Loading...
HomeMy WebLinkAboutVII (C) Approval of Change Order No. 3 with Ryan, Inc. Eastern Ayenda 5-15-2001 lten, Vs C "CENTER OF GOOD LIVING-PRIDE OF IVLSI ORANGE" MAYOR.COMMSLONH Ocoee S. SCO II VANDI:RGRIPI O\ 4% a CITY OF OCOEE �o��M�es��N�Re �� ' - DANNY IIOW :L1. Q 150 N. LAKIiSHORE DRIVII p SCOTT A DER ON OCOEE, Il.oRlDn 34761?258 r� AN YIOIINS E b> " ,�2T (407)905-3100 NANCY L PARKER Ot Gast Arnur.Ciry Mnrvnccx JIM GLEASON MEMORANDUM DATE: April 30, 2001 TO: The Honorable Mayor and Board of City Commissioners FROM: James W. Shira, P.E., City Engineer/Utilities Director, SUBJECT: Maguire Road - Change Order #3 Attached for your review and action is Change Order #3 for the Maguire Road widening project. This Change Order covers nine different items, but you are being asked to act on only seven of those for reasons which are explained below. On the second, third and fourth pages of the Change Order packet you will find a detailed description of each of the nine items as well as a narrative which describes what work was involved and why. During the course of construction, it became apparent that a design error existed in the drawings. The error was related to the placement of the piling for the new bridge abutment, and PEC has acknowledged that any additional costs due to the error are their responsibility. The design error resulted in several pilings being installed approximately one foot from the intended position. This situation was analyzed, and a corrective measure was developed which resulted in additional abutment steel and concrete being required. These additional quantities are shown in this Change Order as items 3-6 and 3-7, with a combined value of $5,754.24. Until we are sure that this is the total additional cost associated with the design error, we are not proposing to pay for this additional work. I have spoken with Mr. Ken Hooper, vice-president of PEC, and he has assured me that PEC has every intention of paying for all expenses related to the design error, thus none of the additional costs associated with this error will come ___ out of the City's pocket. The contractor will be fully compensated for this a.i' 'onal work in a future Change Order, after a final determination of cost has been mane. - ' / 1 POW I4ntect m:ueas vhnr;r Remrrcas As we discussed prior to beginning the project, we are approving changes in the field in order to avoid delay claims by the contractor. As with prior Change Orders, we are grouping several changes together and are bringing these items to your attention as Change Order #3. In this way, we can keep the project moving and also keep you informed as to the status of the project. To date, total change order costs are less than 2% of the original contract amount. If you have any questions on these items that you would like to discuss prior to the meeting, please feel free to call. I recommend that the City Commission authorize the Mayor and City Clerk to execute Change Order No. 3 in the modified amount of $85,733.94. JWS/jbw Attachment POW ecQect oroee Waler Pesclucvc co. CITY OF OCOEE Enginenth L Ulililies �c 150 North Lakeshore Drive V Ocoee. Florida 34 7 61-22 5 8 or cooeS CHANGE ORDER NO. 03 CITY OF OCOEE PROJECT NO.: na 454 a 0 T�" DATE: A "t 25 2001 CONTRACTOR: RxA ' IN S— AGREEMENT DATE: June 6 2090 The following changes are hereby made to the CONTRACT DOCUMENTS. 4962k2086F Original CONTRACT PRICE Current CONTRACT PRICE ADJUSTED by pr evious CHANGE ORDER 19 716 515 13 e 9148, IR Net Increase Resulting from this CHANGE ORDER The current CONTRACT PRICE including this CHANGE ORDER S9 SOR.00116 ORIGINAL CONTRACT TIME: 73QConsecutive Calendar Days from Notice to Proceed Date: Aug 7 2002 Current CONTRACT TIME adjusted by previous CHANGE ORDERS Date:August 7 7002 Net Increase Resulting from this CHANGE ORDER Days: 0 Current CON[TtACT TIME Including this CHANGE ORDER Date:A 1 9 2n02 k\const\oc\oe-35l\coW003C0-i xyd CHANGES ORDERED: GENERAL This change order is necessary to cover changes in the work to be performed under this Contract. The GENERAL CONDITION,SUPPLEMENTARY CONDITIONS, SPECIFICATIONS and all parts of the Project Manual listed in Article 1,Definitions,of the GENERAL CONDITIONS apply to and govern all work under this change order. IL REQUIRED CHANGES 3-I U.51-2"Reclaimed Water Blow-off(7 EA). 3-2 U.52- 16"Reclaimed Water Main Conflict Transition(4 EA). 3-3 U.53-24"Reclaimed Water Main(LS). 3-4 U.54-Furnish and Install 24"Gate Valve and Box(1 EA). 3-5 U-55-Re-alignment of Water Main at Station 459+55,left(LS). 3-6 400-2-5 -Increase in quantity due to Modification in Abutments for Class II Concrete(Substructure)(8.18 CY). 3-7 415-1-5 -Increase in quantity due to Modification in Abutments for Reinforcing Steel(Substructure)(2,476 LB). 3-8 U.56- 12"Water Main extension/conflict transition(LS). 3-9 U.57-Remove and dispose existing Consery II concrete cap at the intersection of Maguire and Roberson(100 SY). III. JUSTIFICATION 3-1 L1.51 -2"Reclaimed Water Blow-off. The Reclaimed Water Blow-offs are required as part of future irrigation systems for Maguire Road Segment 1 Median's Irrigation System. 3-2 U.52- 16"Reclaimed Water Main Conflict Transition. Required to accommodate installation of Maguire Road Segment 1, FPC installed Lighting System. 3-3 U.53-24"Reclaimed Water Main. Required as part of connection to proposed future pump station site. 3-4 U.54-Furnish and Install 24"Gate Valve and Box. Required as part of connection to proposed future pump station site. 3-5 U-55-Re-alignment of Water Main at Station 459+55, left. During exploratory excavations to determine requirements of Water Main connection, it was discovered that the Jack and Bore casing shown at this particular crossing connection extended 6'f farther to the west than was indicated by the plans. Rather than cut the casing to make the required connection which would result in a considerable cost in time,it was decided to modify the required connection and re-align the 16"Water Main as to accommodate this connection. 3-6 Modification required due to improper coordination between Pile Installation Plan versus Substructure Abutment Plan. 3-7 Modification required due to improper coordination between Pile Installation Plan versus Substructure Abutment Plan. 3-8 U.56-Water Main extension pursuant to Owner request. Water Main extended so that terminal end would fall behind proposed sidewalk rather that in the new pavement at the intersection of Maguire and Roberson. 3-9 U.57-Concrete cap removal required to allow construction of new roadway. k Pcans(\oebe-353boV1003CO¢wpd IV. NARRATIVE OF NEGOTIATIONS 3-1 U.51 -2"Reclaimed Water Blow-off. On March 20,2001, PEC issued RFP#06. On March 22, 2001, Ryan submitted CPS #06 at a total cost of$13,322.64, Negotiations on March 22, 2001,showed that the costs provided to be in question and Ryan was requested to revise and resubmit proposal. On April 10, 2001, Ryan resubmitted CPS#06,at a total cost of$13,991.23, During negotiations of April 13,2001,and April 17, 2001, the total cost was revised at$12,611.20 with no extension in Contract Time. On April 18, 2001, PEC recommended to the Owner's Engineering Staff acceptance of the Contractor's proposal. On April 23,2001,the Owner's Engineering Staff accepted the Contractor's proposal for recommendation to the City Council, 3-2 U.52- 16"Reclaimed Water Main Conflict Transition.As a result of the relocation of the 16" RWM into the Southbound Lanes of Maguire Road four(4)new 16"RWM Conflict Transitions were created. On March 20,2001, PEC issued RFP#06. Negotiations on March 22,2001,showed that the costs provided$25,483.11 to be in question and Ryan was requested to revise and resubmit proposal. On April 10,2001,Ryan resubmitted CPS#06,at a total cost of$20,845.45. During negotiations of April 13,2001,and April 17, 2001, the total cost was revised to $19,005.16 with no extension in Contract Time. On April 18,2001,PEC reconunended to the Owner's Engineering Staff acceptance of the Contractor's proposal. On April 23,2001,the Owner's Engineering Staff accepted the Contractor's proposal for recommendation to the City Council. 3-3 U.53 -24"Reclaimed Water Main.24"Reclaimed Water Main Pipe Extension/Conflict Transition. On March 20, 2001,PEC issued RFP#06. Negotiations on March 22, 2001,showed that the costs provided$43,787.50 to be in question and Ryan was requested to review and resubmit proposal. On April 10,2001,Ryan resubmitted CPS#06 at a total cost of$35,338.56. During negotiations on April 13,2001,and April 17,200,the total cost was revised to $31,124.39 with no extension in Contract Time. On April 18,2001,PEC recommended to the Owner's Engineering Staff acceptance of the Contractor's proposal. On April 23,2001,the Owner's Engineering Staff accepted the Contractor's proposal for recommendation to the City Council. 3-4 U.54-Furnish and Install 24"Gate Valve and Box.On March 20, 2001,PEC issued RFP#06. Negotiations on March 22,2001,showed that the costs provided$13,481.78 to be in question and Ryan was requested to revise and resubmit proposal. On April 10,2001,Ryan resubmitted CPS#06 at a total cost of$13,684.02. During negotiations of April 13,2001,and April 17,2001,the total cost was revised to$13,223.97 with no extension in Contract Time. On April 18,2001,PEC recommended to the Owner's Engineering Staff acceptance of the Contractor's proposal. On April 23,2001,the Owner's Engineering Staff accepted the Contractor's proposal for recommendation to the City Council. 3-5 U.55 -Re-alignment of Water Main at Station 459+55,Left. Field Order#04 was issued on January 22, 2001. The Contractor submitted cost information in reference to this Field Order on February 14,2001. The additional cost detailed totaled S8,614.53. During negoitation after progress meeting on March 27, 2001 the total cost was revised to$1,800.00 and no extension of Contract Time. On April 04,2001,PEC made recommendation to the Owner's Engineering Staff of acceptance of this additional cost for pipe re-alignment at$1,800.00 at no extension of Contract Time. On April 09,2001,the Owner's Engineering Staff accepted Contractor's proposal for recommendation to City Council. 3-6 400-2-5 -Increase in quantity due to Modification in Abutments for Class II Concrete(Substructure). On March 20, 2001,PEC was informed by telephone conversation that an apparent problem existed between the Pile Installation Plan and the Substructure Abutment Plan. On March 21,2001,PLC received written correspondence from the Contractor addressing this issue(See enclosed). On April 02,2001,FO#09 was issued. On April 09, 2001,the Contractor accepted the established Contract Unit Price for additional work proposed. 3-7 415-1-5 -Increase in quantity due to Modification in Abutments for Reinforcing Steel(Substructure). On March 20,2001,PEC was informed by telephone conversation that an apparent problem existed between the Pile Installation Plan and the Substructure Abutment Plan. On March 21,2001,PLC received written correspondence from the Contractor addressing this issue(See enclosed). On March 23,2001,the Contractor provided requested record drawing information with respect to the actual location of piles as installed(see enclosed). On April 02, 2001,FO#09 was issued. On April 09, 2001,the Contractor accepted the established Contract Unit Price for additional work proposed. 3-8 U.56-On March 2,2001, PEC issued REP#08. On April 10,2001,Ryan resubmitted CPS #08 at a total cost of $4,572.31 and at no extension of Contract Time. During negotiations on April 13, 2001,and April 17,200,the total cost was revised to$4020.22 and at no extension in Contract Time. On April 18,2001, PEC recommended to the Owner's Engineering Staff acceptance of the Contractor's revised proposal. On April 23,2001,the Owner's Engineering Staff accepted the Contractor's revised proposal for recommendation to the City Council. k\const\oe\oc-353\co\5003C0-xssyd 3-9 U.57-On April 9,2001,PEC issued RFP#12. On April 11, 2001, Ryan resubmitted CPS#12 at a total cost of $4,584.27 and unit cost of$45.84/SY and at no extension of Contract Time. During negotiations on April 13,2001, and April 17,200,the total cost was revised to$3,949.00 and unit cost of$39.49/SY and at no extension in Contract Time. On April 18,2001,PEC recommended to the Owner's Engineering Staff acceptance of the Contractor's revised proposal. On April 23,2001,the Owner's Engineering Staff accepted the Contractor's revised proposal for recommendation to the City Council. V. PAYMENT Change Description Net Increase Unit Unit Price Nee crease Order Item Quantity No. FA $1,80160 $12,611.20 3-1 U-51 -2"Reclaimed Water Blow-off 7 3-2 U-52-16"Reclaimed Water Main Conflict 4 EA $4,751.79 $19,005.16 Transition 3-3 U-53-24"Reclaimed Water Main ALL LS $31,124.39 531,12439 3-4 U-54-Furnish and Install 24"Gate Valve 1 LA $13,223.97 $13,22397 Box 3-5 U-55-Re-alignment of Water Main at ALL LS $1,800.00 $1,80000 Station 459+55,Left 3-6 400-2-5-Increase in quantity due to 8.18 CY $540.00 $4,417.20 Modification in Abutments for Class II Concrete(Substructure). l-] 41Modification iicaionrin se in AumentsodRein 2,476 LB 50.54 S1,337.04 Modification in Abutments for Reinforcing Steel(Substructure). 3-8 U-56-I2"Water Main Conflict Transition All LS $4,02022 $4,020.22 Station 431+50,Right 3-9 Cons ry IRemove ed Disposeatthe Existinge 100 SY $39.49 53,949 00 Consery II Concrete Cap at the Intersection of Maguire and Roberson $91,486.18 Total Net Increase Change Order No.03 ticonstloeloe-353\co\#003CO-mvpd