Loading...
HomeMy WebLinkAbout26- Development Services CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: Michael E. Hays, Director Subject: Approval of Contract Change Order No. 15--Orange Show Road Extension from Arrowhead Avenue to Dept: Development Services Tippecanoe Avenue per Plan No. 9142--MCM Construction, Inc. Date: August 25, 1998 ORIGINAL File No.: 1.845 MCC Date: September 21, 1998 Synopsis of Previous Council Action: 2/17/97 Plans approved and authorization given to advertise for bids. 8/18/97 Resolution No. 97-250 adopted awarding a contract to MCM Construction for the low bid price of $9,133,734. Recommended Motion: Approve Contract Change Order No. 15 to the contract with MCM Construction, Inc. for the extension of Orange Show Road from Arrowhead Avenue to Tippecanoe Avenue for the installation of two additional catch basins, a flared inlet drain, and 179 lineal feet of 12-inch corrugated metal pipe to provide proper drainage on the north side of Amos Street and at the east side of the BNSF railroad tracks where they intersect Orange Show Road. This work is to be performed at agreed prices at an increase to the contract price of$8,598, from $9,210,309.58 to $9,218,907.58. 140 Michael JU Hays Contact person: Steven Enna Phone: 384-5225 Supporting data attached: Staff Report. Contract Change Order Ward(s): 1 & 3 FUNDING REQUIREMENTS: Amount: $8,598 Source: (Acct. No.) 242-362-5504-1996 Acct. Description) Orange Show Road Extension - Arrowhead Avenue to Tippecanoe Avenue Finance: Council Notes: g1��19s� Agenda Item No. �� CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT SUBJECT: Approval of Contract Change Order No. 15--Orange Show Road Extension from Arrowhead Avenue to Tippecanoe Avenue per Plan No. 9142--MCM Construction, Inc. BACKGROUND: During the construction of the street improvements on Orange Show Road, a problem with the surface drainage was identified on the north side of Amos Street at the intersection with Orange Show Road. The plans and specifications call for a cul-de-sac to be constructed on Amos Street at that location. While the south side will drain properly in the North-South configuration of Amos Street, the north side is, in effect, being blocked with no provision for storm drain water. To alleviate this problem, a flared inlet drain structure is to be constructed on the north side of Amos Street at the lowest point in the cul-de-sac and connected to the new storm drain system on Orange Show Road. Additionally, at the request of BNSF Railroad, the configuration of the drainage system at the railroad tracks intersecting Orange Show Road was revised in order to remove the drainage structures from inside BNSF right-of-way. This will make the structures more readily accessible to City crews for maintenance of the system and improve the drainage system at the Railroad tracks. The relocation and reconfiguration of this drainage system also required the installation of two additional 3.5 foot catch basins; the addition of the catch basins will improve the overall performance of the system at and around the railroad tracks. The cost of the additional 12-inch corrugated metal pipe was done at contract unit prices, but there were no bid prices for the flared inlet or the two catch basins, the price of these additional items were at agreed prices negotiated between the contractor and the Resident Engineer. FINANCIAL IMPACT: The total estimated project costs, based upon the actual low bid price, contained an amount of $1,404,099.00 for contingencies, which can be used to finance the additional cost of Contract Change Order No. 15. All costs incurred for contract Change Order No. 15 will be charged to Acct. No. 242-362- 5504-1996. This account is reimbursed from Federal-Aide STP Funds (88%) and from IVDA (12%). Cal Trans has concurred that this is reimbursable and will participate in funding this extra work. RECONIMENDATION: Staff recommends that Contract Change Order No. 15 be approved. i CITY OF SAN BERNARDINO DEPARTMENT OF PUBLIC WORKS CONTRACT CHANGE ORDER NO . 15 SUPPL. NO. 0 ROAD ORANGE SHOW ROAD - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - FEDERAL NO . STPL - 5033 ( 010 ) _ CONTRACT NO . 9142 - SB MCM Inc . Contractor You are hereby directed to make the herein described changes from the plans and specifications or do the following described work not included in the plans and specifications on this contract. Description of work to be done,estimate of quantities,and prices to be paid.Segregate between additional work at contract price,agreed price and force account. Unless otherwise stated,rates for rental equipment cover only such time as equipment is actually used and no allowance will be made for idle time. Change requested by Engineer. The last percentage shown is the net accumulated increase or decrease from the original in the Engineers Estimate, 1. Where directed by the Engineer and in accordance with Section 4-1.03D " Extra Work" A/install 12" CMP drain as per revised Plan SD-2 (Revision 11/10/97) addtl. 179' $4,475 B/Install 12" CMP flared inlet - 1 unit (Revision 11110/97) $ 500 C/Construct catch basin Std 403 (Revision 11110/97)—2 units @$1700 $3.40 0 Subtotal: $8,375 5% Subcontractor's: $ 223 Total: $8,598 Estimated Cost: $8,598 .00 By reason of this order the time of completion will be adjusted s follows: No adjustment Submitted by: Nick Manchev P.E. Date: August 3, 1998 Resident Engineer O� Approval Recommended: Gene Klatt P.E. Assistant City En in �9 -Date: August 14 1998 Approval Senio Approved: Chief Engineer by Mike Hays, Acting Director Public Work Date: Auqust 14 1998 Approval Chief We,the undersigned contractor,have given careful consideration to the change proposed and hereby agree,if this roposal is approved,that we will provide all equipment,furnish all materials,except as may otherwise be noted above,and perform all services necessary for the work above specified,and will accept as full payment therefor the prices shown above. Accepted, Date Contractor By Title If the contractor does not sign acceptance of this order,his attention is directed to the requirements of the specifications as to proceeding with the ordered work and filing a written protest within the time therein specified. HC-5 Word].Op.e 9M)