Loading...
HomeMy WebLinkAboutItem #11 Approval of Award Bid #B11-02 Pioneer Key Phase I Mobile Home Rehabilitation Project be C of Good 4 , p REVISED AGENDA ITEM COVER SHEET Meeting Date: April 19, 2011 Item # Reviewed By: Contact Name: Al Butler, CIP Manager Department Director: 4- 4 Contact Number: 407 - 905 -3100 x1543 City Manager: Subject: Award Bid #B11 -02 Pioneer Key Phase 1 Mobile Home Park Rehabilitation Project to Pospiech Contracting, Inc., for the original bid price of $1,788,711.15 modified by a change order for $74,628.00 and establish a remaining project budget of $2,008,000.00. (District 3: Johnson) Background Summary: The City of Ocoee received an Orange County Community Development Block Grant (CDBG) award of $1,200,000 in FY 2010 to reconstruct the public infrastructure in the Pioneer Key I subdivision and undertook to develop construction bid documents for the project using City funds. The scope of work generally consists of the construction of a new sanitary sewer collection system, a relocated sanitary sewer Lift Station 22 with force main, a new water distribution system, an extension to the existing stormwater sewer collection system, replacement sidewalks, roadway improvements, reconstruction of the subdivision entrance on Silver Star Road, and other miscellaneous improvements, as shown in the Drawings and Bidding Documents. In addition to the work proposed for completion by a contractor, the City would directly provide the labor and materials to connect existing utility customers to the new utility service mains. Bids were received for the primary portion of the project in December, 2010. The responsive and responsible low bid was submitted by Mercon Construction Co. (Oviedo, FL) in the amount of $1,600,018.28, a cost that included reductions in three bid item quantities. The City Commission awarded the work to that firm at its January 4, 2011, meeting and established a remaining project budget of $1,968,000.00, an amount that included a 5% contract contingency for such activities as construction inspection testing services and the cost of City - performed portions of the work. Mercon decided to go forward, signed the contract, and provided a payment and performance bond to ensure the work would be done; however, Mercon ultimately determined that it could not perform the project for the awarded price and defaulted on the contract. The City has filed a claim with the payment and performance bond company and now seeks to minimize its losses by securing a competitively priced replacement contractor. Timely completion of the project is required in order to receive the CDBG funds. City staff contacted the second - lowest bidder, Pospiech Contracting, Inc., to see if they were available for the work. Awarding the project to Mercon released the bids of all other firms, meaning that bid prices could no longer be enforced. Pospiech agreed to do the work if adjustments were made to some unit prices that were significantly impacted by now - higher material costs. Other changes in project cost resulted from alterations in quantities and the addition of work that was previously to have been done by a separate plumbing contractor. Both of these actions saved the City money, with quantity deductions lowering project costs by a total of $15,578.45 and having Pospiech do the plumbing connections saving $37,985.00. Collectively, the several cost changes are not uniformly applied to the four funding City functions (water, sanitary sewer, stormwater, and public works), resulting in the need for an additional $22,000 in sanitary sewer funds, $4,000 in stormwater funds, and $32,000 in public works funds. These additions are partially offset by savings of $18,000.00 in water system construction costs. All of the changes between the original bid from Pospiech and the proposed contract are shown in Change Order No. 1, which totals $74,628.00. To accommodate the new contract and preserve a 5% contingency allowance, the remaining project budget needs to be increased to $2,008,000.00, which includes work totaling $48,861.93 to be accomplished by City forces for water service connections. Issue: Should the City Commission award the contract for the rehabilitation of Pioneer Key Phase 1 Mobile Home Park Rehabilitation Project to Pospiech Contracting, Inc., for the original bid price of $1,788,711.15, simultaneously approve a unit price adjustment change order of $74,628.00, and increase the remaining project budget to $2,008,000.00? Recommendations Staff recommends that the City Commission award Bid #B11-02 to Pospiech Contracting, Inc., in the amount of $1,788,711.15 along with a change order in the amount of $74,628.00 to adjust unit prices to current values and make other changes in the scope of the project, and authorize the Mayor, City Clerk, and Staff to execute the contract documents once the required bonds and insurance are received. In addition, Staff recommends that the City Commission establish a remaining project budget of $2,008,000 through the actions listed below. The prior authority granted to the City Manager to approve change orders to this contract up to the limit of his purchasing authority for each change order and up to the budgeted amount for this project for all change orders should remain in effect and apply to the adjusted project budget. Attachments: 1. Pospiech bid extended to show additional City costs and cost allocation among functional areas (this spreadsheet includes price and quantity adjustments shown on the change order). 2. Proposed Change Order No. 1. 3. Pospiech Contracting, Inc. price adjustment memorandum. Financial Impact: Awarding the project to the second - lowest bidder and approving Change Order No. 1 will require an increase in the project budget by a net $40,000: • Savings of $18,000 in water utility funds (to Fund 414, Job No. 31101) • Increase of $22,000 in sanitary sewer utility funds (from Fund 414, Job No. 31101) • Increase of $4,000 in stormwater funds (from Fund 103, Emergency Repairs) • Increase of $32,000 in public works funds for roadways (from General Contingency Fund and allocated to Job No. 30607) Type of Item: (please marls with an "x") Public Hearing For Clerk's Dept Use: Ordinance First Reading Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda X Commission Approval Discussion & Direction X Original Document/Contract Attached for Execution by City Clerk Original Document/Contract Held by Department for Execution Reviewed by City Attorney N/A Reviewed by Finance Dept. j N/A Reviewed by ( ) N/A 2 CD • O ,, 0 p p000 CO u ) SS 0 gp S SSS 0 0 S 1 S0 CD OS 0 S 0 v 1 1 m J O N W O M O at CD < t . N C3 4 V CO '7 N CID N 0 f N CO N CO O o C M O 0 O 0 0 CO COD 0) U0 69 '- M M (0 Q o 0 O 0 M< r M t0 10 r m N a N N N 4010 N N N N N m M O N O e- 6919 ° 6 NN 6 6 969 6 M 0 0 69 690669 O /0 N 69 N i9 w I N N e9 69 N 44 N r 21pp It e 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 8 0 0 0 0 0 0 O OD N tO 000 Co NO10 000000 CO O V f0 CO at 4010 m N It co O 6 go c co O r of CD 0) N N c4 00 r • (0 0 r rN t00 r N Mm N O)MM Q o M N M M O r CD 01 < f0 1[f vI Co N 'Q N f0 S N Co N w N)- N CO N an N N N co 10 r a .p O N V I N o w O 6969 N N 10 N N V m V' f9 69 / N M 49 N M N ow,- N H N N N N N Z O F G ' 0 0 ) N O Y O f N S SSS 0000 5 1 0 0 0 1 0 01 0 01 0 0 S S 1D O 8 Q < 1D 0 N S N N C O O c) )1 0 0 t1) 1 r n �0 r N 0 ON Cl . ea . . 0 p .cf01O r 11> O Na of M /0Of01ff w J NNNN 100016901690 N N NNe- (0 Np1 O J N N N N N 19 0... N 41. N 1- V U Oy 88 .1 8 8 8 M h co o co N M 0 W 49 49 a W CO 0 N N N O y N ��44 H Q 1— 11 pp p Q J N CN D IO m �°{ 8 8 8 m r of 6 p1`I O 0 ci Q • J F CC at O u j N 406 N !- CD N N N LU m Q /9 N N Q N N • F N Q z - - - 4 a o p p p p 0 p r W Q W 00 0 o C O 0 0 o 0 (0 14) 0 N S O S S S S co o S S o 0 S a CO 1 f i , W S o W 10 10 CD S 1l0 co v 0 CO v 1 0 0 m c) ts 05 co g D = J C K S 1 N O - OI 17 ro w. 1 m C v N 1 N 0/N0NCOD ( . O C m CD M co M O M10 1. 2 0) J 0 O M 1 O. a r M f0 /0 r m N aa N N N 10 N N O 10 O ai c N N V 1969 M NN M 0 6966 NN 1V f0 pf MW j .... a Q N .-069.- 49/ 9 CO f 0 N N N 69 N N 1 O N N N N N N w N 0 N m I- V m �.. N N d! N HH 19 N N o N O = C O O O 0 O O O O O N O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 U V m coo M O N O O N O 1 0 0 0 0 0 0 0 0 0 0 0 0 S N N O N u> ) n O N O a o N N m r 000 r O m co N m M co N M O O N 0 0 0 0 )1) O 1f r O 11pp co co N O M co O N O CO m 0 O N V N O N N m /9 M M N C O ..r M N ra N y N M V N r 0 N r N /9 N 19 19 (199 O 19 N uf 6 644499 3 M a o 1110 r h O 69 696 tltlll NN a 'Q N Q S d N co v 1 A ..0.0. M 19 Z a 1- V 4 69 N N M 2 w 1p Y �' �` S bN �01 gS 1 6 0 oormo* MM ao l+1 O r V N V N M CO m N CO M V< M p co m N S O N N W N l`O') W _ — v z O F. N m w c I U m c - -- oo o O F d Q D c t0 r N M i 4 N O M . 0 c E 2 V Q m N -6 O , a c r cc W W W M CC a m =� o ^ Z d d v > � N % mom m = m o00 o aaaaaa itgii c u • V m m aa- E m • o� < Q -q J o 0 0 �o 0 0 F 2DNt2ob 4 y 5 -mm Y _ g mmmmmmm Q Q Q O m p J o v .N 4 >. J 0 h 0 g. c c C Lg Z A. c a c ,-.tc H 2�oaoo ; m ; m m m m; O m m ccc W O `A . O U m y ((ll�� 1 m �,1 i0 L c V 0 U t `. �- u y 1 1 u%i N N . f ... W ✓ $ F m C m Q m a Y U S Z O] W W m m U O LL (7 0 0 g E E E t g (V C C C C C E 7 N L N m m Ti, $ & 7 c m T; a m v n o 0 0 0 0 0?- W — o E m m m m Q a 8 5 - 0 y E m y Z m T •.• — M M M N 0 m e F F d m m EE E m ? 81'Z w W V y¢ = ▪ &ikm mm m tttt °95' .cctc,=rm$ Q m m m > > > `E t o m x > U , .. l T m m m Q U > > > > >> a � �+ a a a a a 0 F m =w mm "(9 Pgaaam1>>>>>> �aaaa Z m mogog�UUUUUUd a.. co ME m E l o c g 8 g l QO a c c & L a n a a'� O c E E c E 0 2 2 7 m x a m m m m m m w m Id E m m m 0. m m w m 1a ��w LL O W0 C4)0ULLLL4 LLLLLLLL R' y c c c c�� o o ao o a�a 0 y inaaaa 0 N N N 0 0 0 0 O O O N 0 O 0 O 0 0 O 0 0 0 0 0 0 C5 gp CO O O O O 0 0 0 0 O 0 0 O 0 O O 0 0 O 0 O O 0 O O O 0 O 0 N ei (D O C V n V 0 0 0 0 N O 6 C G O (O IO O (O O (O IO IO O (n 0 IO 0 O M O C 0 0 0 0 0 0 N O CD 0 0 0 N J N M O M V N n 69 49 64 N 64 CO Q O) CO CO N N N N N n 0 N 61 CO 0 (O V N 69 n 0 N 0 0 V9 O O O V O O W 4 a 0 V M O N O 0) r N 0) V 11)., N (O M 0 N O V 40 1. f0 O <D M CD M O O O N O C N. u) n N. (V vi M 4i 64 N N V 69 64 M 69 69 69 69 69 N1 u 4-• O (0 co co M vi 4 M N f0 M 4 of N N IH r 0 69 64 •- 69 61 49 M M 69 W 49 N N CO N 69 69 64 64 69 61 N N 69 H w 69 69 N 64 64 64 49 69 69 69 69 64 a- 64 w 8 0 co w 0 4 O W z F0 8 88 < w o<w U U O y p p 7 0 0 0 O 0 0 0 0000 0 0 0 0 0 0 0 0 0 0 00 O 0 8 O v v v o (V ui o ui (0 (O (O In o 0 0 0 0 vi O 0 Oi N N m O) N N 0 0 69n N 0 0 (0 CL W O (n O) r V V (V o 0) (0 o f0 M 0 n ui u Oi N N V (9 f9 f9 (9 IA 10 N1 (O C' (O 0 N Z 69 69 64 MM MM N N .- 0 H 64 69 w N Q H J O 000 0 w C> C> o ' 000 0 0000 0 00000 0 0 0000 0040 m O O O 0 N O O O O 0 0 0 0 0 0 O 0 0 0 0 0 O O O O O 0 O 0 N (C 0 0 n O 00 O 0 00 uiO ui O N O IO 10 OIO O OO (a6 000 OC M Q MOM '9 n 69 64 69 49 CO Co CO CO N N N n LO CO n LO )61 N 0 O) 00V NO W W M O V N64 N 69 n 6i 6 (O N 64 V (0 n. M a0 J F I � (V (M y P'i I(i V a CM V (V co M ' N N M w a, CO 3 CO 64 tip. u4 'o 69 64 N a- 69 69 69 64 (9 44 N» 61 CO 64 • H N C? Q z - - a g p ma W 0000 go 0 001 000000 00000000 000000000 000000 0 00000000OOOON r () 0 V (0 O O4r V OOOOlV 0 ui O 00I(, ma 0 0 0 N N ui0ui ui O ui IOIO 0 u]000O ui ci00 C7 u1 00 04 0) O O C N M OM V N n 6469 CO N(900 O 0000 N N N N N n w O O 0 O 1 - N '9 IO69 n 00 0 N O O .p O O, M CI' J Ce .- M 0 V O N up 0) 1` N 0) f` N (0 M N V CD n (D 0 co M co_ M O) V 0 O O N O M a N n n (V N of CA 69 N N 69 V 69 H 69 69 69 6' 0 0) 64 e5 ui V { p (vi (vi of a .p M N O M ` O) (O N CO: M" CO W J C J ; .- 69 6- 64 64 69 69 69 co M 49 69 69 N V' N (O N 69 (9 69 69 69 64 N N 69 A (0 m W m q di ds 64 49 69 (9 (9 19 69 64 6 w w C79 476 O 0 cFa-� p p — V 0 c o o 00 0 0 0�° ° N 0 0( (0 0 ( O y ( O 4 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 . 000000000000 m N V CO O V M 0 N 4 (0 CO (O O O IN (0 0 IO O (O 6 (O (O u) (n co (O (O N IO N 0 0 0 ad u6 N O ui C u) O G ci 0 O (O W 0 V W N 49 M N CO 69 di 69 49 69 d V V (0 0 CO (� n N N N a0 CO CO N N a 0) 69 N M O CO O O O 0 0 M 64 64 H N N N M 10 CO 10 O) M CO CO N O M 69 N M V O CO 19 19 64 19 19 69 64 (96464 69 N � V 64 69 69 CO 64(919 19(969 N N ('� O) M O (O ' -- .-co Q d d � 64 69696964 69 CV 69 = O 9- 64 0. a z W ( p — Y I" - CO 8 ° ' a n 0 0 r Ch T� ,-0(0 MN M n 0O c 04 re N O.- c o CO . O V n O 0 N O co O N V CO N .- O .- .- e- N N 0 V N O N CO 0 co O co M N a n (0 W 0 V V N V a . N n (4 n O Z z O w a iz 4, o t w 0 a a c m > U t) cy z t c c c d d a Q E G a F N 26 c • a w �Z�Z �.W(9' i� r n� 5�H m Q J 00 E p a,rdgdmt`mZ� �m ��c c4° �9 c m Z • w t C 2 W c W C L L 0 G J co (..) a C A c ` z J • O N ,- c (/I C C C C C L L (n L C w y 0 (0 a 'O u) 00 (% (n 0 (` 0 C C. G N d 2 J ~ 0 72 3 m(:( (b( 6c6`- `cccc�) 2f 2Nmd " ,ty, . > 4) 45 11 - 4 ) LLt1 FO 0 N N C C C C C C N (b (D Cb oS a' A) S N F- r 0 8 C (A t V' TO 0) J 0 V$ l0 N O t U I. N N C 0 C �+ N 3 g Zt' u _ m ve z z Q 5 � t m 040)040404 u g c c c R a a a d z r j y g c a) E R 7 0 U R W W R • R « a 6 u5 O - . a o p, 3 c c c 'e a, c > a W c> w w w R R R w R ( O A of b 6 (b m Cb o m Z Z IL (0 c p c W g W m D 7d 0 10 c 6 x 1' 0 E w N 0 0. 0 oa ¢ � ¢ � , ¢ � ¢ � ¢ x vNVrnxxx < 00- ¢ 9- i noN O(n 0 00 Z.00M0Mx ' (0 00 5 ¢¢¢¢ ¢ 5 5 5 5 7 c c c c c c_ 0 C.> c 0 0 (q t c O O s Cp s 0 c 0 0 c O c c c c c X (b CO N E5 6 d' cc cc cc K 0 UI (.9 0 0 6 6 6 6 6 6 6_6 6 6 6 "v "v_a' N 0 0 J J (A 0 4 V 0 N N_N C O (b 6 CO -A U. d' 0 J N O N Z5 4 CO 0° � CN O D CO 0 49 0 0 W Cl 0 O O.- p p 9 r O S It O Q M g t Q 1 8i N 2 N 1p l 28 N /0 10 O 1 0 F. H— ri 1- 4i 19N 0 p a p N W r. O co eO D M C g n CO g H H N CO N 01 4 O r r - N - N 64 a N a N N M a N — Q ° Iff 0 iI 'i r m 4 Pi O a ,si N -YM (1) g r gii K 99 M re N W 49 N N N N z z e _ p {y 24l ' a NY> aI ON to- V e4 el ci e4 8 84 x isN 8 � � $ 888 cci p J 2 b co J E 4, r 0) N 4, 64 t, a O N M F O M ~ N N 0 N 0 V p y p O N V O° ob m 8 m r 8 0 1 O 0 0 O 0) 100 9 0 0 O S 10 CV 88 2 Q .' n N 0 re W 0 CO 10 4( 4( 0 O. ZZ �j 1 0 . at i O y N M y N N N p N N N P Q H _ J 10 S 4, 0 0 0 M h 08 CO 01 10 0 N N 1D co 0) 0 O 01 CO N .7 N N F3 M M 0 0 sr. 1l) co W a O O 0 0 0 a De r N O C /0 1q 1n m CC pp 1 M N M O M Of N N n C0 10 � V 10 N G t0 W m Q 01 CO *4 69 CV 49 4.• m 4,44 Q' Q M a 3 69 e9 NNM w yyN Y � N • z - - oa 0 r 4( Q - 9 c - N o.-000 18 m a E c o m m W j O W CO ao 0 0 0 a . 0 O O O) , * 0 0 Li 0 m o V co d vi (6 m V 3 u w 9 O 0 c V 2ID10 )) (0 o O 2 J a c 1 0469 - 4ral V ; c 0Y, 4 LLV m or, m J Q pc < a 1 a a < "'" C a S � m m y " ya Q O E : O Y 8.a 'C 5 8 O O = F-� 2av a a c �aa U v- w w vm0 O ' g co W t m W V E . - W't M r M v C E i ii c fA g 2 c 0 O & U rA 49 - eA .9 o 1 4( 1a Q w a O c� 00. to to F � ? �a = o F_. 1 0 F - a b � a o 1 0. r a 1' M >° ~ a a 3. Y *i a ' 4. W d m D 0) 0) 4 m W a W — o z E O 9 F. 4 i co a a a a g z V . o 0. 0 0. 0 0 • 0. c (a 00 z o o 0 0 u N 4) c to W 3y S; 4, O C) 0 • g a o s X p .. 8 a m °O m 5a.)U 8 d W 0 c cvob p 50031nUF- 0 N 4 be Ce nter of Good L g \\ CITY OF OCOEE 150 North Lakeshore Drive Ocoee, Florida 34761 PIONEER KEY I REHABILITATION PROJECT CHANGE ORDER NO. 1 DATE: April 19, 2011 The following changes are hereby made to the CONTRACT DOCUMENTS. Original CONTRACT PRICE $1,788,711.15 Current CONTRACT PRICE ADJUSTED by previous CHANGE ORDERS $1,788,711.15 Net Increase (Decrease) Resulting from this CHANGE ORDER $74,628.00 The current CONTRACT PRICE including this CHANGE ORDER $1,863,339.15 Original CONTRACT COMPLETION DATE: December 31, 2011 Current CONTRACT COMPLETION DATE adjusted by previous CHANGE ORDERS December 31, 2011 Net Increase Resulting from this CHANGE ORDER 0 days Current CONTRACT COMPLETION DATE including this CHANGE ORDER December 31, 2011 Pioneer Key I Rehabilitation Project, Change Order #1 1 CHANGES ORDERED: I. REQUIRED CHANGES This change order adjusts the unit prices for some pay items affected by material cost increases, establishes unit prices for new pay items, and modifies the quantity for several unit -price pay items. II. JUSTIFICATION The contract was awarded under the terms of an original solicitation conducted in December 2010 to the low -bid firm of Mercon Construction Co., at which time all other bids were released. When Mercon defaulted on the project, it was necessary to recognize significant cost changes for materials that were incurred since the bid opening date in awarding the work to the second - lowest bidder, Pospiech Contracting, Inc. In addition, staff had determined in the interim that various changes in the quantity of certain pay items were in the best interest of the City. Work to connect trailers to the new sanitary sewer mains, which was previously to be done by a separately contractor, was added to this contract due to a favorable price proposal and subsequent savings to the City. III. NARRATIVE OF NEGOTIATIONS Change order pricing is based on existing contract prices and a price proposal received from the Contractor on April 11, 2011, that reflects changes in costs to the Contractor for several pay items. The proposal includes a list of eight factors that affected pay item pricing and a revised schedule of values for the affected pay items. The proposed prices are consistent with pricing seen in other projects. IV. PAYMENT Table 1 shows the list of added, deleted, and modified bid items. V. APPROVAL AND CHANGE AUTHORIZATION This proposed change to the Contract was approved by the City Commission of the City of Ocoee, as a result of the decision by that body to supplement the project budget to fund the related improvements. 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 Pioneer Key I Rehabilitation Project, Change Order #1 2 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. RECOMMENDED BY: ACCEPTED BY: CITY OF OCOEE, FLORIDA POSPIECH CONTRACTING, INC. By: By: Signature Signature Date: Date: Title: Title: APPROVED BY: CITY OF OCOEE, FLORIDA Owner By: Date: S. Scott Vandergrift, Mayor Attest: Beth Eikenberry, City Clerk FOR USE AND RELIANCE ONLY BY THE APPROVED BY THE CITY OF OCOEE CITY OF OCOEE, APPROVED AS TO FORM COMMISSION IN A MEETING HELD ON AND LEGALITY THIS DAY OF , 20_ UNDER , 20_ AGENDA ITEM NO. By: City Attorney Pioneer Key I Rehabilitation Project, Change Order #1 3 0 0 0 0 0 0 LC) 0 0 •O 0 0 0 0 0 0 0 0 0 ^ ^O •0 ^0 0) LO LO L() Lo 0 00 N 00 CD N CD 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 v d O�Ti (DOp(D(0I� O OD.- Ili LC)LO00000 O Tr c (. u) L1) r co 0 (D LC) r- 0 r • N r co O r r M Tr M 00 M C) N 0 0 ti O N " 0 V .` LC) (D O M f- 00 CO N Cq C N 7 Cq 69 (c) N r 0 E9 E9 M E9 E9 E9 r (D CO r O N CD O a) n ' CO r CV Ns EA LC) CV 0 • EA 69 69 ( E9 E9 CD E9 N p c E9 EA N. 69 E9 E9 M N O O E9 M N E9 E9 cir) to O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O d 00 0 LC) (0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N O V ti Tr 00 Ti (O O Ti 0 6 0 0 0 0 0 LC) LC) O LC) O LC) LC) L() 0 0 0 0 0 0 0 0 a) CA (0 (D N. N M O v E9 EA 69 69 00 ti (D CA 00 00 N N N N N Is 69 69 Ln 69 O Ea. O V! a Tr O 00 Tr r MOM NCO CA Tr I� r N CO co r r r r 00 M _ (D LC) t` 1.6 E9 Ch E9 E9 - EA EA r 69 E9 E9 E9 0 ' M rt 0 .� EA6 O 9 � rE9r E9 E9 E9 ER E9 EA E9 O O O O O O LC) 0 0 LC) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 _ d C)0OO Tr NfsN(DCV 0 i 2 Lei O O N LC) O M (0 0 r N r 0 Ti N Ti O LC) 0 0 LC) LC) O O O O CD O L17 Ln O CD a Qf a 0) 0 O M CY O M N N N 1- CC) E' N N E9 ( M Qom) O (00 ) .` Ed co , - CA Tr r Tr U) Tr N E9 CA E9 CO E9 E9 01 E9 E9 r E9 E A E 00 N M .r r O O 69 E9 CO r A. 00 6% � 9 O 6 EA 69 E9 E9 ER CV E9 F- E9 E9 EA N CA C r LC) r O Is 0 CD 1.0 N CO M O N N > Ca s- CA N N ' 00 r 0p 0 0 0 O N N Nr M N r r (0 r r r N 0 0 Tr 0 O CO w a - v N V z (0 .4" • 0) co an 7 t` 0) N 0 CV CO - 0 O O� in N C C ; Tr M C r r (0 r r r r (D MC) '- 01 N r� O a r N d' r I• b 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 H = V OLC) LC )L11OODO�N000 W V c ' N CD 0 0 (0 N ' � O C O u) u) O LC) O LO L() LC) • 0 • O 0 O O LC) O "O >> 0) (0 N- r N 0 N 0 r Ti CD Tr CA Tr (0 CO 00 N Ns N N N 2 CV r O 00 r m Q & a EA EA E9 EA EA 63 EA69 E9E9 ti" E9 ER �� 69 �E4 69 6 ER H a ea co co 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 , c'' d 0 0 0 0 N 0 0 o O U) CD O O O O O O O O O O O O O O O O O O O O 44 T c L° OO O 00 O N E f� O N 0 N O N O 03 0 Lo O O L) too O O 6 6 LC) 0 O " 1: 4. a0 M L1) CD r N ER r 6 0 9 69 ta to T- M 00 N co O N N CA O Ln r r O N- M (a O O CA E9 E9 EA EA EA E9 EA E9 E9 69 E9 E9 E9 EA E9 E9 E9 E9 E9 E9 E9 E9 EA E9 E9 '-' Q O Azu_ u_ u_ LL. u_ u_ u_ u_ u_ u_ u_ aaaaaaaaaaaaaaaaaaa b F - J J J J J J J J J J J W W W W W W W W W W W W W W W W W O O bA a g U o U c c N N c c c N N N 0 ..MM �' Cp ' Cp ' Cp U a) O _ 0 d CL d 22 CC ca _1 C O c U U U (o L J ` Q,oreccct a) u; a? a> a? a) a) > 0 •C U 'a O -0 ca N CC CO - 3 3 ✓ '= c C C C c a) �7 �� � 1 y v - x a) > , � H (0 = =, m c - P i_ ? o c c c x ... a) c o o o � a3 (C z+ C (V O O � 03 a) m � U � . , CC CC d N O O O 2g Nw o , o , a , a) O Cn a)Cnm > m i _ �' a .0 a) a) a) N p (p ' 4' Ca W ,t / CO L" " a) N N N O p O N C N C() U (C) N > > > >� (vim x •(•X o co a) - c ) v )a) a) �c o2 (v 2> a� = = V 5? V > W W� V 1 4)V vHF -U� Q0 . 0.) o a? o a) 1-1 � UUU > W > o S FD cv Ln (V L1io(0 pa a (o �� n o m ›, 3 naQa -a 0 0 0 x0) � N V o) x x xcn0a 0 o 0 CDa0CV cp U U U �03 03 0CD000OCO fn ddn 0 (n Cn CV CV CD i. O 0 N co Tr N Tr CO N Tr (D Tr N M Tr 10 CO M Tr L0 M M e1 r N 0 CO N co Tr N co co `r r r N r 0 0 0 0 M ti r r r r N N N d• L() 0 0 0 0 0 0 0 0 S-'i c. p r r r N N M Tr 0 0 0 0 Z i i l i i i i i i i i i i. i .-, r 1.0 LC) LC) r r r r 0 0p 0 00 a O M . . . 0 0 0 0 0 0 0 0 LC) LC) LC) LC) LC) LC) LC) LC) Ln LC) LC) LC) 0 0 0 0 0 0 0 M O O O LC) LC) LC) U) LA LC) LC) LC) LC) LC) LC) LC) Ln LC) Ul LC) 11) L1) LC) LC) 0 00 0O 0 0 0 00 01 M 01 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Tr Tr Tr o o 0 0 0 0 0 CD 0 0 0 0 0 0 0 C d oo uiuioLri Go kn = 0 O lc) O O N N d '= 0 (0 N. 0 0 f0 co = EA 0 69 C4 F.. 1F.. • 000000 G) d 000000 1D '0 V OOOOOIli = O '- O O CI' O O N al N (L 0) O N 0 CO • > T cfl Cr) �tLococ O �� ACJ64� d F- Z O 0 0 0 0 0 0 0 0 0 O O co _ (a L 0 0 ui (n 0 0 = a o Lc) a) a) ea to — L.0 N N r O O A H O • 'r (n N = ti U) > co N t OD O _ sp co N 1 N. O O r o Car x W O 0 0 0 'O O O O O 0 • y= u 0 0 0 0 • . o • ▪ C•- 001 O 0 a) 0. N O co ea N to EA iii, Z li CD CD 00 Q� v p 0 0 L 8 O _ — ti N c � co 0 0 U 0 = N d r) N EA EA Q ,-•r EA 69 64 Z It W 1.• a) 'C w w w w J w 0 ti., c 0 O a) U > > c U _ 06 a G) t-, O 0 G) a.V a >0 c . ) o 4 O g 0 ) me '" . - 4 : 0 4 9 , > ' 0 a) a) a) N M Nr 0o a) 0 0 0 0o" Z ,1 , 0 r r r r 0 000 00 o ao ao a d• 000(0 r 251 S. Apopka Ave 1 ' ',1 ;'4 Iarmay FL]M52 7243945 Pm 052) 7243235 } }ae , ctir Zg www.papia.a.lr.rlbp,t a April 11, 2011 Al Butler 150 N. Lakeshore Dr. Ocoee, Fl. 34761 C.I.P. Manager City of Ocoee Re: Pioneer Key Phase 1 Mobile Home Park Rehabilitation Project Mr. Butler, In response to the bid items clarifications and our meetings held to review the project, Pospiech proposes Unit Price adjustments to bid items to account for the following: • PVC Pipe Material Cost Increases. • Water Fittings Material Cost Increases. • Water Valve and Hydrants Material Cost Increases. • Asphalt Material Cost Increases. • Fuel Cost Increases. • Seasonal Dewatering Cost Increases. • Restoration Activities for Existing Items not depicted on the Bid Drawings. • Adjust the Sewer 4 -Inch Sanitary Lateral Cleanout, the Single Sanitary Service Lateral, and add 4 -Inch PVC Sewer Service Piping Bid Item No. Description UM Revised Unit Price 334 -1 -1 Superpave Asphalt Conc. TrafFA TN $92.00 430 -175 -130 Pipe Culvert Round RCP 30" LF $46.50 430 -175 -136 Pipe Culvert Round RCP 36" LF $58.50 430- 175 -142 Pipe Culvert Round RCP 42" LF $76.50 1050 -11- 213 6 -Inch PVC Force Main LF $12.00 1050 -11 -214 6 -Inch DIP Water Main LF $24.00 1050 -11 -322 2 -Inch PE Water Main LF $8.00 1050 -11 -414 8 -Inch PVC Sanitary Sewer LF $24.00 1055 -11 -234 8 -Inch x 6 -Inch Reducer EA $140.00 1055 -11 -272 4 -Inch Sanitary Lateral Cleanout EA $90.00 1055- 11-413 6 -Inch 45- Degree Bend EA $240.00 1055- 11-414 8 -Inch 22.5- Degree Bend EA $165.00 1055- 11-415 8 -Inch 45- Degree Bend EA $165.00 ofirler ctinj 1055 -11 -416 8 -Inch 90- Degree Bend EA $180.00 1055 -11 -423 6 -Inch x 6 -Inch Tee EA $225.00 1055 -11 -424 8 -Inch x 8 -Inch Tee EA $270.00 1055 -11 -425 8 -Inch x 8 -Inch Cross EA $325.00 1055 -11 -443 6 -Inch Solid Sleeve EA $125.00 1055- 11-453 6 -Inch Cap EA $125.00 1055- 11-454 8 -Inch Plug EA $85.00 1080 -11 -205 Single Sanitary Sewer Lateral EA $325.00 1080 -11 -303 2 -Inch Gate Valve EA $400.00 _ 1080 -11 -304 6 -Inch Gate Valve EA $1,100.00 1080 - 11-402 6 -Inch x 6 -Inch Tapping Sleeve and Valve EA $3,200.00 1080 - 11-403 12 -Inch x 8 -Inch Tapping Sleeve and Valve EA $3,900.00 1080 - 11-404 8 -Inch Gate Valve EA $1,170.00 1644 - 113 -08 Fire Hydrant Assembly EA $3,600.00 New Item 4 -Inch PVC Sewer Service Piping LF $8.00 New Item 4 -Inch Sewer Connection EA $225.00 The cost increases referenced above have been distributed to the appropriate line items — material, fuel, and dewatering. The restoration costs, not depicted on the drawings, have been distributed as well. Plan note on sheet 3 indicates the contractor is responsible for all removal and replacement of various items on private property / Owner easements. There are items not shown on the bid drawings that will require removal in order to perform work. Examples of items not shown are as follows: • Shrubbery, irrigation, in conflict with proposed 42" RCP at the Post Office — not depicted. • Water main alignment on the northwest area of the project. Filling existing ditches, tree removal, fence relocation, securing pasture area for construction, etc. — not depicted. • Numerous properties were personal items are located in the City's Easement — not depicted. The cost increases above take into account these examples and others. Where pay items can be utilized for non shown restoration, pay items shall govern. Removal of trees will only be for areas were the work requires such removal. We will not be responsible for replacing any trees on private property. Also, the proposed sanitary sewer main must be replaced and connected to existing house laterals during construction. We will need to agree on how to construct the job around the conflicts with the existing sewer and, if there needs to be another change in contract pricing. Please let us know when we can meet to resolve any additional issues or provide clarification. Thank you for the opportunity to revise our quotation and we look forward to working with the City of Ocoee in the near future. orarliwv ill Barro Pospiech Contracting, Inc. Center of Good Liv 0. '41 AGENDA ITEM COVER SHEET Meeting Date: April 19, 2011 Item # ' i Reviewed By: Contact Name: Al Butler, CIP Manager Department Director: , �� Contact Number: 407 - 905 -3100 x1543 City Manager: Subject: Award Bid #B11 -02 Pioneer Key Phase 1 Mobile Home Park Rehabilitation Project to Pospiech Contracting, Inc., for the original bid price of $1,788,711.15 modified by a change order for $75,698.00 and establish a remaining project budget of $2,012,000.00. (District 1: Johnson) Background Summary: The City of Ocoee received an Orange County Community Development Block Grant (CDBG) award of $1,200,000 in FY 2010 to reconstruct the public infrastructure in the Pioneer Key I subdivision and undertook to develop construction bid documents for the project using City funds. The scope of work generally consists of the construction of a new sanitary sewer collection system, a relocated sanitary sewer Lift Station 22 with force main, a new water distribution system, an extension to the existing stormwater sewer collection system, replacement sidewalks, roadway improvements, reconstruction of the subdivision entrance on Silver Star Road, and other miscellaneous improvements, as shown in the Drawings and Bidding Documents. In addition to the work proposed for completion by a contractor, the City would directly provide the labor and materials to connect existing utility customers to the new utility service mains at an estimated cost of $110,471.93. Bids were received for the primary portion of the project in December, 2010. The responsive and responsible low bid was submitted by Mercon Construction Co. (Oviedo, FL) in the amount of $1,600,018.28, a cost that included several reductions in the bid quantities. The City Commission awarded the work to that firm at its January 4, 2011, meeting and established a remaining project budget of $1,968,000.00, an amount that included a 5% contract contingency for such activities as construction inspection testing services and the cost of City - performed portions of the work. Mercon decided to go forward and signed the contract and provided a payment and performance bond to ensure the work would be done; however, Mercon ultimately determined that it could not perform the project for the awarded price and defaulted on the contract. The City has filed a claim with the payment and performance bond company and now seeks to minimize its losses by securing a competitively priced replacement contractor. Timely completion of the project is required in order to receive the CDBG funds. City staff contacted the second - lowest bidder, Pospiech Contracting, Inc., to see if they were available for the work. Awarding the project to Mercon released the bids of all other firms, meaning that bid prices could no longer be enforced. Pospiech agreed to do the work if adjustments were made to some unit prices that were significantly impacted by now - higher material costs. Item for item, the Pospiech bid with material cost adjustments is $183,144.32 higher than the Mercon contract price for the same bid items and quantities, which has the impact of increasing the 5% contingency amount by $9,157.22 and raising the total cost difference to $192,301.54. Other changes in project cost resulted from alterations in quantities and the addition of work that was previously to have been done by a separate plumbing contractor. Both of these actions saved the City money, with quantity deductions lowering project costs by a total of $15,578.45 and having Pospiech do the plumbing connections saving $37,985.00. Collectively, the several cost changes are not uniformly applied to the four funding City functions (water, sanitary sewer, stormwater, and public works), resulting in the need for an additional $26,000 in sanitary sewer funds, $4,000 in stormwater funds, and $32,000 in public works funds that cannot be offset by savings of $18,000.00 in water system construction costs. All of the changes between the original bid price from Pospiech and the proposed contract amount is shown in Change Order No. 1, which totals $75,698.00. To accommodate the new contract and preserve a 5% contingency allowance, the remaining project budget needs to be increased to $2,012,000.00, which includes work totaling $48,861.93 still to be accomplished by City forces. Issue: Should the City Commission award the contract for the rehabilitation of Pioneer Key Phase 1 Mobile Home Park Rehabilitation Project to Pospiech Contracting, Inc., for the original bid price of $1,788,711.15, simultaneously approve a unit price adjustment change order of $75,698.00, and increase the total project budget to $2,012,000.00? Recommendations Staff recommends that the City Commission award Bid #B11 -02 to Pospiech Contracting, Inc., in the amount of $1,788,711.15 along with a change order in the amount of $75,698.00 to adjust unit prices to current values and make other changes in the scope of the project, and authorize the Mayor, City Clerk, and Staff to execute the contract documents once the required bonds and insurance are received. In addition, Staff recommends that the City Commission establish a remaining project budget of $2,012,000 by returning $18,000 of the current remaining budget to the water utility (Fund 408), reallocating $26,000 from the sanitary sewer utility budget (Fund 414), adding $4,000.00 in stormwater funds (reallocated from the FY 2011 budget for Miscellaneous Small Projects), and applying $32,000 in unallocated General Contingency Fund budget to the originally authorized project budget. The prior authority granted to the City Manager to approve change orders to this contract up to the limit of his purchasing authority for each change order and up to the budgeted amount for this project for all change orders should remain in effect and apply to the adjusted project budget. Attachments: 1. Pospiech bid extended to show additional City costs and cost allocation among functional areas (this spreadsheet includes price and quantity adjustments shown on the change order). 2. Proposed Change Order No. 1. 3. Pospiech Contracting, Inc. price adjustment memorandum. Financial Impact: Awarding the project to the second - lowest bidder will require an increase in the project budget of a net $44,000: • Savings of $18,000 in water utility funds (to Fund 408, Job No. 31101) • Increase of $26,000 in sanitary sewer utility funds (from Fund 414, Job No. 30607) • Increase of $4,000 in stormwater funds (from Fund 103, Misc. Small Projects) • Increase of $32,000 in public works funds for roadways (from General Contingency Fund) Type of Item: (please mark with an "x") Public Hearing For Cleric's Dent Use: Ordinance First Reading Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda X Commission Approval Discussion & Direction X Original Document/Contract Attached for Execution by City Clerk Original Document/Contract Held by Department for Execution Reviewed by City Attorney N/A Reviewed by Finance Dept. t7 Set N/A Reviewed by ( ) N/A 2 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 000000000 “41 CD 4 000000 0 0000 0 0 0 0 00 (D 0 01 0 0 0 0 0 0 00 0 0 0 0 0 0 0 (O (D 0 (D (0 1l) 0 0 10 0 V' CD fO V' (D CO O O O O O O V (O <I W 6 (O O 0 O O (O 0 0 0 0 0 0 0 (D n r O t` W O c) O h 0') W 0 J 0 u) V 0 (O O 0 N. V 0 (O 0 I, N . O N N 0 N 0 N 0 0 (O 0 0 V CO 0 (D O) M M a 0 (D M CO 0) 0 N. CO V: CO VI .41 CO u') < N CO 0 co . co r 00 c0 M O CO (n 00 0! co to (O 69 w CO 1- O M V' n M fD 6 I� v. O N s( (NI N N 4 V 6 (O (n N 69 N v 0 M t0 O <O N O 69 69 O N 6969 CV CO 0 (D 6969 sr 6969 69 Mw69 el 69 6969 69 M 69 69 N N 69 CO V 69 0) . - 1_ 69 69 69 69 69 69 N 69 w 67, w 69 w 44 M (. M M 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O (D 0 CO Cl 0 0 0 0 CO (D 0 (D 0 0 0 0 0 0 00 0 0 CO (O V' (D CO ('- (O 06 O O Q (O V 0 N V1 O W O O (O o (p ( M 6 (- M 00 W N 0 O ,- 1 N co 0 N- ) V 0 (0 (n V 69 0 (O 0 h w M 0 (D 0 M M O 0 u5 M M 0 I5 00 n V1 V' CO u) . 1 . N ,- N CO 69 CO 69 69 CO (n N N M (O O n Oi N 9 N 6 (D 69 N p 69 69 Nf 69 4 69 69 N 69 M (D 69 V 69� 69 69 69 M 69 69 M 09‘-. w 69 N 69 69 6 69 69 69 69 CO Ce Z CO r (O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p O d Q F 0) M m 0 0 0 0 0 0 0 0 (D u) 0 ( u p ) 11 (D 0 0 10 O `a' V ( D N N O N N CO ° ( � CO g W CO O 0 O CO ( CO ° M w ci �1 a 0 N(0 } 0 (O t 00 It) 4 0 3 O N N N 69 0 0 n N N O 4 . 69 0 69 i co co O co 0 ) O J f N 69 69 w (0 69 69 69 VI ( 69 69 N 69 N 69 69 6 69 N • a 0 w U v0 y W V N U M O O 0 O 0 a ' 0 0 0 to K W w LL W Z W M to o O 69 w 0) F Q F- J 0 N W 0) 0 ) ) O p O m o Q • w Ce co co w w w W CO Q to to W a 3 F- 4 Q 0 a- a P 111 0000 0 0 0 0 0 0 0 0 0 0 0 0000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 po 0000000 m g V e W • 0 000 0 0 0 0 0 (f) O (f) 0 0 0 0 0 0 00 0 0 0 0 0 0 0 (D (O 0 (D (0 (!) 0 0 1(0 0 a (D (D v (D c0 It 0 U O O O 0 O O V (O V W (n (O O 00 O o (O 0) 0 0 0 0 0 0 (N n n 0 n 4 00 O V' «) O I- M CO O N O O C E O (D V O) co 0 On (D 0 co O n O N N CO (D (D u) 0 O co co N. 0 O co 0 u') 0 co M O= J a O (D M 0) M O (' 00 a co N v, 0o (D v N ID 4 N O (O ,- CO N 0 CO CO CO O co v 6 a0 M 00 69 (1) w ( w CO J 06 O M r M (O (O n 4 V Oi N V N (D N V (O (O N N < M O O w m W C -1 N •. N V' CO 69 u) V' 0) V' 69 69 w M 69 63 M 4 w w w M (n w 0 (D (O N f9w N N w (O (9 t m N m 4 . 69 69 69 69.- .- 69 69 69 69 w 69 69 69 69 69 69 CO w (9 w • O c F O 2 0 U p 0 0 0 0 0 0 0 0 0 0 (D 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m m 0 0 0 M 0 u) 0 0 0 0 N-000000 0000000 0000000(0(00(0(0(00(0 0 CO N (O CO 7 O O O n 0 0 0 N 6 M 0 4 (D M O O N6 O O O (D O (A h. O u7 (D (D w O U V (D N O 69 0 69 69 0) 69 CO M N CO 0 Cr M N 11 N N M v 44) V-- 0 69 n O M M O 69 69 N 69 69 (p d E O O (O 69 69 69 696969 ' M' O (DD (D 1- N- n 69 69 69 69 69 69 <I cr w Q 'a M 4 69 69 M ,- ( y 69 69 2 0. -6969 69 6969 69 6969 69 69 O . 0 E ,9 w Y N 0 0 N N• O CO O g (0 (D N O 0 0 0 (D (� 0 0 M M M M CO N N (D n W ,,D O CO (D CO M 'V M r p 0 M 0 O (D c 0 w (q M r c0 V N N M 0 V 1- CO N CO N '- N M w . _ . . Z O a 01 o J a) O al 1- . c Y € O ( c Q 0 c - - - - O N 1- d. 0 ' E E ; - N iL rn�-4 as � ��� � � 1 11 F m � o � Z a Q > c � a =2 ° -0 -0 0 0 c 5 �>m K O 2 v a O s o= Y � (q > >>> > > m J ` v ;a 0 c E N W c o o en --- 0 0 0 0 0 0 0 4 (O N (0 (0 a y N a> d d Y Y J c E K K ce K re V) V) N N 2 W J - o g c v .E r J . o ,� 0 000, rnF- O ° Q c c o o_ o -) ^ L o c Q a o^ o N N N N N O F- y c c c . c Z o El ▪ (' O U E ° > m 0 < (...L.:., . 0 0 0 0 c v ?> O 0,17',7 v ” a m a a) ) 0 0 0 - �o n m m a) m io m O a F - 0 'Y ti .c .2 m t co m m F- a) co v> (n - 0) U) ly cg2 E j ynmQ O 3 Z. '.� j �>U a: C7 °° 0 0 0 0 0 o N '- ,t Q= c c c c c > 0 ` o o U) W ( E - m a y U U 0 1 c o CO ti . ' ��. y... I (0 (0 0) 0 0 V) d 1- H o E E E E E a 2 N Q o o a m � m ti Y m m r c a d a) a) a) d o p o m > a a a -----' r c c c 'ac a > >> >> 0 `�c ` c m . d n � (n (n 0 (>(> o o>> 10 c 3 �> m m m m m o x > 0 ( > m m m Q v > >>> c a a a a a z (0 C F N t0 W m m O) O! C' U U 12 0 0 J J J �O 0) C C Z o U 0> c o> a d d c c c c 0 0 0 0 0 L L O O 0 O O O<€ a W d d 0 0 m o . C o Z E o g a c 0 0 0 0 0 0c (c22 4 c 2 d c c a a a a a d y � a , 0 0 0 0 0 0 0 0 7 0 x ti .== co N N N 0 2 co 03 ' 0. ( o F- N N ., .3 -N f 2 w LL K w 0 .z O O 7 0 0 0 0 0 0 w w w w 11 LL LL a co c c g 2 2 c a s a a a a n N O_ d o a s CA 0 N 4 N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O CO 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 M 0 O 0 O 0 0 0 N O 0 0 0 0 0 0 O et 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 n 4 0 0 0 et n eT O O O O N O N O O N N t)'i O N O N N N N N ui O N N N O N O O O O N O 0 0 0 N 0 0 0 0 0 0 N Q ,- C , 30,1 - 01 ,- 0 N N 09 p 0) 69 N f9 CO N 0) CO CO N N N N N CO N O O N O n N cr N 69 CO O N N O 69 O O O O F u5 r N an M 0) U9 N N 69 0 69 69 N ,_ 69 69 69 69 N O 69 •p O h r r r 0 O M O M Q) eT 0) O O N O O f9 r 69 r 69 U9 p 69 69 yi t,.) CO 69 69 69 Ti O n M M M et M N O M Ti O N N O! �" 4 - 69 69 6969 69 CV CO p N 6969 U9 09 69 69 N N 69 69 69 69 69 O O (1) O 0 p Q 0 Z O a) F W O O O ¢ w O J U U y O W O O V O 0 O 0 O O n O 0 0 O O O 0 0 0 O O 0 O n O 0 CV V N O N N n N N N )A O O O O O U'. O O O Ire d A O N 0) ^ N 0 r- N O 0 Ul 69 00 O N 0 0 N W O O M 0 M 3 6 U5 H N CV- 69 69 69 69 FA f0 N M M M a) t0 Z V N 60 N 69 N O W 69 69 69 69 69 69 69 69 69 y) co p 4 H J O 0 0 0 N 0 O O O 0 et 0 0 O 0 O O 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0) m 0 0 0 0 N 0 0 0 0 0 h 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 CO Q Q . O O O n O O O O O O t` N O N O N N N 6 N O N O O O N6 6 6 O O u W {L M 0 R 4. N. 69 p 69 p CO N 00 CO N N N 00 60 00 N.. 9) V 16) 0 69 up O O '0 0 CO = J I° r 69 0 69 69 n 69 0 69 (0 69 69 'p , .- 1� r r M CO `i' � 0) O N O O el- W m 4 n .- 0 69 69 69 99 V M u 0 ,- M et N O M r- N N M fY Q ,- p fA 69 69 N to 09 69 f9pp N t9 co F - p C,1 a te p • W 1-- 0 0 0 0 0 0 0 N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N m M O U W O 0 0 O O O 0 N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N U V V 6D 0 0 V N N V 0 0 0 6 O ui O O O N N N N N N N O N h O N 0 0 0 0 0 0 N O O O A O U ui N N ui 0 CJ 6 O O _ = O J C M O V v O N f N p p 8 " N p O 8 4 O O N N N` N CO N O O N 8 r N 71 N 69 0 O N N O p 0 8 8 0 0 0 0 O M 1� b a p d ` N Q) V n N O M 69 N O O V O r r r r O O M 0 M 0) O O N CO W ' ' n ,- 69 49 N J 69 N N a 69 69 69 .a' 69 69 ,-- 69 69 69 69 d. M N Ti Ti O 1` co M M C M N O M N Ti a 0) 0) O C 69 p 0') M 69 09 69 N '0 N O N 69 69 69 09 p r 69 N N 69 h t0 m 4 'U CO 4 r 69 r » 69 f9 f9 69pp 09 69 69 M r 69 W CO p b F p C c c V U 0 O 0 O 0.0 O N O 0 N O 0 0 0 000.0000. O 0 O 0 O 0 (D 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 — 0 0 0 0 0 0 0 n N O N O O N N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 6699 W L m W et 0 0 V M O N et O V 4 69 69 et O O O6 O O N N O N O N 6 N 66) lA N O N 6 N N N N O O 6 N 6 O N 6 N O O O O O N N M N 69 p H9 CO _ N f- N N N _ CO CO N 0) M CO N N r Q) p N M O CO O O O O I- O O M U) N 6 9 6!9 69 ( 9 69 69 69 69 N r N N M f9 M et et C') M )6) O CO 69 N CO '0 r 0) N CO r 0 CO d) a fA p f9 f9 f9 6A 69 fA b9 p N 69 fA 69 p p f9 f9 f9 f9 f9 69 f9 N M M O Ni O 69 69 69 69 69 69 69 ( 69 CL a z d, W Y 0) N 0) O N — i r N 2 O ^ n O O CO O M O N C M N a) r r O r r r r m M N n N O N r N e t O ^ r r 4 N O M O O r r O M r N r r co W 4 N • V r r N N r W Z 0 O. 0 E 0 C 0 (O > CL g 0. i > r) d c 0 > > 3 3 . Z T a F ° m m e a 3 _ c a .S ¢ 0 c W m Zm 2•m - 6n --r > 0 E2 a- a:2 higd M Z 5 2•M � � X 000 (1) '51 ¢ 7 y t N 6n 6n 2 i N 'c a) c c° 8 U a 7 m (.33 c N c m Ow U .6 C t o m To a U G c� G Fa > . o ° v c a) . L L L L (n CO c L L O C G J J U 0_ D/ c >� J u�i O . c c c U U U U° v c� 2 d c °c c c L d a) 2 d m d c g 2 a= Q C tp .� c c c c c L_c _c L_c = W m N a) y 661 N 6/j fn N N C > CL d y a N J F U d _ `y _° C d1 i c 6 . to 6 T c d c c c c-9 m. m m . . o. M g m y r) m « ) t ,93-% a o 0 > 0 m FR- ° o d LL FQ•- OF c c c c N b eb eb m U d m cu 69 .6 To m U J 69 U 0- > Y > 0_ H= > U w n p i ° m Tv O 0 ' ' ' ' ' m 0 CA m 0) 0 6T, 6T ca o U U 6n a) a) c c p 0 2 2 2 d 'a aU O ) V C 113 N ¢• F. C m c c c c c c a) 0) c c c (n (n vi N y W .r a , ca ( n > L > c > N y CO CO U d >. U R R R x x. -7 0 6 O O m ao . ,,) .R a m a m S .E m . . 0 .e a) U d y ab a) # c 'R n 2 > W l0 > W W W W W N N N N N 0- a 0 a p d >> j >> W W W W W X. N V o x x 00 o 1) c ° � O 6/) ! (n N U U a U' J X X U' '. 'D F2 I-U N } !A 0 0 0 o O O O O O J 7 7 7> o 0 0 0 0 0 0 0 0 0 o N N o 0 0 @ N a o o= to o o = 0 0 0 C o 6 = O J 0. IP C C ..g ` c E g g E E 0 0 0 0 0 C c C C C C C C C C C 6n (0 . c L O LO cO 0 00 C , C C G C C C c a) 0 p 7 60 6 N Ei 6 2 W' or or 2 0 0 C5 C7 CD 60 CO CO C4 6 CO CD 6 6 6 et V CC N 61 65 J J 03 O O a 03 N N N 6 t0 60 O J W Q J O N V ; M M M N o 0 O CO 1p 0 D aa p 10 0 i0 co c0 M 0 O 01 10 0 00 0 /0 0 0 Oi O 0/ c a O to M co is O 1s O ei .J 0 0 0 8 co Q8N 1 0 01 0 . a0 01 CO 0 0 F OO r 0 H N M d 00 M 10 4- � d y N 1 ^ O 0 N N 01 N O 01 N O p N ▪ N N N N N O ° M M V N O V N. A r V n o V N V 0 ^ � tp 1n M 0 N N P oi. x 1M0 O 4 Y1 Q 0 . Q N N N V o K 44 N K 01 �f w N w M N N W z z x 8 8Q 0 " �` 0 < ao 'S ...1 N'O J 3 O 0 8 888 CJ Ma 10 ■ O J 2 N M J W el N M CO N N CO Q o N N Q 0 N N N N U U 0 ° (0 y O 0 A .4. O U O O O r 01 N O 01 re 10 r 0 Of co Y1 V O g M CO M O • n CO 44 f O aN0 0 CO CO 0O O et CO Li. W /0 M 0 W O so 0 N N 10 CO 10 0 N N N y N w N N N N H 1G 3 yy < H Y J 8 0 8 N O O O co 0 10 N 1. N O m 01 0 co co M O O W S 0f 00 N M S N • 0o M 10 c 1p 0 0 (0 (0 0 ) Oi DO O 0 O M Q W O in 1M. w 8 N N 1 h el H A e 2 M O 1 M 0, O N W J cl ig N 1+i ao Z m Q 10 0 Q ' K N 1p 2 0 b d « Q 3 K W 3 H 7, 64 M CO N M M N N M 1' N N 44 44 E. C4 co q a 0 a s C m U W O W a a M 0 oo OM y c o al . C 0 LL * 1 U CO EE 0 S co O V 1(i M O c 1 ^ O 0= O d b c 8 .y ce12 F o M 0 ��cl. c O Q eV m m � Q C J :42+ J 69 N g C Of Fa T Q E o N co 1� Y u : .0 B O 0 cam~ QU F- ace 0 ! a. oy0 V ( � m C t 7 y K 1 O O O 0 a C E c ry C 10 M ' } N W t W U 01 �7 W � M n el; t I d (q0 co u_ o) N U c C 0 4.V N 19 —. .- a9 O W d' 6 07 O 2 N a i c U U a » N h o - U o ca t Z c r 0. o f 8t 1— . < o Im o(0 IL Z m� _ E ~ V g 1 .rO Y 1 a = .g' 0 . Z 0 2 0 _ ' r ° M m U ,2 C 0 . ~ n S W 0 6 d e .c 8 c, W _ o 2 M 5 L5 d a °v Z a E�mj Q 8 LL a = O M O o 10 R v� O. a d 7 , e M ti « S -' 2 a F a 0`m N 3 a`� ` o 2 0. 0 ❑' r.' -a .m y u ,0 E 8 1 ? W �w >« m 2 v c ° a= d O c y O N 0 00 i O - yy ' w d 0 m N o O d Ii % w d z N 07 N 0 W m N V¢I l- a 1111 p y o 5 .' O w rn c c d 6 € - U Vi0 1n01- 3 uoincc 0 N be Ce nter of Good 4111/2 � g 11 - l CITY OF OCOEE 150 North Lakeshore Drive Ocoee, Florida 34761 PIONEER KEY I REHABILITATION PROJECT CHANGE ORDER NO. 1 DATE: April 19, 2011 The following changes are hereby made to the CONTRACT DOCUMENTS. Original CONTRACT PRICE $1,788,711.15 Current CONTRACT PRICE ADJUSTED by previous CHANGE ORDERS $1,788,711.15 Net Increase (Decrease) Resulting from this CHANGE ORDER $75,698.00 The current CONTRACT PRICE including this CHANGE ORDER $1,864,409.15 Original CONTRACT COMPLETION DATE: December 31, 2011 Current CONTRACT COMPLETION DATE adjusted by previous CHANGE ORDERS December 31, 2011 Net Increase Resulting from this CHANGE ORDER 0 days Current CONTRACT COMPLETION DATE including this CHANGE ORDER December 31, 2011 Pioneer Key I Rehabilitation Project, Change Order #1 1 CHANGES ORDERED: I. REQUIRED CHANGES This change order adjusts the unit prices for some pay items affected by material cost increases, establishes unit prices for new pay items, and modifies the quantity for several unit -price pay items. II. JUSTIFICATION The contract was awarded under the terms of an original solicitation conducted in December 2010 to the low -bid firm of Mercon Construction Co., at which time all other bids were released. When Mercon defaulted on the project, it was necessary to recognize significant cost changes for materials that were incurred since the bid opening date in awarding the work to the second - lowest bidder, Pospiech Contracting, Inc. In addition, staff had determined in the interim that various changes in the quantity of certain pay items were in the best interest of the City. Work to connect trailers to the new sanitary sewer mains, which was previously to be done by a separately contractor, was added to this contract due to a favorable price proposal and subsequent savings to the City. III. NARRATIVE OF NEGOTIATIONS Change order pricing is based on existing contract prices and a price proposal received from the Contractor on April 11, 2011, that reflects changes in costs to the Contractor for several pay items. The proposal includes a list of eight factors that affected pay item pricing and a revised schedule of values for the affected pay items. The proposed prices are consistent with pricing seen in other projects. IV. PAYMENT Table 1 shows the list of added, deleted, and modified bid items. V. APPROVAL AND CHANGE AUTHORIZATION This proposed change to the Contract was approved by the City Commission of the City of Ocoee, as a result of the decision by that body to supplement the project budget to fund the related improvements. 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 Pioneer Key I Rehabilitation Project, Change Order #1 2 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. RECOMMENDED BY: ACCEPTED BY: CITY OF OCOEE, FLORIDA POSPIECH CONTRACTING, INC. By: By: Signature Signature Date: Date: Title: Title: APPROVED BY: CITY OF OCOEE, FLORIDA Owner By: Date: S. Scott Vandergrift, Mayor Attest: Beth Eikenberry, City Clerk FOR USE AND RELIANCE ONLY BY THE APPROVED BY THE CITY OF OCOEE CITY OF OCOEE, APPROVED AS TO FORM COMMISSION IN A MEETING HELD ON AND LEGALITY THIS DAY OF , 20_ UNDER , 20_ AGENDA ITEM NO. . By: City Attorney Pioneer Key I Rehabilitation Project, Change Order #1 3 00000000^ d 6 6 6 6 0D 0 N 0 O (fl 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 d 6 ti 4 (p 0 6 6 N, C O N O . 6 . 0 .- up Lo up O O O o O L O .666 Tr C () In (f) r co (p Cp (fl I,- 0 r N r O "I CD r r M Tr M OO M M N N- O N 0 0 (n d •` (p (D O M I` 00 (p N N 00 M CN 69 CO r N r O 69 69 M 69 69 69 r r O N CD O d) (p a. d C ,-0690 t69OM N 00 CD 69EA 0 Ef }M NN0_ - EflEA C 69 . el. H) 000000000000000000000000000000 0 0 L() (fl (fl 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m V O d• 0 4 0 0 cf 0 0 0 0 0 0 0 (n (f) O (0 0 L Lc) (f) 0 0 0 0 0 0 0 0 ) 1 0) (p (O N- N M O 69 69 69 09 CO N- (p 0) 00 00 N N N N N I 6 69 O 0 O O O f/) d 6 O (0 Tr r M O M N (p O) rf I` r N (p M r r r r 00 M . O) `J To (1) O M O L0 r- N lC) 69 o Ef> Ef) 69 6 } r (A (A 69 69 o5 „56-(„5- Cp M WON- (p 64 ta t 69 .-6.1-T Ea EA 69 69 EA 69 69 H 69 EA Eft 0 0 0 0 0 0 LO 0 0 (0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 d M 0 0 0 '7 N I` N O N 0 (0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 _ 2 In O _ O N In O M (p 00 r N , O Ti N Ti 0 (fl 0 0 (fl (fl O O O O (() (() 0 0 0 C a O [r 0 o 0 O M d 0 ' M O Tr r M N N CO 6 ti M ti rt r N N EA 0) 64 0 0 (fl (p 0 (fl N CD •` w 00 ti r- p) d' ,- Tr up 'c N CD Ffl 01 69 69 01 ff) Ef> 69 0 N M N- L. M O O ,r to 2 64 69 gg 69 09 69 O 0 0- 69 69 69 NN (f3 EA Ef} I 69 Ef) m = 0 MUDW 0) O M ( N 0 00 O O O 0 N (p Tr M N r r (p r r r N Tr O cq O M N r o 7 r- r N a) T �• N- N r O r v' o Z' co E _= r • In 1. O I` co N O r 0 LO W O (p N O N CD O r r r r (A r M ao 4.) M M I\ N W N W N CO 0 r I, O N O M N r r r r M N N r " Q a r ..r "d 'Q 0 0 0 0 0 0 O 0 O 000000000 O 0000000 • • y- V 0 0 (o (0 O O O N 0 N O O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 000 • W4"0 =. O C366C36CD 66 ( aOO 6 000 14 > > L. O QD QD (0f) QD CV N 0 N O r V' 6 ,r cp Tr (p CO m0 N N N_ N_ up N r O CO _ r N O Q a Ef)EAEf�Ef)6'369 E9 E{9066.69 f3E9- 69. 0969, - 06-0 ICI 000000000 0 0 0 0 0 0 la 0 0 0 0 0 0 O 0 0 0 0 C = 0 0 0 0 0 N CO t` O (C) 0 0 O O O O O O O O O O O O O O O O O a) • _ Q 00 O 0 O N ti (p N C p N O N 00 0 O (n 6 C fl O • • O 00 O LO (n O 0 L0 = = d 00 M Ln Cp ,- N 6 r 69 6 r M .- , , r N N d) CA (fl 00 M .- ( ti N O 0 FA Ef} 69 Ef3 69 64 fA 69 69 Ef) Ef3 69 69 Ef) Efl te. v""9. 69 69 EA 69 Ef} 69.o. N It N zu_u_u_i. WWII ,,_ILLLIL‹<<<<<<<< <<<<<<<<<a -,. F - J J J J J J J J J J J W W W W W W W W W W W W W W W W W W W O V OD Q 0 c . P2 0 C C a) > U 0 O O O N C C C o> �MM�t ` m m m 0 +J > O E N 2 2 2 (p m co ots 0.i ` U a 6 3 m m m J 3 3 a) a) •— o w = == .1 c w ao a`) m c c (1) m Y U m 2 co �' _' - N Cp co L a m m a) o Z Z ' aUi m e : n , m . O rn m V a m a) m m > m a) 0) C Q C U` .N c C C j w a) N a) a) , a) m,--, >— Q a + p a) rn m a) N a) p c N �O Q m > >> >.. m m W,, - a) m rn o m m o o m m m a) > m F- a) m 3 ,u-5 m a) x x x m , a) a)HHU cnm H - P4 (t) > d w o 5 5 (p m ,2 cY lx1 0 p a0 b0 5 m m a) I m o c'O (0 O.W N m d O 0-a , - O O O x0)d Nv0 x x x(AUQ m =OO( x: Q m C10-0-- - - a t- i- '- - - - - - - - - - - C 0_ - - - N (n E d Q (p 00 N oO IY O O 0 by Cp op bp op Cp op op Zo b 00 (n O N N O (p r i , O (p N M Nt N 'q (p N •d' (p .T N M V (.() (p M V (.f) M M ct ' (p N M N M 0 M M d• r r N r 0 0 0 0 M ti r r r r N N N V Cfl (fl 0 0 0 0 0 0 0 Li p r r r N N M I 0 0 0 0 N N 11- 1. 1- 1- 1- 1• // 1- N N M M M '- / i 1 1 1 O Z i i i r (fl (fl (f) r r r r (p 0 00 00 r r r r r r r r r r ....... r r a C 1 ti ti r r r r r r r r r r r r r r r r r r r r r r r r r r r y M i . X 0 0 0 0 0 0 0 0 (o Ln (() lfl ((') Ln (I) (fl (fl (() (() (f) 0 0 0 0 0 0 0 _+ M O O O (f) Cfl (o (fl (fl to Ln (f) (o (o to (fl Ln (f) (fl o (fl (f) (fl U7 00 0 0 OO m 00 00 M M M 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 O O O O O O O ct r r ....... r r r r r r r r r r r r r r r r r r 0 0 0 0 O a) 0 0 0 0 O d • o xi Lr) O Lt) co LX O O N to I• O O to t0 a) n• vi Lri M rri i C to ff } CD N ti 0 0 0 0 a) m 0 0 o 0 0) 13 0 0 oLri c d L V' 0 O N tt) V) G. 0 N 0 (0 > — LL.6 M M V t d � - - N 0 N +' O 6969t9 69 Z H 0 0 0 0 _ 0 0000 t0 •V LO Lr) O O c a. co a) to to ii) — N r' . L ac+ O Ef} `a d :w . Lo d = • co c`i f ` p i p O c‘ a c • _ co O O W -0 O • • O 0 N - , v 0 0 0 0 C . ` O LA 0 o d 7 0 to N W 69 (f) to Z 0 0 Q 2 d o O O U a L M 00 o o /� •L = d t° (p). to Q ,,, O `9 2 4t W i. C.) ? ww _Jw 0 a) bA c o - 0 U a) c c 0 0) O a c U o Qo O d U P'" O - o (a) 0 0 N > C 3 > U � a) �. aoiL "v'v �, a) o Z 1 °_ a r r r a) co o o r r , 201 41 ..,•. Inverness, Apopka Are Inverness, P1.31157 j e r rl PhPna: (353) 7363910 Pac:17l21 7245250 Cting 40Y Inc www.pafpleebeentraeYnp cen April 11, 2011 Al Butler 150 N. Lakeshore Dr. Ocoee, Fl. 34761 C.I.F. Manager City of Ocoee Re: Pioneer Key Phase 1 Mobile Home Park Rehabilitation Project Mr. Butler, In response to the bid items clarifications and our meetings held to review the project, Pospiech proposes Unit Price adjustments to bid items to account for the following: • PVC Pipe Material Cost Increases. • Water Fittings Material Cost Increases. • Water Valve and Hydrants Material Cost Increases. • Asphalt Material Cost Increases. • Fuel Cost Increases. • Seasonal Dewatering Cost Increases. • Restoration Activities for Existing Items not depicted on the Bid Drawings. • Adjust the Sewer 4 -Inch Sanitary Lateral Cleanout, the Single Sanitary Service Lateral, and add 4 -Inch PVC Sewer Service Piping Bid Item No. Description UM Revised Unit Price 334 -1 -1 Superpave Asphalt Conc. TraffA TN $92.00 430 - 175 -130 Pipe Culvert Round RCP 30" LF $46.50 430 - 175 -136 Pipe Culvert Round RCP 36" LF $58.50 430 -175 -142 Pipe Culvert Round RCP 42" LF $76.50 1050 -11- 213 6 -Inch PVC Force Main LF $12.00 1050 -11 -214 6 -Inch DIP Water Main LF $24.00 1050 -11 -322 2 -Inch PE Water Main LF $8.00 1050 -11 -414 8 -Inch PVC Sanitary Sewer LF $24.00 1055 -11 -234 8 -Inch x 6 -Inch Reducer EA $140.00 1055 -11 -272 4 -Inch Sanitary Lateral Cleanout EA $90.00 1055 -11 -413 6 -Inch 45- Degree Bend EA $240.00 1055 -11 -414 8 -Inch 22.5- Degree Bend EA $165.00 1055 -11 -415 8 -Inch 45- Degree Bend EA $165.00 6724, • r Nki c"1.1 1055 -11 -416 8 -Inch 90- Degree Bend EA $180.00 1055 -11 -423 6 -Inch x 6 -Inch Tee EA $225.00 1055 -11 -424 8 -Inch x 8 -Inch Tee EA $270.00 1055 -11 -425 8 -Inch x 8 -Inch Cross EA $325.00 1055 -11 -443 6 -Inch Solid Sleeve EA $125.00 1055 -11 -453 6 -Inch Cap EA $125.00 1055 -11 -454 8 -Inch Plug EA $85.00 1080 -11 -205 Single Sanitary Sewer Lateral EA $325.00 1080 -11 -303 2 -Inch Gate Valve EA $400.00 _ 1080 -11 -304 6 -Inch Gate Valve EA $1,100.00 1080 -11 -402 6 -Inch x 6 -Inch Tapping Sleeve and Valve EA $3,200.00 1080 -11 -403 12 -Inch x 8 -Inch Tapping Sleeve and Valve EA $3,900.00 1080 -11 -404 8 -Inch Gate Valve EA $1,170.00 1644 - 113 -08 Fire Hydrant Assembly EA $3,600.00 New Item 4 -Inch PVC Sewer Service Piping LF $8.00 New Item 4 -Inch Sewer Connection EA $225.00 The cost increases referenced above have been distributed to the appropriate line items — material, fuel, and dewatering. The restoration costs, not depicted on the drawings, have been distributed as well. Plan note on sheet 3 indicates the contractor is responsible for all removal and replacement of various items on private property / Owner easements. There are items not shown on the bid drawings that will require removal in order to perform work. Examples of items not shown are as follows: • Shrubbery, irrigation, in conflict with proposed 42" RCP at the Post Office — not depicted. • Water main alignment on the northwest area of the project. Filling existing ditches, tree removal, fence relocation, securing pasture area for construction, etc. — not depicted. • Numerous properties were personal items are located in the City's Easement — not depicted. The cost increases above take into account these examples and others. Where pay items can be utilized for non shown restoration, pay items shall govern. Removal of trees will only be for areas were the work requires such removal. We will not be responsible for replacing any trees on private property. Also, the proposed sanitary sewer main must be replaced and connected to existing house laterals during construction. We will need to agree on how to construct the job around the conflicts with the existing sewer and, if there needs to be another change in contract pricing. Please let us know when we can meet to resolve any additional issues or provide clarification. Thank you for the opportunity to revise our quotation and we look forward to working with the City of Ocoee in the near future. . A4 ate ill Bamo Pospiech Contracting, Inc.