Loading...
HomeMy WebLinkAbout32- Public Works , CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION File No. 7 . 30-10 From: ROGER G. HARDGRAVE Subject: Approval of Contract Change Order No. 3 -- Passenger Terminal Access Roads & Parking Facilities, 0 I N� Dept: Public Works � San Bernardino International- 5-2-96 Airport, per Plan No. 9053 - Date: RIVERSIDE CONSTRUCTION Synopsis of Previous Council action: 10-04-93 - Resolution No. 93-382 adopted authorizing the Mayor to execute an application to the Economic Development Ad- ministration for a grant. 03-21-94 - Resolution No. 94--68 adopted authorizing execution of approval and award of grant. 04-03-95 - Resolution No. 95--92 adopted authorizing Mayor to execute the amended grant application to EDA to finance road and parking lot improvements . 10-02-95 - Plans approved and authority granted to advertise for bids . 01--22-96 - Resolution No. 96-41 adopted awarding contract for the low bid price of $2 , 574 , 928 . 09 . (Continued on second page) Recommended motion: That Change Order No. 3 to the contract with Riverside Construction for improvement of access roads and parking facilities for the passenger terminal for the San Bernardino Trade Center & International Airport, in accordance with Plan No. 9283 , be approved; to authorize additional compensation to the Contractor for extra work in the removal and disposal of additional concrete and asphalt pavement and facilities in or adjacent to the roadway improvements , at a price not to exceed $36 , 770 . 00 , from $2 , 605 , 276 . 40 to $2 , 642 , 046 . 40 . CC: Jim Monger, SBIAA Bill Bopf, IVDA /�A Z /- // Shauna Clark Barbara Pachon igna re Contact person: Gene R. Klatt Phone: 5125 Staff Report, Supporting data attached: C.C.O. #3 Ward: 1 FUNDING REQUIREMENTS: Amount: $36 , 770 (EDA Grant & SBIAA) Source: (Acct. No.) 242-362--5504-7038 Acct. Description) Access Roads & Parking Lot - S.B. International Airport Terminal Finance �l�y��� • Council Notes: 75-0262 Agenda Item No. � PUBLIC WORKS File No. 7 . 30-10 SYNOPSIS OF PREVIOUS COUNCIL ACTION: (Continued) 05-06-96 - Contract Change Order No. 2 approved to authorize addition- al compensation for delays and extra work due to conflicts with utilities , at an increase in the contract price of $25 , 448 . 31 , from $2 , 579 , 828 . 09 to $2 , 605 , 276 . 40 . 5-2-96 CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT Page 1 of 2 The existing improvements on Harry Sheppard Boulevard and Leland Norton Way will necessarily have to be removed to allow the new improvements to be installed. The plans direct the Contractor to demolish the existing improvements on these streets , except for the section from Del Rosa Drive to a point about 250 feet to the east. Since the existing improvements within this 250 feet will also have to be removed, the Contractor will be performing extra work. This extra work will be paid for on a time and materials basis, in accordance with Section 3 of the Standard Specifica- tions, at a cost not to exceed $7 , 532 . 00 . The San Bernardino International Airport Authority will commence advertising for bids in May, 1996 , for remodeling the airport terminal building. The Authority has requested that additional existing concrete pavement, adjacent to the northwest corner of the terminal, be removed and replaced with asphalt concrete paving. This request is due to the need for the work to be done as a part of the remodeling, to match the new access road. It will be cost effective to have this work done by the Contractor for the access roads and parking lot. The Contractor will perform this extra work on a time and material basis, in accordance with Section 3 of the Standard Specifications, at a cost not to exceed $13 , 258 . 00 . A contract for drilling water wells was awarded by the Air Force, as a part of their program to clean up the acquifer. The plans for this contract directed the Contractor to install the pipes for these wells above ground. Since these pipes would have been in conflict with the improvement of the access roads, the San Bernardino International Airport Authority paid the Contractor an extra amount to install them underground. However, this amount did not include disposal of the concrete paving removed during excavation for installation of the pipes. Riverside Construction has agreed to remove this concrete paving on a time and material basis, in accordance with Section 3 of the Standard Specifications, at a cost not to exceed $15 , 980 . 00 . Funds to finance the additional cost of $36 , 770 . 00 , for the extra work authorized by Contract Change Order No. 3 , will be provided from the following sources : Federal Economic Development Administration Grant - 75% Inland Valley Development Agency - 25% 5-2-96 7r-n*gA i CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT Page 2 of 2 All costs incurred will be charged to Account No. 242- 362-5504-7038 , and billed to the grant and IVDA. No City funds will be used to finance any portion of the additional cost. We recommend that Change Order No. 3 be approved. 5-2-96 FEDERAL PROJECT NO. 07-49-02680.01 CONTRACT CHANGE ORDER CHANGE ORDER NO. 3 DATE: 4/17/96 Agreement Date: 2/12/96 NAME OF PROJECT: PASSENGER TERMINAL ACCESS ROADS AND PARKING FACILITIES; SAN BERNARDINO INTERNATIONAL AIRPORT OWNER: CITY OF SAN BERNARDINO CONTRACTOR: RIVERSIDE CONSTRUCTION The following extra work is to be performed, as directed by the Resident Engineer, and the following changes are hereby made to the CONTRACT DOCUMENTS: (1) Removal of an additional tree and existing asphalt concrete roadway, located on the east side of the intersection of Harry Sheppard Blvd. and Del Rosa Drive, on a time and material basis, at a cost not to exceed $ 7,532 .00. (2) Remove and dispose of additional concrete pavement on the northeast corner of the existing terminal building, as requested by the SBIAA, on a time and material basis, at a cost not to exceed $ 13,258.00. (3) Removal of existing concrete rubble abandoned onsite by the Air Force contractor, north of Building 658, on a time and material basis, at a cost not to exceed $ 15,980.00. JUSTIFICATION: During the demolition of the existing improvements, it was discovered that there was an error on the plans as to the limits of removal on the project, the removal of the exist- ing improvements from the intersection of Harry Sheppard Blvd. and Del Rosa Drive approximately 300 lineal feet east was not shown to be removed. However, it will be necessary to remove this section in order to construct the improve- ments as indicated on the plans. The Air Force has performed remediation of contaminated material at a site where the parking lot is to be constr- ucted. However, there is still a large pile of concrete rubble that needs to be removed. If the Air Force does not have it removed within the next several weeks, the con- tractor will be directed to remove it on a time and material basis, at a cost not to exceed $ 13,258.00 . Page 1 I Contract Change Order No. 3 07-49-02680.01 (Continued) The limits of the concrete pavement removal on the northwest corner of the existing airport terminal building do not extend far enough to provide for the transition into the airport flight line beyond the new roadway, therefore, in order to correct this deficientcy additoinal concrete pavement will have to be removed and replace with asphalt concrete pavement. CHANGE TO CONTRACT PRICE: ORIGINAL CONTRACT PRICE: $ 2 ,574,928.09 CURRENT CONTRACT PRICE adjusted by previous change Order: $_ 2,605,276.40 The CONTRACT PRICE due to this CHANGE ORDER will be increased by: Change Order will be increased by an estimated $ 36,770.00 The NEW ESTIMATED CONTRACT PRICE including this CHANGE ORDER will be $ 2 ,642 ,046.40 CHANGE TO CONTRACT TIME: To Be Determined The CONTRACT TIME will be (increased) by To Be Determined calendar days. The date for completion of all work will be To Be Determined Page 2 i Contract Change Order No. 3 07-49-02680.01 (Continued) Approvals Required: To be effective, this Order must be approved by the Federal agency if it changes the scope or objective of the PROJECT, or as may otherwise be required by the SUPPLEMENTAL GENERAL CONDITIONS. Accepted by: Riverside Construction Date Requested by: Steven Enna, Construction Engineer Date Recommended by: Jim Monger Date San Bernardino International Airport Authority Recommended by: William Bopf Date Inland Valley Development Agency Recommended by: Roger G. Hardgrave Date Director of Public Works/City Engineer Economic Development Administration Approved by: Date Page 3