File #: 17-0392    Version: 1 Name:
Type: Contract/Agreement Status: Passed
File created: 4/28/2017 In control: Board of Mayor & Aldermen
On agenda: 5/9/2017 Final action: 5/9/2017
Title: Consideration of Change Order No. 1 to the Construction Contract (COF Contract No. 2015-0002, TDOT PIN 108409.00) with Eutaw Construction Company, Inc. for the Hillsboro Road Improvements Project Phase 2, Independence Square to Mack Hatcher Parkway (4/27/2017 CIC 3-0)
Sponsors: Paul Holzen
Attachments: 1. COF2015-0002_Hillsboro_Rd-CO#1_EXHIBIT_A

DATE:                                                               April 27, 2017

 

TO:                                          Board of Mayor and Aldermen

 

FROM:                                          Eric Stuckey, City Administrator

                                          Paul Holzen, City Engineer/Director of Engineering

                                          Jonathan Marston, Assistant Director of Engineering

                                          William Banks, Staff Engineer

                                          

SUBJECT:                                          

title

Consideration of Change Order No. 1 to the Construction Contract (COF Contract No. 2015-0002, TDOT PIN 108409.00) with Eutaw Construction Company, Inc. for the Hillsboro Road Improvements Project Phase 2, Independence Square to Mack Hatcher Parkway (4/27/2017 CIC 3-0)

body

 

Purpose

The purpose of this memorandum is to provide information to the Franklin Board of Mayor and Aldermen (BOMA) concerning Change Order No. 1 to the construction contract (COF Contract No. 2015-0002, TDOT PIN 108409.00) with Eutaw Construction Company, Inc. for the Hillsboro Road Improvements Project Phase 2, Independence Square to Mack Hatcher Parkway.

 

Background

The Hillsboro Road Improvements Project Phase 2 construction contract was awarded by BOMA to Eutaw Construction Company, Inc. on March 8, 2016, in the amount of $11,995,005.13.  The construction contract time started on April 18, 2016, with a contract completion date of June 21, 2017 (430 Calendar Days). 

 

The proposed Change Order No. 1 details include the following:

 

1.                     To add 154 calendar days to the original contract time due to utility conflicts and additional items of work.  New contract completion date will be November 22, 2017 (584 total calendar days).

2.                     Addition of pay item to adjust existing valve boxes for water line to include the cost of riser rings.

3.                     Addition of pay item for Type A Warning Lights to be used for traffic control and safety.

4.                     Addition of pay item to use Fixture Type A (LED) for street lighting and removing items Fixture Type A (Metal Halide) and Fixture Type B (Metal Halide) resulting in no additional cost to the contract.

5.                     Addition of pay item for Portable Barrier Rail Delineators to be used for traffic control and safety.

6.                     Removal of pay item for Vertical Panels which were replaced by Portable Barrier Rail Delineators due to sight distance issues for residents and cost savings to project.

7.                     Addition of pay item for 1.25” HDPE Casing Pipe used to be used to encase water services bored under Hillsboro Rd on 18” waterline.

8.                     Removal of pay item for 1.5” Steel Casing Open Cut Method.

9.                     Addition of pay item to be used for tree removal and disposal for trees off easement that had roots damaged on easement during sewer installation.

10.                     Addition of pay item for Temporary Barricades Type III to be used for traffic control and safety.

11.                     Addition of pay item for Additional Work (4” Core Drill into Manholes) to be used to core additional holes in vaults for AT&T’s conduit.

12.                     Addition of pay items for 2”, 3”, and 4” Diameter Conduit (Jack and Bore) to be used as an alternative to open cutting Hillsboro Road and reduce impact on public.

13.                     Partial removal of pay items Trench Type C, 4” SCHD 40 PVC, Backfill Material (Flowable Fill), and Temporary Asphalt (Cold Mix) that are being replaced by the Conduit 4” Diameter (Jack and Bore) item.

14.                     Addition of pay item for Removal of Structures and Obstructions (Existing 36” Pipe Headwall) to be used to remove headwall that is in conflict with gateway sign construction.

15.                     Addition of pay item for Class A Concrete (Pipe Endwalls), Steel Bar Reinforcement (Pipe Endwalls), and Structural Steel (Pipe Endwalls) to be used to replace headwall at gateway sign construction.

16.                     Addition of pay items- Jacked and Bored Conduit (2”), Conduit 3” (Jack and Bore), Directional Bore 4”/Flex Sleeve, Conduit 2” (Jack and Bore), Conduit 3” (Jack and Bore), Directional Bore 2”/Flex Sleeve, and Directional Bore 3”/Flex Sleeve.

17.                     Removal of pay items related to open cut conduit installation- Backfill Material (Flowable Fill), Direct Burial Conduit, Trench and Backfill in Street, Trench and Backfill in Asphalt and Lawn, Temporary Asphalt (Cold Mix), and Trench Type C… all of which were replaced by boring items to reduce traffic impact.

18.                     Addition of pay items for erosion control: Temporary Mulch Filter Berm, Rock Check Dam, Enhanced Rock Check Dam and Sandbags.

 

See attached Exhibit A for the full Change Order No. 1 documentation.  This includes TDOT Local Programs Change Orders 1 through 11.

 

Financial Impact

Resolution 2016-68 includes a $500,000.00 contingency allowance for this construction project.

 

Change Order No. 1 to the construction contract (COF Contract No. 2015-0002) with Eutaw Construction Company, Inc. is a contract increase of $54,579.35.  This creates a new Contract Price of $12,049,584.48.  The project contingency will be reduced to $445,420.65 to cover this cost increase. 

 

Recommendation

rec

Staff recommends approval of Change Order No. 1 to the construction contract (COF Contract No. 2015-0002) with Eutaw Construction Company, Inc.