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