HomeMy WebLinkAbout793-Maxwell Contracting Inc SECTION 00681
CHANGE ORDER FORM
Project Title: .Country Club Rd./OId Lake Mary Rd. Utility Relocation
City IFB No. 98/99-07
Agreement Date: April 26, 1999
Change Order No.
Engineer Job No. S0620.04
Contractor: Maxwell Contracting, Inc.
Engineer: CPH Engineers, Inc.
This Change Order is necessary to cover changes in the work to be
performed under this Agreement. The GENERAL CONDITIONS,
SUPPLEMENTARY CONDITIONS, and STANDARD SPECIFICATIONS
apply to and govern all work under this Change Order.
THE FOLLOWING CHANGES ARE MADE TO THE CONTRACT DOCUMENTS:
(1) Original Contract Price $ 979,400.00
(2) Current Contract Price (Adjusted By Previous Change Orders) $ 979,400.00
(3) Total Proposed Change in Contract Price $ 84,769.65
(4) New Contract Price (Item 2 plus Item 3) $ 1,064,169.65
(5) Original Contract Time (Substantial Completion) 11/30/99
(6) Current Contract Time (Adjusted By Previous Change Orders) 11/30/99
(7) Total Proposed Change in Contract Time 30 DAYS*
(8) New Contract Time (Substantial Completion)(Item 6 plus Item 7) 12/30/99
(9) New Construction Substantial Completion Date _12/30/99'
*The Contractor agrees the change in Contract Time (30 days) made under this Change Order is to allow
for completion of paving and other restoration activities and does not extend the date by which the water
main and force main constructed under the contract will be placed in service, which is November 30, 1999.
00681-1
J:UOBS\S0620.04\word\cont\chgordl.wpd
CHANGES ORDERED
iTEM 1
Description of Change:
Reason for Change:
Change in Contract Price:
Change in Contract Time:
ITEM 2
Description of Change:
Reason for Change:
Change in Contract Price:
Change in Contract Time:
ITEM 3
Description of Change:
Reason for Change:
Change in Contract Price:
Change in Contract Time:
ITEM 4
Description of Change:
Reason for Change:
Change in Contract Price:
Change in Contract Time:
ITEM 5
Description of Change:
Reason for Change:
· Change in Contract Price:
Change in Contract Time:
1.5% Addition to Bonds and Insurance
Based on the net dollar value of the work added to the Contract by this
Change Order, the contract allows an increase to the bonds and insurance
$1252.75
0 DAYS
Add 4.17 Tons of Fittings (D.I.) F&I (BID ITEM NO. 6)
Add 24" cross for future connections, add fittings at Old Lake Mary Rd.
connection to deflect new water main under future storm system and add
fittings for connection of new fire hydrants in lieu of air release valves, as
requested by Owner.
4.17 tons @ $3700.00/ton = $15,429.00
1 DAY
Add 30 L.F. Pipe (DI) F&I (Push on Joint) 6" (BID ITEM NO. 8)
Additional pipe required for new fire hydrant locations at Sta. 34+05 and Sta.
52+38.
30 L.F. @ $15.00/L.F. = $450.00
1 DAY
Add 45 L.F. Pipe (DI) F&I (Push on Joint) 24" (BID ITEM NO. 9)
Additional pipe required at new cross fitting at Sta. 29+95 for future
connections.
45 L.F..@ $48.00/L.F. = $2160.00
1 DAY
DELETE - Tapping Sleeve & Tap (16") (BID ITEM NO. 11 )
Field verification showed pipe to be tapped at Old Lake Mary Rd. and C.R.
46A to be 20" dia., not 16" as previously identified on utility plans.
(-)$4000.00
· 0 DAYS
00681-2
ITEM 6
Description of Change:
Reason for Change:
Change in Contract Price:
Change in Contract Time:
ITEM 7
Description of Change:
Reason for Change:
Change in Contact Price:
Change in Contact Time:
ITEM 8
Description of Change:
Reason for Change:
Change in Contact Price:
Change in Contact Time:
ITEM 9
Description of Change: .
Reason for Change:
Change in Contact Price:
Change in Contact Time:
ITEM 10
Description of Change:
Reason for Change:
Change in Contact Price:
Change in Contact Time:
ITEM 11
Description of Change:
Reason for Change:
Change in Contract Price:
Change in Contact Time:
Add One (1) Tapping Sleeve & Tap (20") (BID ITEM NO. 12)
Field verification showed pipe to be tapped at Old Lake Mary Rd. and C.R.
46A to be 20" dia,, not 16" as previously identified on utility plans.
$7500.00
0 DAYS
DELETE -Valve (Tapping) F&I (16") (BID ITEM NO. 13)
Field verification showed pipe to be tapped at Old Lake Mary Rd. and C.R.
46A to be 20" dia., not 16" as previously identified on utility plans.
(-)4000.00
0 DAYS
Add One (1) Valve (Tapping) F&I (20") (BID ITEM NO. 14)
Field verification showed pipe to be tapped at Old Lake Mary Rd. and C.R.
46A to be 20" dia., not 16" as previously identified on utility plans.
$7500.00
0 DAYS
Two (2) - 6" Gate Valves and Boxes, F &l (BID ITEM NO. 15)
Valves to be installed at new fire hydrant connections at Sta. 34+05 and Sta.
52+38.
2 @ $450.00 ea. = $900.00
1 DAY
Two (2) - 24" Butterfly Valves and Boxes, F & I (BID ITEM NO. 17)
Valves to be installed at new cross fitting at Sta. 29+95 for future
connections.
2 @ $3500.00 ea. = $7000.00
1 DAY
DELETE - Four (4) - Air Release Valves and Vaults (BID ITEM NO. 18)
Owner has elected to provide closer spacing of fire hydrants and will install
fire .hydrants in lieu of air release valves at two locations. Two other air
release valve assemblies will be deleted and nearby blowoffs will be utilized
to remove air from the system during filling.
4 @ (-)$3400.00 ea. = (-)$13,600.00
0 DAYS
~: uoBs~s062o. 04~d~o=t~hgo~d L wpd 00681 '3
ITEM 12
Description of Change:
Reason for Change:
Change in Contract Pdce:
Change in Contract Time:
ITEM 13
Description of Change:
Reason for Change:
Change in Contract Price:
Change in Contract Time:
ITEM 14
Description of Change:
Reason for Change:
Change in Contract Price:
Change in Contract Time:
ITEM 15
Description of Change:
Reason for Change:
Change in Contract Pdce:
Change in Contract Time:
ITEM 16
Description of Change:
Reason for Change:
Change in Contract Price:
Change in Contract Time:
ITEM 17
Description of Change:
Reason for Change:
Change in Contract Price:
Change in Contract Time:
Add One (1) 2" Blowoff Assembly and Box (BID ITEM NO. 19)
To be installed at new cross fitting at Sta. 29+95 for use in filling pipe with
water and releasing air from the system during filling.
$1000.00
1 DAY
Add Two (2) Fire Hydrant Assembly (ALT. BID ITEM NO. 1 )
Owner has elected to provide closer spacing of fire hydrants and will install
fire hydrants in lieu of two proposed air release valves at Sta. 34+05 and
Sta. 52+38.
2 @ $1600.00 ea. = $3200.00
2 DAYS
Remove Existing Pavement(C.O. cost based on L.S. Bid Price/original S.Y.
of pavement to be removed =$2.25/8.Y.) (BID ITEM NO. 28)
Change in field conditions required water line and forcemain to be installed
further into roadway than originally planned. This resulted in additional
asphalt roadway being impacted by utilities installation,
760 S.Y. @ $2.25/S.Y. = $1710.00
1 DAY
Asphaltic Concrete Type 'S' (1.75") (BID ITEM NO. 29)
Change in field conditions required water line and forcemain to be installed
further into roadway than originally planned. This resulted in additional
asphalt roadway being impacted by utilities installation.
760 S.Y. @ $5.25/S.Y. = $3990.00
1 DAY
Limerock Base (10") (BID ITEM NO. 32)
Change in field conditions required water line and forcemain to be installed
further into roadway than originally planned. This resulted in additional
asphalt roadway being impacted by utilities installation,
760 S.Y. @ $11.00/S.Y. = $8360.00
1 DAY
Stabilized Subgrade (12") (BID ITEM NO. 35)
Change in field conditions required water line and forcemain to be installed
further into roadway than originally planned. This resulted in additional
asphalt roadway being impacted by utilities installation.
760 S.Y. @ $1.00/S.Y. = $760.00
1 DAY
00681-4
ITEM 18
Description of Change:
Reason for Change:
Change in Contract Price:
Change in Contract Time:
ITEM 19
Description of Change:
Reason for Change:
Change in Contract Price:
Change in Contract Time:
ITEM 20
Description of Change:
Reason for Change:
Change in Contract Price:
Change in Contract Time:
ITEM 21
DeScription of Change:
Reason for Change:
Change in Contract Price:
Change in Contract Time:
ITEM 22
Description of Change:
Reason for Change:
Change in Contract Price:
Change in Contract Time:
Replace Pavement Markings (BID ITEM NO. 41 )
Additional pavement markings required as a result of change in field
conditions requiring additional roadway surface to be disturbed for utilities
installation.
$5000.00
3 DAYS
1" Asphalt Type 'S' Overlay (Additive) (Country Club Rd. Sta 11 +50 to
22+00 and Sta 25+50 to 46+00) (ALTERNATE BID ITEM NO. 3)
Required by Seminole County Utility Permit.
7390 S.Y. @ $3.30/S.Y. = $24,387.00
0 DAYS
1" Asphalt Type 'S' Overlay (Additive) (Country Club Rd. Sta. 0+90 to Sta
11 +50) (ADD. PER FIELD CONDITIONS) (ADDITIVE TO ALTERNATE BID
ITEM NO. 3)
Required by Seminole County Utility Permit.
2453 S.Y. @ $3.30/S.Y. = $8094.90
I DAY
1" Asphalt Type 'S' Overlay (Additive) (Old Lake Mary Rd. Sta 46+00 to
54+50) (ALTERNATE BID ITEM NO. 4)
Required by Seminole County Utility Permit.
1919 S.Y. @ $4.00/S.Y. = $7676.00
0 DAYS
Additional Time for Installation of Casing and Carrier Pipes
Manufacturer problems with the casing joints and casing spacers resulted
in the need to remove and reinstall the 14" reclaimed water main through
the casing pipe
$0.00
15 DAYS
SUMMARY OF CHANGES ORDERED
00681-5
ITEM
NO.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
2O
21
22
DESCRIPTION
Bonds and Insurance (1.5%)
Fittings (D.I.) F&I (4.17 Tons)
Pipe (F&I) DI (Push on Joint) 6" (30 L.F.)
Pipe (F&I) DI (Push on Joint) 24" (45 L.F.)
DELETE - Tapping Sleeve & Tap (16") (1 EA.)
Tapping Sleeve & Tap (20") F&I (1 EA.)
DELETE -Valve (Tapping) F&I (16") (1 EA.)
Valve (Tapping) F&I (20") (1 EA.)
6" Gate Valve and Box, F&I (2 EA.)
24" Butterfly Valve and Box, F&I (2 EA.)
DELETE - Air Release Valve and Vaults (4 EA.)
2" Blowoff Assembly and Box, F&I (1 EA.)
Fire Hydrant Assembly, F&I (2 EA.)
Remove Existing Pavement (760 S.Y.)
Asphaltic Concrete Type 'S' (1.75") (760 S.Y;)
Limerock Base (10") (760 S.Y.)
Stabilized Subgrade (12") (760 S.Y.)
Pavement Markings (L.S.)
1" Asphalt Type 'S' Overlay (Additive)
(Country Club Rd. Sta 11 +50 to 22+00 and Sta
25+50 to 46+00) (7390 S.Y.)
i" Asphalt Type 'S' Overlay (Additive)
(Country Club Rd. Sta. 0+90 to Sta 11 +50)
(ADD. PER FIELD CONDITIONS) (2453 S.Y.)
1" Asphalt Type 'S' Overlay (Additive)(OId Lake
Mary Rd. Sta 46+00 to 54+50) (1919 S.Y.)
Casing Pipe Installation Delays
TOTAL
CHANGE IN CHANGE IN
CONTRACT CONTRACT
PRICE TIME (DAYS)
$1,252.75 0
$15,429.00 1
$450.00 0.5
$2,160.00 0.5
($4,000.00) 0
$7,500.00 0
($4,000.00) 0
$7,500.00 0
$900.00 1
$7,000.00 1
($13,600.00) 0
$1,000.00 1
$3,200.00 2
$1,710.00 1
$3,990.00 1
; $8,360.00 1
$760.00 1
$5,000.00 3
$24,387.00 0
$8,094.90 1
$7,676.00 0
$0.00 15
$84,769.65 30 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
j:~o~s~s0~0.o4~wo.d~co.t~,~o,~.~ 00681-6
acceptance and satisfaction that it is entitled to no more costs or time (direct, indirect, impact, etc.)
pursuant to this Change Order.
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.
ATTEST:
(Secretary)
(C9r~or,~r.e~al)~.
Maxwell Contracting, Inc., P.O. Box 1998, Cocoa, Fla. 32923-1998
Contractor
___(Presider~t)
Date
ATTEST: CITY OF SANFORD F///~~
I
Date Date
For the use and relia n of the City of Sanford
only. Approved as form and ,legal sufficiency.
Donna L. clntosh - City Attorney
END OF SECTION
regular meeting.
00681-7