HomeMy WebLinkAboutItem 07 Approval of Change Order No 1 for Contract ITB #20-011 with CFE: W Oakland Ave & N Cumberland Ave Reconstruction Phase 1 & Lakewood Ave and E Oakland Ave Reconstruction Phase 1 Ocoee
florida
AGENDA ITEM COVER
Meeting Date: February 15, 2022
Item #
Reviewed By:
Contact Name: Milen Womack, Department-Director:
Contact Number: 6013 City Manager:
Subject: Approval of Change.Order No. 1 for Contract ITB #20-011 with CF : W. Oakland
Avenue and N. Cumberland Avenue Reconstruction.Phase-1-and.Lakewood Avenue•and E.
Oakland Avenue Reconstruction.
Commissioner Wilsen, District 2.
Background Summary:
The City Commission awarded the construction contract for improvements on E Oakland Ave and N
Lakewood Ave at the October 20, 2020 meeting to CFE Construction. During construction, CFE
identified unsuitable clayey soils under the existing roadway on E Oakland Ave and N Lakewood Ave.
This clayey soil would not be compatible with the original roadway subsurface design, and would
produce unwanted settling of the proposed brick roadway and parking stalls over time. Public Works
Staff worked with a :professional geotechnical engineer to determine the most cost-effective solution to
deal with the existing unsuitable soils. Three feet of the unsuitable soils will be removed and replaced
with layers of geogrid mat, clean fill, and additional crushed concrete road base material to stabilize the
new roadway over the remaining deep clayey soils.
This change order includes the costs to remove the three feet of the:unsuitable soils and to replace the
clayey soil with a geogrid mat, clean fill, and additional crushed concrete base material.: The change
order costs also include the trucking costs to transport the removed soils and to import the-clean fill.
An additional: 153 calendar days are required due to :the delay caused by the subsurface soil
investigation and for other prior delays due to a utility conflict that will be brought forward in a separate
change order. The cost of this change order is $288,574.73, which will bring the total cost of the
contract to $1,544,720.73, with the change order to be funded from the project budget. Public Works
recommends approval of Change Order No. 01.
Issue:
Public Works request: the City Commission to approve and sign the,W. Oakland Avenue and N.
Cumberland Avenue Reconstruction: Phase 1 and Lakewood Avenue and E. Oakland Avenue
Reconstruction Change Order No. 01.
Recommendations:
Public Works request the City Commission to approve and execute Change Order No. 01 for Contract
ITB #20-011 with CFE: W. Oakland Avenue and N. Cumberland Avenue Reconstruction Phase 1 and
Lakewood Avenue and E. Oakland Avenue Reconstruction:
Attachments:
W. Oakland Avenue and N. Cumberland Avenue Reconstruction Phase 1 and Lakewood Avenue and E.
Oakland:Avenue Reconstruction Change Order No. 01.
Financial.Impact:.
The available funding for the contract increase of Two Hundred Eighty-Eight Thousand Five Hundred
Seventy-Four:and 73/100 Dollars ($288,574.73) comes from the existing job fund (Job Number
18802).
Type of Item: (please mark with an x) _
Public Hearing Fk.Clerks Dept Use
Ordinance First.Reading Consent Agenda
Ordinance Second.Reading Public Hearing
Resolution . Regular Agenda._. : :w _
X Commission Approval
Discussion& Direction
Original Document/Contract Attached for Execution by City Clerk
Original Document/Contract.Held by Department for Execution
Reviewed by City Attorney N/A
Reviewed by Finance Dept. koos o o, N/A
Review ed by ( ) N/A.
2
ocoee
florid a
CITY OF OCOEE
150 North Lakeshore Drive
Ocoee,Florida 34761
*This Change Order Requires Action by the City Commission*
W. OAKLAND AVE AND N. CUMBERLAND AVE RECONSTRUCTION—PHASE 1
AND LAKEWOOD AVE.AND E. OAKLAND AVE. RECONSTRUCTION
CHANGE ORDER NO. 01
DATE: PURCHASE ORDER: 1427278
The following changes are hereby made to the CONTRACT DOCUMENTS.
Original CONTRACT PRICE $1,256,146.69
Current CONTRACT PRICE ADJUSTED by previous CHANGE ORDERS $1,256,146.69
Net Increase (Decrease)Resulting from this CHANGE ORDER $288,574.73
The current CONTRACT PRICE including this CHANGE ORDER $1,544720.73
Original CONTRACT COMPLETION DATE: 10/29/2021
Current CONTRACT COMPLETION DATE adjusted by previous
CHANGE ORDERS 10/29/21
Net Increase Resulting from this CHANGE ORDER 153 Days
Current CONTRACT COMPLETION DA 1'h including this
CHANGE ORDER 3/31/22
W. Oakland Ave And N. Cumberland Ave Reconstruction—Phase 1 And Lakewood Ave.And E.
Oakland Ave.Reconstruction, Change Order#01 1
•
CHANGES ORDERED:
I. REQUIRED CHANGES
The original contract price needs to be revised. The contract price change is required for a
change in the roadway subsurface design due to the discovery of unsuitable existing soils. The
changes in total amount to $288,574.73. This change order request changes to the final
completion date.
II. JUSTIFICATION
During construction,unsuitable clayey soils were discovered under the existing roadway on E
Oakland Ave and N Lakewood Ave. This clayey soil would not be compatible with the original
roadway subsurface design, and would produce unwanted settling of the proposed brick roadway
and parking stalls over time.Public Works Staff worked with a professional geotechnical
engineer to determine the most cost-effective solution to deal with the existing unsuitable soils.
Three feet of the unsuitable soils will be removed and replaced with a geogrid material, clean fill,
and additional crushed concrete road base material. The geogrid material will help stabilize the
proposed roadway over the remaining deep clayey soils.
This change order includes the costs to remove the three feet of the unsuitable soils and to
replace the clayey soil with a geogrid material, clean fill, and additional crushed concrete base
material. The change order costs also include the trucking costs to transport the removed soils
and to import the clean fill.Additional time will be added to the contract for the subsurface
investigation time and for other prior delays due to a utility conflict that will be brought forward
in a separate change order.
III. NARRATIVE OF NEGOTIATIONS
Public Works negotiated with CFE Corporation to determine the scope and cost of various
alternatives of the roadway cross-sections redesign and agreed to the fmal change order amount.
IV. PAYMENT
In accordance with the contract.
V. APPROVAL AND CHANGE AUTHORIZATION
The original project and funding allocation was established by issuance of a CITY purchase
order, subject to the terms and conditions contained in the CITY's solicitation,Project Manual,
Drawings, Specifications, and/or the CONTRACTOR's service and price proposal,which
collectively form the terms of an agreement between the CITY and the CONTRACTOR for the
performance of the Work. This proposed change to the agreement requires approval by the City
Commission under the CITY's Purchasing Rules and Regulations and is consistent with any
prior action by the City Commission to award the Work to the CONTRACTOR.It is expressly
W. Oakland Ave And N. Cumberland Ave Reconstruction—Phase 1 And Lakewood Ave.And E.
Oakland Ave.Reconstruction, Change Order#01 2
understood and agreed that the approval of the Change Order shall have no effect on the original
agreement 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 CITY for the Work covered by this
Change Order. The CONTRACTOR hereby waives and releases any further claims for cost or
time against the CITY arising from or relating to the matters or Work set forth or contemplated
by this Change Order.
[Balance of this page was left blank intentionally]
W. Oakland Ave And N. Cumberland Ave Reconstruction—Phase 1 And Lakewood Ave.And E.
Oakland Ave.Reconstruction, Change Order#01 3
RECOMMENDED BY: ACCEPTED BY:
CITY OF OCOEEr FLORIDA CFE Corporation
By:_,,.,__--'4, ,
(— By: iiir ,Signature ature
Date: 2— 7— 7'7 Date: 02/07/2022
Title: 43, �� Title: President
APPROVED BY:
CITY OF OCOEE,FLORIDA
By: Date:
Rusty Johnson, Mayor
Attest:
Melanie Sibbitt, City Clerk
FOR USE AND RELIANCE ONLY BY THE APPROVED BY THE CITY OF OCOEE
CITY OF OCOEE,APPROVED AS TO FORM COMMISSION IN A MEETING HELD ON
AND LEGALITY THIS DAY OF ,20 UNDER
,20 AGENDA ITEM NO. .
By:
City Attorney
•
W. Oakland Ave And N. Cumberland Ave Reconstruction—Phase 1 And Lakewood Ave.And E.
Oakland Ave.Reconstruction, Change Order#01 4
OPTION 2R WITH Tensar Triax TX7 geo grid
C PE CHANGE ORDER PROPOSAL revised 1/28/2022
RPOiiATON
RE: Subsoil excavation remove& replace on East Oakland Ave. DATE 1/21/2022
# DESCRIPTION
1 Scope of Change:
2 CFE RFI#8 regarding unknown unforseen gumbo clay under roadway dated 12-3-2021. City reply with instruction to follow
3 Intertek PSI Geotechnical Eng.January 5,2022 report with instructions to " Remove unsuitable clay from surface to a depth of
4 48"below grade.Replace with clean fill and compact in 12"lifts to 98%ASTM D-1557. Delet 12"stabilization and add 6"crush
5 concrete road base compacted to ASTM D-1557. The area encompasses Lakewood Ave STA 206+37 to 200+57 by a 30'width.
6
7 Intertek PSI Geotechnical Eng.January 5,2022 reports a 3.2'water table. Dewatering necessary to gain compaction. Unsuitable
8 material as described in Section 8.03 and disposal as described in Section 7.03 of conformed specifications. Import A-3 type fill
9 from Mid Florida Matls. ,will be used for backfill.
10
11
12
13 MATERIALS TOTAL NOTES
14 FABRIC WITH 2'OVER LAP$14,479.28 incl tax $ 57,687.11
15 Disposal MidFlorida $13,207.05 Tax 6.0% $ - $4.05 cy x 3261 cy
16 Road Base 706 ton x$19.08=$13470.48 Surtax 1.0% $ - credit($464.09)
17 Acme 80 d x$65.65 pd=$5252.00 Markup 15.0% $ 8,653.07
18 Acme 12-3-2021/2-12-22 x$65.65 pd=73 days$4792.45 I MATERIALS TOTAL $ 66,340.18
19 MidFlorida Import 1400 cy x$4.35+6.5%tax=$6485.85
20 LABOR I HRS I TOTAL
21 I 490 $ 53,302.00
22 Markup 15.0% $ 7,995.30
23 I LABOR TOTAL $ 61,297.30
24
25 TOOLS&EQUIPMENT TOTAL
26 incl tax $ 55,956.55
27 Tax 6.0% $ -
28 Surtax 1.0% $ 559.57
29 Markup 15.0% $ 8,393.48
30 TOOLS&EQUIP TOTAL $ 64,909.60
31
32 SUBCONTRACTS INV# TOTAL INV TOTAL
33 Star Trucking 3 trucks hauling 9 hr per day $ 70.00 834 $ 58,380.00 756 hrs X$70
34 tolls $ 5.00 201 $ 1,005.00 201 Ids X$5.00
35 Sunbelt Rental dewatering 2 month 60 days $ 645.57 60 $ 38,734.20 haul off and import
36 Subtotal $ 98,119.20 fill and road base
37 Markup 10.0% $ 9,811.92 1400 cy import from
38 SUBCONTRACTS TOTAL $ 107,931.12 Mid Fl=78 Ids
39 OTHER QTY I REF TOTAL x 1 hr load backhaul
40 Extended Project 0/H 0 Days x cost per day 756 hrs+78 hrs=834 hrs
41 Add!Insurance 1.5% L+T&E+S $234,138.02 $ 4,507.17 AUTO,PROP&LIAB.
42 Add'IBond 2.0% M+L+T&E+S $300,478.19 $ 6,009.56
43 Subtotal $ 10,516.74
44 Markup 0.0% $ -
45 OTHER TOTAL $ 10,516.74
46 SUBTOTAL $ 310,994.93
47 CR 12"'Stabilization $ (22,420.20)
48 Proposed Net Change Order 1 $ 288,574.73
49
50
SUMMARY PAGE 1
OPTION 2R WITH Tensar Triax TX7 geo grid
CFE CHANGE ORDER PROPOSAL
LABOR ESTIMATE revised 1/28/2022
DATE 1/21/2022
# LABOR HOURS HOURLY RATE TOTAL COST NOTES
REG OT REG OT REG OT TOTAL
1 Superintendent 0 $ 72.00 $ 108.00 $ - $ - $ - crew=2 op+1 lab/op
2 Foreman 30 $ 45.00 $ 67.50 $ 1,350.00 $ - $ 1,350.00 2 lab=$115 ph
CFE Earth&Rd Base wellpoint support,
3 Crew 310 $ 115.00 $ 172.50 $ 35,650.00 $ - $ 35,650.00 excavation,backfill,
4 2 operatrors $ 60.00 $ 90.00 spot locates,rd base
5 1 labor/operator $ 25.00 $ 37.50 survey,
6 2 labors $ 30.00 $ 45.00 haul off 3621 cy
7 CFE crew per hr $ '115.00
8
9 Import Fill from Park import 1400 cy
10 CFE operator 0 $ 30.00 $ 45.00 $ - $ - $ - Load truck at Park
11
12
13
15
16
17
18
19
20
21 Subtotal $ 37,000.00
22 TOTAL HOURS 340 0 WC Mod(0.33) $ 13,002.00
23 Total Reg+OT TOTAL COST $ 50,002.00
24
25 ADJUSTMENTS % HOURS RATE/HR TOTAL
26 Material Handling 5.0% 0 $ 42.37 $ -
27 Testing&Cleaning 2.0% 0 $ 33.13 $ • -
28 Warranty&Punchlist 0.0% 0 $ 33.13 $ -
29 TOTAL ADJUSTMENT HOURS 0 TOTAL ADJUSTMENT COST $ -
30
31
32 PROJECT MANAGEMENT HOURS RATE/HR TOTAL
33 Project Manager 15 David Stalowy $ 55.00 $ 825.00
34 Project Coordinator 30 Christina Tabor $ 45.00 $ 1,350.00
35 Project Estimator 25 David Stalowy $ 45.00 $ 1,125.00
36 TOTAL PM HOURS 70 TOTAL PM COST $ 3,300.00
37
38
39
40
41
42 LABOR SUBTOTAL LABOR ADJ PM TOTAL HRS Avg/HR
43 Manhours 420 0 70 490
44 490
45
46 •
LABOR GRAND TOTAL
47 $ 53,302.00
LABOR PAGE 1
OPTION 2R WITH Tensar Triax TX7 geo grid
CFE CHANGE ORDER PROPOSAL
APORATIGN
TOOLS & EQUIPMENT ESTIMATE revised 1/28/2022
DATE 1/21/2022
# TOOLS DESCRIPTION REF RATE TOTAL NOTES
1 Small Tools 5%Labor Cost $12,600.00 5% $ 630.00 plate tamps
2 Consumables 1.50/Labor HR 420 $ 1.50 $ 630.00 420 hr x$30
3 $ 1,260.00 power tools
4 water&ice
5
6 EQUIPMENT DESCRIPTION QTY _ UNIT RATE TOTAL
7 Pickup Truck Foreman 30 Hrs $ 1.20 $ 36.00 with tolls
8 Excavator CAT 323 227 Hrs $ 134.00 $ 30,418.00
9 Loader CAT 930 127 Hrs $ 95.00 $ 12,065.00
10 Loader CAT 930 0 Hrs $ 95.00 $ -
' 11 Mini 25 Hrs $ 49.00 $ 1,225.00
12 Kubota SLV 75 110 Hrs $ 58.00 $ 6,380.00 roller&skid steer same
13 charge for machine active hours Hrs $ - $ -
14 $ 50,124.00
15
16 RENTALS DESCRIPTION QTY UNIT RATE TOTAL
17 Days $ ' -
18 Days $ -
19 Days $ -
20 Days $ -
21 Days $ -
22 Days $ -
23 $ -
24
25
26
27
28 FUEL DESCRIPTION RATE REF TOTAL
29 Equip Fuel 15%Fueled Equip Cost $3.22 1420 $ 4,572.40 1620 gal @$3.22gaI
30 15% $ 0.15 1420 gal @$3.22 gal
31 $ 4,572.55
32
33
34
35 EQUIPMENT SUBTOTAL TOTAL
36 $ 55,956.55
37
38 $ 55,956.55
39
40
EQUIPMENT PAGE 1