Loading...
HomeMy WebLinkAboutVII(L) Change Order No. 2, Water Distribution Mains, Phase 3, Part 2 Agenda 10-19-99 Item VII L "CENTER OF GOOD LIVING-PRIDE OF WEST ORANGE" MAYOR•COMMISSIONER Ocoee S.SCOTT VANDERGRIFT 6 ° - •• CITY OF OCOEE COMMISSIONERS R r 4.i 150 N.LAKESHORE DRIVE DANNY HOWELL 1, SCOTT ANDERSON �, OCOEE,FLORIDA 34761-2258 RUSTY JOHNSON ``y�, (407)656-2322 NANCY J.PARKER �4, .4`Of 000 CITY MANAGER ELLIS SHAPIRO MEMORANDUM DATE: October 14, 1999 TO: The Honorable Mayor and Board of City Commissioners FROM: David Wheeler,P.E. n✓ Assistant City Engineer/Utilities Director SUBJECT: Water Distribution Mains -Phase 3 Part 2 Project Change Order Request No. 2 Attached for your review is Change Order Request No. 2 on the Water Distribution Mains - Phase 3 Part 2 Project with Prime Construction Group, Inc. The Phase 3 Part 2 Project included a new water main along Fuller's Cross Road, from Ocoee-Apopka Road to Clarcona-Ocoee Road, and Clarcona-Ocoee Road, from Fuller's Cross Road to Wurst 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 28 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 $4,894.40 to the contractor and 12 work items that were under the estimated contract quantity which had a value of$33,165.96 to the City. The net result is a reduction in contract amount of$28,271.56, 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 $297,775.00. This change order reduced previously adjusted contract amount of $300,616.94 by $28,271.56 down to a final contract amount of $272,345.38. This change order amounts to approximately 9.49 percent decrease in the original bid price.. • POW a� Protect ecoee's water Resources I recommend that the City Commission approve Change Order No. 2 with Prime Construction Group, Inc. by decreasing the contract amount by$28,271.56,with no extension in contract time, and authorize the Mayor and City Clerk to execute Change Order No. 2. Attachment 1) Change Order No. 1 Ocoee , CITY OF OCOEE °�r 13 ..0:. Engineering/Utilities �,:'� 150 North Lakeshore Drive n'� ?" Ocoee, Florida 34761-2258 CHANGE ORDER NO. #2 CITY OF OCOEE Water Distribution Mains - Phase 3 Part 2 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 $297,775.00 Current CONTRACT PRICE ADJUSTED by previous CHANGE ORDER $300,616.94 Net(Decrease) Resulting from this CHANGE ORDER ($28,271.56) The current CONTRACT PRICE including this CHANGE ORDER $272,345.38 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 29, 1999 Net Increase Resulting from this CHANGE ORDER Days: 0 days Current CONTRACT TIME Including this CHANGE ORDER Date: October 29, 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 28 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$4,894.40 to the contractor and 12 work items that were under the estimated contract quantity which had a value of$33,165.96 to the City. The net result is a reduction in contract amount of$28,271.56,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 ($28,271.56) Total Net (Decrease)Change Order No.#2 ($28,271.56) 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 Contract Close Out Quantity Adjustment Page2of3 General Contractor. PRIME CONSTRUCTION GROUP,INC. WATER DISTRIBUPOII MAINS PHASE 3 PART 2 P.O.Box 590507 CITY OF OOOEE FLORIDA Orlando,Florida 32859-0507 Date: 18-Od-99 Contract No.: Project No.: 990324 ACTUAL QUANTITIES NETDIFFERENCE FINAL CONTRACT VALUE CONTRACT QUANTTTIES INSTALLED IN QUAN 1TTES to be ADJUSTED BY CO REF. UNIT c NO. DESCRIPTION QTY. UNIT PRICE AMOUNT QTY. AMOUNT OTY. AMOUNT QTY. AMOUNT 1.01 MOBILIZATON,DEMOBILIZATION,BONDS,PERMITS 1 LS $13,000.00 313,000.O0 1 . ' 1.02 GENERAL REQUIREMENTS-DIVISIONI $1 ,000.00 0 50.00 1 $13,000,00 1 LS 317,000.00 317,000.00 1 $17.000.00 0 $0.00 1 $17,000.00 1.02a HELD ENGINEERING&EXPLORATORY EXCAVATION 1 LS 5500.00 5500.00 1 I $500.00� 0 $0.00 1 1.026 RECORD DRAWING PREPARATON("AS BUILTS') 1 L S^ $200 00 5 '00 5200.00 1 3''200.00 0 $0.00 1 3200.00 1,02c COLOR AUDIO-VIDEO PRECONSTRUCTION RECORD 1 LS 5400.00 5400.0(1 1 5400.00 0 30.00 1 1.03 INDEMNIFICATION 1 LS $1,000.00 $1,000.00 1 $000.00 1.04 CONSTRUCTION PERMITS ALLOWANCE10,2OO.0D 0 15.9U 1 10,204.04 1 LS 520,000.00 520,000.00 0.5142 310284.04 -pt858 -59,715.961 0.5142 SS0,284.04 1.05 INSTALL 12'PVC WATER MAIN 6000 LF $25.00 $150,000.00 5862 5146,550.00 -138 -53A50.00 5882 $146,550.00 1.06 INSTALL 12'GATE VALVE and BOX 9 EA $1,600.00 514.400.00 10 516,000.00 1 31.600.00 10 1.07 INSTALL FIRE HYDRANT ASSEMBLY314,000.00 4 EA 32,800.00 $11,200.00 5 514,000.00 1 $2.800.00 5 . b14,000.00 1.08 BORE&JACK FULLERS CROSS RD 12"WM,30'CASING(STA.37+15) i LS 327,00(1.00 527,000.00 1 527,000.00 0 $0.00 1 $27,000.000 1110 DIRECTIONALLY DRILL 12'C900 PVC R3 WATER MAIN(STA20+30) 1 LS 55,000.00 36,000.00' 1 36 000.00 0 $000 I 1.10 SERVICE CONNECTIONS - $6,OU0.IX] 1.10a 'SHORT'1'SERVICE CONNECTION 5 EA 5250.00 31.250.00 0 $0,00 -6 41,250.00 0 10.00 1.10b 'SHORT"2'SERVICE CONNECTION 5 EA $350.00 31,750.001 0 50.001 -6 -1,750.00 0 50.00 i.10c 'LONG 1'SERVICE CONNECTION 5 EA 51,000.00 $5.000.001 0 30.0U1 -5 , -55,000.00 0 50.0000 1.10d 'LONG"T SERVICE CONNECT(ON 5 EA 31.100.00 55,500.00 0 . 30.00 -5 -35,500.00 0 $0.00 1.11 REMOVAL&DISPOSAL OF UNSUITABLE MATERIAL 1.11a FROM CLEARING/STRIPPING UMITS TO 3' 50 CY .15.00 5750.00 0 50.00 50 -5760.091 0 30,00 1.1lb FROM 3'TO 5'BELOW GRADE 50 CY T20.001 51,000.00 0 30.00 SO -51.000.00 0 50.00 1.11c FROM 5'TO T 1R OW GRADE 50 CY I 525.001 51,250.00 0 30.00 -50 41,29100 0 1.12 REMOVE AND RBLACEASPHALTDRIVEWAY 50.00 50 SY 53200 51,600.00 0 1 b0.00 -50 -51,600.00 0 $100 1.13 REMOVE AND REPLACE UMEROCK DRIVEWAY 5 CY $35.90 5175.00 5 5175.00 0 50.00 S 3175.00 1.14 REMOVE AND REPLACE SOD(12'MAX WIDTH) 8500 SY $1.80 513,500.09 8809 514.094.40 309 5494.40 8809 $14,094.40 1.15 FURNISH.INSTALL,MAINTAIN&REMOVE SILT FENCE 1000 LF $1.50 51,500.00 0 $0.00 -1000 41,50000 0 $0.00 1.16 FURNISH,INSTALL,MAINTAIN&REMOVE HAY BALES 50 EA $8.00 3400.00 0 50.00 -50 4400.00 0 $0.00 1.17 TREE CLEARING AND REMOVAL 1 LS 51.500.00 51,500.00 1 31,500.00 0 $0.00 1 31,500.00 1.18 FOR ANYWORK ITEMS NOT INCLUDEDIN THE ABOVE 1 LS $1,800.00 51,800.00 1 51,800.00 0 50.00 1 $1,800.00 TOTAL BASE 510 1297.775.00 5269,503.44 428,271.56 5269.503.44 CO-1 CONCRETE DRIVE&UTILITY CONFLICT I LS 32,541.94 52,841.94 1 $2841.94 0 50.00 1 '$2,841.94 TOTAL CONTRACT 5300,616.E41 5272,345.38 -26.271.56 S272,345.311