Loading...
LS14-241 - MJLCAPITAL PROJECT ORDINANCE AMENDMENT BE IT ORDAINED by the Governing Board of the County of Harnett, North Carolina, that the following amendment be made to the annual budget ordinance for the fiscal year ending June 30, 2014: Section 1. To amend the PU0604 Erwin Wastewater Improvements Capital Project Ordinance, the appropriations are to be changed as follows: EXPENDITURE AMOUNT AMOUNT CODE NUMBER DESCRIPTION OF CODE INCREASE DECREASE 564- 9100 - 431 -45 -03 MJL Construction $14,998.00 564- 9100 - 431 -45 -80 Contingency $14,998.00 REVENUE AMOUNT AMOUNT CODE NUMBER DESCRIPTION OF CODE INCREASE DECREASE EXPLANATION: To adjust MJL Construction budget for Final Change Order. APPROVALS: 09 17 13 Department Head (date) Finance Officer (date) County manager (date) Section 2. Copies of this budget amendment shall be furnished to the Clerk to the Board, and to the Budget Officer and the Finance Officer for their direction. Adopted this _ day of 2013 Margaret Regina Wheeler, Clerk to the Board Jim Burgin, Chairman Harnett County Board of Commissioners .. y Dat.orlswcace: FINAL E02clirc Dal.: Change Order No. 1 The Contract Documents are modified as follows upon execution of this Change Order: Desenplion: I.Adiustment of depth quantities to meet site conditions 2.Addition of grounding ring around the pump station, as recommended by electrical engineer 3. Muck& Fill unsuitable soils priorto paving completion 4.Credit to die contract for unused odor control bid item Attachments (list documents supporting change): Contractor requests & Invoices CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: Original Contract Price: Original Contract Times: ❑ Working days ❑ Calendar days Substantial completion (days or date): $2.265,335.60 Ready for final payment (days or date): [increase] [Decrease] from previously approved Change [hicrease] [Decrease] from previously approved Change Orders Orders No. to No. No. _ to No. : Substantial completion (days): 0 So Ready for final payment (days): 0 Contract Price prior to this Change Order: S2 265.335 60 [Decrease] of this Change Order: S14 42$,44 Contract Price incorporating this Change Order: $2.250.337 60 Contract Times prior to this Change Order: Substantial completion (days or date):_ Ready for final payment (days or date):_ [Increase] [Decrease] of this Change Order: Substantial completion (days or date): 0_ Ready for final payment (days or date): C Contract Times with all approved Change Orders: Substantial completion (days or date):_ Ready for final payment (days or date): RECOJN• , ED: Marziano & %IcGougan ACCEPTED: County of H el ACCEPTS By: T/�.// '��C6//'l� By: By: ((yy V L Oenv Canimclor Dal.: q- .) 7'62'3 INSTRUMPRT �3 Approved hyPunding Agtncy (8applicable): ^-Ri_AUDIT ED IN THE�N14 T RFDUI:r' n L LOCAL GOVERNMENT SUDG, r IS AL 0 ROL Ci EJCDC No, C- 941(2002 Edition) t�-++ - Page f of 2 Prepared by the Engineers' Joint Contract Documents Committee and endorserlby'thF°TT COIJN INANCEO Associated General Contractors of America and the Constmetian SpeciOcatons Institute. Change Order Instructions A. GENERAL INFORMATION Tads document was developed to provide a uniform format for handling contract changes that affect Contract Price or Contract Times. Changes dint have been initiated by a Work Change Directive must be incorporated into a subsequent Change Order if they affect Price or Times. Changes that affect Contract Price or Contract Times should be promptly covered by a Chance Order, -lie practice of accumulating Change Orders to reduce the administrative burden may lead to mtnecessary disputes. If Milestones have been listed in the Agreement, any effect of a Change Order thereon should be addressed. For supplemental instructions and minor changes not imrolving a change in the Contract Price or Convact'fhnes, a Field Order should be used. R. COMPLETDIG THE CII NCE ORDER FORM Engineer normally hlihnes the frmi, including a description of lie changes involved and attachments based upon documents and proposals submitted by Contractor, or requests from Ouner, or both. Once Engineer has completed and signed the form, all copies should be sent to Onner or Contractor for approval, depending on whether due Change Order is a true order to lie Contractor or the formalization of a negotiated agreement for a previously perfumed chnnge. After approval by one contracting party, all copies should be sent to the otter party for approval. Engineer should make distribution of executed copies after approval by both parties. Ifa change only applies to price or to times, cross out the part of the tabulation that dues not apply EJCDC No. C -941 (2002 Edition) Page 2 oft Prepared by the Engineers' Joint Contract Documents Committee and endorsed by the Associated General Contractors of Amerira and the Construction Specifications Institute. NC Division of Water Quality, Infrastructure Finance Section, (NC -DWQ -IFS) ( formerly the Construction Grants & Loans Section, CG &L ) CHANGE ORDER CHECKLIST This checklist should be completed and information provided for IFS review and "approval." IFS (formerly CG &L) will review for funding eligibility, see footnote. Owner Project Name Project No. Change Order No. Contractor Name, & Contract No. HARNETT COUNTY DEPT. OF PUBLIC UTILITIES ERWIN WASTEWATER SYSTEM IMPROVEMENTS CS370454 -05 MJL, INC. CONTRACT 2 Change Order Documents: One (1) original properly executed change order, with original signatures. Signatures must be dated and with each signatory's printed name and title. Draft or unexecuted change order or copy may be submitted for a preliminary eligibility detennination clearly indicating what is sought. All supporting documentation must be provided including the following: fe Federal and/or State Project number(s) shown on the change order; Clear description of each change; Detailed justification to identify the need for each change; Summary and detailed costs; ❑ N/A Justification and documentation for any contract time extensions; time extensions for weather should be for the number of days above the average precipitation defined as the average number of days with precipitation greater than 0.10" for each month. Precipitation information can be obtained from NOAA Report No. 20. ❑ N/A Copies of any new or revised contract drawings and/or specifications. Cost Documentation: The degree of cost documentation required is directly proportional to the cost of the change. However, each of the following items should be addressed regardless of the cost: ❑ N/A Engineer's independent cost estimate; le Contractor's detailed cost breakdown for labor, material, equipment, tax, overhead, and profit; ❑ N/A Copies of suppliers' invoices and /or Purchase Order for major items; Memorandum of Negotiation which documents the negotiation process and the basis for the final negotiated settlement. NOTES: CG &L does not approve change orders. IFS, (CG &L) determines eligibility for funding, which is frequently termed "approval'. The Owner and Contractor Approve change order(s) as this is a modification to the Agreement (Contract). The Engineer also usually signs the Change Order. Include mark -up of the plan/detail sheet(s) and/or copy of photos if applicable. File name: 2013 - IFSF- 06aCHANGE- ORDER- CHECKLIST.do" Dale printed, 8/19/2013, 8:14:00 AM Division of Water Quality, Infrastructure Finance Section, (was formerly the Construction Grants and Loans Section) Mail Address: 1633 Mail Service Center, Raleigh NC 27699 -1633, Location: 512 N. Salisbury St., 8" Floor, Raleigh, NC 27604 Phone: 919 -707- 9160 \ FAX: 919- 715 -6229 Internet: w .nmateraualitv.orc Date printed: 8/19/2013 8 :14 AM 0,0 MARZIANO & MCGOUGAN, P.A. consulting engineers P.O. BOX 4428 - ASHEBORO, NORTH CAROLINA 27204 Phone: 336.629.3931 Fix: 336.629.3931 Harnett County Project: Erwin Wastewater System Improvements SRF: CS370454 -05 Contractor: MJL, Inc. Contract 2 Justification of Change Order 1 Items 1. Adjustment of depth quantities to meet site conditions: Final contract quantities differ from original bid quantities due to different site conditions. Total Linear footages for the line work did not change, nor were affected, however installed depth of cuts per linear footage differed slightly from original surveyed depths. 2. Addition of a grounding ring installed around the pump station: A grounding ring was installed around the pump station site, versus conventional grounding methodologies per recommendation by the electrical engineer and as per direction of the owner, to establish greater security for the pump station from the elements. 3. Muck & Fill unsuitable soils prior to paving completion: Before final project site paving activities could take place, an area of soil within the asphalt paving area was found to be unsuitable for the proper compaction to retain the integrity of the asphalt pavement. This area of soil was removed and replaced with suitable fill to establish a proper base for pavement. 4. Credit to the contract for the unused odor control item: A credit was given to the contract for odor control. This item was not used, as HCDPU indicated that their personnel would be installing other equipment as a later date. Reccomended Final Adjusting Change Order Summary Erin Wastewater System Improvements MJL, Inc. Change Order Items: 1. Adiustment of Deoth Quantities to Meet Site Cnnriitinns Qty Summary Bid Qty Actual U Unit $ Bid Form Actual Qty Diff. W . Diff. 24" PS 46 10' -12' 26 17 LF $118.40 $3,078.40 $2,012.80 -9 - $1,065.60 24" PS 46 12' -14' 21 35 LF $126.80 $2,662.80 $4,438.00 14 $1,775.20 24" PS 46 14' -16' 117 95 LF $141.70 $16,578.90 $13,461.50 22 - $3,117.40 24" PS 46 16' -18' 185 140 LF $152.80 $28,268.00 $21,392.00 -45 - $6,876.00 24" PS 46 18' -20' 310 365 LF $170.40 $52,824.00 $62,196.00 55 $9,372.00 24" PS 46 20' -22' 263 124 LF $187.10 $49,207.30 $23,200.40 -139 - $26,006.90 30" PS 46 20' -22' 117 263 LF $218.60 $25,576.20 $57,491.80 146 $31,915.60 Totals 1039 1039 $178,195.60 $184,192.501 $5,996.90 2. Addition of Grounding Ring at Pump Station 3. Muck & Fill Paving Area 4. Odor Control Not Installed. HCDPU to use other Equipment Original Contract Price Odor Control Credit Change Order Amount Owed to Contractor Decrease in Contract Price Final Adjusted Contract Price $ 5,530.35 $ 3,474.75 CREDIT $ 30,000.00 $ 2,265,335.60 CREDIT $ 30,000.00 $ 15,002.00 F$--f4,99 8-. 0- 14,998.00 $ 2,250,337.60 10/8/2012 Grounding Grid Quote qty unit Unit $ Total $ MATERIAL 1 LS $1,879.00 $1,879.00 LABOR 1 LS $2,930.00 $2,930.00 Total $4,809.00 15% OH & Profit $721.35 Total Estimate $5,530.35 r ]ITEM DESCRIPTION QTY UNIT I UNIT PRICE TOTAL Muck & Fill 50' x50' Area 1 Install Geo Fabric 278 SY $2.75 $764.50 2 Install New Base Material 204 Ton $27.50 $5,610.00 3 Dozer to Level Muck in Field 1 LS $575,00 $575.00 TOTAL $6,949.50