Loading...
HomeMy WebLinkAboutItem #03 Approval of Change Order No. 1 with AECOM Technical Services Center of Good L O # AGENDA ITEM COVER SHEET Meeting Date: April 17, 2012 Item # 3 Reviewed By: Contact Name: Al Butler, CIP Manager r filP Department Director: 4 Contact Number: 407 - 905 -3100, ext. 1543 City Manager: Subject: Authorization to execute a change order in the amount of $13,286.00 for the City's agreement with AECOM Technical Services, Inc. related to the relocation of City water and wastewater utility mains on SR 50 between West Oaks Mall and Good Homes Plaza. (District 2 — Wilsen) Background Summary: The Florida Department of Transportation (FDOT) plans to widen SR 50 through the City of Ocoee. The first part of the project will widen SR 50 from the east entrance to the West Oaks Mall to Good Homes Road. We expect this project to begin in mid -2012. FDOT has agreed to allow the City of Ocoee to pay the additional cost of relocating water and sanitary sewer force main pipelines between Vizcaya Lakes Blvd. and Vintage Village Pkwy. Such construction is done through a Utility Work by Highway Contractor Agreement whereby the City agrees to pay the cost of the work based on an engineer's cost estimate provided by the Florida DOT. Advance payment for this work in the amount of $330,974.56 was made by the City in March. The design effort was originally awarded to AECOM for $18,372.00 through a purchase order issued under the City Manager's authority. AECOM was selected for the work because it was providing roadway design services to FDOT on this project. The change order supplement, which reflects additional design work on the project, will bring the total amount of the award to $31,658.00. Issue: Should the City increase the compensation for design services provided by AECOM? Recommendations The Engineering and Utilities departments recommend that the City Commission authorize the Mayor to execute Change Order No. 1 in the amount of $13,286.00. The City significantly expanded the scope of the project when it elected to provide direct water service to Burger King at Good Homes Plaza. Other additional work was required to reflect more recent survey data regarding the location and configuration of utility facilities at the eastern end of the project area. The total cost of the design effort remains well within professional practice standards for work of this type. Given the expected construction cost of approximately $331,000 and the complexities of the multi -phase construction required for this project, the $31,658 design fee is less than 10% of construction costs. Staff also recommends that the City Manager be authorized to approve any additional changes to the work up to his purchasing authority of $25,000 per change order, and conditioned upon available project budget. 1 Attachments: • Change Order No. 1 • AECOM's price proposal. Financial Impact: The cost of the additional work authorized by the change order will be funded by the Utilities CIP budget for FY 2012 of $450,000 for this utility relocation project on SR 50 (Job No. 31701; Account No. 408 -531- 00- 3128). A budget transfer to move funds from Account No. 408 - 531 -00 -6302 may be necessary and is implicitly authorized by the City Commission should it approve this agenda item. Type of Item: (please marls with an "x") Public Hearing For Clerk's Dept Use: Ordinance First Reading X Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda X Commission Approval Discussion & Direction X 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. N/A Reviewed by ( ) N/A 2 be Ce nte Good Li ves CITY OF OCOEE 150 North Lakeshore Drive Ocoee, Florida 34761 SR 50 UTILITY RELOCATION PROJECT - DESIGN CHANGE ORDER NO. 1 DATE: April 9, 2012 The following changes are hereby made to the CONTRACT DOCUMENTS. Original CONTRACT PRICE $18,372.00 Current CONTRACT PRICE ADJUSTED by previous CHANGE ORDERS $18,372.00 Net Increase (Decrease) Resulting from this CHANGE ORDER $13,286.00 The current CONTRACT PRICE including this CHANGE ORDER $31,658.00 Original CONTRACT COMPLETION DATE: December 31, 2011 Current CONTRACT COMPLETION DATE adjusted by previous CHANGE ORDERS December 31, 2011 Net Increase Resulting from this CHANGE ORDER 120 days Current CONTRACT COMPLETION DATE including this CHANGE ORDER May 1, 2012 CHANGES ORDERED: I. REQUIRED CHANGES Additional design services were required to revise the connections with existing utility mains and to extend the water main further to the east to serve a commercial Ocoee customer. II. JUSTIFICATION These changes reflect the field conditions and design decisions related to maximizing the benefits of this work to the City of Ocoee. The construction cost of the planned project have been reduced significantly. III. NARRATIVE OF NEGOTIATIONS Change order pricing is based on existing contract prices and a supplemental price proposal received from the Engineer. The proposed prices are consistent with pricing seen in other projects and adopted professional standards. IV. PAYMENT Exhibit A provides the supplemental price proposal. V. APPROVAL AND CHANGE AUTHORIZATION This change to the Contract is proposed under the authority granted by the City Commission of the City of Ocoee for the City Manager to make modifications to the Contract within his established purchasing authority. 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. ENGINEER 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 ENGINEER 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 ENGINEER 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. SR 50 Utility Relocation Project - Design, Change Order #1 RECOMMENDED BY: ACCEPTED BY: CITY OF OCOEE, FLORIDA AECOM TECHNICAL SERVICES, INC. By: By: Signature Signature Date: .4r'/ 9 2 ©/2. Date: Title: CIP / l F Jer" Title: APPROVED BY: CITY OF OCOEE, FLORIDA Owner By: `7 , Date: Apr � ? 7 . C' j J Davie A eele Op' ity _ineer By: Date: 6 /Z Charles Smith, P.E., Director of Utilities By. Date: `7 lopoiat Wanda Horton, Director of Finance By: �"� Date: f-- old i Robert D. Frank, City Manager By: Date: S. Scott Vandergrift, Mayor Attest: Beth Eikenberry, 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 SR 50 Utility Relocation Project - Design, Change Order #1 EXHIBIT A Design and Permitting of Water Main and Force Main Bridge Crossings For FDOT Financial Project ID 239535- 5 -52 -01 Amendment #1 Scope of Services PROJECT DESCRIPTION On February 17, 2011, AECOM Technical Services (AECOM) and the City of Ocoee (CITY) came into agreement, Purchase Order 1420504, to provide design and permitting services for the relocation of an existing 6 -inch force main and existing 12- inch water main along State Road 50 (SR 50) along with Florida Department of Transportation (FDOT) Financial Project ID 239535- 5- 52 -01. The existing force main and water main are to be relocated as part of the reconstruction of SR 50, which includes widening and a new bridge over Lake Lotta. The bridge has a span of approximately 800 feet. The relocated water and sewer mains will be hung under the bridge, between the bridge girders, in the same manner as is shown in the drawings for drainage piping (already included in the scope of work for the bridge design). The relocated utilities will be supported by pipe hangers that are secured into the bridge deck. Purchase Order 1420504 included approximately 760 linear feet of new 6 -inch force main and 760 linear feet of new 12 -inch water main, generally between Station 886 +30 and Station 893 +90. The total amount of new pipe to be designed was 1,520 linear feet. The limits of the project were expanded during design phase to include relocating the existing utilities further to the east and west of the proposed end of bridge. A total of 2,027 linear feet of force main has been designed. A total of 2,502 linear feet of water main has been designed. The total amount of new pipe designed is 4,529 linear feet, which is an addition of 2,969 linear feet of pipeline. In good faith, AECOM has completed the design based on the project tasks listed below, which represent a continuation of the project tasks listed in Purchase Order 1420504. PROJECT TASKS The specific tasks to be performed and the level of effort are presented in the attached Project Budget marked Exhibit B and are described briefly below. Assumptions made in the preparation of the scope of work have been delineated in this document or Exhibit B. AECOM will provide customary professional engineering services as described below. 1. Final Design Additional surveying was required for AECOM to design the water main and force main sections that are the subject of this proposal. Additional surveying services were obtained directly by the City. AECOM will provide the following services during Final Design: a. Review applicable data and information to be furnished by the CITY. b. Prepare construction drawings for the water main and force main sections that are the subject of this proposal. c. Update technical specifications for the CITY to use to obtain bids to construct the water main and force main sections that are the subject of this proposal. The technical specifications will include the pipe materials and associated construction, testing, flushing and disinfection processes, and the material, size, and spacing for the pipe hangers. d. Perform internal quality control review. If additional design effort is required beyond what is presented above, then AECOM shall be entitled to additional compensation. 2. Permitting Services No additional services. DELIVERABLES No additional deliverables SCHEDULE No changes to the schedule. COMPENSATION The CITY will pay AECOM a lump sum fee of $13,286.00 for the work described above, in accordance with the attached Project Budget marked Exhibit B. AECOM will render invoices monthly, based on the percent complete as established by ENGINEER, and the CITY will pay AECOM based on these invoices. Task Original Additional/Deduct Total Budget Budget Final Design $15,932.00 $13,286.00 $29,218.00 Permitting Services $ 2,440.00 $ 0.00 $ 2,440.00 Totals $18,372.00 $13,286.00 $31,658.00 ADDITIONAL PROVISIONS • Certain assumptions have been made in preparing this scope of services. To the extent possible, they are stated herein and are reflected in the budget estimates included in this scope of services. Reasonable material changes between work tasks, or level of effort actually required and those budgeted, may serve as a basis for modifying this scope and budget, as mutually agreed to between OWNER and ENGINEER. • ENGINEER is entitled to rely upon the accuracy of historical and existing data and information provided by OWNER without independent review and verification. ENGINEER is not responsible for the means, methods, sequences, techniques, procedures, operations or safety precautions and programs of OWNER and Contractor • Any Opinion of the Construction Cost prepared by ENGINEER represents its judgment as a design professional and is supplied for the general guidance of OWNER. Since ENGINEER has no control over the cost of labor and material, or over competitive bidding or market conditions, ENGINEER does not guarantee the accuracy of such opinions as compared to contractor bids or actual costs to OWNER. Project Budget Exhibit B Design and Permitting of Water Main and Force Main Bridge Crossings City of Ocoee For FDOT Financial ID 239535- 5 -52 -01 Amendment #1 Personnel Hours Budget a , ago 4,) C au c 0 C a.) W II ` •� b .y L L Task Description a g ;.4 s i ; o a 0 0 o A 4 4 a a a U d F a z F Task Group 1 - Final Design - $ - $ - Review available data 4 4 $ 500 $ 500 Prepare Construction Drawings 4 24 48 76 $ 9,396 $ 9,396 Update Construction Specifications 4 4 4 12 $ 1,300 $ 1,300 Prepare Opinion of Probable Construction Cost 6 6 $ 750 $ 750 Coordinate and perform quality control review 4 4 8 $ 1,340 $ 1,340 - $ - $ - $ - $ - Subtotal 4 8 42 48 4 1 106 $ 13,286 $ - $ 13,286 Total 1 4 81 42 481 41 106 13,2861 - 1 13,286 Amounts shown are revenue. • 4/4/2012 Page 1 of 1 AECOM