HomeMy WebLinkAboutVII(E) Water Distribution Mains - Phase 2 Project Change Order Request No. 1 Agenda 9-07-99
Item VII E.
"CENTER OF GOOD LIVING-PRIDE OF WEST ORANGE" MAYOR•COMMISSIONER
OCoee S. SCOTT VANDERGRIFT
°� CITY OF OCOEE DANNYHOWRS
��!� • O COMMISSIONERS
lr
a 150 N.LAKESHORE DRIVE
p ELL
SCOTT ANDERSON
OCOEE,FLORIDA 34761-2258
�' RUSTY JOHNSON
'`yj, '`% ,�? (407)656-2322 NANCY J.PARKER
��Op GOO
�,
CITY MANAGER
ELLIS SHAPIRO
MEMORANDUM
DATE: August 31, 1999
TO: The Honorable Mayor and Board of City Commissioners
FROM: David Wheeler, P.E.,90.0 Aye
Assistant City Engineer/Utilities Director
SUBJECT: Water Distribution Mains -Phase 2 Project
Change Order Request No. 1
Attached for your review is Change Order Request No. 1 on the Water Distribution Mains -
Phase 2 Project with Georgetown Enterprises, Inc. The Phase 2 project included new water
mains at these locations: Marshall Farms Road from SR 50 to the Florida's Turnpike, Geneva
Street from the Stuchi Ditch to Bluford Avenue, South WTP road from the plant to Maguire
Road, crossing of Bluford Avenue at SR 50, and crossing of Old Winter Garden Road at SR 50.
This change order request was initiated by City Staff to adjust unit quantities on numerous
construction items and "final out"the project.
In all unit price construction projects, a change order is required to adjust quantities from the
estimated contract amount to the actual installed amount and adjust the associated costs to
perform that work, to make them equal so that the contract is 100% complete and does not
appear as if there is still work to be performed. This change order is performing that task of
adjusting quantities and final the contract between the City and Georgetown Enterprises, Inc.
There were 44 items of work required under this contract on this project. There were 4 work
items that were over the estimated contract quantity which had a value of $13,204.00 to the
contractor and 17 work items that were under the estimated contract quantity which had a value
of$40,261.35 to the City. The net result is a reduction in contract amount of$27,057.35, with
no adjustment in the contract time. The attachment is a copy of Change Order No. 1, which is
the final change order for this project.
The original construction contract cost was $409,028.05. This change order reduced the contract
amount by $27,057.35 down to a final contract amount of$381,970.70. This change order
amounts to approximately 6.62 percent decrease in the original bid price.
PC W
Protect OM:P'sW'ater x cscuur ces
I recommend that the City Commission approve Change Order No. 1 with Georgetown
Enterprises, Inc. by decreasing the contract amount by $27,057.35, with no extension in contract
time, and authorize the Mayor and City Clerk to execute Change Order No. 1.
Attachment
1) Change Order No. 1
POW i.
Protect Ocoea's W 1tef Reso31 Cfr
Ocoee CITY OF OCOEE
o Engineering/Utilities
150 North Lakeshore Drive
",f �." Ocoee, Florida 34761-2258
*Of G000
CHANGE ORDER NO. #1
CITY OF OCOEE
Water.Distribution Mains -Phase 2
PROJECT NO.:
DATE: August 31,1999 CONTRACTOR: Georgetown Enterprises,Inc.
AGREEMENT DATE: March 16, 1998
The following changes are hereby made to the CONTRACT DOCUMENTS.
Original CONTRACT PRICE $409,028.05
Current CONTRACT PRICE ADJUSTED by previous CHANGE ORDER $409,028.05
Net Decrease,Resulting from this CHANGE ORDER ($27,057.35)
The current CONTRACT PRICE including this CHANGE ORDER $381,970.70
ORIGINAL CONTRACT TIME:
120 Consecutive Calendar Days from Notice to Proceed Date: May 3, 1999
Current CONTRACT TIME adjusted by previous CHANGE ORDERS Date: September 1, 1999
Net Increase Resulting from this CHANGE ORDER Days: No Change
Current CONTRACT TIME Including this CHANGE ORDER Date: September 1, 1999
00842-1 •
CHANGES ORDERED:
I. GENERAL
This change order is necessary to cover changes in the work to be performed under this Contract. The
GENERAL CONDITION, SUPPLEMENTARY CONDITIONS, SPECIFICATIONS and all parts of the
Project Manual listed in Article 1,Definitions,of the GENERAL CONDITIONS apply to and govern all
work under this change order.
II. REQUIRED CHANGES
This change order is to adjust quantities of various pay items,up or down,based upon the actual work completed.
The attached copy of the pay request backup documentation specifically delineates the line items that were overrun
or underrun. The items listed as positive numbers are actually for work not needed and is money left in the contract.
The items listed as negative numbers are for overruns and is additional money due the contractor.
There were 44 items of work required under this contract on this project. There were 4 work items that were over
the estimated contract quantity which had a value of$13,204.00 to the contractor and 17 work items that were under
the estimated contract quantity which had a value of$40,261.35 to the City. The net result is a reduction in contract
amount of$27,057.35,with no adjustment in the contract time.
III. JUSTIFICATION
During the construction of the improvements various work was either reduced in scope because the work was not
needed or their was excess quantities in the pay item or increased because the work was needed or their was less
quantities in the pay item to cover the necessary work.
This change order is needed to adjust the quantities of the pay items that were not installed at the bid quantities to
the amount that was installed to show that the project was fully completed,the City approved the line item overruns,
and accepted the line item underruns as completed work.
IV. NARRATIVE OF NEGOTIATIONS
All line items were adjusted using the unit prices for that line item..
V. PAYMENT
Change Order Description Net Increase Unit Unit Price Net Increase
Item No. (Decrease)Quantity (Decrease)Price
1-A Adjustment of Pay Items (27,057.70)
Total Net Decrease Change Order No.#1 ($27,057.70)
VI. APPROVAL AND CHANGE AUTHORIZATION
This proposed change to the Contract is to be approved by the Ocoee City Commission.
00842-2
Acknowledgements:
The aforementioned change, and work affected thereby, is subject to all provisions of the original contract not
specifically changed by this Change Order;and,
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.
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 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 GEORGETOWN ENTERPRISES,INC.
By: By:
Signature Signature
Date: Date:
Title: Title:
APPROVED BY:
CITY OF OCOEE,FLORIDA
Owner
By:
S. Scott Vandergrift,Mayor Date
Attest:
Jean Grafton,City Clerk
FOR USE AND RELIANCE ONLY BY THE APPROVED BY THE OCOEE CITY
CITY OF OCOEE,APPROVED AS TO FORM COMMISSION IN A MEETING HELD ON
AND LEGALITY THIS DAY OF , 199 UNDER
, 199 AGENDA ITEM NO.
FOLEY&LARDNER
By:
City Attorney
00842-3
PAY APPLICATION X 4 AUGUST 25,1999 CONTRACT
COMPLETE TO DATE
ITEM COST PER TOTAL COST COST OF
•
NO- DESCRIPTION OF WC)RK q my TOTAL UNCOMPLETED
UNITBASE CONTRACT UN OF fTEM QUANTITY COST WORK %COMP.
1.01 Mobilization,Demobilization,Bonds and Permits 1 7,500.00 7,500.00 100% -.
7500.00L, 0.00 100%
1.02 General Requirements_ 1 • 13,000.00 13,000.00 100% 13000.00 0.00
100%
a. Field Enp and eaploralory Excavation 1 2.000.00 2,000.00 100% 2000.00
0.00 100%
b.,Record Drawing Preparation 1 3,000.00 3,000.00 100% 3000.00 0.00 100%
c Color Audio-Vdeo Preoonstrvd ah Record 1 1,000.00 1,000.00 100% 1000.00
0.00 100%
1.03 Indemnification 1 1000.00 1.000.00 100% 100000
0.00 100%
1.04 Construction Permits Allowance 1 11,000.00 11.000.00 76% 8360.00 2,640.00 76%
1.05.16inchh Water Main PVC 3,242 35.00 113.470.00 3230.00 113050.00 420,00
100%
1.08 12-inch Water Main PVC -, 227 33,00 7,491.00 345.00 11385.00 - -3,894.00 152%
1.07 10-Ind,Water Main PVC 206 24.00 4.944.00 36.00 864.00 4,080.00 17%
1.0 6-nch Water Main 191 18.00 3,439.00 36_00 848.00 2,790.00 19%
1.09 16-inch Gate Valve and Box 3 4,403.00 13,200.00 3.00 13200.00 0.00 100%
1.10 12-inch Gate Valve and Box _ 1 1,800,00 1,800.03 200 3600.00 -1,800.00 200%
1.11 8-inch Gate Valve and Box 1 1,000.00 1,000.00 0.00 0.00 _1.000.00 0%,
1.12 Install Offset Air Release Valve and Vault Assembl 2 1 000.00 2 000.00 2.00 2000.00 _ 0.00 10Y%
1.13 Install Fire Hydrant Assembly 3 2,400.00 7,200.00 2.00 4800.00 2,400.00, 67%
1.14 Remove Basting Fire Hydrant Assembly 1 1,000.00 1,000.00 0.00 0.00 1,000.00 0%
'
1.15 Install Z'Water Series Connection 1 400.00 400.00 1.00 400.00 0.00 100%
1.18 Remove Cut and Cap Eastinq 2'Water Main 1_ 750.00 750.03 1.03 750.00 0.00 100%
1.17 Install 20'X 16"Tapping Sleeve and Valve 1 7,500.00 7,503.00 1.00 7503.00 0.00 100%
1.18 Instal 17 Tapping Sleeve and Valve 1 3,100,50 3,103.00 1.00 3100.00 0.03 100%
1.19 Install 1Z'Tapping Sleeve and Valve 1 3.100.00 3,103.00 2.00 __6200.00 _ -3,100.00_ 200%
1.20 Install 12-X 10'Tapping Sleeve and Valve 1 2.500.00 2,503.00 1.00 2500.03 O.t10 100%
1.21 Install 12'X8"Tapping Sleeve and Valve 1 2,200.03 2,200.00 1.00 2200.00_ 0.00 100%
1.22 Install 12"Tapping Sleeve and yalve _ 1 3,100.00 3,100.00 _ 1.00 3100.00 __ 0.00 10,3%
1.23 Install 10'Tapping Sleeve and Valve 1 2,500.00 _ 2,500.03 0.00 0.00 2,500.00 0%
Bore and Jade S.R.50 16-inch wafer mein within 30-
1.24 inch steel casing - 1 38,003.00 36,000.00 1.00 38000.00 D.00 100%
1.25 Maguire Road Crossing _
Bore and Jade 30-inch rasing,install 16-inch restrained
a joint Class 52 DIP 1 20 000.00 20 030.00 1.00 20003.00, 0.00 100%
Weld on additional 30-inch casing,install 16inch
b. restrained loin(Class 52 DIP 1 10,000.00 _ 10,000.00 1.00 10000.00 0.00 100%
Bore and Jack S.R.50 10-inch wafer main within 24
1.26 Inch steel casing 1 45,000.00 45.000.00 0.966 43500.00 1,503.00 97%
Bora and Jedt S.R 50 8-inch water main within 204icl,
1.27 steel casing 1 16,000.03 16,000.00 1.00 1E030.00 0.00 100%
Directionally Drill 12-indn HOPE water main across
1.28 Geneva dhoti 1 10,000.00 10,000.00 1.00 10000.00 0.00 100%
Removal and Disposal of Unsuitable Materiel including
1.29 removal and replacemenUcorrnadion of overburden
a.From clewing/shipping limns to 3 feet 50 12.00 600.00 50.00_ 600.00 _ 0.00 _. 100%
b. From 3 feet to 5 feet below grade 50 14.00 700.00 0.00 0.00 700.00 0%
c. From 5 feet to 7 feet below grade 50 17.00 850.00 20.00 340.00 510.00
40%
1.30 Asphalt Pavement Surface Removal end Repair 45 100.00 4.500.00 0.00 _0.00 _, 4,500.00 _ 0%
1,31 Asphalt Pavement Overlay Restoration 109 75.00 8.175.00 • 0.00 0.00 8,175.00 0%
, ,...1322, r .antl Rlig oricrete Sidewalk 29 4500 1.305.00 127.00 5715.00 -4A10.00 438%
ZO"d HOE :60 66-1E-6ny
PAY APPLICATION*4 AUGUST 25,1999 coma= COMPLETE TO DATE
COST OF
ITEM - COST PER TOTAL COST TOTAL UNCOMPLETED
NO. DESCRIPTION OF WORK QUANTITY UNIT OF ITEM QUANTITY COST WORK %COMA,
1.33 i Sod(1Z ma>amum pay width) 2,903 1.60 4,644.80 1887.00 3019.20 1,625.60 65%
1.34 Seed end Mulchk12 ma>amum pay width) 2,421 0.75 1,815.75 2186.00 1639.50 176.25 90%
1.35 Tree Claming and Removal 1 6,500.00 6.500.00 _ 1.00 6500.00 0.00 100%
1.36 Famish,install.maintain and remove silt fence 3,923 1.50 5.884.50 0.00 0.00 .. 5,884.50 0%
1.37 Furnish,Install,maintain end remove hay bales 18 20.00 360.00 0.00 0.00 360.00 0%
supply all materials and furnish all labor and
equipment,perform ell work required pay all costs
including permit fees,tams.and insurance,overhead,
1.38 end profit necessary fora complete and operalimel 1 13,503.00 13,500.00 100% 13500.00 0.00 100%
SUBTOTAL-BASE CONTRACT 403,020.06 381,970.70 27,057.35 93%
CHANGE ORDERS
1 —
SUBTOTAL-CHANGE ORDERS 0.00 - 0.00 0%
TOTAL 409,025.05 301970.70 27,057.35 93%
•
Mflfll,,...l1 AY RV.,n•Ail,d Evan
EO ' d HIE :60 66-IE-611d