Loading...
HomeMy WebLinkAbout4.04 ApprvChngOrdr#14 95-01 CITY CLERK / File # [][][][]-~--~-~ AGENDA STATEMENT CITY COUNCIL MEETING DATE: July 9, 1996 SUBJECT: Approval of Contract Change Order No. 14, Asphalt Concrete Overlay - Dublin Blvd. Widening, Contract No. 95-01 Report Prepared By: Lee S. Thompson, Public Works Director EXltIBITS ATTACI=[ED: 1) 2) 3) Resolution Approving Contract Change Order Summary of Cost Change Order Adopt resolution approving Contract Change Order No. 14 to RECOMMENDATION.' .~,, ~ Redgwick Consmaction Company for asphalt concrete overlay of Dublin Blvd. from Donlon Way to east of Village Parkway, and asphalt concrete overlay of minor residential streets FINANCIAL STATEMEN~: This change order would add $326,000 to the Dublin Boulevard widening project, Contract No. 95-01, and would serve as the 1996- 97 Street Overlay Program. Sufficient funding is included in the 1996-97 Street Maintenance Budget and the Annual Street Overlay Program Capital Improvement Project for this work. Deleting the slurry seal item from the Dublin Boulevard_.Widening project will save about $30,000 to that project. Upon completion of the work, a budget transfer will be made between the CIP project and the operating budget to match the actual costs. Caltrans has approved the use of SB300 funds for this street overlay work and has approved the use of the change order process to have the work performed. A breakdown of the change order costs is sho~rn on Exhibit 2. g:\dbw_proj\¢orres~agst co 14 COPIES TO: Redgwick Construction Co. Michael Lira, Caltrans ITEM NO. ~ DESCRIPTION: On July 25, 1995, the City Council awarded a contract to Redgwick Construction of Hayward, California, to widen Dublin Boulevard from four to six lanes between Donlon Way and Village Parkway. As awarded, the project called for placement ora Slurry Seal surface prior '- the final restriping of the new traffic lanes. However, while the slurry seal will give the street a unifc color and coating, it will not cover the imperfections in the street surface caused by the piecemeal paving and underground utility trenching. For this reason, Staff is recommending to overlay Dublin Blvd. and thereby provide a smooth uniform surface to complement the other new work along the street. The 1996-97 Street Operating and Capital Improvement Program Budget provides $330,600 for the asphalt concrete overlay and repair of residential streets. Staff is proposing that the 1996-97 Overlay Program be used to resurface Dublin Blvd. through the Dublin Blvd. Widening project limits. To complete the budgeted repair and overlay work, three additional residential streets are proposed for repair and overlay and are listed as follows: Tory Way, from Prince Drive to King Way lone Way, from Brighton Drive to Newcastle Lane Newcastle Lane, from lone Way to Brighton Drive A contract change order has been negotiated with Redgwick Construction for the Dublin Boulevard Widening project, as well as the three residential streets. Preparatory work for the overlay, including pavement repair and pavement grinding along the curb, can be accomplished during the normal work day schedule. The actual paving, including placement of pavement reinforcing fabric, will be scheduled as a night-time operation to minimize the disruption of traffic. .. The Change Order is being referred to the City Council for approval, as it exceeds the City Manager's authority to approve. Page 2 RESOLUTION NO. - 96 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN APPROVING A CHANGE ORDER FOR DUBLIN BOULEVARD ~rlDENING COiN'rRACT WHEREAS, it was originally intended to provide a slurry seal surfacing t~eatment to Dublin Boulevard from Donjon Way to approximately 500 feet east of Village Parkway as part of the widening project under construction by Redgwick Construction Company; and WHEREAS, funds from the Street Operating Budget and Capital Improvement Pro.am have been appropriated in the 1996-97 Fiscal-Year Budget to fund the Annual Street Overlay Pro.am; and V~rHEREAS, it is proposed to overlay the portion of Dublin Boulevard being widened and improved under the Dublin Boulevard Widening Project; and WHEREAS, the way to accomplish the overlay project as well as to construct an asphalt concrete overlay of the residential streets described in the 1996~97 Budget is to have the work done by a contract change order to Redgwick Construction Company; and WHEREAS, the mount of this change order exceeds the amount of money that the CiD' Manager is authorized to approve; , NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby authorize the Mayor of the City of Dublin to execute a change order to include the asphalt concrete overlay of Dublin Boulevard from Donlon Way to approximately 500 feet east of Village Parkway, and certMn residential streets, with the Dublin Boulevard Widen/rig Project, Contract Number 95-01. PASSED. APPROVED AND ADOPTED this 9th day of July, 1996. AYES: NOES: ABSENT: ABSTA~: ATTEST: City Clerk g..~db~oroficorres~re~chngl 4 Mayor Redgwick Construction Co. Contract No. 95-01 Contract Change Order No. 14 Cost Summary Dublin Boulevard Overlay: Item No. Description Quantity Unit Unit Price Cost 11,000 Lin. Ft. $ 1.65 $ 18,150.00 1 Pavement Grinding EXHIBIT 2 Pavement Reinforcing Fabric 4-inch Pavement Repair 1.5-inch Asphalt Concrete Overlay Adjust Manholes Adjust Monument Boxes Traffic Loops 44,000 Sq. Yd. 0.80 35,200.00 5,000 Sq. Ft. 2.85 14,250.00 4,400 Ton 36.10 158,840.00 4 Each 575.00 2,300.00 5 Each 350.00 1,750.00 40 Each 330.00 13,200.00 Total 243,690.00 Residential Streets: Item No. Description Quantity Unit Unit Price Cost 1 2 3 4 5 Pavement Grinding 4-inch Pavement Repair 1.5-inch Asphalt Concrete Overlay Adjust Manholes Adjust Monument Boxes 61000 Lin. Ft. 1.47 $ 8,820.00 22,000 Sq. Ft. 1.67 36,740.00 760 Tons 43.00 32,680.00 4 Each 475~00 1,900.00 6 Each 310.00 1,860.00 Total $ 82,000.00 $ 325,690.00 Total Change Order g:~bw.j:)roj~orres~co 14cst3.xls Page TECHNICAL PROVISIONS Pavement Repair And Asphalt Concrete Overlay - Dublin Blvd. and Residential Streets 1. ASPHALT CONCRETE. Asphalt concrete shall conform to Section 10-1.40 of the Special Provisions. The contractor is responsible for providing adequate overlay to allow water to drain away from landscape median curb to the storm drain system. Each overlay location shall be paved to a minimum thickness of 1-112 Inch. The unit price paid per ton for 1~1/2.Inch Asphalt Concrete Overlay conform to Section 10-1.40 of the Special Provisions. 2. PAVEMENT REINFORCING FABRIC. Pavement reinforcing fabric shall be placed where shown on the plan detail at the end of these Special Provisions and at locations designated by the Engineer all' in acoordarlce with Sections 39-5, 39-17 and 88-1 of the Standard Specifications. The unit price paid per square yard for PAVEMENT REINFORCING FABRIC shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing and placing pavement reinforcing fabric, including lapping and binder complete in place, and shown on the plans, as required by the Standard Specifications and these Special Provisions, and as directed by the Engineer. 3. ASPHALT CONCRETE PAVEMENT REPAIR. VVhere indicated on the roadway surface or as directed by the Engineer, existing base and bituminous surfacing shall be removed to a minimum depth of 4-inches below existing surface. In the 4 inch repair, resulting holes and depressions shall be compacted and back-filled with Type A asphalt concrete in one lift to the grade and alignment of the existing roadway. All excavation for asphalt concrete base failure repair shall be filled the same day as the excavation is performed. No excavated area will be permitted to remain unfilled overnight. Contractor shall be responsible for location and/or developing his own waste asphalt-concrete material site. The quan§ties of this item set forth on the Cost Summary are nomina[ only. These quantities may be increased or decreased depending upon the actual field conditions and as directed by the Engineer. The increase or reduction of these quantities as compared with those set forth on the Cost Summary shall not. constitute a basis for claim by the Contractor for extra payment or damages. Payment for the actual work performed based upon the prices proposed for the items of work involved will be considered full compensation to the Contractor for the work. The unit price paid per square foot for 4-inch PAVEMENT REPAIR shall include full compensation for furnishing all labor, materials, tools, equipment, incidentals and for doing all work involved complete and in place, including furnishing and placing asphalt concrete and asphalt binder and removal of asphalt grinding to a legal disposal site, as shown on the plans, as specified herein and as directed by the Engineer. 4. ADJUST MONUMENTS TO GRADE. All existing survey monuments shall be adjusted as specified in Section 15-2 ofthe Standard Specifications. Full compensation for this item shall be considered as included in the unit price for adjust monument box. 5. MANHOLE COVERS. The top of the storm drain manhole shall be adequately protected form the asphalt concrete dudng paving operations by means of steel covers, or by other methods approved by the Engineer. All existing storm drain man holes shall be adjusted to the finish grade of the final lift of the overlay. Full compensation for this item shall be considered as included in the pdce for adjust manholes. 6. PAVEMENT GRINDING (Key Cut). Existing asphalt concrete shall be planed at the locations and to the dimensions as directed by the Engineer. The cold planing machine shall be operated so as not to produce fumes or smoke. The depth, width and shape of the cut shall be as indicated on the typical cross sections or as directed by the Engineer. The final cut shall result in a uniform surface conforming in the typical cross sections. The outside lines of the planed area shall be neat and uniform. The road surfacing to remain in place shall not be damaged in any way. Pavement Grinding widths shall be continuous except for intersections at cross streets where the planing shall be carded through to the conform lines. The Contractor is responsible at the beginning and end of the project to pave smooth transitions to connect existing AC to the overlay to the satisfaction of the Engineer. The transitions shall allow water to drain to the storm drain system. The material planed from the roadway surface, including material deposited in existing gutters or on the adjacent traveled way, shall be immediately removed from the site of the work and disposed of as provided in Section 7-1.13, "Disposal of Material Outside the Highway Right-of- Way," of the Standard Specifications. The removal crew shall foltow within 50 feet of the planer, unless otherwise directed by the Engineer. The unit price paid, per linear foot PAVEMENT GRINDING (Key Cut) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved in planing asphalt concrete surfacing and disposal of material removed, as specified in these Special Provisions and as directed by the Engineer. June 28[, 1996 Director of Public Works g:overlay~oveday~cycTspec PAVEMENT ~NFO~,C~NC- ~ ~, / -- CITY OF DUBLIN KEY CUT & OVEFILAY SECTION CITY OF DUBLIN EXHIBIT "B" CONTRACT CHANGE ORDER NO. 14 PROJECT/ROAD: Dublin Boulevard Widening PAGE I OF 1 PAGE(S) FEDERAL NO.: STPLMA-5432(002) CONTRACT NO. 95-01 TO: Redgwick Construction, 25599 Huntwood Ave., Hayward CA 94544 You are hereby directed to make the herein described changes from the plans and specifications or do the following described work not included in the plans and specifications on this contract. NOTE: This change order is not effective until approved by the Chief Engineer. Description of work to be done, estimate of quantities, and prices to be paid. Segregate between additional work at contract price, a~eed price and force account. Unless otherwise stated, rates for rental of equipment cover only such time as equipment is actually used and no allowance will be made for idle time. Change requested by: CITY The last percentage shown is the net accumulated increase or decrease from the ongma quant ty ~n the En=~neer s Estimate. 1. Delete Slurry Seal surface treatment within the limit of work in the street area of Dublin Boulevard as shown on the Improvement Plans, (Bid ltem No. 22). Slurry seal surface n'eatment will be limited to the private parking lots shown on Sheet 8A of the Improvement Plans. 2. Construct Asphalt Concrete Overlay of Dublin Boulevard within the limits of work described for Slurry, Seal surface treatment on the contract Plans. Construction of the Asphalt Concrete Overlay shall confogm to the Technical Provisions entitled "Pavement Repair And Asphalt Concrete Overlay - Dublin Bivd. and Residential Streets" dated Juae 28, 1996. The work of paving with asphalt concrete, including the placement of pavement reinforcing fabric shall be scheduled as a night time operation to begin a~er 8:00 P.M.. Measurement and payment for actual quantities of work completed shall be in accordance with the itemiz.'d cost summary shown on the attached EXHIBIT C. $243~690.00 ~ 3. Construct Asphalt Concrete overlay of the following residential streets: ToD' Way from Prince Drive to King Way lone Way from Brighton Drive to Newcastle Lane Newcastle Lane from lone Way to Brighton Drive Construction of the Asphalt Concrete Overlay shall conform to the Technical Provisions entitled "Pavement Repair And Asphalt Concrete Overlay - Dublin Blvd. and Residential Streets" dated June 28, 1996. -Measurement and payr~ent for actual quantities of work completed shall be in accordance with the itffmized cost summary shown on the attached EXHIBIT C. $82,000.00 ESTIMATED COST INCREASE NOT TO EXCEED: 5;326.000.00 BY REASON OF THIS ORDER, THE TIME OF COMPLETION WILL BE ADJUSTED 30 WORKING DAYS SUBMITTED BY: .,, . APPROVAL RECOMMENDED BY: APPROVED/ 'Y: , ~ .~...~.~,.r...~.~ J"-/',.~"4.-.~-- ~1.~ /.:'~. William J. Silka. P'YE. Date Mehran Sepehri Date _Lee S. Th '.c~_on I Date Resident En~neer Sr. Civil Engineer Public Works Director We, the undersigned contractor, have given careful consideration to the change proposed and hereby a~ee, if this proposal is approved, that we will provide all equipment, furnish all materials, except as ma), otherwise be noted above, and perform all _ services necessar)' for the work above specified, and will accept as full payment therefor the prices shown above. Accepted: Date ~ ¢'' / --/~:~ ~-~96 Contractor: z~,~o-~<747)~'/'~ ,~-~¢ ~-~ c~7,..~-' If the Contractor does noI sign acceptance of this order, his attention is directed to the requirements of the specifications as to proceeding with the ordered work and filing a written protest within the time therein specified. g:\dbw~roj\corres\cco014.doc