HomeMy WebLinkAbout12/4/2013 - STAFF REPORTS - 2.G. -l�'P A LM 5'O4
iZ
O
V N
4
4 yC�bo• 4. eo
City Council Staff Report
Date: December 4, 2013 CONSENT CALENDAR
Subject: APPROVAL OF CHANGE ORDER NUMBER ONE (1) FOR THE
2012/2013 ANNUAL SLURRY SEAL, CITY PROJECT 13-02
From: David H. Ready, City Manager
Initiated by: Public Works and Engineering Department
SUMMARY
City Project 13-02, 2012/2013 Annual Slurry Seal, is a street maintenance project
funded by Measure J for the application of approximately 1.75 million square feet of
slurry seal on designated streets throughout the City. This item is for approval of
Change Order No. 1, to Pavement Coatings Company, a final, balancing change order
in the amount of$32,042.98.
RECOMMENDATION:
1) Approve Contract Change Order No. 1 to Agreement No. 6379 in the amount of
$32,042.98 with Pavement Coatings Company, for the 2012/2013 Annual Slurry
Seal, (City Project 13-02).
2) Authorize the City Manager to execute all necessary documents.
STAFF ANALYSIS:
The Engineering and Public Works Department oversees the maintenance of the City's
street system and typically assembles a capital project for the placement of Slurry Seal
each year. The application of slurry seal is considered a preventative measure that is
intended to prolong the life of the roadway by providing a wearing surface and sealing
existing surface cracks from the elements. This in turn increases the time between
more costly roadway repairs such as pavement overlays and reconstruction.
City Project 13-02, 2012/2013 Annual Slurry Seal, is a Measure J funded project for the
application of more than 1.75 million square feet of slurry seal on designated streets
throughout the City. The project was awarded by Council to Pavement Coatings
Company in the amount of $548,096.01 on July 3, 2013 and work began on August 26,
2013. /
REM NO. 1iT_
City Council Staff Report
December 4, 2013- Page 2
2012/2013 Annual Slurry Seal (CP 13-02)
Change Order No, One (1)
The majority of the items indicated on Change Order No. 1, involve adjustments to
existing bid items due to differences in the originally estimated quantities, or field
changes due to conditions encountered as the work progressed in real time. These bid
quantity adjustments ultimately resulted in a credit to the contract of-$7,836.77.
There were also some new items (indicated in the change order as items A and B),
which were added to the project in order to address various issues as the project
progressed:
Item 'A' added bicycle lane striping and signage on Avenida Caballeros between
Tahquitz Canyon Way and Ramon Road. The additional cost for this item is $10,893.75.
This cost was a bid from a subcontractor to the prime contractor and was checked
against competitively bid striping on an equal length segment of bike lanes on the City
overlay/reconstruction project as well as competitively bid striping on our recently
completed bike lane striping project. This proposed cost is competitive and in both
cases slightly less than those bid processed.
Item 'B' Provides for the construction of an alternative paving product on Bob o' Link
Drive between Bentwood Drive and Cherry Hills Drive. This street began to unravel
significantly as it was being prepared for Slurry Seal application. Due to this, a standard
application of slurry would not have been an appropriate repair. It was determined that
Bob o' Link would be a good candidate for a scrub seal. This process involved rolling
aggregate into a bed of emulsion prior to covering the surface with slurry. While more
costly than slurry seal it is significantly less expensive than asphalt overlay. This
roadway will be monitored closely over the coming months and will serve as a 'test
case' for the possible expansion of the use of this method of repair in future projects.
This item also included additional costs for the posting of signage along streets in which
work was performed. The total additional cost to the project is $28,986.00
This is a final balancing change order. Upon approval, the final contract price will be
$580,138.99. This results in an increase to the contract of 5.5%.
FISCAL IMPACT:
Funding for this project is made available through local Measure J funds in account 260-
4493-50807.
02
City Council Staff Report
December 4, 2013- Page 3
2012/2013 Annual Slurry Seal (CP 13-02)
Change Order No. One (1)
SUBMITTED:
Prepared by: Recommended by:
ki -e�, —a"L
Michael Lytar David J. Barakian
Sr. Public Works Inspector Director of Public Works/City Engineer
Approved by:
David H. Ready, City Qer
Attachments:
1. Change Order One (1)
03
CITY OF PALM SPRINGS
CONTRACT CHANGE ORDER
Date: September 16, 2013
To: Pavement Coatings Co.
10240 San Sevaine Way
Jurupa Valley, CA 91752
City Project No.: 13-02
Project:Change Order No.: 2012/2013 Annual Slurry Seal
(1)
Contract Purchase Order No. : One One(1)
Account Number: 2614-036
Agreement No.: 6-44 -50807
CHANGES IN COST
Decrease in Cost
Bid Schedule "B"
Item 3 Cracksealing/RPMS -389,158 SF @ $0.179/SF -$69,659.28
Item 6 R and R Striping Lump Sum/Agreed Price -$3,211.59
Increase in Cost
Bid Schedule "B"
Item 4 Micro-Mill 0.25 Inches 191,841 SF @ $0.16/SF $30,694.56
Item 5 Crackseal/RPMS 191,841 SF @ $0.179/SF $34,339.54
New Items:
Item A Bicycle Lane Striping Lump Sum/Agreed Price $10,893.75
Item B Cape Seal/Signage Lump Sum/Agreed Price $28,986.00
Net Change Order/Contract Increase Amount $329042.98
CP 13-02 2012/2013 Annual Slurry Seal 1 04
CO#1
REASONS FOR CHANGES
Bid Schedule "B" items 3,4,5 and 6: The actual quantities required to complete the work
were more or less than the original estimated.
Included in these adjustments was the removal of Ramon Rd. (San Luis Rey to Gene
Autry), Crossley (34 to Dinah Shore) and 30 (Crossley to Lawrence). Ramon was
determined to b thtoo damaged for slurry and will be added to a future overlay project.
Crossley and 34 were determined to be in suitable condition and not in need of slurry
application at this time.
New Item A— Bicycle Lane Striping: Avenida Caballeros from Tahquitz Canyon
Way to Ramon Road was originally scheduled to receive bicycle lane striping as a part
of City Project 12-08, Bicycle Lanes. However, due to pending slurry applications this
work was removed from that project prior to bidding. This item adds the striping to the
current project and the pavement markings will be applied when the slurry application is
complete.
New Item B — Cape Seal/Signage/Barricades: Bob o' Link Drive between Bentwood
Drive and Cherry Hills Drive began to unravel significantly as it was being prepared for
Slurry Seal application. Du
e ue to this, a standard application of slurry would
been p rry d not have
n an appropriate repair. It w. P as determined that Bobo Lin
k would be a good
candidate for a scrub and cape seal. This proce
ss s involved rollingaggregate into a bed
of emulsion and then covering the surface with slurry. While more costly than slurry it is
significantly less expensive than asphalt overlay. This roadway will serve as a 'test
case' for the possible expansion of the use of this method of repair in future projects.
This item is also inclusive of additional costs for the posting of additional signage along
the streets in which work was performed.
This change order represents an increase to the project cost of 5.5%.
Source of Funds
Funds for the additional work indicated are available in account No.:
260-4493-50807
Summary of Costs:
Original Contract Amount: $548,096.01
This Change Order: $32,042.98
Previous Change Orders: $0.00
Revised Contract Amount: $580,138.99
CP 13-02 2012/2013 Annual Slurry Seal II 05
co#1
Contractor Approval
I/We do hereby agree to the change(s)to the contract and prices as indicated herein.
Pavement Coatings CompanyL:L,� i3
Sig—nature Vi R ed Representative10
Date
PrinName� �
Tile
� City A roval' M
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 formed File Cop
Cow
Contractor (1) Engineering File (1)
City Clerk (1) Sr. Public Workslnsp. (1)
Finance {1)
CP 13-02 2012/2013 Annual Slurry Scal III
Co#1 06