Loading...
HomeMy WebLinkAbout17-Development Services CITY OF SAN BERNARDINO REOUEST FOR COUNCIL ACTION . From: James Funk, Director Subject: Authorization for the Director of Development Services to Execute Change Order No. Two to Dept: Development Services Contract with Elite Bobcat Service, Inc. for Tippecanoe A venue Widening (Phase III) and Date: August 2, 2005 Harriman Place (Phase III), per plan No. 10373B. File No. 1. 7246-B MCC Date: August 15, 2005 Synopsis of Previous Council Action: 7/15/02 Allocation of $1,981.728 in the 2002/03 Capital Improvement Program (CIP) for acquisition, and realignment Rosewood Drive (Laurelwood Dr) (Account No.242-362-5504-7246). 9/17/01 Authorization to execute Agreement with John Egan & Associates, Inc. for Civil Engineering Services for the realignment of Laurelwood Dr. from Tippecanoe Ave. to Orchard Dr. 9/09/02 Resolution awarding public works contract to Matich Corporation, for Laurelwood Drive realignment between Tippecanoe Avenue and Orchard Drive (Phase I), per Plan No. 10373 03/17/03 Authorized execution of Change Order No. One to contract with Matich Corporation for Laurelwood Drive realignment between Tippecanoe Avenue and Orchard Drive (Phase I) per Plan No. 10373. 06/16/03 Authorized execution of Change Orders No. Two and No. Three to contract with Matich Corporation for Laurelwood Drive realignment between Tippecanoe Avenue and Orchard Drive (Phase I) per Plan No. 10373, and authorized the Finance Director to amend the FY 2002/03 Budget. 06/16/03 Rejected all bids for Underground (Dry) Utilities along the Laurelwood Drive Realignment per Plan No. 10682. 07/07/03 Adopted resolution awarding contract to Holland-Lowe Construction, Inc. for Tippecanoe Avenue Widening and Laurelwood Drive (Phase II) per Plan No. 103 73A and authorize the Finance Director to budget funds for this project. 01120/04 Adopted resolution awarding contract to Elite Bobcat Services, Inc. for Widening of Tippecanoe Avenue and Harriman Place (Phase III) per Plan No.1 03 73 B. 05/16/05 Authorize the Director of Development Services to execute Change Order No. One in the amount of $32,799.42 to contract with Elite Bobcat Services, Inc. for Tippecanoe Avenue Widening (Phase III) and Harriman Place (Phase III), per Plan No.1 0373B . Recommended Motion: Authorize the Director of Development Services to execute Change Order No. Two in the amount of 529,265.37 to contract with Elite Bobcat Services, Inc. for Tippecanoe Avenue Widening (Phase III) and Harriman Place (Phase III), per Plan No. 103 73B. ~ f" ~ -17 Ja~es Funk Contact Person: Mike Grubbs, Eng. Mgr.lField Engineer Phone: 5179 Supporting data attached: Staff Report, CCO #2 Ward: 3 FUNDING REQUIREMENTS: Amount: 29.265.37 Source: (Ace!. No.) 129-367-5504-7377 & 242-362-5504-7377 Acct. Description: SS 04-114 Phase 1\1 Tippecanoe Av & Harriman PI Finance: Council Notes: . Agenda Item No. 17 8/15105' Agenda Item No. . CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION Staff Report Subiect: Authorization for the Director of Development Services to Execute Change Order No. Two to Contract with Elite Bobcat Services, Inc. for Tippecanoe A venue Widening (Phase III) and Harriman Place (Phase III), per Plan No. 103738. Back2round: On February 2, 2004, the Mayor and Common Council awarded a contract in the amount of $544,388.05 to Elite Bobcat Services, Inc. for Tippecanoe A venue Widening (Phase III) and Harriman Place (Phase III). Change Order No. One was approved on May 16,2005, in the amount of $32,799.42. The work involved in this change order consisted of relocation of landscape irrigation on Tippecanoe A venue, bus stop electrical, interconnect, and an irrigation controller. Also, the contractor was requested to pump and backfill an abandoned septic tank. Further, the existing subgrade on Harriman Place and Tippecanoe Avenue was found to be unstable. It was necessary to add an additional layer of the geo-grid fabric to provide a stable structural section. In addition, Change Order No. One compensated the contractor for demobilizing during the November and December 2004 holiday shopping season to reduce the congestion in this area. . nally, Change Order No. One compensated the contractors for delays in acquisition of right-of-way from In-N-Out Burger. This Change Order No. Two in the total amount of$29,265.37 consists of the following changes: I. West of the Harriman Place improvements project exists 94 linear feet to which the sidewalk improvements were not complete. The installation of the sidewalk will complete the path of travel for pedestrians along Harriman Place. 2. On Harriman Place an existing sewer lateral trench became saturated and the trench collapsed. The sewer trench backfill had to be removed and re-compacted to provide a firm, unyielding base for paving. 3. The approved plans indicated only one manhole to be raised to finish grade. During construction, it was determined that it was necessary to raise two manholes. 4. It was necessary to install a tramc advisory sign for northbound tramc. 5. During installation of the median island curbs, it was necessary to cut the asphalt back to accommodate the concrete forms. This asphalt patch was not included in the project bid. 6. Prior to placing the final asphalt lift on Tippecanoe Avenue, it was determined that the existing pavement . had a low area in one of the lanes. The low area had to be filled with asphalt prior to installation of the final asphalt cap. The final asphalt cap had been planned to be completed in Phase II, however its installation had to be deferred to this phase in order to allow time for completion of underground (dry) utility project in Harriman Place and Tippecanoe Avenue. 2 08/04/2005 10:32 AM CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION Staff Report (Continued) . 'hase III is the final phase of the Harriman Place realignment and Tippecanoe Improvement project. The work on this project is 100% complete and approval of this change order will allow staff to close out the project. Financiallmoact: The required project funding is as follows: Original bid amount............................................................................ $ Contract Change Order No. One................................................................ $ Contract Change Order No. Two............................................................... $ Revised Construction Contract Cost......................................................... $ 544,388.05 32,799.42 29,265.3 7 606,452,84 Sufficient funds are available in Account No. 242-362-5504-7377 to cover the cost of this change order. Recommendation: Authorize the Director of Development Services to execute Change Order No. Two in the amount of $29,265.37 to contract with Elite Bobcat Services, Inc. for Tippecanoe Avenue Widening (Phase III) and Harriman Place (Phase Ill), per Plan No. 10373B. . e 3 08/02/2005 6:23 PM . FILE NO. 1. 7246-B PROJECT: TO: GENTLEMEN: DEVELOPMENT SERVICES DEPARTMENT 300 North "D" Street. San Bernardino' CA 92418-0001 Planning & Building 909.384.5057 . Fax: 909.384.5080 Public Works/Engineering 909.384.5111 . Fax: 909.384.5155 www.sbcity.org ,.. CONTRACT CHANGE ORDER NO. TWO W.O. # 7377 DATE: AUGUST 15, 2005 TIPPECANOE A VENUE WIDENING (PHASE III) HARRIMAN PLACE (PHASE III) ELITE BOBCAT SERVICE, INC. 1320 E. Sixth Street, Ste. 100 Corona, CA 92879 . You are hereby compensated for performing the additional work as follows: . 94 L.F. of Sidewalk I West of the Harriman Place Improvement Project, there exists an area which the sidewalk improvements were not complete. The installation of the sidewalk will complete the path of travel for edestrians alon Harriman Place. Repair Sewer Lateral Trench An existing sewer lateral trench became saturated during the heavy rainstorm and subse uentl failed. It was necessar to re air the trench rior to lacin A.C. avement. 2-1 2-2 . . e Change Order No. Two TIPPECANOE A VENUE WIDENING (PHASE Ill) HARRIMAN PLACE (PHASE Ill) Page 2 of 2 2-3 Raise Sewer Manhole It was necessary to raise an additional sewer manhole to grade. The manhole was nor shown on the a roved lans. Install Double Posted Traffic Sign The traffic advisory sign for northbound traffic was not included in the bid schedule. 2-4 2-5 Complete A.C. Slot Patch The project included the installation of a median island. It is necessary to cut back the A.C. pavement to accommodate the placement of form boards. This slot must then be re aved with A.C. Additional A.C. Pavement During the final paving. it was determined that there was invert in the existing pavement on Tippecanoe. A leveling course was placed to correct this situation. Additionally. the A. C. cap for Phase II was not completed. due to installation of dry utilities. This A. C. ca was included in Phase III. 2-6 SUMMARY OF CONTRACT COSTS: The estimated revised contract cost is as follows: Original bid amount.............................................................................. $ Contract Change Order No. One................................................................ $ Contract Change Order No. Two................................................................ $ Revised Construction Contract Cost....................................................... ..... $ 544,388.05 32,799.42 29,265.37 606,452.84 Additional time to complete contract due to this change order.............................. 60 days This change order represents 5.3 % of the original contract amount. ELITE BOBCAT SERVICE, INC. CITY OF SAN BERNARDINO DEVELOPMENT SERVICES Approved Accepted By: By: Title: JAMES FUNK Director of Development Services Date: Date: APPROV AL BY CITY COUNCIL Item No. Approval Date: August 15. 2005 2