Loading...
HomeMy WebLinkAbout21-Public Works ORIGINAL CITY OF SAN BERNARDINO -REQUEST FOR COUNCIL ACTION From: Robert G. Eisenbeisz, City Engineer Subject: Authorize the City Manager to execute Contract Change Order No. Dept: Public Works One with Bomel Construction Co., Inc. for Metrolink Parking Structure Date: September 9,2010 at the Santa Fe Depot (GB 04-19), per Project Plan Nos. 12591, 12328, File Nos. 7.10-7576 12336, 12337, 12327, 12348. MCC Date: October 4, 2010 Synopsis of Previous Council Action: 02-16-10 The Mayor and Common Council adopted Resolution No. 2010- awarding a contract to Bomel Construction Co., Inc. for the Metrolink Parking Structure at the Santa Fe Depot (GB 04-19), per Project Plan Nos. 12591, 12328, 12336, 12337, 12327, 12348. 06-23-09 The Mayor and Common Council adopted the FY 2009/10 to 2013/14 Capital Improvement Program. 07-16-07 Adopted Resolution No. 2007-247 authorizing the execution of Amendment No. 5 to the Cooperative Agreement with the San Bernardino Associated Governments (SANBAG) for Metrolink Commuter Rail Station and the Santa Fe Depot Rehabilitation Project, Contract No. 04-040. 09-19-05 Adopted Resolution No. 2005-317 authorizing the execution of Amendment No. 3 and ratifying Amendment No. 2 to the Cooperative Agreement with the San Bernardino Associated Governments (SANBAG) for the Metrolink Commuter Rail Station and the Santa Fe Depot Rehabilitation Project, Contract No. 04-040. Recommended Motion: Authorize the City Manager to execute Contract Change Order No. One with Bomel Construction Co., Inc. for the Metrolink Parking Structure at the Santa Fe Depot (GB 04-19), per Project Plan Nos. 12591, 12328, 12336, 12337, 12327, 12348. Robert G. Eisenbeisz Contact Person: Robert Eisenbeisz, City Engineer Phone: Ext. 5203 Supporting data attached: Staff Report& CCO No. One Ward: 1 & 3 FUNDING REQUIREMENTS: Amount: $ 0 Source: (Acct. Nos.) 242-160-5504-7576-0025 Acct. Description: Santa Fe Depot Prkg. Structure CIP#GB04-019 Finance: Council Notes: Agenda Item No. 21 f D -6t-1-2oto CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION . . STAFF REPORT . . Subject: Authorize the City Manager to execute Contract Change Order No. One with Bomel Construction Co., Inc. for Metrolink Parking Structure at the Santa Fe Depot (GB04-19), per Project Plan Nos. 12591, 12328, 12336, 12337, 12327, 12348. Background: In September of 2005, the San Bernardino Associated Governments (SANBAG) and the City of San Bernardino entered into a cooperative agreement as part of the Metrolink Commuter Rail Station and the Santa Fe Depot Rehabilitation Project, Contract No. 04-040. The agreement, which required SANBAG to reimburse the City for all engineering, inspection and construction costs associated with its construction, was approved by the Mayor and Common Council on July 16, 2007. Under the agreement, SANBAG agreed to reimburse the City for all costs associated with the project up to an amount of $3,500,000. In addition, the City received an approval on June 22, 2009 from the California Department of Transportation (Caltrans) to proceed with the construction phase of the project under the Congestion "Mitigation and Air Quality (CMAQ) improvement program with a"reimbursement ratio of88.53% of the construction costs. On February 16,2010, the Mayor and Common Council awarded a contract to Bomel Construction Co., Inc. for the Metrolink Parking Structure at the Santa Fe Depot (GB04-19), per Project Plan Nos. 12591, 12328, 12336, 12337, 12327, 12348. Construction Change Order No. One: During construction, a previously unknown layer of organic material beneath the parking structure was discovered, requiring the contractor to remove the organic material and back-fill the layer with acceptable material. In addition, the contractor was directed to perform excavation work for percolation testing to comply with Water Quality Management Plan requirements. This additional work was not 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. One. This change order results in a net savings to the project of $27,850. The last item included in this change order is the substitution of fiber mesh as a concrete additive for the originally specified Elastomeric coating. Both of these materials help reduce overall cracking of the concrete surface especially on the upper floor that is exposed to the elements. The fiber mesh alternative provides similar resistance to cracking with less maintenance cost over the life of the structure. 2 09/27/2010 CITY OF SAN BERNARDINO - REOUEST FOR COUNCIL ACTION . STAFF REPORT - Continued . Financial Impact: The revised estimated contract costs are as follows: TOTAL Original Contract Amount $ 4,167,526.00 Contract Change Order No. One (CREDIT) $(27,850.00) Total Construction Contract Amount $ 4,139,676.00 This change order represents a net decrease of 0.69% of the original contract amount. The change order did not increase the total project cost and was less than estimated in the original design phase, so no additional funds are needed for this project. In addition, the City will be reimbursed 88.53% of the final construction cost from Caltrans and SANBAG including all change orders. Project Account Budgeted Amount: $ 10.477.700 (Acct. No. 242-160-5011-7576-0025). Balance as of 06/30/2010: $ 5.935.984. Balance after approval of this item: $ 5.963.834. Please note this balance does not indicate available funding. It does not include non-encumbered recurring expenses or expenses incurred but not yet processed. It reflects the amount allocated but not necessarily obligated and authorized by the Federal Highway Administration, which will only reimburse the City for actual costs incurred. Recommendation: Authorize the City Manager to execute Contract Change Order No. One with Bomel Construction Co., Inc. for Metrolink Parking Structure at the Santa Fe Depot (GB04-19), per Project Plan Nos. 12591,12328,12336,12337,12327,12348. Attachments: Change Order No. One 3 09/27/2010 PUBLIC WORKS DEPARTMENT 300 North ':D" Street. San Bernardino '. CA 92418-000 I Engineering 909.384.5111' Fax: 909.384.5155 Facilities 909.384.5244' Fax: 909.384.5155 www.sbcity.org CONTRACT CHANGE ORDER NO. ONE FILE NO. 7.10-7576 W.O. NO. 7576 DATE: OCTOBER 4, 2010 PROJECT: METROLINK PARKING STRUCTURE AT 1275 W. 3'd STREET AT THE SANTA FE DEPOT (GB 04-19), FEDERAL PROJECT NO. CML-5033(039), EA #08-9248831 PER PROJECT PLAN NO. 12591, 12328, 12336, 12337, 12327, 12348 TO: BOMEL CONSTRUCTION CO., INC. 8195 E KAISER BOULEVARD ANAHEIM HILLS, CA 92808 GENTLEMEN: You are hereby compensated for performing the additional work as follows: I ITEM NO: DESCRIPTION OF CHANGE COST 1-1 Over Excavation Due to Organic Material $ 27,332.00 1-2 Percolation Testing Work $ 3,830.00 1-3 Fibermesh Alternative $ (59,012.00) TOTAL COST CCO #1 $ (27,850.00) JUSTIFICATION: Over Excavation Due to Ornauic Material Item During construction, it was discovered that the contractor was required to perform No. 1-1 additional excavation due to organic material above and beyond the original bid item (over 125%); therefore, it was necessary for the contractor to complete the said excavation on a time and material basis per the field condition. Percolation Testinl! Work 1-2 The contractor was directed to perform exploratory work for percolation test, due to the new revised Water Quality Management Plan requirements. This additional work was not included in the oril!inal contract bid item. Fibermesh Alternative 1-3 The contractor was required to replace elastomeric coating with fibermesh 650 on the I second and third floor of elevated decks. This alternative material request was approved, which will reduce the oril!inal contract amount as a credit. . ENGINEERING DIVISION . SUMMARY OF CONTRACT COSTS . . [he estimated revised contract cost is as follows: Original Bid Amount ................................... ........................$ 4,167,526.00 Contract Change Order No. One. . . . . . . . . . . . . . . . . . . . . . . . . . . . . ....................$ (27.850.00) Revised Construction Contract cost. . . . . . . . . . . . . . . . . . . . . . . . .. ....................$ 4,139,676.00 Reimbursement by Caltrans . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .....................$ 3,664,855.16 Additional time to complete Contract due to this Change Order.......................... 0 Working Days This change order represents a reduction of 0.69 % of the original contract amount. BOMEL CONSTRUCTION CO., INC. CONTRACTOR Accepted By: CITY OF SAN BERNARDINO PUBLIC WORKS DEPARTMENT Approved By: ROBERT G. EISENBEISZ City Engineer Title: Date: Date: Approv"ed By: CHARLES E. McNEELY City Manager Date: Item No. October 4, 2010 . ENGINEERING DIVISION .