Loading...
HomeMy WebLinkAbout2092 IFB 17/18-61 1st St. Lift Station Change Order #20 SANCITY OF FORD FINANCE DEPARTMENT PURCHASING DEPARTMENT 'T'RANSMITTAL MEMORANDUM To: City Clerk/Mayor \ ` RE: ��e) 1-11N13-( 0� \S� a� . `l�T S The item(s) noted below is/are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Final Plat (original mylars) ❑ Letter of Credit ❑ Maintenance Bond ❑ Ordinance ❑ Performance Bond ❑ Resolution Once completed, please: ❑ Return originals to Purchasing- Department ❑ Return copies El Special Instructions: I-Zh� 13o jaobz.i je.,- From SharePoint_Finance_Purchasing_Forms - 2018.doc ❑ Mayor's signature ❑ Recording ❑ Rendering Safe keeping (Vault) Deputy City Manager ❑ Payment Bond ❑ City Manager Signature ❑ City Clerk Attest/Signature ❑ City Attorney/Signature l,9 Date Change Order No. Project Name: Bid No.: Owner: Contractor: Agreement Date: CHANGE ORDER 2 1st Street Lift Station IFB No. 17/18-61 City of Sanford SanPik, Inc. January 9, 2019 This Change Order is necessary to cover changes in the work to be performed under this Agreement. The Agreement, General Conditions, Supplementary Conditions, and Technical Specifications contained in the Project Manual apply to and govern all work under this Change Order. THE FOLLOWING CHANGES ARE MADE TO THE CONTRACT DOCUMENTS: 1. Original Contract Price 2. Current Contract Price (Adjusted by Previous Change Orders) 3. Total Proposed Change in Contract Price 4. New Contract Price (Item 2 + Item 3) 5. Original Contract Time 6. Current Contract Time (Adjusted by Previous Change Orders) 7. Current Subst. Completion Date (Adjusted by Previous Change Orders) 8. Total Proposed Change in Contract Time 9. New Contract Time (Item 6 + Item 8) 10. New Contract Substantial Completion Date (Item 7 + Item 8) 11. Current Final Completion Date (Adjusted by Previous Change Orders) 12. Current Contract Time From Substantial Completion to Final Completion 13. Total Proposed Change in Contract Time to Final Completion 14. New Contract Time to Final Completion (Item 12 + Item 13) 15. New Contract Final Completion Date (Item 11 + Item 14) 1st Street Lift Station (IFB 17/18-61) Page 1 of 4 $ 445,500.00 $ 427, 579.64 $ 49,769.40 $ 477,349.04 180 Days 180 Days 7/26/19 0 Days 180 Days 7/26/19 9/24/19 60 Days 0 Days 60 Days 9/24/19 CHANGE ORDER NO. 2 CHANGES ORDERED ITEM 1 Description of Change: Replace Existing 2nd St. Sanitary Sewer Manhole Reason for Change: The City has determined that the existing sanitary sewer manhole in 2nd St. located south of the alley between Palmetto Ave. and Sanford Ave. is in poor condition and needs to be replaced. This work includes maintenance of traffic, bypass pumping and the estimated materials, labor, and equipment needed for the work as determined by the Contractor (the Contractor has estimated the work will take 40 hours). Change in Contract Price: $25,699.75 Change in Contract Time: 0 Days ITEM 2 Description of Change: Additional Work in Alley for Added Sanitary Sewer Manhole Reason for Change: Change Order No. 1 item 5 consisted of the realignment of the sanitary sewer located south of the wet well and included installing a new manhole. Change Order No. 1 item 5 was based on the estimated materials, labor, and equipment needed for the work and it was estimated the work would take 24 hours. Due to the numerous unforeseen subsurface conflicts, the work took over 72 hours. The cost for this Item 2 is based on the total materials, labor, and equipment cost less the original estimated cost in Change Order No. 1 item 5. Change in Contract Price: $24,069.65 Change in Contract Time: 0 Days 151 Street Lift Station (IFB 17/18-61) Page 2 of 4 CHANGE ORDER NO. 2 CHANGE ORDER SUMMARY - CHANGE ORDER NO. 2 Total $49,769.40 0 Days WAIVER This Change Order constitutes full and mutual accord and satisfaction for the adjustment of the Contract Price and Contract Time as a result of increases or decreases in cost and time of performance caused directly and indirectly from the change. Acceptance of this Waiver constitutes an agreement between OWNER and CONTRACTOR that the Change Order represents an equitable adjustment to the Agreement and that CONTRACTOR shall waive all rights to file a Contract Claim or claim of any nature on this Change Order. Execution of this Change Order shall constitute CONTRACTOR's complete acceptance and satisfaction that it is entitled to no more costs or time (direct, indirect, impact, etc.) pursuant to this Change Order. 1St Street Lift Station (IFB 17/18-61) Page 3 of 4 CHANGE ORDER NO. 2 Change in Change in Item Contract Contract No. Description Price Time Re lace Existin 2nd St. Sanita Sewer Manhole -Manhole $25,699.75 0 Da s L::, Additional Work in Alley for Added Sanitary Sewer $24,069.65 0 Days] Total $49,769.40 0 Days WAIVER This Change Order constitutes full and mutual accord and satisfaction for the adjustment of the Contract Price and Contract Time as a result of increases or decreases in cost and time of performance caused directly and indirectly from the change. Acceptance of this Waiver constitutes an agreement between OWNER and CONTRACTOR that the Change Order represents an equitable adjustment to the Agreement and that CONTRACTOR shall waive all rights to file a Contract Claim or claim of any nature on this Change Order. Execution of this Change Order shall constitute CONTRACTOR's complete acceptance and satisfaction that it is entitled to no more costs or time (direct, indirect, impact, etc.) pursuant to this Change Order. 1St Street Lift Station (IFB 17/18-61) Page 3 of 4 CHANGE ORDER NO. 2 APPROVAL AND CHANGE ORDER AUTHORIZATION ACKNOWLEDGMENTS The aforementioned change, and work affected thereby, is subject to all provisions of the original Agreement and 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 Agreement other than matters expressly provided herein. WITNESS to CONTRACTOR: 6./O.//�? Date Q A" L�► Y Date (Seal) 1st Street Lift Station (IFB 17/18-61) SanPik, Inc. Contractor Matthew Sands - President Printed Name e an Title of Officer B/(Sign4 re) Dafe ' y(Corporate Seal) EsT 8� '!X City of Sanford Owner Thomas J. George - Deputy City Manager Printed Name -,and Title Date Page 4 of 4 CHANGE ORDER NO. 2 /,,11ir_T91:Iji14Z,11K CHANGE ORDER NO. 2 Breakdown of Costs Copy of Price Information (Items 1 and 2) 1St Street Lift Station (IFB 17/18-61) Change Order No. 2 CITY OF SANFORD 1ST ST. LIFT STATION IFB 17/18-61 CHANGE ORDER SUMMARY - CHANGE ORDER NO rota I 1st St. LS C.O. No. 2 Attachment 06-07-19 Page A-1 $49,769.40 0 Days Change in Change in Contract Item No. Description Contract Price Time 1 Replace Existing 2nd St. Sanitary Sewer Manhole $25,699.75 0 Days 2 lAdditional Work in Alley for Added Sanitary Sewer Manhole 1 $24,069.651 0 Days rota I 1st St. LS C.O. No. 2 Attachment 06-07-19 Page A-1 $49,769.40 0 Days CITY OF SANFORD 1ST ST. LIFT STATION IFB 17/18-61 Change Order No. 2 - Item 1 - Replace Existing 2nd St. Sanitary Sewer Manhole Materials Costs (Estimate) Description Units Quantity Unit Price Total Cost New Sanitary Sewer Manhole LS 1 $5,300.00 $5,300.00 Total Contractor Work (Labor) (Estimate) $5,300.00 Description Units Estimated Quantity Rate Total Supervisor / Foreman HR 40 $55.00 $2,200.00 Operator HR 40 $25.00 $1,000.00 Pipe Fitter HR 40 $25.00 $1,000.00 Skilled Labor i HR 1 40 1 $25.001 $1,000.00 General Labor I HR 1 40 1 $22.001 $880.00 Total Contractor Work (Equipment) (Estimate) $6,080.00 Description Units Quantity Rate Total Mini Backhoe (Caterpillar LS 1 $2,155.00 $2,155.00 311) HR 40 $85.00 $3,400.00 Wheeled Loader (3 CY) (Caterpiller 938) HR 40 $140.00 $5,600.00 Total Subcontractor Work (Estimate) $9,000.00 Description Units Quantity Unit Price Total Cost Thompson Pump (Bypass Pumping) LS 1 $2,155.00 $2,155.00 Total SUMMARY (C.O. No. 2 - Item 1) Total Cost Materials $5,300.00 Total Cost Labor $6,080.00 Total Cost Equipment $9,000.00 Sub -total $20,380.00 Allowable 15% Markup (Contractor Work) $3,057.00 Total Cost Subcontractor Work $2,155.00 5% Markup (Subcontractor Work) $107.75 Total $25,699.75 $2,155.00 1st St. LS C.O. No. 2 Attachment 06-07-19 Page A-2 Item1 CITY OF SANFORD 1 ST ST. LIFT STATION IFB 17/18.61 Change Order No. 2 - Item 2 -Additional Work in Alley for Added Sanitary Sewer Manhole Materials Costs (Final) Description Units Quantity Unit Price Total Cost New Sanitary Sewer Manhole LS 1 $1,750.00 $1,750.00 10" SDR 26 PVC Sanitary Sewer Pipe LF 126 $9.51 $1,198.26 10" 45 Bends Ea 3 $128.19 $384.57 10" Femco Coupling Ea 4 $39.00 5156.00 8" PVC Sewer Plug Ea 1 $36.00 $36.00 8"x6" Sewer Wye I Ea 1 $84.001 $84,00 6" PVC SWR 45 Bend Ea 1 $28.00 $28.00 6" Clay X PVC Coup Ea 1 $20.00 S20.00 8" Test Ball Ea 1 $202.00 $202.00 10"x6" W e Ea 4 S216.00 $864.00 6" PVC SWR 45 Bend Ea 2 516.00 $32.00 6" Clay x Cl Coupling Ea 2 $17.00 $34.00 10" 45 Bends Ea 1 $128.00 $128.00 8"SDR35 PVC Plug Ea 2 $20.00 540.00 10" SDR35 PVC Plug Ea 1 $56.001 $56.00 6" Femco Coupling Ea 3 $13.00 S39.00 6" 45 Bend Ea 2 515.15 S30.30 4" 90 Bend Ea 1 $12.00 $12.00 4" Femco Coupling Ea 2 $9.00 $18.00 6" SDR26 PVC Pie Ft 14 $3.37 $47.18 10" Cplg ClayxCl/PVC Strong Back Ea 1 $105.00 5105.00 6" Cplg ClayxCl/PVC Strong Back Ea 1 $55.00 1 $55.00 Total Contractor Work (Labor) 55,319.31 Employee Name Classification Hrs Worked 5110/19 Hrs Worked Hrs Worked 5/13/19 5114/19 Hrs Worked 5115/19 Hrs Worked 5116/19 Hrs Worked 5117/19 Hrs Worked 5/20/19 Hrs Worked 5121/19 Hrs Worked 5124/19 Total Hours Worked Hourl Rate Total S. Bumgarner Superintendent / Foreman 8 5 8 9 9.5 8 8.5 11 5.5 72.5 $55.00 $3,987.50 E. Bum amer Skilled Laborer 8 5 5/16/19 5117/19 5120/19 5121/19 5/24/19 Worked HER 13 S25.00 $325.00 D. Dod a Operator 8 8 9 9.5 8 8.5 11 5.5 67.5 $25.00 $1,687.50 R. Gallowa Pipela er 8 5 8 9 9.5 8 8.5 11 5.5 72.5 $25.00 51,812.50 David W. Skilled Labor 10.5 8 10.5 $25.00 $262.50 K. Brandt, Sr. Skilled Labor 8.5 11 5.5 72.5 $140.00 $10,150.00 Rammer 10.5 10.5 S25.00 $262.50 D. BradleyGeneral Labor 8 5 8 9 574.90 30 $22.00 $660.00 K. Brandt, Jr. eneral Labor 1 .5 10.5 $22.00 $231.00 Total Contractor Work (Equipment) Total Subcontractor Work (Final) !!Description Units Quantity Unit Pricel Total Cost Asphalt Subcontractor LS 1 1 $2,835.001 $2,835.00 Concrete Cutting I LS 1 1 1 $400.001 5400.00 Total $3,235.00 SUMMARY (C.O. No. 2 - Item 2) Total Cost Materials $5,319.31 Hrs $9,228.50 Total Cost Equipment Hrs Hrs Hrs Hrs Hrs Total $3,235.00 5% Markup (Subcontractor Work) $161.75 Hrs Worked Worked Hrs Worked Hrs Worked Worked Worked Worked Worked Worked Hours Description 5110/19 5113119 5114/19 5115/19 5/16/19 5117/19 5120/19 5121/19 5/24/19 Worked HER Total Mini Backhoe Caterpillar 311 8 5 8 9 9.5 8 8.5 11 5.5 72.5 $85.00 $6,162.50 Wheeled Loader (3 CY) (Caterpiller 938) 8 5 8 9 9.5 8 8.5 11 5.5 72.5 $140.00 $10,150.00 Rammer 1 $74.90 574.90 Total Subcontractor Work (Final) !!Description Units Quantity Unit Pricel Total Cost Asphalt Subcontractor LS 1 1 $2,835.001 $2,835.00 Concrete Cutting I LS 1 1 1 $400.001 5400.00 Total $3,235.00 SUMMARY (C.O. No. 2 - Item 2) Total Cost Materials $5,319.31 Total Cost Labor $9,228.50 Total Cost Equipment S16,387.40 Sub -total $30,935.21 Allowable 15% Markup Contractor Work $4,640.28 Total Cost Subcontractor Work $3,235.00 5% Markup (Subcontractor Work) $161.75 Total $38,972.24 Bud et in Chan a Order No. 1 Item 5 (Estimated Cost $14,902.59 Final Cost 538,972.24 Difference Total Added Cost C.O. No.2 Item 2 $24,069.65 51(i,387.4U $9,228.50 1st Sl. LS C,O. No.2 Aeechmenl06-07-19 Page A-3 Ilem2