Loading...
HomeMy WebLinkAbout20-Development Services e e e CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION From: Valerie C. Ross, Director Authorization for the Director of Development Services to Execute Change Order No. One with Hillcrest Contracting, Inc. for Street Improvements and Beautification Project on Victoria Avenue from 28th Street to Lynwood Drive (Phase I) (SS05-25), per Project Plan No. l11i19. Subject: Dept: Development Services Date: May 18, 2007 File No.: 1.7549; 1.7550; 1.7551 MCC Date: June 18, 2007 Synopsis of Previous Council Action: 10/04/04 Resolution No. 2004-322 was adopted, approving Agreement with San Manuel Band of Mission Indians for public improvement projects for tribal project impacts. Resolution No. 2005-08 was adopted, approving Agreement for Professional Services with Engineering Resources of Southern California to provide Civilffraffic Engineering Services for the Design of Street, Storm Drain, Traffic Signal and Sound Wall Improvements along Victoria Avenue from Highland Avenue to Lynwood Avenue. Adopt a Mitigated Negative Declaration and Mitigation MonitoringlReporting Program for the Victoria Avenue Street Improvement and Beautification Project and authorize the preparation ofthe final Plans, Specifications and Cost Estimate for Phase I construction. Adopted resolution awarding contract in the amount of $ 2,800,000 to Hillcrest Contracting, Inc. for Street Improvements and Beautification Project on Victoria A venue from 28th Street to Lynwood Drive (Phase I) (SS05-25), per Project Plan No. 11619. 01/10/05 04/17/06 10/02/06 Recommended motion: Authorize the Director of Development Services to execute Change Order No. One with Hillcrest Contracting, Inc. in the amount of $480,054 for Street Improvements and Beautification Project on Victoria Avenue from 28th Street to Lynwood Drive (Phase I) (SS05-25), per Project Plan No. 11619. '(dJM; t;. KH+- Valerie C. Ross Contact person: Mark Lancaster, Deputy Director/City Engineer Phone: 3305 Supporting data attached Staff ReDOrl & CCO No. One Ward: 4 FUNDING REQUIREMENTS: Amount: 5480.054 Source: (Acct. Nos.) 246-366-504-7549; 246-366-504-7550: 246-366-504-7551 Acct. Description: Public Improvement Funds Finance: COUNCIL NOTES: ~ /ltJ-DJ ;W Agenda Item No. . . . CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION 8T AFF REPORT Subiect: Authorization for the Director of Development Services to Execute Change Order No. One to Contract with Hillcrest Contracting, Inc. for Street Improvements and Beautification Project on Victoria Avenue from 28th Street to Lynwood Drive (Phase I) (8S05-25), per Project Plan No. 11619. Backl!round: On August 7, 2005, the Mayor and Common Council allocated funds, as part of the FY 2006/07 Capital Improvement Program (CIP), for street and beautification improvements on Victoria A venue from 28th Street to Lynwood Drive as Project No. SS05-25. The San Manuel Tribe has contributed $5,500,000 to the City of San Bernardino to address traffic impacts from its new casino on Victoria Avenue between Highland Avenue and Lynwood Drive. On October 2, 2006, Mayor and Common Council awarded a contract to Hillcrest Contracting, Inc. for Street Improvements and Beautification Project on Victoria A venue from 28th Street to Lynwood Drive (Phase I) (SS05-25), per Project Plan No. 11619. At the pre-construction meeting, it was determined that the proposed sound wall design using a 70 mph wind load would be insufficient in the area of construction. City staff directed the contractor to redesign the wall using an 80 mph wind load. The design difference made the footings closer together, which increased the footing size. During design, it was decided to grind the lip of the existing curb ramps to meet ADA requirements. If this was done, the ramps would not meet the minimum slope. The City required the contractor to remove the ramps and install new ramps that conform to the latest ADA regulations. When installing the proposed sound wall, it was found that the footings for the existing walls were extended out 2 feet, which caused the new sound wall to be located 2 feet closer to the curb. The meandering sidewalk, which had 2 feet of landscaping between it and the edge of the sidewalk had to be eliminated, also causing the irrigation lines to be sleeved. An unmapped 42- inch diameter storm drain line was discovered while excavating for the sound wall footings and was in conflict with the new sound wall and had to be relocated. Potholing of existing utilities was necessary to design the relocation of the storm drain. While potholing, it was discovered that hazardous material was under the existing street. The City requested that the material be removed. Our contractor provided traffic control and excavation for Brickley Environmental, who was certified to remove hazardous material, then closed, compacted and paved the above- mentioned site. Power for the new traffic signal had to be relocated, due to SCE location of an existing source of power approximately 530 feet further than anticipated. In order for the signal to operate, the City chose to have the contractor install the needed conduit. Change Order No. One, in the amount of $480,240 consists of the following changes: Item No. 1-1 Item No. 1-2 Decrease post spacing from 24 feet on center to 8 feet on center. Construction of additional sidewalk, curb and gutters and convert spandrel. 2 e e e I CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT - Continued Item No. 1-3 Item No. 1-4 Item No. 1-5 Item No. 1-6 Item No. 1-7 Item No. 1-8 Installation of irrigation sleeves. Additional surveying. Install 3-inch conduit. Aided in the hazardous material removal. Pothole utilities from proposed storm drain. Construct new 42-inch storm drain. The contractor just recently provided the documentation to support the change order. Financial Impact: The estimated project costs are as follows: Ori inal Contract Amount Contract Cban e Order No. One Revised Construction Cost $ 2,409,529.20 $ 480,240.00 $ 2,889,769.20 Change Order No. One is $19.93% of the original contract amount. Originally, the project budget was $5,500,000. After deducting engineering and construction costs of the Phase I, the remaining budget was $2,684,400. After this change order, the remaining budget will be $2,204,160. This amount, plus the interest accrued from the original deposit in October, 2004 (estimated at $600,000), should be sufficient to complete Phase 2 of the project. Recommendation: Authorize the Director of Development Services to execute Change Order No. One with Hillcrest Contracting, Inc. in the amount of $480,054 for Street Improvements and Beautification Project on Victoria Avenue from 28th Street to Lynwood Drive (Phase I) (SS05-25), per Project Plan No. 11619. 3 e e e DEVELOPMENT SERVICES DEPARTMENT 300 North "0" 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. ONE FILE NO. 1.7549,1.7550,1.7551,1.7552 W.O. # 7549, 7550,7331,7332 DATE: JUNE 18,2007 PROJECT: STREET IMPROVEMENT & BEAUTIFICATION PROJECT VICTORIA AVENUE, PHASE I, 28TH STREET TO L YNWOOD DRIVE (SS05-25), PER PROJECT PLAN NO. 11619 TO: HILLCREST CONTRACTING, INe. P.O. BOX 1898 CORONA, CA 92878-1898 GENTLEMEN: You are hereby compensated for performing the additional work as follows: ITEM NO: DESCRIPTION OF CHANGE COST 1-1 Decrease Post Spacing from 24 ft. on Center to 8 ft. on Center $ 70,203.97 1-2 Construct Additional Sidewalks, Curb and Gutter & Concrete Spandrels $ 33,389.89 1-3 Install Additional Irrigation Sleeves $ 10,395.00 1-4 Additional Surveying $ 7,970.00 1-5 Install 3-inch Conduit $ 24,191.80 1-6 Aided in the hazardous Material Removal $ 18,576.84 1-7 Pothole Utilities for Proposed Storm Drain $ 19,229.65 1-8 Construct New 42-inch Storm Drain $ 296,282.85 Total Cost For Contract Change Order #1 $ 480,240.00 Justification 1-1 , Decrease Post Spacinl! from 24 ft. on Center to 8 ft. on Center The original design for the sound wall was based on a 70-mph wind load. The wind load criteria on Victoria Ave. is 80 mph. Using the 80 mph wind load, the spacing of the . vertical post was decreased from 24 ft. on center to 8 ft. on center; therefore, requiring I additional posts and footings. I e e e Change Order No. One Hillcrest Contracting, Inc. - Street Improvement & Beautification Project on Victoria Avenue, Phase!, 28th Street to Lynwood Drive (SS05-25), per Project Plan No 11619. Construct Additional Sidewalks. Curb and Gutter & Concrete Soandrels During construction, it was detennined that there were numerous existing wheelchair ramps, which did not confonn to A.D.A. standards. The approved plans and 1-2 specifications required these ramps to be field ground for repairs. The field grinding would not bring the ramps into A.D.A. compliance; therefore, the contractor was directed to remove and replace the ramps. Additional 1,023 feet of sidewalk was removed to accommodate the construction of the sound wall. This additional 1,023 feet of sidewalk was not shown for removal and replacement on the aooroved olans. Install Additional Irril!ation Sleeves Originally, the new sidewalk was designed to meander between the back-of-curb and face 1-3 of new sound wall. It was necessary to modifY the sidewalk design, as the area between the curb and wall was not as wide as shown on the plans. This modification required additional sleevinl! under the sidewalk for the proposed irril!ation lines. Additional Survevinl! 1-4 The new design of the sound walls required the post to be on 8-feet center rather than 12 ft. on center. This reauired additional surveying to detennine too of wall elevations. Install3-incb Conduit A new traffic signal is to be constructed at Lynwood St. and Victoria Ave. The approved 1-5 plans did not indicate electrical feed from S.C.E. The contractor was directed to install 530 ft. of 3-inch conduit to provide electrical power from the S.C.E. hand hole to the Meyers cabinet. Aided in tbe Hazardous Material Removal 1-6 Hillcrest Contracting, Inc. was potholing for utility location and discovered a buried hazardous waste (asbestos). The contractor was directed to aid in the removal of the hazardous waste. Potbole Utilities for Prooosed Storm Drain During construction, it was discovered that the existing stonn drain was located next to 1-7 existing block wall. This is the same location as the new footing for the new sound wall. The contractor was directed to pothole the existing utilities to provide vertical and horizontal control for the desiJm of a new stonn drain. Construct New 42-incb Storm Drain 1-8 The existing stonn drain was located in the parkway on the west side of the street. The location is the same alignment as the proposed sound wall. A new stonn drain was designed and to be installed in the northbound lane of Victoria Ave. SUMMARY OF CONTRACT COSTS: The estimated revised contract cost is as follows: Original contract amount ......... ... ... ... ..... ....... ...... ...... ...... ...... ...... ...... ....... $ Contract Change Order No. One ................................................................ $ Revised Construction Contract Cost ... ...... ...... ...... ... ... ... ... ...... ......... ... ...... ... $ 2,409,529.20 480.240.00 2,889,769.20 Additional time to complete contract due to this change order............................. 50 Working days This change order represents 19.93 % of the original contract amount. 2 . . . Change Order No. One Hillcrest Contracting, Inc. - Street Improvement & Beautification Project on Victoria Avenue, Phase I, 28th Street to Lynwood Drive (SS05-25), per Project Plan No 11619. HILLCREST CONTRACTING, INC. Accepted By: Title: Date: CITY OF SAN BERNARDINO DEVELOPMENT SERVICES Approved By: VALERIE C. ROSS Director of Development Services Date: APPROVAL BY CITY COUNCIL Item No. Approval Date: June 18. 2007 3