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