Loading...
HomeMy WebLinkAbout14-Development Services CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION From: James Funk, Director Subject: Authorization for the Director of Development Services to execute Contract Change Order No. Development Services Two to contract with David T. Wasden, Inc. . for 9th Street Storm Drain Improvements from November 8, 2004 OR\G\NA' Waterman Avenue to East Twin Creek LChannel per Plan No. 10676. Dept: Date: File No. 4.7429 MCC Date: November 15,2004 Synopsis of Previous Council Action: 09/15/03 Allocated $375,000 for 9th Street Storm Drain, Waterman Avenue to Warm Creek (SD04-12) in the FY 2003/04 Capital Improvement Program (CIP) budget. 11/03/03 Adopted resolution awarding contract to David T. Wasden, Inc. for 9th Street Storm Drain Improvements from Waterman Avenue to East Twin Creek Channel per Plan No. 10676. 09/07/04 Carried over 9th Street Storm Drain, Waterman Avenue to Warm Creek (SD04-12) in the FY 2004/05 Capital Improvement Program (CIP) budget. 10/04/04 Authorized the Director of Development Services to execute Contract Change Order No. One to the contract with David T. Wasden Construction in the amount of$10,894.66. Recommended Motion: 1. Authorize the Director of Development Services to execute Contract Change Order No. Two to contract with David T. Wasden, Inc. for 9th Street Storm Drain Improvements from Waterman Avenue to East Twin Creek Channel per Plan No. 10676 and to accept from San Bernardino Valley Municipal Water District reimbursement to the City for $82,974.00; and 2. Authorize the Director of Finance to amend the Fiscal Year 2004/2005 budget to increase the project expenditures in Account No. 248-368-5504-7429 by $82,974.00 and a corresponding increase to revenues in the amount of $82,974.00 in Account No. 248-000-4651-0000. M ~ 'fc/Z.- James Funk Contact Person: Mark Lancaster, Deputy Director/City Engineer Michael Wolff, Construction Engineer Phone: 5179 Supporting data attached: Staff Report & CCO #2 Ward: FUNDING REQUIREMENTS: Amount: $165,948.00 Source: (Acct. Nos.): 248-368-5504-7429 9th Street Storm Drain Improvements from Acct. Description: Waterman Avenue to East Twin Creek Channel Finance: Council Notes: Agenda Item No. CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION STAFF REPORT Subiect: Authorization for the Director of Development Services to execute Contract Change Order No. Two to contract with David T. Wasden, Inc. for 9th Street Storm Drain Improvements from Waterman Avenue to East Twin Creek Channel per Plan No. 10676 and to execute an agreement with San Bernardino Valley Municipal Water District for reimbursement to the City for $82,974.00. Back2found: On November 3, 2003, the Mayor and Common Council awarded a contract in the amount of $273,040 to David T. Wasden, Inc. for 9th Street Storm Drain Improvements from Waterman Avenue to East Twin Creek Channel. Once work was initiated, it was determined that specific additional tasks, as described in the attached change order, were necessary to properly construct the project. During the initial phase of construction, the City required the contractor to pothole existing utilities for the entire length of the storm drain project. During the potholing operation, it was discovered that the Water Department's as-built drawings for an existing 20-inch water main located in 9th Street at Bobbit Street did not show the water line in the correct location. Contrary to the drawing, the water line is in conflict with the proposed alignment of the 9th Street storm drain. During the period of time to redesign and relocate the 20-inch waterline, cost for asphalt, concrete and rebar increased significantly, thus increasing the cost to Bid Item No's 5, 6, 7, 8, 9 & 11. During the time period necessary to redesign the 9th Street storm drain, Wasden Construction was directed to demobilize and remobilize construction equipment and crews. Details of the changes are shown in the attached Contract Change Order No. Two. San Bernardino Valley Municipal Water District desires to share the cost of this change order so as not to delay or interfere with their contractor, who is installing the Baseline Feeder extension south pipeline. Also, sharing the cost of this change order facilitates both installation of the City's storm drain pipe, as well as the District's pipeline. Financial Impact: The total cost of Contract Change Order No. Two is $165,948.00. The City of San Bernardino will be responsible for $82,974.00. Account No. 248-368-5504-7429 has sufficient funds available to cover the City's $82,974.00 cost. The remaining $82,974.00 shall be the responsibility of San Bernardino Valley Municipal Water District (SBVMWD) and a budget amendment is needed to reflect this revenue and expenditure increase to the project. The City shall enter into an agreement with SBVMWD for their portion. 2 CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION STAFF REPORT (Continued) Recommendation: 1. Authorize the Director of Development Services to execute Contract Change Order No. Two to contract with David T. Wasden, Inc. for 9th Street Storm Drain Improvements from Waterman Avenue to East Twin Creek Channel per Plan No. 10676 and to accept from San Bernardino Valley Municipal Water District reimbursement to the City for $82,974.00; and 2. Authorize the Director of Finance to amend the Fiscal Year 2004/2005 budget to increase the project expenditures in Account No. 248-368-5504-7429 by $82,974.00 and a corresponding increase to revenues in the amount of$82,974.00 in Account No. 248-000-4651-0000. 3 ('j<~~ San Bernardino Valley Municipal Water District - 0 } 1350 SOUTH "En STREET - P.O. BOX 5906 - SAN BERNARDINO, CALIFORNIA 92412-5906 - (909) 387-9200 ~.....;;;' FAX (909) 387-9247 November 10, 2004 via email and U.S. Mail Mark Lancaster RCE Deputy Director/City Engineer Development Services Department 300 North "D" Street San Bernardino, CA 92418-0001 Subject: Proposed 24.fnch Stonn Drain Construction on 9'" Street concurent with the consIruction of the 78-inc:h Baseline reeder ExtensIon South Pipelne M~ Dear~ Since the beginning of this year, the San Bernardino Valley Municipal Water District (District) has been constructing its 78-inch diameter water pipeline known as the Baseline Feeder Extension South Pipeline (BLFES) through the City of San Bernardino. A portion of the BLFES will be constructed on the north side of 9" Street from Warm Creek to Wall Avenue. Throughout the oonstruction process, the Districfs Contractor, Steve BubaIo Construction (BubaIo), has been holding weekly meetings to provide progress and to resolve various issues. Mike Wolff on your staff has been regularly attending these construction meetings. Mr. Wolff has briefed the District and Bubalo on the proposed construction schedule of the 24-inch storm drain pipeDne that Will start at the Warm Creek Channel and proceed westerly along 9" Street Oust south of the centerline) to Waterman Avenue. It is our understanding that the storm drain project has a contractual duration of 45 working days, was awarded in May 2004 and was originally started July 5, 2004. Due to a conflict with a city water line that was shown incorrectly on the construction drawings, the storm drain project was stopped for the last several months. The City has recently resolved the conflict with the City water line and is ready for the storm drain contractor to resume work. However, by letter, the storm drain contractor is requesting payment of $165,948 which he has alleged are the costs that were incurred during the delay period. Of this amount, the City is willing to pay $82,974. Since the City's project is located just south of the centerline of 9" street and the District's project is located on the north side of 9" street, it appears that both projects cannot proceed adjacent to each other without completely closing 9" Street. However, if the City's contractor were to get started immediately, there is a poSSibil~ that they would be substantially complete with the storm drain before Bubalo begins work on 9 Street. To get the city's contractor back to work and to provide an incentive for timely completion, the District is willing to pay the balance of the alleged costs, or $82,974. The District's payment of the balance is conditioned on the following: 1. The City's contractor will not be paid the $165,948 until they have completed the work. 2. The District's check for $82,974 will be a joint check to the City and the City's contractor. 3. The City's contractor must execute the work in such a manner to stay ahead of and not conflict with BUbalo's work on the BLFES project. 4. The City will issue all approvals necessary so as not to delay the BLFES project on 9111 Street. EDWARD B. KILLGORE GEORGE A. AGUILAR Division I Division II Directors and Officers PAT MILLIGAN MARKBULOT STEVE COPELAN Division III Division IV Division V ROBERT L. REITER General MaDal!er Should the City be interested in this arrangement, please respond, in writing. In the meantime, please call Bob Tincher on my staff directly at (909) 387-9215 if you would like to discuss this matter further. Sincerely, ~ Robert L Reiter General Manager and Chief Engineer cc: Van Gelder, Fulfer, Tincher 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.ci.san-bernardino.ca.us ~M CONTRACT CHANGE ORDER NO. TWO FILE NO. 4.7429 W.O. # 7429 DATE: NOVEMBER 15, 2004 PROJECT: 9TH STREET STORM DRAIN IMPROVEMENTS FROM WATERMAN AVENUE TO EAST TWIN CREEK CHANNEL PER PLAN NO. 10676. TO: DAVID T. WASDEN 123 San Cristobal Drive Riverside, CA 92506 GENTLEMEN: You are hereby compensated for performing the additional work as follows: ITEM NO: DESCRIPTION OF CHANGE COST 1-1 Increase cost to construct 10 manholes (Bid Item #5) $ 5,250.00 1-2 Increase cost to reconstruct catch basin (Bid Item #6) 3,000.00 1-3 Increase cost for installation of 18" R.C.P. (Bid Item #7) 1,827.00 1-4 Increase cost for installation of 24" R. C. P. (Bid Item #8) 65,226.00 1-5 Increase cost for concrete collar (Bid Item #9) 600.00 1-6 Increase cost for installation of 36" R.C.P. (Bid Item #11) 430.00 1-7 Standby Time 54,677. 70 1-8 Overall Contract Cost Increase 34,937.70 Total Cost $ 165,948.00 JUSTIFICATION: Bid Item No's 5, 6, 7, 8, 9 & 11 During the preliminary phase of construction, it was necessary for the contractor to 1-1 pothole existing utilities. During the potholing operation, it was determined that an thru existing 20" water main was in conflict with the proposed alignment of the storm drain. 1-6 During the time period to redesign the storm drain and relocate the 20" water main, cost for asphalt, concrete and steel rebar have increased significantly, thus increasing the cost to Bid Item No's 5, 6, 7, 8. 9 & 11. S:\]ublic Works\RFCA's\2004 AII\II-15-04\CCO #2 to Wasden for 9th St Storm Drain\CCO#2-9th Street Storm Drain.doc Change Order No. Two Storm Drain Improvements Project - 9th Street Storm Drain from Waterman Ave. to East Twin Creek Channel. Standby Time 1-7 During the time period to redesign the 9th Street storm drain. Wasden Construction was directed to demobilize and remobilize construction equipment and crews. Overall contract cost increase of 10% due to additional increases in fuel, transportation and union labor costs. SUMMARY OF CONTRACT COSTS: The estimated revised contract cost is as follows: Original contract amount. . . . . . . . .. . .. . . . . .. .. . . .. . .. . .. . . .. . . .. .. . . . .. . .. . .. . . . .. . . . . . .. . .. . . . . .. $ Contract Change Order No. One................................................................ $ Contract Change Order No. Two................................................................ $ Revised Construction Contract Cost. . .. . .. . .. . . .... . . . .. . . .. . .. . .. . . . . . . . . . . . . . . . . . . . . . . .. . .. . . $ 273,040.00 10,894.66 165,948.00 449,882.66 Additional time to complete contract due to this change order.... .. . . .. . . . . . . . . . . . .. . . . .... 20 days Total cost ofe.e.O. No. I and e.e.O. #2 represents 64.77 % of the original contract amount. DAVID T. WASDEN, INC. CONTRACTOR Accepted CITY OF SAN BERNARDINO DEVELOPMENT SERVICES Approved By: By: JAMES FUNK Director of Development Services Title: Date: Date: APPROVAL BY CITY COUNCIL Item No. Approval Date: November 15.2004 2 David T. Wasden. Inc. October 08,2004 City of San Bernardino Engineering Dept.! Michael Wolff 300 North "D" St. San Bernardino, CA 92418 Proiect: 9th St. Storm Drain 10676 Dear Mr. Wolff, Per your request we have arrived at the following figures regarding the City delay of completing this project. We will accept a payment of$125,000. to be paid within 30 days of this letter. This price for delay is for the period of 07/16/04 through 01/15/05 only. This figure represents 25% of the actual stand -by charges that may be pursued (126 working days x $3905.55 per day). Any delay beyond 01/15/05 shall be paid at the daily rate (see attached). In addition there is to be a 10% contract price increase, due to inclement weather conditions at that time of year, as well as a contract working day extension of20 days. If the offer of$125,000. is not paid within the 30 days we will simply charge stand-by rates beginning on 07/16/04, for all labor and equipment to be used on the project per "Green Book" specifications. We will continue to charge the daily rate until which time we start the project. Because of such lengthy delays, it is also necessary at this time that material costs be renegotiated due to our suppliers increasing the cost to us. We are currently awaiting revised quotes from our suppliers. We will contact you with our revised line item amounts within the next couple of weeks. We feel that this offer is more than fair, as we have been very patient while waiting for the City to resolve its issues. We had counted on this project and have no other work scheduled at this time. We have also been unable to bid other work opportunities so that we could be available to start this project. This situation has caused a great hardship for our company. Sincerely, Ane Wasden David T. Wasden, Inc. 1240 San Cristobal Drive Riverside. CA 92506 Phone 909.686.34401 FAX ge'f.686.3036 '7'5/ DAViD T. WASDEN, INC. . DAIL,! EXTRA WORK REPORT REPORT No $ $ $ $ PROJECT JOB# DESCRIPTION OF WORK CIC LABOR EQUIPMENT,. MATERIAL TOTAL DATE PERFORMED DATE OF REPORT LABOR HOURS HOURLY RATE ADDITIONAL EXTENOEJ REG OT REG OT BENEFIT AMOUNTS Fo (" e t'Y\ a. (\ f""\ ~ '" p 10.. 'I e .. ~I Pi pe lo.~/er D; oe 10.,' lOr rT I tfl 1 t 1 ,( -'-10 '-I<O.dO 40 -?37 '-IO.S7 SUBSIST ANCE No. COMMENTS: @ ADDITIONAL COSTS SUBTOTAL I (043. ~o _ +20% MARKUP rr <? - loLJ.___ TOTAL LABOR -, I ~~.Lf _ EQUIPMENT SBY OPP. HRS. HRS. 'if ~ '8 ~ ?J P er do...~ f'I-e r dt\.'Y t' d I ~~r ~~\ SBY OP TOTAL COST COST 54- ~d- 3 ~ . loLf ~ 7. lo3 ~ Co - 63- a ~ . ~b y.._S d.-~5 I o~~_-_~~ :f1 _O'd EXTENDED AMour.j-;s ---rr...,-..;--'. ' .., .:>3.7 kL 3.J 7. 1 J._ d.~\-()'i ;}.I 3 -D4 a 3S. tP~ '14.~~ ~~? J...Q.O .o~ _~:HL:5.o -,Q Od ___L..:""L:-:___ ~.o..B Ex c.o.. V().:\o r q ~lo Loo..d e r l.f ~lo g g,~~ h () " ~ ~ ~~i~i (~ ~\\~IJ~"~K t~1~Q+~~~~eL~~rn' COMMENTS: SUBTOTAL +15% MARKUP TOTAL EQUIPMENT r~ '1 - :1 b ~t..(7_1~ J CIS.OLf MATERIALS Contractors Representative FOR OFFICE USE ONLY PO ON EST. No. CHECKED BY SUBTOTAL +15% MARKUP TOTAL MATERIAL TOTAL LABOR (A) 19J',. ~HL TOTAL EQUIPMENT (B) J S ~ s - 0 ~ TOTAL MATERIAL (C) 1 % FOR BONDING (D) ~ g . G7 TOTAL THIS REPORT 3q _S.t.li IF "eOVE RECORD IS COMPLETE AND CORRECT J. Representative MClrK David T. Wasden. Inc. October 18, 2004 City of San Bernardino Engineering Dept. / Michael Wolff 300 North "D" St. San Bernardino, CA 92418 Proiect: 9lh St. Stonn Drain 10676 Dear Mr. Wolff, Per your request please review the fol1owing charges / changes due to project shut down by the City: I) Stand-by charges from 07/19/04 - 08/05/04 (This represents the down time we encountered, before being able to start another project) 14 working days @ $3905.55 per day, equals $54,677.70. As stated by you, in our meeting on 10/08/04, we are expecting to go back to work on this project 11/01/04. So long as we are paid within 30days of this letter, and are able to return back to work on 11/01104, we shall find this figure acceptable and will not pursue any further charges for stand-by delays occurring before 11/01/04. We would also like to request an extension on the contract, of20 working days, due to the time of year we will now be installing this project. 2) Material cost increases have forced us to change our pricing on the following items. The new pricing is as fol1ows: Item 5 4025.00 ea. (Due to increased concrete and steel costs) Item 6 8000.00 Is. (Due to increased concrete and steel costs) Item 7 111.00 If. (Due to increased pipe and bedding costs) Item 8 81.00 If. (Due to increased pipe and bedding costs) Item 9 1600.00 ea. (due to increased concrete and steel costs) Item II 130.00 If (due to increased bedding costs.) There will be an overal1 contract cost increase of 10% due to inclement weather conditions during the fall and winter months, the additional cost of fuel for transporting materials, as well as to operate the equipment, and the increased cost of labor due to union pay raises. The new contract price, with al1 cost increases shal1 be $384,310.30 1240 San Cristobal Drive Riverside, CA 92506 Phone 909 .686.34401 FAX 909.686.3036 3) With regard to the adjustment requested on our quote to relocate the waterline on this project, there wiII be a reduction of $2767.84 for materials, if supplied by the City. (See attached materials quote.) Sincerely, Ane Wasden David T. Wasden, Inc. Street Address Address 2 City, ST ZIP Code E-mail address Phone number Fax or URL Sent by: NATIONAL WATERWORKS INC RUn Date 10/18/04 909 340 0241 j 10/18/04 12: 35PMjJeffax #338jpage 1/1 NATIONAL ~ATERWORKS, INC. DAVIt T WASDEN INC STOCK CORONA 1240 SAN CRISTOBAL DR RIVERSIDE CA 92506 Telephor-e: 951-686-3440 Fax: 951-686-3C36 NW''i'I - Corona CA 325 N Co~a Street Corona CA Tel~phone: 909-340-0170 .f 91720 Attention: CASH SALE 10/18/04 :aid ID: 9:5185 8"S!PHCN [.JATERIAL, SAN BERDO Page , -'- Sell Line Quan~ity Pe~ Description Net Price ElCtendec prics ***~****~************~.***.*** NATIONAL WATERWCRKS 325 N. CO~A STREET CORONA, CA. 91720 PRONS: 909-340-0170 FAX: 909-340-U241 BID DA~E:)~~~~ TIY.E: SUBm TTED B'!: ':-r J_ ,I5~A:~t::!L-<: ***y.****+****~+**..*r**.~*. ATTENTION: ~--~ ***~*******~***~.**.*.. 120 130 140 36 4 8 8T 6 1'J PR350 01 PIPE e/L EA 6 Me! 45 BEND e/L CP DI C15: EJI. 8" fl.:EGALUG W/ACC F/Dl llOB:lEC 11.14 66.63 36.19 401. 04 266.52 289.52 AIR VAC ASSY ::.60 EA JS79 8X2 :CP D/s BR SADrLE 72.73 72.73 OD 8.00-10.00 EA I-!15023 .., C8RP STOP MIPXC'l'SC 86.00 86.00 ... AWWA "lIP X CTS CaMP EA J:2611 2 90 BEND P.T CTS 77.99 77.99 FT 2XA!~' (K) SOF'l' COPPER 'ICE ING 9.39 187.80 ];:A 2 3RONZE GA.TE VALVE -'75 n.92 22.92 EA J2605 2 ADPT MIPXPJCTS 28.06 84.16 EA :2 STD GALV 90 BEND FrpXFIP 6.92 6.92 EA 2X24 srD GALV NIPPLE :'6.98 16.98 EA 2" ;l45C.l COMB.AIR REL VALVE 293.76 293.76 EA 1" ARMORCAST BOX WITH LID 8:'.20 152.40 MARKED LVV(lm 170 190 190 20 2:10 210 3 220 230 240 2 ~o 2 Subtotal: 1,968.76 Tax: Bid Total: 152.58 2,121.34 ~ R' -, ~i!- c 0\)":;> \ \ \-I, J-.) : ()\ '1) 300 QG--. -f 7if ',-- -b I>.~'i, I . ,,(1 < lj-,PAGE 1 Bid Proposal & COV ARRUBlAS BROS. CONST. INC 37369 DEEP WOOD DR. MURRIET A CA. 92562 (909) 600-17 51 (909) 600-4975 Fax Lie. No. 784171 TRACT NO. BID DATE _,_, DA TE j[)J lSJ 12.1-/ MBElDBEFILE#CCA6266 A!TN TO IJINI.f)TuJ ~- ~~~:i~~1~ffi ~~~?:~~~~;~:'~::".EL (951) t;~c.- '<I,/~D F ~'i"-.31>J.& O~RlDEV: C p -,., li. ... ""0I'01Ii TO MNISI1 YOUIl \.<\8OJ. ANI> MATD1AL AS/lOl'IIl _ ~l11<<i UIOIt rM:IS IIIOWll-' __ ~OlGnucnON Of ;;- ". ~ . . I?) A,I/Ulf/f)~ AirY w; r;-. TYl'.J_ DESO!VlQN REV/~kff j,J/v/C.F'. 1.l,~rAv.c;J--7il}~ 1.:\D jJA( !<;:/';"'-A) /)[:.241vJ:/) C;/} i"AJd /;Ii; AA/iTh/l;/1 J~. /'JJ:: ~",.:- M..a,.JU?lJ J...-~ j.J.tu .1m r~;" A. . C ))" em ThE l'1~1 f.111 fA i=' /i);:}':" 71) -. ,... -:. LJ(" J:: 'rf f)UIY .Il/On~_JAJLU 7))/') .J2v It; ~ '77l ~I,.~ri "771; "I'\,t--""-""'lr...- \. V · .1.. .1~---<~\)W) J\ 'lJ ~~r ... '" .r 1\ \ ....... ~ \ '" \ I 'llJ " \ UNIT PIUCE TOTAL mM NO. <)TY l AiD t: 11 ( J:w IJT)/l,t) ; -,A J\ jI,pr j,/ J; /1 L 11J() t'" fJm, Al J: T/=-' ~:::A.N')JA.J ( /1)f) .c;w..Q;,v ~"AJr>77J A;:: i- If ~?Al7T.)ll)- . /.J[),)tJ (:7AAA~1 ;i20T~ )(5 r/A!A-L C J"l/\ () J::.,4AJ); --II JI) J /'-'tJ 1"/ II /It-7'I ^ A') '"J7:.J 11" rJ n U'- J;: '~~ ''0 ~;, ','~ rcll-l~-l:1W 11:>''':> rr \A" ,,, , ;.r;:,'.a.. JOHNSON-B~M~ COMPANY '-~ to ,:;, ,'125 Ontario,* I'k~y.,~l;lriC>. CA 91:"64 (909) 980.2293 PAx (9Q9., 9tlO...130 '11\?"" ~' ::i;'...., --."\ NOYMl&Ier 4, 200.. Re: a'" 8tteet Storm [)rein $en eetnarGino. CA, At1n: Anne Wasdtn Deer MrI WaMen, This letter it \0 i"farm you the! dl.e to the unfort",*. ,nc"".lI\ ~.. tJI rebOr 8IId .- t~ In. induM'yunclltw... Blnc& June of 2004, the DIICln of ItCP Ileve .. inc,.uct foIIow8: The 1r Intn.UD by 22% T/'Ie 24" incr....1>y 32% w. ,.re torry ror any inconvenience Ih. causes. Thank Yl.U for YOllr UIlde'Ntdnt &?::f ~ I!~ V~ "'-1denI TDTilL P. B2