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