Loading...
HomeMy WebLinkAbout7/16/2014 - STAFF REPORTS - 2.J. PALM sp 2 V N °'roanrt°`° F°"N�P City Council Staff Report Date: July 16, 2014 CONSENT CALENDAR Subject: APPROVAL OF CONTRACT CHANGE ORDER NO. 2, TO MARINA LANDSCAPE INC. FOR TAHQUITZ CANYON WAY, SECTION 14, MEDIANS (CITY PROJECT NO. 08-20). From: David H. Ready, City Manager Initiated by: Public Works and Engineering Department SUMMARY City Project 08-20, Tahquitz Canyon Way, Section 14, Medians is being constructed utilizing $2,000,000 in federal Tribal Transportation Program funds allocated by the Agua Caliente Band of Cahuilla Indians. Contract Change order No. 2 provides funds to address various issues encountered during construction and returns funds for items of work that were not utilized. Contract Change Order No. 2 results in an increase to the cost of the project of 2.84% ($48,018). RECOMMENDATION: 1) Approve Contract Change Order No.2 to Agreement No. 6381 in the amount of $48,018.00 with Marina Landscape, Inc. for the Tahquitz Canyon Way, Section 14 Medians, City Project No. 08-20. 2) Authorize City Manager to execute all necessary documents. STAFF ANALYSIS: The Agua Caliente Band of Cahuilla Indians allocated $2,000,000.00 in federal Tribal Transportation Program Funds to the City for construction of the Tahquitz Canyon Way, Section 14, Medians Project (City Project No. 08-20). This project replaces landscaping within the existing medians along Tahquitz Canyon Way from Indian Canyon Drive to Sunrise way. The project was designed by RGA Landscape Architects, and the plans, specifications and estimates (PS&E), were approved by Council on May 15, 2013. Bids were opened on June 25, 2013 and a contract with Marina Landscape, Inc., in the amount of $1,688,150.00 was awarded by council on July 3, 2013. Z ..T ITEM NO..� City Council Staff Report July 16, 2014 - Page 2 Approval of Contract Change Order No. 2 with Marina Landscape, Inc.for City Project 08-20, Section 14, Tahquitz Canyon Way, Median Landscaping Construction began on August 19th, 2013 and continued through April 1 , 2014 at which time a ninety day maintenance and plant establishment period began. The project is currently scheduled to be complete on July 16, 2014. Contract Change order No. 1 was approved by the Director of Public Works and Engineering on November 25, 2013 in the amount of $15,681.94 and primarily consisted of infrastructure repairs. Contract Change order No. 2 addresses several unforeseen issues encountered during the project, primarily associated with work required by Southern California Edison and revisions to the electrical and lighting systems. Contract Change Order No. 2 also includes additions and subtractions to the original bid schedule for items of work that were either more or less than the original estimates. The net increase to the project is $48,018.00, an increase to the original contract of 2.84%. This is a final, balancing contract change order and no further changes to the contract are anticipated FISCAL IMPACT: Funding for this project is from the Tribal Transportation Program. Sufficient funds are available in account number 261-4491-50303. SUBMITTED: Submitted by: aiz, David J. Barakian Director of Public Works/City Engineer Approved by: David H. Ready, i nager Attachments: 1. Contract Change Order No. 2 02 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER Date: June 25, 2014 To: Marina Landscape Construction, Inc. 1900 S. Lewis Street Anaheim, CA 92805 City Project No.: 08-20 Project. Tahquitz Sec. 14 Medians Change Order No.: Two(2) Contract Purchase Order No. : 14-0450 Account Numbers: 261-4491-50303 Agreement No.: 6381 CHANGES IN WORK/COST New Items Bid Schedule A Item 5 Unclassified Excavation -1182.44 CY @ $10.00/CY (-$11,824.40) Item 6 Street AC Removal +884 SF @ $7.00/SF +$ 6,188.00 Item 9 PCC Banding -132 SF @ $30.00/SF (-$ 3,960.00) Item 10 PCC Pavers -504 SF @ $22.00/SF (-$11,088.00) Item 27 Traffic Loops -23 EA @ $300.00/EA (-$ 6,900.00) New Items A. Fill and Patch AC trenches Lump Sum/Agreed Price $12,866.29 B. Lighting Re-Trenching Lump Sum/Agreed Price $ 3,263.54 C. Cold Patch Repairs Lump Sum/Agreed Price $ 4,420.12 D. Conduit Installation Lump Sum/Agreed Price $ 1,461.88 E. SCE Vault Connection Lump Sum/Agreed Price $13,147.85 F. Electrical Revisions SCE Service Lump Sum/Agreed Price $20,422.58 G. Controller 'C' Electrical Revisions Lump Sum/Agreed Price $20,020.14 Total Change Order Amount: $48,018.00 1 03 REASONS FOR CHANGES Items 5, 6, 9, 10 and 27: The actual quantities of these items were more or less than the original estimates in the amounts indicated. A. Project drawings indicated that decorative crosswalks were to be constructed directly adjacent to the existing roadway. When construction began it was determined the existing pavement was off-grade and deteriorated to the extent that saw-cutting and pouring new concrete against it was not possible. For this reason, the crosswalk limits were widened in order to allow for the placement of concrete forms. This item is for placing slurry backfill and cold patch paving adjacent to the crosswalks. B. Tree lighting conduits were placed at the direction of the electrical engineering consultant. After placement the landscape architect directed the contractor to change the locations of some of the lights. This item is for the removal and reinstallation of the conduits in the preferred locations. C. Due to an up-coming pavement reconstruction project on Tahquitz Canyon Way, it was decided that the cold patch paving adjacent to the new crosswalks would remain in place. The contractor was directed to place, grade and compact additional cold patch in order to provide a durable driving surface until the future project begins. D. Project drawings did not indicate conduit placements into four of the irrigation controllers from adjacent pull boxes. This item is for installing the electrical conduits as necessary in order to provide power to the irrigation controllers. E. Project drawings assumed that a new electrical meter pedestal could be located next to an existing SCE vault. SCE determined that the meter would have to be located further to the East. This location required new conduits from an electrical vault to the South side of Tahquitz and then back to the median. This item includes the various items of work that were necessary to provide the electrical infrastructure in accordance with SCE standards. F. Project drawings indicated the location for a new SCE electrical service adjacent to an existing SCE vault. It was later determined by SCE that the location selected did not have adequate load capacity. Due to this the location was moved several hundred feet to the East of the proposed location. This item compensates the contractor for additional work to install conduits and up-sized electrical conductors from the proposed location to the one selected by SCE. 11 04 G. As a part of the irrigation control system, a new irrigation controller known as `controller C was to be installed in the vicinity of Tahquitz and Calle El Segundo. During construction it was determined that electrical drawings did not include electrical service for this controller. In order to avoid the cost and time of providing for a new SCE electrical service, new conduits and conductors were installed from an existing service to the irrigation controller. The lump sum/agreed prices provide compensation for all labor, materials, equipment and traffic controls necessary to complete the work and are inclusive of all allowable mark-ups in accordance with the contract. This is a final, balancing change order. This change order represents an increase to the original contract of 2.84%. Combined change orders for this project result in an increase to the original contract of 3.77%. SOURCE OF FUNDS: $48,018.00 will be paid from account# 261-4491-50303 Contract Time: No additional time will be added to the contract for these changes. Original completion date: March 31, 2014 Days Added Previous Change Order: -1- Revised Completion Date: April 1, 2014 Summary of Costs: Original Contract Amount: $1,688,150.00 This Change Order: $48,018.00 Previous Change Orders: $15,681.94 Revised Contract Amount: $1,751,849.94 Ill 05 Contractor Approval I /We agree to the change(s) in work and prices as Indicated herein: Marina Landscape Inc.: Signature of Authorized Representative Date Print Name Title City Approval Submitted by: Sr. Public Work Inspector Date Approved by: City Engineer 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) 06 IV