Loading...
HomeMy WebLinkAbout14-Development ServicesCITY OF SAN BERNARDINO -REQUEST FOR COUNCIL ACTION Subject: Authorization to execute Change From: James Funk, Director Order No. One to contract with Holland-Lowe ~ - ~ Construction, Inc. for pavement rehabilitation Dept: Development Servic~ i , o ~ ` ~ ~ i ~ on Highland Ave. from Siena Way to Waterman Ave., Waterman Ave. from Base Date: July 31, 2002 Line St. to 9`" St., Foxcrofr Way from Heritage Lane to Commercial Rd. and 9'" St. from File: 1.7222 Arrowhead Ave. to Waterman Ave., per Plan No's .10294 & 10264A, authorization for the Purchasing Manager to increase the Project contingencies by $19,709.47, from $40,000.00 to $59,709.47, and authorization for the Finance Director to amend the FY 2001/02 and 2002/03 Capital Project Budget. 08/19/02 Synopsis of Previous Council Action: 07/9/01 Allocation of $625,000 in the 2001/02 Capital Improvement Program (CIP) for Highland Ave. from Sierra Way to Waterman Ave., Waterman Ave. from Base Line St. to 9'" St., Foxcrofr Way from Heritage Lane to Commercial Rd. and 9`" St. from Arrowhead Ave. to Waterman Ave. (Account Nos. 135-378-5504-7222, and 129-367-5504-7200). 12/03/01 Adopted Resolution No. 2001-359 awazding construction contract to Holland-Lowe Construction, Inc. in the amount of $257,980.28. --. Recommended Motion: 1. Authorize the execution of Change Order No. One in the amount of $59,709.47 (including increases in contract quantities) to the contract with Holland-Lowe Construction, Inc. for pavement rehabilitation on Highland Ave. from Sierra Way to Waterman Ave., Waterman Ave. from Base Line St. to 9`~ St., Foxcrofr Way from Heritage Lane to Commercial Rd. and 9'" St. from Arrowhead Ave. to Waterman Ave., per Plan No's .10294 & 10264A. 2. Authorize the Purchasing Manager to increase the contingency amount in Purchase Order No. 995541 to Rolland-Lowe Construction, Inc. by $19,709.47, from $40,000.00 to $59,709.47. 3. Authorize the Finance director to amend the 2001/02 and 2002/03 Capital Project Budget by transferring $47,000 from Account No. 129-367-5504-7200 (9~' Street-Pavement Rehab.) to 129- 367-5504-7222 (Waterman Avenue Pavement Rehab.) toQc~orrect"'f'or increased costs. F rr~ .~. Contact person: Michael Gmbbs, Field Engineer Phone: 5179 Supporting data attached: Staff Report and CCO kl Ward(s): 1, 2, 3, & 7 FUNDING REQUIREMENTS: Amount: R59,709.4R Source: Acct Nos. 135-378-5504-7222, 129-367-5504-7200 & 7222 Acct. Description: Highland Ave., Waterrnan Ave., Foxcrofr Way, etc. g~i~ oa-- Agenda Item No. CITY OF SAN BERNARDINO - Finance: Staff Report Subject: Authorization to execute Change Order No. One to contract with Holland-Lowe Construction, Inc. for pavement rehabilitation on Highland Ave. from Sierra Way to Waterman Ave., Waterman Ave. from Base Line St. to 9`" St., Foxcrofr Way from Heritage Lane to Commercial Rd. and 9" St. from Arrowhead Ave. to Waterman Ave., per Plan No's . 10294 & 10264A, authorization for dte Purchasing Manager to increase the Project contingencies by an additional $19,709.47, from $40,000.00, contained in the original contract award, to the pre-approved sum of $59,709.47, and authorization for the Finance Director to amend the FY 2001/02 and 2002/03 Capital Project Budget. Background: Bids for pavement rehabilitation on Highland Ave. from Sierra Way to Waterrnan Ave., Waterman Ave. from Base Line St. to 9" St., Foxcrofr Way from Heritage Lane to Commercial Rd. and 9'" St. from Arrowhead Ave. to Waterman Ave. were received on November 6, 2001, and a contract in the amount of $257,980.28 was awarded to the lowest bidder, Holland-Lowe Construction, Inc. on December 3, 2001. The original summary Engineer's Estimate for this project was $369,000.00. In addition, Holland-Lowe was awarded a contract for the rehabilitation of Cluster Street, Pershing Avenue and Mt. Vernon Avenue at about the same time. As a result of some field revisions, that project was completed at a cost of $5,771.661ess than the original bid amount. During the construction of the Highland Avenue project, however, certain changes were necessary to assure a satisfactory fmished project. Change Order No. One in the amount of $59,709.47 represents a reasonable cost for the application of required crack sealing, pavement overlay, and rubberized pavement overlay, over and above the contract quantities as detailed in the attached change order form. The cost of this change order exceeds the project contingency of $40,000.00, intended to cover necessary change orders, originally approved by the Mayor and Common Council. Sufficient funds exist in the project accounts to cover the cost of this increase, therefore, staff recommends that the Purchasing Manager be authorized to increase the contingency amount to $59,709.47. The project is complete and has been accepted and there will be no additional costs beyond this change order. Financial Impact• Adequate funding for the cost of change order is available from the FY 2002/2003 budget in Account Nos. 135-378-5504-7222 (Highland Avenue Pavement Rehabilitation, Waterman Ave and Foxcroft Way), & 129-367-5504-7200 (Pavement Rehabilitation at 9'" St between "H" St an d Waterman Ave.) The total cost of all changes to date, including quantity increases, is $59,709.47. This exceeds the $40,000 in contingencies, budgeted and anticipated to cover changes in quantities, that were approved as part of the original contract award. There are sufficient funds in 129-367-5504-7200 (Pavement Rehabilitation at 9`" St between "H " St and Waterman Ave.) to cover an increase in the contingency amount to $59,709.47. However, all funds in Account No. 135-378-5504-7222 have been depleted. CITY OF SAN BERNARDINO -REQUEST FOR COUNCIL ACTION Staff Report..continued Therefore, we recommend that the Finance Director be authorized to amend the FY 2001/02 and 2002/03 Capital Projects Budgets by transferring $47,000 from Account No. 129-367-5504-7200 (9'" Street-Pavement Rehab.) to 129-367-5504-7222 (Waterman Avenue Pavement Rehab.) to correct for the increases in cost. Recommendation• 1. Authorize the execution of Change Order No. One in the amount of $59,709.47 (to cover increases in contract quantities) to the contract with Holland-Lowe Construction, Inc. for pavement rehabilitation on Highland Ave. from Sierra Way to Waterman Ave., Waterman Ave. from Base Line St. to 9`" St., Foxcroft Way from Heritage Lane to Commercial Rd. and 9`" St. from Arrowhead Ave. to Waterman Ave., per Plan No's .10294 & 10264A. 2. Authorize the Purchasing Manager to increase the contingency amount (by $19,709.47 from $40,000.00 previously awarded as part of the original contract to $59,709.47) in Purchase Order No. 995541 to Holland-Lowe Construction, Inc. to $59,709.47. 3. Authorize the Finance director to amend the FY 2001/02 and 2002/03 Capital Project Budget by transferring $47,000 from Account No. 129-367-5504-7200 (9`~ Street-Pavement Rehab.) to 129- 367-5504-7222 (Waterman Avenue Pavement Rehab.) to adjust for increased costs. San DEVELOPMENT SERVICES DEPARTMENT 300 North "U" Sueet • San Bernardino • CA 9241 R•(1001 Planning & Building 909.384,5057 • Fax: 909.384.5080 Public Works/Engineering 909.3845117 • Fax: 909.384.51 ~5 www.ci.san-bernardino.ca.us CONTRACT CHANGE ORDER NO. ONE FILE NO. 1.7222 DATE: AUGUST 19, 2002 PROJECT: PAVEMENT REHABILITATION ON HIGHLAND AVENUE from Sierra Way to Waterman Avenue, WATERMAN AVENUE from Base Line St to 9'" St FOXCROFT WAY From Heritage Lane to Commercial Road and 9'~ ST from Arrowhead Avenue to Waterman Avenue PER PLAN NO. 10294. TO: HOLLAND-LOWE CONSTRUCTION, INC. 427 S. Pershing Avenue Sau Bernardino, Ca 92408-1320 A"" GENTLEMEN: You are hereby compensated for performing the additional work as follows: ITEM NO: DESCRIPTION OF CHANGE COST 1 SCHEDULE'/A" -Account No. 135-378-5504-7222 $ Increase in cost due to variation in measured quantities of items 42,626.22 versus original bid quantities. 2 SCHEDULE "B" -Acct No. 129-367-5504-7200 $ 17,083.25 Increase in cost due to variation in measured quantities of items versus original bid quantities. TOTAL COST $ 59,709.47 See the attached spreadsheet marked Exhibit "A" For details. JUSTIFICATION: Following are general reasons for variation in measured quantities from original bid quantities on this project. 1) Field measurements revealed that the true square footage of paving exceeded the square footages ~,i shown on the plans and specifications. Change Order No. One Pavement Rehabilitation Highland Ave, Watertvan Ave, Foxcroft Way and 9ih St Page 2 of 2 2) The project specification required a 6' wide header cut only. This left the grade break at the '/s crown excessive. Therefore to insure the overlay did not get too thin at the ~/a crown it was necessary to increase the thickness across most of the street in order to maintain minimum thickness at y crown. 3) The existing pavement was uneven and, to achieve a more uniform ride, it was necessary to use additional paving to fill the low areas while maintaining the minimum allowable thickness in the other areas. ~r SUMMARY OF CONTRACT COSTS The estimated revised contract cost is as follows: Original Bid Amount Increase due to CCO Nl Total Project Cost Additional time to complete Contract due to this Change Order ............... 15 Working Days This change order represents 23.2% of the original contract amount and the amount of the change order exceeds the contingency amount of $40,000 approved as part of the contract award by the Mayor and Common council at their regular meeting of December 3, 2001. Sufficient funds are available in the project account to fund this Change Order and an increase in the contingency amount is recommended. The changes to the work contemplated by this Change Order do not exceed 25% of the original contract amount. Under the provisions of Section 3-2.2.3 `Agreed Prices" of the Standard Specifications, where modifications are made to items not covered by Contract unit prices, payment for the changes may be determined by agreement between the contractor and Agency. We feel the quoted prices are fair and reasonable. $ 257,980.28 $ 59,709.47 $ 317,689.75 HOLLAND-LOWE CONSTRUCTION, INC. CITY OF SAN BERNARDINO CONTRACTOR DEVELOPMENT SERVICES Accepted Approved By: By: Title: Date: JAMES FUNK Director of Development Services Date: Approved by Mayor and Common Council Dace: August 19, 2002 Item No. Q m X W o W y Z O 0 Z O ¢W Z w c ~ ? ,. W Z m 0 W U O Y ' 0 v r a W ~ O U m Q J CW 7 N V a o LL T O V ~ F Q z a ~ W U Z ~gxyuo] Z } ~ < a <~}'°a D ~ ~ ~ ~3u_ k V>fpi.m pa+~ o~~~ frp0 F ~ F 3 ~ Z m ~ Z .7 =e3v ~ 3 m a F ~~OaeC ~~~_ W ~ ~ O m a~a~ ~ v e 'v r n m ' o C o a ~ ~ ~^ ~ v. ~ q~ d rv ~~ d rv 0 6 o ~ 0 ~ o ri v O~ e S - ` e - oo ~ _ e -~ W ~% N W ~ v. W n fl w r ~ w H w y p m w Vf N N N N N ti ~ a w Y ~ 8 4v, '-° rv g ry m _ ' v ~ a _ q ~ w ~ n 00 w ~ ~ w w r w ~ ~ w m ~' O ` z y C e N w M w H w x L ~~ Q "° 3 g rv 8 $ m r •o m o ~ aD r [. W ~ 9 O ~ - N < J N P O N •O p o VV eo O O r. O ~ CP O V ao p f1 of N S V m e O ~ - h vi : P v R & C V] a e v ~ M ~~ m w w e w h w ~ ~e _ rv N m w w w v. N w p P n 'f' 0 e E N w M N N N N N a U .~ < Q C m F .~ ~i n d N O n Q y F O M p P n N p V~ p O H N p P n ~ V L J N O W N P M V n~ N M N ~ ~ M N S ~ e' C e d w h ~ _ N 19 N T p U ~ ~ y ae y y ~ ~ ~ m Q a c ~, o m C ty/ y J ~ (y/~ ] w yy J 4I yy ~ ~ 1 f ~ V 1 N 41 ' O V ~ ~ . F w 0 ~ O z z F B O Z O N W P p ~ F ' ' o Z p m p ~ p " F O a m T C_ C_ _ P r C_ _ ~ C O_ _ (V _ O_ _ O_ O ~ c m a _ c O o O !.. ' e 2 ° a 8 U a ~ V ` gaa S a a < < a ~ ~ o a ~ A $ e e F 4! e e _ ee E ., F 9 p L O _ p O _ N r, M [~ p O - ~ OF ~ g g - r 8 , - ,, r °° p F y q y m or ~ ~ r ~o r d p f n D `X+ r e. 7 r n A p. e e 0 ' 0 = o o - 0 S o o ~ c c 0 ~ m ~ 8 a e •~ E a r ' 8 ~ a m z a. a .6 j a v e E 8 4 8 c oo c; eF 8 ~ E ~ 88 ~ - ~ ;.; °° m@ - - ~ - A - s ~ r ~ - ~ - $ '~ ~ ~ ; ~ a F m W J O - n G - _~ - b n m E ~ a rv ~ il W sL- a G C1 ~O N y~ ~ - O .~ ~ n ~ L` C U' d sl .. U ~ v 5 $ ~ a ' ~ v 9 V F °. ~ a . ~ ~ ~ ~, ~j ~ Bi a ' m m m V _ ~ C e - ' ° _ ' = ~ a ~ a 3 1~i ~ y o L ! f N ~ ~ ,~ q a V ~ ~. C C Y y V ~ C ~ O E m o ~ a a y ~ ~ y > o ~ u w V x ' C > a m c ~ °~ n m e ~f $ m 3 o ~ ~ _ x pp m • _ ~ c ~ C ~ n `m y~ e ~ ~a a a 8 8 ~~ s '> 8 S & 3 y '~ u F U `~ ~ ~Y . ° 3 u ° ~ ~ = ~ o c o E e e~ ~ e N i ~ f SS yy C c o e ~> C y a 7~$ C 3 a ~ y ~ C ' ~J ~ ~ ~ g O ~ y < U'n ~ j a F = o ~ ~ L " y F ~ a ° ~ ° f f = w F ' ( U f a F 'a c u f u m v w -. rv n N r a A a r CITY OF SAN BERNARDINO DEVELOPMENT SERVICES DEPARTMENT INTEROFFICE MEMORANDUM To: WENDY J. McCAMMACK, Councilwoman, Seventh Ward From: . ~~R.4YMOND A. CASEY, Deputy Director/City Engineer Subject: HIGHLAND AVENUE, WATERMAN AVENUE, FOXCROFT WAY AND NINTH STREET PAVEMENT REHABILITATION PROJECT Date: August 16, 2002 Copies: Judith Valles, Mayor Fred Wilson, City Administrator Council Oftice James Funk, Director of Development Services This memorandum is in response to your request for information regarding the recommended change order on the agenda Monday. Specifically, you requested some additional information regarding the increased cost. Essentially, the increased cost is a result of the project area being greater than originally anticipated in the design consultant's estimate. All costs are paid based on unit prices and the quantities aze greater due to the lazger project area. The City did however receive a very favorable bid price from Holland-Lowe on these quantities and simply extended the unit prices to arrive at the change order amounts. The overall project cost is still well within the overall project budget of $365,000 initially approved by the Council. The specific pavement rehabilitation methodology for each of these projects was selected based on a pavement coring analysis and recommendation from AEI CASC, the design engineer for the project. I included excerpts from the project specifications detailing this information pursuant to your request. Should you need additional information, please let me know. Entered into Record of gl CounciUCmvDevCms Mtp: ~~ d ey ~«-~ C~-~-~ _ n Agenda Item annckaiw , l_~~_.o~ ` City ClerkICDC Secy Clty ~~ ~ ° `?+~rnerdln0 •r `.(a9 ~~{ .~. .v a i .,_ _ ._ r .. f l`i] . ,, is F, i ;g-. n2~y. ~.IPn d:x FILE NO. 1.7222 & 1.7200 ACCT. NO. 125-378-SSO.t_7222 129-367-5504-7200 CITY' OF SAN BERNARDINO STATE OF CALIFORNIA CONTRACT DOCUMENTS PLANS AND SPECIAL PROVISIONS NO. 10294 & 10264A FOR PAVEMENT REHABILITATION ON HIGHLAND AVENUE From Sierra Way To Waterman Avenue ~'ATERMAN AVENUE From Base Line Street To 9~ Street From HeritageOLaneOTo Commercial Road AND From Arrowhead9TH STREET Avenue To Waterman Avenue DIVISION OF PUBLIC WORKS DEPARTMENT OF DEVELOPMENT SERVICES CITY OF SAN BERNARD[NO SEPTEMBER, 2001 BIDS WILL BE RECEIVED UP TO THE HOUR OF 2:00 P.M, ON V B 2001 NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that the City of San Bernardino will receive bids for: PAVEMENT REHABILITATION ON HIGHLAND AVENUE From Sierra Way To Waterman Avenue WATERMAN AVENUE From Base Line Street To 9T" Street FOXCROFT WAY From Heritage Lane To Commercial Road AND 9TH STREET From Arrowhead Avenue To Waterman Avenue in accordance with Special Provision No. 10294. & 10264A in file in the Oftce of the City Engineer, Third Floor, San Bernardino City Hall. Deliver all bids to the City Engineer's Office, Third Floor, City Hall, 300 North "D" Street, San Bernardino, California with the Specification title and number clearly marked on the outside of the envelope. Said bids will be received up to the hour of 2:00 p.m. , on November 6. 2001, at which time all of said bids will be publicly opened, and examined and declared in the City Engineer's Conference Room, Third Floor, City Hall. No bid will be received unless it is made on a bid form furnished by the City. All bids shall be signed, sealed and accompanied by cash, cashier's check, certified check or bid bond made payable to the City of San Bernardino, in the amount of ten percent (10%) of the bid. Such cash, check or bond shall be given as a guarantee that the bidder will enter into the contract if awarded to him. In the event the bidder refuses to execute said contract, the use by the public of the improvements will be delayed, and the public will suffer great damage. From the nature of the case, it would be extremely difficult and impractical to fix said amount of damages. Therefore, the City and the bidder agree that the above sum of 10% percent shall be paid to the City upon the condition above set forth as liquidated damages and not as a forfeiture. All bonds furnished pursuant to this notice must be underwritten by a surety company having a rating in Best's most recent Insurance Guide of "A" or better. Pursuant to law, the Mayor and the Common Council of the City of San Bernardino, by Resolution No. 90-358 and any and all amendments thereto which are hereby referred to and made a part thereof by references as fully as though set at length herein, have ascertained and determined the general prevailing rate per diem wages, and of per diem wages for legal holidays and overtime work for each craft or type work of workman needed in the execution of contracts under jurisdiction of said Mayor and Common Council. Said prevailing rates of wages shall conform to "General Prevailing Wage Determination made by the Director of Industrial Relations", filed in the office of City Clerk, which are made a part of said Resolution No. 90-358 and amendments thereto. The Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the contract as provided for in Section 22300 of California Government Code and Section 10263 of the California Public Contract Code. It shall be mandatory upon the Contractor to whom the contract is awarded and upon any sub-contractor under him to pay not less than specified rates to all laborers, workmen, and mechanics employed by them in the execution of the contract, and to prevent discrimination in the employment of persons because of race, creed, color, or national origin, as set forth in the provisions of Resolution No. 7414 of the Mayor and Common Council of the City of San Bernardino. The Contractor shall possess a 'lass "A" License or Appropriate S ec~ialty Li en at the time the contract is awarded. The prime Contractor shall perform, with his own organization, contract work amounting to at least 0 en of the contract price. A non-mandatory Pre-Bid Meeting will be held on Wednesday ,October 24 2001 at 2:00 p.m. in the office of the City Engineer, Public Works Division of Development Services, Third Floor, City Hall, 300 North "D" Street, San Bernardino, CA 92418. This meeting is to inform bidders of MBEs/WBEs subcontracting and material supply opportunities, and to make the prime Contractor aware of the City's outreach program as it relates to minority hiring and participation. Bidder's attendance at this meeting is recommended, but the prime may certify that they are familiar with the program and attendance is not required. Attendance and/or certification may be used as part of the good faith effort. The City of San Bernardino reserves the right to waive any informalities or inconsequential deviations from contract specifications, or to reject any and all bids. No bidder may withdraw his bid within ~_ working days from the date of the bid opening. Plans and Specifications may be obtained from the City Engineer's Office, third floor, City Hall, 300 N. "D" Street, San Bernardino, California 92418, upon a non- refundable payment of $ 15.00 for each set. CITY OF SAN BERNARDINO d NOTICE TO ADVERTISE RACHEL CLARK C'ry lerk /~ !rte / b SPECIFICATION NO: 10294 & if1264A SHALL APPEAR IN FIRST ISSUE NOT LATER THAN DATE: 10/11/Ol and 10/16/01 SECOND PUBLICATION FIVE DAYS LATER SIGNATURE: DATE: BID FORM TO THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO The undersigned declares that he has carefully examined the location of the proposed work, that he has examined the Plan and read the accompanying instructions to bidders and hereby proposes to furnish any and all required labor, materials, transportation and service for the PAVEMENT REHABILITATION ON HIGHLAND AVENUE From Sierra Way To Waterman Avenue WATERNIAN AVENUE From Base Line Street To 9T" Street FORCROFT WAY From Heritage Lane To Commercial Road AND 9TH STREET From Arrowhead Avenue To Waterman Avenue in strict conformity with Plans and Special Provisions No. 10294 and 2 4A of the Public Works Division, Department of Development Services for the City of San Bernardino and also in accordance with Standard Specifications for Public Works Construction, 2000 Edition. Undersigned proposes and agrees if this bid is accepted, that he will contract with the City of San Bernardino, in the form of the copy of the contract annexed hereto, to provide all necessary machinery, tools, apparatus and other means of maintenance, and to do all the work and furnish all the materials specified in the contract, in the manner and time therein prescribed, and that he will take in full payment therefor the following unit prices or lump sum prices, to-wit: BID SCHEDULE "A" PLAN NO. 10294 PAVEMENT REHABILITATION ON HIGHLAND AVENUE From Sierra Way To Waterman Avenue WATERMAN AVENUE From Base Line Street To 9TH Street FOXCROFT WAY From Heritage Lane To Commercial Road ITEM ESTIMATED DESCRIPTION OF ITEMS WITH UNIT TOTAL NO QUANTITY UNIT UNIT PRICE WRITTEN IN WORDS PRICE IN FIGURES 1. 1 LS MOBILIZATION at the Lump Sum LS price of Dollars and cents $ 2. 1 LS TRAFFIC CONTROL, at the Lump LS Sum price of Dollars and cents 3. 2,270 TN Asphalt Rubber Hot Mix-Gap Graded $, (ARHM-GG), including crack sealing and MH frames & water valve covers adjusted to grade, at Dollars and cents per TON /TN 4. 6,340 SY Cold Milling, including Disposal of $ Material Milled from the Site, at Dollars and cents per SQ. YD. /SY BID SCHEDULE "A" PLAN NO. 10294 PAVEMENT REHABILITATION ON HIGHLAND AVENUE From Sierra Way To Waterman Avenue WATERMAN AVENUE From Base Line Street To 9Tn Street FOXCROFT WAY From Heritage Lane To Commercial Road ITEM ESTIMATED DESCRIPTION OF ITEMS WITH UNIT TOTAL NO QUANTITY UNIT UNIT PRICE WRITTEN IN WORDS PRICE IN FIGURES 5. 2,108 SF Street CuUStructural Damage Repair/ $ /SF Potholes Repair, at and Dollars cents per SQ. FT. 6. 1 LS Thermoplastic Traffic Stripes, Pavement LS Markings and Raised Pavement Markers at the Lump Sum price of Dollars and cents 7. 29 EA Traffic Detector Loops, including $ /EA Conduits, Pull Boxes and Conductors, at Dollars and cents $_ per EACH BID SCHEDULE "A" - TOTAL BID $ NOTE: The unit price must be written in words and also shown in figures. The total price must be extended for each item of work and the total of all items inserted in the space provided. In case of a discrepancy between words and figures, the words shall prevail. BID SCHEDULE "B" PLAN NO. 10264A PAVEMENT REHABILITATION ON 9TH STREET From Arrowhead Avenue To Waterman Avenue ITEM ESTIMATED DESCRIPTION OF ITEMS WITH UNIT TOTAL NO QUANTITY UNIT UNIT PRICE WRITTEN IN WORDS PRICE IN FIGtiRFS 1. 1 LS MOBILIZATION at the Lump Sum LS price of Dollars and cents 2. 1 LS TRAFFIC CONTROL, at the Lump Sum price of Dollars and cents LS 3. 1,307 and Dollars cents per TON $ /'TN 4. 1 LS Thermoplastic Traffic Stripes, Pavement LS Markings and Raised Pavement Markers at the Lump Sum price of Dollars and cents $ TN Asphalt Concrete Overlay ( 0.08' Thick) at BID SCHEDULE "B" PLAN NO. 10264A PAVEMENT REHABILITATION ON 9TH STREET From Arrowhead Avenue To Waterman Avenue ITEM ESTIMATED DESCRIPTION OF ITEMS WITH UNIT TOTAL NO QUANTITY UNIT UNIT PRICE WRITTEN IN WORDS PRICE IN FIGURES 5. 653 SF Repair of Street Cut, at and 6. 4,391 SY Dollars cents per SQ. FT. Cold Milling, Heaving Cracks and Bumps, at and Dollars cents per SQ. YD. 7. 8 EA Traffic Detector Loops, including Conduits, Pull Boxes and Conductors at Dollars and cents per EACH BID SCHEDULE "B" - TOTAL BID $ $ /SF $ /SY $ /EA NOTE: The unit price must be written in words and also shown in figures. The total price must be extended for each item of work and the total of all items inserted in the space provided. In case of a discrepancy between words and figures, the words shall prevail. SUMMARY OF BID SCHEDULES PLAN NO. 10294 & 10264A BID SCHEDULE "A" TOTAL BID ................................. $ BID SCHEDULE "B" TOTAL BID .................................. $ BID SCHEDULES "A" & "B" GRAND TOTAL .............. $ NOTES: 1. The total of each bid schedule must be entered in the space provided. The total of both schedules must be entered in the space provided. 2. The City shall award a contract to the lowest responsible bidder for the grand total bid for Bid Schedule "A" and Bid Schedule "B". Bidders must bid all of Schedule "A" and all of Schedule "B" bid. APPENDIX "A" ASPHALT CONCRETE CORING REPORT ~ • H • ~ • INCORPORATED P.O. Box 231, Colton, CA 92324-0231 •1355 E. Coole/ Dr., Colton, CA 92324-3954 • Phone (909) 824-7210 • Fax (909) 824-7209 July 25, 2001 AEI•CASC 937 South Via Lata, Suite 500 Colton, California 92324 Attention: Mr. Steve Hosford Subject: Pavement Evaluation City of San Bernardino Street Rehabilitation Project No. 779-03 Highland Avenue, Waterman Avenue, and Foxcroft Way San Bernazdino, California Deaz Mr. Hosford: Job No. 01611-7 As requested; this firm has conducted a pavement evaluation for the above subject project. Our evaluation included mapping the streets to identify areas of failing pavement sections that require removal and replacement, coring and sampling of the asphalt concrete and subgrade soils, and labora- tory testing to provide replacement street structural section design recommendations. The scope of services provided was as generally outlined in our proposal letter dated May 14, 2001, the City of San Bemardino's Request for Proposal dated April 2001, and other written and verbal communications. FIELD PROCEDURE Between July 11 and July 13, 2001, a representative from this firm conducted a field reconnaissance of the subject streets. During that time, the streets were walked, and the actual conditions of the streets were mapped. The purpose ofthe reconnaissance was to identify and map those areas within the project boundazies that require removal and replacement of the existing asphalt concrete pavement. In addition, representative locations for cores and R-value samples were chosen. After the field reconnaissance, representatives from this firm conducted coring of the asphalt concrete pavement. Eight-inch diameter cores were cut through the asphalt concrete pavement at eight separate locations chosen to be representative conditions along the three streets- Sampling and logging the asphalt concrete pavement and subgrade soil conditions was performed prior to the cure holes being patched with cold-mix asphalt concrete material. SOILS ENGINEERING GEOLOGY ENVIRONMENTAL MATERIALS TESTING 6 EVALUATION CONSTRUCTION INSPECTION `~ . Page o.~ ]ob No. 01611-7 LABORATORY TESTING In our laboratory, the thickness of each of the asphalt concrete cores was measured. Sieve analyses and sand equivalent tests were performed on soil samples obtained from below the base material to deter- minethe general subgrade soil characteristics. Based upon the results of these tests, a R-value test was performed on a selected soil sample from each street. RESULTS The results of our field and laboratory investigations are summarized on the attached Test Data Summary sheets. Core hole locations are indicated on the enclosed Plate. A discussion of ow observa- tions for the individual streets is provided below. HIGHLAND AVENUE (between Waterman Avenue and Sierra Wavl: 1. No removal and replacement is recommended for Highland Avenue 2. East-bound and west-bound No. 2 lanes: Entire length, grind edge adjacent to gutter due to severe alligator cracking and trench cracking 3. West-bound No. 21ane, Station 37+40 to Station 46+25: Grind entire lane due to alligator cracking, heavy transverse and longitudinal cracking, pot holes, and trench cracking 4. East-bound and west-bound No. 2 lanes, Station 27+65 to Station 31+00, Station 36+70 to Station 37+05, Station 37+83 to Station 39+12, Station 4 ]+42 to 43+65: Grind entire lane due to severe alligator, transverse, longitudinal, and trench cracking 5. East-bound No. 1 lane, Station 38+59 to Station 41+00: Grind out entire lane due to severe alligator, transverse, longitudinal, and trench cracking 6. Intersections at both Highland Avenue and Waterman Avenue and Highland Avenue and Sierra Way have recently been paved and appear to be in good condition. WATERMAN AVENUE (between 9th Street and Baseline Streetl: 1. No removal and replacement is recommended for Waterman Avenue 2. North-bound and south-bound No. 1 lanes, Station 0+00 to Station 21+72: Grind pavement edge adjacent to gutter North-bound and south-bound No. 1 lanes and center tum lane, Station 0+00 to Station 21+72: Transverse cracking every 5 to 10 feet 4. North-bound and south-bound No. 1 lanes: Longitudinal cracking along left edge 5. North-bound No. 1 lane, Station 11+50 to Station ] 9+50: Rutting along left edge •i . ~ age o.~ Job No. O] 61 l -7 6. Recent overlay has been performed in the areas of: a. North-bound No. 2 lane, 3 feet off gutter extending 2 to 3 feet into north-bound No. ] lane, Station 6+00 to Station 16+00 and Station 16+50 to Station 18+00 b. North-bound No. 2 lane, mid-portion of lane, Station 0+60 to Station 6+00 c. South-bound No. 2 lane from gutter to approximately 7 feet out from Station 0+40 to Station 3+50 d. South-bound No. 2 lane, entire lane, Station 6+40 to Station 12+60 and Station 13+00 to Station 19+70, extends into south-bound No. 1 lane, Station ] 0+20 to Station 12+20 and Station 13+00 to Station 14+00 FOXCROFT WAY (between Commercial Drive and Heritage Lanel: 1. North-bound and south-bound lanes, Station 0+25 to Station 0+70: Remove and replace due to severe alligator cracking in central portion of the street 2. North-bound lane, Station 0+75 to Station 1+10: Trench depression 3. North-bound lane, Station 0+20 to Station 1+00 and Station 3+50 to Station 4+60: Ravel- ing 4. South-bound lane and centerline, Station 2+00 to Station 2+50 and Station 4+00 to Station 6+00: Raveling 5. North-bound lane, Station 4+20 and 4+50: Trench depressions 6. Centerline, Station 5+80 to Station 6+00: Remove and replace due to severe alligator cracking RECOMMENDATIONS Based upon the findings and conclusions of this investigation, we have shown on the plates those areas we feel necessary to remove and replace in order to rehabilitate the existing streets. Swctural section design recommendations are given below for the areas that aze to be removed and replaced. Street T.I Recommended Street Section Highland Avenue 9.0 0.45' AC/0.55' AB or 0.80' AC/Native Waterman Avenue 9.0 0.45' AC/0.55' AB or 0.80' AC/Native age o.~ Job No. 01611-7 Street T.I Recommended Street Section Foxcroft Way 6.5 0.30' AC/0.35' AB or 0.55' AC/Native Because this is a rehabilitation project and sampling was limited to core hole locations only, a maxi- mum R-value of 50 was utilized for calculation of the pavement structural section designs. The recommended structural sections are predicated upon proper compaction of utility trench backfills. To help prevent patches in the new asphalt, we recommend that any known future utilities be installed prior to constmction. For the areas to be reconstructed, the existing asphalt concrete can either be peeled up and removed for disposal or recycling, or it can be ground up, stockpiled, and incorporated into the subgrade. With the existing asphalt concrete removed and subgrade cut, the upper 12 inches of subgrade soils should be scarified, moisture treated to neaz optimum moisture content, and recompacted to at least 95 percent relative compaction (ASTM D 1557). With the native subgrade compacted and tested, the pre-moist- ened base material should be placed compacted to at least 95 percent relative compaction (ASTM D 1557). Should repairs to the subgrade require base thicknesses greater than 8 inches, base should be placed in 8-inch or less lifts and compacted as above. Base material should meet the R-value require- ments for Caltrans Class 2 aggregate base (AB). Should wet or otherwise unsuitable aeeas be encountered during grading, deeper removals and replace- ment with base material may be necessary. Care should be taken to avoid disturbing the existing utilities and their laterals. Should problems arise due to shallow utilities, this firm should be contacted in order to provide specific recommendations. Further evaluation and testing of the actual subgrade soils encountered during construction should be performed to verify the preliminary structural section. All asphalt concrete should meet the City of San Bemardino's standazd specifications or, at a minimum, the requirements for Caltrans 3/4-inch Maximum, Medium Type B for base course pavement and 1/2- inch Maximum, Medium Type B for finish course pavement. Asphalt should be grade AR-4000. Paving, at a minimum, should be conducted in accordance with the current provisions of the Standard Specifications prepared by the California State Department of Transportation. age o.~ Job No. 01611-7 CLOSURE We trust this information is as requested. Should you have questions, please feel free to contact this firm at vow convenience. Respectfully submitted, C.H.J., INCORPORATED ~~ James F. Cooke, Staff Engineer Robert J. Jo son, G.E. 443 Senior Vice President JFC/RJJsra Encloswes: Index Map Plates Test Data Summary sheets Distribution: AEI•CASC (6) Exo. 33t-G5 f f ~:?c'~ ,y ...._..../.~,. ire it '1 i li ;I I; I ;I I. ;I li I it li t it li =1 ,I 1 i li I it li ,I it I; 'I ;I I~ ~I ~I Ij ~I~ ii I~ ;i ;I ~I ~I - ~ ~I j~L. 9 ~ - ~l r- 1; ~ .I 1; .1 j. ~~dl I~ I II I; .I I~ I .I 1~ II 'I I ; 1! . I 1~ I .I I ~• . I I~ .I II I .I I~ I it ~ ~ tf . I ,~---1---' ~-- _, I I _,, I I I t° II~ i 1 ~t r- 1 I I I I I I I I r- i I I I I I I I I I I 1 I } ~~ I~ ifr =~ ~I ~I ~I ~I ~I ~I ~1 1 :i . i ~~ 5~p~ ~~8 ~°~ ~~~ . a g " a Gm J 6~~ 3 s e ~O -~-Z- .. ~,.~ q bEE s~~ ~~ ~ ~ + i °} ;, ~~ I; I p ~ e~ c ~ I I ~I t l 1 1 1 1 „L__ Ii ~ iI --J 5 =I ~+-_ -f l i i t V~~ a ~--- ~ i "i - 3 li if it ~ ~ ~ ~ RE S ~ 5z ~Y ~' `~-- 8 -- i 1 i i ---- ~ ~'---- 5~$ u ?~~ s 3€ I , ~ I -' -~ -_-i ~ ~ ~ U l i I -~ \ r i /-' <~ ~ ~ li ~ I I i i ii F ji ~' i I i it li I I ~ ~} ~I II I I i I it ~ ~ li I I l i it ~~ E ~ 1= I I i it li }. ~-- j ; ~ ij ~ 1 I I ~• i~ I i i 1 am I 1 11 ji ~ 'r-- I i it i j li iL- !i ~ ~ ~ ~} ~ 1 1 ~r --• } I ' I I ' ~i----E ' , I 1 " ~ --- „ =`T !f j I ~~ ! IIiiIE I ~ a gg} I i I ~i i} i t ~ O isl'a I ~ I• I 3 I I I. I 1 ~~A4 1 I II I O 1 I I II I I ~ ~ t I 11 I ~~ ~ I I I i ;} I ~a e'~~--- li I '~` 'I I I.-`--- I i I S[ I ~~%---f I i I I I ~" ~--- ~ I i I s f ~ ~. i('r-- ~~ I ~ ~ a l M II I; ~} I ~ l i ~ i t l i -~±---E I ? ~ li l i ~} ~~-- I I ;I li i it I it li j it 1 1 i i1 li it o I ~ I ;I li ~~ iI I ' ~ it li it J`; , - 1 I -I li i .I -- r~-!~..r--- I i i I ~s 11 .• 1, ff~ s i I I I I s{ I I ~~L _ ~. ice" i Lam.. !} -~`- ~ jl 1 I~ ~I ~~ t~ ~ ~~ I ~ I ~~ ~ ~~ ~% /j ' ~ / ~ ./ /~ \~~ // ~~ ~ ~~~~ a= ~_ ~ ~~ ~~~ 5 ~ ~ ; ~ W ~~ ~_~ p 0 a o~ €~a 3 ~.CI•~. Job No. 0161 l-7 TEST DATA SUMMARY SAMPLE: STREET: LOCATION: 1 Foxcroft Way Station 1+06 North-Bound Lane 2 Foxcroft Way Station 2+85 South-Bound Lane 3 SIEVE ANALYSIS: SIEVE SIZE I ~~ 3/4" 1/2" 3/8" No. 4 No. 10 No. 16 No. 40 No. 50 No. 100 No. 200 ]00 98 93 88 84 82 74 69 54 36 PERCENT PASSING 100 97 95 92 87 84 82 74 69 51 35 Waterman Avenue Station 16+15 South-Bound No. 2 Lane 100 99 93 83 70 34 24 13 9 SAND EQUIVALENT: 17 13 52 R-VALUE: --- 63 --- AC THICKNESS (in.): 3.0 3.0 6.5 BASE THICKNESS (in.): 5.5 2.0 --- . ~•CJ•~• Job No. 01611-7 TEST DATA SUMMARY SAMPLE: STREET: LOCATION: 4 Waterman Avenue 5 Waterman Avenue 6 Highland Avenue Station 10+40 Station 4+25 Station 44+12 South-Bound No. 1 Lane North-Bound No. 2 Lane West-Bound No. 2 Lane SIEVE ANALYSIS: SIEVE SIZE PERCENT PASSING 1 1/2" 100 1" 94 3/4" 91 1 /2" 90 100 3/8" 100 89 99 No. 4 99 85 97 No. ]0 97 80 92 No. 16 95 76 85 No. 40 89 65 68 No. 50 85 61 61 No. 100 73 51 44 No. 200 56 38 27 SAND EQUIVALENT: 7 15 33 R-VALUE: --- 71 --- AC THICKNESS (in.): 5.5 6.0 9.5 BASE THICKNESS (in.): 7.0 8.0 --- C•(~I•~. Job No. 01611-7 TEST DATA SUMMARY SAMPLE: 7 8 STREET: Highland Avenue Highland Avenue LOCATION: Station 38+25 Station 30+06 Center Turn Lane East-Bound No. 2 Lane SIEVE ANALYSIS: PERCENT PASSING 3/4" 1/2" 3/8" No. 4 No. ]0 No. 16 No. 40 No. 50 No. 100 No. 200 SAND EQUIVALENT: R-VALUE: AC THICKNESS (in.~: CONCRETE THICKNESS BASE THICKNESS (in.l: 100 93 100 91 98 86 95 79 87 74 79 61 60 55 53 42 38 27 26 25 25 --- 63 6.5 6.5 --- 5.0 S.0* --- 'Material was open graded 1 1/2" rock ATTACHMENTS z Q Q a W z JJ~/~ V! ~i 0 U Q ~o N O .-~ 0 z H U W ti ~W r Q W O W F W a U z Q U E~ Q C. Gn d and N11Wa31'dM W A Z 0 3nv l vM 3nv ITIM N N N VI ~ ° 3nv OJm o ~ 3nv o~m xvM vaa3 N '- = W t- O1 ; M31n NIV1NnOW W Z` ~ N F o ~ v ~ NI a d m N 3nv av3r+MOaav W y~ 3nv a131~,1vw W ~ N J ~ ~ m n 15 0 15 0 Vf 3nv Oav00015 1S 3 1S 3 S 3nv vl0vov ~+ ~ 15 j ~ 3nv 15 j N ~ ~ A313Ha38 15 0 ~ ~ LS 0 ° 3nv ~ 3nr 1N3~S32~ ~ 1N37S3a~ F a ~ 1S H z p 1S 15 1S 1S 3n110 3~dY131 3NIn vIa0l~ln N 2 d x ~Ur Ey d Street Location Description ." , , _ _ _9th , 9th Street 9th Street 8 Arrowhead Ave.East .Crosswalk Wand. 6' X 4' , 1' X 30', 4' X 7' Remove 8 Replace 9th Street 9th Street 8 Arrowhead Ave.East Crosswalk EBnd: 21' X 20' Remove 8 Replace 9th Street 900 9th Street 2' X2' Remove 8 Re lace 9th Street 9th Street 8 Sierra Way West crosswalk Wand. 3' X 17' Remove 8 Replace 9th Street 9th Street 8 Sierra Way W/Bnd. 1' X 52' Remove 8 Replace 9th Street 9th Street 8 Sierra Wa Northeast Comer 6' X 8' Remove 8 Re lace 9th Street 9th Street 8 Sierra Wa Southeast Comer 4' X 4' Remove 8 Replace 9th Street 9th Street 8 Sierra Way EIBnd. 3' X 15' Remove 8 Replace 9th Street 9th Street 8 Sierra Way Southwest Corner 4' X 4' Remove 8 Replace 9th Street 9th Street 8 Sierra Way j0'+/- East E/Bnd. 4' X 40' Remove 8 Replace 9th Street 9th 8 Mountain View Ave. E/Bnd 1'X34' Remove 8 replace 9th Street 9th 8 Arrowhead Southeast Comer 4' X 4' Grind 8 Patch 9th Street 9th 8 Arrowhead East Crosswalk E/Bnd. 3' X 3', 3' X 2", 3' X 5', 2' X 2' Remove 8 Replace 9th Street 214 9th Street 3' X 35' Remove 8 Replace 9th Street 9th ~ W aterman E/bnd 3' X 15' Remove 8 Replace i SUi•IMARY OF LABORATORY TESTING ' °""' I Esbibit Saa Bernardino. California For JoAs Eesa aad Associates, tne. Numbcr: 7A DATE: Afay 3, 2001 I SCALE: None ~ Job Nombor: 161.016 CAL-WEST Consultants Consulting Engineers ATTAf`_1e11111C~T "B" ~~ - w.wsw --..._. ~~~ LYiM . -~~ , .. . ,.. ' ~,., W _ e..~ Y PROJECT ` ww.... r~-.~.- ~ o... - . ...:.~.r.. lam..,,... -'tixr-`' I I{i j}".. ~-IF c~l~ 44 5tr a W Blh 81 Exit ~.; ~, c NP!!IKi itl Df !.-0CdQ?lelr d`(n ~_ Yi7, Mcrnoft 7~ortlinn?<rYx F:c .q',p05ri. FJ riiM: re carrrJ. As"?rs :iii rrr wib :~3 ~ h:{[lim~tsaT+y:i+a cmi. LOCATION MAP 9 Street Et:hibit Soe Rereerdieo, Glitonie Number: I For JoOe Epe eed Amoeiah>ti toe. DATE: May 3, 3001 SCALE: Noee JobNember: 161.016 ~AL-WEST Consultants Consulting Engineers W t31h St Exit LEGEND ® Corc L,ocetlon Typ. Project l.ocetlon NORTH T t'_~,t~~~ _ F 1Ih . _ _ ~. u c. ~` is M c ~i ~ L 4 `rYA'f, ~ ~ . z a L vfgy LrC . _ .. r. F CA:+:.r 4 1!:th `. CORE p C-6 ,~ _ E:rti~R .i. - !..} _. S `:. Wit!', St 734h St Exit N c IMi Y 3 .... L.r .1 :r ~ ~~ T..:'13'~11557 CORE 0 C6 ° •., c` y,rt• ~M.. ,,.,~'rs ;; ~ CORE tt G3 - ,5 .'Olh'S. ~ -T' ;.y r~ J IL ~ ` 1, ?.S P f Icitt'I'd: ~ _ ~y it it v 'vf1?: ~( s 1! ~' k ~ # $ v ;}2 Yr eM St ExA `.'ic:nrn9 ,€ ~i .4 s ATTACFIMENT 'rc° SUMMARY OF CORE TESTS CORE AC NUMBER LOCATION THICKNESS BASE REMARKS C-4 In front of 210 9th St. 7.0" None 10.5' S. of N. Curb 1t31'W.ofWallSt. C-5 W. of 368 9th St. 4.0" None 23' S. of N. Curb 125' W. of Mayfield C-6 In front of 632 9th St. 3.5" None 3.0' PCC Under A.C. 9' N. of S. Curb 259' W. of F Street SU61b1ARY OF LABORATORY TESTING 9 Street Eshibit San Bernardino, California 2 For John Egan and Associates, Inc. Number: DATE: Dlay 7,?001 SCALE: None Job Number: 161.016 CAL-WEST Consultants Consulting Engineers x 0 0 ~ --- -. _.. ~N in N V 0 -~ N Y ----~-T--~ --- 1' '~ \ 1 I 1 ~ L--~-----, 1 ~- ---~ ~ i. { - J / Q~ ~ ~~ ~ Q~ Q O ~ yv ~, a ~i p y W W W Q W ~ N Q ~ > O H W S W a w > a ~W g =~ N a~ Q U .a U to eo ~ QU m W U d ~ ~ Z '~ W ~, k X ~ ~ W C7 ~. ~~_ , ~ ~ ~ Z Q Q ~- ~ Q aw J U~ =J L ~/ LA/ ~ W W W y ZO O ~ U ~" W W r VJ ~U ~Z O~ U UJ 1 J _ W ^ ~ A 5 a Q Q Z '~ ~. . - ~ r W ~ ----1---------~~L--------- Zo V N mil ~' d Y ~j U < F ~dll I 1 I 1 I 1 1 1 1 r~'~ 1 ~ W I --- ~G W I 5 ~Og I a~ I ~~o I ~~n I ag°- _ zn~ - °~'~ o Q boo J_ Q H W ~i i J 1 (~~ 1 1 W I ~?W I m~o I ~~~ I p~W aO~ ~o J J rL l TOTAL PROJECT COSTS Rehabilitation Highland, Waterman, Foxcroft, Ninth Street Square Feet Overlay (only) Costs Cost per square foot Overlay (only) Total Project Cost Total Cost per square foot Hi land 122,700 $71,773.78 $ 0.58 ----------- ----------- Waterma n 94,250 $82,077.00 $ 1.14 ----------- ----------- Foxcroft 20,952 $12,644.00 $ 0.60 ----------- ----------- Total 237 902 $166,494.78 $ 0.77 $210,000.00 $ 0.88 Ninth 199,640 $74,281.20 $ 0.37 $110,000.00 + $ 45.000.00 $ 0.55 $155,000.00 Total 437,542 $240,775.98 $ 0.55 $365,000.00 $ 0.83 Entered into Raced tR """'"°'~I Councill/C~myDerCme MtO: ~ g o A'Z' re Agenda Item City ClerkICDC Seey City of San Bernardino S:/Public Works:Ray's folder:Donna's work for Ray ~~ !7 !'f n R 6 d N 3 Q t n 3 a x m 00' '` 0 1 i