Loading...
HomeMy WebLinkAbout11-Development Services CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Date: February 8, 2010 Authorize the Director of Development Services to execute Contract Change Order No. Two with Weka, Inc. for the Sanitary Sewer Improvement Relocations for 1-215 Freeway Widening, Segments 1, 2 and 5 (SW09-03), per Project Plan No. 12574. From: Valerie C. Ross, Director Subject: Dept: Development Services File Nos. 3.7848-1; 3.7848-2; 3.7848-5 MCC Date: Apri119,201O Synopsis of Previous Council Action: 02-16-10 The Mayor and Common Council signed Contract Change Order No. 1 with Weka, Inc. for Sanitary Sewer Improvement Relocations for 1-215 Freeway Widening, Segments 1,2 and 5 (SW09-03), per Project Plan No. 12574 07-06-09 The Mayor and Common Council signed Cooperative Agreement with San Bernardino County Transportation Authority (SANBAG) for 1-215 Freeway Widening Segments 1,2 and 5 Sewer Relocation Design Work. 07-06-09 The Mayor and Common Council adopted a Resolution awarding a contract to Weka, Inc. for Sewer and Street Improvements (SW09-03). 03-16-09 The Mayor and Common Council signed Utility Agreements with Caltrans for sewer relocations reimbursement related to the 1-215 Freeway Widening Project. Recommended Motion: Authorize the Director of Development Services to execute Contract Change Order No. Two with Weka, Inc. for the Sanitary Sewer Improvement Relocations for 1-215 Freeway Widening, Segments 1,2 and 5 (SW09-03), per Project Plan No. 12574. /iJJAiv {/,1<1#- Valerie C. Ross Contact Person: Robert Eisenbeisz, City Engineer Phone: Ext. 5203 Supporting data attached: Staff Report & CCO No. Two Ward: 1,2,6 FUNDING REQUIREMENTS: Amount: $ 289,993.37 Source: (Acct. Nos.) 242-362-5504-7848 Acct. Description: Caltrans Reimbursement Finance: Agenda Item No.~ I J./"'/'H 0 CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT Subject: Authorize the Director of Development Services to execute Contract Change Order No. Two with Weka, Inc. for the Sanitary Sewer Improvement Relocations for 1-215 Freeway Widening, Segments I, 2 and 5 (SW09-03) per Project Plan No. 12574. Background: In March of 2009, the California Department of Transportation (Caltrans) and the City of San Bernardino entered into Utility Agreements as part of the realignment and widening of the 1-215 Freeway. The agreements, which required Caltrans to reimburse the City for all engineering, inspection and construction costs associated with the relocation of conflicting sewer facilities within Segments No.1 and No.2, was signed by the Mayor on March 16, 2009. A similar Utility Agreement between Caltrans and the City for sewer relocations relative to Segment No.5 was also signed by the Mayor on March 16, 2009. The sewer relocation project involves the following three freeway segments: . Segment No. I between Rialto Avenue and 8th Street, which includes City sewer relocations at 2nd Street, Main Street, 3'd Street, Kingman Street, alley north of 5th Street, Spruce Street, Victoria Street, 7th Street, and 8th Street. This has been identified as Phase 3 of the freeway improvements. . Segment No.2 between 8th Street and Massachusetts Avenue, which includes City sewer relocations at Temple Street, lOth Street, Olive Street, II th Street, Orange Street, Baseline Street, Virginia Street, and 17th Street. This has been identified as Phase 3 of the freeway improvements. . Segment No.5 between Massachusetts Avenue at 19th Street, which includes City sewer relocation at Massachusetts Avenue. This has been identified as Phase 4 of the freeway improvements. On July 6, 2009, the Mayor and Common Council approved a Resolution to award a contract to Weka, Inc. in the amount of $1,364,058 for construction of Sanitary Sewer Improvement Relocations for State Route 215, Segments 1,2 & 5 (SW09-03), per Project Plan No. 12574. Under the utility agreements, Caltrans will reimburse the City for all associated costs with the relocation of conflicting sewers regarding the 1-215 Freeway Widening project up to $2,247,750 for Segment No. I, and up to $1,956,525 for Segment No.2, and up to $286,418 for Segment No.5, all of which reflect the estimated cost of construction with contingencies based upon the approved plans and specifications. The three agreements result in a total maximum budget of $4,490,693. On February 16,2010, the Mayor and Common Council authorized the Director of Development Services to execute Contract Change Order No. One with Weka, Inc. in the amount of $212,896 for construction of the Sanitary Sewer Improvement Relocations for 1-215 Freeway Widening, Segments 1,2 & 5 (SW09-03), per Project Plan No. 12574. 2 CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT - Continued Construction Change Order No. Two: During construction of the sanitary sewer improvement relocations for the 1-215 Freeway Widening, Segments 1,2 and 5, the contractor was directed to complete additional work and/or encountered unforeseen conditions, such as discovery of unsuitable material in II th Street, Olive Street, Kingman Street, Orange Street, Spruce Street and others that had to be excavated and recompacted in order to meet compaction requirements. Additional work included relocation of undocumented conflicting utilities, and other tasks including additional camera inspection, and design revisions adjusting sewer alignment to meet field conditions. These additional tasks were not identified on the plans, approved by Caltrans or included in the contractor's original bid. The descriptions and justification of these items are detailed in the attached copy of Contract Change Order No. Two. Financial Impact: The revised estimated project costs are as follows: TOTAL Orillinal Contract Amount $1,364,058.00 Contract Change Order No. One $ 212,896.00 Contract Chanl!e Order No. Two $ 289,993.37 Total Proiect Cost $1 866947.37 Construction Budl!et per Caltrans Al!reements $4.490.693.00 This change order represents 21.3% of the original contract amount. The total of all change orders to date equals 36.9% of the original contract amount, and 11.2% of the total construction budget. There are sufficient funds in the project budget to cover the cost of the change order. In addition, the City will be reimbursed 100% of the final construction cost including change orders from Caltrans. Account Budgeted Balance Amount: $3.012.100 Balance after approval of this item: $2.907.019 Balance as of: 03/17/2010 Please note this balance does not indicate available funding. It does not include non-encumbered reoccurring expenses or expenses incurred but not yet processed. Recommendation: Authorize the Director of Development Services to execute Contract Change Order No. Two with Weka, Inc. for the Sanitary Sewer Improvement Relocations for 1-215 Freeway Widening, Segments I, 2 and 5 (SW09-03), per Project Plan No. 12574. Attachments: Change Order No. Two 3 DEVELOPMENT SERVICES DEPARTMENT '" 300 North "D" Street. San Bernardino. CA 92418-0001 Planning & Building 909.384.5057 . Fax: 909.384.5080 Pnblic Works/Engineering 909.384.5111 . Fax: 909.384.5155 www.sbcity.org CONTRACT CHANGE ORDER NO. TWO FILE NO. 3.7848 W.O. NO. 7848 DATE: APRIL 19,2010 PROJECT: SANITARY SEWER IMPROVEMENT RELOCATIONS FOR STATE ROUTE 215, SEGMENTS 1, 2 AND 5 (SW09-03), PER PROJECT PLAN NO. 12574 TO: WEKA, INe. 826 BROOKSIDE AVENUE, STE. G REDLANDS, CA 92373 GENTLEMEN: You are hereby compensated for performing the additional work as follows: ITEM NO: DESCRIPTION OF CHANGE COST . 2-1 Design Changes on Spruce Street due to Utility Conflict $ 57,536.01 between October 8, 2009 and November 16, 2009 2-2 Sanitary Sewer Improvement Relocations for the 1-215 $ 10,975.23 Freewav Widening, Segment 5 Remove and Recondition Unsuitable Material and Recompact 2-3 it between October 13, 2009 and November 2, 2009 on $ 28,379.69 Various Streets 2-4 Jack and Bore on 10th Street $ 5,394.52 2-5 Remove Unknown Utilities on H Street $ 3,326.28 2-6 Additional Video Work $ 2,058.53 2-7 Extra Work on 2 Sewer Manholes $ 4,359.22 2-8 Baseline Street Sewer Design Changes & Baseline Pumps on $ 177,963.89 Stand By between November 20, 2009 and December 19, 2009 TOTAL COST CCO #2 $ 289,993.37 CHANGE o.RDER NO. TWO. - WEKA, Inc. SANITARY SEWER IMPRo.VEMENT RELOCATIo.NS Fo.R STATE Ro.UTE-215 SEGMENTS 1,2 & 5, PER PRo.JECT PLAN No. 12574 JUSTIFICATION: Desi2I1 Chanees on Spruce Street due to Utility Conflict During co.nstructio.n, it was disco.vered that there were co.nflicts between an existing 3" gas line, a 0/.," water service line, an unmarked 11!z" electrical co.nduit and a 2" steel structure; and the propo.sed 24" jack and bare sewer line an Spruce Item Street. The gas line crossed aver the center o.f the pro.po.sed sewer line, The 2-1 co.ntracto.r was directed to. po.tho.le said utilities while the design engineer was No. Io.o.king into. an alternative alignment o.f the pro.po.sed sewer and bare pit Io.catio.n, In additio.n, it was necessary far the co.ntracto.r to. standby far the design changes and wait far an approval fro.m Caltrans at the same time, These changes were no.t o.riginally anticipated and were no.t included in the o.riginal co.ntract bid, Sanitary Sewer Improvement Relocations for the 1-215 Freewav Widenine. Item Seement 5 2-2 During co.nstructio.n, it was disco.vered that the existing 12" VCP sewer an H No. Street and 17th Street was required to. be po.tho.led, This additio.nal wo.rk was no.t included in the o.riginal co.ntract bid item, Remove and Recondition Unsuitable Material and Recompact it between Octoher 13. 2009 and Novemher 2. 2009 on Various Streets Item The co.ntracto.r was required to. re-excavate and reco.nditio.n unsuitable materials 2-3 an lOth Street, H Street, 11th Street, Temple Street, 8th Street, Vine Street, 7th No. Street, Victo.ria Street, Spruce Street, Kingman Street, 3'd Street, Main Street and 2nd Street in o.rder to. meet the co.mpactio.n requirements since the materials were to.o. saturated with mo.isture. Jack and Bore on lotn Street Item 2-4 The co.ntracto.r was autho.rized by Caltrans to. install 24" casing thro.ugh jack and No. bare metho.d an aver-time an lOth Street. This additio.nal wo.rk was no.t included in the o.riginal co.ntract bid item. Remove Unknown Utilities on H Street Item 2-5 The co.ntracto.r was required to. cut and remo.ve 2-1" gas and I" steel gas lines No. no.t shawn an the appro.ved plans. This additio.nal wo.rk was no.t initially anticipated no.r a part o.fthe o.riginal co.ntract bid item. Additional Video Work Item The co.ntractor was directed to. video. the propo.sed abando.ned 24" sewer line 2-6 Io.cated alo.ng the alley, no.rth o.f 5th Street. In additio.n, the existing 15" sewer No. line alo.ng Baseline was video.ed to. verify existing sewer laterals. This additio.nal wo.rk was no.t a part o.fthe o.riginal co.ntract bid item. Extra Work on 2 Sewer Manholes Item During co.nstructio.n, it was determined that the co.ntracto.r was required to. 2-7 mo.dify o.ne manho.le and abando.n the ather manho.le and fill with I sack sand No. and slurry. These changes were no.t o.riginally anticipated and were no.t included in the o.riginal co.ntract bid item. 2 CHANGE ORDER NO. TWO - WEKA, Inc. SANITARY SEWER IMPROVEMENT RELOCATIONS FOR STATE ROUTE-215 SEGMENTS 1,2 & 5, PER PROJECT PLAN No. 12574 Baseline Street Sewer Desil!n Chanl!es & Baseline Pumns on Stand Bv between November 20. 2009 and December 19. 2009 During construction, it was discovered that there were conflicts between Caltrans' proposed storm drain system, and the proposed 15" jack and bore sewer line on Baseline Street. The proposed storm drain system encroached on the alignment of the proposed sewer line and sewer bore pit locations, The 2-8 contractor was directed to install bypass pumps in order to pump the existing sewer flow from a manhole to another manhole while the design engineer was looking into an alternative alignment of the proposed sewer and bore pit locations. In addition, it was necessary for the contractor to standby for the design changes and wait for an approval from Caltrans at the same time. These changes were not originally anticipated and were not included in the original contract bid. In addition, this additional work was not included in the original contract bid item. SUMMARY OF CONTRACT COSTS The estimated revised contract cost is as follows: Original Bid Amount. .. ..... ... .... ... .... ... ..... . .. . . ........................$ 1,364,058,00 ContractChangeOrderNo.One................................... ......$ 212,896.00 Contract Change Order No. Two. . . . . . . . . . . . . . . . . . . . . . . . . . . . .....................$ 289.993.37 Revised Construction Contract Cost. . . . . . . . . . . . . . . . . . . , . . , . . . ....................$1,866,947.37 Additional time to complete Contract due to this Change Order .......................... 15 Working Days This change order represents 21.26 % of the original contract amount. WEKA, INC. CONTRACTOR Accepted By: CITY OF SAN BERNARDINO DEVELOPMENT SERVICES Approved By: VALERIE C. ROSS Director of Development Services Title: Date: Date: Approved By: CHARLES E. McNEELY City Manager Date: Item No. April 19, 2010 3