Loading...
HomeMy WebLinkAbout26-Public Works .oi. '. . Dept: Public Works ORIGINAL REQUEST FOR COUNCIL ACTION File No 7 10 10 Approval of Contract Change Order Subject: No. 18 - Improvement of Access Roads to Passenger Terminal and Parking at San Bernardino Trade Center & International Airport, per Plan No. 9283 --- -------RIVERSIDE CONSTRUCTION CITY OF SAN BERNARDINO - From: ROGER G. HARDGRAVE Date: 01-28-97 Synopsis of Previous Council action: 10-04-93 - Resolution No. 93-382 execute an application ministration for a grant. Resolution No. 94-68 adopted authorizing execution of approval and award of grant. Resolution No. 95-92 adopted authorizing Mayor to execute the amended grant application to EDA to finance road and parking lot improvements. Plans approved and authority granted to advertise for bids. Resolution No. 96-41 adopted awarding contract for the low bid price of $2,574,928.09. (Continued on second page) adopted to the authorizing the Mayor Economic Development to Ad- 03-21-94 04-03-95 10-02-95 ,01-22-96 Recommended motion: That Change Order No. 18 to the contract with Riverside Construction, for improvement of access roads to the passenger terminal and parking facilities for the San Bernardino Trade Center & International Airport, in accordance with Plan No. 9283, be approved; to authorize additional compensation for the removal and disposal of unknown asbestos material and the connection of water laterals on TJeland Norton Way, at the negotiated price of $7l,514.04~ from $2,723,673.32 to $2,795,187.36, as settlement in full of all outstanding claims. cc: Jim Monger, SBIAA Bill Bopf, IVDA Fred Wilson Barbara Pachon Bernie Kersey Contact person: t\fJMfN. Oii"iCt: Supporting data attached: Steven J. Enna Staff Report & C.C.O. #18 Phone: 5225 Ward: 1 ;;'9 JI.IlJI\1DI+Ji> flEQUI REMENTS: ADM.U~. v.t<'F1C~;' Amount: $71,514.04 (EDA Grant & SBIAA) Source: (Acct. No.! 242-362-5504-7038 29 .1'N 97 9: 5i Acct. Descri tion Access Roads & Parkin Lot Improvements - SBIA Finance: Council Notes: 75-0262 J../17/f7 Agenda Item No. ;{~ ". ~ .~ PUBLIC WORKS File No. 7.30-10 SYNOPSIS OF PREVIOUS COUNCIL ACTION: (Continued) 05-06-96 - Contract Change Order No. 2 approved to authorize addition- al compensation for delays and extra work due to conflicts with utilities, at an increase in the contract price of $25,448.31, from $2,579,828.09 to $2,605,276.40. 05-20-96 - Contract Change Order No. 3 approved to authorize additional compensation for extra demolition and removals, at an increase in the contract price of $36,770.00, from $2,605,276.40 to $2,642,046.40. 06-03-96 - Contract Change Order No. 5 approved to authorize addition- al compensation for extra work performed in the parking lot area due to conflicts with utili ties not shown on the plans, for a net increase to contract price of $20,000.00; from $2,645,557.08 to $2,665,557.08. 08-19-96 - Contract Change Order No. 13 approved to authorize the installation of an additional street light, 2 fire hydrants and 4 additional water services, for an increase in the contract price of $21,296.38; from $2,724,097.63 to $2,745,394.01. 1-28-97 . ~ . . CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT Page 1 of 2 The Contractor for improvement access roads and parking facilities, International Airport, submitted the additional compensation. of the passenger terminal for the San Bernardino following billings for Connect Existing Laterals to New Water Main - $ Remove Additional Asbestos Materials 29,400.48 56,812.02 Total Claim - $ 86,212.50 A new water main was installed. by this project, to replace the existing water main. The plans direct the Contractor to connect three (3) existing laterals to the new main, and install 14 laterals to terminate at a gate valve. A provision is included in the special provisions that the City Water Department will provide the bidders with the cost of connecting these laterals. However, this information was not available to the bidders. It was discovered during construction that the existing water laterals were not located as shown on the plans. Some of these laterals were actually located as much as 50 feet from the location shown on the plans, and of a different material and size. A portion of the claim contention that the bid for connecting these laterals to the is based upon the this project did new water main. Contractor's not include A report by a Consultant, on the presence of asbestos in the buildings to be demolished, was included in the special provisions. During construction, it was discovered that the report did not fully reflect the existence of all asbestos materials that had to be abated before the buildings could be demolished. The other portion of the claim is based upon the Contrac- tor's contention that more work was actually required to remove the asbestos than reflected in the Consultant's report. Several meetings have been held with the Contractor in an attempt to resolve this claim. The Contractor has agreed to delete the overhead and $1,000 from the amount for the water laterals, which will reduce this portion from $29,400.48 to $25,463.07. Also, $10,761.05 of the amount for asbestos has been determined not to be in accordance with the contract documents, which will reduce the claimed amount for this portion from $56,812.02 to $46,050.97. 01-28-97 75.0264 . '. CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT Page 2 of 2 All costs incurred by approval of Change Order No. 18 will be charged to Account No. 242-362-5504-1993, and financed from the following sources: Economic Development Administration Grant - 75% Inland Valley Development Agency 25% No City funds will be used to finance any portion of the cost for Change Order No. 18. In view of the ambiguities and inconsistencies in the plans and special provisions, we feel that our chances of pre- vailing through the stipulated conflict resolution process would be slim. Therefore, we recommend that Change Order No. 18 be approved, as settlement in full of all outstanding claims by the Contractor. This item has been discussed with Bernardino International Airport Authority, concurrence. staff of and they the San are in 01-28-97 75-0264 r - . . . PEDERAL PROJECT NO. 07-49-02680 CONTRACT CHANGE ORDER CHANGE ORDER NO. DATE: Agre_ent Date: 18 2/23/97 2/12/96 NAME OP PROJECT: PASSENGER TERMINAL ACCESS ROADS AND PARKING PACILITIES: SAN BERNARDINO INTERNATIONAL AIRPORT. CONTRACTOR: CITY OP SAN BERNARDINO RIVERSIDE CONSTRUCTION OWNER: The following extra work is to he performed, as directed hy the Resident Engineer, and the following changes are herehy made to the CONTRACT DOCUMENTS: 1) R_ove additional ashestos material located in Building Nos. 635,637,638,645,655,657,and 658 not indicated in the plans and specifications, at the renegotiated price of $ 46,050.97. 2) Tie the new water mainline into the existing water laterals not indicated in the plans and specifications, at the renegotiated price of $ 25,463.07. JUSTIPICATION: 1) During the ashestos &hat_ent of the huildings the contractor encountered ashestos material not identified in the plans and specifications. This unknown material was either hidden hehind the existing walls or not identified as containing ashestos at the time of hid. 2) The plans do not indicate that the contractor was to connect the existing water laterals to the existing huildings and the airport facilities adjacent to the project. This work was necessary in order to provide water service to these facilities. CHANGE TO CONTRACT PRICE: ORIGINAL CONTRACT PRICE: $ 2.574.928.09 CURRENT CONTRACT PRICE adjusted hy previous change Order: $ 2.723.673.32 The CONTRACT PRICE due to this CHANGE ORDER will he increased hy: The change Order will he at a cost of $ 71.514.04 Page 1 - , Contract Chanqe Order No. 18 07-49-021580 The NEW ESTIMATED CONTRACT PRICE includinq this CHANGE ORDER will be $ 2.795.187.3' CHANGE TO CONTRACT TIME: To Be Determined The CONTRACT TIME will be (increased) by To Be Determined calendar days. The date for completion of all work will be To Be Determined . Approvals Required: To be effective, this Order must be approved by the Pederal aqency if it chanqes the scope or objective of the PROJECT, or as may otherwise be required by the SUPPLEMENTAL GENERAL CONDITIONS. Accepted by: Riverside Construction Date Requested by: Steven EDna, Construction Enqineer Date Recommended by: Roqer G. Hardqrave Director of Public Works/City Enqineer Date Recommended by: Bill Bopf Inland Valley Development Aqency Date Recommended by: Jim Konqer San Bernardino International Airport Approved by: Pred Wilson Actinq City Administrator Economic Development Administration Approved by: Date Page 2