HomeMy WebLinkAboutIII (G) Approval and Authorization for Mayor and City Clerk to Execute Change Order No. 1 and Final for Reflections Subdivision Groundwater Seepage Improvements Agenda II-19-2002
Centel of Good Li Item 111 G
S.oe .. __Mayor , Commissioners
S. Scott Vandergrift Danny Howell, District 1
p�(� r Scott Anderson, District 2
City Manager ! ')�y M 1 Rusty Johnson, District 3
Jim Gleason �, ' 999��/////���. �MMM_e/ 7 Nancy J. Parker, District 4
MEMORANDUM
DATE: November 8, 2002
TO: The Honorable Mayor and Board of City Commissioners
FROM: David A. Wheeler, P.E.
Director of Public Works
SUBJECT: Reflection Subdivision Groundwater Seepage Improvements Project
Change Order No. I and Final
With
Schuller Contractors,Inc.
Attached for your review is Change Order Request No. 1 on the Reflection Subdivision
Groundwater Seepage Improvements Project with Schuller Contractors, Inc. This change order
request was initiated by City Staff to adjust unit quantities on a few construction items and resolve a
existing utility conflict issue that lengthened the contractors schedule. The project included the
installation of underdrains on Cool Springs Circle and Sparkling Water Road.
In all unit price construction projects, a change order is required to adjust quantities from the
estimated contract amount to the actual installed amount and adjust the associated costs to perform
that work, to make them equal so that the contract is 100% complete and does not appear as if there
is still work to be performed. This change order is performing that task of adjusting quantities and
final the contract between the City and Schuller Contractors, Inc.
There were 18 items of work required under this contract on this project. There were no work items
that were over the estimated contract quantity and 3 work items that were under the estimated
contract quantity which had a value of$3,701.17 to the City.
At the Pre-construction conference, Schuller submitted a work schedule that showed that they would
complete the underdrain installation in one week. Because of the size the underdrain envelope and
the location of existing utilities, including the City's water main, Schuller was not able to meet the
proposed schedule. They were required to perform hand excavation around some portions of the gas
main that was not exactly where it had been shown on the drawings. Utility locates are only
accurate to two feet left or right of the actual location. The existing utilities were not excavated to
verify location, this is not a standard practice. The actual installation took over two weeks. The
City of Ocoee• 150 N Lakeshore Drive•Ocoee. Florida 3476]
phone:(407)905-3100• fax: (407)656-8504•www.ci.ococc flus
contractor only requested one additional week of equipment and labor. The cost of this additional
work is $8,003.71, with no adjustment in contract time.
The attachment is a copy of Change Order No. 1, which is the final change order for this project.
The original construction contract cost was $55,436.32. This change order increased the contract
amount by $4,302.54, to a final contract amount of$59,738 86. The overall contingency usage was
7.76%of the original construction cost. This contract increase will be paid for out of the Stormwater
Capital Fund, which is the funding source for the entire project.
I recommend that the City Commission approve Change Order No. 1 with Schuller Contractors, Inc.
by increasing the contract amount by $4,302.54, with no extension in contract time, and authorize
the Mayor and City Clerk to execute Change Order No. 1.
Attachment
1) Change Order No. I
DAW/jbw
Ocoee CITY OF OCOEE
Engineering/Utilities
6 pa ,o 150 North Lakeshore Drive
?/ Ocoee, Florida 34761-2258
CHANGE ORDER NO. #1
CITY OF OCOEE
Reflections Subdivision Groundwater Seepage Improvements
DATE: October 30,2002 CONTRACTOR:Schuller Contractors, Inc.
AGREEMENT DATE: May 15,2001
The following changes are hereby made to the CONTRACT DOCUMENTS,
Original CONTRACT PRICE $ 55,436.32
Current CONTRACT PRICE ADJUSTED by previous CHANGE ORDER S 55,436,32
Net Increase Resulting from this CHANGE ORDER $ 4,30254
The current CONTRACT PRICE including this CHANGE ORDER $ 59,738.86
ORIGINAL CONTRACT TIME:
90 Consecutive Calendar Days from Notice to Proceed Date: October I, 2001
Current CONTRACT TIME adjusted by previous CHANGE ORDERS Date: October I, 2001
Net Increase Resulting from this CHANGE ORDER Days: 0 Days
Current CONTRACT TIME Including this CI IANGE ORDER Date: October 1, 2001
00842-I
CHANGES ORDERED:
I. 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 I, Definitions. of the GENERAL CONDITIONS apply to and govern all work
under this change order.
II. REQUIRED CHANGES
Item A: Deleted pay item 2d—Remove and Replace Landscaping in ROW.
Item B: Reduce pay item 4—Construction Permit Allowance.
Item C: Reduce pay item 10- Remove and Replace Concrete Sidewalks
Item D: Additional cost due to working around existing utilities which were near the underdrain envelope
III. JUSTIFICATION
Item A: The extra landscaping in place at the time of the design had already been removed by the home owners.
Item B: Reduced to actual permit cost from Ocoee Building Department.
Item C: Reduced to actual quantity installed.
Item D: The existing gas main and water main were in close proximity to the location of the underdrain envelope(3
foot by 3 foot cross section). In many places the underdrain installation required hard excavation and physically
holding the other utilities out of the way while the underdrain was installed. The original work schedule showed one
week of underdrain installation and the actual installation was over two weeks.
IV. NARRATIVE OF NEGOTIATIONS
Item A, R,& C: Prices were per the bid prices.
Item D: Price was negotiated.
V. PAYMENT
Change Order Description Net Increase Unit Unit Price Net Increase
Item Nn. (Ikcreasc)Quantity (Decrease)Price
Item A Delete Remove it Replace Landscaping I S I 21161 90 (21161 90)
Item 10 Reduce Construction Permit Allowance IS I 345.25 (3452)
Item C Reduce Remove k Replace Concrete SY 40.35 32(17 (1294.(12)
Driveways
Item I) Additional cost ler working around existing IS I X.(103]1 8.002.7I
utilities
'final Net Increase Change Order No. XI $4,3t)254
VI. APPROVAL AND CHANCE AUTHORIZATION
00842-2
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 elect 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
RECOMMENDED BY: ACCEPTED BY:
CITY OF OCOEE,FLORIDA SCHULLER CONTRACTORS, INC.
By: By:
Signature Signature
Date: Date:
title: Title'
APPROVED BY:
CITY OF OCOEE, FLORIDA
By:
S. Scott Vandergri R, Mayor Date
Attest:
.lean Grafton,City Clerk
FOR USE AND RELIANCE ONLY BY TIIE APPROVED BY THE OCOEE CITY
CITY OF OCOEE, APPROVED AS TO FORM COMMISSION IN A MEETING I IELD ON
AND LEGALITY THIS DAY OF .2002 UNDER
,2002. AGENDA ITEM NO.
FOLIEY &LARDNER
By:
City Attorney
00842-3
Contract Amounts Change Order No. 1 Adjustments Final Adjusted Quantities
Item No. Description Quantity Unit Unit Price Total Price Quantity Unit Unit Price Total Price Quantity Unit Unit Price Total Price
1 Mobilization,Demobilization. Bonds,and Permits 1 LS $1 762.54 $1 76254 $0.00 1 LS $1 76254 $1,762.54
2 General Requirements-Division 1 1 LS $2,551.22 82,561 22 $000 1 LS $2,561.22 $2,561.22
a. Color Audio-Video Preconstruction Record 1 LS $572.75 $57275 $0.00 1 LS $572 75 $572.75
b. Field Engineering and Exploratory Excavation 1 LS $572.75 $572.75 $000 1 LS $57275 $57275
c. Utility Coordination 1 LS $572.75 $572.75 1 LS $572.75 $57275
d. Removal and Replace Landscaping in ROW 1 LS $2,061 90 $2,061.90 1 LS -$2051.90 -$2,061.90 1 LS $0.00 $000
e Record Drawing Preparation 1 LS $2.06190 $2,061.90 $0.00 I LS $2,061.90 $206190
f Traffic Control and Signage 1 LS $2,863 75 $2,863.75 1 LS $2,863.75 $2,863.75
3 Indemnification 1 LS $1,145.50 $1,14550 $0.00 1 LS $1,145.50 $1,145 50
4 Construction Permits Allowance 1 ALL. $572.75 $57275 1 ALL. -$345.25 -$345.25 1 ALL. $227.50 $22750
5 Clearing and Grubbing 1 LS $2,291.00 $2.291.00 $000 1 LS $2,291 00 $2,291.00
6 Furnish,Install Maintain&Remove Silt Fence 435 LF $2.29 $996.15 $000 435 LF $229 $996.15
7 Install 6 inch diameter Underdrain System 1,245 LF $20.62 $25.671.90 $000 1,245 LF $2062 $25,671.90
8 Connect Underdrain to Existing Drainage Structures 14 EA $57.28 $801.92 $000 14 EA $57.28 $801.92
9 Remove&Replace Concrete Driveways 133 SY $34.37 $4,571.21 $0.00 133 EA $34.37 $4571.21
Allowance for Removing& Replacing Concrete
10 Sidewalk 50 SY $32.07 $1,603.50 -40.35 SY $32.07 -$1,294.02 9.65 SY $32.07 $309.45
11 Remove&Replace Sod 1000 SY $2.29 $2,290.00 $0.00 1,000 LF $2.29 $2,290.00
12 Work not included but required, Etc. 1 LS $2.46283 $2,462.83 $0.00 1 EA $2,462.83 $2462.83
$55 436.32 -53.701.17 $51 735.15
Additional Work Because of Conflicts with Existing
Utilities $8,003.71
Total Construction Cost $59,738.86
���l_1 i.�chuller
(, G Contractors Incorporated
October 22, 2001
David A. Wheeler, P.E.
Assistant City Engineer/Utilities Director
City of Ocoee Florida
150 Lakeshore Drive
Ocoee,Florida 34761
RE: Reflections Subdivision Groundwater Seepage Improvements
Dear Mr. Wheeler,
As I am sure that you are aware Schuller Contractors Incorporated is encountering
conflicts with numerous utilities on the above referenced project. These conflicts,particularly
with regards to the gas line,are delaying our progress on the project. The project plans do not
show the conflict and in fact indicate that the existing gas line was not going to interfere with
our installation of the underdrain. We are currently hand digging and moving the gas line in
order to install the underdrain. This is not a part of our contract with the City.
It is not the responsibility of Schuller Contractors Incorporated to relocate the existing
utilities which conflict with the underdrain installation. Your office needs to immediately
address this issue or we will be forced to demobilize from the project until these issues can be
resolved.
We look forward to hearing from you. Should you have any questions regarding this
issue do not hesitate to contact me.
Sincerely,
Tim Schuller
President
/TS
Att.
8046A Presidents Drive,Orlando,Florida 32809 407/855-55I2 407/85554922
,„ �huller
GContractors Incorporated
October 24, 2001
David A. Wheeler, P.E.
Assistant City Engineer/Utilities Director
City of Ocoee Florida
150 Lakeshore Drive
Ocoee,Florida 34761
RE: Reflections Subdivision Groundwater Seepage Improvements
Dear Mr. Wheeler,
We believe that the additional time that the utility conflicts have cost our company is
$8,003.71. The cost breakdown is as follows:
Supervisor @ $15.00/hr 45hrs/wk +benefits = $ 926.25/wk
Pipe Layer @ $12.00/hr 45hrs/wk +benefits = $ 741.00/wk
3 Laborers @ $10.00/hr 45hrs/wk +benefits = $1,852.00/wk
Loader @ $42.00/hr 40hrs/wk = $1,890.00/wk
Backhoe @ $30.00/hr 40hrs/wk = $1,350.00/wk
Truck Rental _ $ 200.00/wk
$6,959.75/wk
+15%oh & profit
= $8,003.71
Thank you for your swift attention to this issue.
Sincerely,
Tim Schuller
President
ITS
Att.
11046A Presidents Drive,Orlando,Florida 32809 407/855-5572 407/855-1922