LEGISLATIVE RESEARCH CENTER
File #: 17-2417    Name:
Type: Consent Item Status: Passed
File created: 7/11/2017 In control: Broken Arrow City Council
On agenda: 7/18/2017 Final action: 7/18/2017
Title: Approval of and authorization to execute Change Order C01 for Downtown Main Street Streetscapes Phase IV
Attachments: 1. Streetscapes IV Change Order #1, 2. 161709 Change Order #1 Backup Docs

Broken Arrow City Council

                                                                                               Meeting of: 7-18-17

                                                                                    

To:                     Mayor and City Council

From:                     Engineering and Construction Department

Title: 

title

                     Approval of and authorization to execute Change Order C01 for Downtown Main Street Streetscapes Phase IV

End

Background:

The Downtown Main Street Streetscape - Phase IV is a continuation of the Rose District improvements started in 2010.  Phase IV includes improvements to Main Street between Dallas and Galveston streets and between College and Detroit streets, as well as Commercial, Dallas, El Paso, and Fort Worth streets east and west of Main Street.  Improvements include road diet, concrete and brick pedestrian paving and two mid-block pedestrian crossings, masonry seat walls and raised planters, stormwater drainage improvements, decorative street lighting, new traffic signals, signage, and striping, and a new gateway structure at the southwest corner of Main Street and Kenosha. The project was advertised for bids on June 15 and 22, 2016.  Bids were opened on July 12, 2016, the lowest responsible bidder was Tri-Star Construction, LLC, with a proposal of $4,988,002.23. 

 

Funding for the improvements will be from Vision 2025, the 2014 Streets GO Bond, and Sales Tax Capital Improvements (STCI).

 

This Change Order #1 addresses the following additions to the contract:

 

Total Number of Days Added by this Change Order:                                                               

Additional time will be addressed in the reconciling change order at the conclusion of the project.

 

1)                     The below noted associated costs are a result to the unforeseen field changes regarding the electrical changes on the project: add 100 amp service located at Ft. Worth and Main St due to relocating the communication pole at the SW corner, add a 24x12 electric gutter to the south wall of the water feature electrical building for ease of bringing speaker wiring into the building, and replacement of 2 type D brick light fixtures and associated wiring as conflicts with proposed to field locations applied. The below noted costs are complete installed price including all materials, labor, bonding, and appropriate markups.                                                                                                                                                                                                                                                                                                        

2)                     The below noted associated costs are a result to the unforeseen field changes regarding changes in the landscaping plans. See attached breakdown supplied by Greenleaf Lawn LLC for locations and descriptions of each landscape change. The below noted costs are complete installed price including all materials, labor, bonding, and appropriate markups.                       

                                                                                                                                                                                                                                                                                 

3)                     The below noted associated costs are a result to the unforeseen field changes regarding the installation of the Railroad Preemption Interface System as required by the Railroad Owner to facilitate tie in with the future Railroad project. This system was not noted in the plan sheets, but was discovered through field coordination and verification with the transportation engineer of record. The below noted costs are complete installed price including all materials, labor, bonding, and appropriate markups.                                                                                                                                                                                                                                                                                                        

4)                     The below noted associated costs are a result to the unforeseen field changes regarding the installation, maintenance, and removal of the temporary safety fence at the frontage of the Farmers Market area. This change was directed by the City in attempts to keep the construction zone separate during the ice rink operation. The below noted costs are complete installed price including all materials, labor, bonding, and appropriate markups.                                                                                                                                                                                                                                                                                                        

5)                     The below noted associated costs are a result to the unforeseen field changes regarding increased costs of Rail Road insurance requirements beyond what the specifications and bid documents required. This increased costs were directed towards the contractor during the acquisition of the Railroad ROW permit application process. The below noted costs are complete installed price including all materials, labor, bonding, and appropriate markups.                                                                                                                                                                                                                                                                                                        

6)                     The below noted associated costs are a result to the unforeseen field changes regarding the relocation of the power/communications pole note in Line Item #114. Due to communications requirements, a new pole had to be set before the communications equipment could be relocated. This change includes the original appropriated Line Item #114 costs (deducted from the total cost as assigned to the contractor including the contractor’s mark-up). The below noted costs are complete installed price including all materials, labor, bonding, and appropriate markups.                                                                                                                                                                                                                                                                                                        

7)                     The below noted associated costs are a result to the unforeseen field changes regarding street sign brackets and signal hubs supplied by Holophane. This change is due to a missed item quantity and call outs in the original bid documents. these quantities have been verified by the architect of record and have been verified as being required. The below noted costs are complete installed price including all materials, labor, bonding, and appropriate markups.                                                                                                                                                                                                                                                                                                        

8)                     The below noted associated costs are a result to the unforeseen field changes regarding delays of construction timeline resulting in additional overhead costs incurred by the contractor. A detailed breakdown of justification of incurred delays as well as an itemized daily fixed overhead costs are attached within this document.                                                                

 

The additional cost associated with these changes is as follows:

Previous Change Orders:                                          $0

This Change Order:                                                               $80,399.30

Total Cost of Change Orders:                                          $80,399.30

Original Contract Amount:                                          $4,988,002.23

Revised Contract Amount:                                          $5,068,401.53

Percent Change in Contract:                                          1.61%

Applicable to Comp. Bid Act:                     1.61%

 

Cost:                                                                $80,399.30

Prepared By:                                           Alex Mills, P.E, Director of Engineering and Construction

Reviewed By:                                          Engineering and Construction Department                                  
                                    Finance Department
                                    Assistant City Manager - Operations
                                    Legal Department
                                 

Approved By:                      Michael L. Spurgeon, City Manager
                    

Attachments:                                          Contract Number 161709, Change Order #01

Recommendation:

Approve Change Order #1 for the Downtown Main St. Streetscapes Phase IV Project and authorize its execution.