Loading...
HomeMy WebLinkAbout61-Public Works , ',-. - Fi~No. 6.1448-2 .....,I. - REQUEST FOR COUNCIL ACTION CITY. OF SAN BERNARDINO From: ROGER G. HARDGRAVE REC'D.-AlllM}itt9rAllproval of Change Order No. ONE and ~horization to Execute Contract -- 1881 A!JJ 26 P:I, [.' ~rovement of Patton Park South, Phase III, per Plan No. 7169 ----MATICH CORPORATION ~?- Dept: Public Works/Engineering Date: 8-10-87 Synopsis of Previous Council action: June, 1986 -- Allocation of $120,000 from CDBG funds approved, to complete improvement of Patton Park South. Plans approved and authorization granted to advertise for bids. Plans approved and authorization granted to advertise for bids. 1-19-87 6-01-87 Recommended motion: 1. That the transfer of $236,000.00, from Account No. 243-363-57528, "Patton Park North, Phase I, to Account No. 243-363-57 ii21_, "Patton Park South, Phase III, be approved. 2. Adopt Resolution. cc: Ray Schweitzer Jim Penman Warren Knudson Annie Ramos ~ 1::..rJl~ Supporting datlutteched: Staff Report, Resol uti on & Rpt .of Bi dWerd: 5025 7 Contact perlOn: Roger G. Hardgrave Phone: FUNDING REQUIREMENTS: Amount: $356,000.00 Source: (ACCT. NO.) 243-363.-57"-' (ACCT. DESCRIPTION) Patton Park South, Phase III Finance: POI-a K. ~ Council Notel: ".",,;, ~' Agenda Item No. {. · 'CI1-r. OF SAN BERNARDIU - REQU&:Jr FOR COUNCIL AC~ ,ON STAFF REPORT Page 1 of 2 Bids for this project were opened at 2:00 p.m. on Tuesday, 8-04-87. A total of 5 bids were received, ranging from $254,328.91 to $345,076.49, for the Basic Bid. The low bid price of $254,328.91 is 9.9% over the Engineer's Estimate of $231,347.00. Sixteen Additive Alternates were included in the contract documents. After carefully reviewing the bids, the Department of Parks, Recreation and Community Services has recommended that Additive Alternates No. I, 2, 3, 4, 7, 8, 10, 11 and 12 be included in the contract. However, they recommend the Alternates No. I, 3, 4, 8 and 12 be reduced in scope, in order to keep the contract price within the desired funding level. Change Order No. One authorizes the reduction in scope of these Alternates. A tabulation of the Alternates, showing the estimated quantities in the contract documents and adjusted quan- tities, is shown below. BID DOCUMENTS ADJUSTED Unit Unit No. DESCRIPTION Quantity Price Tota 1 Quantity Price Total 1 Clearing & Grubbing 1 L.S. $23,000 1 L.S. $ 8,838.00 2 Trash Enclosure No Change 1 L.S. $ 4,200.00 3 PCC Sidewalk 32,030 $1.80 $57,654 2354 $1.80 $ 4,237.20 4 PCC Curb 1,740 $6.00 $10,440 460 $6.00 $ 2,760.00 5 Drinking Fountain 2 2,775 $ 5,550 NIC 6 Security Lighting 6 2,400 $14,400 NIC 7 Gua rd Ra il i ng No Change 28 53.00 $ 1,484.00 8 Pipe Bollards 19 195 $ 3,705 6 195.00 $ 1,170.00 9 Pipe Handrail s 280 33.30 $ 9,324 NIC 10 Striping No Change 1 L.S. $ 690.00 11 Block Wall No Change 315 30.00 $ 9,450.00 12 Retaining Wall 280 135 $37,800 86.5 139.40 $12,058.10 13 Irrigation System 71,300 0.14 $ 9,982 NIC 14 Hydrospray 145,100 0.05 $ 7,255 NIC 15 Landscaping 1 L.S. $23,000 NIC 16 Chain Link Fence 170 16 $ 2,720 NIC TOTAL ADDITIVE ALTERNATES . $ 44,887.30 8-10-87 75-0264 CIT'1- OF SAN BERNARDIW - REQUEU FOR COUNCIL AClJ)N STAFF REPORT Page 2 of 2 Listed below is an estimate of the total project cost, based upon the actual low bid price: Construction Contract Basic Bid Additive Alternates $ 254,32B.91 $ 44,887.30 $ 299,216.21 Engineering & Insp. (W.O. #1783) 10,400.00 Sub-Total $ 309,616.21 Contingencies (15%)i $ 46,383.79 TOTAL ESTIMATED PROJECT COST $ 356.000.00 An amount of $120,000 has been allocated from CDBG Funds, under Account No. 121-544-57595. It is proposed that supplemental funds, in the amount of $236,000, be provided from the $370,000 allocated for improving the portion of Patton Park north of Pacific Street. In view of the number of bids received. it appears that the Engineer's Estimate did not fully reflect current pricing levels, and the low bid is the best that we can reasonably expect to secure. Therefore, we recommend that a contract be awarded for the low bid price. The contractor originally planned to bid Additive Alternate No. 11 @ $20.00, but decided after the bid schedule was filled in to change to $30.00 per linear foot. The figure and extended amount was changed, but the written amount was overlooked. Change Order No. One sets the unit price at $30.00, as intended. This change will not affect the contract price, since the extended cost was based upon $30.00. Our standard specifications state that the unit price shall be negotiated if the estimated quantities are changed more than 25%. The quan- tities of some of the Additive Alternates were reduced in an effort to decrease the contract cost. 8-10-87 75-0264 "r-,ject: Improvement of Patton Park South, Phase III Plan No. 7169 Date: 8-10-87 File No. 6.1448-, Gentlemen: The estimated quantities and/or unit prices of the Additive Alternates listed below are hereby amended as shown: Unit No. Description. Quantity Unit Price Total 1 Clearing & Grubbing 1 L.S. $ 8,838.00 *$ 8,838.00 3 PCC Sidewalk 2,354 S.F. 1.80 $ 4.237.20 4 PCC Curb 1.740 L.F. 6.00 $ 2,760.00 8 Pipe Bollards 6 Ea. 195.00 $ 1.170.00 11 Block Wall 315 L.F. 30.00 $ 9.450.00 12 Retaining Wall 86.5 L.F. 139.40 $12,058.10 ENGINEERING DIVISION DEPARTMENT OF PUBLIC WORKS CITY OF SAN BERNARDINO. CALIFORNIA CONTRACT CHANGE ORDER NO. ~ (Change necessitated because of field conditions) TO: Matich Corporation P. O. Box 50.000 San Bernardino, CA 92412 Difference ($ 14.162.00) ($ 53.416.80) ($ 7,680.00) ($ 2.535.00) -0- ($ 25.741.90) ($103.535.70) * Cost to be determined on a time and materials basis not to exceed $8.838.00. Total extra work cost added to contract .............................$(103.535.70) Previous Contract Price.............................................$ 402.751.91 Amended Cost Price .....................~............................$ 2999216.21 Additional time to complete contract due to change order ............ -0- CONTRACTOR: CITY OF SAN BERNARDINO: By: By: ROGER G. HARDGRAVE Director of Public Works/City Engr. Title: Accepted Date: Approved Date: l:'- ~ '- ~ 0 '- z '" is 0:: Q a:. "> e iii oL ..j Z 0:: II. () III 0 \) lD Z I- Z e :) U) 0 II. :E ~ 0 e ~ ~ ~' U Cl :> Z m Z c w W ll. C 0 0:: C I- :; 0 " U z in Z <c w ~ w Z 0:: 0:: C a: :; :J: gl en " 0:: C a: ll. i:i: in '" <c .. ~ 0 0 a: " Z ~ au 0 <( ..J li 0 d " ~. .. <31 z au ~ a: :..; <I: ~ .. '<:: au ] 0 ) " ... z ...i ii: >- <c au m m ..J c:l~ C '" ii: w m 0 z 0:: U iii Z ~ a: Z III 0 W W > IL 0:: Z a: 0 ~ a., ::> <I: , z Q \) ",I I <I: iii " 0:: ;) ..... III W ~ ';/-1 :> z <3 > 0:: C tIrj' m 0 Z E w c ,J c ~ ::> ?- m m VI W a: 00::11I :; II. ~ ")1 U .. UOIL ::> 0 ~ z !!! ZI-:E Z ::> z oeO Z w 0 ~ :;;o::U ~ :; ~ Z :;t;... <c Z <I: 0-0 Z :; <c au U!:I- 0:: i= 0 .. c:EO:: Z 0 '" en Z :;: 0 W <c ~ zQO ii: Z t ci c <cell; 0 Cl O::~o: ~ S~ ~ z Z w Z 0:: 0:: Z 0 0- .. U w I- W ;:: >-ul- en w Z ll. '" <c ..13 w i:i: Z ::> 0 .. :;:;..., c <3 MI 0 a: ..om .... N q- It'l <D ..... 00 0\ 0 .... N M q- It'l Cl U en .. 0 w .... .... .... ... ... ... Z U C en 00::::> g,l a I-l.I..en m w <C m ~ '. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 8-2]:-87 RESOLUTION NO. RESOLUTION OF THE CITY OF SAN BERNARDINO AWARDING A CONTRACT TO THE 14ATICH CORPORATION FOR THE IMPROVEMENT OF PATTON PARK SOUTH, PHASE III, AND APPROVING CONTRACT CHANGE ORDER NO. ONE. BE IT RESOLVED BY THE t4AYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. Matich Corporation is the lowest responsible bidder for Improvement of Patton Park South, Phase III, in accordance with Plan No. 7169, for the total amount of $402,751.91, a contract for the Basic Bid and Additive Alternates No.1, 2, 3, 4, 7, 8, 10, 11 and 12, is awarded to said bidder accordingly, but such award shall be effective only upon the contract being fully executed by the parties; all other bids therefor are hereby rejected; and the Mayor is hereby authorized and directed to execute said contract on behalf of the City; a copy of the contract is attached hereto, marked Exhibit "A" and incorporated herein by reference. as fully as though set forth at length. SECTION 2. Contract Change Order No. One is hereby approved to authorize various changes in the estimated quantities and/or unit prices, for a net decrease in the contract price of $103,535.70, from $402,751.91 to $299,216.21. SECTION 3. Execution and Amendments. This contract and any amendments or modifications thereto shall not take effect or become operative until fully signed and executed by the parties and no party shall be obligated hereunder until the time of such full execution. No oral agreements, amendments, modifications or waivers are intended or authorized and shall not be implied from any act or course of conduct of 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 ~ ~ 24 ~ 26 27 28 8/21/87 any party. SECTION 4. Allor a portion of the funds to be expended in the construction of the project are provided by the united States Department of Housing and Urban Development. (HUD). This contract and any amendments or modifications thereto shall not take effect or become operative until fully signed and executed by the parties in the manner required by the applicable HUD regulations and no party shall be obligated hereunder until the time of such full execution. No oral agreements, amendments, modifications or waivers are intended or authorized and shall not be implied from any act or course of conduct of any party. I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor and Common Council of the City of San Bernardino at a meeting thereof, held on the day of following vote, to wit: AYES: Council Members , 1987, by the NAYS: ABSENT: City Clerk 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 8-21-87 "0: ~' The foregoing resolution is hereby approved this day of , 1987. Mayor of the City of San Bernardino Approved as to form and legal content: (\ :::J \ /- Attorney 3