Loading...
III (E) Approval and Authorization for Mayor and City Clerk to execute Change Order No. 2 with Georgetown Enterprises Inc. for the Continuing Horizontal Construction Capital Improvements Projects Nos. 1 & 6 AGENDA 3-1S-97 Ocoee Item III F. Q o Ro u slr o, coo' JAMES W. SHIRA, P.E. CITY ENGINEER/UTILITIES DIRECTOR 150 N.LAKESHORE DRIVE•OCOEE.FLORIDA 34761 PHONE(407)656-2322 EXT 142•FAX(407)656-7E35 MEMORANDUM DATE: March 14, 1997 TO: The Honorable Mayor and Board of City Commissioners FROM: David Wheeler, P.E./j-P. nt Assistant City Engineer/Utilities Director SUBJECT: Continuing Horizontal Construction Services Capital Improvements Projects No. 1 and 6 Change Order Request No.2 Attached for your review is Change Order Request No. 2 on the Continuing Horizontal Construction Services Capital Improvements Projects No. 1 and 6 with Georgetown Enterprises, Inc. This change order request was initiated by City staff to adjust final quantities and initiate project closeout. During the construction of the stonnwater drainage improvements certain quantities were either overrun or underrun, with the knowledge of City staff. The overall affect to the contract amount will result in a decrease of$3,964.30. The construction was completed in accordance with the contract time limits; this change order is the followup documentation needed to closeout the contract. Some of these items were incorrectly calculated during the preparation of the quantities for bidding with actual construction reflecting what was shown and called for on the plans. The driveway replacement in project no. I was over estimated by a factor of ten (or more likely a typographical error). Other items were overrun, in particular the driveway replacement and sodding, at the direction of City staff so that a better looking finished product would be achieved. The driveway approaches were completely replaced as opposed to the area only over the trench excavation. The Fergus and Graham backyards were completely regraded after the underdrain installation and therefore warranted more sod than originally proposed. I recommend that the City Commission approve Change Order No. 2 with Georgetown Enterprises, Inc. by decreasing the contract amount by $3,964.30, with no extension in contract time, and authorize the Mayor and City Clerk to execute Change Order No. 2. Attachment THE PRIDE OF WEST ORANGE rip f�. CHANGE ORDER NO. 2 CITY OF OCOEE CONTINUING HORIZONTAL CONSTRUCTION SERVICES CAPITAL IMPROVEMENTS PROJECT NO. I and 6 DATE: MARCH 12, 1997 CONTRACTOR: GEORGETOWN ENTERPRISES, INC. AGREEMENT DATE: JUNE 27, 1996 AMENDMENT DATE: SEPTEMBER 13, 1996 The following changes are hereby made to the CONTRACT DOCUMENTS. Original CONTRACT PRICE $ 149,735.30 Current CONTRACT PRICE ADJUSTED by previous CHANGE ORDER $ 184,227.30 Net hie-No (Decrease) Resulting from this CHANGE ORDER $ (3,964.30) The current CONTRACT PRICE including this CHANGE ORDER $ 180,263.00 ORIGINAL CONTRACT TIME: 60 Consecutive Calendar Days from Notice to Proceed Date: December 6, 1996 Current CONTRACT TIME adjusted by previous CHANGE ORDERS Date: December 20, 1996 Net Increase Resulting from this CHANGE ORDER Days: -0- Current CONTRACT TIME Including this CHANGE ORDER Date: December 20, 1996 CHANGES ORDERED: I. GENERAL This change order is necessary to cover changes in the Work to be performed under this Contract. The GENERAL CONDITIONS, SUPPLEMENTAL 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. IL REQUIRED CHANGES Provide changes for the adjustment of the unit quantities to reflect actual in-field construction in comparison to the quantities provided on the bid form. 'the changes in the unit line items were either required by field conditions or incorrect calculations between the drawings and quantity takeoffs. There were nineteen unit line items in the original bid for the project;three ofthe line items had quantity overruns and two line items had quantity underruns. There were ten unit line items in change order no. I;two ofthe line items had quantity overruns. Ill. JUSTIFICATION The overruns in the base bid were I)an additional manhole core boring in project no. I which was detailed on the plans and not included in the quantity takeoff;2)additional driveway replacement in project no.6 which was added because the decision was made by City Staff during construction to replace the entire driveway approach as opposed to only the trench width(approximately one half ofthe driveway approach);and 3)additional sodding in project no. 6 for the trench excavation do to construction constraints. The underruns in the base hid were I)reduction in driveway replacement in project no. I do to a miscalculation of the quantity and 2)reduction in trench sodding in project no. I do to a miscalculation. The overruns in change order no. I were I)additional 12 inch non perforated CPEP required to extend the discharge pipe further into the retention pond and 2)additional sod which was placed in the Fergus and Graham backyards after the installation ofthe underdrains per the change order. IV. NARRATIVE OF NEGOTIATIONS The negotiated prices for the overruns or underruns was determined based upon established unit prices taken from the bid form or change order no. I V. PAYMENT See attached table which details the overruns and underruns and the net decrease in the contract. 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 ENGINEERING DEPARTMENT GEORGETOWN ENTERPRISES INC_ By: By: Signature Signature Date: Date: Title: Title: APPROVED BY: CITY OF OCOEE, FLORIDA By: S. Scott Vandergrift, Mayor Date Attest: lean Grafton,City Clerk FOR USE AND RELIANCE ONLY BY THE APPROVED BY TIIE 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. FOI.EY & LARDNER By: City Attorney CHANGE ORDER NO. 2 CIP GROUP 1-1 and 6 CITY OF OCOEE CAPITAL IMPROVEMENT PROJECT NO. 1 Original Contract Adjustment of Quantities Final Contract Amounts Base Bid Estimated Unit Unit Price Total Price Quantity Adjustment Quantity Contract Description Item No. Quantity Price Amount 1a i 1.1 6" Underdrain Pipe... 1304.0 LF $25.00 $32,600.00 $32,600.00 1.2 6" PVC Pipe... 221.0 LF $18.00 $3,978.00 $3,978.00 1.3 6PVC Cleanouts... 10.0 EA $350.00 $3,500.00 $3,500.00 1.4 Core Bore... 1.0 EA $500.00 $500.00 1.0 $500.00 2.0 $1,000.00 Existing Concrete Driveway Removal & 1.5 Replacement 418.0 SY $35.00 $14,630.00 ($315.00) ($11,025.00) 103.0 $3,605.00 1.6 Trench Sodding 292.2 SY $3.00 $876.60 ($77.20) ($231.60) 215.0 $645.00 1.7 Restoration of Prop. 1.0 LS $3,456.00 $3,456.00 $3,456.00 1.8 Patio Drain System 1.0 LS $2,750.00 $2,750.00 $2,750.00 $62,290.60 ($10,756.60) $51,534.00 CAPITAL IMPROVEMENT PROJECT NO. 6 lb 6.1 6" Underdrain Pipe... 1861.0 LF $25.00 $46,525.00 $46,525.00 6.2 6" PVC Pipe... 599.0 LF $18.00 $10,782.00 $10,782.00 6.3 6" PVC Cleanouts... 17.0 EA $350.00 $5,950.00 $5,950.00 6.4 Core Bore 11.0 EA $500.00 $5,500.00 $5,500.00 Existing Concrete Driveway Removal & 6.5 Replacement 107.3 SY $35.00 $3,755.50 48.7 $1,704.50 156.0 $5460.00 6.6 Trench Sodding 477.4 SY $3.00 $1,432.20 185.6 $553.80 663.0 $1,986.00 6.7 Restoration of Prop. 1.0 LS $2,500.00 $2,500.00 $2,500.00 $76,444.70 $2,258.30 $78,703.00 2 Mobil. & Demobil. 1.0 LS $2,000.00 $2,000.00 $2,000.00 3 Permits 1.0 LS $3.500.00 $3,500.00 $3,500.00 4 Record Drawing Prep. 1.0 LS $2,000.00 $2,000.00 $2,000.00 5 Indemnification 1.0 LS $3,500.00 $3,500.00 i $3,500.00 $11,000.00 $11,000.00 Total Base Bid Adjusted $149,735.30 ($8,498.30) $141,237.00 CHANGE ORDER NO. 1 Original Contract Adjustment of Quantities Final Contract Amounts Base Bid Estimated Adjustment Contract Item No. Description Quantity Unit Unit Price Total Price Quantity Price Quantity Amount 1.1 6" Underdrain 168.0 LF $38.00 $6,384.00 $6,384.00 10" Underdrain 92 LF $39.00 $3,588.00 $3,588.00 12" Non Perforated CPEP 124 LF $40.00 $4,960.00 40.0 $1,600.00 164.0 $6,560.00 18"Strip Drain 534 LF $20.00 $10,680.00 $10,680.00 18"Yard Drain 1 EA $600.00 $600.00 $600.00 12"Yard Drain 1 EA $500.00 $500.00 $500.00 24" Yard Drain 3 EA $700.00 $2,100.00 $2,100.00 Grade Swale Over Underd 460 LF $8.00 $3,680.00 $3,680.00 Sod-As Needed 500 SY $3.00 $1,500.00 978.0 $2,934.00 1478.0 $4,434.00 12" Flared End 1 EA $500.00 $500.00 1.0 $500.00 Total Change Order# 1 Adjusted $34,492.00 $4,534.00 $39,026.00 Total Change Order#2 ($3,964.30) TOTAL PROJECT(Base&Change Orders) $184,227.30 ($3,964.30) $180,263.00