Loading...
R23-187 1 RESOLUTION NO. R23-187 2 3 A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, 4 APPROVING CHANGE ORDER NO. 2 FOR PURCHASE ORDER 230742 5 WITH B&B UNDERGROUND CONSTRUCTION IN THE AMOUNT OF 6 $207,649.96 FOR ADDITIONAL CONSTRUCTION WORK INCREASING 7 THE CONTRACT AMOUNT TO $3,003,845.89 AND THE CONTINGENCY 8 IN THE AMOUNT OF $84,615.50 IN ACCORDANCE WITH BID NO. 9 UTL22-036 FOR DIMICK ROAD AND POTTER ROAD UTILITY 10 STORMWATER AND WATER INFRASTRUCTURE IMPROVEMENTS 11 PROJECT AWARDED BY THE CITY COMMISSION ON OCTOBER 18, 12 2022; AND PROVIDING AN EFFECTIVE DATE. 13 14 WHEREAS, on October 18, 2022, City Commission approved the staff 15 recommendation to Award Bid No. UTL22- 036 to the lowest responsive and responsible 16 bidder, B&B Underground Construction Inc., for a Bid amount of $2,645,441,75 for Dimick 17 Road and Potter Road utility stormwater and water infrastructure improvements project in 18 the Lakeside Gardens neighborhood located east of Federal Highway and adjacent to the 19 Intracoastal Waterway; and 20 WHEREAS, since the initial bid and notice to proceed with construction, the gravity 21 sanitary clay pipe in the neighborhood was found to need replacing as it is reaching the end 22 of life and can no longer be lined; and 23 WHEREAS, the Change Order needed to replace the sanitary sewer pipe increases 24 the contract time by 65 days and cost by $246,159.68; and 25 WHEREAS, the City Commission of the City of Boynton Beach, upon 26 recommendation of staff, deems it to be in the best interest of the citizens and residents to 27 approve Change Order No. 2 for Purchase Order 230742 with B&B Underground 28 Construction in the amount of $207,649.96 for additional construction work increasing the 29 contract amount to $3,003,845.89 and the contingency in the amount of $84,615.50 in 30 accordance with BID No. UTL22-036 for Dimick Road and Potter Road utility stormwater and 31 water infrastructure improvements project awarded by the City Commission on October 18, 32 2022. 33 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF 34 BOYNTON BEACH, FLORIDA, THAT: 35 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as S:\CC\WP\CCAGENDA\2023\12-19-2023\R23-187 Res_23- Change_Orde,R_No_2_To_Contract_With_B_B_Underground_Dimick_Road_-_Reso(2).Docx 36 being true and correct and are hereby made a specific part of this Resolution upon adoption. 37 Section 2. The City Commission of the City of Boynton Beach, Florida, hereby 38 approves Change Order No. 2 for Purchase Order 230742 with B&B Underground 39 Construction in the amount of $207,649.96 for additional construction work, increasing the 40 contract amount to $3,003,845.89 and the contingency in the amount of $84,615.50 in 41 accordance with BID No. UTL22-036 for the Dimick Road and Potter Road utility stormwater 42 and water infrastructure improvements project was awarded by the City Commission on 43 October 18, 2022. A copy of Change Order No. 2 is attached hereto and incorporated herein 44 as Exhibit "A." 45 Section 3. That this Resolution shall become effective immediately. 46 PASSED AND ADOPTED this 19th day of December, 2023. 47 CITY OF BOYNTON BEACH, FLORIDA 48 49 YES NO 50 / 51 Mayor-Ty Penserga 52 53 Vice Mayor-Thomas Turkin 54 55 Commissioner-Angela Cruz 56 57 Commissioner-Woodrow L. Hay 58 59 Commissioner-Aimee Kelley 60 61 VOTE 62 63 64 Al65 1� 04,A 67 Maylee - -sus, MPA, eV •••RAT•• F'9 �� T.' �cga 68 City Clem Sy 'i Mr r 69 i�-: N �E�: 70 ��v: N�O�p2� • APPROVED AS TO FORM: 71 (Corporate Seal) y l........ee"," dAtudig a\lan6g 72 %% FLOO-f-- 73 Shawna G. Lamb 74 City Attorney S:\CC\WP\CCAGENDA\2023\12-19-2023\R23-187 Res_23- Change_Orde,R_No_2_To_Contract_With_B_B_Underground_Dimick_Road_-_Reso(2).Docx LAKESIDE GARDENS STORM WATER UTILITY IMPROVEMENTS CHANGE ORDER#2—EXPLANATION AND BACKUPS 1. Bid Schedule Item 26A - 8" RJ DIP Watermain = 60LF x $95.00 = $5,700.00: Due to field conditions, additional 60LF of 8" DIP Restrain Joint (RJ) pipe was installed instead of 8" PVC Push-on. 2. Bid Schedule Item 26B - 8" DIP Push-on Watermain = 13LF x $65.00 = $845.00. Due to field conditions, additional 13LF of 8" DIP Push-on pipe was installed instead of 8" PVC Push-on. 3. Bid Schedule Item 27 - 8" Gate Valve (Sta. 20+60) = lea x $2,550.00 = $2,550.00. Per Utilities request, an additional valve was installed at west end of N. Lake Dr. 4. WCD #01 - Bid Schedule Item 28B - 1" Single Water Service Long = 2EA x $2,300.00 = $4,600.00. See attached Work Change Directive #1. 5. Bid Schedule Item 33B - 6" PVC C900 Lateral (2600 N. Lake Dr. empty lot) = lEA x $5,250.00 = $5,250.00. See attached Work Change Directive #1. 6. WCD #03 - Bid Schedule Item 33B - 6" PVC C900 Lateral = lEA x $5,250.00 = $5,250.00. See attached Work Change Directive #3. 7. Extra Work Item - 6" DIP P-401 Sewer Lateral at 2626 N. Federal Hwy = $3,259.15. See attached cost proposal reviewed and accepted by Utilities. 8. Bid Schedule Item 50D - FPU Utility expenses = $1,310.00. In the schedule of bid items was included an allowance of$50,000.00 for FPU Utility expenses for relocation of gas lines. The actual cost was $51,310.00. The difference of$1,310.00 is to be addressed with this change order. Attached is copy of the invoice from FPU. 9. WCD #04 - Townhome Utility Service = $26,706.90. The developer of Potter Townhomes, requested the City to install now a 8" PVC C900 sewer line up to the property line for future connection, and a 8" PVC C900 water line (and 8" valve) up to the property line for future connection. Location of the stub outs were provided, and based on that the Contractor provided the attached proposal. This cost will be paid back to the City by the developer in the future, per email from Chris Roschek to Matthew Kahn (Developer) dated 5/18/23 (attached). 3 days of additional time. 10. Extra Work Item - Watermain Alignment shift N. Lake Drive = $6,265.75. Received proposal. 1 day of additional time. 11. Extra Work Item — Remove and repave existing asphalt driveway at 2601 N. Lake Dr. = $11,379.98. Negotiated with owner as a condition for him to sign the outfall seawall penetration. See attached cost proposal reviewed and accepted by Utilities. 2 days of additional time. 12. WCD #05 — Rework Existing Manhole Flow Channels = $1,500.00. See attached cost proposal reviewed and accepted by Utilities. 1 day of additional time. 13. Additional unforeseen costs associated with the installation of the 36" and 6" outfall piping =$11,938.98. Work consisted of supplying PZ27 sheet piles and an additional lOcy of 4,000 psi concrete to maintain the structural integrity of the dilapidated existing seawall. See attached cost proposal reviewed and accepted by Utilities. 14. WCD #06— Install Casing in manhole MH-S-3 = $36,478.70. Refer to attached Work Change Directive #6 and cost proposal. See attached cost proposal reviewed and accepted by Utilities. 5 days of additional time. 15. Replenish Contingency $84,615.50 for unforeseen conditions and possible additional work related to storm. Remaining Contingency: $15,384.50. Total requested Contingency: $84,615.50 + $15,384.50 = $100,000.00. TOTAL CHANGE ORDER #2: $207,649.96 Additional Time: 65 days for CO #1 and 12 days for CO #2. Total Time Extension: 77 days