|
Agenda Item
ASR
Control 08-002088 |
||
|
MEETING DATE: |
01/13/09 |
|
|
legal entity taking action: |
Board of Supervisors |
|
|
board of supervisors
district(s): |
3 |
|
|
SUBMITTING
Agency/Department: |
OC Public Works
(Approved) |
|
|
Department contact
person(s): |
Ignacio Ochoa (714) 834-2308 |
|
|
|
Victor Valdovinos (714) 567-7801 |
|
Subject:
Contract Change Order #2:
Santiago Canyon Road Bridge SC-9
|
ceo Concur |
County
Counsel Review |
Clerk of the Board |
||
|
Concur |
Approved Agreement to Form |
Discussion |
||
|
|
|
3 Votes Board Majority |
||
|
|
|
|
||
|
Budgeted: Yes |
Current Year Cost:
$283,630 |
Annual Cost:
N/A |
||
|
|
|
|
||
|
Staffing Impact: No |
# of Positions:
|
Sole Source:
N/A |
||
|
Current Fiscal Year Revenue: N/A |
||||
|
Funding Source: Road
Fund 115: 100% |
||||
|
|
||||
|
Prior Board Action: January
15, 2008; March 18, 2008 |
||||
RECOMMENDED ACTION(S)
Approve Contract Change Order No. 2 to Agreement No. D08-018 with KLM Construction, Inc. in the amount of $283,630 for modifications to barrier rail for Santiago Canyon Road Bridge SC-9.
SUMMARY:
Approval of the subject Contract Change Order will provide changes to the original barrier rail design for Santiago Canyon Road Bridge SC-9 to maintain the appearance of the bridge to be more in character with its rural location.
BACKGROUND INFORMATION:
Santiago Canyon Road Bridge SC-9 was built in 1963 and is located in the rural Silverado Canyon area of unincorporated Orange County, approximately 0.3 miles west of Silverado Canyon Road. On January 15, 2008, your Board approved the Plans and Special Provisions and authorized the Clerk of the Board to advertise for bids for this project, which will replace the outdated metal beam guard railing of the bridge with barriers that meet current highway safety standards.
The bridge deck will be widened by approximately four feet on both sides to accommodate the new barriers and five feet wide bicycle lanes in each direction. The project also includes seismic retrofitting of the existing structure with steel column casings and extension of the footings. On March 18, 2008, your Board awarded a contract for this project to KLM Construction, Inc. (KLM) in the amount of $883,855 and work began in early May.
The contract to improve Bridge SC-9 was preceded by similar barrier improvements to Bridge SC-8, located approximately 3.4 miles to the south on Santiago Canyon Road, which had been completed in February 2008. Shortly after completion of the work on Bridge SC-8, a number of local residents and area organizations voiced the opinion that the design of the barriers for both bridges was not in character with the rural area. OC Public Works coordinated with the area residents and organizations by exploring options to revise the appearance of the barriers to better blend with the surroundings and allow a view of the creek below while still meeting current highway safety standards. Meetings were held between the County and canyon residents in April and May and on May 14, 2008, a design was approved using different materials and surface treatments to make the bridges more aesthetically appealing.
A price of $283,630 was negotiated with KLM for these revisions which include weathering steel railing for the newly constructed Bridge SC-9 barriers, cleaning and painting of the existing galvanized steel railing on bridge SC-8, and staining the exposed concrete on both bridges a desert brown color. Among the alternatives considered, the weathering steel option was also the County's first choice due to reduced maintenance costs.
OC Public Works recommends adding this extra work via Contract Change Order (CCO) without rebidding pursuant to an exception to Section 20137 of the Public Contract Code for conditions where it is undesirable or impossible to advertise for bids for particular work [Los Angeles Dredging Company v. Long Beach (1930), 210 Cal. 348, 354]. In this case KLM had already begun work and to repackage and rebid the barriers would have left the bridge and its safety railing incomplete for a prolonged period of time causing unacceptable risk and inconvenience to the public. Rebidding the project would also have substantially delayed and conflicted with KLM's work, likely resulting in claims for additional compensation. For these reasons, OC Public Works concluded that it was undesirable or impossible to advertise for bids for the extra work. CCO No. 2 will allow payment for this work when completed in early 2009 and will extend the time for contract completion 50 working days.
One prior CCO (summarized in Exhibit C) in the amount of $19,100 has been approved to date, pursuant to authority delegated by your Board to the OC Public Works Director or designee and as authorized in Section 3.6 (Public Works Contracts) of the County's Contract Policy Manual. The subject CCO adds $283,630, which represents an increase of 32.09 percent over the original contract amount, for a new estimated contract total of $1,186,585.
Compliance with CEQA: On January 15, 2008, Final Negative Declaration No. IP03-042, previously approved by your Board on August 22, 2006, was found adequate to satisfy the requirements of CEQA and was approved for the subject project.
FINANCIAL IMPACT:
N/A
STAFFING IMPACT:
N/A
EXHIBIT(S):
Exhibit A - Contract Change Order No. 2 to Agreement No.
D08-018
Exhibit B - Location Map
Exhibit C - Contract Change Order Summary