Loading...
MCSP/Eng/CO #1/SW-16-08CITY OF CARMEL TO: Municipal & Contractors Sealing Products 7740 Reinhold Drive Cincinnati, OH 45237 CONTRACT CHANGE ORDER NO.: Ole DATE: PROJECT NAME: SW -16-08 CITY REQ. NO.: CITY PO NO.: 34292 CITY PO DATE: 8/17/2016 I. You are directed to make the following changes in this Contract: An amendment to the original completion date of November 1, 2016 for zero dollars to the new proposed completion date of November 30, 2016. II. The following referenced Documents further describe the changes outlined in Paragraph 1, and are to be considered a part of this Change Order: R.F.P.: W.D.C. No.: Other: Time extension request is due to unforeseen existing conditions of the work described as Locations A, C, & D which were in a worse condition of deterioration than described in the contract documents at bid time. Adjustments of the contract will be made due to the referenced change in work scope. This request is for zero dollars and includes weather contingency time. The changes result in the following adjustment of Contract Price and Contract Time: Contract Price prior to this Change Order $ 595,175.00 Contract Price will be increased/decreased by this Change Order $ 0.00 New Contract Price including this Change Order $ 595,175.00 Contract Time Prior to this Change Order Completion Date 11/1/2016 Net increased/decreased resulting from this Change Order . Days Current Contract Time including this Change Order Completion Date 11/30/2016 This Change Order is for full and final settlement of all direct, indirect, impact costs and time extensions incurred at any time resulting from the performance of the changed work. The Above Changes Are The Above Changes Are Recommended Accepted: HWC Engineering MCSP ENGINEER CONTRACTOR 135 N. Pennsylvania St., STE 2800 Address Indianapolis, In. 46204 City/State/Zip 7740 Reinhold Dr. Address Mar Cincinnati, OH 45237 City/State/Zip Lori J Approved: Brainard, Mayor-. Engineer By. Phone: Date: i G l3I I zOi By: }G' • C. - Phone m)3? :) -(o t3E, Date: k 0h ! JristAST: ina S;//Pauley, Clerk - Treasurer Date: �/ K Municipal & Contractors Sealing Products 7740 Reinhold Dr. Cincinnati, Ohio 45237 Phone: (513) 482-3300 Fax: (513) 482-3309 Dave, This is our anticipated schedule. > Location 65 Lining Complete > Location 122 Lining Complete > Location 92 Lining Complete > Location 128- Lining Complete > Location A — excavating top this week. Line cleaned and measured next week. CIPP and new 42inch complete by Nov 23 > Location D (15") Nov 9th CIPP and complete by Nov 15 > Location C (12") Nov 9th CIPP > Location C (24") Nov 10th (we will need plates set for refer and boilers to limit restoration and a machine to lift our dual gland steam unit off trailer) > Location C (36") Nov 11th (we will need plates set which will already be in place for refer and boilers to limit restoration and a machine to lift our dual gland steam unit off trailer) > Location C (36" from new manhole to outlet) Nov 14th (we will need plates set for refer and boilers which will already be in place to limit restoration and a machine to lift our dual gland steam unit off trailer) Location C new installed line will be complete by Nov 17. I would ask that the extension last until Nov 30 for weather and restoration. Drew Thank you, Drew O'Connor Municipal & Contractors Sealing Products (513) 383-6338 CITY OF CARMEL TO: Municipal & Contractors Sealing Products 7740 Reinhold Drive Cincinnati, OH 45237 CONTRACT CHANGE ORDER NO.: 02 DATE: PROJECT NAME: SW -16-08 CITY REQ. NO.: CITY PO NO.: 34292 CITY PO DATE: 8/17/2016 I. You are directed to make the following changes in this Contract: See attached supplemental description. SCHEDULED ADJUSTMENT ITEM AMOUNT 07 Pipe Lining, 42" (Culvert 92) -29.0 LFT -$7,250.00 14 Pipe Lining, 42" (Culvert 122) 2.0 LFT $2,250.00 19 Pipe Lining, 60"x 33" (Culvert 128) 5.0 LFT $3,725.00 Location A -$7,857.10 Location C Location D $9,408.91 $9,240.80 (+) OR (-)DAYS 0 Days 0 Days 0 Days 0 Days 0 Days II. The following referenced Documents further describe the changes outlined in Paragraph I, and are to be considered a part of this Change Order: R.F.P.: W.D.C. No.: Other: Scope changes due to unforeseen conditions — see supplemental description attached. The changes result in the following adjustment of Contract Price and Contract Time: Contract Price prior to this Change Order $ 595,175.00 Contract Price will be increased/decreased by this Change Order $ 9,517.61 New Contract Price including this Change Order $ 604,692.61 Contract Time Prior to this Change Order Completion Date 11/1/2016 Net increased/decreased resulting from this Change Order Days Current Contract Time including this Change Order Completion Date 11/30/2016 This Change Order is for full and final settlement of all direct, indirect, impact costs and time extensions incurred at any time resulting from the performance of the changed work. The Above Changes Are Recommended HWC Engineering ENGINEER 135 N. Pennsylvania St., STE 2800 Address Indianapolis, IN. 46204 City/State/Zip By Phone: "i Date: 1 VI3Q 0 The Above Changes Are Accepted: MCSP CONTRACTOR 7740 Reinhold Dr. Address Cincinnati, OH 45237 City/State/Zip 15 "t, �__I M - Phone -( Date: c—t- Approved: James Brainard, Mayor Mary Ann Burke, Member Lori Watson, Member Jere {as an, City Engineer ATTEST: Christina S. Pauley, Clerk - Treasurer Date: ___ CITY OF CARMEL PROJECT SW -16-08 CHANGE ORDER NO.2 SUPPLEMENTAL DESCRIPTION 1. Item #07 — Pipe Lining, 42" — Under run cost $7,250.00 This under run was based on actual field measurements for work performed. The original bid Item was for 180 lineal feet. Actual field measurements for lining performed measured 151.0 lineal feet. This was 16% under run. 2. Item #14 — Pipe Lining, 42" — Additional cost $2,250.00 This additional cost is an over run of the original bid item. The original item was bid as approximately 40.0 lineal feet. Actual field verification was found to be approximately 42.0 lineal feet. The original bid price was $1,125.00 per lineal foot. This a 5% over run of the original bid price. 3. Item #19 — Pipe Lining, 60" x 33" — Additional cost $3,725.00 This additional cost is an over run of the original bid item. The original item was bid as approximately 45.0 lineal feet. Actual field verification was found to be approximately 50.0 lineal feet and the actual diameter of the pipe at bid was slightly inaccurate and will require an additional 3 inches of CIPP liner material over the entire length. The sub contractor was willing to call this an over run in order to simplify the cost. The original bid price was $745.00 per lineal foot. This a 10.0% over run of the original bid price. 4. Location A— Cool Creek Circle (Original bid price - $108,825.00) This location required several scope changes post bid due to unforeseen change in conditions. The existing 37 inch x 33 inch was in an advance state of dilapidation requiring 170 lineal feet of open cut pipe installation with the associated granular backfill and labor in lieu of the proposed CIPP lining. Due to this change, two trees will require full removal including the stumps. The site will require additional surface restoration efforts which is included in these costs. The changes resulted in a credit to the contract of $7,857.10. This is a 7% decrease for this location. S. Location C — Lakeview Drive (Original bid price - $148,685.00) This location also required several scope changes post bid due to unforeseen conditions. The intersection point of the 36 inch and 12 inch pipes was found to have a previous point repair which required demolition in order to expose. The demolition work was tracked as time and material work in order to benefit the City. The original scope of work included a 48 inch manhole for this transition point, but the existing 36 inch pipe was identified in the bid documents as a 33 inch pipe. Due to the outside diameter of the two pipes combined, the 48 inch manhole needed to be upsized to a 60 inch manhole requiring additional material cost. The original item for the 33 inch CIPP lining was bid as approximately 353.0 lineal feet. Actual field verification was found to be approximately 353.0 lineal feet of 36 inch pipe which means an additional 3 inches of CIPP liner material over the entire length. The sub contractor was willing to call this an over run in order to simplify the cost. The original item for the 12 inch pipe was 78 lineal feet but was field verified to actually be only 58 lineal feet. The original Item for the 24 inch pipe at this location was 61 lineal feet but was field verified as 65 lineal feet which would result in an over run. The 30 inch pipe requiring CIPP lining for this site was field verified to have a collapse in the pipe, making it impossible to line, therefore open cut installation of 30 inch ADS pipe was proposed, which resulted in a deduction to the contract. All of these change will result in additional need for surface restoration which is included in these costs. Over all, the total deduction for this location totaled $6245.00. The total addition for this location was $9,408.91. The net increase is $3163.91. This is a 2% increase for this location. 6. Location D — Pleasant View Drive (Original bid price - $45,600.00) This location required a change due to an unforeseen pipe diameter change in the existing line, making it not possible to be CIPP lined without like diameter pipes. A proposal to remove the existing 20 lineal feet of 21 inch pipe and replace it with 15 inch ADS pipe in order for the CIPP lining to take place is required. Also, the original bid identified the entire pipe run as 180 lineal feet but field measurements verified the pipe run to actually be 182 lineal feet resulting in an over run of 2 lineal feet or $300.00 dollars. These changes will result in additional surface restoration which is included in these costs. The total cost additional to this location is $9240.80. This is a 17% increase for this location. Total Increase to the original award amount =9 517.61 or 1.6% overall cost increase. $ 76,000.00 $ 500.00 1000 3625 3700 16000 8000 0.015991 0 Bid Price Change Order Total Price Location 122 $ 53,000.00 $ 2,250.00 $ 55,250.00 Location 128 $ 53,075.00 $ 3,725.00 $ 56,800.00 Location A $ 108,825.00 $ (7,857.10) $ 100,967.90 Location C $ 148,685.00 $ 9,408.91 $ 158,093.91 Location D $ 45,600.00 $ 9,240.80 $ 54,840.80 location 65 $ 127,660.00 $ - $ 127,660.00 location 92 $ 58,330.00 $ (7,250.00) $ 51,080.00 $ 595,175.00 $ 9,517.61 $ 604,692.61 $ 76,000.00 $ 500.00 1000 3625 3700 16000 8000 0.015991 0 Municipal & Contractors Sealing Products 7740 Reinhold Dr. Cincinnati, Ohio 45237 Phone: (513) 482-3300 Fax: (513) 482-3309 CITY OF CARMEL October 5, 2016 SMALL STRUCTURE PIPE LINING: CULVERTS 65, 92,122 & 128 AND STORM SEWER LOCATIONS A, C & D RE: REQUESTED SCOPE OF WORK CHANGE ORDER CULVERT 122: PROPOSED TOTAL SCOPE OF WORK CHANGE ORDER: $2,250.00 WAS ORIGINALLY IDENTIFIED AT 40 LF. FIELD MEASUREMENTS SHOW THE ACTUAL LENGTH OF THIS SEGMENT TO BE 42 LF. THIS ADDITIONAL LENGTH INCREASES THE TOTAL CONTRACT VALUE BY $2,250.00 Bid item 14 increase by 2 If CULVERT 128: PROPOSED TOTAL SCOPE OF WORK CHANGE ORDER $ 3,725.00 WAS ORIGINALLY IDENTIFIED AS 45LF OF 60"x33". FIELD MEASUREMENTS SHOW THIS PIPE TO BE 50 LF OF 58"x37". THE 60"x33" PIPE DIMENSIONS WOULD REQUIRE A 46" DIAMETER LINER, THE 58"x37" DIMENSIONS WOULD REQUIRE A 49" DIAMETER LINER. THE INCREASE TO THE DIAMETER OF THE REQUIRED LINER COUPLED WITH THE ADDITIONAL LENGTH INCREASES THE TOTAL CONTRACT VALUE BY = 5*745= $3725.00 Bid item 19 increase by 51f LOCATION A: PROPOSED TOTAL SCOPE OF WORK CHANGE ORDER: $108825.00 to $100,967.90 = $7857.10 deduct PRELIMINARY INSPECTION OF THE PIPE SHOWS A NUMBER OF POINT REPAIRS ARE NECESSARY. 1. WE WILL ONLY BE LINING 60 LF OF THIS SEGMENT. 2. REMOVE AND REPLACE 170 LF OF 37"x 33" CMP WITH 42" ADS HP PIPE • REMOVE TREE FOR ACCESS • BEDDING AND BACKFILL OF THE PIPE WITH ENGINEERED FILL & HAUL OFF EXCESS DEBRIS • BALANCE EXCESS DIRT ONSITE & GRADE FOR PROPER DRAINAGE TO THE CREEK & RESTORE AREA WITH SEED, MULCH & EROSION CONTROL BLANKETS • see Attached Document LOCATION C: PROPOSED TOTAL SCOPE OF WORK CHANGE ORDER: $9,408.91 • Due to heavy utilities we propose 30" ADS in Lieu of 30" RCP Deduct = $3245.00 See attached Document • EXCAVATE & REPAIR SECTION OF 30" CMP WHERE THERE IS A COLLAPSE AT LAKEVIEW DR IN ORDER TO SUCCESSFULLY INSTALL THE CIPP LINER • BALANCE EXCESS DIRT ONSITE, GRADE FOR PROPER DRAINAGE TO THE CREEK AND RESTORE AREA WITH SEED, MULCH & EROSION CONTROL BLANKET • THIS ADDITIONAL WORK INCREASES THE TOTAL CONTRACT VALUE BY $3,834.60 • See attached Document • THE 12" SEGMENT AT THIS LOCATION WAS IDENTIFIED AS BEING 78 LF. FIELD MEASUREMENTS SHOW THE SEGMENT TO BE 58 LF. THIS CHANGE IN LENGTH DECREASES THE TOTAL CONTRACT VALUE BY $3,000.00 • Decrease in bid item 39 by 20 If • THE 24" SEGMENT AT THIS LOCATION WAS IDENTIFIED AS BEING 61 LF. FIELD MEASUREMENTS SHOW THE SEGMENT TO BE 65 LF. THIS INCREASE IN LENGTH INCREASES THE TOTAL CONTRACT VALUE BY $1,400.00 • Increase in bid item 40 by 4 If • THE SEGMENT ORIGINALLY IDENTIFIED AS BEING 353 LF OF 33" DIAMETER PIPE. FIELD MEASUREMENTS SHOW THE PIPE TO BE 353 LF OF 36" DIAMETER PIPE. THIS INCREASE IN DIAMETER INCREASES THE TOTAL CONTRACT VALUE BY $4,154.81 (includes 10% mark up by specification) • demo and add 60 inch manhole $6264.50 0 See attached Document LOCATION D: PROPOSED TOTAL SCOPE OF WORK CHANGE ORDER: $9240.80 1. THE SEGMENT WAS ORIGINALLY IDENTIFIED AT 180 LF OF 15" PIPE. FIELD MEASUREMENTS SHOW THE ACTUAL LENGTH OF THE SEGMENT TO BE 182 LF OF 15" & 20" PIPE. THIS ADDITIONAL LENGTH INCREASES THE TOTAL CONTRACT VALUE BY $300.00 a. Increase in bid item 50 by 2 If 2. REMOVE & REPLACE 20 LF OF 21" RCP WITH 15" RCP PIPE • BEDDING AND BACKFILL OF THE PIPE WITH ENGINEERED FILL & HAUL OFF EXCESS DEBRIS • BALANCE EXCESS DIRT ONSITE, GRADE FOR PROPER DRAINAGE TO THE CREEK AND RESTORE AREA WITH SEED, MULCH & EROSION CONTROL BLANKETS • THIS ADDITIONAL LENGTH INCREASES THE TOTAL CONTRACT VALUE BY $8,940.80 o See attached Document Total Change Order $16,767.61 a. Prepare access in and out at both ends of the culverts (Line item 29 and 30) b. Setup temporary traffic control and maintain during the rehabilitation (line item 38) c. Clearing and hauling offsite for access as needed (line item 36) d. Prepare ends for CIPP Lining -#8 stone subgrade (line item 34) e. Pull CIPP liner through and /or equipment support at both ends (part of line item 28) f. Dewater check dams as needed (line item 33) g. Place geotextile and rip rap embankment and restore area with seed and mulch (line item 31 and 32) 1. Location A -Option 2 -Remove and replace Pipe -Cool Creek Drive $42,504.00 Scope of Work for Change Order (ADD) -Concrete Saddle Connection from CIPP to ADS a. Remove and Replace 140 LF of 37" x 33" CMP with 42° ADS HP pipe b. Remove tree for access c. Concrete Saddle(Transition point for CIPP to New Pipe to Creek c. Bedding and backfill of the pipe with engineered fill d. Haul off excess dirt and debris e. Balance excess dirt onsite and grade for proper drainage to the creek f. Grade and restore area with seed and mulch and erosion control blankets 1. Labor $18.675.00 a.Manhours 139.22 Manhours x 83.65/Hr = $11,645.00 b.Equipment 308 Cat 7.1 Hrs x 75.00/Hr = $ 533.00 c.Equipment 314 Cat 19.20 Hrs x 85.00/Hr= $1,632.00 d, Skidsteer LS 180 19.20 Hrs x 54.00/Hr = $ 1,037.00 e.Transport Truck/Trailer 4 Hrs x 65.00/Hr- $ 260.00 e.Tool Trailer 19.20 Hrs x 35.00/Hr = $ 480.00 f.Misc Small Tools 19.20 Hrs x 60/Hr = $ 1,152.00 g.Triaxle Dumptruck 17.60 Hrs x 110.00/Hr = $1,936.00 • Material $ 23,849.00 a.42" ADS N12 = $8,444,00 b.#8 Stone and Granular Bedding = $ 3,839.00 c.Dumpster's = $ 1,250.00 d,Concrete/Grout 6 CY = $ 1,131.00 e.Seeding and EC Blankets - $ 2,912.00 f. Lawn Maintenance (1 Yr Warranty) _ $ 900.00 f.Tool Trailer 19.20 Hrs x 35.00/Hr = $ 480.00 g.Misc Small Tool 19.20 Hrs x 60/Hr = $ 1,151.00 h.Tree Removal = $ 1,500.00 i. Hydroexcavate Utilities 8Hrs x 280.00/Hr = $ 2,240.00 3. Insituform CIPP 601f 249.80*60=14,988 4. Video 2,000 5. mobilization 2,000 Total price $91,789.00 Contractor 10% $ 9,178.90 Total Price 1009967.90 2. Location C -Replace 30" RCP with 30" ADS HP pipe -Lakeview Drive <$ 3,245.00> Scope of Work for Change Order (DEDUCT): a. Due to heavy utilities we propose using 30" ADS HP in lieu of 30" RCP • Material <$ 3,245.00> 3. ,Location C -Repair pipe collapse -Lakeview Drive $ 3,834.60 Scope of Work for Change Order (ADD): a. Excavate and repair section of 30" CMP back to round in order to Cl PIP b. Balance excess dirt onsite and grade for proper drainage to the creek c. Grade and restore area with seed and mulch and erosion control blankets • Labor a.Mahours 24.8 Manhours x 83.65/Hr = $ 2,075.00 b.Equipment 308 Cat 8 Hrs x 75.00/Hr = $ 600.00 c.Skidsteer LS 180 8 Hrs x 54.00/Hr = $ 432.00 • Material a.Seeding and EC Blankets . _ $ 379.00 contractor mark up = $ 348.60 4. Location C -Demo. Intersection -48">60" Str.-Lakeview Drive $ 6264.60 Scope of Work for Change Order (ADD): a. Remove concrete cap poured over the existing 30" and 12" and haul off b. Install a 60" Manhole in lieu of a 48" Manhole • Labor a.Mahours 22.88 Manhours x 83.65/Hr = $1,914.00 b.Equipment Lull 8 Hrs x 85.00/Hr = $ 680.00 c.Hammer Attachment 450/Day = $ 450.00 c.Skidsteer LS 180 8 Hrs x 54.00/Hr = $ 432.00 d.Triaxle Dumptruck 4 Hrs x 110.00/Hr = $ 440.00 e.Dumpfee = $ 55.00 • Material a.Seeding and EC Blankets = $ 379.00 b.Precast Material 48" to 60" Manhole+Pipe = $1,345.00 contractor mark up = $ 569.50 5. Location D- Remove and replace pipe -Pleasant View Drive Drive $ 8,940.80 Scope of Work for Change Order (ADD): a. Remove and Replace 20 LF of 21" RCP with 15" RCP pipe b. Haul off Debris c. Bedding of the pipe with engineered fill d. Haul off excess debris e. Balance excess dirt onsite and grade for proper drainage to the creek f. Grade and restore area with seed and mulch and erosion control blankets • Labor a.Mahours 31.13 Manhours x 83.65/Hr = $ 2,604.00 b. Equipment 308 Cat 16 Hrs x 75.00/Hr. _ $ 1,200.00 c. Skidsteer LS 180 16 Hrs x 54.00/Hr. _ $ 864.00 d. Triaxle Dump truck 4 Hrs x 110.00/Hr. _ $ 440.00 e.Dumpfee = $ 55.00 • Material a.Seeding and EC Blankets = $1,680.00 b.#8 Stone and Granular Bedding = $ 540.00 c.Pipe Material = $ 745.00 contractor markup = $ 812.80 Insitufvrm• - Shaun M. Niles 6/ob.,I 1'ipeliao rrorecl,nn- Project Manager Tel: 317-489-3867 2130 Stout Field West Drive Fax; 317-489-3872 Indianapolis, IN 46241 www.insituform.com October 11, 2016 Drew O'Connor Municipal & Contractors Sealing Products 7740 Reinhold Drive Cincinnati, Ohio 45237 RE: 126554 Carmel, IN Change Order 1 Drew, The attached Design Thickness Calculation sheet shows the required minimum thickness for the pipe segment at Location C increasing from 11. 8mm. to 12.9mm with the increase in diameter from 33" to 36". Insitufoim. can manufacture CIPP liners in 1.5mm increments beginning at 4.5mm. In choosing a liner thickness to install we must also allow a tolerance of 0.8mm to account for the potential for stretch of the liner during installation. As originally spec'd, the 33" liner had a minimum design thickness of 11. 8mm. Insituform can manufacture a 12.0mm liner however the difference between the 12.Omm liner and the 11. 8mm. minimum design thickness does not allow a tolerance of 0.8mm for potential loss of thickness due to stretch during the installation process. These pipe segments at Location C were intended to be installed as 33" x 13.5mm. At a 36" diameter the minimum design thickness increases to 12.9mm. Again, allowing for 0.8mm tolerance for stretch during- installation, this liner would be manufactured at 15.Omm. The liner at this location has increased from 33"x13..5mm to 36"x15.Omm representing a 9% increase in diameter and an 11% increase in thickness. This increased volume in felt liner is also accompanied by a 10% increase the volume of resin required to adequately saturate the liner in preparation for installation and curing. The unit price for purchase and installation of this liner as 33"xl3.5mm was $125.80. Increasing the size of the liner to 36"x15.0mm raises the unit price per linear foot to $136.50, an 8.5% increase. les Insitufonn Teelmologies USA, LLC. Project Manager, Indiana Operations CICI r% 1/Jn11T Manhole Design Thickness Calculations Location C Cltentc MG$P . — - 'Project: CaimelaN:Smail'Structure:,P,.ipe Lining Depth invert ft Location-- IN Soil Modulus psi COMPOSITE PHYSICAL PROPERTIES only..cells in this coior requlre. entiy RESIN Upsteam Flexural Modulus: ;' •':-<.,.;-' �0,0;O,QO, psi Flexural Strength: 33 = Flexural Modulus Retention -to Account for 5`. -'.. Long-term Effects: = .5 �.:.� Safety factor 1000 K - enhancement factor 0-, v - Poisson's Ratio (0.3 typical for Insituform CIPP) Soil Density ` ' � _ d�2(14 lbs/ft" CICI r% 1/Jn11T Manhole Diameter Existing Pipe Condition PD or FD Ovality % Length ft Depth invert ft Groundwater invert ft Soil Modulus psi Live Load Minimum Design Thickness mm Street or HWY RR Upsteam Downstream Location C 33 = FD:'16000 5`. -'.. 353 = .5 �.:.� � ;5:00:` . 1.77"'1000 1000 :16000 0-, 12.9 CICI n 0.101 1"r Manhole Diameter Existing Pipe Condition PD or FD Ovality % Length ft Depth invert. ft Groundwater invert ft Soil Modulus psi Live Load Minimum Design Thickness mm Street or HWY RR Upsteam Downstream Location C 36• FD .. 5 3535 -5:00 - 1000 :16000 - 0 12.9