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.