Loading...
HomeMy WebLinkAboutEmergency Item - Approval of Change Order No. 1 for Pioneer Key II Rehabilitation Project c.enter of GOOd T, ~~e .' ... ~~ ~ AGENDA ITEM COVER SHEET Meeting Date: December 2, 2008 Contact Name: Contact Number: Item # EO\~Cj~ :r-b-n ~~~d~ ~ Department Director: A __ -'3!tJk.Jer City Manager: . - Subject: Approval of and authorization for the Mayor to execute Change Order No. 1 for the Pioneer Key II Rehabilitation project, and to authorize the funds required to implement the change order. David Wheeler 407-905-3100, ext. 1504 Background Summary: The project to rehabilitate the utilities and roadways of the Pioneer Key II mobile home park is well underway. In the course of the work, various opportunities for cost-effective extensions of the project plus the need to overcome unexpected obstacles have presented themselves. Six changes are proposed to the project: 1. Increase the number of fire hydrants from two to six; 2. Reroute existing water mains in four locations in order to provide service to residents during construction; 3. Make a more direct connection to the adjacent lift station; 4. Prepare for future upgrade of the water main on Palm Drive from 6 inches to 12 inches; 5. Address clearance issues on two sections of sanitary sewer lines; and 6. Install backflow preventers throughout the subdivision. The net effect of these changes will be improved service to the residents of this neighborhood and a better foundation for future utility improvements to be made by the City. All the changes are eligible for funding through the existing Orange County CDBG grant allocation. Issue: The Engineering Department has proposed a change order to implement the project modifications identified in cooperation with the Fire Marshall and the Utilities Department. The Engineering and Utility departments have reviewed the proposed prices for new bid items and believe them to be reasonable and comparable; other prices were established in the contract bid. Recommendations The Engineering Department recommends that the City Commission approve the proposed Change Order No.1, authorize the Mayor and City Clerk to execute the required legal documents, and direct the Finance Department to make the related fund allocations to the project budget and revise the purchase order issued to the Contractor to reflect the increase in project budget. To fund the change order, staff recommends that the City Commission approve the additional allocation of $79,002.03 from the original project budget. All additional funds have been declared eligible for CDBG reimbursement by Orange County. 1 Attachments: Proposed Change Order NO.1. Financial Impact: The original budget for this project included $1,500,000 in CDBG grant funds through Orange County and $257,000 in City funds. The bid price for the work came in at a lower than expected $1,375,542.62 and required only $76,133.00 in City funds for construction. (The City alone paid for design engineering.) The $79,002.03 in funding for this action will be derived from previously budgeted CDBG funds for the project, the allocation of which has already been approved by Orange County. Type of Item: (please mark with an 'xj Public Hearing - Ordinance First Reading - Ordinance Second Reading Resolution Commission Approval Discussion & Direction For Clerk's DeDt Use: _____ Consent Agenda _____ Public Hearing _____ Regular Agenda X Original Document/Contract Attached for Execution by City Clerk - Original Document/Contract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. Reviewed by ( ) .d! A'I:!- N/A N/A N/A 2 CITY OF OCOEE 150 North Lakeshore Drive Ocoee, Florida 34761 CHANGE ORDER NO.1 PIONEER KEY II INFRASTRUCTURE REHABILITATION PROJECT DATE: December 1,2008 CONTRACTOR: Central Florida Environmental Corp. (Winter Springs, FL) NOTICE TO PROCEED DATE: November 20, 2008 The following changes are hereby made to the CONTRACT DOCUMENTS. Original CONTRACT PRICE $1.375.542.62 Current CONTRACT PRICE ADJUSTED by previous CHANGE ORDER n.a. Net Increase (Decrease) Resulting from this CHANGE ORDER $79.002.03 The current CONTRACT PRICE including this CHANGE ORDER $1.454.544.65 Original CONTRACT COMPLETION DATE: January 26.2009 Current CONTRACT COMPLETION DATE adjusted by previous CHANGE ORDERS n.a. Net Increase Resulting from this CHANGE ORDER 30 days Current CONTRACT COMPLETION DATE including this CHANGE ORDER February 25.2009 CHANGES ORDERED: I. REQUIRED CHANGES During the course of construction, several opportunities for improvement in the overall result from relatively minor changes to the work presented themselves. The major changes identified are: 1. Increase the number of fire hydrants from two to six - The development presently has five fire hydrants in place, all of which need to be replaced and attached to the new water main; however, the bid quantity was two hydrants although the plans show three. A review by the City of Ocoee Fire Department indicates that six are actually needed to provide adequate service to this neighborhood, which is typified by 30-year-old, closely spaced mobile homes. 2. The design plans did not identify four locations where the new utility infrastructure vertically conflicts with existing water mains, which must remain in service until the new system is installed. Accommodating the relocation of existing water mains will require the replacement of a valve on the Palm Drive water main that supplies water to the subdivision, temporary water service interruptions for two days, and the coordinated relocation of water mains around the construction area for new facilities. 3. Preparations to connect the new sanitary sewer system to the City sewer system east of the subdivision revealed that the proposed connection would exacerbate an existing flow problem. A new connection was designed that would eliminate two manholes and provide a more direct connection to the lift station that accepts flow from Pioneer Key II. The excess manholes will be retained by the City of Ocoee. 4. The construction plans call for three new taps into the 6-inch water main on Palm Drive to supply water to the subdivision. The water main on Palm Drive is constructed of asbestos concrete, a material that can no longer be used in utility systems, and is substantially undersized. The City of Ocoee plans to replace the current Palm Drive water main in the near future and to upgrade it to a 12-inch size. To prepare for that future connection so that the main replacement project does not require water service interruption to Pioneer Key II, one of the three proposed supply taps will be replaced with a 12-inch Tee fitting and stub-out connections for future inclusion in the Palm Drive water main. 5. Stormwater and sanitary sewer lines are essentially parallel in the street rights of way. As a result, the lateral connections running from the new sanitary sewer mains to residential structures must go across the top of stormwater pipes in the center of the street to reach homes on the side opposite the sewer main. On two street segments, it was discovered that the required vertical clearances between the crossing pipes and between the sanitary sewer lateral and the roadbed cannot be provided with the existing design. The problem can be corrected for Lots 65-68 on Sand Dollar Key Drive by upgrading to a heavier wall pipe that can better withstand the stress of being near the roadway surface. Providing service to Lots 34-39 on Coquina Key Drive requires that a second sanitary sewer line be installed on the other side of the stormwater pipe. 6. Current water standards mandate that all potable water service connections include a backflow prevention device that will prevent the flow of water into the system from a user's system. The contract calls for the contractor to reuse water meters now in service throughout the subdivision; however, the water connections now in Pioneer Key II do not have the required backflow prevention devices. The City of Ocoee has arranged for a water supplier to provide the required devices to the contractor at the same price paid by the City and the PK II Rehabilitation Project 12/01/2008 2 contractor has agreed to install the devices when water services are switched to the new system. II. NARRATNE OF NEGOTIATIONS Change order is based on mutual agreement by the parties or contract unit prices. Negotiated prices apply only to those items not included in the original bid list. The City's Engineering and Utilities departments were involved in the negotiation process and reviewed the price proposals submitted by the contractor. III. PAYMENT Quantity Change Order Increase Price Increase Item No. Descriotion (Decrease) Unit Unit Price (Decrease) Furnish & install 1 fire hydrant 4 Each $2,670.00 $10,680.00 assembly Reroute water 2 main around 1 Lump Sum $8,726.79 $8,726.79 sewer line 3 Realign sanitary 1 Lump Sum $21,569.22 $21,569.22 sewer outfall Replace 6" tap at 4 Sand Dollar Key 1 Lump Sum $17,855.45 $17,855.45 Dr. with 12" Tee and stub-outs 5 8" sanitary sewer 225 Linear Foot $22.25 $5,006.25 PVC cut 0'-6' Furnish & install 6 sanitary sewer 2 Each $1,995.00 3,990.00 manhole 0'-6' cut Furnish & install 7 backflow 103 Each $107.00 $11,025.53 prevention device 8 Upgrade PVC 90 Linear Foot $1.65 148.79 sewer lateral TOTAL 579,002.03 IV. APPROVAL AND CHANGE AUTHORIZATION This proposed change is subject to the following conditions: 1. The Change Order must be approved by the City of Ocoee Commission before it is effective; 2. The aforementioned changes, and work affected thereby, are subject to all provisions of the original contract not specifically modified by this Change Order; and, 3. It is expressly understood and agreed that the approval of the Change Order shall have no effect on the original contract other than matters expressly provided herein. CONTRACTOR acknowledges, by its execution and acceptance of this Change Order, that the adjustments in Contract Price and Time shown hereon constitute full and complete compensation and satisfaction for all costs and modifications of performance time incurred by the CONTRACTOR as a PK II Rehabilitation Project 12/01/2008 3 result of this Change Order. No other claim for increased costs of performance or modifications of time will be granted by the OWNER for the Work covered by this Change Order. The CONTRACTOR hereby waives and releases any further claims for cost or time against the OWNER arising from or relating to the matters or Work set forth or contemplated by this Change Order. RECOMMENDED BY: ACCEPTED BY: CITY OF OCOEE. FLORIDA CENTRAL FLORIDA ENVIRONMENTAL CORPORATION By: By: Signature Signature Date: Date: Title: Title: APPROVED BY: CITY OF OCOEE. FLORIDA Owner By: Date Attest: FOR USE AND RELIANCE ONLY BY THE CITY OF OCOEE, APPROVED AS TO FORM AND LEGALITY TIllS DAY OF ,2008. APPROVED BY THE CITY OF OCOEE COMMISSION IN A MEETING HELD ON , 2008 UNDER AGENDA ITEM NO. By: City Attorney END OF CHANGE ORDER NO.1 PK II Rehabilitation Project 12/01/2008 4