Loading...
Contract 2019-55A.04 - COF 02.28.2020CHANGE ORDER FORM Contract / P.O. Number. 201 M5 Bid Number: �'F $ 19 - o S Change Order Number: 4 Change Order Date: 2.28.2020 Project Name: Streelscace Ph 1 Oeparbnent 9WVIa014atWNTAL. Job Location: West Ave and West Osceola St VENDOR INFORMATION: Company Name: Traverse Grow, Inc. Addrm; PO Box 121754 City, at, Zip: Clermont FL 34712 Contact Name. Alicia Roehn Telephone. 352.409.6630 DESCRIPTION OF CHANGE: Alls WbA deWOM, additn, ardslabbn caused by care tm em=Wered dmdV consruftn A*WYWW by the specfte and d wafts of ft P*ed (axed, adhJftmf pages Jlnacesmy). 81h Street and West Osceola Street Drainage (see change order breakdown for details), Addition of 21 Days to Contract AMOUNT A ORIGINAL CONTRACT VALUE $ 3,997,913.13 B AMOUNT OF THIS CHANGE ORDER: Aeml bs wlphh Ms arentq aaope of servtasa kr aarordanas w)th eo►wacf apscxka�one S 63,370.00 C. PERCENT OF CONTRACT VALUE THIS CHANGE ORDER (B/A) % 1.8% D. AMOUNT OF PREVIOUS CHANGE ORDERS: $ 150,020.88 E. TOTAL AMOUNT OF ALL CHANGE ORDERS (B+D) PERCENT OF CONTRACT OF ALL CHANGE ORDERS (E/A): 10% Maximum $ 214,200.88 F. % 5.4% G. I NEW CONTRACT VALUE (A+E) 5 4,212,204.01 CLA�-� 1 -2. Zt - 7020 - �-Zz - -3j3]UZ6 CONTRACTOR Date PROD I GINEER Date DEPAR ENT DIRECTOR Date CWI R ItWY MANAGER Dabs CITY OF CLERMONT ATTEST: Gall L. Ash, Mayor Date Tracy Ackroyd Howe, City Clerk Data Rev.12-0-19 I. Change Order Approval To avoid a delay in the progress of any project, the Purchasing Director, City Manager or designee may approve, without further Council action, a change order to an existing contract provided the change order is within the overall scope of the project, does not exceed the greater of ten percent (10%) of the original contract amount or $100,000 for construction projects, or does not exceed $49,999 for non -construction projects, and the funds are available in the approved budget for the Department. If the change order is in excess of the above threshold or if the increase in cost requires a budget amendment, the change order must be approved by the City Council. The Purchasing Director will ensure the scope of services is in accordance with the contract specifications. No oral statement of any person shall modify or otherwise change, or affect the terms, conditions or specifications stated in the resulting contract. All change orders must be approved in writing by the City prior to the work commencing unless the delay in receiving City approval causes serious threat to the public health, safety or welfare, or will result in significant additional cost to the City due to delay. Under any circumstance, work to be performed under the change order shall not begin until all written approvals have been received. Any work completed by the contractor without required written approvals will be the sole responsibility of the contractor, not the City. J. Contract Approval, Amendments, Renewal and Extension The Purchasing Director, City Manager or designee is authorized to approve and execute contracts if the total contract amount does not exceed the Purchasing Approval limit (see Section H) and funds are available in the approved budget for the Department. This includes, but is not limited to, service or maintenance agreements, awards on proposals, competitive negotiated agreements, and consultant services agreements. All contracts with a total value of $50,000 or greater, one-time or annual basis, shall require City Council approval. The Purchasing Director, City Manager or designee is authorized to approve any change to a contract that alters the terms and conditions or provides a change in the scope which total value does not exceed the Purchasing Approval limit (see Section H). Such changes must be signed and approved in a formal amendment. All amendments with total contract amount of $50,000 or greater shall require City Council approval. The Purchasing Director is authorized to renew approved contracts as long as such action is in accordance with the terms, conditions, and renewal period specified in the original contract and the total dollar amount of the contract is within the City's approved budget. Contract renewals beyond six (6) years from the date of the original contract shall require City Council approval. 10 Rev. 11/12/19 100 - GENERAL : 1 .g60.00 1.4 SIR Fence 0 0 $ $ 1.8 As -Bunt Drawings 1 LS $ 500.00 1.11 Survey Layout 1 Is $ 950 00 1.12 Testing - Geotechnical 1 IJ $ 500.00 500 - STORM DRAINAGE $ 20,995.00 5.02 Remove Existing Manhole (ST 14,15.16,18) 4 an $ 1,250.00 $ 5.000.00 5.05 Remove Existing 17' RCP S0 LF $ 15.00 $ 750.00 5.06 Remove Existing 15" RCP 42 LF $ 7.50 $ 315.00 5.07 Remove Existing 18" RCP 10 LF $ 16.00 $ 150.00 5.30 Adjust Existing Manholes to Grade 3 EA $ (1,250.00) $ (3,750.00) 5.31 19X30 ERCP 32 LF $ 115.00 $ 3,680.00 5.32 Core Existing Manhole I EA $ 4.600.00 $ 4.500.00 5.33 Construct J Manhole ST 141 IEA $ 4,950.00 $ 4,950.00 6.34 Tie in Existing Manhole and Inlet (ST 17 and 2 EA$ 950.00 $ 11900.00 5.36 Temp Type E inlet I EA $ 31500.00 $ 3,500.00 $ 600- SANITARY SEWER $ $l00.00 6.19 Temp Sanitary Bypass (ST 1 LS 1 $ 2,900.00 $ 2,900.00 $ M - CONDUIT $ Ze,N5.00 8A 4' Duke ConduO 1080 LF $ 20.00 $ 21.600.00 8.4 C Duke Conduit CREDIT LF (20.00) $ (3.200.W)i 8.5 8" Duke Conduit 350 LF $ 27.50 $ 9,825.00