HomeMy WebLinkAboutPRR24155 Mirino - Prefumo Crk Debris RemovalAGREEMENT
THIS AGREEMENT, made on _______________________, by and between the City of
San Luis Obispo, a municipal corporation and charter city, San Luis Obispo County,
California (hereinafter called the Owner) and DAVID CRYE GENERAL ENGINEERING
CONTRACTOR, INC. (hereinafter called the Contractor).
WITNESSETH:
That the Owner and the Contractor for the consideration stated herein agree as follows:
ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be
performed, shall provide and furnish all of the labor, materials, necessary tools,
expendable equipment, and all utility and transportation services required to complete all
the work of construction of
PREFUMO CREEK EMERGENCY DEBRIS REMOVAL – PHASE I
SPECIFICATION NO. 2001027-08A
in strict compliance with the plans and specifications therefor, including any and all
Addenda, adopted by the Owner, in strict compliance with the Contract Documents
hereinafter enumerated.
It is agreed that said labor, materials, tools, equipment, and services shall be furnished and
said work performed and completed under the direction and supervision and subject to the
approval of the Owner or its authorized representatives.
ARTICLE II, CONTRACT PRICE: The Owner shall pay the Contractor as full consideration
for the faithful performance of this Contract, subject to any additions or deductions as
provided in the Contract Documents, the contract prices as follows:
Item
No.
Item Estimated
Quantity
Item Price
(in figures)
Total
(in figures)
1. Mobilization and Demobilization 1 --- $20,000
2. Traffic Control 1 --- $20,000
3. Construction Staking 1 --- $4,000
4. Clearing and Grubbing 1 --- $30,000
5. Temporary Erosion Control 1 --- $5,000
6. Tree Trimming 15 $500 $7,500
DocuSign Envelope ID: 4409791F-1C09-4B5F-A5EC-D24E78DB742D
10/6/2023 | 11:36 AM PDT
7. Cut 4” – 12” diameter trees 1’
above existing grade and remove
from site
34 $800 $27,200
8. Cut greater than 12” diameter
trees 1’ above existing grade and
remove from site
6 $1,000 $6,000
9. Install, Operate and Remove
Dewatering Well Point
4 $5,000 $20,000
10. Debris Removal – Prefumo
Creek at LOVR
3250 $50 $162,500
11. Debris Removal – Culvert
Clearing
270 $125 $33,750
BID TOTAL: $ 335,950.00
Payments are to be made to the Contractor in compliance with and subject to the provisions
embodied in the documents made a part of this Contract.
Should any dispute arise respecting the true value of any work omitted, or of any extra work
which the Contractor may be required to do, or respecting the size of any payment to the
Contractor, during the performance of this Contract, said dispute shall be decided by the
Owner and its decision shall be final, and conclusive.
ARTICLE III, COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the
following documents, all of which are as fully a part thereof as if herein set out in full, and if
not attached, as if hereto attached:
1. Notice to Bidders and Information for Bidders
2. Standard Specifications and Engineering Standards
3. Special Provisions, any Addenda, Plans and Contract Change Orders
4. Caltrans Standard Specifications and Standard Plans 2015
5. Accepted Bid and Bid Bond
6. List of Subcontractors
7. Public Contract Code Sections 10285.1 Statement
8. Public Contract Code Section 10162 Questionnaire
9. Public Contract Code Section 10232 Statement
10. Labor Code Section 1725.5 Statements
11. Bidder Acknowledgements
12. Qualifications
13. Non-collusion Declaration
14. Agreement and Bonds
15. Insurance Requirements and Forms
DocuSign Envelope ID: 4409791F-1C09-4B5F-A5EC-D24E78DB742D
ARTICLE IV INDEMNIFICATION: The Contractor shall indemnify, defend with legal
counsel approved by City, and hold harmless City, its officers, officials, employees and
volunteers from and against all liability, loss, damage, expense, cost (including without
limitation reasonable legal counsel fees, expert fees and all other costs and fees of
litigation) of every nature arising out of or in connection with the Contractor’s negligence,
recklessness or willful misconduct in the performance of work hereunder or its failure to
comply with any of its obligations contained in this Agreement, except such loss or damage
which is caused by the sole or active negligence or willful misconduct of the City. Should
conflict of interest principles preclude a single legal counsel from representing both the City
and the Contractor, or should the City otherwise find the Contractor’s legal counsel
unacceptable, then the Contractor shall reimburse the City its costs of defense, including
without limitation reasonable legal counsel fees, expert fees and all other costs and fees of
litigation. The Contractor shall promptly pay any final judgment rendered against the City
(and its officers, officials, employees and volunteers) with respect to claims determined by
a trier of fact to have been the result of the Contractor’s negligent, reckless or wrongful
performance. It is expressly understood and agreed that the foregoing provisions are
intended to be as broad and inclusive as is permitted by the law of the State of California
and will survive termination of this Agreement.
The Contractor obligations under this section apply regardless of whether such claim,
charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment,
civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee.
However, without affecting the rights of the City under any provision of this agreement, the
Contractor shall not be required to indemnify and hold harmless the City for liability
attributable to the active negligence of City, provided such active negligence is determined
by agreement between the parties or by the findings of a court of competent jurisdiction. In
instances where the City is shown to have been actively negligent and where the City’s
active negligence accounts for only a percentage of the liability involved, the obligation of
the Contractor will be for that entire portion or percentage of liability not attributable to the
active negligence of the City.
ARTICLE V. It is further expressly agreed by and between the parties hereto that should
there be any conflict between the terms of this instrument and the bid of said Contractor,
then this instrument shall control and nothing herein shall be considered as an acceptance
of the said terms of said bid conflicting herewith.
DocuSign Envelope ID: 4409791F-1C09-4B5F-A5EC-D24E78DB742D
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this
year and date first above written.
APPROVED AS TO FORM CONTRACTOR:
DAVID CRYE GENERAL ENGINEERING
CONTRACTOR, INC.
___________________________ ___________________________
J. Christine Dietrick David E. Crye
City Attorney President / Treasurer
CITY OF SAN LUIS OBISPO
A Municipal Corporation
______________________________
Derek Johnson
City Manager
DocuSign Envelope ID: 4409791F-1C09-4B5F-A5EC-D24E78DB742D
Bid Item Item Description
Unit of
Measure
Estimated
Quantity Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost
1 Mobilization and Demobilization LS 1 $20,000.00 $20,000.00 $65,000.00 $65,000.00 $46,000.00 $46,000.00
2 Traffic Conrol LS 1 $20,000.00 $20,000.00 $18,000.00 $18,000.00 $70,000.00 $70,000.00
3 Construction Staking LS 1 $4,000.00 $4,000.00 $25,000.00 $25,000.00 $8,000.00 $8,000.00
4 Clearing and Grubbing LS 1 $30,000.00 $30,000.00 $50,000.00 $50,000.00 $150,000.00 $150,000.00
5 Temporary Erosion Control LS 1 $5,000.00 $5,000.00 $7,500.00 $7,500.00 $28,000.00 $28,000.00
6 Tree Trimming EA 15 $500.00 $7,500.00 $1,000.00 $15,000.00 $3,000.00 $45,000.00
7
Cut 4" - 12" diameter trees 1' above existing grade and
remove from site EA 34 $800.00 $27,200.00 $1,750.00 $59,500.00 $980.00 $33,320.00
8
Cut greater than 12" diameter trees 1' above existing grade
and remove from site EA 6 $1,000.00 $6,000.00 $1,900.00 $11,400.00 $2,200.00 $13,200.00
9 Install Dewatering Well Point EA 4 $5,000.00 $20,000.00 $2,500.00 $10,000.00 $20,000.00 $80,000.00
10 Debris Removal - Prefumo Creek Open Channel CY 3250 $50.00 $162,500.00 $150.00 $487,500.00 $82.00 $266,500.00
11 Debris Removal - Culvert Clearing CY 270 $125.00 $33,750.00 $150.00 $40,500.00 $250.00 $67,500.00
Total: $684,250.00 $335,950.00 $789,400.00 $807,520.00
R Burke Corporation
Prefumo Creek Emergency Debris Removal Phase I, Spec 2001027-8A
Engineer's Estimate David Crye Pipe and Plant Solutions
PAY ESTIMATE 1 FOR WORK COMPLETED THROUGH:25-Oct-23
Project:Specification No:2001027-08A Contract Days 15
Prefumo Creek Emergency Debris Removal - Phase I Federal Funding (Y/N)N CCO Days 0
Contractor:Hold Retention? (Y/N)Y Weather Days 0
David Crye General Engineering Contractor Escrow Acct?N Total Days:15
1170 Quintana Road Contract Price:$335,950.00 Days Used:8
Morro Bay, CA 93442 % Completed:64%Days Left:7
Contract Days Started:10/16/2023 Purchase Order No. 618018
Total Work Performed and Materials Provided to date:
Contract Work $335,950.00
Change Orders $0.00
Materials on Hand $0.00 $335,950.00
Retentions:
5% of work performed $16,797.50
50% of materials on hand $0.00
Other:$0.00 $16,797.50
Deductions:
Previous payments $0.00
Liquidated Damages $0.00
Other:$0.00 $0.00
TOTAL DUE ON THIS PAYMENT:$319,152.50
401.9501.71006 General $319,152.50
###0 0 $0.00
0 0 $0.00
0 0 $0.00
$319,152.50
Escrow Reconciliation:
5% Retention of work performed to date NOTE: NO ESCROW ON THIS PROJECT $0.00
Less Previous payments to escrow account $0.00
TOTAL DUE TO ESCROW ON THIS PAYMENT:$0.00
401.9501.71006 General $0.00
0 0 $0.00
0 0 $0.00
0 0 $0.00
$0.00
Contract Amount $335,950.00
Adjustments:
Increased quantities $0.00
Decreased quantities $0.00
Change Orders $191,873.65
Deductions $0.00 $527,823.65
Less Payments to date to Contractor:$319,152.50
Less Payments to date to Escrow Account $0.00
REMAINING BALANCE IN ENCUMBRANCE:$208,671.15
Prepared by: ______________________________
James Yanez 401.9501.71006 General $208,671.15
Reviewed by: ______________________________0 0 $0.00
Wyatt Banker-Hix 0 0 $0.00
Approved by: ______________________________0 0 $0.00
City Engineer Date .$208,671.15
Note: None
Note: None
Fund Distribution this Payment
Fund Distribution this Payment
Fund Distribution for Remaining Encumbrance
Checked by: _________________1/29/2024 : PayEst-Summary
1-29-2024
Project:Prefumo Creek Emergency
Debris Removal - Phase I Spec.No. 2001027-08A Work Through: 25-Oct-23
Item Contract Actual Unit Contract Increased Decreased Actual Final Qty?
No.Item Description Unit Quantity Quantity Cost Amount Quantity Quantity Amount (Yes)
g 1.Mobilization and Demobilization LS 1.0 1.00 $20,000.00 $20,000.00 $20,000.00 Yes
g 2.Traffic Conrol LS 1.0 1.00 $20,000.00 $20,000.00 $20,000.00 Yes
g 3.Construction Staking LS 1.0 1.00 $4,000.00 $4,000.00 $4,000.00 Yes
g 4.Clearing and Grubbing LS 1.0 1.00 $30,000.00 $30,000.00 $30,000.00 Yes
g 5.Temporary Erosion Control LS 1.0 1.00 $5,000.00 $5,000.00 $5,000.00 Yes
g 6.Tree Trimming EA 15.0 15.00 $500.00 $7,500.00 $7,500.00 Yes
g 7.Cut 4" - 12" diameter trees 1' above
existing grade and remove from site EA 34.0 34.00 $800.00 $27,200.00 $27,200.00 Yes
g 8.
Cut greater than 12" diameter trees
1' above existing grade and remove
from site
EA 6.0 6.00 $1,000.00 $6,000.00 $6,000.00 Yes
g 9.Install Dewatering Well Point EA 4.0 4.00 $5,000.00 $20,000.00 $20,000.00 Yes
g 10.Debris Removal - Prefumo Creek
Open Channel CY 3250.0 3250.00 $50.00 $162,500.00 $162,500.00 Yes
g 11.Debris Removal - Culvert Clearing CY 270.0 270.00 $125.00 $33,750.00 $33,750.00 Yes
TOTAL:$335,950.00 $0.00 $0.00 $335,950.00
Legend
g=general Contract Amount Increased Qty Decreased Qty Actual Amount
Prorated shareGeneral $335,950.00 $0.00 $0.00 $335,950.00
0%0.00 $0.00 $0.00 $0.00 $0.00
0%0.00 $0.00 $0.00 $0.00 $0.00
0.00 $0.00 $0.00 $0.00 $0.00
Total $335,950.00 $0.00 $0.00 $335,950.00
Remarks:
2E+05Code Fund Distribution
1/29/2024 PayEst- Quantity
Must Submit a print of the 1-$ tab with change orders for City Engineer Signature
Spec.No.2001027-08A Work Through:25-Oct-23
Project:Prefumo Creek Emergency Debris Removal
- Phase I
CCO Days Change Order CCO Actual Unit CCO Increased Decreased Actual Final
No.Description Unit Quantity Quantity Cost Amount Quantity Quantity Amount Quantity
g 1. 0
Excavate additional culverts, Vegatation
removal and Extended project bounderies LS 1.0 $66,373.65 $66,373.65 $0.00
g 2. Extra Debris removal LS 1.0 $125,500.00 $125,500.00 $0.00
g 3. $0.00 $0.00
g 4. $0.00 $0.00
g 5. $0.00 $0.00
g 6. $0.00 $0.00
g 7. $0.00 $0.00
g 8. $0.00 $0.00
g 9. $0.00 $0.00
g 10. $0.00 $0.00
CCO TOTAL:$191,873.65 $0.00 $0.00 $0.00
* = Estimated Cost FA=Force Account
0 Added Days - Total for Change Orders
Legend CCO Amount Increased Qty Decreased Qty Actual Amount
g=general Prorated Share:General $191,873.65 $0.00 $0.00 $0.00
0%Water $0.00 $0.00 $0.00 $0.00
0%Sewer $0.00 $0.00 $0.00 $0.00
0 $0.00 $0.00 $0.00 $0.00
Total $191,873.65 $0.00 $0.00 $0.00FundCHANGE ORDER SUMMARY
Fund Distribution Cumulative Contract Change Orders
1/29/2024 PayEst- CCOs
PAY ESTIMATE 2 FOR WORK COMPLETED THROUGH:31-Dec-23
Project:Specification No:2001027-08A Contract Days 15
Prefumo Creek Emergency Debris Removal - Phase I Federal Funding (Y/N)N CCO Days 20
Contractor:Hold Retention? (Y/N)N Weather Days 0
David Crye General Engineering Contractor Escrow Acct?N Total Days:35
1170 Quintana Road Contract Price:$335,950.00 Days Used:18
Morro Bay, CA 93442 % Completed:97%Days Left:17
Contract Days Started:10/16/2023 Purchase Order No. 618018
Total Work Performed and Materials Provided to date:
Contract Work $335,950.00
Change Orders $838,590.15
Materials on Hand $0.00 $1,174,540.15
Retentions:
5% of work performed $0.00
50% of materials on hand $0.00
Other:$0.00 $0.00
Deductions:
Previous payments $319,152.50
Liquidated Damages $0.00
Other:$0.00 $319,152.50
TOTAL DUE ON THIS PAYMENT:$855,387.65
401.9501.71006 General $855,387.65
###0 0 $0.00
0 0 $0.00
0 0 $0.00
$855,387.65
Escrow Reconciliation:
5% Retention of work performed to date NOTE: NO ESCROW ON THIS PROJECT $0.00
Less Previous payments to escrow account $0.00
TOTAL DUE TO ESCROW ON THIS PAYMENT:$0.00
401.9501.71006 General $0.00
0 0 $0.00
0 0 $0.00
0 0 $0.00
$0.00
Contract Amount $335,950.00
Adjustments:
Increased quantities $0.00
Decreased quantities $0.00
Change Orders $880,893.65
Deductions $0.00 $1,216,843.65
Less Payments to date to Contractor:$1,174,540.15
Less Payments to date to Escrow Account $0.00
REMAINING BALANCE IN ENCUMBRANCE:$42,303.50
Prepared by: ______________________________
James Yanez 401.9501.71006 General $42,303.50
Reviewed by: ______________________________0 0 $0.00
Wyatt Banker-Hix 0 0 $0.00
Approved by: ______________________________0 0 $0.00
City Engineer Date .$42,303.50
Note: None
Note: None
Fund Distribution this Payment
Fund Distribution this Payment
Fund Distribution for Remaining Encumbrance
Checked by: _________________3/8/2024 : PayEst-Summary
3-12-2024
Project:Prefumo Creek Emergency
Debris Removal - Phase I Spec.No. 2001027-08A Work Through: 31-Dec-23
Item Contract Actual Unit Contract Increased Decreased Actual Final Qty?
No.Item Description Unit Quantity Quantity Cost Amount Quantity Quantity Amount (Yes)
g 1.Mobilization and Demobilization LS 1.0 1.00 $20,000.00 $20,000.00 $20,000.00 Yes
g 2.Traffic Conrol LS 1.0 1.00 $20,000.00 $20,000.00 $20,000.00 Yes
g 3.Construction Staking LS 1.0 1.00 $4,000.00 $4,000.00 $4,000.00 Yes
g 4.Clearing and Grubbing LS 1.0 1.00 $30,000.00 $30,000.00 $30,000.00 Yes
g 5.Temporary Erosion Control LS 1.0 1.00 $5,000.00 $5,000.00 $5,000.00 Yes
g 6.Tree Trimming EA 15.0 15.00 $500.00 $7,500.00 $7,500.00 Yes
g 7.Cut 4" - 12" diameter trees 1' above
existing grade and remove from site EA 34.0 34.00 $800.00 $27,200.00 $27,200.00 Yes
g 8.
Cut greater than 12" diameter trees
1' above existing grade and remove
from site
EA 6.0 6.00 $1,000.00 $6,000.00 $6,000.00 Yes
g 9.Install Dewatering Well Point EA 4.0 4.00 $5,000.00 $20,000.00 $20,000.00 Yes
g 10.Debris Removal - Prefumo Creek
Open Channel CY 3250.0 3250.00 $50.00 $162,500.00 $162,500.00 Yes
g 11.Debris Removal - Culvert Clearing CY 270.0 270.00 $125.00 $33,750.00 $33,750.00 Yes
TOTAL:$335,950.00 $0.00 $0.00 $335,950.00
Legend
g=general Contract Amount Increased Qty Decreased Qty Actual Amount
Prorated shareGeneral $335,950.00 $0.00 $0.00 $335,950.00
0%0.00 $0.00 $0.00 $0.00 $0.00
0%0.00 $0.00 $0.00 $0.00 $0.00
0.00 $0.00 $0.00 $0.00 $0.00
Total $335,950.00 $0.00 $0.00 $335,950.00
Remarks:
2E+05Code Fund Distribution
3/8/2024 PayEst- Quantity
Must Submit a print of the 1-$ tab with change orders for City Engineer Signature
Spec.No.2001027-08A Work Through:31-Dec-23
Project:Prefumo Creek Emergency Debris Removal
- Phase I
CCO Days Change Order CCO Actual Unit CCO Increased Decreased Actual Final
No.Description Unit Quantity Quantity Cost Amount Quantity Quantity Amount Quantity
g 1. 0
Excavate additional culverts, Vegatation
removal and Extended project bounderies LS 1.0 1.0 $66,373.65 $66,373.65 $66,373.65 Yes
g 2. 0 Extra Debris removal LS 1.0 1.0 $125,500.00 $125,500.00 $125,500.00 Yes
g 3. 15 CCO-003 Creek Re-Alignment LS 1.0 1.0 $558,655.00 $558,655.00 $558,655.00 Yes
g 4. 5 CCO-004-Slip Lining Pipe LS 1.0 0.7 $121,903.50 $121,903.50 $79,600.00
g 5. 0 CCO-005-Tree Removal LS 1.0 1.0 $8,461.50 $8,461.50 $8,461.50 Yes
g 6. 0 CCO-006-Project Suspension LS 1.0 1.0 $0.00 $0.00 $0.00 Yes
g 7. $0.00 $0.00
g 8. $0.00 $0.00
g 9. $0.00 $0.00
g 10. $0.00 $0.00
CCO TOTAL:$880,893.65 $0.00 $0.00 $838,590.15
* = Estimated Cost FA=Force Account
20 Added Days - Total for Change Orders
Legend CCO Amount Increased Qty Decreased Qty Actual Amount
g=general Prorated Share:General $880,893.65 $0.00 $0.00 $838,590.15
0%Water $0.00 $0.00 $0.00 $0.00
0%Sewer $0.00 $0.00 $0.00 $0.00
0 $0.00 $0.00 $0.00 $0.00
Total $880,893.65 $0.00 $0.00 $838,590.15FundCHANGE ORDER SUMMARY
Fund Distribution Cumulative Contract Change Orders
3/13/2024 PayEst- CCOs
crly^gf sAN LUts oBtspo, cALtFoRNtAcorurneq cmruce o
Sheets:
Project:
Specification No.:
1of1
CCO Number:
Date:
To:
Requested by:
October ZT, ZO23
David Crye Generat
P*:rrru c':"x
2001027-08A
-
Engineering
Contractor lnc.
City of San Luis
Obisoo
3\Pqrovalnutnor-j X ] City Engineer lwitrin l---1 ^.I ' '
J available budget) L__l city Manager (Exceeds avairabte budget) I I Citv Council (Exceeds avaitabteI J budget by $2oo,boo)
I:H:: 3i["J[::"':S,iJ::iff"li,g::JH,:;::',0"0 chanses rrom the prans and specirications, or to
Due to changes in the scope of the project, D-avid crye General Engineering was directed to extend theboundaries of work outside in" "tigiri;Ipe ot tn" pioj""t riiln additionar 701 feet. This work incruded:1. Digging out additionar cutverts and drainage areas on the creek bank? Vegetation and debris,"rorrf -"-
3'
sJl?:'Jlfl [".'#ffi;'*"fil:, within the creek, to incrude ail work excepr disposar. Disposar or
This work was completed by force account.
By reason of this proposed change 0 day(s) extension of time wilt be allowed.
Total cost of change shall not exceed / is estimated as: $ 66,373.65
we' the undersigned contractor,.have given careful consideration.to the changes proposed and agree, if thisproposal is approved, that we will provide atl equipmlnt, iri.srirlr materials, except as may be noted aboveand perform all services necessary for the woik abore'rp""N"J, and will accept as full payment thereforethe prices shown above.
/i-/*l-Zg
Date accepted
10t17t2023
$14,73336
10,375.45
10,177.98
$1 1,158.50
Submitted btaResident Engineer Date submitted
Submitted OV: Frolect ltf an -ager Date submitted
_ trxrra work I icket Amount10t16t2023--
tut tdtzu2S
10119t201
14t20t2023
:Lotir,rotr-
10t2412023
$3,419.02
Total $66'a?3"6t
11/15/2023
3/8/2024
CIry OF SAN LUIS OBISPO, CALIFORNIA
Rpproved by: city Engineer
Date approv.d-
gatgappro@
CCo over $+s,OoO oi$tOO,ObO
Files\71 0 Change Oni"rrfCCO. f
2
CITY OF SAN LUIS OBISPO, CALIFORNIA
CONTRACT CHANGE ORDER (CCO)
CCO Number:
Date:
To:
October 31,2023
Sheets:
Project:
Specification No.:
002 1of1
Prefumo Creek Emergency Debris Removal
2001027-08A
Aooroval Authoritv:
l-J-l citv Engineer 1wi*'in| " Iavailablebudget)
,^^^r. ^,,^ir^hr^ h,,A^^+\ J-_-] CitV Council (Exceeds availableI I CitV Manager (Exceeds available budget) L_] ;;,srt;y $iob,,jool
David Crye General
Engineering
Contractor lnc.
Requested by: City of San Luis
Obispo
You are authorized and directed to make the described changes from the plans and specifications, or to
increase or decrease contract quantities, as follows:
Due to changes in the scope of the project, David Crye General Engineering was directed to extend the
boundaries of work outside the original scope of the project for an additional 700 feet. This work added an
additional 2,510 Cubic Yards of debris. The trucking and disposal fees of that work will be paid at the bid item
price of $50/CY. See CCO #1 for all other efforts excluding disposal.
By reason of this proposed change 0 day(s) extension of time will be allowed.
Total cost of change shall not exceed / is estimated as: $125,500.00
We, the undersigned contractor, have given careful consideration to the changes proposed and agree, if this
proposal is approved, that we will provide all equipment, furnish all materials, except as may be noted above
and perform all services necessary for the work above specified, and will accept as full payment therefore
the prices shown above.
ll-lt- zs
Date accepted
Submitted by: Resident Engineer Date submitted
Submitted by: Project Manager Date submitted
Approved by: City Engineer Date approved
Date approved by City Manager or Council
CCO over $45,000 or $100,000
G:\Projects\ActiveProjects\Drainage\Storm Response Projects - 2023-01-09\2001027-08A Prefumo Creek Clearing\700 Construction
Files\71 0 Change Orders\CCO.2
11/15/2023
3/8/2024
CITY OF SAN LUIS OBISPO, CALIFORNIA
CONTRACT CHANGE ORDER (CCO)
CCO Number: 003 Sheets: 1 of 1
Date: November 29th 2023 Project: Prefumo Creek Emergency Debris Removal
To: David Crye General Specification No.: 2001027-08A
Engineering
Contractor lnc.
Requested by: City of San Luis
Obispo
Aooroval Authoritv:
E :*;;lno,*;g;,**n,. [ .,,, Manaser (Exceeds avairabre budset) E 3,U":;rr{}?l,ffT.ds
avairabre
You are authorized and directed to make the described changes from the plans and specifications, or to
increase or decrease contract quantities, as follows:
ln order to better mitigate future flooding risk, David Crye General Engineering has been directed to
extend the boundaries of work outside the original scope of work for a second time. Additional work will
change the alignment of the of the creek to enter Laguna Lake at deeper and more desirable location. This
work will also include grading in a flood bench that will serve as creek overflow as well as a maintenance
road, Work on this change order is separate from that previously completed with change order one from
approximate stations 16+00 to 24+40.
All labor, equipment and material for this work will be paid by Lump Sum Based on the Unit Prices
submitted by David Crye General Engineering as shown in the tables below:
Creek Re-Alignment
hown in n the attached Exhibit. Sta 16+00 to 10+00):
Item #Item Description Unit Estimated
Quantitv
Item Price Total
1 Mobilization and Demobilization LS I $25,000
2 Traffic Control LS 1 $26,600
3 Construction Stakinq LS I $1,000
4 Clearino and Grubbinq LS I $40,000
5 Tree Trimminq EA 15 $500 $7,500
6 Cul4"-12" diameter Trees 1'
above existing grade and
remove from site.
EA 30 $800 $24,000
7 Cut greater than 12" diameter
trees 1' above existing grade
and remove from site.
EA 15 $1,500 $22,500
I Channel Gradinq-Re-alignment CY 1675 $45 $75,375
I Debris Removal-Creek Re-
Alionment (Exoort)
CY 1164 $85 $98,940.00
Bid Total:$320,915.00
Flood Bench
hown in qreen in the attached Exhibit, Sta 23+50 to 10+00):
Item #Item Description Unit Estimated
Quantitv
Item Price Total
I Traffic Control LS 1 $10,000
2 Construction Stakinq LS 1 $500
3 Clearinq and Grubbinq LS 1 $35,800
4 Tree Trimminq EA 15 $500 $7,500
CITY OF SAN LUIS OBISPO, CALIFORNIA
6 Cut greater than 12" diameter
trees 1' above existing grade
and remove from site.
EA 50 $8oo $4o,ooo
7 Cut greater than 12" diameter
trees 1' above existing grade
and remove from site.
EA 30 $1,500 $45,000
B Debris Removal CY 1164 B5 $98,940.00
Bid Total:$237,740.00*Final Payment will be paid by field measurement, including a survey for the grading portion of the
work.
By reason of this proposed change 15 working days extension of time will be allowed.
Total Estimated cost of change shall be: $558,655.00
We, the undersigned contractor, have given careful consideration to the changes proposed and agree, if this
proposal is approved, that we will provide all equipment, furnish all materials, except as may be noted above
and perform all services necessary for the work above specified, and will accept as full payment therefore
the prices shown aboqe.
/*/=
3^ 8-z(
Date accepted
31712024
Submitted by: Resident Engineer Date submitted
Submitted by: Project Manager Date submitted
Approved by: City Engineer Date approved
CCO over $45,000 or $1 00,000
G:\Projects\ActiveProjects\Drainage\Storm Response Projects - 2023-01-09\200't027-08A Prefumo Creek Clearing\700 Construction
Files\710 Change Orders\CCO-3-Creek Re Alignment\CCO-3-Creek Re-Alignment.Doxc
3/8/2024
1"=80'
1 CHANNEL GRADING SITE PLANCITY SPECIFICATION NO.
DATE:PROJECT TITLE:SHEET TITLE:of
SHEET NO.
DESIGNED BY:
DRAWN BY:
CHECKED BY:
APPROVED BY:
SCALE:PREFUMO CREEK CLEARINGPHASE I SUMMER/FALL 2023JWE
ALM
11/27/2023
1
1050 Southwood Drive
San Luis Obispo, CA 93401
P 805.544.7407 F 805.544.3863
3/8/2024
005
CITY OF SAN LUIS OBISPO, CALIFORNIA
CONTRACT CHANGE ORDER (CCO)
Sheets: 1 of 1CCO Number:
Date:
To:
212912024 Project:Perfumo Creek Emerqencv Debris Removal
David Crye General
Engineering
Contractor lnc.
Specification No.: 2001027-08A
Aooroval Authoritv:
l-Jl citv Ensineer lwitnin
| " Iavailablebudget)
,^^^ra ^.,^ir^h,^ h,,d^^r\ l-l City Council (Exceeds avaitabte
| | CitV Manager (Exceeds available budset) L__] il;"t by $zoo,b-ool
Requested by: City of San Luis
Obispo
You are authorized and directed to make the described changes from the plans and specifications, or to
increase or decrease contract quantities, as follows:
Due to a large and unstable Cotton Wood Tree threatening homes, David Crye Engineering was directed to
work with a tree trimming subcontractor at force account to safely remove and dispose of said tree. All labor,
equipment and material for this work will be paid by force account analysis based on the agreed upon extra
work tickets below.
Description/Date:Cost:
Tree Removal11l30l23 $8,461.50
Total:$8,461.50
By reason of this proposed change 0 working days extension of time will be allowed.
Total cost of change shall be: $8,461.50
We, the undersigned contractor, have given careful consideration to the changes proposed and agree, if this
proposal is approved, that we will provide all equipment, furnish all materials, except as may be noted above
and perform all services necessary for the work above specified, and will accept as full payment therefore
the prices shown ab_ove.
"rO,3- d^ zo<l
Date accepted
3t5t2024/**-r-::,
Submitted by: Resident Engineer Date submitted
Submitted by: Project Manager Date submitted
Approved by: City Engineer Date approved
Date approved by City Manager or Council
CCO over $45,000 or $1 00,000
G:\Projects\ActiveProjects\Drainage\Storm Response Projects - 2023-01-09\2001027-0BA Prefumo Creek Clearing\700 Construction
Files\710 Change Orders\CCO-S Extra Work-Tree Removal\CCO-5-Removal of Cotton Wood Tree.doxc
Accepted by:
3/8/2024
CITY OF SAN LUIS OBISPO, CALIFORNIA
CONTRACT CHANGE ORDER (CCO)
CCO Number:
Date:
To:
311112024
Sheets:
Project:
Specification No.:
006 1of 1
Perfumo Creek Emergency Debris Removal
2001027-084
Aooroval Authoritv:
J-il citv Ensineer pitnin
| " Iavailablebudget)
,^^^^^ ^,.^ir^hr^ k,,r^^r\ l-l Citv Council (Exceeds avairabre
I I CitV Manager (Exceeds available budget) L_ ] il,s"iby Szoo,'oool
David Crye General
Engineering
Contractor lnc.
Requested by: City of San Luis
Obispo
You are authorized and directed to make the described changes from the plans and specifications, or to
increase or decrease contract quantities, as follows:
Slipline work added to the project as a result of CCO #4 cannot be completed until the water in Prefumo
Creek recedes. Therefore, the City and Contractor mutually agree to suspend the project until that work can
be completed. Since this suspension could last months, the City will release retention payment on all other
work, and the Contractor will agree to satisfy any stop notice and indemnify the City.
By reason of this proposed change 0 working days extension of time will be allowed.
Total cost of change shall be: $0
We, the undersigned contractor, have given careful consideration to the changes proposed and agree, if this
proposal is approved, that we will provide all equipment, furnish all materials, except as may be noted above
and perform all services necessary for the work above specified, and will accept as full payment therefore
the prices shown above.
/*/* t
3- /3.-21
Date accepted
3t13t2024
Submitted by: Resident Engineer Date submitted
Submitted by: Project Manager Date submitted
Approved by: City Engineer Date approved
Date approved by City Manager or Council
CCO over $45,000 or $100,000
G:\Projects\ActiveProjects\Drainage\Storm Response Projects - 2023-01-09\2001027-08A Prefumo Creek Clearing\700 Construction
Files\7'10 Change Orders\CCO-S Extra Work-Tree Removal\CCO-5-Removal of Cotton Wood Tree.doxc
3/13/2024