HomeMy WebLinkAboutEmergency Item - Change Order No. 2 for the Pioneer Key II Rehabilitation Project
AGENDA ITEM COVER SHEET
Meeting Date'
Item #
Apr I 'J 2-2oQj
EYheJr!!/'J)cy ~t~
Reviewed By:
Department Director:
City Manager:
Contact Name:
Contact Number:
David Wheeler
407-905-3100, ext. 1504
Subject: Approval of and authorization for the Mayor to execute Change Order No. 2 for the Pioneer
Key" Rehabilitation project, and to authorize the funds required to implement the change order.
Background Summary:
The project to rehabilitate the utilities and roadways of the Pioneer Key II mobile home park is almost
finished. As with most unit pricing contracts, a final change order is required at the end of the project in
order to reconcile the differences between bid quantities and installed quantities. The largest difference
is in fencing, which considerably exceeds the bid quantity due to the poor condition of fencing in the
subdivision before construction commenced. A 24% price decrease was negotiated for fence installation
as a result of the higher quantity being installed. Other significant differences are due to design
modifications, such as the need to extend sanitary sewer lines in order to provide adequate clearance
between adjacent pipes. The majority of items, however, are small adjustments resulting from minor
differences between design and installed quantities. The total variance is approximately one percent
(1%).
Issue:
The Engineering Department has proposed a change order to reconcile installed quantities relative to
those listed in the bid documents. All prices are those listed in the original contract except for that of
chain-link fencing, for which a lower price was negotiated..
Recommendations
The Engineering Department recommends that the City Commission approve the proposed Change
Order No.2, 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 $20,798.53 from the original
project budget. All additional funds have been declared eligible for CDSG reimbursement by Orange
County.
Attachments:
Proposed Change Order NO.2.
Financial Impact:
The original budget for this project included $1,500,000 in CDSG 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.)
1
-l
The $20,798.53 in funding for this action will be derived from previously budgeted CDSG funds for the
project, the allocation of which has already been approved by Orange County.
Type of Item: (please marl< with an "x')
_ Public Hearing
_ Ordinance First Reading
_ Ordinance Second Reading
_ Resolution
_ Commission Approval
Discussion & Direction
For Clerl<'s DeDt Use:
_ Consent Agenda
_ Public Hearing
_ Regular Agenda
~ 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 ( )
dN
N/A
N/A
N/A
2
center of Good L .
<\,~e l~~
CITY OF OCOEE
150 North Lakeshore Drive
Ocoee, Florida 34761
CHANGE ORDER NO.2
PIONEER KEY II INFRASTRUCTURE REHABILITATION PROJECT
DATE: April 6, 2009
CONTRACTOR: Central Florida Environmental Corp. (Winter Springs, FL)
NOTICE TO PROCEED DATE: May 27, 2008
The following changes are hereby made to the CONTRACT DOCUMENTS.
Original CONTRACT PRICE $1.375542.62
Current CONTRACT PRICE ADJUSTED by previous CHANGE ORDER $1.454539.83*
Net Increase (Decrease) Resulting from this CHANGE ORDER $20.798.53
The current CONTRACT PRICE including this CHANGE ORDER $1.475.338.36
Original CONTRACT COMPLETION DATE: January 26. 2009
Current CONTRACT COMPLETION DATE adjusted by previous
CHANGE ORDERS February 25. 2009
Net Increase Resulting from this CHANGE ORDER 60 days
Current CONTRACT COMPLETION DATE including this
CHANGE ORDER April 24. 2009
*This amount is lower than stated on Change Order No. 1 by $4.82.
CHANGES ORDERED:
I. REQUIRED CHANGES
This change order is to reflect modifications in installed units during the course of construction. The
original bid quantities are general indicators of expected installed quantities but offer differ for a
variety of reasons. Where quantity differences are significant, the Contract allows the City and the
Contractor to renegotiate unit prices to reflect quantity discounts.
II. NARRATIVE OF NEGOTIATIONS
This 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. Description (Decrease) Unit Unit Price (Decrease)
1 Optional base 25 Square Yard $6.50 $162.50
material (Group 4)
2 Type III asphaltic 25 Square Yard $8.00 $200.00
concrete
3 Class I concrete (9.06) Sauare Yard $272.00 ($2,464.32)
4 Adjust inlet (1) Each $420.00 ($420.00)
Concrete pipe
5 culvert (Class III, (6) Linear Foot $29.00 ($174.00)
18" SS)
Concrete pipe
6 culvert (Class III, (1) Linear Foot $65.75 ($65.75)
30" SS)
Elliptical concrete
7 pipe culvert (Class (2) Linear Foot $61.60 ($123.20)
HE III, 19",00")
8 French drain (15" 5 Linear Foot $61. 00 $305.00
slotted RCP)
9 French drain (18" (119) Linear Foot $65.00 ($7,735.00)
slotted RCP)
10 French drain (24" 2 Linear Foot $78.50 $157.00
slotted RCP)
French drain
11 (12"x 18" slotted 2 Linear Foot $74.50 $149.00
elliptical RCP)
French drain
12 (19"x30" slotted 2 Linear Foot $97.50 $195.00
elliptical RCP)
13 Concrete curb (10) Linear Foot $6.10 ($61.00)
(l2"x8")
14 Concrete sidewalk 159 Square Yard $28.00 $4,452.00
(6" thick)
PK II Rehabilitation Project
12/01/2008
2
Quantity
Change Order Increase Price Increase
Item No. Description (Decrease) Unit Unit Price (Decrease)
15 Fencing (Type B) 2,436 Linear Foot $18,60* $45,309.60
16 Single sign post (6) Each $200.00 ($1,200.00)
17 6" DIP water main 107 Linear Foot $22.00 $2,354.00
18 4" DIP water main (103) Linear Foot $17.20 ($1,771.60)
19 6" gate valve 1 Each $802.00 $802.00
20 4" gate valve (1) Each $713.00 ($713.00)
21 Air-release valve (4) Each $5,700.00 ($22,800.00)
assembly
22 6" wet tap (1) Each $3,205.00 ($3,205.00)
assembly w/valve
23 Water service 6 Each $712.00 $4,272.00
24 Connect residence (6) Each $141.00 ($846.00)
to water service
25 8" PVC sanitary 26 Linear Foot $22.25 $578.50
sewer (cut 0'-6')
26 8" PVC sanitary (164) Linear Foot $22.80 ($3,739.20)
sewer (cut 6' -8')
27 Sanitary sewer 5 Each $325.00 1,625.00
service lateral
28 Connect residence (11) Each $505.00 $5,555.00
to sanitary sewer
TOTAL $20,798.53
* Lower negotiated unit price for change order; original contract price was $24.50.
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
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.
PK II Rehabilitation Project
12/01/2008
3
RECOMMENDED BY:
ACCEPTED BY:
By:
~, 0/4
Signature
CENTRAL FLORIDA ENVIRONMENTAL
CORPORATI9N
Ii v
By: ,fjw/ f 2~
. .
Signature
CITY OF OCOEE. FLORIDA
\
Title: C,tv 6rl-j N1 ~ f,F
I'
Date: April h; 'LtJD9
Title: /"-',,4.
I j
Date: t7 -t '0 '7
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 THlS DAY OF
,2009.
APPROVED BY THE CITY OF OCOEE
COMMISSION IN A MEETING HELD ON
, 2009 UNDER
AGENDA ITEM NO.
By:
City Attorney
END OF CHANGE ORDER NO.2
PK II Rehabilitation Project
12/01/2008
4