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