Loading...
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