HomeMy WebLinkAboutVII(M) Change Order No. 1, Flora Estates Water Main Extension Agenda 10-19-99
Item VII M
"CENTER OF GOOD LIVING-PRIDE OF WEST ORANGE" MAYOR•COMMISSIONER---
Ocoee S.SCOTT VANDERGRIFT
- CITY O F OCOEE O E E
pry. � p COMMISSIONERS
150 N.LAKESHORE DRIVE DANNY HOWELL
p SCOTT ANDERSON
OCOEE,FLORIDA 34761-2258 RUSTY JOHNSON
4).*vd, (407)656-2322 NANCY J.PARKER
jo
OFGOOD
CITY MANAGER
ELLIS SHAPIRO
MEMORANDUM
DATE: October 14, 1999
TO: The Honorable Mayor and Board of City Commissioners
FROM: David Wheeler,P.E. -q4,7
Assistant City Engineer/Utilities Director
SUBJECT: Flora Estates Water Main Extension
Change Order Request No. 1
Attached for your review is Change Order Request No. 1 on the Flora Estates Water Main
Extension Project with Prime Construction Group, Inc. This project included new water mains
in the Flora Estates subdivision on Mauldin, Florence, Ashville and Lake Streets. This area is
within unincorporated Orange County. This project is a joint venture with Orange County in
which the City is installing the water mains in the streets and the County is installing the
individual customer service lines. 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 Prime Construction Group, Inc.
There were 25 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 $3,483.68 to the
contractor and 5 work items that were under the estimated contract quantity which had a value of
$5,760.00 to the City. The net result is a reduction in contract amount of $2,276.32, 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 $78,260.00. This change order reduced the contract
amount by$2,276.32 down to a final contract amount of$75,983.68. This change order amounts
to approximately 2.91 percent decrease in the original bid price.
PowTr
Protect Ocoee's Water Resources ` s
I recommend that the City Commission approve Change Order No. 1 with Prime Construction
Group, Inc. by decreasing the contract amount by $2,276.32, 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
Ocoee CITY OF OCOEE
it: 3 Engineering/Utilities
a 150 North Lakeshore Drive
Of G000``i
/,ate Ocoee, Florida 34761-2258
fQ
CHANGE ORDER NO. #1
CITY OF OCOEE
Flora Estates Water Main Extension
PROJECT NO.
DATE: October 14, 1999 CONTRACTOR:Prime Construction Group,Inc.
AGREEMENT DATE: June 16, 1999
The following changes are hereby made to the CONTRACT DOCUMENTS.
Original CONTRACT PRICE $78,260.00
Current CONTRACT PRICE ADJUSTED by previous CHANGE ORDER $78,260.00
Net(Decrease)Resulting from this CHANGE ORDER ($2,276.32)
The current CONTRACT PRICE including this CHANGE ORDER $75,983.68
ORIGINAL CONTRACT TIME:
60 Consecutive Calendar Days from Notice to Proceed Date: September 10, 1999
Current CONTRACT TIME adjusted by previous CHANGE ORDERS Date: September 10, 1999
Net Increase Resulting from this CHANGE ORDER Days: 0 days
Current CONTRACT TIME Including this CHANGE ORDER Date: September 10, 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 25 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$3,483.68 to the contractor and 5 work items that were under
the estimated contract quantity which had a value of$5,760.00 to the City. The net result is a reduction in contract
amount of$2,276.32,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 ($2,276.32)
Total Net (Decrease)Change Order No.#2 ($2,276.32)
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 Pa e2of3
General Contractor. PRIME CONSTRUCTION GROUP,INC.
FLORA ESTATES WATER MAIN EXTENSION P.O.Box 580507
CITYCIFOCOEF,FLORIDA Orlando,Florida'12K59-0507 Dale: 18-Oct99
Contract No. Project No.: 990328
ACTUAL QUANTITIES NET DIFFERENCE FINAL CONTRACT VALUE
CONTRACT QUANTITIES INSTALLED IN QUANTITIES to be ADJUSTED BY CO REF. UNIT -
_ MO. DESCRIPTION QTY. UNIT PRICE AMOUNT CITY.' AMOUNT QTY. AMOUNT QTY. AMOUNT
1.01 IMOBILIZATON,DEMOBILIZATION,BONDS,PERMITS 1 LS 33,000.00 $3,000.00 1 $3,000.001 0 $0.00 1 •
53,008.00
1.02 'GENERAL REQUIREMENTS-D1VIS10111 1 LS 52,000.00 52000.00 1 52,000.001 0 $0.00 1 I 32,009,00
1.02a (FIELD ENGINEERING&EXPLORATORY EXCAVATION 1 LS S1.200.00 51200.00 1 • 51200.00 0 50.00 1 51,200.00
1.02b RECORD DRAWING PREPARATON("AS BUILTS") 1 _LS /200.00_ $260.00 1 3200.90 0 50.00 1 $200.00
1.07E _COLOR AUDIO-VIDEO PRECONSTRUCTION RECORD I 1 IS 51,300,00 $1,300.00 1 31,300.00 0 50.00 1 I 31.300.00
1.03 INDEMNIFICATION 1 LS $1,000.00 31,000.001 1 51,000.00 0 30.00 1 31,000.00
1.04 CONSTRUCTION PERMITS ALLOWANCE 1 IS S3.000.00I $3,000.001 1.36123 34,083.68 0.36123 51,083.E18 1.36123 .54.083.68 1.05 INSTALL 6"PVC WATER MAIN 3475 LF 56.00 327.800.00_ 3400 127,200.00 -75 -$600.00 3400 $27200.00
1.06 INSTALL 6"GATE VALVE and BOX 4 EA 3600.00 32,400.00 4 32400.00 D S0.00 4 32,400.00
1.07 INSTALL FIRE HYDRANT ASSEMBLY 4 EA 52,500.00 S10,000.00 4 310,000.00 0 $0.00 4 $10,000.00
1.08 INSTALL 8"x 6"TAPPING SLEEVE wd VALVE ASSEMBLY 4 EA 32,200.00 38,800.00 4 I $8,800.00 0 50.00 4 58,800.00
1.09 INSTALL 6"PLUG 1 EA 3150.00 5150.00 1 50.00 1
3150.00 0 5150.00
LID INSTALL 6"TEE,DI 3 EA 8350110 S1,050.00 3 $1,050.00 0 $0.00 3 31,050.00
1.11 INSTALL 2-BLOW OFF VALVE 1 EA 3600.00 3600.00 1 5600.00 0 $0.00I 1 1600.00
1.12 INSTALL6'90 BEND,Di 1 EA 3250.00 1250.00 1 5250.00 0 50.00 1 32_50.00
1.13 INSTALL6"45 BEND,DI 2 EA $200.00 $400.00 2 3400.00 0 50.00 2 I $400.00
1.14 SERVICECONNECTIONS I -
1.14a 'SHORT'1"SINGLE SERVICE CONNECTION 5 EA $400.00 12,000.00 8 33,200.00 3 51,200.00 8 $3,200.00
1.14b "LONG"1"SINGLE SERVICE CONNECTION 7 EA , 1600.00 $4,200.00 9 $5,400.00 2 31200.00 9 35,400.00
1.14c 'SHORT'?DOUBLE SERVICE CONNECTION 4 EA 3-150-00 $1,800.00 4 51,800.00 0 50.00 4 $1,800.00
1.14d "LONG"1"DOUBLESERVICECONNECTION 4 EA 3660.00 $2,600A0 2 $1,300.00 -2 41,300.00 2 $1,300.00
1.15 FURNISH,INSTALL,MAINTAIN&REMOVE SILT FENCE 1100 IF 50.10 5110.00 0 30.00 -1100 -3110.00 0 $9.00
1.16 REPLACE SOD-BAHIA 900 SY $3.00 52,700.00 50 $150.00 -850 -52,550.00 50 $150.00
1.17 REPLACE SOD-ST.AUGUSTINE 200 SY $6.00 51,200.00 0 50.00 -200 41,200A0 0 30.00
1.18 FOR ANY WORK ITEMS NOT INCLUDED IN TFCEABOVE 1 LS 3500.00, $500.00 1 5500.00 0 30.00 1 $500.00
TOTAL BASE BID I $78,269,00 $75,983.68 -52.276.32 375,983.6E
I