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