Loading...
HomeMy WebLinkAboutS04-Public Works 'Wltlo 1,lb..v.L..L"'....,.-c.. CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION ROGER G. HARDGRAVE From: Subject: Approval of Change Order No. Three -- Contract for Construction of Phase I-A of Seccombe Lake State Urban Recreation Area, per Plan No. 6403 -- Moulder Bros. Public Works/Engineering Dept: 1/11/85 Date: Synopsis of Previous Council action: 08-08-84 -- Resolution No. 84-319 adopted awarding a contract to Moulder 8ros. for the Base Bid and Alternate No.2, for" a total contract price of $3,210,000.00. 10-15-84 -- Change Order No. One approved adding two pedestrian bridges, pavilion slab, Sixth Street improvements, widening of Sierra Way, changed walkway lights and substituted Valcon valves and controllers at a new increase in contract price of $330,642.75 from $3,201,000.00 to $3,531,642.75. (conti~ued - see attached) Recommended motion: That Change Order No. Three to the contract wi"th Moulder Bros. and John H. Moulder, for over excavation; removal of railroad tracks on Sierra Way, removal of curb and gutter at the corner of 5th and Sierra Way and the elimination. of a tire ripper and warning signs for the YWCA parking lot; removal of a 12-inch storm drain and manhole and replacement with 175 l.F. of 24-inch corregated steel pipe; the removal and replacement of a curb depression in the YWCA parking lot; and the removal and replacement of a driveway approach into the YWCA and the construction of a~ adjacent stairway at a net increase to the contract price of $34,253.78 from $3,536,896.63 to $3,571,150.41; be approved. ~' cc: John Matzer Jr., City Administrator Warren Knudson, Director of Finance Annie Ramos, Director of Park & Rec ....,. ~ " '.,,', Signature ".(. '0 Contact person: Roger G. Hardgrave Phone: :. ':';' 5025" , , Supporting data attached: .'~:"I... .. j, ~..,'\ FUNDING REQUIREMENTS: Amount:$34,253.7S Source: 19SO State Bond Act, Presley Fishing Program, and Street construcF~'aRce~und tJ. <! I< J Staff Report & CCO #3 Ward: . (f 1 , Council Notes: 1 . 75-4262 Agenda Item No S~tf [T~'" "'7~'"'''~::-:,\':':' ~;:r"'-"""~' ,,:,"~""''''::;'7:''.:~,' ,~'-,~ ..~"'r~~'-'''':'''". ''''''''''-'''''''~'-' ...,.~......' .. " .. .. ....."'":'"-~.';~~......~~---~'~. "-_....'~ c o o Synopsis of Previous Council Action Continued: 11-19-84 1LIILI o Change Order No. Two approved the expense for equipment move-on and move-off charges, changiog of curb grade on Sierra Way between Sixth Street and Seventh Street, after curb forms had been set, and the elfmina~fon of tire rippers and warning signs in Parking Area No. One at a net increase to the contract prfce of $5,253.88 from $3,531,642.75 to $3,536,B96.63. 2 111111 CI10 OF SAN BERNA'RDICb - REQUEOT FOR COUNCIL ACOON STAFF REPORT Preliminary soils investigation performed by CHJ Inc. indicated that extremely poor material existed in some areas of the pr.oject si te. This situation was due to the original lake being used as a dump site for many years. A structural bulkhead wall will be constructed around portions of the renovated lake. It is imperative that the soil under this wall have adequate bearing capacity in order to provide proper support. The soils report stated that all materials that had been dumped would have to be removed in the vicinity of the wall. In some sections, the trash extended to a depth of 26 feet. The plans prepared by Florian M~rtinez Associates clearly showed that the soil under the wall was to be removed to a depth of 2 feet. For the difference between 2 feet and 26 feet, the plans are ambig- uous and do not clearly direct the Contractor to remove unsuitable material. The Contractor has submitted a claim, for all removals deeper than two feet below the footing for the wall, in the amount of $18,107.68. This amount has been verified by our Resident Engine~r/Construction Inspector on a time and materials basis. A railroad was constructed many years ago in Sierra Way. This railroad curved to the East, South of 7th Street. These tracks have long been abandoned and paved over. The plans do not reflect this facility, so the Contractor was not aware that a portion of the rails, ties and ballast had to be removed in order to provide an acceptable roadway section. The 'plans for demolition did not show the curb return at 5th Street and Sierra Way to be removed, or 21 feet of curb and gutter on 5th Street to allow for construction of a driveway approach. The cost for the additional work, on a time and material basis, is $4,288.75. During preparation of the plans, it was assumed that an existing 24- inch corrugated metal pipe extended to the lake. The plans were prepared to direct the Contractor to connect a new 24-inch pipe to this existing storm drain. Upon excavation it was found that the exi sting pipe was actually only 12-inch. In order to have a func- tioning storm drain, it was necessary for an additional 175 feet of 24-inch pipe to be constructed. The price quoted by the Contractor for thi s extra work is $5,300.00. We have checked thi s amount and have verified that it is fair and reasonable. The plans showed a 41 foot section of depressed curb to be con- structed on 6th Street, for a future loading dock to be installed by the YWCA. After the curb had been poured, it was discovered that the depressed section was in the wrong position for the future loading dock. It was required to remove approximately 41 feet of curb, and replace. The cost for this additional work, on a time and material basis, is $782.35. 7!!-026. 3 '''~'' o . o o o Sixth Street is to be removed and reconstruction at a lower eleva- tion, in order to match the surrounding park improvements. The new street will be approximately 4 feet lower, at its maximum difference. The driveway approach to the YWCA will not be passable to vehicles, due to the difference in elevation with the new street. In order to retain the use of this access facility, it will be required to remove a portion of the concrete driveway outside the street right of way and reconstruct on a lower grade to match the new street improvements. Some modification will also be necesssary to the concrete stairs and chain link fence. The Contractor has quoted a price of $5,775.00 for the required extra work in modifying this driveway and appurtenant facilities. . We have checked this amount and found it to be fair and reasonable for the items of work involved. The total addi ti ona 1 cost for Change Order No. Three is $34,253.78. Change Order No. Two has been previously approved at a cost of $5,253.88. The cost of Change Orders No. Two and Three is $39,507.66. The total estimated project cost, based upon the actual low bid price and including Change Order No. One, contained an amount of $44,255.25 for contingencies. This was based upon the transfer of $42,400.00 to the Seccombe Lake Project, which was approved on January 7, 1985. The items described above constitute extra work that was beyond the control of the Contractor, and he is entitled to additional compensation under terms of his contract. We recommend that Change Order No. Three be approved. URGENCY CLAUSE: Time is critical for the approval of this Change Order. The Contractor must be directed and authorized to perform this work in order to proceed in an orderly manner with the contract. If this Change Order is not approved at the January 21, 1985 Council Meeting, the City could incur c.osts for .shut down" time and the contract time extended. . 4