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 Change Order No. One to contract with Holland-Lowe Construction, Inc. for Tippecanoe Avenue Widening and Laurelwood Drive (Phase II) per Plan No. 10373A. MCC: October 6, 2003 Dept: Development Services Date: October 2, 2003 ORIGINAL File: I. 7153-II Synopsis of Previous Council Action: 06/16/03 Rejected all bids for Underground (Dry) Utilities along the Laurelwood Drive Realignment per Plan No. 10682. 07/07/03 Adopted resolution awarding contract to Holland-Lowe Construction, Inc. for Tippecanoe Avenue Widening and Laurelwood Drive (Phase II) per Plan No. 10373A and authorize the Finance Director to budget funds for this project. Recommended Motion: Authorize the Director of Development Services to execute Change Order No. One in the amount of $50,783.00 to contract with Holland-Lowe Construction, Inc. for Tippecanoe Avenue Widening and Laurelwood Drive (Phase II) per Plan No. 10373A. r~ James Funk Contact person: Michael Grubbs, Acting City Engineer Phone: 5179 Supporting data attached: Staff Report and CCO #1 Ward: 3 FUNDING REQUlREMENTS:Amount: $50,783.00 129-367-5504-7377 - $150,000 Source: (Acct. No.) 242-362-5504-7377 - $900,000 Finance: Laurelwood Reali2nment- Rosewood! HarrimanlLaurelwood Council Notes: Agenda Item No. I Co /0/&/63 CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Staff Report Subject: Authorization for the Director of Development Services to execute Change Order No. One to contract with Holland-Lowe Construction, Inc. for Tippecanoe Avenue Widening and Laurelwood Drive (Phase II) per Plan No. I0373A. Background: On July 7,2003, a contract in the amount of $231,270.90 was awarded to Holland-Lowe Construction, Inc. for Tippecanoe Avenue Widening and Harriman Place (formerly known as Laurelwood Drive), Phase II per Plan No. I0373A. The original contract called for widening of the Tippecanoe Avenue & Harriman Place intersection and upgrade of the existing traffic signal at that intersection. After start of construction, the contractor advised the City that, due to equipment ordering lead-time, delivery for the traffic signal poles and equipment would require approximately 18 to 20 weeks. This amount of lead time is not unusual and the Contractor, under terms of the contract, is entitled to a time extension for delays in delivery of materials. The signal mast arms were originally designed by the consulting traffic engineer for the narrower roadway; however, they were of inadequate length for the revised lane configuration. This situation further delayed the submittal of the order to the pole manufacturer and increased the cost of the project. The most recently available information from the contractor is that signal pole and mast arm delivery is scheduled for January of 2004. In order to accommodate the holiday shopping season, staff requested a proposal from the contractor to rent poles and mast arms and to install a temporary traffic signal in order to make the intersection fully functional for the holiday shopping season. The contractor submitted a proposal (copy attached) to supply and install the traffic signal per Revision No. 2 (modified poles and longer mast arms) in the amount of $43,000.00. The contractor also proposes to supply a temporary pole #7 for $7,783.00, which will be adjusted when the new pole #7 is delivered. The total cost of this change order is $50,783.00 and we anticipated that the work can be completed by the end of October 2003, in time for the holiday shopping season. Financial Impact: The cost of this change order exceeds the contingency amount of $34,680.00, which was approved as part of the award of contract by the Mayor and Common Council on July 7, 2003; however, there is sufficient funding in Account No. 242-362-5504-7377 (Laurelwood Realignment - Rosewoodl HarrimanlLaurelwood - Phase II) to cover the cost of this change order. The updated funding required for the remaining Phase II and Phase III of this project, based on actual bids, is as follows: Re Phases Laurelwood/Ti ecanoe Intersection 1m rovements Laurelwood/Ti ecanoe Widenin (Phase III) Estimated Remainin Cost to Com lete Laurelwood Extension Pro'ect Estimated Cost $ 350,000.00 $ 650,000.00 $ 1,000,000.00 2 CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Staff Report As part of the FY 2003!04 Capital Improvement Program, the Mayor and Common Council approved funding for the Laurelwood Realignment-Rosewood! HarrimanfLaurelwood project, consisting of a $900,000 no-interest loan from the Economic Development Agency (EDA) and $150,000 in 'h-cent sales tax funds. This provides a total funding amount of $1,050,000 for completion of Phase II and Phase III of this project. Recommendation: Authorize the Director of Development Services to execute Change Order No. One in the amount of $50,783.00 to contract with Holland-Lowe Construction, Inc. for Tippecanoe Avenue Widening and Laurelwood Drive (Phase II) per Plan No. I0373A. DEVELOPMENT SERVICES DEPARTMENT 300 North "D" . San Bernardino _ CA 92418-000 I Public Works/Engineering 909.384.5111. Fax: 909.384.5155 .. 110 CONTRACT CHANGE ORDER NO. ONE - FILE NO. 6.14-2-7270 DATE:OCTOBER6,~ PROJECT: TIPPECANOE AVENUE WIDENING AND LAURELWOOD DRIVE (pHASE II) PER PLAN NO. I0373A. TO: HOLLAND-LOWE CONSTRUCTION, INC. 427 S. PERSHING AVENUE SAN BERNARDINO, CA 92408-1320 GENTLEMEN: You are hereby compensated for performing the additional work as follows: ITEM NO: DESCRIPTION OF CHANGE COST Furnish all labor and material to install Traffic Signal at Tippecanoe A venue and Laurelwood Drive, complete in 1-1 place, in accordance with Specifications and Plans, Revision $ $43,000.00 No.2 and as directed by the Engineer at the Lump sum Price of Furnish all labor and material to install temporary Traffic Signal pole #7 at Tippecanoe Avenue and Laurelwood Drive, 1-2 complete in place, in accordance with Specifications and $ 7,783.00 Plans, Revision No.2 and as directed by the Engineer at the Lurnn sum Price of TOTAL COST CCO #1 $ $SO,783.00 JUSTIFICATION: After start of construction, the contractor advised the City that, due to equipment ordering lead-time, delivery for the traffic signal poles and equipment would require approximately 18 to 20 weeks. Changes were necessary to the design of the traffic signal, which further delayed the submittal of the order to the pole manufacturer. The most recently available information from the contractor is that signal pole and mast arm delivery is scheduled for January of 2004. In order to accommodate the holiday shopping season, staff requested a proposal from the contractor to rent poles and mast arms and to install a temporary traffic signal in order to make the intersection fully functional for the holiday shopping season. The contractor submitted a proposal (copy attached) to supply and install the traffic signal per Revision No.2 (modified Change Order No. One Tippecanoe Avenue Widening and Laurelwood Drive (Phase m Per Plan No. 10373A. poles and longer mast arms) in the amount of $43,000.00. The contractor also proposes to supply a temporary pole #7 for $7,783.00, which will be adjusted when the new pole #7 is delivered. The total cost of this change order is $50,783.00 and we anticipated that the work can be completed by the end of October 2003, in time for the holiday shopping season. SUMMARY OF CONTRACT COSTS The estimated revised contract cost is as follows: Original contract amount ._.. ................................ .............................$ 231,270.90 Increase due to CCO #1 ._..... .............................. .............................. 50,783.00 Total project cost ............. ............ ....................... .......................... $ 282,053.90 Additional time to complete Contract due to thIs Change Order ...............17 Working Days This change order represents 22.0% of the original contract amount, which exceeds the contingency amount of $34,680.00 approved as part of the contract award by the Mayor and Common Council at their regular meetings of July 7, 2003; therefore, an increase in the contingency amount will be needed to fund this change order. HOLLAND-LOWE CONSTRUCTION, INC. CONTRACTOR Accepted CITY OF SAN BERNARDINO DEVEWPMENT SERVICES Approved By: By: JAMES FUNK Director of Development Services Title: Date: Date: Approved by Mayor and Common Council Date: October 6, 2003 Item No. 2 . . No/I4ruf-Lowe Constnu:tion, 1m. 427 6. Penhlnt/A~ SIIn BtImIIf'd/nD. CA ,MlNJ-18Zf) TEL. (9011) 189 5300 FAX (rNJI)/J89 5370 Lk;eM. , 7D<<J$1 s.pt-'- 17. zom CityofSuB.-lino 300 Nonb D Street SIll Bc:mRiDD. CA !n418 A~. Mr. KaayW....... ec..ructioD lP171 J WI" 'b: Tljor ... A_ Wi II -...ll'buc U) - La.odlo....,d DlMI (Pbuc n) City atSla a....- ~"" - H-t. Job No. 1094C Dar Mr. W\apaII, Tho pUce to pailna tile work nquitalby tile DcIta:1 cbqa lO the pial fix' tbe tnIIic SigDaIt It TIp\I .... ... La.........cl is IS iIIowI; Lump Sum 143.000.00 . TIle pIIlle to .........., polo tn io IS illIowa: e LuIIIp Sum $7,713.00 Buell oa our diKl.......1II work IIIauI4 lie --.pI- prior lO taki&& dGIivay of.- pole 1#7. Iftbis illOt ...... lIlY wart ..... . '.. adler _ ckc:lric.! III&Y lie IlI1ljec:t 10 ~I.".... clue lO IIbor ex IIIIlaiaI iaI:nUm .. .. uakDowD III t1Iis 1iI& ~. .. lO tilt Joas lad liIlIe at tile _ pole tn. .... dao raPre lbIllbc aty a.-. OW' .~'-' .. to 5% .. SCM at tile work iI QlIIIPIeIed IS 1D0Md by tile IpO':l" --'-.. ia M'.Ghnft lO rIIiof at --..-...-. ad...... l'-al.Dtty. IS JIXlII IS posIibIc 10 criers _ lie pllcillIIIIS work .............