HomeMy WebLinkAboutVII (L) Change Order No. 3 with Wharton-Smith, Inc. for Water Distribution Mains - Phase 1 Project Agenda 12-21-99
Item VII L
"CENTER OF GOOD LIVING-PRIDE OF WEST ORANGE" MAYOR•COMMISSIONER
Ocoee S.SCOT r VANDERGRIFT
°` �� cr. CITY OF OCOEE COMMISSIONERS
s. 4 1t DANNY HOE F.LL
CIF a ISO N. LnKPSIIORG DRIVE SCOT"I'ANUIiR50N
OCOEE,o
FLORIDA 34761-2258 RUSTY JOHNSON
�•y ��?V (407)656-2322 NANCY 1.PARKER
JF*Of GOOD N`, Crri MANAGER
ELI.IS SHAPIRO
MEMORANDUM
DATE: December 10, 1999
TO: The Honorable Mayor and Board of City Commissioners
FROM: David Wheeler, P.E. "yr qT/
Assistant City Engineer/Utilities Director
SUBJECT: Water Distribution Mains - Phase 1
Change Order Request No. 3
Attached for your review is Change Order Request No. 3 on the Water Distribution Mains -
Phase 1 Project with Wharton-Smith, Inc. The Phase 1 Project included a new water main along
Wurst Road from Peters Avenue to the Jamela WTP, along Hackney-Prairie Road from the
Forest Oaks WTP to Rich Drive, and the cleaning and testing of the existing force main on
Clarke 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 Wharton-Smith, Inc.
'there were 49 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 $14,822.00 to the
contractor and 8 work items that were under the estimated contract quantity which had a value of
$22,690.78 to the City. The net result is a reduction in contract amount of$7,868.78, with no
adjustment in the contract time. The attachment is a copy of Change Order No. 3, which is the
final change order for this project.
The original construction contract cost was $392,000.00. This change order reduced previously
adjusted contract amount of$330,480.00 by $7,868.78 down to a final contract amount of
$322,611.22. This change order amounts to approximately 17.70 percent decrease in the original
bid price.
poinfft
Ported lmea s Water Ressnrws '&
1 recommend that the City Commission approve Change Order No. 3 with Wharton-Smith, Inc.
by decreasing the contract amount by $7,868.78, with no extension in contract time, and
authorize the Mayor and City Clerk to execute Change Order No. 3.
Attachment
1) Change Order No. 3
power
Pieucd Owes Water Prances
Ocoee CITY OF OCOEE
Q ' Engineering/Utilities
f o 150 North Lakeshore Drive
` $ Ocoee, Florida 34761-2258
CHANGE ORDER NO. #3
CITY OF OCOEE
Water Distribution Mains - Phase 1
PROJECT NO,
DATE: December 10, 1999 CONTRACTOR: Wharton-Smith, Inc.
AGREEMENT DATE: February 16, 1999
The following changes are hereby made to the CONTRACT DOCUMENTS.
Original CONTRACT PRICE $392,000.00
Current CONTRACT PRICE ADJUSTED by previous CHANGE ORDER $330 480.00
Net(Decrease) Resulting from this CHANGE ORDER ($7,868.78)
The current CONTRACT PRICE including this CHANGE ORDER $ 322,611.22
ORIGINAL CONTRACT'TIME:
150 Consecutive Calendar Days from Notice to Proceed Date: July 27, 1999
Current CONTRACT TIME adjusted by previous CHANGE ORDERS Date: July 27, 1999
Net Increase Resulting from this CHANCE ORDER Days: 0 days
Current CONTRACT TIME Including this CHANGE ORDER Date: July 27, 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 I, Definitions,of the GENERAL CONDITIONS apply to and govern all work under this change order.
II. REQUIRED CIIANGES
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 49 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$14,822.00 to the contractor and 8 work items that were under
the estimated contract quantity which had a value of$22,690.78 to the City. The net result is a reduction in contract
amount of$7,868.78, 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 Prier. Net Increase
Item No. (Decrease)Quantity (Decrease)Price
I-A Adjustment of Pay Items to Final Contract ($7.868.78)
Total Net (Decrease)Change Order No.k2 (S 7,801.7X)
VI. APPROVAL AND CHANCE AUTHORIZATION
This proposed change to the Contract is to be approved by the Owe: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 PRIME CONSTRUCTION GROUP, INC.
By: By:
Signature Signature
Date: Date:
Title: Tit
APPROVED BY:
CITY OF OCOEE,FLORIDA
Owner
By:
S. Scott Vandergrift, Mayer Date
Attest:
Jean Grafton,City Clerk
FOR USE AND RELIANCE ONLY BY TIIE 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
Sheet1
- _ - CI. . . _ _
- - O NO.3 ADJUSTMENTS
CONTRACT AMOUNTS CO NO.I REDUCTION ADJUSTMENT OF QUANTITIES FINAL INSTALLED QUANTITIES
Item No. Description Qua tity Cost/Unit Total Cost Quantity Cost/Unit Total Cost Quantity Cost/Unit Total Cost Quantity Cost/Unit Total Cost
1 01 Mob,Demob,Bonds&Permits _ LS 15.000.00 15,000 00 0.00 0.00 1 LS 15000.00 15,000.00
1.02 General Requirements-Div1 LS 2000.00 2,000.00 0.00 0.00 1 LS 2,000.00 2.000.00
1.02a Field Eng.&Exploratory Excay. LS 2.500.00 2.500.00 0.00 0.00 1 LS 2.500.00 2500.00
102b Record Drawings LS 1.500.00 1.50000 0.00 000 1LS 1.500.00 1500.00
1.02c Color Audio-Visual Precon Video LS 1.101.00 1,101.00 0 00 0.00 1 LS 1.101.00 1.101.00
LS
1.03 1tlemnruction LS 1 000.00 1.000.00 0.00 _ 0.00 1 LS 6,838.22 6,838.22
-1 LS 3.161.78 -3,161]8 1 LS 6,83522 6,838.22
1.0512 inch Water
rMain Allowance LSF 10,000.00 19.24000 1 0.00
1.05 12 inch Water Main 5,42 LF 2200 110240.00 -1]10 LF 22.00 -37,620.00 0.00 3,710 LF 22.00 81,620.00
10616 inch Water Main 1,17 LF 33.00 38,610.00 0.00 0.00 1170 LF 33.00 38,610.00
1.07 10 Inch Water Main 2 LF 38.00 76000 0.00 0.00 20 LF 38.00 760 00
1.08 8 inch Water Main 2 LF 53.00 1,060.00 0 00 0.00 20 LF 53.00 1,060.00
1.09 Gate inch ate Main 2 LF 28.00 500.00 0.00 _ 0.00 23 LF 0800 900.00
inch1.10101 G Valve&Box _ EA 1,30000 11,700.00 -6 EA 1,300.00 -7,800.00 000 3 EA 1,300.00 3,900.00
--- 2,800.00
1.11 8 inch Gate Valve&Box EA 200.00 -1 EA 200 00 -200.00 0 00 0 EA 200.00 ]00.00
1.12 2 inch Gate Valve&Box _ EA 200.00 -2
200.00 -1 EA 200.00 -200.00 0.00 0 EA 200.00 0.00
1 13 Fire Hydrant Assembly 1 EA 2 500.00 27,500.00 _2 EA 2.50000 -500000 0.00 9 EA 2.500.00 22.50000
1.14 Remove Existing Fire Hydrant EA 600.00 600.00 -. 0.00 0.00 1 EA 600.00 600.00
1.15 Install 16"Tap Sleeve&Valve LS 8.400.00 8.400.00 0.00 0.00 1 LS 8400.00 8400.00
(sta.21+60)C-2
1.16 Install 16"x12"Tap Sleeve&Valve LS 4,50000 4,500.00 _ 0.00 0.00 1 LS 4,500.00 4,50000
(tall.2"Tap Sleeve
C-
1.17 Install 12"Tap Sle &Valve LS 6,30000 4,300.00 _ 000 0.00 1L5 4,300.00 4,30000
(sta. 15+33)CA
1.18 Install 10"Tap Sleeve&Valve LS 3,500.00 3,500.00 000 0.00 1 LS 3,500.00 3,500.00
(sta C-2
1.191nsfall Install 6"Tap Sleeve&Valve LS 2,400.00 240000 0.00 0.00 1 LS 2,40000 2400.00
(sta.37+30)C-2 -- - - - _- -1.20 Install 6"Tap Sleeve&Valve 1 LS 2,400.00 2,400.00 -1 EA 2.40000 -2.400.00 0.00 0 LS 2,400 00 0.00
(sta.15+38)C-1
1.21 Bore&Jack Clarcona-Ocoee Rd. 1 LS 11,000.00 11,000.00 -1 EA 11.000.00 -11.000.00 0.00 0 LS 11,000.00 0.00
12"Wll(sta. at
1 22 Direct Drill 6"HDPE HOPE water
main 1 LS d A00.00 4,400.00 -1 EA 4,400.00 -4,400.00 0.00 0 LS 4,400.00 0.00
Sta.15«60 Clarcona-Ocoee Rd
1.23 Directt Drill 4'PVC Casiasingg Pipe 1 LB 3,500.00 3.500 00 -1 EA 3.500.00 -3,500.00 _ 0.00 0 LS 3,500 00 0.00
Sta.30+42 G-1 _ --
r- .
1 24 Install Single Water Connection 2 EA 300.00 600.00 0.00 0.00 2 EA 300.00 fi00.00
1 25 Install DoubleWater Connection 6 EA 400.00 2,400 00 0.00 0 00 6 EA 400 00 2 200.00
--- -1,600.00 3 EA 400.00 1200.00
1.26 Install Single Retrofit Connectionne 7 EA 400.00 4,800.00 0.00 2 EA 400.00
1.28 Install Double Retrofit Connection 12 EEAA 800 00 4,800.00 0.00 2 EA 400 00 800.00 14 EA 4800.00 5,64.800.00
1.28 Retire Existing 2"&6"water main 1 EA 4,800.00 6,600.00 0.00 0.00 1 EA 4,800.00 4.800.00
sta.33+45 thru sta.58+80)
1.29 Rem.E.Disp.of Unsuitable Material
1 29a Clearing/Stripping Limits to 3 Feet 50 CV - 11 00 550.00 0.00 -50 CV 1100 -550.00 0 CV 11.00 0.00
Page 1
Sheet1
1.29b 3 feet to 5 feel below grade 50 CY 11.00 550.00 0.00 -50 CV 11.00 -550.00 0 CV 11.00 0.00
1 29c 5 feet 10 7 feet below grade 50 CY 11.00 550.00 0.00 -50 GY 11.00 -550.00 0 CV 11.00 0.00
1.30 Asphalt Pavement Removal 8 Repair 247 SY 40.00 9,880.00 _. 0.00 -32 SY 40.00 -1 280.00 215 SY 40.00 8,600.00
1.31 Asphalt Pavement Overlay Restore 445 SY 11.00 4,895.00 0.00 -445 SY 11.00 -4,895.00 0 SY 11 00 0.00
1.32 Remove 8 Repalce Concrete Sidewalk 360 SY 20.00 7,200.00 000 72 SY 20.00 1,440.00 432 SY 20.00 8,640.00
1.33 Remove 8 Replace Concrete Driveways 497 SY 24.00 11,928.00 0.00 283 SY 24.00 5.792.00 780 SY 24.00 18,720 00
_._
1.34 Remove 8 Replace Hackney-Prairie Rd. 36 SY 55.00 1080.00 0.00 000 36 SY 55.00 1,980.00
Pavement(8' ukipd
- -10,104.00 2005V 3.00 600.00
1.36 Sod 8 Mulch
maximum max mum) 1. 90 SY 1.00 11,794 00 0.00 9,36E 5Y 100
_ 1.36 Seed 8 (8'maximum pay width) 1.790 SY 1.00 1]90.00 0.00 5,790 5Y 1.00 5,790.00 7,580 SY _ 1.00 7,580.00
1.37 Tree Clearing and Removal 1 LS 2,800.00 2,800.00 0.00 0.00 1 LS 2,800.00 2,80000
1.38 Furnish,Install,Maintain 8 Remove 730 LF 3.00 2.19000 0.00 0.00 730 LF 3 00 2,190.00
Silt Fence _
1.39 Furnish, Install, Maintain&Remove 16 EA 22.00 352.00 0E0 0.00 16 EA 22.00 352.00
Hay Bales
140 Fill&Flush Existing 12"FM Clarke Rd. 3 EA 1,600 00 4,800.00 0.00 0.00 3 EA 1.600 00 0,800 00
1 42 Pig Existing xi"FM GI Rd. 3 EA 5,500.00 12,200 00 0.00 0.00 3 EA 5,500.00 12,200.00
1 42 Pres.,Test Existing 12""FM FM Clarke Rd. 1 EA 2,200 00 2,200.00 0.00 0.00 1 EA 2200.00 2,200.00
1.43 Disinfect Existing 12"FM Clarke Rd. 1 EA 2,200.00 220000 0.00 000 1 EA 2,200.00 2,200.00
144 For Any Work Item not Included Above 1 EA 15.000 00 15000.00 0.00 000 1 EA 15 000.00 15,000 00
- 44 020.00 -7,868 78 310.111 22
ORIGINAL TOTAL CONTRACT 392000.00
ADJUSTED TOTAL CONTRACT _--- 317,980.00 310.111.22 _
Page 2