Loading...
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