HomeMy WebLinkAboutIII (C) Water and Sewer Service to the Public Works Office Comple Change Order No. 1 and Final Agenda 6-04-2002
Item III C
LEVIER OF GOOD LIVING-PRIDE OF WEST ORANGE' MAYOR•COMMISSIONER
Ocoee S.SCOTT VANDERGRIFr
O( \%
a CITY OF OCOEE comm,ss,oWWRs
DANNY IJOWELL
444...iii Q 150 N. LAKESHORE DRIVE
SRUSTJOANDERSONNSO
V OCOEE, FLORIDA 34761-2258 RUSTY IOIINSON
•V (407)905-3100 NANCY 1. PARKER
Of G000NN (-ITV Mna.werz
JIM GLEASON
MEMORANDUM
DATE: May 28, 2002
TO: The Honorable Mayor and Board of City Commissioners
FROM: David Wheeler, P.E;_329/7,,/
Assistant City Engineer/Utilities Director
SUBJECT: Water and Sewer Service to the Public Works Office Complex
Change Order Request No. 1 and Final
with
Gibbs & Register, Inc.
Attached for your review is Change Order Request No. 1 on the water and sewer
service to the Public Works Office Complex with Gibbs & Register, Inc. These project
basically included the installation of an 8 inch water main for domestic and fire service
and the installation of a duplex pump station and 2 inch force main for sewer service.
This change order request was initiated by City Staff to adjust unit quantities on some
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
1000/0 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 Gibbs & Register, Inc.
There were 18 items of work required under this contract. There were 1 work item that
was over the estimated contract quantity, which had a value of $2,400.00 to the
contractor and 4 work items that were under the estimated contract quantity, which
had a value of $1,488.00 to the City. The net result is an increase in contract amount
of $912.00, with no change on the contract time. The attachment is a copy of Change
Order No. 1, which is the final change order for this project.
POV1/W
The original construction contract cost was $61,145.00. This change order will increase
the overall contract amount to $62,057.00. The overall contingency usage was 1.490/0
of the original construction cost.
I recommend that the City Commission approve Change Order No. 1 with Gibbs &
Register, Inc. by increasing the contract amount by $912.00, with no extension in
contract time, and authorize the Mayor and City Clerk to execute Change Order No. 1.
Attachment
1) Change Order No. 2
POINT'
Ocoee CITY OF OCOEE
;. a�a Engineering/Utilities
,,rrc� 150 North Lakeshore Drive
%\„ P Ocoee, Florida 34761-2258
CHANGE ORDER NO. #1
CITY OF OCOEE
Water& Sewer Service to the Public Works Office Complex
DATE: May 28,2002 CONTRACTOR: Gibbs&Register, Inc.
AGREEMENT DATE: January 15,2002
The following changes are hereby made to the CONTRACT DOCUMENTS.
Original CONTRACT PRICE S 61,145.00
Current CONTRACT PRICE ADJUSTED by previous CHANGE ORDER $61,145.00
Net Increase Resulting from this CHANGE ORDER $912.00
The current CONTRACT PRICE including this CHANGE ORDER $62,057.00
ORIGINAL CONTRACT TIME:
60 Consecutive Calendar Days from Notice to Proceed Date: _ March II,2002
Current CONTRACT TIME adjusted by previous CHANGE ORDERS Date: March 11,2002
Net Increase Resulting from this CHANGE ORDER Days: 0 Days
Current CONTRACT TIME Including this CHANGE ORDER Date: Mav I I,2002
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 CHANCES
Item No. I-A Adjustment of Contract Quantities
This change order is to adjust quantities of various pay items, tip 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 underrmh. 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 arc for overruns and is additional money due the contractor.
There were 18 items of work required under this contract on this project. There was I work item that was over the
estimated contract quantity, which had a value of$2,400.00 to the contractor and 4 work items that were under the
estimated contract quantity, which had a value of$1,488.00 to the City. The net result is an increase in the contract
amount of$912.00,with no adjustment in the contract time.
III. JUSTIFICATION
Item No. 2-A Adjustment of Contract Quantities
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 item 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
Item No.2-A Adjustment of Contract Quantities
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
Item 2-A Adjustment of Contract Quantities 912.00
Total Net Increase Change Order No. NI S912.00
VI. APPROVAL AND CHANCE 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 ofthis 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 ally 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 GIBBS& REGISTER,INC.
By: By:
Signature Signature
Date: Date:
Title: Title:
APPROVED BY:
CITY OF OCOEE, FLORIDA
By:
S. Scott Vandergrifi, Mayor Date
Attest:
Jean Grafton,City Clerk
FOR USE AND RELIANCE ONLY BY TIIE APPROVED BY THE OCOEE CITY
CITY OF OCOEE,APPROVED AS'FO FORM COMMISSION IN A MEETING HELD ON
AND LEGALITY TI HS DAY OF ,2002 UNDER
,2002. AGENDA ITEM NO.
FOLEY&LARDNER
By:
City Attorney
00842-3
Contract Amounts Change Order No. 1 Adjustments Final Adjusted Quantities
Item No. Description Quantity Unit Unit Price Total Price Quantity Unit Unit Price Total Price Quantity Unit Unit Price Total Price
1.01 Mobilization,Demobilization,Bonds,and Permits 1 LS $2,500.00 $2,500.00 50.00 1 LS $2,500.00 $2,500.00
1.02 General Requirements-Division 1 1 LS $6,000.00 $6,000.00 $0.00 1 LS $6,000.00 $6,000.00
a. Field Engineering and Exploratory Excavation 1 LS $1,000.00 $1,000.00 $0.00 1 LS $1,000.00 $1,000.00
b. Record Drawing Preparation 1 _ LS 5300.00 $300.00 $0.00 1 LS $300.00 $300.00
c. Color Audio-Video Preconstruction Record 1 LS $400.00 $400.00 -1 LS $400.00 -$400.00 0 LS $400.00 $0.00
1.03 Indemnification 1 LS $1,000.00 $1,000.00 $0.00 1 LS $1,000.00 $1,000.00
1.04 Construction Permits Allowance 1 ALL. $1,000.00 $1,000.00 $0.00 1 ALL. $1.00000 $1,000.00
Install 8"water main including all fittings and thrust
1.05 restraints as required 950 LF $12.00 $11,400.00 $0_00 950 LF $12.00 511,400.00
1.06 Install 8"Gate Valve 3 EA $800.00 52,400.00 $0.00 3 EA $800.00 $2.400.00
Install Fire Hydrant Assembly including Tee,gate
1.07 valve and thrust restraints 2 EA $2,500.00 $5,000.00 $0.00 2 EA $2,500.00 $5000.00
1.08 Install 12"X8"Tapping Sleeve wlvalve 1 EA $3,000.00 S3,000.00 $0.00 1 EA $3,000.00 $3.000.00
1.09 Install 8"x2"tap with 2"corp stop and cap 1 EA $1,000.00 $1,000.00 $0.00 1 EA $1,000.00 $1.000.00
1,1 Install 8"SDR 11 HDPE by direction drill 40 LF $120.00 $4,800.00 20 LF $120.00 $2,400.00 60 LF $120.00 $7200.00
Install 2"polytubing force main including all fillings
1.11 and thrust restraints as required 755 LF $7.00 $5,285.00 -70 LF $7.00 -$490.00 685 LF 57.00 $4,795.00
1.12 Install duplex grinder pump station with controls 1 EA $10,000.00 $10,000.00 $0.00 1 EA $10,000.00 $10,000.00
1.13 For any work items not included in the above 1 LS $1,000.00 $1,000.00 $0.00 1 LS $1,000.00 $1,000.00
6"limerock base 220 SY $10.00_ $2,200 00 -26 SY $10.00 -$260.00 194 SY $10.00 $1,940.00
1.5"S-1 Asphalt 220 SY $13.00 $2,860.00 -26 SY $13.00 -$338.00 194 SY $13.00 $2,522.00
$61,145.00 $912.00 $62,057.00