Loading...
HomeMy WebLinkAbout10-Development Services CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: Valerie C. Ross, Director Subject: Authorize the Director of Development Services to execute Contract Change Order Number one with Nikola Construction Corporation for Sewer improvements in Industrial Parkway, Tippecanoe Avenue, and "I" Street and Pavement Rehabilitation on Sterling Avenue (SW05-05, SW05-06, SW04-36, & SS06-56), per Project Plan No. 11923A. Dept: Development Services Date: January 13,2009 File Nos. 3.7469; 3.7470; 3.7464; 1.7630 MCC Date: February 2, 2009 Synopsis of Previous Council Action: August 20, 2007 August 18, 2008 The Mayor and Common Council approved FY 2007-08 CIP Budget. The Mayor and Common Council adopted a Resolution awarding a contract to Nikola Corporation for Sewer and Street Improvements (SW05-05, SW05-06, SW04-36, & SS06-56), per Project Plan No. 11923A. Recommended Motion: Authorize the Director of Development Services to execute Contract Change Order Number one with Nikola Construction Corporation for Sewer improvements in Industrial Parkway, Tippecanoe Avenue, and "I" Street and Pavement Rehabilitation on Sterling Avenue (SW05- 05, SW05-06, SW04-36, & SS06-56), per Project Plan No. 11923A. hitw C.R~ Valerie C. Ross Contact Person: Robert Eisenbeisz, City Engineer Phone: Ext. 5203 Supporting data attached: Staff Report Ward: 1,6,& 7 FUNDING REQUIREMENTS: Amount: $100,774.25 240-379-5504-7630 Source: (Acct. Nos.) 245-365-5504-7470 245-365-5504-4764 Acct. Description: Finance: ",'-'" Council Notes: '- Agenda Item No. '0 2.2..04t -- CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT ~,. Subject: Authorize the Director of Development Services to execute Contract Change Order Number one with Nikola Construction Corporation for Sewer improvements in Industrial Parkway, Tippecanoe Avenue, and "I" Street and Pavement Rehabilitation on Sterling Avenue (SW05-05, SW05-06, SW04-36, & SS06-56), per Project Plan No. 11923A. Background: On August 18, 2008, the Mayor and Common Council approved a Resolution to award a contract to Nikola Corporation for Sewer and Pavement Rehabilitation (SW05-05, SW05-06, SW04-36, & SS06-56), per Project Plan No. 11923A. Change Order: During construction of the sewer and pavement improvements the contractor encountered several unforeseen conditions and unknown utilities as follows: I. On "I" Street, the contractor encountered an unmarked abandoned 12" water main that was in conflict with the proposed sewer. This water main was not identified on the plans and was located when the trench was excavated. It was necessary to cut and cap the water mainline without damaging the existing sewer mainline, The removal of the concrete encasement and. to cut and plug the water main resulted in a cost of$II,640.83. 2. On "I" Street initial boring indicated that the existing asphalt was 6" thick, but there were locations where asphalt was 10" thick. The contractor was directed to remove and dispose of the additional 4" of asphalt at a cost of $2,586.84. 3. During construction on Tippecanoe Avenue it was determined that the proposed sewer mainline would need to be lowered an additional 4.5 feet due to a discrepancy in the design survey. In order to lower the sewer mainline the contractor was required to dig a deeper trench, add additional shoring, purchase larger manholes and slurry existing utilities for protection. The additional construction cost was based on time and materials resulting in an additional $62,761.08. 4. During pavement rehabilitation on Sterling Avenue it was determined that an additional 1.824 square feet needed to be paved in order to create a smooth transition from the new asphalt to the existing asphalt. This was done at a cost of $21 ,888.00. ,-,,-- 5. The existing crosswalk at Sterling Avenue and Highland Avenue needed to be replaced in order to meet current ADA standards. The contractor was directed to replace the crosswalk at a cost of $1 ,897.50. - 2 01113/20092:54 PM - CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT (Continued) '_. Financial Impact: The revised estimated project costs are as follows: TOTAL Original Contract Amount $ 649,999.00 Contract Change Order No. One $ 100,774.25 Revised Contract Amount $ 750,777.25 Administrative Costs $ 123,982.35 Total Project Cost $ 874,759.60 This change order represents a net increase of 15.5% in the contract amount. Recommendation: Authorize the Director of Development Services to execute Contract Change Order No. One with Nikola Construction Corporation for Sewer improvements in Industrial Parkway, Tippecanoe Avenue, and "I" Street and Pavement Rehabilitation on Sterling Avenue (SW05-05, SW05-06, SW04-36, & 8S06-56), per Project Plan No. 11923A. Attachments: Change Order No. One Attachment #1 '- 3 01113/2009 12:53 PM - '- "".~, _. - DEVELOPMENT SERVICES DEPARTMENT 300 North "D" Street. San Bernardino. CA 924]8-000] Planning & Building 909.384.5057. Fax: 909.384.5080 Public Works/Engineering 909.384.5111 . Fax: 909.384.5]55 www.sbcity.org w CONTRACT CHANGE ORDER NO. ONE FILE NO. 3.7469/3.7470/3.7464/1.7630 W.O. NO. 7469/7470/7464/7630 DATE: February 2, 2009 PROJECT: SEWER IMPROVEMENTS - INDUSTRIAL PKWY; TIPPECANOE "I" STREET BY OPEN CUT AND PIPE BURSTING METHODS; PAVEMENT REHAB - TIPPECANOE AVE; "I" STREET; STERLING (SW05-05; SW05-06; SW04-36; SS06-56) TO: NIKOLA CORPORATION 18012 COWAN, STE. 290 IRVINE, CA 92614 GENTLEMEN: You are hereby compensated for performing the additional work as follows: ITEM NO: DESCRIPTION OF CHANGE COST 1-1 On "I" Street at Sta. 10+00 - Remove Concrete Encasement & $ 11,640.83 Cut and Plug Water Main 1-2 On I" Street at Sta. 13+50 to Sta. 25+25 - Remove 4" Additional $ 2,586.84 Thickness of Asnhalt Concrete 1-3 Lower Sewer Mainline on Tippecanoe Ave $ 62,761.08 1-4 Bid Item No.5 of Bid Schedule No.4 - Increase by 1.824 s.f. $ 21,888.00 1-5 Remove & Replace Conflicting Crosswalk Striping $ 1,897.50 TOTAL COST CCO #1 $ 100,774.25 JUSTIFICATION: I On "I" Street at Sta. 10+00 - Remove Concrete Encasement & Cut and Plu!! Water Main Item 1-1 I On "I" Street at Sta. 10+00, the existing sewer was encased in concrete and an No. unmarked 12" water main was in conflict with the proposed sewer mainline. It was I necessary to remove the concrete encasement (without damaging the existing sewer mainline) and to cut and caD the water mainline. On I" Street at Sta. 13+ 50 to Sta. 25+ 25 Remove 4" Additional Thickness of ASDhalt Concrete 1-2 On "(" Street at Sta. 13+50 to Sta. 25+25, initial boring indicated the asphalt was 6" thick. There were locations where asphalt was 10" thick. The contractor was directed to remove and disoose of the additional 4" of asohalt. CHANGE ORDER NO. ONE - NIKOLA CORPORATION SEWER IMPROVEMENTS -INDUSTRIAL PKWY; TIPPECANOE "I" STREET BY OPEN CUT AND PIPE BURSTING METHODS: PA VEMENT REHAB - TIPPECANOE AVE: "I" STREET; STERLING (SW05.05; SW05.06: SW04.36; SS06.56) "'--~. I Lower Sewer Mainline on Tippecanoe Ave During consIruction, it was determined that the proposed sewer mainline would need to 1-3 be lowered an additional 4.5'. The lowering of the mainline required the contractor to change the method of construction to include deeper trenching, additional shoring, larger manholes, and to slurry existing utilities for protection. These additional costs were tracked and time and materials. I Bid Item No.5 of Bid Schedule No.4 Increase bv 1.824 s.f. 1-4 For Bid Schedule No.4 (Sterling Ave Pavement Rehabilitation), it was necessary to increase the pavement rehabilitation area to create a flat transition from new to old asohalt. Remove & Replace Conl1ictinl! Crosswalk Stripinl! 1-5 At the intersection of Sterling Ave and Highland Ave, the existing crosswalk was incorrect. The contractor was directed to remove and replace the crosswalk correctlv. SUMMARY OF CONTRACT COSTS The estimated revised contract cost is as follows: Original Bid Amount. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..... $ 649.999.00 ContracI Change Order No. One. . . . . . . .. . . . . . . . . . . . . . . . . . . . . ... $ 100.774.25 Revised Construction Contract cost. . . . . . . . . . . . . . . . . . . . . . . . . . .....$ 750,773.25 "-"",,,--.u' Additional time to complete Contract due to this Change Order ...................0 Working Days This change order represents 15.5 % of the original contract amount. NIKOLA CORPORATION CONTRACTOR Accepted By: CITY OF SAN BERNARDINO DEVELOPMENT SERVICES Approved By: VALERIE C. ROSS Director of Development Services Title: Date: Date: Approved By: MARK WEINBERG Interim City Manager ,.- Date: Item No. February 2, 2009 - o ..-. ~ '- - - ~ .... z w :l! J: ~ .... !;( >i j ,!i ~ 1lI . . . 18 > > > . . . . . .< .< .D of ~ ~ ~ . 0 E ~ ~ ~ U> . ., ., ., U> 0: . . . ,.: '" .. .. .. W ..; , , , ~ g g W ~ II: <;> .. .. .... ... U> 0 :;: J: U> c .. ~ 8 ~ .... on ;; '" .. '" '" '" c <ci ;; '" 0 <;> "C '" "' . , .. '" "' ~ .... ... .. '" .n of .... 0 a; ;; '" ., :;: "C "' '" 'i W . '" '" w U> . ~ .;: .. 0:: ..; . .... M 0: U> . W 0 c ~ c '" c "' Z :;: .- ",0 '" '" '" c "' N :; !!!. o . ~ ;: .n .. w . 0 N '" ., '" E N '" ~ '" U> .... u< ;! '" M .,; <( W N N '" III W u;;t '" '" '" '" 0:: E . '" '" :l! .... - . 0 U> O"C o . II: 0 uo IL oi. W ;; 8 8 c ~ '" .. ::> :l! <( '" C N .. ~ z ::> "C 8 8 g " M .; W M . a; '" ., ll. N .. C N '" '" .. z ~ 0 '" . .; or .. ...: .,; '" 0 U> ~ :;; c '" N "' '" 0 .... .... ~ N ~ .. N N "'. ~ z w w 0 " '" '" '" '" '" ~ w 0 ::> l .. :l! z z z 0 w <( w .... 50 " U '" .. .. :! ll. > W ~ U U. "' '" N J: 0:: 0 ll. W ..0 ;; M '" ~ 0 0:: .., . E "' " ~ .... ll. e 0 0. . "' '" "! ~ U ll. i= z II: ;;;z <ci .; .; ;; z ! 5 '" "' ~ ll. 0- '" N ;;; ~ .... 0 0:: .... Z 0:: u ~ '" '" .. ~ i= 0 J: -0' 0 w ii!; Cl 0 II . 0:: U IL W i: IL 00. ::> II: z I- .... 0:: .... Z Z .... U> 0 :l! 0 0" 8 c 8 0 0 .... 0 c 0 U U> e Cl II: i= ~ ~ 5-; '" '" '" .; z ::> '" ~ '" ~ 0 z Z IL g~=+ '" N N '" <( X III ~ & l~ or or .,; U 0:: W ii! "' '" N S!. <( w ~ '" '" '" W ...J .... e ~ :!! ~ '" ...J :;: 0 U> o ._ 0 Cl Q U:l; " W .... Z Z U> e :; .... U> . '" .. .. :! 0:: 0:: 0 . "' '" N <( W 'u ..... '" '" '" ~ > .... u ~+ '" ~ '" ~ '" N. N '" W U> "'.. or or .,; ...J '" .Eo "' ;;; N S! ::> -N '" '" '" 0 .... 0_ .. 0 III W U Z W 0:: 0 c 8 0 0 .... - c c 0 :o! U> 0 .n .n .; g . '" .. u .... ~ '" '" .. .. U> ;; <ci '" :l! ~ "' N' N N ;;; "' 0 "C '" '" .. 0:: 0 iii IL .... i .... ~ . w 0 . .'< ~.~ ~ w 0 . .. 0:: . . '" UJO~ Q)(U<( " .... '" f/).s ~ ~ '" g> 0:: U> '0 ~.- ~ ~ B <( 0 m~~ i;~'E J: . ! & ll. . C. .- 0."'. oi. .... c . . '" ~U5 .... 0: 0:- ~ .... ii! :l! 0..8 '" iO iO . .... 0 '" c "' 1i U> 0:: .; .;, "' '5 ::> - E c c c l- e IL U. ~ ~ UJ - .... z !2 !2 0 :! w E w .. 0:: . .. .. c c c 0 '" '" ~ ~ '" U .... . .. .. .. .. '" .0 U> E ~ ..,. ~ ~ ~ . .;, .. .;, .; .; c c c c c . Z "' "' "' "' "' C "7 "' :! "' "' .;, .;, d> . ;;; '" '" '" ~ 0 ,. '"1 .. '" '" 0 0- .;, 6 :i N "' ~ .. ~ .. .. N N N ~ C N a; C C N 0; Q ;;