Loading...
HomeMy WebLinkAbout16-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. One to Dept: Development Services the Contract with David T. Wasden, Inc., for the O R I G 1 N A L Replacement of Sewer Manholes at Various Locations Date: April 26, 2006 in the City of San Bernardino (SW05-08) per project Plan No. 11341 and authorization for the Director of File Nos. 3.7472 Finance to amend the FY 2005/06 Budget. MCC Date: May I, 2006 Synopsis of Previous Council Action: Sept. 7,2004 Allocated, as part of the FY 2004/05 Capital Improvement Program (CIP), $80,000.00 in sewer line construction fund for Upgrade Clean-out Manholes to City Standard 48" Manholes. Aug. 15.2005 Adopt Resolution awarding a contract in the amount of $94,300 to David T. Wasden, Inc. and authorize the Director of Finance to amend the FY04/05 adopted budget to adjust funding to reflect bids received for the various components of the project. Recommended Motion: 1. Authorize the Director of Finance to amend the FY05/06 Budget by transferring $96,600 from the unallocated Sewer Maintenance Fund (Fund 132) to Account No.132-431-5505-7472, "Replacement of Sewer manholes at Various Locations" (SW05-08), and 2. Authorize the Director of Finance to amend the FY05/06 Revenue and Expenses budget in the Sewer Maintenance Fund (Fund 132) to add $23,700 from the San Bernardino Municipal Water Department per Item 1-9 of the change order, and 3. Authorize the Director of Development Services to execute Change Order No. One in the amount of $120,272.77 to the Contract with David T. Wasden for the "Replacement of Manholes at Various Locations" (SW05-08) per project Plan No. 11341. ~~ James Funk, Development Services Director Ken Fischer, Public Services Director Contact Person: Mike Grubbs, Engineering Manager/Field Engineer Phone: 5179 Supporting data attached: Staff Report and CCO # I Ward: FUNDING REQUIREMENTS: Amount: $120.272.77 Source: (Acct. No) 132-431-5505-7472 Acct. Description: Sewer Improvement Projects Finance: Council Notes: I I ..5 7 I I D{f , ' t 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. One to contract with David T. Wasden, Inc. for the "Replacement of Sewer Manholes at Various Locations in the City of San Bernardino" (SW05-08) per project Plan No. 11341, and authorization for the Director of Finance to amend the FY 05/06 Budget. Backl!:round: On September 7, 2004, the Mayor and Common Council allocated, as part of the FY 2004/5 Capital Improvement Program (Crp), $80,000.00 in the sewer line construction fund for "Upgrade Clean-out Manholes" to City Standard 48" Manholes. $78,300 was carried over and an additional amount of $50,000 was allocated in the FY 05/06 CIP for a total funding amount of approximately $128,300. On August 15, 2005, a contract was executed with David T. Wasden, Inc. in the amount of $94,300 for "Replacement of Sewer Manholes at Various Locations in the City of San Bernardino" (SW05-08) per project Drawing No. 11341. Contract Change Order No. One, in the amount of$120,272.77 consists of the following changes: ITEM NO. The removal of existing railroad tracks and ties at the intersection of 4tll St and "D" St, 5th St and "D" St, & 6th St and "D" St needed to be executed prior to 1-1; 1-5; 1-6 any work being continued in the replacement of these manholes. The need to remove these tracks was unforeseen; the tracks and ties are no longer the responsibilitv of the railroad. Additional excavation at 5th St and "D" St, 4th St and "D" St, & 4tn St and "F" 1-2; 1-7; 1-8 St was necessary due to existing conditions of the existing sewer clean-outs being longer than anticipated, and not indicated on the Specifications originally written for this proiect. Installation of sewer casing was needed for support and for safety requirements 1-3 when crossing utilities. Some of the utilities were shown on the original Specifications, and some were not noted. Hand excavation was necessary for this Item. Additional excavation with a chipping hammer was necessary due to the extra 1-4 thick concrete poured to support the existing c1eanouts. This needed to be removed before continuation of the renlacement of this manhole. Additional excavation for correction of the existing main line invert was 1-9 needed to continue beyond the original scope of work to straighten the main line under the existing clean-outs and create a better flowing system. Relocation of a 12" water line was necessary to continue with the project. The 1-9 Water Department has agreed to reimburse the City for any costs above $7,500 in relation to the relocation of a 12" waterline. Removal of debris that was not reflected in the original Specifications was 1-10 . needed to continue this project. The excess debris was classified as brick and concrete from a construction site. Removal and installation of brick pavers was necessary due to the additional excavation needed to remove the existing clean-outs. The clean-outs indicated 1-11 from research and field observations did not reflect the true conditions and extra excavation that was needed to remove them. The above brick pavers that were involved came out to 45.52 S.F.at a cost of $50.00 ner S.F. 2 CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION STAFF REPORT (Continued) Financial Impact: The estimated project cost is as follows: Original Amount $ 94,300.00 Contract Change Order No. One $ 120,272.77 Revised Construction Cost $ 214,572.77 Staff is proposing that this change order be funded from unallocated Sewer Maintenance Funds (Fund 132) and $23,700 from the Water Department. We recommend transferring $96,600 from the unallocated Sewer Maintenance Fund (Fund 132) to Account No.132-431-SS0S-7472, "Replacement of Sewer manholes at Various Locations" (SWOS-08). This will provide sufficient funding for the change order and will leave approximately $20,000 to pay outstanding bills, such as staff costs and construction material testing. Construction of this project is 100% completed. Sufficient funding for this Change Order will be available subject to approval of the recommended budget adjustments. Details of the changes involved are indicated in the attached copy of Change Order No. One. Recommendation: I. Authorize the Director of Finance to amend the FYOS/06 Budget by transferring $96,600 from the unallocated Sewer Maintenance Fund (Fund 132) to Account No.132-431-SS0S- 7472, "Replacement of Sewer manholes at Various Locations" (SWOS-08), and 2. Authorize the Director of Finance to amend the FYOS/06 Revenue and Expenses budget in the Sewer Maintenance Fund (Fund 132) to add $23,700 from the San Bernardino Municipal Water Department per Item 1-9 of the change order, and 3. Authorize the Director of Development Services to execute Change Order No. One in the amount of $120,272.77 to the Contract with David T. Wasden for the "Replacement of Sewer Manholes at Various Locations" (SWOS-08) per project Plan No. 11341. 3 DEVELOPMENT SERVICES DEPARTMENT CONTRACT CHANGE ORDER NO. ONE 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 FILE NOS. 3.7472 W.O. NO. 7472 DATE: MAY 1,2006 PROJECT: REPLACEMENT OF SEWER MANHOLES AT VARIOUS LOCATIONS (SW05-08), PER PLAN NO. 11341. TO: DAVIDT. WASDEN 1240 SAN CRISTOBAL DR. RIVERSIDE, CA 92506 GENTLEMEN: You are hereby compensated for performing the additional work as follows: I ITEM NO: DESCRIPTION OF CHANGE COST 1-1 Remove Existing Railroad Tracks and Ties at 4th Street & "D" Street $ 14,168.65 I 1-2 , Additional Excavation at 5th Street & "D" Street $ 5,184.16 : I 1$ 1-3 I 6,689.63 i Additional Excavation at 6th Street & "G" Street 1-4 I Additional Excavation at 6th Street & "E" Street $ 7 ,821.87 1-5 Additional Excavation at 6th Street & "D" Street $ 6,311.52 . 1-6 Additional Excavation at 5th Street & "D" Street $ 5,717.82 l 1-7 Additional Excavation at 4th Street & "D" Street $ 29,897.12 1-8 i Additional Excavation at 4th Street & "F" Street ,$ 4,097.76 i ! 1-9 I Relocate Existing 12-inch Water Main 1$ I 31,197.18 - ; I i$ 1-10 Remove Debris Around Existing Manhole at 5th Street & "E" Street 4,211.06 ! I 1-11 I Remove and Reinstall Concrete Pavers at 5th Street & "E" Street i$ 4,976.00 i I TOTAL COST CCO #1 $ 120,272.77 Change Order No. One Replacement of Sewer Manholes at Various Locations (SWOS-08), per Plan No. 11341 JUSTIFICATION: Item No. Item No. Item No. Item No. Item No. Item No. Item :'\0. , i Item I No. I i Item I No. i i Item '\0. Item No. Remove Existinl! Railroad Tracks and Ties At the intersection of 4th Street and "D" Street existing railroad trucks were buried beneath! the asphalt. It was necessary to remove the railroad tracks and ties to continue with the I excavation. All work corn leted on a time-and-material basis. I Additional Excavation at 5'h Street & "D" Street I At the intersection of 5'h Street and "D" Street the manhole and clean-outs were not I 1-2 configured and indicated on the approved specs. It was necessary to hand excavate to corn lete the tie-in. ' Install Sewer Casinl! At the intersection of 6'h Street and "G" Street, the contractor encountered unforeseen 1-3 conflicts with the existing sewer main and utilities. It was necessary to hand excavate to corn lete the sewer tie-in. All work was com leted on a T &M basis. Additional Excavation at 61h Street & "E" Street i At the intersection of 6'h Street and "E" Street, it was necessary to use a chipping hammer I 1-4 to remove excess concrete, which was poured around the clean-outs. All work was I com leted on a T &M basis. Additional Excavation at 6th Street & "D" Street At the intersection of 6th Street and "D" Street. the contractor encountered railroad tracts. 1-5 which were necessary to be removed prior to excavation and the existing sewer clean-outs I were not confi ured as er the lans and s ecifications. Additional Excavation at 5'h Street & "D" Street I At the Intersection of 5th Street and "D" Street, the excavation encountered railroad tracks, I 1-6 and clean-outs were not configured as per the plans and specifications. It was necessary I to remove the railroad tracks and tIes to resume excavation, and the contractor was forced ! to hand excavate the clean-outs to ensure he did not com romise the existing i eline. Additional Excavation at 4'h Street & "D" Street I As the clean-outs were excavated at 4th Street and "D' Street. it was determined that the 1-7 I existing sewer main was laid with an invert in the pipe. It was necessary to remove i additional pipe to correct the invert. The additional excavation required additional removal of the railroad tracks and lies. All work was completed on a T &~l baSIS.. '1 Additional Excavation at 4"b Street & "F" Street . 1-8 At the intersection of 41h Street and "F" Street, it was necessary to hand excavate around I utilities to remove the clean-outs, which were not as per plans and specifications. I i Relocate Existin!!: 12-inch 'Vater Main 1-9 I It was necessary to relocate a l2-inch water main at 4'h and "D" Street. This water main I was creating an invert in the sewer mainline. The S.B.W.D. has agreed to reimburse the CllY for all cost In excess of Sf.500. I Re~ove Debris Around Existin!! :\Ianhole at 5th Street & "E" Street 1-10 ' At the Intersection of 51h Stn:et and "E" Street. the contractor remmed and dlspo'l'd of concret~ and bm:k debrt>. Remove and Reinstall Concrete Pavers at SIb Street & "E" Street At the intersection of 5th Street and "E" Street additIonal bnck pavers were removed and 1-11' ! reinstalled to accommodate the additional sewer mainline work. The work \\as cllmpleted · at bid pnce per square ti:et (S50 per S.F. x 45.52 S.F.). AddlllOnal debns removal was! , complete on a T &M basis. 1-i 2 Change Order No. One Replacement of Sewer Manholes at Various Locations (SWOS-08), per Plan No. 11341 SUMMARY OF CONTRACT COSTS The estimated revised contract cost is as follows: Original Bid Amount. . . . .. .. . . . . . . . . . . . ..... .... ... . ... ........................$ Contract Change Order No. One. . . . . . . . . . . . . . . . . . . . . . . . . . . . . ....................$ Revised Construction Contract cost. . . . . . . . . . . . . . . . . . . . . . . . .. ....................$ 94,300.00 120.272.77 214,572. 77 Additional time to complete Contract due to this Change Order.......................... 45 Working Days ThiS change order represents 127% of the original contract amount. WASDEN CONSTRUCTION CONTRACTOR CITY OF SAN BERNARDINO DEVELOPMENT SERVICES Accepted Approved Hy: By: JAMES FUNK Director of Development Services Title: Date: Date: Approved by Mayor and Common Council Date: May I. 2006 Item No. 3