Loading...
ST9302-AG040430COPPELL AGENDA REQUEST FORM DEPT: Engineering Dept. DATE: April 30, 2004 ITEM #: ITEM CAPTION: Consider approval of Change Order #9 to the Sandy Lake Road Project #ST 93-02 to Ed Bell Construction Company, to meet ADA requirements for the completion of the project ($85,227), to include additional conduit for electrical feeds ($1,800), and to pay for concrete collars for various reinforced concrete pipes ($7,885) in a total amount of $94,912; and authorizing the City Manager to sign. GOAL(S): EXECUTIVE SUMMARY: This change order will resolve all outstanding issues to allow for the completion and acceptance of the project. Staff will be available to answer any questions at the council meeting. FINANCIAL COMMENTS: Agenda Request Form ~ Revised 02/04 Document Name: #Sandy Lake Change Order- I AG CITY OF COPPELL CHANGE OR EXTRA WORK ORDER PROJECT: CONTRACTOR: OWNER: CHANGE ORDER: SAND Y LAKE ROAD PROJECT # ST 93-02 ED BELL CONSTRUCTION COMPANY CITY OF COPPELL #9 DA TE: 04/30/04 Item J Quantity] Unit I Description ADD: ADA Modifications I 1 / LS [ 4.3.7 Accessible Routes/ Slope ' I [ La I 4.7.2 Curb Ramps / Slope 1 ]LS [ 4.7.4 Curb Ramps / Surface I p LS I 4.27.2 Clear Floor Space 1 / LS / Barricades, Signs & Traf, fic Handling/10 Days 1 1 LS ] Message Boards for Re,~ ork 2 ~ 1 mo. 1 ] ES [ Staking/Layout/Slope Verification/40 tu's [ / Subtotal ADD: Concrete Collars for connectious between storm sewer lines ~ 8 EA Concrete Collar for 21" RCP 1 EEAA Concrete Collar for 24" RCP 8 Concrete Collar for 36" RCP Subtotal ADD: Conduit for TXU Electrical Feeds 80 LF Bore Conduit (TXU Feed) I EA Install Pull Box (TXU) Subtotal Net Increase [ UnitPrice I TotalPrice 44,614.78 $44,614.78 8,769.72 17,100.00 8,769.72 17,100.00 530.00 530.00 500/per 5,000.00 day 5,412.50 5,412.50 95/hr 3,800.00 $85,227.00 400 $3,200.00 445 445.00 530 4,240.00 $7,885.O0 18.75 $I,500.00 300.00 300.00 $1,800.00 TOTAL CHANGE ORDER #9 $94,912.00 $94,912.00 Previous Contract Amount Total Change Order #9 Revised Contract Amount Net Increase in Contract Time of Completion Revised Contract Time of Completion $9,917,162.70 $94,912.00 $10,012,074.70 N/A 1067 Days The contractor hereby accepts this contract adjustment as a final and complete adjustment in full accord and satisfactiou of all past and future liability originating under any clause in the Contract by reason for this revision to the Contract. Rec/o m m"~/~ ~~y E n gin ee r AccepCff-C'~y City of Coppell Date Date Agreed Contractor Date MEMORANDUM FROM THE DEPARTMENT OF ENGINEERING To.' From: Date: RE: Mayor and City Council Kenneth M. Griffin, P.E., Director of Engineering/Public Works April 30, 2004 Consider approval of Change Order #9 to the Sandy Lake Road project #ST 93- 02 to Ed Bell Construction Company, to meet ADA requirements for the completion of the project ($85,227), to include additional conduit for electrical feeds ($1,800), and to pay for concrete collars for various reinforced concrete pipes ($7,885) in an total amount of $94,912; and authorizing the City Manager to sign. Since April 2001, the City of Coppell has been working with Kimley-Horn and Associates, Inc., the design engineer for Sandy Lake Rd., Accessology, a consultant to the Texas Dept. of Licensing and Regulations (TDLR), Ed Bell Construction Company, the contractor for Sandy Lake Rd. and several other people that work for TDLR concerning the accessibility issues associated with Sandy Lake Rd. In April 2001 as the project was nearing completion, I inquired about the status of the review for accessibility compliance of Sandy Lake Rd. It was then discovered that the plans had never been submitted to the State for accessibility review. In May 2001, the construction plans were submitted to TDLR for review. On July 3, 2001, the City received correspondence from TDLR stating various areas of the plans which did not appear to be in compliance. Because the project was already substantially complete, it was not a simple matter of changing the plans. In February 2002, Kimley-Horn responded to the City concerning the review by TDLR. It was Kimley-Horn's opinion that there were several misunderstandings by TDLR and that we should wait for the actual walk-thru to address some of the issues. Kimley-Horn also noted in their response letter of February 7, 2002 that the City's details were more than likely not in compliance with TDLR requirements. On December 8, 2002, the City received correspondence from TDLR stating that an inspection was due on the completed project of Sandy Lake Rd. My attempts to convince TDLR that it was not yet complete were unsuccessful, as TDLR classifies completion as when the project can be used for its intended purpose. The City of Coppell utilized an option provided by TDLR to obtain a locally approved firm to provide an inspection of the project. On April 16, 2003, the City of Coppell received the inspection report from Accessology along with notice that the City had 90-days to correct any and all deficiencies. On July 23, 2003, an extension was granted that was set to expire on October 23, "CITY OF COPPELL ENGINEERING - EXCELLENCE BY DESIGN" 2003. On October 9, 2003, I responded to Accessology's inspection report from April 16, 2003. My response was that while there were still outstanding issues to be corrected on the original contract my goal was to retain the services of Accessology, independent of their review for the State, to provide a thorough one on one walk thru with me on the project to convey the exact method to correct the deficiencies. My argument throughout the preceding months with Accessology was that existing development adjacent to Sandy Lake Rd. precluded a reasonable resolution of the deficiencies. Because Accessology could not meet within the timeline of the second extension, a third extension was granted on October 29, 2003. The third extension expired on January 29, 2004. On November 10, 2003, a representative of Accessology, Garreth Campbell, project inspector, and myself walked the entire project making note of every referenced deficiency and the method to correct that deficiency. I then summarized that meeting in a letter back to Accessology on November 21, 2003. In that letter I requested a variance for numerous items associated with the original review. I did not receive any response from Accessology. It was my impression that they were working for TDLR and could role on variances. It was only later that I discovered that any variance request takes a different format directly thorough TDLR for review. It was also at that time that I discovered that there were no more available extensions for the project and the file would be turned over for enforcement on January 29, 2004. During the preceding months, I had been reviewing the law associated with the Texas Accessibility Act from the early 1990's and it was my opinion there was a requirement on the design engineer's part to submit plans for review. The plans were never submitted to the State for review in the early 1990's and were only submitted to the State for review when I inquired about the status of the review in 2001. I then began meeting with representatives of Kimley-Horn concerning their responsibility in not submitting the plans. Their initial response was that it was the City's responsibility in 1991 and that it did not become a design engineer's responsibility until early 2000. The executive vice-president for Kimley-Hom quoted excerpts from House Bill 39, as approved in the 2nd called session of 1991, as documentation that he was correct that the plans should have been submitted by the City, not by the consultant. He also stated that it did not become the consultant's responsibility to submit plans until Senate Bill 484 was approved in 2001. Because he was only quoting excerpts from approved house bills, I contacted the State of Texas to obtain the actual House Bill 39 as approved in 1991. House Bill 39, from 1991, required the design consultant to submit plans to the State for review, not the City. Specifically, House Bill 39 stated that plans and specifications should be submitted to the department by the architect or engineer who has overall responsibility for the design of the constructed or reconstructed building. The same house bill states also that the only time the owner shall submit plans and specifications to the department is if there is no architect or engineer with that responsibility. I again contacted Kimley-Horn to state that it was my opinion that they had responsibility in this issue. Kimley- Horn's representative then tried to convince me that I was the design engineer for the project and as such it was my responsibility. Once again, the State of Texas confirmed that the design engineer or the engineer for the overall responsibility for the project is the person that seals the plans not the person that has oversight over the project. The plans were designed and sealed by "CITY OF COPPELL ENGINEERING - EXCELLENCE BY DESIGN" Kimley-Hom, therefore, they were the design engineer and they were responsible for submitting plans to the State. Once we got past that issue, Kimley-Horn was much more agreeable to meet to discuss financial responsibility on the project. Several of the deficiencies on the project were out right design errors and several were problems with our details for curb ramps. After several telephone calls with representatives from Kimley-Horn, they have committed to contributing $35,000 to this project to correct the deficiencies. Also, the original contractor Ed Bell Construction Company has looked at the deficiencies and reviewed their work in the field and has noted several locations where they have committed to remove and replace constructed ramps at their cost. There is still a cost to the City to bring about this completion and a portion of that cost is driven by our incorrect details from the early 1990's and the fact that the ramps need to have differentiation in color from the adjacent streets and sidewalks. While it seems that there has been a long time elapsed from the beginning to nearing conclusion of this resolution, there have been meetings, telephone calls, letters, and research to get to this point. The point we are at today is that on March 19, 2004 the TDLR issued their final letter stating that the City had 90-days to correct all deficiencies or this would be turned over to enforcement. The 90-days expires on June 16, 2004. While enforcement may have the ability to grant some variances or relax some rules and regulations, they also have a right to begin issuing fines from day one. Therefore, staff recommends approval of Change Order #9 to the Sandy Lake Road project #ST 93-02 to Ed Bell Construction Company to meet ADA requirements for the completion of the project. Staffwill be available to answer any questions at the Council meeting. "CITY OF COPPELL ENGINEERING. EXCELLENCE BY DESIGN" Kimley-Horn and Associates, Inc. April 27, 2004 Kenneth M. Griffin, P.E. Director of Eugiueering/Public Works City of Coppell P.O. Box 9478 Coppell, TX 75019 Via Facsimile and Mail · 972-304- 7041 S~ite ~ 800 12700 Park Cestral Drive Dallas, Texas 75251 Re: Sandy Lake Road Accessibility Issues Dear Mr. Griffin: Tile purpose of this letter is to confirm the agreement you and 1 reached yesterday regarding the resolution of all accessibility issues associated with the Sandy Lake Road project. We have agreed that Kimley-Horn will pay $35,000 in exchange for a full release of all liability fi'om tile City related to any costs or liability the City may have in connection ~vith any accessibility issues oil this project. We will provide you with a proposed release in the near future. If this letter is not consistent with your understanding of our agreement, please let me know immediately. Thank you for your assistauce in getting this ~natter resolved. Sincerely, KIML~/'~ORN AND~SSOCIATES, Executive Vice President INC. DLB/drh TEL 972 770 1300 FAX 972 239 3820 TELEPHONE 214-358-6581 ED BELL CONSTRUCTION COMPANY POST OFFICE BOX 540787 10605 HARRY HINES BLVD DALLAS, TX 75354-0787 DALLAS, TX 75220 April 21, 2004 FAX 214-352-3201 Mr. Kenneth M. Griffin, P.E. Director of Engineering and Public Works CITY OF COPPELL City of Coppell Town Center 255 Parkway Boulevard Coppell, TX 75019-4409 Sandy Lake Road Reconstruction Coppell Project #: ST 93-02 Barrier Free Ramps Issue Resolution Dear Mr. Griffin; Attached please find a proposal for the resolution of the issues associated with the barrier free ramps and accessible routes on the referenced project. We propose to begin the items of work within one calendar week of the effective date of an executed agreement. We will prosecute the items to be paid for, as well as the items we have assumed responsibility for, on a daily basis until completion. We anticipate meeting your Mid-June deadline, but are unable to contractually commit to that deadline. If you have any questions, please do not hesitate to contact us. Sincerely, ED BELL C~ NSTRUCTION COMPANY EQUAL OPPORTUNITY EMPLOYER TELEPHONE 214-358-6581 ED BELL CONSTRUCTION COMPANY POST OFFICE BOX 540787 10605 HARRY HINES BLVD DALLAS, TX 75354-0787 DALLAS, TX 75220 April 21, 2004 FAX 214-352-3201 Mr. Kenneth M. Griffin, P.E. Director of Engineering and Public Works CITY OF COPPELL City of Coppell Town Center 255 Parkway Boulevard Coppell, TX 75019-4409 Sandy Lake Road Reconstruction Coppell Project #: ST 93-02 Proposal for Construction of Barrier Free Ramp Corrections We propose to furnish the necessary labor, equipment, tools, materials, and incidentals required to complete the modifications to existing construction for the Sandy Lake Road Project as delineated in the attached letter of resolution dated Febmary 17, 2004, and in accordance with the attached schedule of values for payment. Items with a blank in the cost column are being assumed by EBCC. Payment shall be made at the completion of the work, estimated to occur in the month of June, 2004. Coppell agrees to make payment for said work within 21 calendar days of notification of completion by EBCC personnel and approval by the Engineering Department. Item 7a of 4.3 Accessible Routes (4.3.7 Slope), Items 3 and 4 of 4.7 Curb Ramps (4.7.2 Slope), and Item 19 (East) of 4.7 Curb Ramps (4.7.4 Surface) are quoted as unit price work, as well as all of the items in 4.27.2 Clear Floor Space. Each location shall be measured, agreed upon and constructed. Measured quantities will be billed at the unit price stated (February 17, 2004 letter). In our proposal, we have excluded the following items of work: 1. Relocation or support of existing utilities. 2. Night, weekend or overtime work. 3. Removal or remediation of"hazardous materials". 4. Payment of inspection fees or testing costs for this work. Steven Pr~ President April 20, 2004 )NSTRUCTION COMPANY The effective date of this agreement shall be: CITY OF COPPELL By: Title: Date: EQUAL OPPORTUNITYEMPLOYER ~o oo oo 0 ' 0~ 0 < o~ooo!oooooo=ooooo'oooooooooooo:°°° 0 5dddddddddYooddddododododoodddd < D 0 0 FAX (214) 352-3201 TELEPHONE (214) 358-6581 ED BELL CONSTRUCTION COMPANY POST OFFICE BOX 540787 10605 HARRY H~NES DALLAS, TEXAS 75354-0787 DALLAS, TEXAS 75220 December 26, 2002 Mr. Kenneth M. Griffin, P.E. Director of Engineering and Public Works City of Coppell 255 Parkway Blvd. Coppell, Tex as 75019-4409 Re: Sandy Lake Road Reconstruction Coppell Project #: ST 93-02 Kimley-Horn Project #: 06940600 DWU Project #: 98-311F Dear Mr. Griffin: During installation of the storm sewer on the referenced project, the proposed storm sewer system was modified at the direction of the City to accommodate utilization of the existing storm sewer system. These modifications required the utilization of several additional concrete collars for connections between storm sewer lines. As a result, EBCC submits the following items for inclusion on the next change order: Item IDescription Quantity Unit Price Extension ! CONCRETE COLLAR FOR 21" RCP 8.00 EA $400.00 $3,200.00 CONCRETE COLLAR FOR 24" RCP 1.00 EA $445.00 $445.00 CONCRETE COLLAR FOR 36" RCP 8.00 EA $530.00 $4,240.00 Total $7,885.00 Your attention regarding this matter is greatly appreciated. This work required an additional ten (I0) calendm days tu c~m,plcte. If you have any question~ regarding this information, don't hesitate to contact ()ur office. Sincerely, E~ C~is~i°n C°Inpany' Robert D. Weber Project Manager AN EQUAL OPPORTUNITY EMPLOYER FAX (214) 352-3201 TELEPHONE (214) 358-6581 ED BELL CONSTRUCTION COMPANY POST OFFICE BOX 540787 10605 HARRY HINES DALLAS, TEXAS 75354-0787 DALLAS, TEXAS 75220 December 30, 2002 Mr. Kenneth M. Griffin, P.E. Director of Engineering and Public Works City of Coppell 255 Parkway Blvd. Coppell, Texas 75019-4409 Re; Sandy Lake Road Reconstruction Coppell Project #: ST 93-02 Kimley-Horn Project #: 06940600 DWU Project #: 98-311F Dear Mr. Griffin: Prior to demobilization from the referenced project, our electrical/traffic signal subcontractor was required to provide an electrical feed and pull box for TXU. The feed was identified after installation of the pavement; therefore, it had to be instaIled utilizing a bore. As a result, EBCC submits the following items for inclusion on the next change order: Item Description Unit Price Quantity Extension BORE CONDUIT (TXU FEED) 80.00 LF $18.75 $1,500.00 INSTALL PULL BOX (TXU) 1.00 EA $300.00 $300.00 Total $1,800.00 Your attention regarding this matter is greatly appreciated. This work required an additional two (2) calendar days to complete. If you have any questions regarding this information, don't hesitate to contact our otfice. Sincerely, Robert D. Weber Project Manager AN EQUALOPPORTUNITYEMPLOYER