Loading...
867-Central FL Underground SECTION 00950 CHANGE ORDER FORM MILL CREEK 3B DRAINAGE Project Title: IMPROVEMENTS Change Order No. One Engineer Job No. S0607.13 Owner's Project No.: Agreement Date: November 30, 2000 Contractor: CENTRAL FLORIDA UNDERGROUND, INC. Engineer: CPH Enaineers, 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) Origir, al Contract Price $ 528,896.40 (2) Current Contract Price (Adjusted By Previous Change Orders) $ 528,896.40 (3) Total Proposed Change in Contract Price $ 23,535.96 (4) New Contract Price (Item 2 plus Item 3) $ 552,432.36 (5) Original Contract Time 3.20 Days (6) Current Contract Time (Adjusted By Previous Change Orders) Days (7) Total Proposed Change in Contract Time Days (8) New Contract Time (Item 6 plus Item 7) Days (9) New Construction Substantial Completion Date 120 DAYS 00950~1 SUMMARY OF CHANGES ORDERED ITEM CHANGE IN CHANGE IN NO. CONTRACT CONTRACT DESCRIPTION PRICE TIME I Install 15" RCP cross pipe & type "C" inlet 17th Mulberry $ 4,573.50 2 Installation of precast dser at 17th &Mulberry $ 750.00 3 Excavation, intall, backfill & cernpadion Of 18" PVC storm sewer t 8th Oleander$ 980.00 4 Conflict with sanitary sewer at 15th &Mulberry $ 4,809.00 5 Installation of 2 ea 6" 45° bends to align watermain $ 320,00 6 Extension of storm structure adjacent to outfall at pond $ 9,500.00 7 Base & asphalt removal & restoration 17th & Mulberry $ 2,603.46 TOTAL $ 23,535.96 WAIVER This Change Order constitutes full and mutual accord and satisfaction for the adjustment of the Contract Pdco 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. CHANGES ORDERED ITEM 1 Description of Change: Letter dated 03/20/01 Reason for Change: Installation of 15" RCP cross pipe & type "C" inlat-17th & Mulberry Change in Contract Price: $ 4,573.50 Change in Contract Time: ITEM 2 Description of Change: Letter dated 03/08/01 Reason for Change: Installation of a precast dser at 17th & Mulberry Installation of dser at NW come of 18th & Mulberry Installation of riser at 16th & Mulberry, SW comer Change in Contract Pdco: $ 250.00 Change in Contract Time: ITEM 3 Description of Change: Letter dated 01/17/01 Reason for Change: Et. av~on, installation, baddill & c~mpadion d lr PVC sta~n sewer-lath & Oleander Change in Contract Price: $ 980.00 Change in Contract Time: ITEM 4 Description of Change: Letter dated 01/25/01 Reason for Change: Conflict with sanitary sewer at 15th and Mulberry Change in Contract Price: $ 4,809.00 Change in Contract Time: ITEM 8 Description of Change: Letter dated 01/31101 Reason for Change: Installation of 2 ea 6" 45° bends to align watermain Change in Contract Pdce: $ 320.50 Change in Contract Time: SPECLIB082499 009~0-2 CHANGES ORDERED ITEM 6 Description of Change: Letter dated 01/08/01 Reason for Change: Extension of storm structure adjacent to outfall pond Change in Contract Pdce: $ 9,500.00 Change in Contract Time: ITEM 7 Description of Change: Base and asphalt removal and r~-'toration Reason for Change: Pay item #1104-4 pavement removal 31.78 syd @$158.90 Pay item itt200-70 limerock base31.78 syd @$635.60 Pay Item #331+72+16 limerock base31.78 syd @$381.36 Pay item #~331+72+16 remove existing fence 341 I.f. @$1227.60 Additional bacteriological sampling required by CHP @ $200 Change in Contract Price: $ 2,603.46 Change in Contract Time: SPECLIBO82499 009~0-2 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 ur~derstood and agreed that the approval of the Change Order shall have no effect on the original Agreement other than matters expressly provided herein. ATTEST: CENTRAL FLORIDA UNDERGROUND, INC. Contractor Y B WARD (President) JULY 12, 2001 JULY 12. 2001 Date Date (Corporate Seal) ATTEST: City of Sanford _' Owner END OF SECTION 00950-4 AGREEMENT FORM PART 1 GENERAL 1.01 THIS AGREEMENT, made this,-,~day o~k//']~ ~(~')'7'_,~, by and bergen (1) City of Sanford , hereina~er called the Owner, and (2) Central Florida Underground, Inc. doing business as a (3) Corporation, and hereina~er called the Contractor. (f) Name of Owner (2) Name of Contractor (3) Coloration, Pa~ne~hip, or Sole Proprietor 1.02 The Owner and Contractor agree as follows: A. Contract Documents The Contract Documents consist of this Agreement; all items listed in the index to the Project Manual; the Drawings as listed in the Project Manual; the Florida Depa~ment of Tmnspo~ation Standard Specifications for Road and Bridge Construction - 1991, as incorporated by the Project Manual; all Addenda issued prior to and atl Change Orders issued after execution of this Agreement. These form the Contract and all are as fully a part of the Contract as if attached to this Agreement or repeated herein. B. Scope of Work The Contractor shall perform all work required by the Contract Documents for the construction of the Mill Creek Year 3B Drainaae Improvements (IFB 00/01-01 ). C. Contract Time The Contractor shall begin work with in 10 days after the issuance of a written Notice to Proceed and shall complete substantially compiete the work within 120 calendar days from the date of the Notice to Proceed. The work shall be finally complete, ready for Final Payment in accordance with the General Conditions, within 30 calendar days from the actual date of substantial completion. D. Liquidated Damages OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not substantially comptete within the time specified in Paragraph C above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense and difficulties involved in proving in a legal arbitration proceeding the actual loss suffered by OWNER if the Work is not substantially complete on time. Accordingly, instead of requiring any such proof, OWNER and CONT~CTOR agree that as liquidated damages for delay (but not as a penalW) CONT~CTO R shall pay OWNER $750 for each calendar day that expires after the SPECLIB0e~600 00520-1 REVISED PER ADDENDUM NO. 1 the time specified in Paragraph C for substantial completion until the work is substantially complete. It is agreed that if this Work is not Finally completed in accordance with the Contract Documents, the CONTRACTOR shall pay the OWNER as liquidated damages for delay, and not as penalty, one-fourth (¼) of the rate set forth above. E. Contract Price Unit Price Contract The Owner will pay the Contractor in current funds for the performance of the work, subject to additions and deductions by Change Order and subject to the Measurement and Payment Provisions, and subject to actual constructed quantities; the Total Contract Price of Five hundred twentweiqht thousand eight hundred ninety-six and 40/100 Dollars ($528,896.40~. Payments will be made to the Contractor on the basis of the Schedule of Unit Prices included as a part of his Bid, which shall be as fully a part of the Contract as if attached or repeated herein. F. Payments The Owner will make payments as provided in the General Conditions and Supplementary Conditions. G. Engineer The Project has been designed by CPH Engineers, Inc., referred to in the documents as the Engineer, whose authority during the progress of construction is defined in the General Conditions and Supplementary Conditions. 1.03 IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. CONTRACTOR: Central Florida Underclround, Inc. Name of Firm Roy G. Ward - President amtj~224nd Title Atte ignature~"~' Kay Duffy - Secretary/Treasurer Printed Name and Title 8PECMB081600 00520-2 REVISED PER ADDENDUM NO. I OWNER: Cit f / v o Sanford - - Name of Owne ..... (Seal) :' By (Signat ': Anthony VanDerworp - City Manager Printed Name and Title : Janet R. Douaherty - City Clerk Printed Name and Title END OF SECTION SPECLIB081600 00520'3 REVISED PER ADDENDUM NO. I CPH Engineers, Inc. Sanford, Rorfda 32771 P.O. Box 2808 Sanford, Florida 32772-2808 fa Phone: 407-322-6841 Fax: 407-330-0639 Date: Dyetuber 29, 2000 www,cphengineers,com TO: Hatgrove %.. :, izatlo n,P,E, Re: Mill Creek Year 38 Drainage Improvements (iFB 00/01-01 ) CPH Job No.: S0607.13 Attached for execution are three (3) copies of the Agreement Form for the Mill Creek Year 3B project. We have reviewed the Bonds, insurance certificates, and other documents forwarded to us by Central Florida Underground and have fou all of these documents to be in order. Upon execution, pie two cop~es to H w~ll then ~ complete packages of all bonds an insur n~~ve fou all of tpHCH.~2;~ Pl~greement forms are ready so we can schedule their pick-up.