HomeMy WebLinkAbout11/19/2014 - STAFF REPORTS - 2.G. iy
c
V N
t t
9 t>,
'FOR City Council Staff Report
Date: November 19, 2014 CONSENT CALENDAR
Subject: APPROVAL OF CONTRACT CHANGE ORDER NO. 3 FOR THE 2014
ANNUAL ASPHALT OVERLAY AND RECONSTRUCTION PROJECT,
CITY PROJECT 14-04,
From: David H. Ready, City Manager
Initiated by: Public Works and Engineering Department
SUMMARY
Contract Change Order No. 3 in the amount of $208,859.47 for the Annual Asphalt
Overlay and Reconstruction Project, City Project No. 14-04 provides funds for the
addition of 6 new items to the project as well as additions and deletions to the original
scope of work related to the method of pavement repairs.
RECOMMENDATION:
1) Approve Contract Change Order No. 3 to Agreement No. 6565 in the amount of
$208,859.47 with Matich Corporation, a California corporation, for Annual Asphalt
Overlay and Reconstruction Project, City Project 14-04.
2) Authorize City Manager to execute all necessary documents.
STAFF ANALYSIS:
On June 18, 2014 City Council awarded a $2,714,074.00 contract agreement to Matich
Corporation for the overlay and reconstruction of various streets; including the complete
reconstruction of Tahquitz Canyon Way between Indian Canyon and Sunrise Way, and
the loop roads of the Palm Springs International Airport.
On July 16, 2014 Council was asked to provide advanced authorization to various items
of anticipated work based upon estimated costs. These included:
1. Airport Decorative Paver Crosswalks $ 90,000 Airport Funds
2. Curb and Gutter on Escoba $ 55,000 Measure A
3. Modifying Bike lane types $ 30,000 Measure J
ITEM NO.
City Council Staff Report
November 19, 2014—Page 2
Authorize City Manager to Approve CCO#3 for Overlay and Reconstruction Project, CP 14-04
Change Order No. 1 was executed on August 12, 2014 authorizing Matich to proceed
with Airport decorative crosswalks on a time and materials basis at a cost not to exceed
$87,689.32. This work represents Item A under new items to the contract.
Change Order No. 2 Included seven (7) new items that were added to the contract and
were inclusive of the two remaining items from the July 16th authorization. In addition to
these new items, change order 2 made changes to the original scopes of work in order
to address both scheduling and cost issues.
Change Order No. 3 includes the addition of six (6) new items that will be added to the
contract which are described below. In addition, this change order will modify the scope
of the paving work due to conditions experienced when the pavement overlay portions
of the work were attempted.
New Item I, Airport Speed Hump Striping: This item allows for the addition of
thermoplastic striping details to the speed humps along the airport terminal frontage. These
new striping details include the addition of chevrons and advanced indicators in accordance
with State striping Standards.
New Item J, Bike Lane Striping: This item allows for the installation of bike lane striping and
pole mounted signage on Mesquite Avenue from South Palm Canyon to Calle Palo Fiero, and
on San Rafael Road from Virginia to Indian Canyon. This will include a total of 36
thermoplastic 'sharrow' details and 10 pole mounted bike route signs.
New Item K, Airport Utility Adjustments: There are two locations within the airport loop
road where existing utilities create uneven paving surfaces that are notable when driven
across. One is a storm drain manhole and the other is a catch basin that is no longer in use.
This item allows for the removal of the existing storm drain manhole collar and will replace it
with one that measures 9'x9'. This item will also allow for the abandonment of the drainage
catch basin. The basin will be removed, backfilled and the adjacent paving will be ground and
repaved to a total area of 12'x12'.
New Item L, Construct Curb Ramps: In anticipation of street frontage construction along
Palm Canyon Drive between Amado Road and Tahquitz Canyon Way, in association with
the Museum Market Plaza project, a temporary street crossing in front of the Hyatt Hotel was
requested in order to accommodate pedestrians. This item is for the construction of two curb
ramps that will be utilized for this purpose. This includes the removal and salvage of the
existing pavers, modifications to the existing curbs, utility adjustments and ramp construction.
New Item M, Grind and Slurry Crosswalk at Airport: On the South end of the Airport loop
road there is an existing crosswalk that has warning lights integral to the asphalt paving. The
crosswalk was not able to be cold milled due to these lights and therefore was excluded from
the overlay. This item will allow for surface grinding and placement of slurry seal in order to
have the crosswalk appearance match that of the new pavement overlay.
02
City Council Staff Report
November 19, 2014
Authorize City Manager to Approve CCO#3 for Overlay and Reconstruction Project, CP 14-04
Change Order No. 1 was executed on August 12, 2014 authorizing Matich to proceed
with Airport decorative crosswalks on a time and materials basis at a cost not to exceed
$87,689.32. This work represents Item A under new items to the contract.
Change Order No. 2 Included seven (7) new items that were added to the contract and
were inclusive of the two remaining items from the July 16t' authorization. In addition to
these new items, change order 2 made changes to the original scopes of work in order
to address both scheduling and cost issues at a cost not to exceed $205,229.10.
Change Order No. 3 includes the addition of six (6) new items that will be added to the
contract which are described below. In addition, this change order will modify the scope
of the paving work due to conditions experienced when the pavement overlay portions
of the work were attempted.
New Item I, Airport Speed Hump Striping: This item allows for the addition of
thermoplastic striping details to the speed humps along the airport terminal frontage. These
new striping details include the addition of chevrons and advanced indicators in accordance
with State striping Standards.
New Item J, Bike Lane Striping: This item allows for the installation of bike lane striping and
pole mounted signage on Mesquite Avenue from South Palm Canyon to Calle Palo Fiero, and
on San Rafael Road from Virginia to Indian Canyon. This will include a total of 36
thermoplastic `sharrow' details and 10 pole mounted bike route signs.
New Item K, Airport Utility Adjustments: There are two locations within the airport loop
road where existing utilities create uneven paving surfaces that are notable when driven
across. One is a storm drain manhole and the other is a catch basin that is no longer in use.
This item allows for the removal of the existing storm drain manhole collar and will replace it
with one that measures 9'x9'. This item will also allow for the abandonment of the drainage
catch basin. The basin will be removed, backfilled and the adjacent paving will be ground and
repaved to a total area of 12'x12'.
New Item L, Construct Curb Ramps: In anticipation of street frontage construction along
Palm Canyon Drive between Amado Road and Tahquitz Canyon Way, in association with
the Museum Market Plaza project, a temporary street crossing in front of the Hyatt Hotel was
requested in order to accommodate pedestrians. This item is for the construction of two curb
ramps that will be utilized for this purpose. This includes the removal and salvage of the
existing pavers, modifications to the existing curbs, utility adjustments and ramp construction.
New Item M, Grind and Slurry Crosswalk at Airport: On the South end of the Airport loop
road there is an existing crosswalk that has warning lights integral to the asphalt paving. The
crosswalk was not able to be cold milled due to these lights and therefore was excluded from
the overlay. This item will allow for surface grinding and placement of slurry seal in order to
have the crosswalk appearance match that of the new pavement overlay.
D�
City Council Staff Report
November 19, 2014—Page 2
Authorize City Manager to Approve CCO#3 for Overlay and Reconstruction Project, CP 14-04
New Item N, Traffic Detector Loops: As originally bid the project did not allow for sufficient
quantity of traffic signal detector loops. Bid Schedule E allowed for limited loop placement at a
cost of $400/ea. In recognition of the substantial number of loops that will be necessary to
complete the project and ensure proper function of affected traffic signals the unit price was
negotiated downward to $270/ea. It is anticipated that a total of 60 traffic loops will be
required.
Bid Schedule E: Three additional detector loops were required at the Airport security
station and were installed at the original unit pricing indicated on schedule E.
Bid Schedule F: Adjustments to the original bid quantities are being made in the amounts
indicated. Additional quantities of cold milling and asphalt concrete are primarily due to the
expansion of the overlay limits in the vicinity of the Airport loop road. Additional paving was
performed at the direction of Airport staff.
Previous Change Order 2: Change Order 2 items B1 thru B4 changed the original scope of
scope of work and unit pricing in order to convert certain streets scheduled for grind/overlay
and reconstruction to an alternate process of pulverization and full section AC paving. All
remaining streets were scheduled for a 2" grind and overlay. When grinding began, it was
found to be too destructive to the street surfaces due to thinner than expected asphalt. This
resulted in thin base asphalt and exposed subgrades and would have required patching prior
to paving. Performing extensive repair efforts to streets that were already damaged and
deteriorated did not make financial sense. The Contactor was directed to stop work on the
grind and overlay operation. Moving forward, it was determined that the most economical and
structurally sound option would be to expand the previously approved process of pulverizing
the existing roadway into the subgrade as a base and re-paving the roads. Since the
quantities of pulverization and paving were being increased staff negotiated with the contractor
for unit price reductions in order to offset some of the costs of the added work. To this end
Items B1, B2, B3, B4, D and E are being deleted and the new quantities of the work are being
added back in at the renegotiated unit prices as items B1a, 132a, 133a, 134a, D1 and El.
Renegotiating the unit prices resulted in a savings of approximately $42,000 which was applied
towards the increased cost of the pulverization, grading and full section paving. The net
difference in cost is an increase to the contract of$125,092.57 or 3.9%.
FISCAL IMPACT:
Funds are available in the following accounts:
Items I, K, M,E10, F3, F4 and F5: 416-6501-56145 Airport $47,378.90
Item J: 260-4500-59445 Measure J — NMTP Bike Issues $8,488.00
Item L: 001-4171-43200 Contractual Services $11,700.00
Change Order 2 Revisions and Item N:
134-4498-50225 Measure A Overlay/Reconstruction $141,292.57
03
City Council Staff Report
November 19, 2014
Authorize City Manager to Approve CCO#3 for Overlay and Reconstruction Project, CP 14-04
New Item N, Traffic Detector Loops: As originally bid the project did not allow for sufficient
quantity of traffic signal detector loops. Bid Schedule E allowed for limited loop placement at a
cost of $400/ea. In recognition of the substantial number of loops that will be necessary to
complete the project and ensure proper function of affected traffic signals the unit price was
negotiated downward to $270/ea. It is anticipated that a total of 60 traffic loops will be
required.
Bid Schedule E: Three additional detector loops were required at the Airport security
station and were installed at the original unit pricing indicated on schedule E.
Bid Schedule F: Adjustments to the original bid quantities are being made in the amounts
indicated. Additional quantities of cold milling and asphalt concrete are primarily due to the
expansion of the overlay limits in the vicinity of the Airport loop road. Additional paving was
performed at the direction of Airport staff.
Previous Change Order 2: Change Order 2 items B1 thru B4 changed the original scope of
work and unit pricing in order to convert certain streets scheduled for grind/overlay and
reconstruction to an alternate process of pulverization and full section AC paving. All
remaining streets were scheduled for a 2" grind and overlay. When grinding began, it was
found to be too destructive to the street surfaces due to thinner than expected asphalt. This
resulted in thin base asphalt and exposed subgrades and would have required patching prior
to paving. Performing extensive repair efforts to streets that were already damaged and
deteriorated did not make financial sense. The Contactor was directed to stop work on the
grind and overlay operation. Moving forward, it was determined that the most economical and
structurally sound option would be to expand the previously approved process of pulverizing
the existing roadway into the subgrade as a base and re-paving the roads. Since the
quantities of pulverization and paving were being increased staff negotiated with the contractor
for unit price reductions in order to offset some of the costs of the added work. To this end
Items B1, B2, B3, B4, D and E are being deleted and the new quantities of the work are being
added back in at the renegotiated unit prices as items B1a, 132a, B3a, 134a, D1 and El.
Renegotiating the unit prices resulted in a savings of approximately $42,000 which was applied
towards the increased cost of the pulverization, grading and full section paving. The net
difference in cost is an increase to the contract of$125,092.57 or 3.9%.
FISCAL IMPACT:
Funds are available in the following accounts:
Items I, K, M,E10, F3, F4 and F5: 416-6501-56145 Airport $47,378,90
Item J: 260-4500-59445 Measure J — NMTP Bike Issues $8,488.00
Item L: 001-4171-43200 Contractual Services $11 ,700.00
Change Order 2 Revisions and Item N:
134-4498-50225 Measure A Overlay/Reconstruction $141,292.57
03
City Council Staff Report
November 19, 2014— Page 2
Authorize City Manager to Approve CCO#3 for Overlay and Reconstruction Project, CP 14-04
SUBMITTED:
Recommended by: Approved by:
David J. Barakiarn David H. Ready, anager
Director of Public Works/City Engineer
Attachments:
1) Contract Change Order No. 3
04
City Council Staff Report
November 19. 2014
Authorize City Manager to Approve CCO #3 for Overlay and Reconstruction Project, CP 14-04
SUBMITTED:
Recommended by: Approved by:
AIL—
David J. Barakian David H. Ready, Cit r
Director of Public Works/City Engineer
Attachments:
1) Contract Change Order No. 3
0�
CITY OF PALM SPRINGS
CONTRACT CHANGE ORDER
Date: November 19, 2014
To: Matich Corporation
P.O. Box 10
Highland, CA 92346
City Project No.: 14-04
Project: 2014 AC Overlay/Reconstruction
Change Order No.: Three(3)
Contract Purchase Order No. : 15-0542
Account Numbers: Various
Agreement No.: 6565
CHANGES IN WORKICOST
New Items
I Airport Speed Hump Striping Lump Sum/Agreed Price $6,600.00
J Bike Lane Striping/Signage Lump Sum/Agreed Price $8,488.00
K Airport Utility Adjustments Lump Sum/Agreed Price $11,585.00
L Construct 2 PCC ramps Lump Sum/Agreed Price $11,700.00
M Grind/Slurry Airport Crosswalk Lump Sum/Agreed Price $2,778.00
N Traffic Detector Loops 60 EA @ $270.00/EA $16,200.00
Subtotal: $57,351.00
Bid Schedules
Bid Schedule E
10. Detector Loops 3 EA @ $400/EA $1,200.00
Bid Schedule F
3. Cold Mill 2" 17,575 SF @ $0.17/SF $2,987.75
4. Speed Hump -8.91 Tons @ $210.00/Ton (-$1,871.10)
5. 2" AC Overlay 329 Tons @ $73.25/Ton $24,099,25
Subtotal $25,215.90
1 05
Previous Change Order
Change Order No. 2
61 Puly, Grade, Compact, Export Delete Item (-$180,987.46)
61a Pulv, Grade, Compact, Export 779,063 SF @ $0.42/SF $327,206.46
B2 AC Paving 2.5" and 3" Delete Item (-$446,874.00)
132a AC Paving 2.5" and 3" 12,125 Ton @ $70.25/Ton $851,781.25
133 Cold Plane 2.0" Delete Item (-$88,690.76)
134 AC Paving 2.0" Delete Item (-$335,016.00)
D Morongo/Cherry Hills Pulv/Pave Delete Item (-$11,811.88)
D1 Morongo/Cherry Hills Pulv/Pave 25,678 SF @ $0.42/SF $10,784.76
E Morongo/Cherry Hills AC Delete Item (-$28,556.80)
E1 Morongo/Cherry Hills AC 388 Tons @ $70.251Ton $27,257.00
Subtotal: $125,092.57
Change Order Total: $208,859.47
REASONS FOR CHANGES
I. Airport Speed Hump Striping: This item allows for the addition of thermoplastic
striping details to the speed humps along the airport terminal frontage. These new striping
details include the addition of chevrons and advanced indicators in accordance with State
striping Standards.
J. Bike Lane Striping: This item allows for the installation of bike lane striping and
signage on Mesquite Avenue from South Palm Canyon to Calle Palo Fiero, and on San Rafael
Road from Virginia to Indian Canyon. This will include a total of 36 thermoplastic sharrow
details and 10 pole mounted bike route signs.
K. Airport Utility Adjustments: There are two locations within the airport loop road
where existing utilities create an uneven pavement surface that are notable when driven
across. One is a storm drain manhole and the other is a catch basin that is no longer in use.
This items allows for the removal of the existing storm drain manhole collar and replace it with
one that measures 9'x9'. The catch basin will be removed, backfilled and the adjacent paving
will be ground and repaved to a total area of 12'x12'.
ti 06
L. Construct Curb Ramps: In anticipation of street frontage construction along Palm
Canyon Drive between Amado Road and Tahquitz Canyon Way, in association with
the Museum Market Plaza project, a temporary street crossing in front of the Hyatt Hotel was
requested in order to accommodate pedestrians. This item is for the construction of two curb
ramps that will be utilized for this purpose. This includes the removal and salvage of the
existing pavers, modifications to the existing curbs, utility adjustments and ramp construction.
M. Grind and Slurry Crosswalk at Airport: On the South end of the Airport loop
road there is an existing crosswalk that has warning lights integral to the asphalt paving. The
crosswalk was not able to be cold milled due to these lights and therefore was excluded from
the overlay. This item will allow for surface grinding and placement of slurry seal in order to
have the crosswalk appearance match that of the new pavement overlay.
N. Traffic Detector Loops: As originally bid the project did not allow for sufficient
quantity of traffic signal detector loops. Bid Schedule E allowed for limited loop placement at a
cost of $400/ea. In recognition of the substantial number of loops that will be necessary to
complete the project and ensure proper function of affected traffic signals this price was
negotiated downward to $270/ea. It is anticipated that a total of 60 traffic loops will be
required.
Bid Schedule E: Three additional detector loops were required at the Airport.
Bid Schedule F: Adjustments to the original bid quantities is being made in the amounts
indicated. Additional quantities of cold milling and asphalt concrete are primarily due to the
expansion overlay limits made at the direction of Airport staff.
Previous Change Order 2: Change Order 2 items 131 thru B4 changed the
original scope of scope of work and unit pricing in order to convert certain streets scheduled for
grind/overlay and reconstruction to an alternate process of pulverization and full section AC
paving. All remaining streets were scheduled for a 2" grind and overlay. When grinding
began, it was found to be too destructive to the street surfaces, leaving behind thin base
asphalt and exposed subgrades and would have required patching prior to paving. Performing
extensive repair efforts to streets that were already damaged and deteriorated did not make
financial sense. The Contactor was directed to stop work on the grind and overlay operation.
Moving forward, it was determined that the most economical and structurally sound option
would be to expand the previously approved process of pulverizing the existing roadway into
the subgrade as a base and re-paving the roads. Since the quantities of pulverization and
paving were being increased staff negotiated with the contractor for unit price reductions in
order to offset some of the costs of the added work. To this end Items B1, B2, B3, B4, D and
E are being deleted and the new quantities of the work are being added back in at the
renegotiated unit prices as items B1a, 132a, D1 and Ell.
III 07
SOURCE OF FUNDS:
Funds are available in the following accounts:
Item I,K,M,E10,Fe,F4 and F5 416-6501-56145 Airport $47,378.90
Item J: 260-4500-59445 Measure J — NMTP Bike Issues $8,488.00
Item L: 001-4171-43200 Contractual Services $11,700.00
Change Order 2 Revisions and
Item N: 134-4498-50225 Measure A Overlay/Reconstruction $141,292.57
Contract Time:
10 Additional working Days will be added to the contract
Original completion date: January, 6, 2015
Days Added this Change Order: -10-
Revised Completion Date: February 24, 2015
Summary of Costs:
Original Contract Amount: $2,714,074.00
This Change Order: $208,859.47
Previous Change Orders: $292,918.42
Revised Contract Amount: $3,215,851.89
Contractor Approval
I/We agree to the change(s) in work and prices as Indicated herein:
Matich Corp.:
Signature of Authorized Representative Date
Print Name Title
08
IV
City Approval
Submitted by:
Sr. Public Work Inspector Date
Approved by:
City Engineer Date
Approved by:
Airport Director Date
Approved by:
City Manager Date
Attested by:
City Clerk Date
Distribution: Original Executed Copies Conformed File Copy
Contractor (1) Engineering File (1)
City Clerk (1) Sr. Public Works Insp. (1)
Finance (1)
v 09