HomeMy WebLinkAbout4/7/2010 - STAFF REPORTS - 2.N. ;D pALMsAQ
ti ti
e
u` a
P
-0[/FORN�
COMMUNITY REDEVELOPMENT AGENCY
STAFF REPORT
DATE: April 7, 2000 CONSENT CALENDAR
SUBJECT: CHANGE ORDER NO. 2 TO AGREEMENT NO. 5853 WITH G&M
CONSTRUCTION FOR THE SOUTH PALM CANYON DRIVE
WIDENING, CITY PROJECT NO. 05-03
FROM: David Barakian, Director of Public Works/City Engineer
BY: Public Works and Engineering Department
SUMMARY
Approval of Change Order No. 2 to the G&M Construction contract (Agreement NO.
5853), revises the total contract amount for construction to $992,979.03, an increase of
$22,841.89 for changes to the South Palm Canyon Drive Widening, City Project NO. 05-
03. Added work is primarily associated with design changes to flood channel
improvements.
RECOMMENDATION:
1) Approve Change Order No. 2 to Agreement No. 5853 with G&M Construction" in
an amount of $22,841.89 for a revised total contract amount of $992,979.03 for
the South Palm Canyon Drive Widening, City Project No. 05-03; and
2) Authorize the Executive Director or his designee to execute all necessary
documents.
STAFF ANALYSIS:
On May 27, 2009, the Agency approved a contract with G&M Construction to widen
South Palm Canyon Drive from two to four lanes between Murray Canyon Drive and
Bogert Trail, including a widened bridge structure and associated improvements within
Cherly Creek (Arenas Canyon North drainage channel).
Change Order No. 1 was awarded prior to the start of construction and included offsite
improvements to the "Alta" development. The existing "ALTA" development (Tract
30050) had a requirement to remove the existing street improvements on South Palm
Canyon Drive, and to reconstruct street improvements in accordance with the City's
conditions of approval for the project (Tentative Tract Map 30050). In order to avoid the
ITEM NO. Z— •� .
Community Redevelopment Agency Stab Report
April 7,2010-Page 2
S. Palm Canyon Dr.Widening(City Project No. 05-03)
construction of overlapping improvements Change Order No-1 was approved by the
agency on July 1, 2009 incorporating the Alta improvements for South Palm Canyon
Drive and Acanto Road into the South Palm Canyon Widening project. Funds for this
work were deposited with the City by the Alta Development. Work began on July 15,
2009 and had an original completion date of February 16, 2010.
Construction of the bridge and road widening have been progressing. When it came
time to begin the Arenas channel improvements a conflict with the proposed design was
discovered. Work within the channel was to include various concrete structures
including retaining/wing walls on both the North and South side, a sill wall (also known
as a cut off wall), at the channel entry into the bridge area and the placement of 1/4 ton
boulders as rip rap on the channel bottom between the sill wall and the bridge. This
work was to be constructed under an encroachment permit issued by Riverside County
Flood Control and Water Conservation District (RCFCD).
During construction an 8 inch water line was found on the North side of the channel
within the RCFC easement and extending to the West into the adjacent development.
The water line was in direct conflict with the channel improvements design, in particular,
the North wing/retaining wall. Neither RCFCD nor the City had records of a water line in
this location and it was later determined that Desert Water had recently installed the
water line without a completed RCFCD permit. An alternate design for the North wing
wall was approved by RCFCD on December 7, 2009, and at that time the contract
channel work resumed. This Change order will allow for the completion of the channel
work.
The majority of construction changes proposed on Change Order No. 2 are directly
related to the changes and modifications necessitated by the water line conflict and
subsequent re-design of the channel improvements. Change Order No. 2 represents the
first change order to the original scope of work.
FISCAL IMPACT:
Community Redevelopment Agency funds are available for this additional work in
account 811-8192-65171 (South Palm Canyon Widening Bond). Of the $22,841.89
total for Change Order No. 2, $21,359.97 will be charged to that account. The remaining
$1,481.92 for change order item J, will be paid using Alta development contingency
funds which have been deposited with the City and are currently held in account 160-
4521-60174.
SUBMITTED: APPROVED:
DAVID J. BARAKIAN THOMAS J. WPON
Director of Public Works/City Engineer Assistant Executive Director
Attachments:
1. Contract Change Order#2
COMMUNITY REDEVELOPMENT AGENCY OF THE CITY OF PALM SPRINGS
CONTRACT CHANGE ORDER
Date: March 29, 2010
To: G&M Construction
211 West Mesquite Ave.
Palm Springs, CA 92264
City Project No: 05-03
Project: South Palm Canyon Widening
Change Order No: Two (2)
Contract Purchase Order No: 09-0896
Account No: 812-8192-65171
160-4521-60174
Agreement No: 5853
CHANGES IN WORK/COST
Bid Items:
20. Rip Rap Sill Wall -68 LF @ $68.00/LF ($-4,624.00)
34. Retaining Wall Concrete -11 YDS @ $310.00/YD ($-3,410.00)
37. Retaining Wall Re-bar Steel -1308 LBS @ $0.77/LB ($-1,007.16)
New Items:
A. Concrete Retaining Wall Lump Sum/Agreed Price $6,964.34
B. Steel Hand Rail 22 LF @ $100.00/LF $2,200.00
C. Channel Grading and Rip Rap Lump Sum/Agreed Price $2,350.76
D. Grouting of Rip Rap Lump Sum/Agreed Price $3,580.36
E. Remove Encased Sewer Lump Sum/Agreed Price $1,968.02
F. Forming of Sill Wall Wings Lump Sum/Agreed Price $1,464.65
G. Additional Sill Wall Excavation Lump Sum/Agreed Price $1,056.13
H. Remove and Backfill Sewer M.H. Lump Sum/Agreed Price $319.87
I. Cable Railing 47 LF @ $70.00/1-F $3,290.00
J. Tack Coat (Alta) 37048 SF @ $0.04/SF $1,481.92
K. Tack Coat (Agency) 27200 SF @ $0.04/SF $1,088.00
L. Re-designed Rip Rap Sill Wall Lump Sum/Agreed Price $6,120,00
Total - Change Order Increase amount $22,841.89
1
REASONS FOR CHANGES
Item 20:
Due to design changes mandated by Riverside County Flood Control District this item
was deleted. The cast to construct the newly designed wall is indicated on item L.
Items 34 and 37:
Due to a conflict with a previously unknown utility the Northern channel wing wall
required re-design and approval mid project. The alternate design resulted in a
reduction of construction quantities. These bid items are being reduced as indicated
above.
A. Concrete Retaininq Wall
At the termination of the concrete rail/barrier on the South and West side of the bridge a
shear drop off of several feet exists making the sidewalk unsafe for public use. In order
to mitigate this condition a 22' x 7.5' concrete retaining wall will be built at the back of
the walkway. The wall will be constructed to match the profile and color of the adjacent
bridge rail/barrier and will be built in accordance with CalTrans Standard Plan D-84.
The lump sum/agreed price indicated above was developed using the actual quantities
required and the existing bid prices for the previously constructed channel wing wall and
is inclusive of all materials, equipment and labor necessary to excavate, construct and
backfill the wall in accordance with the project specifications.
B. Steel Wand Rail:
Item 40 of the original bid schedule allows for the installation of a steel hand rail along
the top of the concrete bridge rails at a cost of $250.00 per lineal foot. Due to the
construction of the additional Concrete Retaining Wall (Item A), the bridge rail will need
to be lengthened an additional 22 feet. This item allows for the installation of the hand
rail at the re-negotiated unit price of$100.00 per lineal foot.
C. and D. Channel Grading and Grouted Rio RaP7
Due to the re-design of the North channel wing wall Riverside County Flood Control and
Water Conservation District required that grouted rip rap be constructed ahead of the sill
wall in order to protect the wing wall from potential damage during storm flows. These
items allow for grading and placement of 1/4 ton rip rap boulders in the slope of the
channel and the placement of concrete as necessary to hold the rip rap in place
permanently. The agreed prices/lump sums indicated above are based on the
estimated labor, materials and equipment necessary to complete this work.
E. Remove Encased Sewer
During the excavation of the North wing wall footing an abandoned sewer line was
found to be in direct conflict with the proposed construction. The sewer was encased in
several feet of concrete due to its flood channel location and was reinforced with steel
re-bar. The agreed price indicated above includes all costs for labor and equipment
necessary for the removal and disposal of the encased sewer.
II
F. Forming of Sill Wall Wings
As previously discussed design changes to the North channel wing wall necessitated
the redesign of the rip rap sill wall. One of the changes that was necessary was the
construction of wings on each end in order to match the profile of the existing channel.
These changes required the placement of wooden forms above ground that were not
included in the original rip rap sill wall bid_ The agreed price indicated above includes
compensation for the actual labor required to complete this additional work.
C. Additional Sill Wall Excavation
Changes to the rip rap sill wall required addition excavation prior to construction. The
agreed price indicated above includes compensation for all labor and equipment
necessary to perform this work-
H. Remove and Backfill Abandoned Sewer Manhole
On the North side of the channel there was an abandoned sewer manhole that
conflicted with the proposed placement of channel rip rap. The agreed price above
compensates the contractor for the labor and equipment necessary to remove, back fill
and dispose of the manhole.
I. Cable Railing:
As re-designed the North wing wall now has an unprotected drop off of approximately 8
feet. For public safety, it is necessary that a rail be installed along the top of the wall.
This cable rail is to be constructed in accordance CalTrans Standard Drawing No.
B11-47 at the unit pricing indicated above.
J. and K. Tack Coat:
In order to complete adjacent improvements and maintain traffic throughout the
construction area the new roadways on South Palm Canyon were only base paved. In
order to complete the second course of paving it is necessary to apply a 'tack coat'
between the sections. These items allow for the placement of AR 4000 tack oil in
accordance with section 302-5.4 of the Standard Specifications for Public Works
Construction (Creenbook 2006).
L. Redesigned Rip-Rai) Sill Wall
When the North channel wing wall was redesigned it necessitated a change in the rip
rap sill wall. At the request of Riverside County Flood Control the sill wall is being
widened and 'wings' are being added above ground to match the channel profile. The
Original sill wall was deleted from the project and the re-designed rip rap sill wall is to be
constructed in its place. This item will be paid as a lump sum/agreed price. Price will
be established using actual construction quantities necessary to complete the work and
the original unit pricing for sill wall concrete and retaining wall steel.
Note. No additional mark ups will be added to any item on this change order. All
unit costs and agreed pricing indicated above represent total payment for the
work identified.
III
Source of Funds
Funds are available in account No: 812-8192-65171 $21,359.97
Item J (Tack Coat Alta), will be paid utilizing Alta Development contingency funds that
have been deposited with the City in account No: 160-4521-60174 $ 1,481,92
Contract Time:
14 working days are being added to the contract for the additional work indicated
above.
16 working days are being added to the work indicated in change order#1 due to
delays caused by the under-grounding of utility lines and poles along the Alta frontage.
30 working days are being added for delays caused during the redesign and approval of
the North, channel wing wall.
Original completion date: February 16, 2010
Days Added this Change Order: -60 -
Day Added Previous Change Orders: - 20 - (included in the above completion date)
Revised Completion Date: June 2, 2010
Summary of Costs:
Original Contract Amount: $591,533.18
This Change Order: $ 22,841.89
Previous Change Orders: $378,603.96
Revised Contract Amount: $992,979.03
IV
Contractor Approval
I /We do hereby agree to the change(s) and prices to the contract for work as specified herein. All Work
specified in and initiated by this change order to be performed according to the provisions set forth in the
original contract unless otherwise noted.
G&M Construction
Signature of Authorized Representative Date
Print Name Title
Note: Acceptance makes this Change Order part of the original contract subject to the provisions
contained therein.
Agency Approval:
Submitted by:
Sr. Public Work Inspector Date
Recommended by:
City Engineer Date
Approved by:
Assistant Executive Director Date
Attested by:
Assistant Secretary Date
Distribution Original Executed Copies Conformed File Copv
Contractor (1) Engineering File (1)
City Clerk (1) Sr. Public Works Insp. (1)
Finance (1)
V