Loading...
03.29 Final Change Order and Notice of Completion Bid No. 189-14 ����gPp.��� _ . • ' � : ��; ;,Q A�GENDA ITEM �y r .o� . �'F �,�s;;�,.�;�c : c�UM'`l GP une .11, 20 9 :� .. TO: Honorable Mayor and Members of the City Council _ THRU: Rick Otto,:City:Manager - ' FROM:. Christopher Cash, Public Works Directo Y _ . . . REVIEW: Cit Mana r inanee � . . . 1 : SUB.JECT . Final Contract Change Order:and Final Acceptance of Bid No: 1:89-14; SP-408Q, Annual �. Concrete Replacement,at.Various„L.ocations; Fiscal.Year.2018=20:19. . ' : , :. , . 2: : UMMARY The City of :Orange has:ente:red into a contract::with All Cities Engineering Inc. for the Annual Concrete Replacement at Various Locations Project. Extra work has.been added . . .... .. . „ at agreed unit prices :in the amount: of::$44,723. The :"vvork has been. completed to the:: : : . satisfaction of the Public Works Department. : 3. RECOMMENDED ACTION 1. Approve: Final Contract. Change Order in the amount of :$44,723 to Alf Cities _ . Engineering, Inc..for the additional.work. - :: _ 2; Accept as complete Bid No. 189=.14; .SP-4080, .Annual Concrete Replacement� at Various Locations; Fiscal: Year 2018-201.9 ,and authorize .staff to file Notice of ` Completion.with the County:Recorder._. : . . . 4. ' FISCAL IMPACT The total expenditure for:thi.s contract is $37q;1'83 and will be funded thro.ugh: ' Pavement Mana ement 13120 M2 263 $231,944 . � 9 � . ) : . . � ) Pavement.Management (13120) . Traffic Congestion Relief (340) : 138,239 Total: ` $370,183 , _: . 5. STRATEGIC PLAN GOALS _ Goal 1:. Provide for a safe.community b: Pro�id,e and maintain:infirastructure necessary to ensure:the:safety of the public. Goal 4: Provide outstanding public servic:es 6.: Provide facilities:and servicesto meet customer expectafions. � , _ ITEM , l'I' � 06/11/2019 6. DISCUSSION AND BACKGROUND The City Council awarded the Annual Concrete Replacement at Various Locations, Fiscal Year 2018-2019 contract on February 12, 2019 to All Cities Engineering, Inc. The Annual Concrete Replacement Project at various locations was intended to repair damaged curb and gutters, sidewalk, driveways, and cross gutters. Also included in this project was the removal and upgrading of several non-compliant ADA access ramps. With a favorable bid, the City has added new locations that are the majority of the cost increase of this Final Contract Change Order. The work has been completed to the satisfaction of the Public Works Department. The project was completed in May 2019, and the original contract amount was $325,460. This Final Contract Change Order represents a 13.7% increase from the original contract amount bringing the final contract amount to $370,183. 7. ATTACHMENTS 1. Final Contract Change Order 2. Notice of Completion and Acceptance ITEM 2 06/11/2019 � Gity af ����, �� Public Works C?eparimen# FINAL CONTRACT CHANGE ORDER PROJECf: Annual Concrete Replacement IA-t9 �PROJEGT NO: SP-4080 CONTR4CTOR: All Cides En�tneedn,Inc-5881 Snaw rass Trail,durupa�`alle,CA 92509 Date: 5/IS/2019 You are hereby directed to make thc herein described changes&om the plans and specifications or do the following described work nut included in[he plans and specifica[ions on this conaac[. NOTE:This change order is nat effective until approved by[he Ciry Description ofwork to be done,an e.ctimate of quantities,and pnees W 6e paiJ.Segregare between addi[iunal work a[[he contract price,agreed price and foree account.Unlus otherwise>ta[cd,ra[es for rcntal of cyuipmcul cover only such timc as equipmcnt is acwally used and nu alluwance will be made for idlc time. The following work is aJded or dalered,as applica6le,6om the wnvae[as a change nrder in aceordance wi[h the procisions af Section 3 of Iha convact npeeificaNuns.The method of payment shall he as described For each item of this changz order.The following work is added or delered,as applicable,from tlie contrac[as a change order ui accordance wilh the provisions of Szction 3 of Ihe contract specifica[ions.The melhod o(paymenl shall be u dcecribed for each item of lhis change order. DESCRIP'CION UNIT IINIT ORIGINAL ORICINAL FINAL QtiAN1'IT1' Increase(Decrease) O. OFw'OItK PRICE DESCRIPTIO?I QUA\TITY A�IOI.'NT QUAVTITY M70UVT QUAVTITY ,�MOGNT _ Con[ract 1 Remove and Replace Exisling Residen�ial Cancrete Curb&Guncr per Ciry Std.I I7 $42.00 LF 1,12i 837,2i0.00 1,79�3 $75.348.00 6G9 528,098.00 2 Rcmovc and Replacc Exisling Residential Concrete Sidewalk per Ciry Std.I I S&.120 $I0.00 SF 11.000 $I1Q000.00 12,39G %123,9i5.00 1,396 $13,9i5.00 3 Remocc and Rcplacc Lxis�ing Residential Driccway Concrctc Drivcway Apmn per City Std.l16 $12.00 SF 47i $SJ00.00 644 37,728.00 I69 $2,028.00 4 Remoce and Replace Lzisling Conerete Cross Gutler and Spnndrel pet Ciry Std.119 $10.00 SF 2,025 $2U,250.00 940 59,400.OD (1,08�} (310,Si10i�; 5 Rcmucc and Rcplacc Gxisting Arterial Cuncretc Cur6&Gu4cr per City Std.117 $42.00 LF I3i �S,G70.00 6G3 $27.R46.00 528 $2?,176.00 6 Remove and Replace Ezisting Arterial Concretc Sidcwalk per Ciry Std.I 1 R&120 $10.00 SF 1,12� $GI,250.00 7,IA9 $71,890.00 1,0G4 $10,G40.00 7 Remove and Replam Ezisting Commercial Concrete Driveway Apmn per City$ld.I IS $1(.00 SF 1,OI5 516,240.00 I51 52,416.00 (R64) ('S13,81S.U0) 8 Remove and Replace An�Sidewalk Aceess Ram PerCit Scd.l2l $3,500.00 EA II $38i00.00 12 $�12,000.00 1 $3,i00.00 9 Remo�'c and Replacc Traffic Siymal or Svee[ Li�ht Pull Bux �200.00 EA 13 $?,600.00 0 $0.00 13) i:63.G(i6 Oq1 l0 Tree and Stum Removal $G00.00 EA 30 $I8,000.00 16 $9,(00.00 I4) �$8 46QA01 'Iu[al Cantract Items: 5325,460.00 5370,183.00 544.723•00 Contract Chan e Urder . _ ., .. .. . . , .. . ..�,..._.; � .... :.'PR0.fECTTOTAL: � - :..-:. �.�, � , .� ... - -$325.460.00 . - S370.183.00 �.�..�� ��.���� ,. � $4A.713.00 Odginal Canhact Amaunr. 5325,460.00 Original Contract Time: 45 Vew Contract Amount Includine Contne[ Date of City Council Approvai Qf Change Orders: 5370,183.00 Originaf,4greemenl Da[e: 3l12/2019 Applicable) Change from Original Contract Amount in Percentage: 13.7% Original Completion Date: 4l25I2019 6/11/I019 Time Extcnsion er[he CCO: Chan�e re ucsted b: A mved: Prnjcct Manager Division Myiagcr A roved: A roved: City Enginccr Public Wurks Dircctor A roved u m form: A rovcd: Ciry Attomey Ciry'Manuger(If Applicable) The compensatiun(time and wst)set foRh in this Chanse Order cons�imtes[he total cnmpensation due to the CnnVactor,all Subcontractors,and all supplicrs,for the work or chnnge defined in this Change � Order,including all impac[s on any unchanged work.By signing this Change Order,the Contrac[or acknowledges and agrees,on behalf of himself,all Subcontractors,and all suppliers,Iha[[he sepulamd cumpensation includcs paymcnt for all work conuined in Ihis Change Ordcr,pWs ail payment(or Ihe interruplion oCschcdules,ezlcnded overhead costs,dclays,and all impacts,ripplc efkels ur cumulative impac�s nn all other work under this Contract.Thc signing oFthis Change Ordcr shall inlicaie that the Changc OrJer rnnstitutes a full muwal accord and satisfaction for the change and thnl the limc and/or cust undcr[hc Change Order cons[itu[cs[he total equitxble adjustment owed[he Conlracmr,all SuAcoutrac[ors,and all supplicrs,az a resul[of[he change The Contractor,on behalf of himselt�,all Subwnnacmrs,and suppliers,agrees to waive all righis,wilhout ezception or resen�ation of any kind whatsoever,to file any further claim or request for equi[able adjustment ofany lype,for any reasonably foreseeable cause lha[ shall arise out ofor as a result oCthis Change Order or the impact of qiis Change Ordcr on the remainder oCq�e work under this Gonuact. We,the undersigned Contractor,have gicen careful cunsideratiun tu[he change proposed and hereby agee,iEthis pmpusal is approved,tLat we will provide all equipmen4�mish aIl materials,except az may otherwise be no�ed above,and perfortn all scrvices necessary for the work abo�•e specified,and will accept as full paymenl,including all overhead and bonds.ThereForc the prices are shown ubove. ,Y�, c t Acce tanceDam: LJ � ��� � Con[racror. ` 3.V�C- s. - ra�: A+'e ��. �i wt� If the ntraclor does no[signiFy accep[ance of this ordeq his altencion u dirccted[o thc rcquircments of thc spccifications as lo procecding with the ordcr worA and 61ing a wrillen prolest within the time therein specificd. RECORDING.REQUESTED BY AND:: . ,. WHEN RECORDED:MAIL:TO: _ : , . City of Orange .. . :: : 300 East.Chapman Avenue ` , _ . ` Orange,.Califoinia 92866 � Attention: City Clerk :' • [Space above this line for'Recorder's use only.J , . . ' THIS DOCUMENT IS .RECORDED AT T.HE: : . , . REQUEST AIVD FOR THE BENEFIT OF THE CITY OF ORANGE .AND IS EXEMPT .FROM::THE PAYMENT.OF A RECORDING FEE PURSUANT - � TO GOVERNMENT CODE SEGTIONS 6103 AND: . . 273 83. . , ` . NOTICE OR COIVIPLETION AND ACCEPTANCE NOTICE IS HEREBY GIVEN Ihat work on that certain public.work and improvetnents known as;" The Annual _ :. Coneiete ReplacemenC at VariousLocations Project:(Bid No. 189-14;SP-4080)"(herein refened:to"as the"ProjecY'), '. . .; _ . . . for flie owner,the City of Orange, a municipal corporation(herein refened.to as the"City"), whose:address is 300 E: . : . Chapman Avenue,'Orange,CA 92866,was;completed and accepted by the City Couneil .of the City of Orange on,June , 11,2019 at a regular meeting of its members, at which a quorum was present and acting throughout. The.contractor who performed (or caused to be performed) said public work and improvements was A11.Cities.Erigineering Inc:; a . California corporation, witki.its principal o�ce.at 58$1 Snowgrass Trail;_in the City of Jurupa Valley, State;of , California: ...._ , ,. . . . The name of the suiety on:tlie:Labor and 1Vlaterial.:Bond for the Project is United States Fire �nsurance Company, Delaware(Bond No.602-120947-5)in the amount:of$325,460.00: DATED as of the.11`�day of June 2019:. _ . CITY OF ORAIVGE,a municipal corporation ,. _ . . - y� Mark A.Murphy;Mayor,City of Orange. STATE OF CALIFORNIA: . . " . . COUNTY OF ORQNGE I;Mark A. Murphy, 1Vlayor:of the City of Orange,:state that I have read the foregoing document;:know.the contents , thereof,and that the facts therein stated are true of my own knowledge'. I hereby declare under penalty of perjury that . the foregoing is true and correct.� _ . DATED as of the 11�'day of June 2019 at Orange,:California. ' " ' Mark A;Murphy,Mayor;City of Orange I, Pamela Coleman, Cify C1erk for the City of Orange, hereby attest that IVIark A. Murphy is known to me to be the Mayor of the City of Orange and kno.wn:to me to be the person who executed the within instrument on behalf of said munic.ipal corporation, and acknowledged to me that the City of Orange executed the same. Pamela Coleman,City Clerk,City.of Orange