Loading...
HomeMy WebLinkAboutOriginal ContractCITY OF MIAMI DEPARTMENT OF CAPITAL IMPROVEMENTS FLAGAMI/WEST END STORM SEWER IMPROVEMENTS PHASE II CONTRACT NUMBER B-50695 CHANGE ORDERS PENDING CONTRACTOR: HORIZON CONTRACTORS, INC. Exhibit A ORIGINAL CONTRACT $5,589,096.50 AMOUNT -- The proposed amended contract amount of $7,213,006.15 falls below the originally projected and currently budgeted amount of $7,236,680 for construction costs. Project funds are thus available. C.O. Description Justification Explanation Amount The designer had to review the plans because the 18 Addition of two (2) stamped concrete approaches at o (2) Unforeseen conditions As Builts that he received from WASD were incorrect and did not appropriately address the $3,995.33 Tamiami Canal Rd. driveway approaches of the house 6765 Tamiami Canal Rd. The As Builts provided by FDOT to designer showed Additional material and labor due to differing that there exists a 48" RCP for drainage running conditions encountered during the West Flagler along W. Flagler and the plans were designed for 19 crossings on 63rd and 65th Avenues. Additional 30 Unforeseen conditions this condition. The Contractor fabricated the Conflict Manhole as such. Once under construction, we $4,757.14 LF of 36" RCP were required to be installed, which realized that the existing drainage pipe 36" RCP was not called for in the plans. t and the Contractor had to make modifications on the Manhole on site to solve this issue. The As Builts provided by the Gas Company showed the gas line under the sidewalk and the designer Due to conflict with the existing Gas Main on NW proposed the storm water line close to the edge of 63rd Avenue between West Flagler Street and pavement. Under construction we realized that the 20 Tamiami Canal Rd. It was required to add drainage Utility Conflict / Unforeseen Condition gas line is located about 2 LF from the edge of the pavement. This occurred from SW 8th Street to $32,344.16 concrete structures (C-258, C-28, G-68 and G -6A Tamiami Canal Rd. Then the designer had to review REV.) all the drawings affected by this new condition and it was necessary to install four (4) additional drainage structures. 21 Additional stripping, which was not pre-existing in City requested This was needed to comply with the City of Miami $5,023.05 south west area. Standards. 22 City requested trees to be planted City requested This Change Order was required and analyzed $63,000.00 together with Public Works. These are quantities which were added or removed from the contract. Contractor bid unit prices for 23 Differing Quantities (over and under run line -item City requested / Unforeseen Conditions these additions or deletions, therefore additioanl cost $655,656.20,w quantities) was anticipated. Furthermore, the City decided to install driveway approaches to all driveways on the project. New City standard. 'Refer to attached Exhibit B fordetailed, $764,775.88 breadown ofabove items. -- The proposed amended contract amount of $7,213,006.15 falls below the originally projected and currently budgeted amount of $7,236,680 for construction costs. Project funds are thus available.