Loading...
HomeMy WebLinkAbout4.6 Accept Work 90-05 CITY OF DUBLIN AGENDA STATEMENT City Council Meeting Date: January 27, 1992 SUBJECT: Acceptance of Work - Contract 90-05 Dublin High School Stadium Renovation Report By Public Works Director Lee Thompson EXHIBITS ATTACHED: Change Order #6 RECOMMENDATION: 1) 2) 3) Authorize approval of Change Order No. 6 for $19,454 as the total amount of Change Orders is over the amount which the City Manager is authorized to approve. Accept improvements under Contract 90-05 Authorize final progress and retention payment in the amount of $54,454 to Collishaw Construction FINANCIAL STATEMENT: Topo Survey Design OSA Design/Submittals Inspection Testing/OSA Inspection Improvements Permits Staking Printing/Legal 1989-90 1990-91 1991-92 TOTAL 2,366.15 0 0 2,366.15 47,066.00 0 0 47,066.00 0 30,039.65 7,210.68 37,250.33 5,150.04 30,809.65 4,051.57 40,011.26 0 11,531.72 5,661.00 17,192.72 299,246.77 450,528.34 54,454.00 804,229.11 4,980.00 250.00 1,583.00 6,813.00 1,901.70 0 0 1,901.70 2~642.60 51.50 0 2,694.10 TOTALS $363,353.26 523,210.86 72,960.25 959,524.37 BUDGET ACTUAL Topo Survey 2,366 2,366.15 Design 47,066 47,066.00 OSA Design/Submittals 30,349 37,250.33 Inspection 39,500 40,011.26 Testing/OSA Inspection 16,900 17,192.72 Improvements 798,000 804,229.11 Permits 5,230 6,813.00 Staking 1,902 1,901.70 Printing/Legal 2~694 2,694.21 TOTAL 944,007 959,524.37 Cost Summary City of Dublin Dublin Unified School District $ 667,481.06 $ 292,043.31 TOTAL $ 959,524.37 Although the total project is over budget by about $15,000, more work was done in 1990- 91 than anticipated, and the $72,960 spent in 1991-92 is $22,346 below this year's budget of $95,306. No budget transfers are necessary. ITEM NO. ~6 COPIES TO: Collishaw Construction CITY CLERK DESCRIPTION: In April of 1990, the City Council awarded Contract 90-05 Dublin High School Stadium Renovation to Collishaw Construction. The project provided for a complete renovation of the High School football and track facility, including a new extended football field, upgraded home and visitors' bleachers, a new lighting system, improved field and track areas, a scorer's booth, landscaping, goal posts, and new restroom and snack bar facilities. In the course of construction, change orders were authorized for unforeseen contingencies which involved changes in the existing drainage structures, additional electrical work for the homecoming game which was held before the lighting system was complete, a new asphalt surface around the restroom and snack bar, and repair work on the visitors' bleachers and significant changes in the scorer's booth footing. The project proceeded without incident until the Office of the State Architect, which is empowered to review and approve all new school facility structures, requested that with the exception of the pre-job approved lighting, all structural improvements be submitted under the authority of a registered architect or structural engineer. This requirement is in accordance with Title 24 of the California Code of Regulations. At that point, submittals for the bleachers, the scoreboard, the goal posts, and the scorer's booth had to be virtually re-engineered for the submittal process by a registered architect. The OSA process of submittal, review, correction, and approval is extremely lengthy, including changes such as the scorer's booth footing and the existing handrails for the bleachers. The OSA also required testing at the place of fabrication, extensive soils testing, a new site plan, and review by the State Fire Marshall and Handicap Access Review. Faced with these delays beyond his control, the Contractor requested and was granted a suspension of working days on the contract. He was also paid one-half of his retention when the project was deemed complete with the exception of the scorer's booth. Working days were resumed when the scorer's booth fabrication was complete, and the Contractor installed the booth and finished the punchlist corrections in November 1991. The City's agreement with the School District is that the District provide $100,000 at the award of contract and $97,810 plus 30% of the excess over $663,810.00. A breakdown of these costs can be found in the Financial Statement. Although the City's contractor has completed his work according to plan, the City has not received a complete close-out from OSA and will still incur some charges. This has been estimated at $4,500 and is included in the 1991-92 costs. The City Engineer has reviewed work on the project, has found it to be complete and in accordance with approved plans and specifications, and recommends final payment to Collishaw Construction in the amount of $54,454.00. - 2 - EXHIBIT "A" CHANGE ORDER FORM DATE: January 8, 1992 PROJECT NAME: PROJECT CIP #: PROJECT FINANCE CONTROL #: ENGINEERING CONTRACT #: PERCENT COMPLETED: COUNCIL-APPROVED CONTRACTOR: APPROVED BUDGET AMOUNT : COUNCIL-APPROVED CONTRACT AMOUNT: Dublin Hiqh School Renovation 9582 9582 91-05 100% Collishaw Construction $832~711.00 $357,010.00 CHANGE AMOUNT (+/-) CHANGE ORDER NO. 1 $ 2,050.00 CHANGE ORDER NO. 2 $ 6,120.00 CHANGE ORDER NO. 3 $ 3,085.74 CHANGE ORDER NO. 4 $ 14,273.00 CHANGE ORDER NO. 5 $ 2,635.96 CHANGE ORDER NO. 6 $ 19,454.00 CHANGE ORDER NO. 7 $ (399.59) CHANGE ORDER NO. 8 $ CHANGE ORDER NO. 9 $ CHANGE ORDER NO. 10 $ TOTAL OF ALL CURRENT AND PRIOR CHANGE ORDERS: $ 47,219.11 ADJUSTED CONTRACT AMOUNT: $804,229.11 PROGRESS PAYMENTS MADE: PAYMENT NO. 1 $150,778.80 PAYMENT NO. 2 $148~467.96 PAYMENT NO. 3 $ 91,575.00 PAYMENT NO. 4 $ 32,175.00 PAYMENT NO. 5 $ 53~046.00 PAYMENT NO. 6 $149,426.77 PAYMENT NO. 7 $ 10,980.00 PAYMENT NO. 8 $ 35~358.31 PAYMENT NO. 9 $ 37,252.35 PAYMENT NO. 10 $ 3,226.16 PAYMENT NO. 11 $ 37,488.76 PAYMENT NO. 12 $ 54,454.00 PAYMENT NO. 13 PAYMENT NO. 14 $ PAYMENT NO. 15 TOTAL PROGRESS PAYMENTS: $804,229.11 REMAINING BALANCE ON CONTRACT: $ 0 RECOMMENDATION: a: act sheet APPROVED DENIED ~S~uper~vZis ing Dept. Head APPROVED DENIED City Manager APPROVED DENIED Mayor CITY OF DUBLIN - EXHIBIT I" CONTRACT CHANGE ORDER NO. 6 PROJECT/ROAD: Dublin High School Renovation PAGE 1 OF 1 PAGE FEDERAL NO.(S) N/A CONTRACT NO. 91-05 TO: Collishaw Construction, 1125 Mabury Road, San Jose NOTE: Th~s chan~e older ;s nat effe~Jve until approved by The Chief Engineer. EXTRA WORK AT AGREED PRICES Increase size of footing for scorer's b0oth as required by OSA review Lump Sum (Including Audit) Remove existing scorer's booth Lump Sum Fabricate and install handrailing to scorer's booth as required by Code Lump Sum $12, 519.00 5,980.00 955.00 ESTIMATED COST: $19,454.00 BY REASON OF THIS ORDER, THE TIME OF COMPLETION WILL BE ADJUSTED AS FOLLOWS: N/A SUBMITTED BY: Don Santina, PW Inspector DATE: APPROVAL RECOMMENDED: Lee Thompson, PW Director. , ~ DATE: APPROVED, CHIEF ENGINEER, BY: LET, PW Director,y~,~ DATE: 01/08/92 01/08/92 01/08/92 CITY OF DUBLIN - EXHIBIT " CONTRACT CHANGE ORDER NO. 7 PROJECT/ROAD: Dublin High School Renovation PAGE 1 OF 1 PAGE FEDERAL NO. CS) N/A CONTRACT NO. 91-05 TO: Collishaw Construction, 1125 Mabury Road, San Jose BALANCE OF BID ITEMS The following items were either under or over the bid quantity: Bid Actual #8 $15,000.00 $14,580.00 #10 1,380.00 1,400.41 BY REASON OF THIS $420.00) 20.41 ESTIMATED COST: ($399.59) ORDER, THE TIME OF COMPLETION WILL BE ADJUSTED AS Ii: lhe Contractor ({ocs nol $~gn acceptance of th;s order, b~s Qt~entlon is cl~rected ~o lhe requ~remen~ .f the spe*:~f{catlons as to plo<,eding FOLLOWS: N/A SUBMITTED BY: Don Santina, PW Inspector DATE: 01/08/92 APPROVAL RECOMMENDED: Lee Thompson, PW Direct~rf/~ DATE: 01/08/92 APPROVED, CHIEF ENGINEER, BY: LST, PW Director~_~3 DATE: 01/08/92