Loading...
HomeMy WebLinkAbout1997-02-27 City Council (8)City of Palo Alto C ty Manager’s Report 6 TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: UTILITIES AGENDA DATE: SUBJECT: FEBRUARY 24, 1997 CMR: 149:97 AUTHORIZED FUNDS FOR REPAIR OF CALIFORNIA AVENUE BETWEEN BOWDOIN AND AMHERST STREETS REOUEST This is a request for approval of funds to pay Sondgroth Construction for additional work encountered in the emergency repair of California Avenue between Bowdoin and Amherst. RECOMMENDATIONS Staff recommends that Council approve and ratify the expenditure of funds in the amount of $14,807.00 to pay for additional work during the repairs made to California Avenue between Bowdoin and Amherst due to problems encountered with water saturation of the base material under the existing asphalt. POLICY IMPLICATIONS Approval of these funds is consistent with the priority the Council has placed on infrastructure needs and does not require policy changes. EXECUTIVE SUMMARY In July of 1996, a water main was damaged during construction work for the Phase VI Sanitary Sewer Project on California Avenue between Bowdoin and Amherst. Although the water main was repaired immediately, the street damage repair was delayed as staff negotiated with the contractor to accept responsibility for the damage and repair the street. The contractor was unwilling to accept responsibility and staff was forced to hire an outside contractor to make the repairs. The issue of responsibility has been referred to the City Attorney’s Office. Residents on this portion of California Avenue were extremely concerned that it took so long to repair the street and had made numerous complaints to the City. CMR: 149:7 Page 1 of 3 After soliciting bids for the repair work, the project was awarded to Sondgroth Construction for $22,388. The work consisted of removing the asphalt covering, disposing of the asphalt, re- compacting the base material under the asphalt and repaying with new asphalt. The work started on January 29 and was scheduled to be completed in three days. By noon on January 29, it became obvious that the base material under the asphalt was so wet from the previous rainy weather, that it was impossible to compact it to the required standards. Staff faced the dilemma of having removed the top protective asphalt but being unable to compact the base so new asphalt could be reinstalled. The weather forecast for the coming weekend predicted rain, which wouldturn the exposed base material into an impassable, muddy morass for the residents. To find an acceptable solution, staff consulted with the geotechnical engineering firm, Bay Area Geotechnical services. Based on information provided by the consultant, Utilities engineering staff changed the scope of the contract and directed the contractor to proceed with a different process, so the street could be repaved by the end of the day Friday. The Contractor agreed to perform this additional work for $7,500 for stabilizing the base cost plus 15 percent for the remainder of the work. The new process included increasing the asphalt paving thickness from the original 3 inches to 5 inches. The work proceeded and by the end of the day Friday, one layer of asphalt was completed and the street was suitable for traffic over the weekend. The contractor returned on Monday and finished the project by installing the final layer of asphaltl During the course of the project, Utilities engineering staff inadvertently failed to request emergency authorization .from the City Manager, who had approved the original contract with Sondgroth, to change the scope of work and proceed with the revised process. The revised scope of work increased the amount of the original contract by $14,807., exceeding the City Manager’s contract authority of $25,000 by $12,195. The City Manager has the authority to contract for more than $25,000 if she determines that an emergency exists, but in this case she was not informed and afforded that opportunity prior to completion of the work. Utilities management staff takes full responsibility for this serious violation of the City’s rules and regulations for contract authority and has initiated an investigation into the incident. The Utilities Director has taken appropriate disciplinary steps for responsible staff and directed that all Utilities engineering personnel receive additional training in the Contracts and the Change Order Process from the Purchasing Department. Furthermore, refresher training in these areas will be conducted on an CMR: 149:7 Page 2 of 3 annual basis to ensure the proper procedures are followed. FISCAL IMPACT Funds for this project are included in the FY 1995-96 for Wastewater Collection System Rehabilitation/Augmentation Capital Improvement Program budget. ENVIRONMENTAL ASSESSMENT This project is considered to be categorically exempt as part of Phase VI Sanitary Sewer Project and no further review is necessary. ATTACHMENTS Attachment A: Contract Change Order Prepared by: EdwardWu, Ken Haskins, and Larry Starr EDWArd3 J. MI!K Direct6r of Utilities CITY MANAGER APPROVAL: CMR: 149:7 Page 3 of 3 City of Palo Alto Utilities Department CONTRACT CHANGE ORDER PROJECT: Street Repairs at California Avenue CONTRACT #: $7094622 CONTRACTOR: Sondgroth Construction, he.tDATE: February 6, 1997 CHANGE ORDER NUMBER: 01 CHANGE ORDER ITEM #1: (Stabilizing the existing street base and increasing the AC thickness) DESCRIPTION OF CHANGE: 03aekground Info) Jardin Pipeline, the Contractor for the Phase VI Sanitary Sewer Rehabilitation Project, broke a crossing water main during the pipe-bursting operation while installing a new sewer main at California Avenue. This accident resulted in pavement damage at California Avenue between Bowdoin and Amherst. (Scope of work change) The Utilities Engineering Department obtained an agreement from the Public Works Engineering Department to restore California Avenue to its in-kind condition of 3" AC over compacted base. The City awarded the Contract to the low bidder, Sondgroth Construction, to repair California Avenue between Bowdoin and Amherst. The original contract included removing the existing asphalt, regrading and recompacting the street base, and repaving the street with 3-inch thick of asphalt concrete. Sondgroth Construction removed the existing pavement surface at California Avenue and discovered that the underlying subgrade was saturated and unstable. It was not feasible for the Contractor to compact the base material to 95% relative compaction. After consulting with a geotechnieal fwm, the WGW staff selected the most economic, least disturbing, and expeditious method to correct the problem. This method chosen to stabilize the existing street base was to treat the saturated soil with lime ash (14 -inch or deeper) and to increase the depth of asphalt concrete from 3 to 5 inches. The agreed price was 15% over the actual additional cost of labor and material to stabilize the street base. The actual cost for the lime stabilization process was submitted to the WGW stafffor approval prior to proceeding. The additional asphalt and labor to install pavement costs were dose to the previous bid amount for a 6" AC pavement section. (Justification) This extra expense to stabilize the existing street base was due to the unexpected soil condition. This change order item #1 will:( . )Not change the amount payable under this (XX)Increase ()Decrease contract by $17,771.00 based on () Agreed Lump Sum. () Agreed Unit Prices. ( XX ) Cost plus 15% Percent CHANGE ORDER ITEM #2: (Deducting area to be repaved) DESCRIPTION OF CHANGE: (Background Info) The original contract called for approximately 9,820 s.f. of pavement to be i’epaired. (Scope of work change) On 1/29/97, Hewlett-Packard (HP) expressed strong concern about accessibility to their driveway. The WGW staff therefore deleted the area of 1,300 s.f. to be repaved in front of HP’s driveway to insure the accessibility for their employees and the ddivery trucks. The Contractor agreed to credit the City the actual cost to repair 1,300 s.f of pavement. (Justification) The deletion of repairing 1,300 s.f of pavement was due to the Waffle constraints into the Hewlett-Packard driveway. This change order item #2 will:( )Not change the amount payableunder this ( )Increase (XX’)Decrease contract by $2~964 based on ( XX ) Agreed Lump Sum. () Agreed Unit Prices, (.) Cost plus __ Percent CHANGE ORDER SUMMARY Change Order Item #1 (Stabilizing existing street base & increasing AC thickness) Chang, e Order Item #2 (Deduetin$ area to be repaved) Total Price for this Change Order PRICE $17,771.00 $(2,964.00) " $14,807.00 ACCEPTED FOR Edward Wu TITLE: WGW Senior Eng leer, Project Manager DATE: SUMMARY OF AMOUNTS PAYABLE UNDER CONTRACT Net effect of all previous Ch.ange Orders: Amount of this Change Order: Net eff~t of all Change Ord~s: Amount of Original Contract: Contract total including all Change Orders: $0.00 $ ’ 14,807.00 $14,807.00 $ 22,388.00 $ 37,195.00 Distribution:Original. City of Palo Alto Project Manager Copy - Contractor Copy - Utilities Financial Services Revised 3119196