HomeMy Public PortalAbout2007-25 Change Order # 5 to Contract with MRESOLUTION NO. 2007-25
A CAPITAL PROJECT AUTHORIZING RESOLUTION OF
THE VILLAGE COUNCIL OF THE VILLAGE OF KEY
BISCAYNE, FLORIDA, AUTHORIZING CONSTRUCTION
OF CRANDON BOULEVARD UTILITY CROSSINGS AS AN
ADDITION TO THE WORK OF THE CRANDON
BOULEVARD CONTRACTOR IN ORDER TO AVOID
CONFLICT WITH THE PENDING WATER, SEWER AND
RECLAIMED WATER PROJECT; AUTHORIZING FIFTH
CHANGE ORDER FOR CONSTRUCTION CONTRACT
BETWEEN THE VILLAGE AND M. VILA AND
ASSOCIATES, INC., IN ORDER TO PROVIDE FOR UTILITY
CROSSING WORK AS ADDITIONAL WORK OF CRANDON
BOULEVARD IMPROVEMENTS — PHASE III PROJECT ;
PROVIDING FOR APPROVAL OF CHANGE ORDER NO. 5
TO CONTRACT FOR CONSTRUCTION; PROVIDING FOR
IMPLEMENTATION; AND PROVIDING FOR EFFECTIVE
DATE.
WHEREAS, pursuant to public bidding process, the Village previously entered into a
contract for construction of Crandon Boulevard Improvements — Phase II with M. Vila and
Associates, Inc.; and
WHEREAS, subsequently, the Village solicited competitive bids for the construction of
Crandon Boulevard Improvements — Phase III (the "Crandon Project"); and
WHEREAS, no responsive bid was received by the Village concerning the construction of
Crandon Boulevard Improvements — Phase III; and
WHEREAS, accordingly, pursuant to Section 255.20(1)(c)(2), Florida Statutes, the Village
Council found that the mandatory competitive bidding requirements of that statute were rendered
non -applicable for Phase III of the Project since competitive bids were solicited but no responsive
bid was received; and
WHEREAS, the Village Council further found, upon advice of the Village Attorney, that
the Village Council may waive the competitive bidding required by the Village Code pursuant to
Village Code Section 2-85, upon the Council finding, as it did find, that it was impractical to again
apply such competitive bidding procedures in light of the need to expeditiously commence and
complete the Crandon Boulevard Improvements — Phase III, and that further efforts at competitive
bidding were not otherwise mandated by state law, as described above; and
WHEREAS, the Village Project Engineer and Owner's Representative successfully
negotiated a proposed change order with M. Vila and Associates, Inc., the Crandon Boulevard
Improvements — Phase II contractor (the "Contractor"), for the extension of the services of the
Contractor for the Crandon Boulevard Improvements — Phase III, as described in Resolution No.
2006-43; and
WHEREAS, work is presently underway for Phase III of the Crandon Project, and it is
essential that the utility crossing work (the "Utility Crossing Work") for the presently pending Phase
2 and 3 of the Villages Water, Sewer, Reclaimed Water Project (which is in final regulatory
permitting) be accomplished before the construction of roadwork in Phase III of the Crandon Project;
and
WHEREAS, if the Utility Crossing Work is not done now, the completion of the Crandon
roadwork will be severely delayed and cause traffic disruptions or will expose the Crandon roadwork
to subsequent damage and destruction by the Water, Sewer, Reclaimed Water Project; and
WHEREAS, because of the pendency of the Water, Sewer, Reclaimed Water Project, it is
now essential and inherent to the design and completion of Phase III of the Crandon Project that the
Utility Crossing Work must be done as part of the Phase III Crandon Project in order to properly
accomplish Phase III of the Crandon Project and to avoid and remediate the utility conflicts to the
Phase III Crandon Project which would otherwise be caused by the Water, Sewer, Reclaimed Water
Project; and
WHEREAS, the Village Council, upon advice from the Village Manager, the Project
Engineer ("C3TS"), and the Village's Owner's representative, now finds that it is necessary to
expeditiously implement and construct the Utility Crossing Work as part of Phase III of the Crandon
Project; and
WHEREAS, upon advice from the Village Attorney, the Village Council finds that the
Village Council may waive the competitive bidding required by the Village Code for the Utility
Crossing Work pursuant to Village Code Section 2-85, upon the Council finding, as is hereby found,
that it is impractical to apply competitive bidding procedures in light of the need to expeditiously
commence and complete the work in advance of the Water, Sewer, Reclaimed Water Project, and
that further competitive bidding is not mandated by State law since the work is inherent in the proper
accomplishment of Phase III of the Crandon Project in that it serves to avoid utility conflicts for
Phase III of the Crandon Project, and
WHEREAS, the Village's Project Engineer and Owner's Representative have successfully
negotiated a proposed change order with the Contractor for the necessary additional work of the
Contractor for the Utility Crossing Work, as described herein; and
WHEREAS, the Village Council finds that it is in the best interest of the Village to proceed
as indicated in this Resolution.
NOW, THEREFORE, IT IS HEREBY RESOLVED BY THE VILLAGE COUNCIL
OF THE VILLAGE OF KEY BISCAYNE, FLORIDA, AS FOLLOWS:
Section 1. Recitals Adopted. That each of the recitals stated above is hereby adopted
and confirmed.
Section 2. Agreement Approved. Specification of Funds. Conditions.
A. Change Order Approved: That the Change Order No. 5 to the Contract for
Construction (the "Agreement"), in substantially the form attached hereto, between the Contractor
and the Village for construction of the Utility Crossing Work is hereby approved, and the Village
Manager is hereby authorized to execute the Agreement on behalf of the Village, once approved as
to form and legal sufficiency by the Village Attorney, and subject to the provisions and conditions
of this Resolution.
B. Funding Source:
(i) That funding for the Utility Crossing Work shall be provided in accordance
with the Village Manager's Memorandum which accompanies this
Resolution, and shall be provided through the funding sources of the
Village's Water, Sewer, Reclaimed Water Project.
(ii) That the total cost of the Utility Crossing Work shall not exceed the dollar
amount of Three Hundred Thirty -Seven Thousand, Sixteen Dollars and
Seventy -One Cents ($ 337,016.71) Dollars as specified in the Change Order
No. 5, in the absence of further Village Council authorization.
C. Conditions: That the Agreement shall be subject to the condition precedent that
Village funds are available and budgeted for accomplishment of the Utility Crossing Work.. Further,
the approval of the Agreement shall be subject to the following conditions, which shall be
incorporated into the Agreement by reference, as follows:
(i)
Contractor agrees that in the event that a referendum or initiative measure is
adopted at an election by the majority of the electors of the Village voting on
such measure, which operates to prohibit the construction of the Utility
Crossing Work or prohibits the financing of the construction of the Water,
Sewer, Reclaimed Water Project in accordance with the plans; the Village
Council shall have the authority, within thirty (30) days after any such event,
to terminate the Contract by providing written notice of termination to the
Contractor. In the event of such termination, the Village shall not be liable to
Contractor for payment of any supplemental compensation, penalties,
damages, loss of profits, termination fee or demobilization fee as a result of
such termination, and the Contractor shall only be paid by the Village in
accordance with the Contract, for the portion of the Work which has been
performed by Contractor up to the time of notice of termination of the
Contract. The Contractor shall be entitled to recover from the Village
payment for proven loss with respect to materials, equipment, tools, and
construction equipment and machinery, including reasonable overhead, and
profit earned on the Utility Crossing Work Project prior to the date of
termination.
(ii) Pursuant to Village Charter Section 3.07(b), this Resolution shall serve as the
capital project authorizing Resolution for the Utility Crossing Work,
supplementing the authorization previously made through Ordinance
No.2006-4 (Crandon Project Phase III) and Ordinance No.2006-6 (Water,
Sewer Project).
Section 3. Implementation. That the Village Manager is hereby authorized to take any
action which is necessary to implement the purposes of this Resolution and the Agreement.
Section 4. Effective Date. That this Resolution shall be effective immediately upon
adoption hereof.
PASSED AND ADOPTED this 5th day of June , 2007.
MAYOR ROBERT L. VERNON
A/
CONCHITA H. ALVAREZ, CMC, VILLAGE CLERK
APPROVED AS TO FORM AND LEGAL SUFFICIENCY:
VILLAGE ATTORNEY
F:\100\103001\Resolutions\Approval of Change Order NUMBER 5 Construction Contract M Vila 05-29-07 doc
CHANGE ORDER
NO 5
Project' Crandon Boulevard Improvements Phases 11 / III Date of Issuance: 6 -Jun -07
Owner: Village of Key Biscayne
88 West McIntyre Street
Key Biscayne, Florida 33149
Contractor: M Vila & Associates, Inc
12097 NW 98th Avenue
Hialeah Gardens, Florida 33018
Contract for: Project involves full streetscape construction
including drainage, curbin, sidewalks, paver
installation, landscaping, irrigation, signalization
modifications, bus shelters. and electrical work.
Engineer: Corzo Castella Carballo
Thompson Selman. P.A.
901 Ponce de Leon Boulevard, Suite 900
Coral Gables, FL 33134
Engineer's Project No.: 01108-0071010
You are hereby directed to make the following changes in the Contract Documents:
Description:
Add the work covered in this change order to the Phase III work currently under construction via this contract This change order
work was approved by Village Council on June 5, 2007. This change order is subject to each of the conditions which
are expressedly stated in the Village Council Resolution which approved this change order, as if set out in full herein.
Summary of Additional Work:
Work for this Change Order comprises utility work to be performed in support of the Village's Zone 2 and 3 water, sewer and
reuse project at the intersections of Crandon / W Enid Drive, Crandon / W. Wood Drive, and Crandon / W Mashta Drive to
install 2 water mains, 1 force main and 2 reuse water lines across Crandon Boulevard, prior to intersection reconstruction with pavers
Purpose of Change Order:
To incorporate the above described work as approved by Village Council
Attachments !List of documents supporting change):
1. M. Vila proposal dated 5/23/07
CHANGE IN CONTRACT PRICE
Original Contract Price $4,778,621.35
Original Contract Time
CHANGE IN CONTRACT TIME
330 DAYS
Previous Change Orders' $5,315,743.42
Not Change from Previous Orders
468 DAYS
Contract Price Prior to this Change Order.
$10,094,364.77
Contract Time Prior to this Change
Order
798 DAYS
Net Increase of this Change Order
$337,016.71
Net Increase of this Change
Order
90 DAYS
Contract Price with all approved Change Orders:
$10,431,381.48
Contract Time with all approved
Original Contract Completion
Now Contract Completion date.
Change Orders
888 DAYS
date. 6/9/2006
12/19/2007
Recommend Approval.
Approve
;.........„,.......76v_r...7_,V4
Approved:
Engineer
Ramon Castella, P.E.
Owner
Jacqueline Menendez
Village Manager
Conirar.m
Miguel Vila
t- IClericai;Protocts11108.007 0010/Miscoilaneous/ChangeOrdor 85 xis
Page 1 of t
05/30/2007 14:33 3058260004
M VILA & ASSOCIATES PAGE 02
M Vila & Associates Inc.
12097 NW 98 Ave
Hialeah Gardens, FL 33018 Fax: 305-826-0004
Phone: 305-821-1226
PROPOSED CHANGE ORDER
No. 00012
TITLE: Utility Installations
PROJECT: Crandon Blvd. Ph. 3
TO: Attn: Ramon Castella
Cozzo Castella Carballo Thompson Sal
901 Ponce de Leon Boulevard, Suite 9
Coral Cables, Florida 33134
Phone: 305-445-2900 Fax: 305-445-3366
RE: PCO To: C3TS
DATE: 5/23/2007
JOB:
CONTRACT NO: MVA279
From: MVA Number: 00012
DESCE rtit i O VPOSAL a.. * :'10
Proposal for installation of Water Main, Force Main and Reuse on various intersection throughout Crandon Blvd. (i.e. W. Enid Dr.,
W. Mashta Dr. and W.Wood Dr.).
Time Extension Required: 90 days
Ltem -'�i3e Ptf'611' "€rn - ". tpcic# ° :.Q;aa t;. t riffs C c x.Aii3i#ii t`,1Sie..t Amen ut
00001 W Enid Dr. 8"'WM
00002 W. Raid Dr. 8" FM
00003 W. Wood Dr. 10" WM
00004 W. Wood Dr. 12" Rouse
00005 W. MaslxtaDr. 12" Rbusc
APPROVAL:
By:
Miguel Vila
Date: ✓fre/a7
1.000 LS
1.000 1,S
1.000 LS
1.000 LS
1.000 LS
$45,087.34 0.00%
561,086.54 0.00%
$82,895.51 0.00%
S93,865.96 0,00%
$54,081.36 0.00%
Unit Cost:
Unit Tax:
Lump Sum:
Lump Tax:
Total:
By:
Date:
$0.00 $45,087.34
$0.00 $61,086.54
$0.00 $82,895.51
$0.00 $93,865.96
$0.00 $54,081.36
$337,016.71
$0.00
$0.00
$0.00
$337,016.71
Ramon Castella
1
PROPOSAL
M. VILA & ASSOCIATES, INC.
12097 NW 98th Avenue
Hialeah Gardens FL. 33018
Contact: Miguel Vila
Phone: (305) 821-1226
Fax: (305) 826-0004
Quote To: City of Key Biscayne
Phone:
Fax:
Job Name:
Date of Plans:
Revision Date:
Crandon Blvd Water Main/Force Main
ITEM
DESCRIPTION
QUANTITY
UNIT
AMOUNT
1
W. END DRIVE / 8" DIP Water Main
1
12"x8" Tapping Sleeve & Tapping Valve
1.00
EA
1
8" Gate Valve
1.00
EA
1
8" DIP Water Main
140.00
LF
1
8" Plug
1.00
EA
.
1
Road Restoration w/8" Limerock & 1.5" Asphalt
190.00
SY
,
SUBTOTAL W. END DRIVE / 8" DIP WM
S45,087.34
2
W. END DRIVE / 8" DIP Force Main
2
12"x8" Tapping Sleeve & Tapping Valve
1.00
EA
2
8" Plug Valve
1.00
EA
2
8" DIP Force Main
180.00
LF
2
8" Plug
1,00
EA
2
Road Restoration w/8" Limerock & 1.5" Asphalt
270.00
SY
SUBTOTAL W. END DRIVE / 8" DIP FM
S61,086.54
3
W. WOOD DRIVE / 10" DIP Water Main
3
10"x10" Tapping Sleeve & Tapping Valve
1.00
EA
3
10" Gate Valve
2.00
EA
3
10" DIP Water Main -
• 260.00
LF
3
10"-90° DIP Bend
1.00
EA
3
10" Plug
1.00
EA
3
10" Cap
1.00
EA
3
1" Service Connection
4.00
EA
3
Remove 10" A.C. Water Main
20.00
LF
3
Road Restoration w/8" Limerock & 1.5" Asphalt
500.00
SY
SUBTOTAL W. WOOD DRIVE / 10" DIP WM
S82,895.51
4
W. WOOD DRIVE / 12" PVC C900 Reuse Line
4
12" PVC C900 Purple Pipe Reuse Main
500.00
LF
4
12" DIP Plug
2,00
EA
4
12"-45° DIP Bend
1.00
EA
Page 1 of 2
ITEM
DESCRIPTION
QUANTITY
UNIT
AMOUNT,
4
Road Restoration w/8" Limerock & 1.5" Asphalt
670.00
SY
SUBTOTAL W. WOOD DRIVE / 12" DIP Reuse
$93,865.96
5
W. MASHTA DRIVE / 12" PVC C900 Reuse Line
5
12" PVC C900 Purple Pipe Reuse Main
280.00
LF
5
12" DIP Plug
2.00
EA
5
12"-45° DIP Bend
1.00
EA
5
Road Restoration w/8" Limerock & 1.5" Asphalt
380.00
SY
,
SUBTOTAL W. MASHTA DR / 12" PVC Reuse
$54,081.36
GRAND TOTAL
$337,016.71
NOTES:
1.