Loading...
HomeMy WebLinkAboutVII(J) Change Order No. 2 Water Distribution Mains, Phase 3, Part 1 • Agenda 10-19-99 Item VII J "CENTER OF GOOD LIVING-PRIDE OF WEST ORANGE" MAYOR•COMMISSIONER Ocoee S.SCOTT VANDERGRIFT o CITY OF OCOEE �' • O COMMISSIONERS Rit4 150 N.LAKESHORE DRIVE DANNY HOWELL SCOTT ANDERSON OCOEE,FLORIDA 34761-2258 RUSTY JOHNSON `64:. \ 7�� (407)656-2322 NANCY J.PARKER 0f GOOD CITY MANAGER ELLIS SHAPIRO MEMORANDUM DATE: October 14, 1999 TO: The Honorable Mayor and Board of City Commissioners FROM: David Wheeler, P.E„44,ehr Assistant City Engineer/Utilities Director SUBJECT: Water Distribution Mains -Phase 3 Part 1 Project Change Order Request No. 2 Attached for your review is Change Order Request No. 2 on the Water Distribution Mains - Phase 3 Part 1 Project with Prime Construction Group, Inc. The Phase 3 Part 1 Project included a new water main along Ocoee-Apopka Road, from Palm Drive to Fuller's Cross Road. 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 29 items of work required under this contract on this project. There were 3 work items that were over the estimated contract quantity which had a value of $4,892.92 to the contractor and 11 work items that were under the estimated contract quantity which had a value of$34,678.16 to the City. The net result is a reduction in contract amount of$29,785.24, with no adjustment in the contract time. The attachment is a copy of Change Order No. 2, which is the final change order for this project. The original construction contract cost was $348,840.00. This change order reduced the previously adjusted contract amount of $357,650.50 by $29,785.24 down to a final contract amount of$327,865.26. This change order amounts to approximately 4.27 percent decrease in the original bid price.. PowT Protect Ocoee's Water Resources E'' I recommend that the City Commission approve Change Order No. 2 with Prime Construction Group, Inc. by decreasing the contract amount by$29,785.24,with no extension in contract time, and authorize the Mayor and City Clerk to execute Change Order No. 2. Attachment 1) Change Order No. 2 ` Ocoee CITY OF OCOEE "p En Engineering/Utilities 150 North Lakeshore Drive �'y ?� Ocoee, Florida 34761-2258 'Or,0000 s` CHANGE ORDER NO. #2 CITY OF OCOEE Water Distribution Mains -Phase 3 Part 1 PROJECT NO. DATE: October 14, 1999 CONTRACTOR:Prime Construction Group,Inc. AGREEMENT DATE:May 18, 1999 The following changes are hereby made to the CONTRACT DOCUMENTS. Original CONTRACT PRICE $348,840.00 Current CONTRACT PRICE ADJUSTED by previous CHANGE ORDER $357,650.50 Net(Decrease)Resulting from this CHANGE ORDER ($29,785.24) The current CONTRACT PRICE including this CHANGE ORDER $327,865.26 ORIGINAL CONTRACT TIME: 150 Consecutive Calendar Days from Notice to Proceed Date: October 28, 1999 Current CONTRACT TIME adjusted by previous CHANGE ORDERS Date: October 28, 1999 Net Increase Resulting from this CHANGE ORDER Days: 0 days Current CONTRACT TIME Including this CHANGE ORDER Date: October 28, 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 table titled Contract Close Out Quantity Adjustment specifically delineates the line items that were overrun or underrun. The items listed as negative numbers are actually for work not needed and is money left in the contract. The items listed as positive numbers are for overruns and is additional money due the contractor. There were 29 items of work required under this contract on this project. There were 3 work items that were over the estimated contract quantity which had a value of$4,892.92 to the contractor and 11 work items that were under the estimated contract quantity which had a value of$34,678.16 to the City. The net result is a reduction in contract amount of$29,785.24,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 to Final Contract ($29,785.24) Total Net (Decrease)Change Order No.#2 ($29,785.24) 00842-2 VI. APPROVAL AND CHANGE AUTHORIZATION This proposed change to the Contract is to be approved by the Ocoee City Commission. 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 PRIME CONSTRUCTION GROUP,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 rages or General Contractor. P RIME CONSTRUCTION GROUP,INC. WATER DISTRIBUTION MAINS PHASE 3 PART 1 P.O.Box 590507 CITY OF OCOEE.FLORIDA Orlando,Florida 32859-0507 Date: 18-Oct 99 Contract No.: Y9-742-13B Project No.: 990323 ACTUAL QUANTIIES NET DIFFERENCE FINAL CONTRACT VALUE CONTRACT QUANTITIES INSTALLED IN QUANTITIES to be ADJUSTED BY CO REF. UNIT NO. DESCRIPTION QTY. UNIT PRICE AMOUNT OTY. AMOUNT QTY. AMOUNT QTY. AMOUNT 1.01 MOBILIZATON,DEMOBILIZATION,BONDS.PERMITS 1 LS 515,000.00 $15,000.00 1 515,000.00 0 50.00 1 415,000.00 1.02 GENERAL REQUIREMENTS-DIVISION 1 1 LS 1515,000.00 $15.000.00 1 515,000.00 0 I 50.00 1 $15,000.06 1.022 FIELD ENGINEERING&EXPLORATORY EXCAVATION 1 IS 5500.00 $500.00 1 3500.001 0" 30.001 I $500.00 1.02h RECORD DRAWING PREPARATON('AS BUILTS") 1 IS 5200.00 5200.00 1 3200.001 0 50.00 1 5200.00 1.02E COLOR AUDIO-VIDEO PRECONSTRUCTION RECORD 1 LS 5400.00 5400.00 1 $400.00 0 50.00 1 $400.00 1.03 INOEMNIFICATION 1 LS _ 51,000.00 S1,000.00 1 I 31,000.00 0 I 30.001 1 51,000.00 1,04 CONSTRUCTION PERMITS ALLOWANCE 1 LS $20,000,00 420,000.00 D.56109 I 511,221.841-0.43891 I -$8.778.161 0.56109 $11,221 64 1.05 INSTALL 12'PVC WATER MAIN 7260 LF $24.00 4174240.00 6960 $167.040.001 -300 I -57.2110.001 6960 5167,040.00 1.06 INSTALL12'GATE VALVE and BOX 12 EA 51,600.00 519,200.00 12 519200.001 0 I 50.001 12 419.2110.00 1.07 'INSTALL FIRE HYDRANT ASSEMBLY 4 EA 52,800.00 $11.200.00 4 $11,200.00I 0 50.00 4 411,200.00 1.06 CONNECT TO BUSTING 12'WATER MAIN(STA 1 o.r3o) 1 LS 5600.00 $600.00 1 $600.00I 0 50.00 1 4690.00 1.09 DIRECTIONALLY DRILL 12'HOPE WATER MAIN(STA.33+30) 1 LS 57,000.00 $7,000.00 1 57,900.00 0 50.00 1 47,000.00 1.10 DIRECTIONALLY DRILL 12'HDPE WATER MAIN(STA.79+15) 1 LS $10.000.0011 410,000.00 1 $10,000.00 0 50.00 1 410,000.00 1.11 BORE&JACK FULLERS CROSS RO 12-Wig,30'CASING(STA.84+2g) 1 LS 1416,000.00 416,000.00 1 I 416,000.00 0 50.00 1 516,000.00 1.12 SERVICE CONNECTIONS I I 1.12a 'SHORT-1'SERVICE CONNECTION 5 EA 3250.001 31,25000 0 I 50.00 5 -51,250.00 0 50.00 1.12b 'SHORT-2-SERVICE CONNECTION 5 EA $350.WI $1,750.00 0 I 50.00 -5 -$1,750.00 0 $0.00 -1.12c LONG't'SERVICE CONNECTION 5 EA 51,0W.BOI $5.000.00 0 I 50.00 -5 -55.000.00I 0 $0.00 1.12d LONG`2'SEZVICECONNECTION 5 EA I 51,100.001 $5,500.00 0 50.00 -5 45,500.001 0 $0.00 1.13 F&I TYPEC DITCH BOTTOM INLET(<10') I 1.13a FROM CLEARING/STRIPPING LIMITS TO 3' 50 CY 515.00 4750.00 0 50.00 -50 4750.00 0 $0.00 1.13b FROM 3'TO 5'BELOW GRADE 50 CV 520.001 $1,000.00 0 50.00 50 41.000.00 0 50.00 1.13c FROM 5'TO T BELOW GRADE 50 CY 525.001 $1,250.00 0 50.00 -50 41250.00 D I $0.00 1.14 REMOVE AND REPLACE CONCRETE DRIVEWAY • 100 SY 530.00I $3,000.00 136.78 $4,103.40. 36.78 $1,103A0 136.78 54,103.40 1.15 REMOVE O REPLACE ASPHALT DRIVEWAY 100 SY 528.00 52,800.00 115.34 $3,229.52 152.4 5429.52 115.34 53,229.52 MO 1.16 REMOVE AND REPLACE SOD(12'MAX WIDTH) 10000 SY 51.60 416,000.00 12100 419,360.00 2100 53260.00 12100 $19,360.00 1.17 FURNISH;INSTALL,MAINTAIN&REMOVE SILT FENCE 1000 IF 51.50 41,500.00 0 $0.00 -1000 41,500.00 0 50.00 1.18 FURNISH,INSTALL,MAINTAIN&REMOVE HAY BALES 100 EA_ 57.00 5700.00 0 $0.00 -100 4700.00 0 $0.00 1.19 FOR ANY WORK LTBAS NOT INCLUDED IN THE ABOVE 1 LS 518,000,00 418,000.00 1 418,000.00 0 50.00 1 516,000 00 TOTAL BASE HID 5348,840.00 5319,054.75 429,785.24 4319,054.76 CO-01 MESSAGE BOARDS 1 LS $7210.50 47,210.50 1 $7,210.50 0 50.00 1 57,210.50 CO-02 ST.AUGUSTINE SOD 400 SY 54.00 41,600.00, 400 41,600.00 0 50.00 400 51,600.00 FINAL CONTRACTAhIOIJNT 5357,650.50 5327,885.26 -529,785.24 5327,665.26