HomeMy WebLinkAboutItem #02 Approval of Contract B14-01, Change Order No. 2 for Peach Lake Manor Phases 3, 4, & 5t �
OCOPP
Florida
AGENDA ITEM COVER SHEET
Meeting Date: J une 3, 2014
Item #
Contact Name: Stephen C. Krug
Contact Number: 6002
Reviewed By
Department Director:
City Manager:
subject: Peach Lake Manor Phases 3, 4 & 5. Contract B14 -01, Change Ord r No. 2.
Commissioner Grogan, District 1.
Background Summary:
The City Commission awarded the Peach Lake Manor Project Phases 3, 4 & 5 to Dewitt Excavating,
Inc. (Dewitt) on December 3, 2013. This project incorporates drainage improvements on Sal Street,
Jemima Avenue, Lady Avenue and portions of Mona and Maureen Avenues. Changes to the
remodeled Spring Lake Elementary School require modifications to the existing project storm drainage
system to accommodate revised car and pedestrian access. The storm drainage modifications include
removal of a concrete flume, sidewalk and relocation of chain link fencing. The new construction
includes a new closed flume inlet, sidewalk, guide rail and pavement modifications. Dewitt is currently
under contract with the City installing this drainage system and provided pricing for the modifications at
or below contract unit prices.
This change order will incorporate the modifications necessary to conform existing drainage facilities
with the new pedestrian and vehicle access at the revised school entrance prior to opening. No
additional contract time is required for the change order.
Public Works recommends approving Contract B14 -01 Change Order No. 2 in the amount of
$32,532.50, with Dewitt Excavating, Inc. This change order will provide a new contract price of
$1,519,686.06. The change order is adequately funded in the Stormwater budget.
Issue:
Request the City Commission to approve Peach Lake Manor Phases 3, 4 & 5 Change Order No. 2 with
Dewitt Excavating, Inc.
Recommendations:
Recommend to approve Peach Lake Manor Phases 3, 4 & 5, Contract No. B14 -01, Change Order No. 2
in the amount of $32,532.50 with Dewitt Excavating, Inc., of Winter Garden, Florida.
Attachments:
B14 -01 Change Order No. 2.
Financial Impact:
The $32,532.50 change order is adequately funded in the Stormwater Division's CIP budget under the
Peach Lake Manor drainage improvements.
Type of Item: (please mark with an z')
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
Original Document/Contract Attached for Execution by City Clerk
X Original Document/Contract Held by Department for Execution
Reviewed by City Attorney
Reviewed by Finance Dept.
Reviewed by ( )
N/A
N/A
N/A
2
14 kV 04�/
occ >ee
florida
CITY OF OCOEE
150 North Lakeshore Drive
Ocoee, Florida 34761
*This Change Order Requires Action by the City Commission*
PEACH LAKE. MANOR PHASES 3,4 & 5
BID NO. B14 -01
CHANGE ORDER NO. 2
DATE: 5/14/2014 PURCHASE ORDER: 1422408
The following changes are hereby made to the CONTRACT DOCUMENTS.
Original CONTRACT PRICE
Current CONTRACT PRICE ADJUSTED by previous CHANGE ORDERS
Net Increase ( Deeease ) Resulting from this CHANGE ORDER
The current CONTRACT PRICE including this CHANGE ORDER
Original CONTRACT COMPLETION DATE:
Current CONTRACT COMPLETION DATE adjusted by previous
CHANGE ORDERS
Net Increase Resulting from this CHANGE ORDER
Current CONTRACT COMPLETION DATE including this
CHANGE ORDER
$1,267,462.06
$1,487,153.56
$32,532.50
$1,519,686.06
February 20 2015
February 20 2015
[ 01 days
February 20, 2015
Peach Lake Manor Phase 3, 4 and 5, Change Order # 2
CHANGES ORDERED:
L REQUIRED CHANGES
Required changes involve modifications to the existing project storm drainage to
accommodate the new entrance and sidewalk access to the new Spring Lake Elementary
School Entrance off Sarah Lee Lane. The storm improvements include removal of a
concrete flume, sidewalk and relocation of chain link fencing. The construction activities
include a new closed flume inlet, sidewalk, guiderail, and paving for access into school.
The bid items are attached for review.
H. JUSTIFICATION
Field revisions required to provide pedestrian access to the new school entrance.
III. NARRATIVE OF NEGOTIATIONS
The work is in the Peach Lake Manor drainage project currently under contract with
DeWitt Excavating. Revisions submitted to the Contractor for pricing and incorporation
into the project.
IV. PAYMENT
Refer to Bid Table for Item Quantities and Cost.
V. APPROVAL AND CHANGE AUTHORIZATION
The original project and funding allocation was established by issuance of a CITY purchase
order, subject to the terms and conditions contained in the CITY's solicitation, Project Manual,
Drawings, Specifications, and /or the CONTRACTOR's service and price proposal, which
collectively form the terms of an agreement between the CITY and the CONTRACTOR for the
performance of the Work. This proposed change to the agreement requires approval by the City
Commission under the CITY's Purchasing Rules and Regulations and is consistent with any
prior action by the City Commission to award the Work to the CONTRACTOR. It is expressly
understood and agreed that the approval of the Change Order shall have no effect on the original
agreement 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 CITY for the Work covered by this
Change Order. The CONTRACTOR hereby waives and releases any further claims for cost or
time against the CITY arising from or relating to the matters or Work set forth or contemplated
by this Change Order.
[Balance of this page was left blank intentionally]
Peach Lake Manor Phase 3 4 and 5, Change Order # 2
RECOMMENDED BY:
CITY OF OCOEE .IDA
By: ��
Signature
Date: / f _- Zop I �-
Title:
APPROVED BY:
CI'T'Y OF OCOEE FLORIDA
By:
S. Scott Vandergrift, Mayor
FOR USE AND RELIANCE ONLY BY THE
CITY OF OCOEE, APPROVED AS TO FORM
AND LEGALITY THIS DAY OF
20__
By:
City Attorney
ACCEPTED BY:
De Witt Excavating
B
Signature
Date:
Title:
Date:
Attest:
Beth Eikenbei y, City Clerk
APPROVED BY THE C1'1'Y OF OCOEE
COMMISSION IN A MEETING HELD ON
,20_ UNDER
AGENDA ITEM NO.
Peach Lake Manor Phase 3, 4 and 5, Change Order #-2
SECTION 00847
CITY OF OCOEE
150 N. Lakeshore Drive
Ocoee, Florida 34761
PROJECT DATA:
NAME: Peach Lake Manor Drai improveme (Phases 3 4 and 5 __.__
LOCATION: Spring Lake E Access_____
OTHER:
REQUEST FOR PROPOSED
CHANGE
RFP NO. 002
PROJECT NO: -01
DATE: 05 -0 -14
REFERENCE:
TO (CONTRACTOR): DeWitt Excavating Inc.
Please provide the undersigned a proposal for the following change in the work within seven (7) calendar days after receipt of this request. The written
proposal must clearly delineate the scope of the proposed change in the work providing an itemized estimate of the time and all material and labor (by
trade), subcontract and overhead costs and fees. Any amount claimed for subcontracts must be similarly supported.
DESCRIPTION of change in work: V Milt and resurface, remove and replace sidewalk remove and replace chain linked fencing at Sarah Lee Lane per
Change Order Type: D Deletion x Addition 11 Revision fl Other: ( )
Constraints of Change:
Initiated by: ❑ Changes in Owner Requirements rl Unforeseen Conditions x Others: ( Additional Scope )
Proposal must be received by:
ATTACHMENTS (Listing of attached documents that support description):
1. Contractor Request for Information No. 4.
2. Plan Revisions: S chool Board Access Drain C onfig. Plan 5.
3. 6.
u OWNER: City of Ocoee ❑ CONTRACTOR: DeWitt Excavating, Inc.
U ENGINEER: SAI & Associates, Inc. L7 FIELD:
❑ CONSTRUCTION ADMINISTRATOR: _ ❑ OTHER:
❑ SUBCONSULTANT:
Date Received From Contractor: Date Returned to Contractor With Comments
Date Returned to City
Peach Lake Manor
Drainage lmprovernenr s 00847.1 5/9/2014
PRICING INFORMATION:
Method of Pricing:
A. ❑ Established Contract Unit Price(s)
B. x Negotiated Unit Price(s) (including Overhead and Profit)
C. ❑ Negotiated Lump Sum (including Overhead and Profit)
D. ❑ Actual Cost of Work plus Fixed Percent for Overhead and Profit
E. ❑ A combination of A, B, C, D
DESCRIPTION OF WORK:
❑ By General Contractor n By Subcontractor
ITEM OF WORK QUANTITY PRICE TOTAL
SEE ATTACHED
naaes if necessary
NET TOTAL COST OF THIS CHANGE PROPOSAL $
EXTENSION OF CONTRACT TIME:
As part of this Change Proposal the Contractor requests an extension of the contract time in the amount of 15 additional days.
Provide thorough documentation in support of the request for additional time:
A requirement of this Change Proposal will be to provide record drawing information for all of the affected items of work
RECOMMENDATION BY ENGINEER/CONSTRUCTION ADMINISTRATOR:
Comments:
Signature of Engineer /Construction Administrator: Date:
ACCEPTANCE BY OWNER:
Comments:
Signature:
Date:
(Name)
this _- day of
(day)
of
(Company)
,2011
nwmh) b'caQ
agree to the costs and terms of RFP
(NO)
Peach Lake Maim-
Drainage finprovements 00847 -2 519/2014
PEACH LAKE / SPRING LAKE ELEMENTARY ACCESS
DeWitt Excavating, Inc.
05/09/14
COR 2877 -002 PAGE 1 5/9/2014
UNIT
ITEM
QUANTITY
U/M
TOTAL
TOTAL
DEMO
STORM FLUME
1.00
EA
900.00
900.00
5' SIDEWALK
118.00
LF
1.67
197.06
4' SIDEWALK
21.00
LF
1.34
28.14
F -CURB
48.00
LF
0.67
32.16
6' CHAIN LINK W/3
BARBED WIRE
200.00
LF
2.00
400.00
GATES AND FENCE POST
1.00
LS
500.00
500.00
MILL 1" ASPHALT
1,580.00
SY
4.10
6,478.00
CONSTRUCTION
CERTIFIED ASBUILTS
1.00
LS
250.00
250.00
LAYOUT
1.00
LS
150.00
150.00
CLEARING
313.00
SY
0.02
6.26
1" SP9.5 ASPHALT
1,580.00
SY
5.83
9,211.40
10 "SOIL CEMENT
22.00
SY
15.04
330.88
6 "STAB SUBGRADE
43.00
SY
1.80
77.40
12" COMP SUBGRADE
22.00
SY
0.50
11.00
F CURB
48.00
LF
10.01
480.48
5' SIDEWALK
135.00
LF
19.52
2,635.20
4' SIDEWALK
21.00
LF
15.62
328.02
MAINTENANCE OF TRAFF,
1.00
LS
1,200.00
1,200.00
6' CHAIN LINK W/3 BARBE
200.00
LF
16.54
3,308.00
CLOSED TYPE i INLET FLI
1.00
EA
3,732.50
3,732.50
GUIDE RAIL
1.00
LS
1,650.00
1,650.00
SOD
31100
SY
2.00
626.00
TOTAL
32,532.50
COR 2877 -002 PAGE 1 5/9/2014
z
_
z
5�
Q
_w
J LU
cn z
w Q
Ex. CONCRETE FLUME
TO BE REMOVED BY CONTRACTOR
0
0 30'
GRAPHIC SCALE
SARAH LEE LANE
Gr ,
pt
a
J
CONTRACTOR TO REMOVE
CONCRETE SIDEWALK
CONTRACTOR TO REMOVE^
GATES AND FENCE POSTS
SPRING LAKE
ELEMENTARY ACCESS
Cl
* CONTRACTOR REQUIRED TO
PROVIDE SURVEY, EQUIPMENT AND
Z MATERIALS TO COMPLETE PROJECT.
Z
Q
CONSTRUCT ENERGY
DISSAPATOR
* CONTRACTOR REQUIRED TO
REMOVE ALL EXCESS MATERIALS.
W
j;W
CONSTRUCT CLOSED
(n
Z
FLUME INLET TYPE 1
LU
Q
W/ GUIDERAIL, PER
J
J
FDOT INDEX 216
0
D Z 30'
MATCH TO
CONSTRUCT
EXISTING SIDEWALK
200 LF OF GRAPHIC SCALE
CHAIN LINK
FENCING
SARAH LEE
LANE
2 FT OFFSET
V =
IP`
R30
CONSTRUCT 135 LF
OF 6' CONCRETE
SIDEWALK ALONG
CONSTRUCT �- %,
EX. CURB
21 LF SIDEWALK
MATCH
TO EX. SIDEWALK
FEATURES
MATCH TO
CONSTRUCT 48 FT
EXISTING
CURB AND GUTTER
SIDEWALK
MATCH EX. CURBING
1"
MILL AND RESURFACE (SP -9.5)
CONTRACTOR TO REPAIR ROAD
3,115 SF /'ij
FILL POST HOLES WITH CONCRETE
A_
a
SPRING LAKE
ELEMENTARY ACCESS
C2
#5 Bars Typ. -
4' -0' Without Sidewalk (Typ.) 6' /.'�
Broken Line Denotes Inside
Layer 01 Reinforcing
GENERAL NOTES
6' -6" Where Sidewalk Abuts Back Of Curb (Typ.) 1 Ft
�
'" F7'
I. The finished grade and slope or the inlet top are to conform wlfh
Ul it. Sl rip L
1�
fi -f
the flnlshed cross slope and grade of the proposed sidewalk
Sidewalk I 6 Cur0
end /o1 border.`
LL
D (See Design Notes) -- -- - --
Slope To Match Adjacent Curb
- - - - - -- - - -1-
Y4 ears, lop artd
2. When Inlets are to be constructed on a curve, refer to the plans to
r
S' With T lop Radius And l�'
Bottom (Typ')
determine the radlus and, where necessary, mod7f y the inlet
Bottom Radius
I
details accordingly. Bend steel when necessary,
�
3. All steel shalt have ]Y," minimum raver unless otherwise shorn.
�. 1
C
Inlets can be either cast- In -p:ace or precast concrete. Chamfer all
I 1 L
exposed edges 4Z.
-- #4 Barb
_ - a4 Bars
d. AN reinforcement is ASTM A615IACISM Grade 60 sloel. either
_ --
Ma X.
Smooth or deformed, Equivalent area grade 40 steel or 65 ks)
I ' L°catl°n Reference
N4 Bars
welded wire fabric ma be substituted.
y
J'4 Bars 6" c[
O
5 . inlets [o be paid for under the contract unit price for Inlets
x5 Bars a 6` Continuous Y -3.'
([lased Flume) EA.
J
Around 5tructure r5ee Section BO)
J
SECTION AA TOP VIEW
V
6" 7' -6" To Be Paid Far Limits Or Intel Construction I To Be Paid For
Theo Q , F.L. Of Gutter -,[ ,^�� 4
17 As Curb &Gutter As Curb & Gutter
Gutter b` � P
Depression a ti to 6 b
DESIGN NOTES
1. These inlets are designed for use with Type f curb afar gutter only. Locate
inlet outside of curb ramp area,
e
t; E/ev. �- -- �;/
7
Tire Single Barrel Flume is intended f.r locations with fight to moderate
h - _-
- - - - --
rlows. Multiple Barrel Flumes must be selected to meet design heaey flows.
a
g'
2. Designer must specify Flume Type, "D' dlmeaslon, number of barrels and
3-0 - 3 -9'
- 3-0' d - 3 -0'
guider.!! requirements in plans.
Gutter Tran sition -
Gutter Transition
Curb And Gutter Type F
SECTION DD SECTION EE SECTION CC
3. Designer must specify where energy dissipating bricks are required.
SINGLE BARREL FLUME
Varies Fla. 3 -W To 6 -0'
Far Single Barrel Flume - `�
\\\ \
\ \
`
See Multiple Barrel Flumes ��� �'� � T i
\
Laps 25" Min.
Construction
Joint Permitted BU' 6,
\ L
_
u4 Bars @ 6'
7
a
Typical All Around
m `u
_
tr u
SECTION BB SINGLE BARREL FLUME DEPICTED
SINGLE BARREL FLUME DEPICTED
LL'1
FLUME W /SIDEWALK INLET (CLOSED FLUME) TYPE I FLUME W/O SIDEWALK INLET (CLOSED FLUME} TYPE 11
C3
Curb & Gutter Type "I" --�
Sod (Same
-Bricks to Dissipate Energy As Right)
When Called For In Plans. B
Bricks To Be lnclvded In
The Cost Of Tke Inlet.
Swale or
Ditch Botti
I
\ i
I
Y �r
Slab
`.
SINGLE BARREL FLUME DEPICTED
PLAN
Curb & Gutter Type 'F"
Sod For Flumes w1rhour Sidewalk.
J
3 -0"
6' 1' varies 6 -0"
Existing Ground --
- The Case Of The 4' Thick Slab And The 6'x6"
V12.5xW25 Ifin. IYelded Wire Reinforcement Ia
The Middle Of Slab To Be Included In The
Cost Of The Inlet.
SINGLE BARREL FLUME DEPICTED
SECTION BB
Location Reference � E Swale or Drcch
Varies
Y -lY'
C & G Varies
E.P. - - -. 2' TYP
J
Thick Concrete Slab
Varie Varies (MI rn.) I
SLOPES, DITCH APRON AND ENDWALLS
Sae Plans For Guldera0 Requirements
1
111 !
Closed Fiume Inlet -.
_ 2
11
Sodded Slope
_ e -0" varies
6' Thick Sidewalk Ta-11 1 1 6 Thick Sidewalk ToeeiaR
__.
Varies
7 -0" (hfin)
04 Steel Tie Bar -�� #4 Steel Tie Bar
SINGLE BARREL FLUME DEPICTED
ENDWALL
SECTION AA
07
r
n
U
l
SINGLE BARREL FLUME DEPICTED
ELEVATION
GUIDERAIL FOR FLUME IN SIDEWALK