Loading...
III (C) Approval and Authorization for Mayor and City Clerk to Execute Change Order No. 1 Wurst Roads, AD Mims Road, Area Improvement Projects and Bluford Avenue Drainage Improvements Change Order No. 1 with Perri Builders, Inc. Agenda 3-19-2002 Item III C "(TAM!0. GOOD LIVING-PRIM OP ITI'sIOKANGR MAYOR.COMMISSIONER �lOcoee S. SCUFF VANDF,RGRIF I O/ / -n a CITY OF OCOEE CONININSIO,FRS :L. R� 5 - DANN'Y HOWCLL ''�WW.//// Q 150 N. LAKESHORE DRIVE SC'OTT ANDERSOV Ocoee, FLORIDA 34761-2258 pF V RUSTY JOHNSON 4j. ,�P (407)905-3100 NANCY J. P413141.R �4 OF GOOD N` CnYMANMAR JIM GLEASON MEMORANDUM DATE: March 12, 2002 TO: The Honorable Mayor and Board of City Commissioners FROM: David A. Wheeler, P.E.. -3104/ Assistant City Engineer/Utilities Director SUBJECT: Wurst Road, A.D. Mims Road, Area Improvement Projects and Bluford Avenue Drainage Improvements Change Order No. 1 With Perri Builders, Inc. Attached for your review is Change Order Request No. 1 on the Wurst Road, A.D. Mims Road, Area Improvement Projects and Bluford Avenue Drainage Improvements Project with Perri Builders, Inc. This change order request was initiated by City Staff to adjust unit quantities on numerous construction items and "final out" the project. The overall description of the project is provided below: Wurst Road Improvements: The area from the railroad crossing to Peters Avenue was widened to standard 12 foot lane width where required and ribbon curb installed along both sides of the road where there is an interface with unimproved surfaces. The portion of Wurst Road west of Peters Avenue was not widened to 12 foot lane widths nor did it have ribbon curb installed. The entire length of the road from the railroad crossing to Clarcona-Ocoee Road was overlayed with a minimum of a 1-1/2 inch asphalt and striped per FDOT specifications. The New Beginning International Church, located at 483 Wurst Road, had a standard 4 foot wide sidewalk and driveway approach constructed within the limi the right-of- way. The area between the edge of pavement and the sidewalk was ded to an POW! approximate 12 inch deep swales along both sides of the road where possible and sodded. New mailboxes at the edge of the road were installed for each resident. A.D. Mims Road Improvements: This project included adding a standard 12 foot wide left turn lane, from the east-bound travel direction, at the entrance to the City property where the Beech Recreation Center and the City's Wastewater Treatment Facility are located. The length of the turn lane was to FDOT design standards. The remainder of the road was not widened to standard 12 foot lane widths nor did this project include any ribbon curb within the project limits nor any drainage improvements except a small swale at the crossing. Area Resurfacing Improvements: The following residential street were identified by the Public Works Department for resurfacing: • Foxfire Drive from Wurst Road to Owl Tree Way • Owl Tree Way from Foxfire Drive to Starfire Lane • Starfire Lane from Owl Tree Way to Catwood Drive • Catwood Drive from Starfire Lane to Foxfire Drive • Picwood Court from Foxfire Drive to Cul-de-Sac • Kindling Court from Foxfire to Cul-de-Sac • Noelwood Court from Foxfire to Cul-de-Sac • Entire length of Sabrina Street • Melva Avenue from Rewis Street to Mack Street • Christine Street from Rewis Street to Mack Street • Mack Street from Lakewood Avenue to Christine Street • Cumberland Avenue from Floral Street to Ohio Street Bluford Avenue Drainage Improvements: This improvement project included the installation of a stormwater box at the crossing of two drainage pipes and the rebuilding of the road in the disturbed area. This project fixed a long standing drainage problem at the intersection of Bluford Avenue and Silver Star 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 Perri Builders, Inc. There were 60 items of work required under this contract on this project. There were 14 work items that were over the estimated contract quantity which had a value of $31,678.00 to the contractor and 12 work items that were under the estimated contract POWWWWWWWI quantity which had a value of $15,362.60 to the City. The net result is an increase in contract amount of $16,316.00, with no adjustment in the 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 $519,000.00. This change order increased the contract amount by $16,316.00, to a final contract amount of $535,316.00. The overall contingency usage was 3.14% of the original construction cost. This contract increase will be paid for out of the 1998 Transportation Bond Issue, which is the funding source for the entire project. I recommend that the City Commission approve Change Order No. 1 with Perri Builders, Inc. by increasing the contract amount by $16,316.00, with no extension in contract time, and authorize the Mayor and City Clerk to execute Change Order No. 1. Attachment 1) Change Order No. 1 DAW/jbw POW Ocoee CITY OF OCOEE �; do TQ Engineering/Utilities AAcc 150 North Lakeshore Drive ' e.,l ,' Ocoee, Florida 34761-2258 4 or Goo' CHANGE ORDER NO. #1 CITY OF OCOEE Wurst Road, A.D. Mims Road, Area Improvements And Bluford Avenue Drainage Improvements Project DATE: March 12,2002 CONTRACTOR: Perri Builders,Inc. AGREEMENT DATE: September 19,2000 The following changes are hereby made to the CONTRACT DOCUMENTS. Original CONTRACT PRICE $519,000.00 Current CONTRACT PRICE ADJUSTED by previous CHANGE ORDER $519,000.00 Net Increase Resulting from this CHANGE ORDER $ 16,316.00 The current CONTRACT PRICE including this CHANGE ORDER $ 535,316.00 ORIGINAL CONTRACT TIME: 150 Consecutive Calendar Days from Notice to Proceed Date: March 24,2001 Current CONTRACT TIME adjusted by previous CHANGE ORDERS Date: March 24,2001 Net Increase Resulting from this CHANGE ORDER Days: 0 Days Current CONTRACT TIME Including this CHANGE ORDER Date: March 24,2001 00842-1 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 No. I-A Adjustment of Contract Quantities This change order is to adjust quantities of various pay items, up or down, based upon the actual work completed. The attached table titled Contract Close Out Quantity Adjustment specifically delineates the line items that were overrun or underrun. The items listed as negative numbers are actually for work not needed and is money left in the contract. The items listed as positive numbers are for overruns and is additional money due the contractor. There were 60 items of work required under this contract on this project. There were 14 work items that were over the estimated contract quantity which had a value of$31,678.00 to the contractor and 12 work items that were under the estimated contract quantity which had a value of$15,362.00 to the City. The net result is a increase in contract amount of$16,316.00,with no adjustment in the contract time. III. JUSTIFICATION Item No. 1-A Adjustment of Contract Quantities During the construction of the improvements, various work was either reduced in scope because the work was not needed or their was excess quantities in the pay item or increased because the work was needed or their was less quantities in the pay item to cover the necessary work. This item is needed to adjust the quantities of the pay items that were not installed at the bid quantities to the amount that was installed to show that the project was fully completed, the City approved the line item overruns, and accepted the line item undelmns as completed work IV. NARRATIVE OF NEGOTIATIONS Item No. 1-A Adjustment of Contract Quantities All line items were adjusted using the unit prices for that line item.. V. PAYMENT Change Order Description Net Increase Unit Unit Price Net Increase Item No. (Decrease)Quantity (Decrease)Price Item I-A Adjustment of Contract Quantities $16,31600 Total Net Increase Change Order No. ki $16,316.00 VI. APPROVAL AND CHANGE AUTHORIZATION This proposed change to the Contract is to be approved by the Ocoee City Commission. 00842-2 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 effect 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 PERRI BUILDERS, INC. By: By: Signature Signature Date: Date: Title: Assistant City Engineer/Utility Director Title: APPROVED BY: CITY OF OCOEE,FLORIDA By: S.Scott Vandergrift,Mayor Date Attest: lean Grafton,City Clerk FOR USE AND RELIANCE ONLY BY THE APPROVED BY THE OCOEE CITY CITY OF OCOEE,APPROVED AS TO FORM COMMISSION IN A MEETING HELD ON AND LEGALITY THIS DAY OF ,2002 UNDER ,2002. AGENDA ITEM NO. FOLEY&LARDNER By: City Attorney 00842-3 Sheet1 ADJUSTMENT of QUANTITIES for WURST ROAD,A.D. MIMS ROAD,AREA IMPROVEMENTS and BLUFORD AVENUE DRAINAGE PROJECT I CO NO. 1 ADJUSTMENTS ' CONTRACT AMOUNTS ADJUSTMENT OF QUANTITIES FINAL INSTALLED QUANTITIES Item No. Description Quantity Cost/Unit Total Cost Quantity Cost/Unit Total Cost Quantity Cost/Unit Total Cost PHASE 1 -WURST ROAD WIDENING and OVERLAY 1 Mobilization 1 LS 25,000.00 25,000.00 0.00 LS 25,000.00 25,000.00 2 City Permits 1 LS 1,500.00 1,500.00 0.00 LS 1,500.00 1,500.00 3 General Conditions & Idemnification 1 LS 500.00 500.00 0.00 LS 500.00 500.00 4 Maintenance of Traffic 1 LS 5,000.00 5,000.00 0.00 LS 5,000.00 5,000.00 5 Erosion Control&Pollution Prevention 1 LS 4,334.00 4,334.00 0.00 LS 4,334.00 4,334.00 6 Silt Fence, Staked 50 LF 2.00 100.00 0.00 5 LS 2.00 100,00 7 Relocate Existing Signs&Mail Boxes 18 EA 100.00 1.800.00 - 18 EA 100.00 1,800.00 3 LS _ 100.00 3,600.00 8 Adjust Existing Valve Boxes 1 EA 300.00 300.00 0.00 LS 300.00 300.00 9 Roadway Excavation&Grading 3,567 SY 6.00 21,402.00 225 5Y 6.00 1,350.00 3,79 LS 6.00 22,752.00 10 Removal of Existing Concrete Driveway 258 SY 5.00 1,290.00 72 SY 5.00 360.00 33 LF 5.00 1,650 00 11 Removal of Existing Asphalt 300 SY 3,00 900.00 49 SY 3.00 147.00 34 LF 3.00 1,047.00 12 Concrete Ribbon Curb 6,790 LF 10.00 67,900.00 -29 LF 10.00 -290.00 6,76 LF 10.00 67,610.00 13 6"Limerock Sub-Grade 3,567 SY 8.00 28,536.00 -115 SY 8.00 -920.00 3,45 LF 8.00 27,616.00 14 6"Limerock Base 2,139 SY 10.00 21,390.00 _ -89 SY 10.00 -890.00 2,05 EA 10.00 20,500.00 15 Asphalt Leveling Course 8 TN 160.00 1,280.00 _ EA 160.00 1,280.00 161.5"S-1 Asphalt Surface Course 2,674 SY 7.00 18,718,00 -30 SY 7.00 -210.00 2,64 EA 7.00 18,508.00 17 1.5"S-1 Asphalt Overlay 15,835 SY 4.00 63,340.00 910 SY 4.00 3,640.00 16,74 EA 4.00 66,980.00 18 Traffic Stripe-White Edge Thermo 2.30 MI 1,700.00 3,910.00 -045 MI 1,700.00 -765.00 1.8 EA 1,700.00 3,145.00 19 Traffic Stripe-Yellow Solid Then-no 2.30 MI 2,000.00 4,600.00 -0.05 MI 2,000.00 -100.00 2.2 EA 2,000.00 4,500.00 20 Bahai Pensacola Sod, Fertilizer&Water 895 SY 2.00 1,790.00 0.00 89 EA 2.00 1,790.00 21 Reflectorized Markers 385 EA 5.00 1,925.00 -15 EA 5.00 -75.00 37 EA 5.00 1,850.00 22 6"Concrete Drive Apron 50 SY 30.00 1,500.00 154 SY 30.00 4,620.00 20 EA 30.00 6,120.00 23 Clearing&Grubbing for Sidewalk 0.10 AC 2,500.00 250.00 0.00 0.1 EA 2,500.00 250.00 24 6"Thiv--ck Concrete Sidewalk 125 SY 28.00 3,500.00 38 SY 28.00 1,064.00 16 LS 28.00 4,564.00 Add Alternate A-Grade &Sod Swales 1 LS 18,500.00 18,500.00 0.00 LS 18,500.00 18,500.00 Add Alternate B-Replace Mail Boxes 92 EA 125.00 11,500.00 -10 EA 125.00 -1,250.00 8 SY 125.00 10,250.00 SUBTOTAL WURST ROAD PROJECT 310,765.00 8,481 00 319,246.00 PHASE II-A.D. MIMS TURN LANE - 25 Mobilization 1 LS 20,000.00 20,000.00 0.00 1-LS 20.000.00 20,000.00 26 City Permits 1 LS 514.00 514.00 0.00 1 LS 514.00 514.00 27 General Conditions& Idemnification 1 LS 5,000 00 5,000.00 0.00 _ 1 LS 5.000.00 5,000.00 28 Maintenance of Traffic 1 LS 5,000.00 5,000.00 0.00 1 LS 5.000.00 5,000.00 29 Erosion Control&Pollution Prevention 1 LS 5,000.00 5,000.00 _ 0.00 _ 1 LS 5000.00 5,000.00 30 Silt Fence, Staked 100 LF 2.00 200.00 0.00 100 LS 2.00 200.00 Page 1 Sheet1 31 Relocate Existing Signs 1 EA 100.00 100.00 0.00 1 LS 100.00 100.00 32 Roadway Excavation&Grading 2,262 SY 6.00 13,572.00 0.00 2,262 LS 6.00 13,572.00 33 Removal of Existing Asphalt&Base 102 SY 10.00 1,020.OD 5 SY 10.00 50.00 107 LF 10.00 1,070.00 34 12" Stablized Sub-Base 1,049 SY 3.00 3,147.00 340 SY _ 3.00 1,020.00 1,389 LF 3.00 4,167.00 35 10" Soil Cement Base 1,049 SY 12.00 12,588.00 _ 341 SY 12.00 4,092.00 1,390 EA 12.00 16,680.00 36 Asphalt Leveling Course 0,50 TN 1,200.00 600.00 0.00 0.50 EA 1,200.00 600.00 371.5"S-1 Asphalt Surface Course 966 SY 6.00 5,796.00 65 SY 6.00 390.00 1,031 EA 6.00 6,186.00 38 1" FC-3 Friction Course Overlay 3,243 SY 3.00 9,729.00 -3,243 SY 3.00 -9,729.00 0 EA 3.00 0.00 39 Traffic Stripe-White Edge Thermo 0.35 MI 1,700.00 595.00 -0.14 MI 1,700.00 -238.00 0.21 EA 1,700.00 357.00 40 Traffic Stripe-Yellow Solid Thermo 0.35 MI 2,000.00 700.00 0.38 MI 2,000.00 760.00 0.73 EA 2,000.00 1,460.00 41 Markings, Bars, &Arrows(Thermo) 1 LS 1,500.00 1,500.00 _ 1 EA 1,500.00 1,500.00 42 Bahai Pensacola Sod, Fertilizer&Water 1,000 SY 2.00 2,000.00 1,354 SY 2.00 2,708.00 2,354 EA 2.00 4,708.00 43 Misc Seed&Mulch, Fertilizer, &Water 285 SY 1.00 285.00 -285 SY 1.00 -285.00 0 EA 1.00 0.00 44 Reflectorized Markers 95 EA 5.00 475.00 -2 EA 5.00 -10.00 93 EA 5.00 465.00 SUBTOTAL A.D.MIMS ROAD PROJECT 87,821.00 -1,242.00 86,579.00 RESURFACING PROJECT 45 Mobilization 1 LS 9,500.00 9,500.00 0.00 _ 1 LS 9,500.00 9,500.00 46 City Permits 1 LS 500.00 500.00 - 0.00 1 LS 500.00 500.00 47 General Conditions&Idemnification 1 LS 500.00 500.00 _ 0.00 1 LS 500.00 500.00 48 Maintenance of Traffic _ 1 LS 5,000.00 5,000.00 ' 0.00 1 LS 5,00000 5,000.00 49 Adjust Existing Valve Boxes 3 EA 300.00 900.00 -2 EA 300.00 -600.00 1 LS 300.00 300.00 50 Adjust Existing Manholes 15 EA 500.00 7,500.00 1 EA 50000 500.00 16 LS 500.00 8,000.00 51 Asphalt Leveling Course 1.50 TN 500.00 750.00 0.00 1.50 EA 500.00 750.00 521" S-3 Asphalt Surface Course 16,552 SY 3.50 57,932.00 2,622 SY 3.50 9,177.00 19,174 EA 3.50 67,109.00 SUBTOTAL RESURFACING PROJECT 82,582.00 9,077.00 1 _ 91,659.00 BLUFORD AVENUE DRAINAGE PROJECT • 53 Mobilization&Trench Safety LS 5,000.00' S,000 00 0.00 1 LS 5,000.00 5,000.00 54 City Permits LS 200.00 200.00 0.00 1 LS 200.00 200.00 55 General Conditions &Idemnification LS 500.00 500.00 0.00 1 LS 500.00 500.00 56 Maintenance of Traffic LS 2,500.00 2,500.00 0.00 1 LS 2,500.00 2,500.00 57 Install Junction Box&Culverts LS 18,50000 18,500.00 0.00 1 LS 18,500.00 18,500.00 58 Base&Pavement Repair 48 SY 23.00 11,132.00 0.00 484 LS 23.00 11,132.00 SUBTOTAL RESURFACING PROJECT 37,832.00 0.00r 37,832.00 TOTAL ALL PROJECTS .I - 519,000.00 i 16,316.001 535,316.00 Page 2