Loading...
HomeMy WebLinkAbout15-Public Works C~~Y OF SAN BER"ARDINO~ REQU;ST N~06R5~~UNCIL ACTION From: ROGER G. HARDGRAVE Dept: Public Works/Engineering Approva1.iil;f,.,C_hp..nge Order No. TWO Subject: - Repla,ging' Flie1'!;f.i'p~,o.g at Fuel- ing Stat'wu:.'.in, ",City "tard, per Plan No. 7764 --KEBCO~ INC. ,. I . -.'-r Date: 6-21-90 Synopsis of Previous Council action: June, 1989 11-20-89 02-19-90 06-04-90 -- Allocation of $20,000 Budget for the Motor Division Budget. Resolution No. 89-468 adopted, awarding a contract for the low bid price of $65,990. Change Order No. One approved to authorize the Contractor to conduct soil borings and test the four tanks, for an increase of $24,404.00 in the contract price, from $65,990.00 to $90,394.00. Resolution No. 90-215 adopted, executing an agree- ment with u.s. Waste Thermal Processing for cleaning stockpiled contaminated soil. allocated in the Pool Fund in the 1989/90 Garage Racommended motion: That Change Order No. Two to the contract with replacing fuel piping at the fueling station in accordance with Plan No. 7764, be approved; in contract price of $36,391.94, from $126,785.94. Keeco, Inc. for in City Yards, for an increase $90,394.00 to cc: Marshall Julian Andy Green Bob Torbitt Contact person: Phone: 5025 Supporting data attached: FUNDING REQUIREMENTS: Roqer Hardqrave Staff Report, CCO 112 Ward: 1 Amount: $36,391.94 (,S> S'3c't Source: (Acct. No.) ~311-S68J4 \'f"1oj-=" 6J~~i- . (Acct. Descriotionl Fuel sJ~m Finance: ~ JJ~ Council Notes: 75-0262 Agenda Item No /5 . -CI;'~ OF SAN BER,QRDINO - REQUEST IdR COUNCIL ACTION STAFF REPORT Page 1 of 2 At the direction of the County Environmental Health Services Department, and as approved by Council on 2-19-90, a si te assessment was conducted to determine the extent of the soil contamination in the vicinity of the four existing 12,000 gallon fuel tanks at the City Yard. Based upon the results of the site assessment, the County Environmental Health Services Department directed the City to excavate and dispose of all contaminated soil which is accessible without removing the underground tanks on the overhead canopy. The contractor excavated and stockpiled the contaminated soil. All work was monitored by a geologist, as required by applicable regulations. The geologist tested the levels of contamination of the soil in the stockpiles, and also the levels of contamination of the soil which was inaccessible, and, therefore, left in place. A report has been presented to the County Health Department as required. This report will be used by the County to develop a testing schedule, in order to assure that the remaining contaminants do not affect the ground water. Contamination of the ground water would certainly result in removal of the tanks, the overhead canopy and all of the remaining contaminated soil, at considerable expense. In order to perform the excavation of the contaminated soil, it was necessary to remove the existing vent and vapor recovery return lines. After these lines had been removed, it was determined that they did not meet current code requirements and that they were in a deteriorated condition. The existing lines could fail under tank testing procedures and erroneously indicate a tank failure, and possibly release contaminants into the soil. The Contractor replaced the vent and vapor recovery return system with fiberglass pipe and code required fixtures. Underground conduits servicing the ground water monitoring wells were also installed providing a means of installing ground water monitoring probes in the future. The Contractor performed all work on a time and material basis. The cost to excavate and stockpile the contaminated soil is $13,965.05. The cost to perform all required testing of contaminants is $13,353.22. The cost to replace the vent and vapor recovery return system is $5,743.68. And the cost to install the underground conduits to the ground water monitoring wells is $3,329.99. The total cost to perform this work on a time and material basis is $36,391.94. Change Order No. Two will authorize an increase in the contract price of $36,391.94, from $90,394.00 to $126,785.94. 6-21-90 75.0264 . -CI;'~ OF SAN BER~RDINO - REQUEST ~R COUNCIL ACTION STAFF REPORT Page 2 of 2 Supplemental funds in the amount of $36,391.94 will be needed to finance the additional cost for Change Order No. Two. It is proposed to obtain these supplemental funds from reserve or bond funds that are presently available. In view of the urgency to complete this project and restore the full capacity for fueling the fleet, the Contractor has been directed to proceed with the extra work. We recommend that this action be affirmed by approval of Change Order No. Two. 6-21-90 75.0264 . Project: Plan No. RePlaCino;uel Piping at City ling Station in City rds. o Date: 6-21-90 File No~.54-3 ENGINEERI", DIVISION DEPARTMENT OF PUBLIC WORKS CITY OF SAN BERNARDINO, CALIFORNIA CONTRACT CHANGE .ORDER NO. !!!Q.. (Change necessitated because of field conditions) TO: DECO, INC. P. O. Box 210 Long Beach, CA 90801 Gentlemen: You are hereby authorized and directed to perform the following extra work on a time and material basis: 1. Install conduit for monitoring well probes. $ 3,329.99 2. Remove & replace vent and vapor return line system with single well, fiberglass pipe $ 5,743.68 3. Excavate and stockpile contaminated soil as directed by the Engineer . . . . . $ 13,965.05 4. Sample and test residual and stockpiled soil for TPH, BTEX and Flashpoint as directed by the County Environmental Health Department '. $ 13,353.22 Total extra work cost added to contract .............................$ 36,391.94 Previous Contract Price .............................................$ 90,394.00 Amended Cost Price ..................................................$ 126,785.94 Additional time to complete contract due to change order ............Job duration CONTRACTOR: CITY OF SAN BERNARDINO: By: Title: By: ROGER G. HARDGRAVE Director of Public Works/City Engr. Accepted Date: Approved Date: