Loading...
HomeMy WebLinkAbout16-Public Works File No. 7.3705 _Jjl~ CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL AqrJON From: Roger G. Hardgrave :n~r J^N ?" Publ ic Works/Engineering ",,0 " ..v REC'O.-AOM1N. O~bject: Dept: CM 3: C:,".; ". - Approval of r.han~e Order No. Two -- Installation of Se\~er 'Iains in Valley Truck Farm ~,rea, per Plan No. 6744 ---CHANG;~G TIMES ENTERPRISES, INC. Date: 1-22-86 Synopsis of Previous Council action: 04-16-84 --- Direction given to prepare plans. 05-07-84 Statement of Community Development Objectives and use of Community Development Block Grant Funds for FY 1984-85 adopted. Supplemental funds allocated. Plans approved and authorization 9ranted to advertise for bids. Bids rejected and authority granted to re-advertise for bids. Resolution No. 85-212 adopted awarding contract to Changing Times Enterprises, Inc., for the low bid price of $564,781.00, which included the Basic Bid and Additive Alternates No's 1, 2, 3, 4 & 5. (Continued on 2nd Page) 01-07-85 01-21-85 05- -85 6-17 -85 Recommeno:led motion: That Change Order No. Two to the contract with Changing Times Enterprises. Inc., for the construction of sanitary sewers in the Valley Truck Farm area, in accordance with Plan No. 6744, be approved; to authorize the Contractor fo furnish and install a well point system with 16 well points to dewater a pump station facil ity and to compen- sate the Contractor for operating equipment time lost due to utilities not shown on the plans, delaying work at a net increase in the contract price of $13,506.13, from $541,039.26 to $554,545.39. cc: John Matzer, Jr., City Administrator Glenda Saul, Ex. Dir., RDA Warren Knudson, Dir. of Finance {/~ r:r ~_ Signature Contact person: Roger G: Hardgrave Supporting data attached: Staff Report FUNDING REQUIREMENTS: Amount: $13,506.13 Phone: 5025 Ward: 3 ~---~- Sou rce: CDBG Funds & Sewer Line Finance: ~jA C/~__ Construction Funds Council Notes: 75-0262 Agenda Item No. jt" . CIT.,. OF SAN BERNARDI~_~ - REQUE..... r FOR COUNCIL AC\ .DN STAFF REPORT D~ring the constr~ction of the sewer lift station, the water table was fo~nd to be about four feet higher than the bottom of a wet well to be installed. The two dewatering wells, estimated in Contract Item No. 13, could not lower the water table s~fficiently to allow constr~ction of the lift station. The Contractor was necessarily directed to install a 16 well point system adeq~ate to keep water below the constr~ction area, at an agreed on price of $10,800.00. Vario~s utility facilities were discovered by the Contractor d~ring excavation. These facilities were not shown on the plans, since the servicing water company did not have a record of their existence. Each time a conflict occurred, the Contractor was required to sh~t down his operations until the water company personnel could respond and relocate their facility. The Con- tractor only claimed sh~t down time when he was precluded from working for two hours or more. On many occasions, the Contractor repaired water facilities himself, and at his expense, so he could proceed with the work. The sh~t down time charged is on a time and material basis, and acc~mulated until the end of the project. The net cost of the shut down time was $2,706.13. Daily extra work reports for this amo~nt are on file in our office. The total estimated project cost, based upon the act~al low bid price, contained an amount of $89,219.00 which can be used to finance the cost of this change order. The net increase to the contract price due to this change order is $13,506.13, from $541,039.26 to $554,545.39. We recommend this change order be approved. 75-0264 Plan No. 6744 .Da te: Dec. 4, 1985 F'ile No. 7.3705 Project: Valley Truck Farm Area ..>ewer ENGINEERING DIVISIONC: DEPARTMENT OF PUBLIC WORKS - CITY OF SAN BERNARDINO, CALIFORNIA ~ CONTRACT CHANGE ORDER NO. 2 (Change necessitated because of field conditions) To: Changing Times Enterprises, Inc. 7932 11th Street Buena Park, CA. 90621 Gentlemen: You are hereby authorized and directed to perform work as follows: 1. Furnish and install a well point system with 16 well points to dewater pump station facility at a lump sum of....:............... $ 10,800.00 2. Compensate contractor on a time and material basis, for operated equioment time los~, due to unknown utilities, not shown on olans, delaying work, not to exceed...........;................. $ 2,706.13 Total extra work cost added to contract.................$ 13,506.13 Previous Contract Price...........................:.....$ 541,039.26 Amended Cost price..........................................................................$ 554,545.39 Additional time to complete contract due to change orderS ~ By: Ti t 1 e: CITY OF SAN BERNARDINO By; ROGER G. HARDGRAVE Director of Public Works Accepted Date: Approved Date: