Loading...
Item 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