Loading...
HomeMy WebLinkAbout10-Development Services CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: James Funk, Director Development Services \ N A L February 4, 2004 OR \ G Dept: Date: File: 1. 7246- A Subject: Authorization for the Director of Development Services to Execute Change Order No. Three to contract with Holland- Lowe Construction Inc. for Tippecanoe A venue widening and Laurelwood Drive (Phase II) per plan No. 10373A. MCC Date: March I, 2004 Synopsis of Previous Council Action: 06/16/03 07/07/03 10/06/03 02/17/04 Rejected all bids for Underground (Dry) Utilities along the Laurelwood Drive Realignment per Plan No. 10682. Adopted resolution (2003-191) awarding contract to Holland-Lowe Construction Inc. for Tippecanoe Avenue and Laurelwood Drive Widening (Phase II) per plan No. 10373A. Also, authorized the Finance Director to budget funds for this project. Authorized Director of Developmental Services to execute Change Order No. One to contract with Holland-Lowe Construction, Inc. to provide temporary traffic poles to ensure the intersection was fully functional during holiday traffic and to provide new modified poles that had longer mast arms, per plan No. 10373A. Authorized the Director of Developmental Services to execute Change Order No. Two to contract with Holland-Lowe Construction, Inc. to re-route the street light and a San Bernardino monument conduit at the northwest corner of Tippecanoe A venue and Laurelwood Drive, per plan No. 10373A. Recommended Motion: Authorize the Director of Development Services to Execute Change Order No. Three in the amount of $9,960.51 to contract with Holland-Lowe Construction Inc. for Tippecanoe Avenue widening and Laurelwood Drive (Phase II) per plan No. 10373A. --h. ~ ~ James Funk Phone: 5179 Contact person: Michael Grubbs, Acting City Engineer Ward: 3 Supporting data attached: Staff Report and CCO #3 Amount: $9,960.51 FUNDING REQUIREMENTS: Council Notes: Source: (Acct. No.) 242-362-5504-7377 - $900,000 Acct. De;~:~~~~~: Laurel~~~;7~/a~r:an/Laurel;7;/~; Agenda Item No. ~ , CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Staff Report Subject: Authorization for the Director of Development Services to Execute Change Order No. Three to contract with Holland-Lowe Construction Inc. for Tippecanoe Avenue widening and Laurelwood Drive (Phase II) per plan No. 10373A. Background: On July 7, 2003, a contract in the amount of $231,270.90 was awarded to Holland-Lowe Construction, Inc. for the widening of Tippecanoe Avenue and Harriman Place (formerly known as Laurelwood Drive), Phase II per plan No. 10373A. This contract included upgrading the existing traffic signal. There was a delay in obtaining the new traffic signal equipment, thus temporary traffic poles had to be used at the intersection. Also, once the new traffic signals arrived, their mast arms were of inadequate length and thus further delay occurred while new poles were ordered and modified. The installation of temporary traffic poles and the modification of mast arms for the new poles were the subject of Change Order No. One. While scheduling excavation of Tippecanoe Avenue for street subgrade, it was discovered that an existing street light conduit and San Bernardino Monument conduit were too shallow and needed to be relocated behind the new curb line on the west side of the street. This activity was the subject of Change Order No. Two. During construction, it was determined that the soil under the new curbs and gutters on both the north and southwest corners of the intersection at Tippecanoe A venue and Laurelwood Drive, was saturated well above the optimum moisture level. This condition required the removal of two feet of soil and the replacement of this soil with compacted aggregate base. Also during construction, it was necessary to relocate an existing air-vac relief valve up to the newly acquired right-of-way and to pot-hole approximately two hundred (200) feet of Laurelwood Drive to determine the water main line's depth and profile to determine if special measures would be necessary to protect its integrity. The pot -holing process revealed that it was necessary to reduce the size and lower the pipe leading to the air-vac relief valve. This valve developed a substantial leak and had to be replaced with a new valve, supplied by the Water Department. The total cost of all the above tasks is $ 9,960.51. Thus, the estimated revised contract cost is as follows: Construction Cost $ 231,270.90 Change Order No. One $ 50,783.00 Change Order No. Two $ 21,315.00 Change Order No. Three $ 9,960.51 Total $ 313,329.41 2 CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Staff Report - Continued Financial Impact: An amount of $350,000 has been allocated for this phase of this project in Account No. 242- 362-5504-7377 (Laurelwood Realignment - Rosewood/Harriman/Laurelwood - Phase II). This amount is sufficient to cover the cost of this change order. Recommendation: Authorize the Director of Development Services to Execute Change Order No. Three in the amount of $9,960.51 to contract with Holland-Lowe Construction Inc. for Tippecanoe Avenue widening and Laurelwood Drive (Phase II) per plan No. 10373A. 3 DEVELOPMENT SERVICES DEPARTMENT 300 North "D" Street. San Bernardino. CA 92418-0001 Planning & Building 909.384.5057. Fax: 909.384.5080 Public WorkslEngineering 909.384.5111 . Fax: 909.384.5155 www.ci.san-bernardino.ca.us '" CONTRACT CHANGE ORDER NO. THREE FILE NO. 1.7246-A W.O. NO. 7377 DATE: MARCH 1,2004 PROJECT: TIPPECANOE AVENUE WIDENING (PHASE II) LAURELWOOD DRIVE (PHASE II) PER PLAN NO. 10373A. TO: HOLLAND LOWE CONSTRUCTION INC. 427 S PERSHING AVE SAN BERNARDINO CA 92408-1320 GENTLEMEN: You are hereby being compensated for performing the additional work as follows: FINAL CHANGES OTY. UNIT DESCRIPTION OF CHANGES UNIT PRICE COST Item No. 1. I Over-excavate sub-grade under curb $3,520.08 $3,520.08 and gutter on both the northwest and southwest comer; replace wet soil with aggregate base Item No. 2. I Extend pipe and relocate existing air- $1,338.00 $1,338.00 vac relief valve behind new curb and gutter on the southwest corner Item No. 3. I Pot-hole 12" water main line $1,577.62 $1,577.62 Item No. 4. I Replace 2-inch "Corp" with I -inch $2,620.00 $2,620.00 "Corp" and lower entire piping for air-vac relief valve Item No. 5. I Purchase and install new saddle for $499.52 $499.52 12" water main-includes down time Item No. 6. I Labor to replace existing faulty air- $405.29 $405.29 vac relief valve and install City nrovided valve Net Amount Contract Change Order Number Three: $9,960.51 CHANGE ORDER NO. THREE TIPPECANOE AVENUE WIDENING (PHASE II) LAURELWOOD DRIVE (PHASE II) PER PLAN NO. 10373A. FILE NO. 1.7246-A WORK ORDER NO. 7377 MARCH I" 2004 PAGE20F3 JUSTIFICATION: Item No. t. Over-excavate Sub-l!rade Under Curb and Gutter The existing soil under Ihe new curb and gutter locations on the northwest and southwest comers of the intersection, in its natural state, was too wet (well above the optimum moisture content.) This condition made it necessary to remove two feet of soil and replace it with compacted aggregate base. The work was done on a time and material basis, at a cost of $3,520.08. Item No. 2. Extend Pipe/Relocate Existing Air- V ac Relief Valve It was necessary to relocate an existing air-vac relief valve up to the newly acquired right- of-wav. The work was done on an agreed price basis for $1,338.00. Item No. 3. Pot-Hole 12" Water Main Line The 12" water main in Laurelwood Drive is generally 4-5 feet deep, but rises near the Tippecanoe A venue end before tying into the main line in Tippecanoe A venue. The Water Department was concerned about its integrity during the street construction phase. To ascertain if any special protective measures would be called for, it became necessary to pot-hole the first 200 feet (approximately) to find the line's depth and profile. The work was done on a time and material basis at a total cost of$1,577.62. Item No. 4.&5. Lower Supply Line to Air-Vac Relief Valve and Install New Saddle on Water Main. As a result of the street pot holing described in Item No.3 above, it was found necessary to reduce the size and lower the pipe leading to the air-vac relief valve. The work was done on a time and material basis under two separate invoices for $2,620.00 and $499.52, respectivelv. Item No. 6. Labor to Replace Existing Faulty Air-Vac Relief Valve About two weeks after the air-vac relief valve line was lowered, as mentioned in Items No.4. & 5., the valve developed a substantial leak. Investigations made with the help of the Water Department concluded that the valve was faulty and not damaged by the contractor's operations. The City furnished the new replacement and the cost of the labor to install it was on a time and material basis. The cost oflabar was $405.29. SUMMARY OF CONTRACT COSTS: The estimated revised contract cost is as follows: $ $ $ $ $ 231,270.90 50,783.00 21,315.00 9,960.51 313,329.41 Original contract amount Contract Change Order No. One Contract Change Order No. Two Contract Change Order No. Three Revised Construction Contract Cost Additional time to complete contract due to this change order o days The amount of the proposed contract change order no. three represents 4.31 % of the original contract amount. The cumulative total of all contract change orders to date, including the proposed change order no. three, in the amount of$82,058.51 represents 35.48% of the original contract amount. The contractor has agreed to accept a change order in lieu of a Supplemental Agreement. Page 2 of3 CHANGE ORDER NO. THREE TIPPECANOE AVENUE WIDENING (PHASE II) LAURELWOOD DRIVE (PHASE II) PER PLAN NO. 10373A. FILE NO. 1.7246-A WORK ORDER NO. 7377 MARCH 1" 2004 PAGE30F3 HOLLAND-LOWE CONSTRUCTION, INC. CONTRACTOR Accepted By: Title: Date: Page 3 00 CITY OF SAN BERNARDINO DEVELOPMENT SERVICES Approved By: JAMES FUNK Director of Development Services Date: Approved by Mayor and Common Council Agenda Item No. Date Approved: March 1, 2004 1foffatuf-Lowe Construction} Inc. 427 S. PERSHING AVENUE SAN SERNARDINO. CA 92408-1320 (909) 889-5300 om.. (909) 889-5370 FAX EXTRA WORK BilliNG DATE: 11/4103 LOCATION: TiDDscanoe Avenue Wtdenina - Lauretwood Drive JOB NUMBER: 1094C rTEM NUMBER: WORK PREFORMED FOR: City of San Bernardino DESCRlPllON OF WORK: Over excavate curb arade, Dlace base and reQrade '''Y?'~ ':;'3'" LABOR HOURS RATE EXTENSION Foreman 6 $ 64.11 $ 384.18 000'- IS1noioht timel 6 $ 62.64 $ 601.12 Ooerater 1000r timel 0.5 $ 65.24 $ 42.82 LABOR SUBTOTAL: . 028." EQUIPMENT QTV HOURS RATE EXTENSION Pick-uo 1 6 $ 12.50 $ 78.00 Backhoe with ODerater (Con-Lee) 1 8 $ 107.00 $ S58.00 Skioloeder IH-L Bare) 1 3 $ 25.00 $ 78.00 Vibratorv Roller IH-L Barel 1 3 $ 37.50 $ 112.50 EQUIPMENT SUBTOTAL: . 1118.10 '-;,,,'\,.;' '. ".." MATERiAL UNIT QUANTITY RATE EXTENSION Base Material TN 122.69 $ 7.36 $ 903.00 MATERIAL SUBTOTAL: . 803.00 SUBCONTRACTOR WORK AMOUNT I SUBCONTRACTQRSUBTOTAL: COMMENTS: MARK.up SUMMARY TOTALS Per x-Ira work ticbt 2156 LABOR SUBTOTAL . ...... 25" LABOR MARK-UP . 232.10 EQUIPMENT SUBtOTAl $ 1118.50 '5" EQUIPMENT MARK-UP $ 117.78 MATERIAl.. SUBTOTAl.. $ 103.00 '5" MATERIAl MARK-uP . ,..... SUBCONTRACTOR SUBTOTAL '0% SUBCONTRACTOR FIRST $2000 5" SUBCONTRACTOR MARK-UP SUBTOTAL . 3.utA.22 '" BONO ..... TOTAL AMOUNT DUE $ 3.1120.08 . .B/2Si2BB3 11:56 9B9889537B HULLANU Luwt. lil'b I ,/ J{o{{antf-Lowe Construction, [tit:. 427 S. PershInt1 AvtlRue San BIIf71IIf'dinG, aA 92408-1/J20 TEL. (tJDg) 88IJ.58OO FAX (1J(Jg) 889-68TD LJc.nn# T09061 Octobu 28. 2003 City oCSao BeraardlDo 300 North D Stteet SaIl BemardIuo, CA 92418 AtteIItiooc Mr. H-y W"dIpIIl CollItruclioD IDSpcCtor kc; T"1pIleClIDDIl A_ WIdalblg (Pbue ll) - LaunloooodDriw (Phue 11) City ofSao s.-diDo - H-L lob No. 1094C b {.~ c,>1J'7 ...--- Dear Mr. WDIpIII, The prWe to nsIoelIle die ..mtias 8ir wc;uum III T"lJlpcamoo md Llllrelwood is u IbIIows: Lump Sum 51,338.00 .. p {)'f.-- ~~I.ly"'ICl ~ a.e./D~ :Jfolkntl-Lowe Construction~ Inc. aTa. JfHII'''r-a AY&HUE _-,CA__ 19G8l- _0IIkle 19G8l_lWl EXTRA WORK IIILUNG DAn!, 11113m3 LOCATIOIt T""*"'_A__-__OriYo .- _, '/094C flBI _ WORK,.fta"~FOR: CitYofSana.~_dil... DEICRII'11OHOF_ PoIhoIino_Ior_.....loll8l_Ior_.IltKidiII._ond__""'____ """'",F-.:;~F ",",7'~."{ ......... _ ...... 4 '".MI - TeomsIer lABOR 1UBlO1'~ .... --,--~",--:'-i ~ .enI -lEI". 1m' - ti'IE - 1 . $ 25.00 $ - -- 1 1 $ 110.00 $ 1111.110 s_ H~ I 5 $ a6.<<l . 1- - 1 c5.5 $ ~.OO $ 2I7Jl0 RenIocI L_lW&Sl I 5.5 1 43.20 , m.- - I I $ 9.50 $ .11.10 ....... , It '.~i!(':r~,;;",- j;1:;;',l>1,;;:r;iJ tMmIIM. i1IlIIr ~ MYE ::EX!BlIlIIBI!I ffi .ui5 35.00 $ 'tiIUI T SUBCON11ItAC1'OR WORK --.....1 -.. I - -- lUTAL .tWOUN1'UUE Per IHAI 'MJA( tiet 2158 ...,. - li/2003 17:36 9098895370 HOlLAND LOWE CONST PAGE 02/02 .. J{o{{o:tuf-Lowe Construction, Inc. 427 S. Ptirtlhing A venue San Bernsrdlno, CA 92408.1320 TEL. (909) 889-5800 FAX (909) 889-5370 License # 709051 NCMOIber 21,2003 City of San BemanIino 300 Nonh D Street SlInBemardino, CA 92418 AttaItioa: Mr. Bemy W"Ulg8OO Collltrudion bIspecIor Ro: TIppec:anoo A_ W"rdeaina (PIIa8e II) - LauJelwood Drive (Phue II) c~ of San BemarcIioo - B-1. lob No. 1094C Dear Mr. WIIII!!KJI1, The price to lll'CAvste. remoV1O 2" Corp &; reduce to I" & recoDnea t" exislill& 2" air reIeue It Tippeol_ IIId Laure1wood is as fulIows: Lump Sum $2,620.00 . rJ F , "J ",;'1( Ho04rul-Lowe Construction, Inc. ti78._A_ ---,~-- 19U9l888 _0lIl0e {809j 888-iI71Il'1Q( EXTRA WORK BIlUNG ...."., 1213103 ~OCA_ T_A__-1.eufeIwoocI0rM .J08 ~: 10lMC fftM -NUMMft; WORK..--:.r\HVIICU fOR: Citv of &In ....4-4l_ DEllCIIIPTIONOF-= _1IIld__for_.__ __.___ .____..u .."'''....'---..-....-. L\IIOR -- ....'" 'CA. JON u.BOR 8UIIf01'AI.: :jl$i4:-1;..c,"<,f")f'j:,:~ ~.:Il7;i;i;_E,ii_tl~, 1m' -- """" &UIR01'AI.: ~?":4:;f,,-W;~ij1;'; y..~:-"l;;,i4;W>;ti' ~... tIU.~ ..,. ~ WSS EWa Wort< Tlc:ket lI827 SUBOON11b\CTOR WORK ti......-nwtR:ACTORSU8'fOT.tL~ l: -:1 SliBOOHfAACfORflRSf I - PerHtlWlR ...~ "" -- TOtAl. AMOUNT DUE s -.c . 1fDtUzntf.-Lowe CDnstnu:tion~ Inc. Ula.,.___ ___.1:1\__ 19UIIl_ _ 0IIi0e 19UIIl~lWl EXTRA WORK BIU.ING llAn!, 12116103 L0CA1'KlIr. T_... A_ Widenit1II- t_ Driwt _ _,1O!l4C .-- WORK r__---.. FOR: Citv of san s.r.dinD OEllCRIP11OHOF_ ~exiIlinlI oIr_ UIIOR - M11! ~, \MOR BUIR'OTAL: kq'.""^#i'~;.Yi;j -'O"'.ii;,g,j;,;t,i.[ muo lIEf..,.. 1m' -- ....... ~I- llH SUBTOTAL: ""'~i'~,1;;;"S"';;'- ---'iJi!.~ ...- 1Hf ...-mY ....... ..et... .......,..TM............... I: -:1 WSS Extra Wortc TkkMMQ55 QUAf".tu.tm.w:mR WORK - - JIel"..n.WOl'ktilll::M4I - 1 TOTALAIIOUNTOUE $ ..... .... ...