HomeMy WebLinkAbout12. 15-250
MAY 26, 2015 15-250 RESOLUTION
(CARRIED____6-0___ LOST _______ LAID OVER _______ WITHDRAWN _______)
PURPOSE: APPROVE CHANGE ORDER NO. 3 FOR PUBLIC WORKS
CONTRACT 13-08 WITH MIRON CONSTRUCTION CO., INC. FOR
THE PUBLIC WORKS FIELD OPERATIONS FACILITY (+$98,012.36)
INITIATED BY: DEPARTMENT OF PUBLIC WORKS
BE IT RESOLVED by the Common Council of the City of Oshkosh that the following
Change Order, a copy of which is attached, is hereby approved:
MIRON CONSTRUCTION CO., INC.
1471 McMahon Drive
Neenah, WI 54956
Net Increase to contract: $98,012.36
PURPOSE: See attached Change Order.
BE IT FURTHER RESOLVED that money for this purpose is hereby appropriated
from:
Acct. No. 323-0450-7214-06510 Property Improvement Fund – Central Garage
RECEIVED
® MAY 1 3 2015
)�'AIA Document G701ra — 2001 DEPT OF YI_.ki.IC WORKS
OSHKOSH-'\\ i sc.ONSIN
Change Order
PROJECT(Name and address): CHANGE ORDER NUMBER:003 OWNER
CITY OF OSHKOSH DATE:5/82015 ARCHITECT:Z
639 WITZEL AVENUE
OSHKOSH,WI 54902 CONTRACTOR:❑
TO CONTRACTOR(Name and address): ARCHITECT'S PROJECT NUMBER: FIELD:❑
MIRON CONSTRUCTION CONTRACT DATE:July 17th 2013
1471 MCMAHON DRIVE CONTRACT FOR:General Construction OTHER❑
NEEHAN,WI 54956
THE CONTRACT IS CHANGED AS FOLLOWS:
(Include,where applicable,any undisputed amount attributable to previously executed Construction Change Directives)
The original Contract Sum was S 14,052,771.00
The net change by previously authorized Change Orders $ -2,826,054.61
The Contract Sum prior to this Change Order was S 11,226,716.39
The Contract Sum will be increased by this Change Order in the amount of $ 98,012.36
The new Contract Sum including this Change Order will be $ 11,324,728.75
The Contract Time will be increased by Zero(0)days.
The date of Substantial Completion as of the date of this Change Order therefore is
NOTE:This Change Order does not include changes in the Contract Sum,Contract Time or Guaranteed Maximum Price which have
been authorized by Construction Change Directive until the cost and time have been agreed upon by both the Owner and
Contractor,in which case a Change Order is executed to supersede the Construction Change Directive.
NOT VALID UNTIL SIGNED BY THE ARCHITECT, CONTRACTOR AND OWNER.
KUENY ARCHITECTS,1-LC MUtON CONSTRUCTION CITY OF OSHKOSH DPW
ARCHITECT(Firm name) CONTRACTOR(Firm name) OWNER(Firm name)
10505 •• •TE DRIVE, STE 100, 1471 McMAHON DRIVE 215 CHURCH AVNUE
PLE• )a l; I , WI 53158 NEEHAH WI 54956 1 OSHKOSH,WI 54903-1103
AD Off AD.O /J ADDRESS
�.-_/ /
BY(Si/ •tore) = (Sr ame) � BY(Sigrwture)
JO WALLENKAMP David G.Voss Jr.,Pre-.ert
(Typed name) (Typed name) (Typed name)
May 8,2015
DATE DATE DATE
MA Document 3701 tv-2001.Copyright 01979,1987,2000 and 2001 by The American Institute of Architects.MI rights reserved.WARNING:This MAs
Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or disttibution of this NA,Document,or any 1
portion of N,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was
produced by AIA software at 13:45:29 on 05/06/2015 under Order No 4620217239_1 which expires on 0411412016,and Is not for resale.
User Notes! (2001680216)
Signed for and in behalf of the City of Oshkosh
Mark A. Rohloff, City Manager
Pamela R. Ubrig, City Clerk
Lynn Lorenson, City Attorney
Trena Larson,Director of Finance
I hereby certify that the necessary provisions
have been made to pay the liability which will
accrue under this contract.
IA
Oshkosh DPW-April 1,2014
Change Proposals from Miron
Date POOP Amount Credit Description Requested/Required
$110,861.54 Saving for elimination of sales tax. CilB TAU ttedtretti i '{ r
Request for contractor to provide owners&contractors protective -aye
11/20/2013 1 Rev $17,161.10 liability for the City of Oshkosh. Cit -q' s,
LSf =v .,•
Electric division requested for low
9/17/2013 3 5448.00 Install conduits for future use to fiber/phone. voltage
10/16/2013 5 $4,569.25 Deleting 149'of 6"sanitary pipe and sanitary manhole#1 RFI#5. David deleted
10/29/2013 7 $2,741.00 Credit to delete six hand dryers,circuits and conduits. Kevin deleted
10/15/2013 8 $1,08900 Credit for deleting video screen in the Lunch/Training Room. Kevin deleted screen
11/8/2013 10 $319.70 Cost saving for using 12 55 Super Saver Model Light fixtures at fuel island. Change in tight fixtures
Furnish electrical panels for vehicle fueling station-Use for future salt
2/25/2014 13 $38,503.00 storage structure. Part of salt Bid not taken
1/22/2014 15 $276.00 Delete the floor drain in the welding bay base. Kevin requested
Install(2)4"conduits and(2)2"conduits from the future CNG station to
1/22/2014 16 $3,951.00 the fuel island center islands. Required for future CNG
12/17/2013 17 $1,443.00 Add Drip pan and Condensate liner to inside condensing units. Manufacture recommendation
Provide(22)Circuit breakers at 35 KVA in panel PP1 and PP4 per
12/18/2013 19 $3,208.00 coordination study upon selection of emergency generator. Generator required
1/8/2014 21 $411.00 Moving sink from laundry Room#119 to Support Room#120. Kevin requested
1/13/2014 24 5954.00 Increase overhead doors to 18'from 16'-two openings. Kevin requested
2/4/2014 25 5335.00 Change flooring in RM 101 to polished concrete in lieu of carpet. Kevin requested
3/10/2014 26 $881.00 Change flooring in shower area from polished concrete to epoxy. Added for better finish
Revisions to site elec.,storm water&fencing,office area,vehicle
3/17/2014 27 $5,405.00 parking,weld bay and small engines. See attached site plan/plan
2/27/2014 30 Rev $4,418.00 Provide concrete stain in rooms,101-106,109-110&112. City requested in noted rooms
Credit for countertop icemaker&associated piping/wiring in vending
3/4/2014 31 $2,605.00 113. Kevin deleted
3/11/2014 34 $496.00 Provide card access at each gate-in lieu of fuel master units. Architect changed-better system
Update the new fuel control system from 60 5martcards to 500
3/14/2014 37 Rev $2,783.00 specialized keys. City needed more keys then spec'd '
Subtotal $79,901.10 $122,957.49
Total Credit/Allowance in Mirons Contract
Change Order 02 I $43,056.39 (Credit/Allowance to Remain in Miron Contract
Approved
a
m o 0 o a
a or o e
o n o n n
wa a co o No
U N N N N N
o O 0 0
o O O O O O a 0 0 N 0 O N 0 of 0
E a o O a O O 0 0 0 0 0 0 0 N 0 0 0 0 m 0 0 W 0 0 a
0 O °i N o m o 0 o O o 0 o ei o .-, b o 0
m ry N o a o m o o °i ry rei u3 a 6 e a .+ ti
E o ^ i° N n m `O N m o vi N o m m ao .-1 M
< N 'i a a a N .<.1 P N m N N N a
N N N N v N N in N N N N N N N N N N in N N
9 to
c N
q O
. A a L
E A O
C_ v
O a N
Q
D O
I O O« 9 y u a o al o E
o `m - o a ^' w a
n y 33 a O aZ 9 0
IIIW a d a o° — w n o A a u e�.140 E a 3 mx u >•+ c v a y .n m a r
d o j C O o 9 W a _ 9 _ c ra
a `o °c v = N a a a .10. m a en a .o
.n n 'u N :n v m n v c
ti D a o c CL v O. a
ET C n a a v m
E
al N a ,
V > •c `m
CI
O. m v g a " '° m a a 0 . i o a re
`ov o - o- a o m > M m m N ,` c - o cri
d• y `m c o a o n °�' v a s v « m' .. '° c c g '" c ro
j __ c c -at s a n vi oo N C v, ` u c c ,_ - '�
as Z _re
E Z d o v
-
s_' a n o 115 a s n ^' a m '^ .. ° „ i U, t - m E N .. a n \ ' -o
a ry m v L a N a m W m o n = 3 a us ur y -o
i urn a q E '�^ N .°i '`O .. ti n v v $ a 3 0 0 .n LO .. o u m
m ° P „ - ° r a `o o a ° o c c ° - o 0 v o o n f
Sim °• o' $ E ao = ` N m g m 9 o c _ n - N L ur i a > v - - o at
mac Les in x .c _ ▪ o 0 ,- N - - - 0. 0.. 0 n - n u - o n $ s ru a .y m - a ._
n f ` r ° N ° n °° n 3 ac i ° " f0 a „ co .-1 •• a �, r v
IS E
E .. v >> -- i c v N P. c m y y m « o o °1 v c o �.`- v '; E '° n o a
m LL m ° E o w g n m '. v 'n c 'n m « 'LL" 3 0 ° " ; a N n p .a. Q c E o N `o
o
M m c m • y a t" _ .o°` E y 'n u a q ° v a v m m `o -Co _ a°
u ▪ c .10e a c c 0o m - ` 0, m « m « t .a « a m « c E o a c m m° m m '^ q > -
0 - m ` • `o c c c c c _c ° E 9 ; o E vl w c t a .v. ) E ,- c E 3 a °. '- c -c n a•
E t.
t 0 E c = H .�° 7 7 5 - n v ° A a o 0 0 E _ `. m m « o ; . c Z' m n 03 `m u m a
d
s c m ,A„ ¢ v v v v q E E.e 51 .. .. .. rt o -c a m - a 'n a = s te r g y m s al
t m E ' ,a,, ` v -o .. '> E . c c t m .° > c '> `n m o o « E a E 2 c c
ou _cr ,n uu` > > > E � et LLo UUU n aw LLau = aen a - LL3LL i. u: riLL LL
O
m2
N J
ti O
N N m
O OI
k
a
.N
o °o o o °ry v
0 .v c
o . n
N N O m CC O U
NNN : U N
0
O W O 10 I N O Vml
Of N N O M O m
M N 'I C 6 N _ V O
m 'n o co o a ` m Q a g
N .i 'i m fi N I :. N o
N N N N N Q V
a L '. i
DTI: • H
ON THE WATER
MEMORANDUM
TO: Honorable Mayor and Members of the Common Council
FROM: Steven M. Gohde, Interim Director of Public Works " "5
DATE: May 21, 2015
RE: Change Order No. 3 for Public Works Contract No. 13-08
Public Works Field Operations Facility
Miron Construction Co., Inc. (Miron) (+$98,012.36)
BACKGROUND
In July of 2013, the Common Council awarded a bid to Miron for construction of the new Public Works
Field Operations Facility. In addition, Change Order No. 1 was approved in November of 2013 to allow
the City to purchase the building materials for this project as a way to eliminate the expense for the State
of Wisconsin sales tax. Change Order No. 2 was approved in April of 2014 to process various changes
that were required as part of the first phase of this project.
ANALYSIS
Change Order No. 3 is required to process various changes that were required as part of the first phase
of this project. These changes were required for the following reasons:
1. Addition of fluid delivery system to project. The City Manager added this equipment to the project
because installation would be less costly if done during this phase of work.
2. To address changes in specifications.
3. To address changes in plans due to site conditions.
4. To provide upgrades to specified items to improve compatibility with existing equipment and to
improve operations.
FISCAL IMPACT
The original contract amount was for $14,052,771. The net impact of the previous change orders
decreased the Miron contract by $2,826,054.61. Change Order No. 3 is for $98,012.36. The revised
contract price with this change order is $11,324,728.75. This project is included in the 2013 and 2014
Capital Improvements Program under the Property Improvements section.
RECOMMENDATIONS
I recommend approval of Change Order No. 3 to contract 13-08 in the amount of +$98,012.36 to Miron
Construction Co., Inc.
Approved,
Mark A. Rohloff
City Manager
SMG/lIt
I:%Engmeenng113-08 PW Field Ops Fac\Progtl-Inlormallw1C res ndav∎Meme\13-08 Memo for CO#3_521-15 doa