Loading...
HomeMy WebLinkAboutVI (E) Discussion/ Action re: Change Order No. 4 for Southland Construction Company for Kissimmee Avenue/ Story Road and Marshall Farms/ Maguire Road Intersection Improvements Project • . . _ Agenda 7-1-97 61, �4 a Item VI E �oao 7. 4:110� SAMES W. SHIRA,P.E. CITY ENGINEER/UTILITIES DIRECTOR ISO N.LAKESHORE DRIVE•OCOEE,FLORIDA 34761 PHONE(407)656-2322 EXT 142•FAX(407)656-7835 MEMORANDUM DATE: June 26, 1997 TO: The Honorable Mayor and Board of City Commissioners FROM: David Wheeler, P.E. Assistant City Engineer/Utilities Director SUBJECT: Story Road/Kissimmee Avenue and Marshall Farms Road/Maguire Road Intersection Improvements Project Change Order Request No. 4 Attached for your review is Change Order Request No. 4 on the Story Road/Kissimmee Avenue and Marshall Farms Road/Maguire Road Intersection Improvements Project with Southland Construction, Inc. This change order request was initiated by City staff to enhance the project, allow for some unforeseen conflicts, improve domestic and fire service to SYSCO, comply with the negotiated agreement with Mr. Adams and provide some enhancements to the project's appearance. The items included in this change order are: No. 4-A - Connection of overflow from Mader Southeast, Inc. Mader Southeast, Inc. located on the corner of Marshall Farms Road and Maguire Road has an overflow from their stornwater pond to the City's stormwater ditch on Maguire Road. This overflow was not shown on the plans for the Intersection Improvement Project because it was installed after 1993, when our plans were basically completed. The improvements project included installation of a pipeline and catch basins in this area to improve the stormwater collection and conveyance to the drainage ditch located to the east. Using some salvaged material from other areas of this project, staff designed a connection for the overflow from Mader's stormwater pond to the City's new collection system on Maguire Road. The cost for this overflow connection is $863.23, with no adjustment in contract time. THE PRIDE OF WEST ORANGE c No. 4-B - Additional fittings for the water main replacement The original design called for "short body" couplings at the connections between the new ductile iron water main and the existing asbestos cement water main. The connections were to be made at existing pipe joints and the proposed couplings did not provide an adequate and tight connection between the two pipes; the major reason is the bevel on the asbestos cement pipe joint would not allow for a tight seat of the coupling gaskets. Staff, at the request of the Utility Department, changed to "long body" coupling which would span the bevel and provide a better connection. The repiping of Bryant Heating and Air Conditioning, Inc. domestic and fire service connections required additional fittings to complete. The need for the additional fittings was not discovered until the connection was excavated. Southland is only requesting reimbursement for material with no additional labor charges. The cost for these additional fittings and couplings is$712.85, with no adjustment in contract time. No. 4-C - Concrete cap over force main at Marshall Farms Road Upon excavation of the force main at the intersection of Marshall Farms and Maguire Roads it was discovered that the force main was not as deep as originally assumed when this project was designed. The force main is shallower than it should be and its alignment runs through the new landscaped areas at the intersection. To provide for future protection for the force main, staff decided it was more cost effective and less time consuming to place a concrete cap over the force main than to relay the pipeline. The four (4) inch concrete cap will provide a barrier against possible damage should any excavations he required in this area or a vehicular accident that would occur in this area and penetrate the ground surface. The concrete cap covers approximately 350 linear feet of the force main in the landscaped areas on both sides of the new intersection between Marshall Farms and Maguire Roads. The option of relaying the force main could cost approximately $15,000 and added at least one week to the construction schedule. The cost for the concrete cap is $1,864.00, with no adjustment in contract time. No. 4-D - SYSCO domestic and fire connections on Kissimmee Avenue The realignment of the new stormwater collection system cause by the conflict with the Sprint Telephone Company duct bank further caused a major conflict with the water mains serving SYSCO. The original design had a minor conflict between the stormwater pipeline and the water mains and was appropriately designed for a retrofit to alleviate the conflict. The realignment basically put the stormwater and water piping on the same horizontal plane and because of the size of the stormwater piping (34 x 53 HERCP), a simple solution was not available. Staff designed the new water main alignment to alleviate the conflicts with the stormwater pipeline and the telephone duct bank. The City provided assistance in this work item by stationing a truck and crew from the Fire Department at SYSCO's facility for possible fire pumping. The Utility Department provided temporary service for the residential customers which would be impacted by the disruption of service during the work. Engineering and Utility personnel were on site to operate our system and provide on the spot engineering as required. The new water main included a twelve inch main to cross Kissimmee Avenue to serve SYSCO for domestic and fire service, connections to the existing systems and the removal of the old asbestos cement piping. This work was accomplished at night to minimize the disruption of service to the residents and commercial businesses in the area and to significantly reduce the cost of this change order. The detour and temporary pavement were eliminated and the contractor was required to perform all the work within a twenty four hour period. The cost for the SYSCO water main is $11,401.53, with an increase of fourteen days on the contract time. No. 4-E - Adams Manufacturing, Inc. additional driveway and gate The agreement between the City and Adams Manufacturing, Inc. for the additional right-of-way on Kissimmee Avenue required the City to provide a second driveway for the facility and an additional gate for this driveway. These requirements were not included in the original design of this project because the agreement was not completely negotiated and executed until months after the start of construction. The cost for the additional driveway and gate for Adams Manufacturing is $2,798.23, with no increase in contract time. No. 4-F - Upgrade of sod at Marshall Farms Road The reconstructed area on the east side of the new intersection of Marshall Farms and Maguire Roads was to receive Bahai sod as a final landscaping as a part of this project. Mr. Tom Johnson, owner of Mader Southeast, Inc., requested that this area be landscaped with St. Augustine sod to match the sod for his facility. Mr. Johnson has agreed to pay for the increased cost and to be responsible for the mowing of this area. The cost for upgrade from Bahai to St. Augustine sod is $964.00, with no increase in contract time. The total cost for this change order is $18,603.84 with a time extension of fourteen days on the contract time. The dollars for this change order will come from the project's construction contingency. This change order amounts to approximately 1.60 percent of the original bid price of$1,163,718.10. The total cost for all change orders, to date, will transfer $105,329.34 from the construction contingency to Southland's contract. The $30,000 difference between the actual amount and the City's share is a reimbursement from Sprint Telephone Company. To date approximately 9.05 percent of the 10.0 percent construction contingency has been committed to the project. I recommend that the City Commission approve Change Order No. 4 with Southland Construction, Inc. by increasing the contract amount by $18,603.84, with an extension in contract time of fourteen days, and authorize the Mayor and City Clerk to execute Change Order No. 4. Attachment CHANGE ORDER NO. 4 CITY OF OCOEE STORY ROAD/KISSIMMEE AVENUE AND MAGUIRE ROAD/MARSHALL FARMS ROAD INTERSECTION IMPROVEMENTS PROJECT PROJECT NO. B-97-02 DATE: June 26, 1997 CONTRACTOR: SOUTHLAND CONSTRUCTION, INC. AGREEMENT DATE: DECEMBER 17, 1996 The following changes are hereby made to the CONTRACT DOCUMENTS. Original CONTRACT PRICE $1,163,718.10 Current CONTRACT PRICE ADJUSTED by previous CHANGE ORDER $1,280,443.60 Net Increase(Decrease) Resulting from this CHANGE ORDER $18,603.84 The current CONTRACT PRICE including this CHANGE ORDER $1,299,047.44 ORIGINAL CONTRACT TIME: 180 Consecutive Calendar Days from Notice to Proceed Date: July 25, 1997 Current CONTRACT TIME adjusted by previous CHANGE ORDERS Date: September 2, 1997 Net Increase Resulting from this CHANGE ORDER Days: 14 Current CONTRACT TIME Including this CHANGE ORDER Date: September 16, 1997 CHANGES ORDERED: I. GENERAL This change order is necessary to cover changes in the work to be performed under this Contract. The GENERAL CONDITIONS, SUPPLEMENTARY CONDITIONS,SPECIFICATIONS and all parts of the Project Manual listed in Article I,Definitions,of the GENERAL CONDITIONS apply to and govern all work under this change order. II. REQUIRED CHANCES Extension of Contract Time. By this change order Section 00500,Agreement Article 3 Contract Time shall be modified as follows: 3.1 will be amended to ready within 233 consecutive calendar days of the effective date of the Notice to Proceed. III. JUSTIFICATION Item 4-A. RFP No. 14. In this instance it became necessary to provide a connection for an existing 15"CMP that was not known to exist at the time plans were completed. $863.23 Item 4-B. REP No. 16 and RFI No. 9. The couplings that were included in the contract did not perform satisfactorily,and it was decided to use the longer couplings which provided a better finished product. $424.39 To install the water service at Sta. 18+67 Maguire Road, it was necessary to use additional fittings. $288.46 Item 4-C. REP No. 19. The force main in this area was installed fairly shallow and with the grade changes required to build the intersection it became necessary to install a concrete cap over the line to provide an additional measure of protection. $1,864.00. Item 4-1). RFP No. 20. This work was necessary in order to resolve a grade conflict between a new 34"x 53" storm line and an existing water line at Sta.32+38 Kissimmee Avenue. Contractor granted 14 additional days of contract time to include 10 days of additional general conditions and extended MOT. $11,401.53. Item 4-E. RFP No.21. This work provided a second driveway to this property on Kissimmee Avenue, i.e. Adam Manufacturing. These improvements are included in the settlement with the owner for additional right-of-way. $2,798.23. Item 4-F. RFP No. 22. The property owner at this location has volunteered to install irrigation in the right-of-way. Pay additional cost for St. Augustine versus Bahia sod and to maintain the irrigation and sod. The property owner will reimburse the city$964.00. IV. NARRATIVE OF NEGOTIATIONS Item 4-A. RFP 14. This item of work was originally priced at double this amount. The scope of work was more clearly defined and by reusing a piece pipe the cost was reduced to$863.23. Item 4-B. RFP No. 16 and RFI No. 9. These prices reflect the contractor's cost plus the allowable percentage of overhead and profit. Item 4-C. RFP No. 19. This price includes additional excavation to determine exact depth of force main grading. Changes required additional lay out and the furnishing and installation of the concrete cap. Item 4-D. RFP No.20. The scope of this work item was revised several times and the cost was eventually reduced to the$11,401.53 amount. Item 4-E. RFP No. 21. The majority of this work is by a sub-contractor with the general contractor's overhead and profit included as part of the total cost. Item 4-F. RFP No.22. The$964.00 additional cost will be paid by the property owner. V. PAYMENT Change Order Description Net Increase unit Unit Price Net Increase Item No. (Decrease)Quannb (Decrease)Price 4-A REP No. 14. 15"storm connection US $86323 +$863 23 4-B RFP No. 16&RFl No.9.Couplings and US $712.85 $71285 listings. 4-C RH'No. 19.Concrete cap grading revision. IlS $1,864.00 S1,864.00 4-1) REP No.20. 12"water line. US. $11,401.53 -411,40153 4E REP No.21. Second driveway. US $2,798.23 +$2,709.23 RFP No.22 964 sy $1.00 $96400_ Total Net Increase)Change Order No. 4 $18,603.84 VI. APPROVAL AND CHANGE AUTHORIZATION This proposed change to the Contract is to be approved by the Ocoee City Commission. Acknowledgements: The aforementioned change,and work affected thereby, is subject to all provisions of the original contract not specifically changed by this Change Order;and, It is expressly understood and agreed that the approval of the Change Order shall have no effect on the original contract other than matters expressly provided herein. CONTRACTOR acknowledges,by its execution and acceptance of this Change Order,that the adjustments in Contract Price and Time shown hereon constitute full and complete compensation and satisfaction for all costs and modifications of performance time incurred by the CONTRACTOR as a result of this Change Order. No other claim for increased costs of performance or modifications of time will be granted by the OWNER for the Work covered by this Change Order. The CONTRACTOR hereby waives and releases any further claims for cost or time against the OWNER arising from or relating to the matters or Work set forth or contemplated by this Change Order. Change(s)Ordered by: City of Ocoee RECOMMENDED BY: ACCEPTED BY: CITY OF OCOEE, FLORIDA SOUTHLAND CONSTRUCTION,INC. By: By: Signature Signature Date: _ Date: Title: Title: APPROVED BY: CITY OF OCOEE, FLORIDA Owner By: S. Scott Vandergrift, Mayor Date Attest_ lean Grafton,City Clerk FOR USE AND RELIANCE ONLY BY THE APPROVED BY THE OCOEE CITY CITY OF OCOEE,APPROVED AS TO FORM COMMISSION IN A MEETING HELD ON AND LEGALITY THIS DAY OF , 199 UNDER , 199 AGENDA ITEM NO. FOLEY& LARDNER By: City Attorney