Loading...
HomeMy WebLinkAbout2017-06-13; Municipal Water District; ; TriAgencies Water Transmission Pipelines Reach 2 - Phase 1, Project No. 5008 Contract Change Order No. 4Page 723 Meeting Date: To: From: Staff Contact: Subject: June 13, 2017 President and Board Members v Kevin Crawford, Executive Manager\" Scott Fisher, Municipal Projects Manager Scott.fisher@carlsbadca.gov or 760-268-4763 CA Review If> Adopt a Resolution ratifying and authorizing the execution of Contract Change Order No. 4, and accepting the contract for construct ion oft he Tri- Agencies Water Transmission Pipelines Reach 2 -Phase 1, Project No. 5008, as complete and directing the secretary to record a Notice of Completion and release bonds in accordance with state laws and city ordinances. Recommended Actions Adopt a Resolution ratifying and authorizing the execution of Contract Change Order No. 4, and accepting the contract for construction of the Tri-Agencies Water Transmission Pipelines Reach 2-Phase 1, Project No. 5008, as complete and directing the secretary to record a Notice of Completion and release bonds in accordance with state laws and city ordinances. Executive Summary On June 23, 2015, the Board of the Carlsbad Municipal Water District (CMWD) approved Resolution No. 1527 to award a contract of $1,097,197 to Dick Miller, Inc. for construction of the Tri-Agencies Water Transmission Pipelines Reach 2-Phase 1, Project No. 5008. Construction of the project commenced on Sept. 15, 2015 and on March 31,2017, Dick Miller, Inc. completed all contract work and subsequently submitted a request for change order work in excess of the previously authorized contract and contingency amount. Staff inspected the contract work and found it to be satisfactory. Staff recommends ratifying and authorizing t he president of the Board of Directors of CMWD to execute Contract Change Order No. 4, accepting the contract for construction of the Tri-Agencies Water Transmission Pipelines Reach 2-Phase 1, Project No. 5008, as complete and directing the secretary to record a Notice of Completion and release bonds in accordance with state laws and city ordinances. Discussion The Tri-Agencies Water Transmission Pipelines Reach 2-Phase 1, Project No. 5008, is a project to replace an existing water line originally constructed by the San Diego County Water Authority (SDCWA) in 1978. The project was designed to replace a large segment of the original waterline and appurtenances between the SDCWA's meter vault, referred to as CMWD No.4 Service Connection, near the intersection of Cannon Road and Wisteria Drive in the City of Oceanside, Page 724 and the intersection of College Boulevard and Carlsbad Village Drive in the Cal avera Hills area of the City of Carlsbad. On June 23, 2015, the Board of CMWD approved Resolution No. 1527 to award a contract of $1,097,197 to Dick Miller, Inc. for construction of the Tri-Agencies Water Transmission Pipelines Reach 2-Phase 1, Project No. 5008, and construction commenced on Sept. 15, 2017. Resolution No. 1527 authorized the city manager to execute change orders up to the amount of $165,000. During construction of the project the contractor encountered several unforeseen or changed conditions that required additional work including enlarging the pressure reducing vault size, performing exploratory potholing due to inaccurate alignment shown on plans, modifying connection details at SDCWA tie-in point, removal and demolition of an existing water line and concrete slab that conflicted with the ongoing project, and increased pavement restoration activities. Staff directed the contractor to proceed with work via change order on a time and materials basis. Contract Change Orders No. 1 through No. 3 were executed during the course of construction to cover these conditions. Towards the end of the project in order to complete time sensitive work, given weather and safety conditions on site, staff directed the contractor to proceed with work via Change Order No.4, in the amount of $24,854. The total value of all contract change order work performed by the contractor during construction is $189,854. This amount exceeds the city manager's signature authorization, as authorized by Resolution No. 1527, by a difference of $24,854, and therefore CMWD approval of Contract Change Order No. 4 is needed. Ratification of Contract Change Order No.4 is requested under Carlsbad Municipal Code section 3.28.090(A), as the work has already been completed. Staff is requesting the president of the Board of Directors of CMWD execute Change Order No. 4, accept the improvements as complete and direct the secretary to record a Notice of Completion and release bonds. Fiscal Analysis There is sufficient funding available in the project budget to fund Contract Change Order No. 4 as shown in the table below: TRI-AGENCIES WATER TRANSMISSION PIPELINES PROGRAM, CIP NO. 5008 Current Appropriation-Tri-Agencies Pipeline, CIP No. 5008 $6,455,000 Current Expenditures/Encumbrances-Tri-Agencies Pipeline, CIP No. 5008 $ 2,125,353 TOTAL AVAILABLE REMAINING $4,329,647 TRI-AGENCIES WATER TRANSMISSION PIPELINES REACH 2-PHASE 1, CIP NO. 5008 Construction Award: $ 1,097,197 Construction Contingency: $ 165,000 Construction Expenditures: $ 1,262,197 Contract Change Order No. 4: $24,854 Total Estimated Construction Expenditures: $ 1,287,051 REMAINING BALANCE AFTER PROJECT NO. 5008 $4,304,793 (INCLUDING CONTRACT CHANGE ORDER NO.4) ADDITIONAL APPROPRIATION NEEDED $0 Page 725 Next Steps Once the Tri-Agencies Transmission Pipelines Reach 2-Phase 1 Contract Change Order No.4 in the amount of $24,854 (see Exhibit 2) is executed, a Notice of Completion will be recorded and bonds will be released in accordance with state laws and city ordinances. Environmental Evaluation (CEQA) Pursuant to Public Resources Code Section 21065, this action does not constitute a "project" within the meaning of CEOA in that it has no potential to cause either a direct physical change in the environment, or a reasonably foreseeable indirect physical change in the environment, and therefore does not require environmental review. Work completed pursuant to the change order is categorically exempt from CEOA pursuant to section 15304 Minor Alterations to Land, and 15303 (d) New Construction or Conversion of Small Structures of the CEOA Guidelines. Public Notification Thi s item was noticed in accordance with the Ralph M. Brown Act and was available for public viewing and review at least 72 hours prior to the scheduled meeting date. Exhibits 1. Resolution ratifying and authorizing the execution of Contract Change Order No. 4, and accepting the contract for construction of the Tri-Agencies Water Transmission Pipelines Reach 2-Phase 1, Project No. 5008, as complete and directing the secretary to record a Notice of Completion and release bonds in accordance with state laws and city ordinances. 2. Tri-Agencies Transmission Pipeline Replacement Reach 2 -Phase 1, Contract Change Order No. 4. 3. Site map. RESOLUTION NO. 1575 A RESOLUTION OF THE BOARD OF DIRECTORS OF THE CARLSBAD MUNICIPAL WATER DISTRICT BOARD (CMWD), RATIFYING AND AUTHORIZING THE EXECUTION OF CONTRACT CHANGE ORDER NO.4, AND ACCEPTING THE CONTRACT FOR CONSTRUCTION OF THE TRI-AGENCIES WATER TRANSMISSION PIPELINES REACH 2-PHASE 1, PROJECT NO. 5008, AS COMPLETE AND DIRECTING THE SECRETARY TO RECORD A NOTICE OF COMPLETION AND RELEASE BONDS IN ACCORDANCE WITH STATE LAWS AND CITY ORDINANCES. EXHIBIT 1 WHEREAS, the City Council of the City of Carlsbad, California has determined that the Tri- Agencies Water Transmission Pipelines Reach 2 -Phase 1, Project No. 5008, was completed to the Board's satisfaction by Dick Miller, Inc. on March 31, 2017; and WHEREAS, Dick Miller, Inc. submitted a request for change order work in excess of the city manager's approval limits as outlined in the Carlsbad Municipal Water District's (CMWD) approved Resolution No. 1527; and WHEREAS, there is sufficient funding available in the project budget to fund Contract Change Order No. 4; and WHEREAS, staff has prepared Contract Change Order No. 4 in the amount of $24,854; and WHEREAS, the work under Contract Change Order No.4 has already been completed, requiring ratification of Contract Change Order No. 4 under Carlsbad Municipal Code section 3.28.090(A); and WHEREAS, the formal Notice of Completion has been prepared. NOW, THEREFORE, BE IT RESOLVED by the Carlsbad Municipal Water District Board of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. That the Tri-Agencies Water Transmission Pipelines Reach 2-Phase 1, Project No. 5008, is deemed complete and is hereby accepted by the Board of Directors of CMWD of the City of Carlsbad. 3. That the secretary of the Board is hereby authorized and directed to execute and record the Notice of Completion, attached hereto as Attachment A, for the Tri-Agencies Water Transmission Pipelines Reach 2-Phase 1, Project No. 5008. 4. That Contract Change Order No.4 is ratified and the president of the Board of Directors of CMWD is authorized to execute Contract Change Order No. 4. EXHIBIT 1 PASSED, APPROVED AND ADOPTED at a Special Meeting of the Carlsbad Municipal Water District of the City of Carlsbad on the 13th day of June, 2017, by the following vote, to wit: AYES: M. Hall, K. Blackburn, M. Schumacher, C. Schumacher, M. Packard NOES: None. ABSENT: None. (SEAL) ;f Recording requested by: CITY OF CARLSBAD When recorded mail to: City Clerk City of Carlsbad 1200 Carlsbad Village Dr. Carlsbad, CA 92008 Notice is hereby given that: DOC# 2017-0279629 1111111111111111111111111111111111111111111111111111111111111111111111 Jun21, 2017 01:26PM OFFICIAL RECORDS Ernest J. Dronenburg, Jr., SAN DIEGO COUNTY RECORDER FEES: $0.00 PAGES: 1 Space above this line for Recorder's Use NOTICE OF COMPLETION 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is Carlsbad Municipal Water District (CMWD), a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on March 31, 2017. 6. The name of the contractor for such work of improvement is Dick Miller, Inc. 7. The property on which the work of improvement was completed is on Pirgos Way in the City of Oceanside, County of San Diego, State of California, and is described as Tri-Agencies Water Transmission Pipelines Reach 2 -Phase 1, Project No. 5008. CARLSBAD MUNICIPAL WATER DISTRICT ~1 VERIFICATION OF SECRETARY I, the undersigned, say: I am the Secretary of the Carlsbad Municipal Water District, 1200 Carlsbad Village D~ve, Carlsbad, California, 92008. The Executive Board of said District on , J\AMJL \ ~~ , 20_r], accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on \.. V\1\fL, '.L l.Q~. 20 \1. at Carlsba , a "fornia. Secretary Page 729 CITY OF CARLSBAD CONTRACT CHANGE ORDER NO. 4 PROJECT: Tri-Agencies Water Transmission Pipelines Reach 2-Phase1 CONTRACT NO. 5008 P.O. NO. P131120 ACCOUNT NO. 50570009060/500819066 CONTRACTOR: Dick Miller, Inc. ADDRESS: 930 Boardwalk Street Ste. H San Marcos, CA 92078 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor or his/her designee. Pursuant to Section 3 of the General Provisions of this contract, perform the following: Item 1: Item 2: Item 3: Relocate the horizontal alignment of an existing sewer lateral at Station 237+50 due to elevation conflict with the new 18-inch Cement Mortar Lined and Coated (CML&C) pipe. Increase to contract cost. ................................................................. $2,062.00 Demolish and dispose of concrete to 4-foot below grade from the existing undocumented vault in conflict with the new 18-inch CML&C tie-in point, and cap the existing undocumented 12-inch potable water pipeline at Station 248+90. Increase to contract cost. ................................................................. $1 ,886.42 Break out and dispose of the undocumented concrete encasement on the existing 21-inch pipeline at Station 249+00. Increase to contract cost.. ................................................................ $1 ,302.58 -... Tri-Agencies Water Transmission Pipelines Reach 2-Phase 1, Project:# 5008 CC04 page 2 Item 4: Install additional copper anode wiring per SDCWA which was not called out in the cathodic protection test station details on CP-1 of the contract documents. Increase to contract cost. ................................................................. $1,724.68 Item 5: Replace existing irrigation control wiring and conduit lines between Station 234+00 and Station 235+00 which were not shown on the plans. Increase to contract cost.. ................................................................ $2,544.96 Item 6: Furnish and place 118 tons of additional asphalt concrete, labor and equipment to complete the paving of Pirgos Way. Increase to contract cost. ............................................................... $15,333.06 TOTAL INCREASE TO THE CONTRACT ................................................ $24,853. 70 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY 62 WORKING DAYS AS A RESULT OF THIS CHANGE ORDER. RECOMMENDED BY: APPROVED BY: (DATE) (DATE) 6-5', '7 (DATE) FINANCE DIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL), PURCHASING, CONTRACTOR, DEPUTY DIRECTOR DESIGN Page 731 NOT TO SCALE LOCATION MAP CMWDN0.4 SERVICE CONNECTION PROJECT SITE PACifiC ocw REACH2 PHASE 1 PROJECT NAME PROJECT EXHIBIT TRI-AGENCIES NUMBER 3 WATER TRANSMISSION PIPELINE REACH 2, PHASE 1 5008 PLOTTFD BY: SCOTT EVANS PLOT DAT£:4/15/IJ PATH:D: \UTIUTIES CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL-C/0 #4 Tri-Agencies Water Transmission Pipelines Reach 2-Phase 1 Project No: 50081 Date Routed: To: Construction Management & Inspection Department Head Finance Director!{),\ City Manager/Mayor Construction Management & Inspection Reasons for changes: Item 1: Item 2: Item 3: Item 4: Item 5: Item 6: During excavation and installation of the new 18-inch CML&C waterline a sewer lateral was identified in confict with the proposed horizontal alignment at approximate Station 237+50. The city requested that the contractor relocate the lateral to avoid the conflict. The city water department requested the demolition and partial removal of an existing buried vault in conflict with the proposed alignment of the new 18-inch waterline at Station 248+90. The vault walls and lid were removed to 4-foot below grade and the bottom was perforated and backfilled with native sandy material. The work included cap and abandonment of an unused existing 12-inch potable water pipeline not shown on the plans. The city requested that the contractor break out and dispose of an undocumented concrete encasement on the existing 21-inch pipeline not shown on the plans at Station 249+00. Removal of the concrete encasement was required to make the connection at the tie-in point. The San Diego County Water Authority (SDCWA) requested that the contractor provide additional copper anodes for the cathodic protection wiring at all test stations. The changes, which were identified by SDCWA during final walk-through inspection, were not called out in the cathodic protection test station details on sheet CP-1 of the contract documents. The city requested additional work be performed to reinstall existing irrigation control wiring and conduits which were not shown on the plans. Additional 118 tons of asphalt concrete, labor and equipment were required to complete the paving of Pirgos Way. The additional asphalt was required in areas that required deep lift repairs and to pave the actual field measured limits of paving. Project Name: Tri-Agencies Water Transmission Pipelines Reach 2-Phase 1 Project: # 50081 COST ACCOUNTING SUMMARY: Original contract amount $1,097,197.00 Total amount this C/0 $24,853.70 Total amount of previous C/O's $165,000.00 Total C/O's to date $189,853.70 New Contract Amount $1,287,050.70 Total C/O's as% of original contract 17.30% Contin_genc_y amount encumbered $165,000.00 Contingency increase I decrease $25,000.00 Contingency Subtotal $190,000.00 Total C/O's to date $189,853.70 Contingency balance $146.30 THIS PAGE WAS INTENTIONALLY LEFT BLANK Page 732