Loading...
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