Loading...
HomeMy WebLinkAbout24-Development Services ~..~._---=,~- '~-"'-r'~=~"-'r" """~"-''''7'''"rf'''.T"',7,,j''''''''''''- .. ... CITY OF SAN BERNARDINO REQUEST FOR COUNCIL AcQRI GINAl From: James Funk, Director Subject: Authorization for the Director of Development Services to Execute Change Order No. Two to contract with Kalban Construction, Inc. for the Construction of ADA Access Ramps and Sidewalk at Various Locations (Phase VI) per Plan No. 10992B and authorization for the Director of Finance to amend the FY 2004/05 Budget. Dept: Development Services Date: May 10,2005 File No. 1.7202-B MCC Date: May 16,2005 Synopsis of Previous Council Action: 09-15-03 Council approved 2003/2004 CIP. (SS04-07) Construct Accessibility Improvements at Various Locations. 06-21-04 Rejected all bids for the Construction of ADA Access Ramps and Sidewalk at Various Locations, Phase VI - 2003/04 (SS04-07), per Plan No. 10992 and directed staff to re- advertise the project. 09-07-04 Council approved 2004/2005 CIP (SS-B) Construct Accessibility Improvements at Various Locations (Annual). 10-18-04 Rejected all bids for the Construction of ADA Access Ramps and Sidewalk at Various Locations, Phase VI - 2003/04 (SS04-07), per Plan No. 10992A and directed staff to revise the project and readvertise. 12-20-04 Resolution 04-392 awarding contract to Kalban, Inc., for the construction of ADA Access Ramps and Sidewalk at Various Locations, Phase VI, 2004/2005, (SS-B) per Plan No. 10992B. 03-21-05 Authorized the Director of Development Services to execute Change Order No. One in the amount of $54,610 to contract with Kalban Construction, Inc., for the construction of ADA Access Ramps and Sidewalk at Various Locations (phase VI) per Plan No. 10992B Recommended Motion: 1. Authorize the Director of Development Services to execute Contract Change Order No. Two in the amount of $76,185.25 to contract with Kalban Construction, Inc., for the construction of ADA Access Ramps and Sidewalk at Various Locations (phase VI) per Plan No. 10992B. 2. Authorize the Director of Finance to transfer $55,000 from Account No. 126-367-5504-7306 (Pavement Rejuvenation at Various Locations) to Account No. 126-369-5504-7202 (Construct Accessibility Improvements at Various Locations). ~J~ Contact Person: Michael Grubbs, Eng.Mgr/Field Engineer Michael Wolff, Construction Engineer Phone: 5179 Supporting data attached: Staff Report & CCO #2 Ward: All Council Notes: Amount: $ 76.200.00 Source: (Acct. No) 129-369-5504~7202 Acct. Description: SS-B Construct Accessibility Improvements At Various Locations (Annual) ~ A Finance: 6'~~ Agenda Item No. ~ FUNDING REQUIREMENTS: ,_, "C"~'C""O,~C' Fe " HI 11" - - ~---~-'>-'lf"rfli'r;:'r40":::"',,~''''~_~.,=, " CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION STAFF REPORT Subiect: Authorization for the Director of Development Services to Execute Change Order No. Two contract with Kalban, Inc. for the construction of ADA Access Ramps and Sidewalk at Various Locations (Phase VI) per Plan No. 10992B. Backe:round: On December 20, 2004, the Mayor and Common Council awarded a contract to Kalban, Inc. for the construction of ADA access ramps and "path of travel" sidewalk at various locations. During construction of the ADA ramps, it became evident that it would be beneficial to expand improvements to pick up damaged or missing curb, gutter and sidewalk segments. Also, some of the ramps could not be constructed as per the approved plan because of roots and trees, drainage problems, utility lines and existing storm drain infrastructure. These ramps were either eliminated or redesigned in the field. The ramps, which were eliminated, were replaced with ramps at alternate locations. The construction of the alternate ADA ramps required field design and adjustments to construction quantities. Financial Impact: Original Bid Amount $368,037.50 Contract Change Order No.1 $ 54,610.00 Contract Change Order No.2 $ 76,185.25 Revised Construction Contract Cost $498,832.75 Approximately $79,000 is available in Account No. 129-367-5504-7202 to cover the cost of Change Order Nos. 1 & 2 in the total amount of $130,795.25 leaving a shortfall of approximately $52,000. Additionally, there will be staff costs of approximately $3,000 to inspect the work involved in these change orders. Therefore, Staff is recommending that $55,000 be transferred from Account No. 126-367-5504-7306 (Pavement Rejuvenation at Various Locations) to Account No. 126-369-5504-7202 (Construct Accessibility Improvements at Various Locations) to cover the shortfall. Recommendation: 1. Authorize the Director of Development Services to execute Contract Change Order No. Two in the amount of $76,185.25 to contract with Kalban Construction, Inc., for the construction of ADA Access Ramps and Sidewalk at Various Locations (Phase VI) per Plan No. 10992B. 2. Authorize the Director of Finance to transfer $55,000 from Account No. 126-367-5504-7306 (Pavement Rejuvenation at Various Locations) to Account No. 126-369-5504-7202 (Construct Accessibility Improvements at Various Locations). 2 .,.. ".<c...... o o o '~.n.. "r" ...~T. r~.""'.-!.=..".. .......... ..... ......,.'''~ CC~~1f 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.sbcity.org CONTRACT CHANGE ORDER NO. TWO FILE NO. 1. 7202B W.O. # 7202 DATE: MAY 16, 2005 PROJECT: CONSTRUCTION OF A.D.A. ACCESS RAMPS AND SIDEWALK AT VARIOUS LOCATIONS (PHASE VI). TO: KALBAN, INC. 9075 Glen Oaks Sun Valley, CA 91352 GENTLEMEN: You are hereby compensated for performing the additional work as follows: ITEM NO: DESCRIPTION OF CHANGE COST 2-1 Increase Square Footage of Handicap Ramps $ 15,104.25 2-2 Increase Square Footage of Sidewalk $ 24,673.00 2-3 Increase Linear Footage of Retaining Curb $ 1,892.00 2-4 Increase Linear Footage of Curb & Gutter $ 23,000.00 2-5 Increase Square Footage of Spandrels $ 7,938.00 2-6 Increase Square Footage Commercial Drive Approach $ 214.50 2-7 Increase Asphalt Concrete Tonnage $ 3,363.50 Total Cost For Contract Change Order #2 $ . 76,185.25 JUSTIFICATION: Increase Square Footaae of Handicap Ramps During construction, it was determined that 25 % of the handicap ramps could not be 2-1 installed as designed. The handicap ramps, which were eliminated. were replaced with , ramps at different locations. These alternate ramps were field designed, resulting in an i increased SQuare footage of handicap ramps. , Increase Square Footaae of Sidewalk 2-2 As the handicap ramps were being constructed, it was determined that it was necessary to remove additional sidewalk to create a safe transition from the ramp to the existing sidewalk. ~"'''c,c'' ",ccc", _.-,c", ,,~ ._.~ " c~__,~,"",_~_cc,,__, " ,c,,,c,.,,,,_ _ . . Change Order No. Two CONSTRUCTION OF A.D.A. ACCESS RAMPS AND SIDEWALK AT VARIOUS LOCATIONS (PHASE VI) o o . 2-3 Increase Linear Footale of Retaininl Curb As the handicap ramps were being field designed. it was determined additional retaining curb was necessa to retain existin slo s behind the new handica ram s. Increase Linear Footale of Curb & Gutter When constructing a handicap ramp, it is necessary to remove damaged curb and gutter adjacent to the ramp and/or remove the curb and gutter if a cold joint is within 3 feet of the new ra . This eliminates existin curb and utter from floatin . Increase Square Footale of Spandrels It was determined in the field that the various spandrel adjacent to the newly constructed handicap ramps was in a state of disrepair. These spandrels were removed and replaced to create a safe transition for the ublic. Increase Square Footale Commercial Drive Approach The project required the installation of two commercial drive approaches for S.B.CF.C.D. The designed utilized the existing drive approach depression. The drive was field measured b the Public Works Ins ctor. Increase Asphalt Concrete TODDa2e With the increased removal of curb and gutter, the contractor was required to repair additional as halt concrete ad'acent to the curb and utter. 2-4 2-5 2-6 2-7 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............................................................ $ 368.037.50 54.610.00 76.185.25 498,832.75 Additional time to complete contract due to this change order.............................. 60 days This change order represents 20.7% of the original contract amount. KALBAN, INC. GENERAL ENG. CONSTRUCTION Accepted CITY OF SAN BERNARDINO DEVELOPMENT SERVICES Approved By: By: Title: JAMES FUNK Director of Development Services Date: Date: APPROVAL BY CITY COUNCIL Item No. Approval Date: May 16. 2005 2