Loading...
2013/12/10 City Council Resolution 2013-165RESOLUTION NO. 2013 -165 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ROHNERT PARK AUTHORIZING AND APPROVING CONTRACT CHANGE ORDERS NO. 2 AND NO.3 FOR ROHNERT PARK EXPRESSWAY OVERCROSSING SLURRY SEAL, SIGN AND STRIPING, PROJECT GM001 WITH CENTRAL VALLEY ENGINEERING & ASPHALT, INC. WHEREAS, the City Council of the City of Rohnert Park approved a contract with Central Valley Engineering & Asphalt, Inc. for the Rohnert Park Expressway Slurry Seal, Sign and Striping, Project GM001 (formerly numbered 2013 -03) in an amount of $128,814.47; and WHEREAS, in the process of executing the contract work an increase in material quantities were discovered, including but not limited to pavement marking quantities; and WHEREAS, as a result of this discovery the total project cost rose approximately 12- percent above the original contract amount; and WHEREAS, the contractor is not being paid for Construction Areas Signs as required under contract bid item number 19 at the amount of $3656.00, as the signs were not installed. WHEREAS, pursuant to direction by Caltrans, the contractor provided a Changeable Message Sign on the freeway during the construction; and WHEREAS, The City of Rohnert Park, Purchasing Policy adopted by City Council Resolution No. 2012 -22 limits the City Manager authority to approving Contract Change Orders up to 10- percent over the original contract amount; and WHEREAS, a Contract Change Order No. 2 has been prepared for a total cost of $15,452.73 for the cost of the increase in materials; and WHEREAS, the contractor provided a Changeable Message Sign (CMS) on the freeway at Caltrans request related to this project; and WHEREAS, a Contract Change Order No. 3 has been prepared to provide for the actual costs of the CMS, in the amount of $1,290.32; and WHEREAS, staff has determined that the Contract Change Order Nos. 2 and 3 prices are reasonable and were necessary to complete the Project; and NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Rohnert Park that it does hereby authorize and approve Contract Change Order No. 2, in substantially similar form to Attachment A, which is incorporated herein by this reference, for the total amount of Fifteen Thousand Four Hundred Fifty Two Dollars and Seventy Three Cents ($15,452.73) for the Rohnert Park Expressway Overcrossing Slurry Seal, Sign and Striping, 2013 -165 Project GM001. A copy of which is attached hereto as Exhibit A and incorporated by this reference. BE IT FURTHER RESOLVED it does hereby authorize and approve Contract Change Order No. 3, for the CMS, in substantially similar form to Attachment B, which is incorporated herein by this reference for the total amount of the actual costs of the Changeable Message Sign, in the amount of One Thousand Two Hundred And Ninety Dollars and Thirty Two Cents (1,290.32) Exhibit B. BE IT FURTHER RESOLVED that the City Manager is hereby authorized and directed to execute documents pertaining to same for and on behalf of the City of Rohnert Park. DULY AND REGULARLY ADOPTED this 10`x' day of December, 2013. L - 021 1 J Anne Buergler, City Cl &kk Attachment — Exhibit A and B CITY OF ROHNERT PARK Pam Stafford, Mayor AHANOTU:_AA BELFORTE: I ll MACKENZIE: CALLINAN: VII" AYES: ( ) NOES: ( Ci ) ABSENT: (( ) ABSTAIN: ( ) 2013 -165 STAFFORD: Alt"" EXHIBIT A CITY OF ROHNERT PARK 130 Avram Avenue, Rohnert Park, CA 94928 PH: (707) 588 -2232 FAX: (707) 794 -9242 f.Ry(YQRPtP Rohnert Park Expressway Overcrossing Slurry Seal, Sign & Stripe Project No. GM001 CONTRACT CHANGE ORDER NO. 2 11114/2013 TO: Central Valley Engineering & Asphalt You are herby 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 of this contract. All new work herein described shall be done in accordance with the applicable provisions of the plans and specifications, except as modified by this contract change order. NOTE: This change order is valid when signed on behalf of the Owner. Item Description Amount 2 Adjusting Change Order (Quantities) $15,452.73 Subtotal of Change Order $15,452.73 TOTAL of CHANGE ORDER $15,452.73 Original Contract Amount: $128,814.47 CCO #1: ($500.00) CCO #2 $15,452.73 CONTRACT TIME ADJUSTMENT: 0 Days Revised Contract Amount: $143,767.20 The adjustments to the Contract Price and Contract Time in this Change Order include all costs, including direct, indirect, consequential, and overhead (field and home office) costs, related to the Change described above. By signing this Change Order, Contractor agrees to accept the adjustment to the Contract Price, calculated as provided above, and the adjustment of the Contract Time, as payment in full for all costs, including direct, indirect, consequential, and overhead (field and home office) costs, related to the Changes described above. Except as amended by this Contract Change Order, the Contract shall remain in full force and effect. Recommended by: Recommended by: Approved by: ATTEST: Richard F. Pedroncelli, Senior Engineering Technician Patrick Barnes, P.E., Deputy City Engineer Date Date Darrin Jenkins, Acting City Manager Date City Clerk We, the undersigned contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above. Accepted by: Ryan Bangle Central Valley Engineering & Asphalt Date EXHIBIT B CITY OF ROHNERT PARK 130 Avram Avenue, Rohnert Park, CA 94928 PH: (707) 588 -2232 FAX: (707) 794 -9242 Rohnert Park Expressway Overcrossing Slurry Seal, Sign, and Striping CONTRACT CHANGE ORDER NO. 3 3- Dec -13 TO: Central Valley Engineering & Asphalt You are herby 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 of this contract. All new work herein described shall be done in accordance with the applicable provisions of the plans and specifications, except as modified by this contract change order. NOTE: This change order is valid when signed on behalf of the Owner. Item Description 1 Provide Portable Changeable Message Board Amount $1,290.32 Subtotal of Change Order $1,290.32 TOTAL of CHANGE ORDER $1,290.32 Original Contract Amount: $128,814.47 CCO #1: ($500.00) CCO #2 $15,452.73 CCO #3 $1,290.32 CONTRACT TIME ADJUSTMENT: 0 Days Revised Contract Amount: $145,057.52 The adjustments to the Contract Price and Contract Time in this Change Order include all costs, including direct, indirect, consequential, and overhead (field and home office) costs, related to the Change described above. By signing this Change Order, Contractor agrees to accept the adjustment to the Contract Price, calculated as provided above, and the adjustment of the Contract Time, as payment in full for all costs, including direct, indirect, consequential, and overhead (field and home office) costs, related to the Changes described above. Except as amended by this Contract Change Order, the Contract shall remain in full force and effect. Recommended by: Recommended by: Approved by: ATTEST: Richard F. Pedroncelli, Senior Engineering Technician Date Patrick Barnes, P.E., Deputy City Engineer Date Darrin Jenkins, City Manager City Clerk Date We, the undersigned contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above. Accepted by: Ryan Bangle Central Valley Engineering & Asphalt Date Q Cl) c C N U) � T T N (6 � N N X Q LJ W a- 0 s O c Of O O N N U V Z b � � a O O U Q a a` M (,4 W U- 0- O Z p ) e O � C L O Q •� a Q a O O W C O U (i LO N W � > G Q L E O N O Q T O M 0 (6 co N � D7 � c C W — i-- U W c rn Y N J LU m U d > Co N N N > (fl � ( (1)c�� 0 U m U a' E 0 U O O Lo N O N o0 O N co 0 0 0 0 0 0 0 0 0 0 O O CT Lo Co M 00 O Cl) N 0 0 0 O O 00 O 0 0 0 O O CO V CO �_ CO I- M N_ m O V' r— V' O N O Lo O Lo o0 V m V o0 O ti co O a0 �' m� Lo Lo co O U` @ of V N O) �— 6) CO — LL) (` O Lo �Y N cr L() Ln N Ln Ln @ > N m m Ir .— V V' N �Y V' V' m 0 I— O oo O M O O) CO Lo O L() «) 0 0 1- M LO N 0 O O n M fD O N V V I-- O M r- Lo M cM m M Lo �-- CO I� Lo .— m O Lo CV dt Lo �-- 'zl- M co r L() N O Lo O O V M W p' V Co V m O) W m — LC) N I— V m� 0 V N N N CO LC) N I� N m O C iB N v �. d Lo '- o 00 N N N — N N .-- CD 00 2. � O m Cl) 00 N Lo O '= m N r n U¢ V V N M co N O CJ J C Lo 0 Vi Lo N 2'- M Lo U N .— Lo : Y I— 69 O I� CO Z N Lf) co O O O N m O W M N > W CO M O CV M Cl) Z v m w :E ¢ ¢ > O I-- LO O I— O) CD Q a o o0 CO O Lo d p N O jl O co N Cl) tf) O Lu Cf) V O co m O C) N U Z CO Ln J z �r N Y ¢ U N N Z d Z Z a_ Z a_ U O > o¢> o0 co o_ O z N U U z 0- I- z W O] O ~ > w ¢ a O O O U ¢ IJ U O O CV o0 co O O D S Lo O O O O O N o0 O O a) O J — w O O O CO o) Lo O'o c N O I-- O O O O V' LC) 6) V' O a O m O> O N a O L() M 00 I� N V Co o0 I� I-- CO r, O m N V M m O O V co m N o0 O m N Lo O L!) O O O O cD CrD E O 00 m M CO CO O Lf) I� Ln O Lo 'V' N O V' I— N u) — U r6 N� m m co Ln O .— co V- N M M LL7 LC) N 0 CO h 00 67 O r ,d O r r �O r 1�- 0r 0 r T O N O O U 0 - U U U 69 o ~ O O O O O O O O c:) O O is cD O M O M O m O Co O Lf) O O O O O LO O O O O O O O O O O N O CO O O O O O O O 0 O 0 O 0 O O oO O M <Y O M 6) O N O V N O N LP O cM m O Cl) M .— O U N O V Cl) N O 1� M O O N co 00 O O O I-- LO O O O O O N oo O O O N N F- O co o) Lo O c0 N O f-- m O O O V LL) O �' O O O M Lq fl- a O Ln M o0 f-- N ct co t` M 1— O m N d' M O O O V' OO M N oo co M N u- O In O O O O C)) E o cc cc m CO 00 O L() �— r--,, Lf) O LO �' N O d' � N Li) � N j W N CO m m m LC) O m V' M LI) Lo N o Lo N > aA N H o C-o M m CO L() O Lc) N N Co a. O m V' O N co O W cY N O L() M Lo O O M �— O N co M .--- O �- E a O N CO It M N �— Cl) Co LC) U T N O � o 0 a) o U a' E 0 U O O Lo N O N o0 O N co 0 0 0 0 0 0 0 0 0 0 O O CT Lo Co M 00 O Cl) N 0 0 0 O O 00 O 0 0 0 O O CO V CO �_ CO I- M N_ m O V' r— V' O N O Lo O Lo o0 V m V o0 O ti co O a0 �' m� Lo Lo co O U` @ of V N O) �— 6) CO — LL) (` O Lo �Y N cr L() Ln N Ln Ln @ > N m m Ir .— V V' N �Y V' V' m 0 I— J Ln J J J J Cn J W W W J J (n W J (n J W W W J J ch � .-- T D7 O o7 O O LC) 6> O O OJ O N O O N M N' N to ch Y n M O U Co W O V O O O CO CO CO 00 V 0 CD 0 U J 0 0 CO o0 O O O C iB O v N d Lo ti LC) 00 N N N — N N .-- CD 00 2. � O m Cl) 00 N Lo O '= m N O O— U¢ V V N M co N O CJ J C Lo 0 Vi Lo N 2'- M Lo U N .— Lo J Ln J J J J Cn J W W W J J (n W J (n J W W W J J ch � .-- T D7 O o7 O O LC) 6> O O OJ O N O O N M N' N to ch 69I t- Y U Co W ~= � w U J Z W U Z C iB m � U LLJ 7 z U¢ Y < U CJ J C d 2'- z U n. : Y I— W Z Z O W W > W co Z 7 U z Z O O w :E ¢ ¢ > O c O U') CU Q a o > w d p W 2 Q p m Lu Cf) 0 0_ W U Z W U J z < w Y ¢ U N Z d Z Z a_ Z a_ U O > o¢> = o_ O z W U z 0- I- z W O ~ > w ¢ a O O O U ¢ IJ U U U U U O U w Z C7 U O¢ ¢ U N !Y w� U w a) J — w LL w w w LL w LL w m W J c (n w w U > O > O LL w �-' O O U W F— a m O> i w O v O w w w 0 0 O J W > O E V- N M r N M 0 CO h 00 67 O r r r r r �O r 1�- 0r 0 r T O N O O U 0 - U U U 69I t-