HomeMy WebLinkAboutItem #06 Approval of Change Order No. 2 with Atlantic Civil Construction Corp. She cen ter of Good Le
0
AGENDA ITEM COVER SHEET
Meeting Date: September 6, 2011
Item # lV
Reviewed By:
Contact Name: Al Butler, CIP Manager Department Director: G "
Contact Number: 407 - 905 -3100, ext. 1543 City Manager:
r /1, /`„_
Subject: Approval of and authorization for the Mayor to execute Change Order No. 2 with Atlantic Civil
Construction Corp. in the amount of $6,515.89, and to increase the project budget by $9,850 using funds
from the City's unallocated contingency account. (District 2 — Wilsen)
Background Summary:
The City and its contractor, Atlantic Civil Constructors Corp., have completed the work to improve access
around and through the City Hall campus by reconstructing driveways to meet current safety
specifications, adding sidewalks, reconstructing minor structures, and upgrading stairways to meet
current building code requirements. A minor part of the project also provided aesthetic improvements to
the area, such as brick facades to concrete block retaining walls.
As with all contracts based substantially on unit prices, it is necessary to reconcile installed quantities
and the original bid quantities on which the contract budget was established. The change order has
been prepared by City staff to facilitate the contract closeout process. In addition to recognizing slight
differences between the forecast and actual quantities for several items, the change order describes one
significant scope change, which was to delete a pervious paver parking area and to instead make it a
grassed parking area. The savings realized through this change allowed us to mill and resurface the
Withers- Maguire House parking lot and the driveway from that lot to Oakland Avenue. Savings of
$897.06 from an earlier change order allow us to reduce the need for new budget to $5,618.83. The net
result is a slight increase of 1.5% of the contract amount.
Additional funds in the amount of $4,231.17 are requested to repair the original irrigation system and to
complete the landscaping portion of the project. This work includes plantings around the new grape
arbor wedding patio, the raised brick planters on Lakeshore Drive, and the new City Hall signs. Funds
would be used to procure plants, irrigation materials, and other supplies. Labor would be supplied by the
Parks & Recreation Department staff.
Issue:
Should the City Commission endorse the proposed Change Order No. 2 that will increase the contract
amount for Job No. 28701, the City Hall Campus Improvements Project, by $5,618.83 and increase the
project budget by $9,850.00?
Recommendations
The Engineering and Parks & Recreation Departments recommend that the City Commission authorize
the Mayor to execute Change Order No. 2 modifying the Contract Amount by $5,618.83, and for the
inance Department to increase the value of the related purchase order by a similar amount. In order to
'fund this increase in cost and to provide landscaping of several project components, staff recommends
1
the project budget be increased by $9,850.00 using an allocation from the City's contingency fund. The
amount in excess of the contract cost increase is intended to cover the material costs of repairs made by
City staff to the City Hall area irrigation system to correct construction damage and to provide
landscaping for improvements constructed by the project, such as the grape arbor wedding patio.
•Attachments:
Change Order No. 2.
Financial Impact:
The $9,850.00 in additional construction budget for this action is to come from the City' Reserve for
Contingency Fund. The additional funds will be reallocated to Job No. 28701 and Account No. 001 -541-
00 -6302. The total net change to the construction contract pay items is $6,515.89, but only $5,618.83
needs to be added to the contract total as a result of savings earlier in the project. The balance of the
new budget ($4,231.17) would be used for landscaping and irrigation system repairs. The new funds
would supplement remaining project budget of about $2,000 reserved for use by the Parks & Recreation
Department for project - related landscaping and irrigation system repairs.
Type of Item: (please mark 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. N/A
Reviewed by ( ) � N/A
2
,e Ce nter of Good L IV
Now-
(. / COEE , .. , ,,,,, i
-141118.: ,, --------
_,
__
CITY OF OCOEE
150 North Lakeshore Drive
Ocoee, Florida 34761
CITY HALL CAMPUS ACCESS IMPROVEMENTS PROJECT
CHANGE ORDER NO. 2
DATE: September 6, 2011
The following changes are hereby made to the CONTRACT DOCUMENTS.
Original CONTRACT PRICE $320,678.75
Current CONTRACT PRICE ADJUSTED by previous CHANGE ORDERS $368,207.63
Net Increase (Decrease) Resulting from this CHANGE ORDER $5,618.83
The current CONTRACT PRICE including this CHANGE ORDER $373,826.46
Original CONTRACT COMPLETION DATE: September 29, 2011
Current CONTRACT COMPLETION DATE adjusted by previous
CHANGE ORDERS September 29, 2011
Net Increase Resulting from this CHANGE ORDER 0 days
Current CONTRACT COMPLETION DATE including this
CHANGE ORDER September 29, 2011
fir
City Hall Campus Access Improvement Project, Change Order #2 1
CHANGES ORDERED:
*1 0160 , I. REQUIRED CHANGES
This change order establishes unit prices for new pay items and modifies the quantity for several
existing unit -price pay items in order to reconcile installed and bid quantities. See Table 1 for
details. Although the net price difference totals $6,515.89, only $5,618.83 in additional budget is
required to provide the total contract price of $373,826.46.
II. JUSTIFICATION
In addition to reconciling the installed quantities to the bid quantities, the changes provided here
were substantially related to deleting the construction of a pervious paver parking area between
City Hall and the Withers - Maguire House and adding resurfacing of the parking lot at the
Withers - Maguire House. This resulted in unit quantity overruns for paving - related items that
were substantially compensated by the deletion of Item CO1 -3.
In addition, small brick building identification signs were constructed for City Hall and the
Human Resources Building, some 4 -inch concrete sidewalk was upgraded to 6 -inch thickness in
order to better resist damage due to vehicular traffic, and some areas originally having Bahia sod
or mulch were upgraded to have St. Augustine sod installed for restoration. We also incurred
additional paving costs as a result of a portion of the main driveway having soil cement base
materials that could not be revised to provide the required cross - slope. This material had to be
removed and replaced with limerock.
Project scope deletions included the brick paver crosswalk between City Hall and the Employee
Parking Lot and the extent of Type -D curbing.
III. NARRATIVE OF NEGOTIATIONS
Change order pricing is based on existing contract prices and a price proposal received from the
Contractor. The proposed prices for new pay items are consistent with pricing seen in other
projects.
IV. PAYMENT
Table 1 shows the list of added, deleted, and modified bid items. Due to savings from Change
Order No. 1, the additional budget required to provide $6,515.89 is reduced by $897.06 to
$5,618.83.
V. APPROVAL AND CHANGE AUTHORIZATION
This proposed change to the Contract requires approval by the City Commission of the City of
Ocoee in order to supplement the project budget to fund the changes. 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.
`err
City Hall Campus Access Improvement Project, Change Order #2 2
CONTRACTOR acknowledges, by its execution and acceptance of this Change Order, that the
fi 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.
RECOMMENDED BY: ACCEPTED BY:
CITY OF OCOEE, FLORIDA ATLANTIC CIVIL CONSTRUCTION
CORP.
By: ,/ By:
r
Signature Signature
Date: 6-ePte 4 20/! Date:
Title: C JP , /762ger Title:
APPROVED BY:
CITY OF OCOEE, FLORIDA
Owner
B 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
City Hall Campus Access Improvement Project, Change Order #2 3
d 0 toOMMN t CO�titi0 O Oo
6 • T- Ti 0) Cr) M O O Ti M • (A T O Cfl CC9
cc) tO opNC))O ,r 00 O c) up r T'
W . 00 MM 01UlQD io1-M N�Cq � ?E9 NrT- ,- 0100 Tr Or` up
a E9 69 69 69 M r to
C � 05' .4-
69693. x.• 69 6969
Ea
00 O 0) 00 N nt 00 C0 0 0 0 O In 0 O CO O O tO O O OD O Is 0
O 03 00T MN. 00N 0000IsO00d'O0Is0O ti O00 1n
13 v tAM CO Nti� ,- CO MO N Ti OCfldoO0000 T- O CO C
d 1- (0(') ) in CO 0)CV 0000CV 69NCO69O)COE9Mn'M69 0) Otn R
N Q. co co M MNMr NO M E9 M69E9 � � O 64 fa _ ~ 0
CD 4,71 re 0 y} 7 , - 01 69 iM 69 64
CA 699- 69 64 E9 69 d
H Z
OOCO N Tr COopN O OCO0OtnCCOOto00nt O O0
() Ot3)C0 co OOnt CO 00001 6 01 001 oON00 CA 0 00
IO v - 06 C5 ON0000MOtotnr' C7 CD CD
C y. L0(0L0 ti nt to %ti toO 0069tnCOn'OOtoCO00 69 6969
a 0 V CO 0) CO CO CO %- CO M N N CO CO 69 E9 693 Is nt CO
� � _
•C CO N CO to Is CO M N Is tp ti •- 69 69 69
69 69
O C 69 6969 6969. N M 69 ER
H
d ' [t N CO N ti CO 0 O
> CO 0000 N ,- Cj 0 r to � OW ,_ O N�O OOto ntO ) . N T-
W 0 N CV ' C0 ( 0 N . N T- y- Lt7
c4 to O
p co C t m M t M n CD ,r co t Tr 0 ' to N„ O ,r T M Tr 00 N O 0 O
I= M co ti M N r CA
el oa
'O
O N`
rlb 0 ` CO6CD CD MMOO �� OC fl
C.) N a M Tr N N ti . f . to O O N M d_ '. OC) CA M N O to
W lc F4 = 69 69 to 69 *a� f a Ea toto EEa E96 O 69 r ill r tn.
'O 69 69
H a
et co
"CS C d CO tO 0 ) CA d M O O O 6 N N Ln O N nt O I ti tuo 0 O O
N co d 0 O O CZ w 0 � � 609 69 Ea 64 Ea 6699 0 69 69 6�9 6 6 69
0 69
• >- >- u_ >- >- >"LLLL1" } Li- << V- <U) 0
co U) J (n () (n J J U) U) -1 W WO) J J J W W W U) U) W -I a.)
CO j
� U) 0 Q L)
0 0
o P m Y _ain a) a C y
• CO _ , ,_(/) o +, = 0) 0 = ca +, a) 3 U ) c6 U) 0
C Q V Y > E L o + O` .� V O) J C d c N r
C N N CO C2 a) Y a) a3 C N t6 rn N > ."
O 0 Q Q a J u) o ts �q V 0 o Y o co o. Q 1- U) > _c m 'a m a.)
a> c1 == ��� o a0 o C O) E`afn C 3 • = am Q N n E E
C N i n o •_ • C . V V V U 0 C C C�j O fi3 N N 0 >
CL • a) a) CO a) a) 48-a (�
C '(
d'`—' LE --, N a)— 4? U ad m NZ I 9 2"== 5 P ¢
o
G 0 0 0 a 2 2 2 N a) to . al d 0 d co "' E y U) 0
O O O °5 a 0 _ C C C a d C C L 0 C d O 0 o p
<
Ci) ..c 00 c 0 I� O ° '5 o > � 0 =..c -C • o � x � � a � (.0 a)'a 0..O a) a)� .o V V ce 0 Co.a3 _ Nn�_�a.CW 2 a c 0 > 0 cn
cn
> V 0> > E fo U LL a U M . 0 .0 C) L 0 N .«� w. CC) to -. 0 0
O 1)'E 0)0)U 00C U= CNC 0 0
E a)> Q Q C C .- C C' C- L L a) 0 0. 3 0 0 a)
a) 0 . a) a) CO �. > A 'T 'T C 0 'T 'T 'T ^"
a' 2LLa'a'0_ LLsH - 64 65 W LL CO V NM a
d
Z M N M 0
C O C" 1- r - N N N N N N M 'Cr M M M 0 'T7 nt 6 6 0 0 0 0
E
m 0 0 00