Loading...
HomeMy WebLinkAboutVI (E) Discussion re: Change Order No. 3 for Southland Construcution Company for Kissimmee Avenue/Story Road and Marshall Farms/Maguire Road Intersection Improvement Project Agenda 5-20-97 r • •: - • Item VI E ©pro •or ceoo� JAMES W.SHIRA,P.E. CITY ENGINEER/UTILITIES DIRECTOR 150 N.LAKESHORE DRIVE•OCOEE.FLORIDA 34761 PHONE(407)656-2322 EXT.142•FAX(407)656-7835 MEMORANDUM DATE: May 15, 1997 TO: The Honorable Mayor and Board of City Commissioners FROM: David Wheeler, P.E.G7'G ov Assistant City Engineer/Utilities Director SUBJECT: Story Road/Kissimmee Avenue and Marshall Farms Road/Maguire Road Intersection Improvements Project Change Order Request No. 3 Attached for your review is Change Order Request No. 3 on the Story Road/Kissimmee Avenue and Marshall Farms Road/Maguire Road Intersection Improvements Project with Southland Construction, Inc. This change order request was initiated by City staff to enhance the project, allow for some unforeseen conflicts, improve stormwater management on Story Road, and meet FDEP regulations with regards to placement of watermains in proximity to possible pollution sources. The items included in this change order are: No. 3-A - Relocation of signal controller The original project design provided for the signal controller to be placed on the northeast corner of the intersection. After construction began and in discussions with Florida Power Corporation (FPC) it was determined to relocate the signal controller to the southwest corner of the intersection. This relocation allowed for easier electrical service from FPC, helped relieve congestion at the northeast corner, and saved some material and money. The cost to relocate the signal controller resulted in a savings of$585.00 with no adjustment in contract time No.3-B - Rework of fire service connection for Meurett Sign Company The original project design called for the fire service to include a new 12 inch steel casing and 6 inch pipe to cross Maguire Road and connections to the new water main being installed under THE PRIDE OF WEST ORANGE /..-/YJ this project and to Meurett's fire main. The original road crossing was hard to install due to conflicts with the City's sanitary sewer force main and a Sprint Telephone duct bank. After additional field investigation and exploratory excavations it was decided to continue to use the existing road crossing and delete the proposed new crossing. In addition, after the field investigation and exploratory excavations it was determined that additional fittings would be required to route the water main around existing other utilities (ie: City's forcemain and Sprint's duct bank). The overall cost for this fire main rework resulted in a savings to the City of $321.21 with no adjustment in contract time. No. 3-C - Installation of piping to closeup the ditch on the north side of Story Road The original design for this project did not include the piping of this ditch on the north side of Story Road in front of SYSCO. In discussions with SYSCO about right-of-way acquisition after the initial design was completed, this was one of the items requested to be included in the expansion of the intersection improvements project to include enhancements to relieve traffic congestion at the entrances to the SYSCO facility. It was decided that this work may make the overall project cost prohibitive and was therefore not included. SYSCO agreed to participate in the project funding for the enhancements and donate the needed right-of-way. After the bids were received, SYSCO's share of the project was significantly less than originally estimated. In further discussions with SYSCO, they requested reconsidering the piping of the Story Road ditch with SYSCO paying for the design and construction costs. The inclusion of this work in the overall project has not exceeded SYSCO's original estimated funding participation in this project. the work includes installing approximately 1,290 linear feet of RCP pipe connection with three stormwater discharge pipes from the SYSCO property, various other appurtenances, and regrading the ground between the edge of the road and SYSCO's property line. The reason for the delay in inclusion of this work is that St. John's River Water Management District approval was required. The cost for the closing up of the ditch on the north side of Story Road is $36,660.40, with an increase of fourteen days in contract time. This $36,660.40 will be paid to the City by SYSCO. No. 3-D - Stormwater piping additions on Maguire Road at south end of project The original design for the project provided for the stormwater pipelines on both sides of Maguire Road at the south end of the project to"daylight" approximately 45 feet from the drainage ditch that crosses under Maguire Road. The design called for mitered end sections and graded swales to provide for discharge into the ditch. After further consideration with regards to scouring and/or under cutting the road, staff requested PEC to consider an alternative design to alleviate these concerns. The recommended alternative was to extend the pipelines to the drainage ditch and install "drop" structures to allow the discharging water to match flow lines in the ditch and to dissipate the energy of the discharging water. This work generally includes installing approximately 45 linear feet of 24 inch RCP pipe, a modified type C ditch bottom inlet,and some additional rip rap to line the drainage ditch at each side of the road. The cost for this additional stormwater piping on Maguire Road at the south end of the project is $8,044.64, with an increase of four days in contract time. No. 3-E - Rework driveway for Mr. Masney's property at road station 15+00 The original design for the project provided for stormwater piping to be RCP pipe under the drive for Mr. Masney's property on the north side of Maguire road at station 15+00. Because of some changes in grade at this location have occurred since the design was accomplished in 1993, the RCP pipe is not as deep as initially designed and the bells of the pipe will be very shallow in relation to the finished grade. Therefore, PEC recommended that a change in material be used at this location to provide some additional clearance between the pipe and the finished grade. 'fhe recommended change was to replace the RCP pipe with CMP pipe; the same structural and flow design intent will be met with different material as with the original pipe. The CMP pipe costs more than the RCP pipe; therefore it was not used in the initial design. The cost for this replacement stormwater piping on Maguire Road at road station 15+00 for Mr. Masney's driveway is $740.00, with no increase in contract time. No. 3-F - Rework driveways for Mr. Masney's property at road station 18+00 and 19+40 When this project was originally designed in 1993, the property was owned by the Central Harvesting, Inc.; therefore the driveways were designed to handle standard truck traffic with no special constraints. Mr. Masney purchased the property approximately two years ago and PEC has worked with him to redesign the driveways to handle his truck traffic. Mr. Masney is in the car hauling business and his trucks are very low to the ground and therefore required special design considerations. The redesign which was included in the project as bid centered around making sure the trucks could clear the curb cuts without dragging or high centering, this was everybody's primary concern and focus. Unfortunately, everybody forgot about the potential dragging of the back end of the trailer as it rolls off the driveway into the parking lot until construction started, the project was being laid out, and rough grading began. To solve this additional constraint the driveways were extended further into Mr. Masney's property. This additional work was designed to be under design bid items and therefore associated bid prices would be in effect. The work required additional concrete for the driveway and the extension of the drainage pipelines and curbs. The cost for the rework of Mr. Masney's driveway at stations 18+00 and 19+$) is $2,688.00, with no increase in contract time. No. 3-G - Substitute DIP pipe for the PVC pipe on Geneva Street The new water main to be installed along the south side of Geneva Street was originally designed to be PVC pipe, the least costly of the two materials included on this project. The proximity (less than 10 feet horizontal distance)to the stormwater pipeline along the same side of the street required that the material be changed to ductile iron pipe(DIP) to meet Florida Department of Environmental Protection (FDEP)regulations. This pipeline was added under change order number two and the conflict with the regulations was not identified until after FDEP had initially approved the additional pipeline. The cost for this change in material from PVC to DIP is the difference in the unit prices ($30/LF versus $12/If for 440 LF of pipe) plus the deletion of the mechanical thrust restraints collars which were required for the PVC pipe. The cost to change the pipeline material is $6,477.42, with no increase in contract time. No. 3-li - Disposal of Asbestos Pipe from Mr. Masney's property While installing the drainage piping and structures on Mr. Masney's property, Southland Construction Company encountered some waste asbestos cement (AC)pipe. AC pipe is classified as a low level hazardous waste which requires special handling when encountered, removed and/or handled. As a part of this project, the City is removing the old 10 inch AC pipe which was in conflict with the new drainage system for the road improvement. Therefore a licensed subcontractor to Southland was able to remove the AC pipe pieces which were excavated from the pipe trench. Mr. Masney was notified of the existence of AC pipe on his property and at the direction of Foley and Lardner, the City was directed to have Southland perform the removal. The cost to dispose of the AC pipe is $1,074.63, with no increase in contract time. The total cost for this change order is $54,778.88 with a time extension of eighteen days on the contract time. The dollars for this change order will come from the project's construction contingency. This change order amounts to approximately 4.71 percent of the original bid price of$1,163,718.10. The total cost for all change orders, to date, will transfer$86,225.50 from the construction contingency to Southland's contract. The$35,000 difference between the actual amount and the City's share is a reimbursement from Sprint Telephone Company. To date approximately 7.41 percent of the 10.0 percent construction contingency has been committed to the project. I recommend that the City Commission approve Change Order No. 3 with Southland Construction, Inc. by increasing the contract amount by $54,778.88, with an extension in contract time of eighteen days, and authorize the Mayor and City Clerk to execute Change Order No. 3. Attachment CHANGE ORDER NO. 3 CITY OF OCOEE STORY ROAD/KISSIMMEE AVENUE AND MAGUIRE ROAD/MARSHALL FARMS ROAD INTERSECTION IMPROVEMENTS PROJECT PROJECT NO. B-97-02 DATE: May 15, 1997 CONTRACTOR: SOUTHLAND CONSTRUCTION, INC. AGREEMENT DATE: DECEMBER 17, 1996 The following changes are hereby made to the CONTRACT DOCUMENTS. Original CONTRACT PRICE $1,163,718.10 Current CONTRACT PRICE ADJUSTED by previous CHANGE ORDER $1,225,664.72 Net Increase(Decrease)Resulting from this CHANGE ORDER $54,778.88 The current CONTRACT PRICE including this CHANGE ORDER $1,280,443.60 ORIGINAL CONTRACT TIME: 180 Consecutive Calendar Days from Notice to Proceed Date: July 25, 1997 Current CONTRACT TIME adjusted by previous CHANGE ORDERS Date: August 15, 1997 Net Increase Resulting from this CHANGE ORDER Days: 18 Current CONTRACT TIME Including this CHANGE ORDER Date: September 2, 1997 CHANGES ORDERED: I. GENERAL This change order is necessary to cover changes in the work to be performed under this Contract. The GENERAL CONDITIONS, SUPPLEMENTARY CONDITIONS,SPECIFICATIONS and all parts of the Project Manual listed in Article I, Definitions,of the GENERAL CONDITIONS apply to and govern all work under this change order. II. REQUIRED CHANGES Extension of Contract Time. By this change order Section 00500,Agreement Article 3 Contract Time shall be modified as follows: 3.1 will be amended to read within 219 consecutive calendar days of the effective date of the Notice to Proceed. III. JUSTIFICATION Item 3-A. RFP No.2. Relocating the signal controller to the southwest corner of the intersection provided better access for maintenance and required less material for installation. Item 3-B. RFP No. 7. Elevation conflicts with existing and new work made it impracticable to install a new 18" casing and pipe. The original design intent of having the service connected to the 12"water line has been accomplished. Item 3-C. RFP No. 10. This work is being performed at the request of Sysco. Sysco will reimburse the city for the cost of this work. The obvious benefit to the public will be a stretch of road that will be more safe to travel. The contractor will be granted fourteen(14)additional contract days in order to complete the additional work. Item 3-D. RFP No. I I. this additional work is deemed necessary in order to ensure that volume of water collected on Maguire is properly routed into the drainage canal under Maguire Road. The addition of the structures in this location will provide for additional storm water to be collected. A secondary function of the structures will be to serve as energy dissipators. Contractor will be granted four(4)additional contract days in order to complete the additional work. Item 3-E. RFP No. 12. Existing driveway grading in this area dictates the use of a strong but fairly thin pipe under the driveway. Corrugated metal pipe will meet this requirement. Item 3-F. RFP No. 13. The driveways that serve this property have to be constructed to accommodate tractors pulling loaded car carriers. The work involved in this plan change is necessary because of this unique requirement. Item 3-G. RFP No. 15. This change from PVC pipe to ductile iron pipe is necessary because of the proximity of the waterline to a storm sewer. The allowable horizontal distance is dictated by the Florida Department of Environmental Protection. Item 3-H. RFP No. 18. The contractor encountered buried transite pipe while installing storm drain lines on the Masney property on Maguire Road. Environmental laws dictate that the material be handled by a licensed Asbestos Abatement Contractor. IV. NARRATIVE OF NEGOTIATIONS Item 3-A.RFP No.2. Final verification of reduced quantities determined the amount of the credit to the city. Item 3-6. RFP No.7. The cost and scope of work was reviewed several times by the contractor and the city. The credit shown is the final agreed upon amount. Item 3-C. RFP No. 10. The contractor repriced this work twice and the quantities shown have been verified by PEC and the city. City has approved fourteen(14)days of contract time warranted because of the additional scope of work. Item 3-D. RFP No. 11. The$8,044.64 dollar amount represents the final negotiated price. The contractor will be granted four(4)days of additional contract time,warranted because of the increased scope of work. Item 3-E. RFP No. 12. The final negotiated cost of this change is$740.00. Item 3-F. RFP No. 13. The final negotiated price includes additional storm drainage pipe,pavement and concrete curb. Item 3-G. RFP No. 15. The$6,477.42 price for this work represents a combination of established contract unit prices and negotiated prices. Item 3-H. RFP No. 18. This cost is a quote from a licensed Asbestos Abatement firm with the General Contractor's allowable percentage of overhead and profit added on. Total cost to the city is$1,074.63. V. PAYMENT Change Order Description Net Increase Unit Unit Price Net Increase Item No. (Decrease)Quantity (Decrease)Price -30'conduit LP 2.50 3-A REP42. Relocate Traffic Signal Controller -3 pull boxes PA 17000 ($585 00) Lump 3-B RFP 47. Delete 18"casing and pipe. Sum ($32121) Lump 3-C REP 410.Storm drainage in Sysco ditch. Sum $36,660.40 3-D REP 411. Revised storm drainage on south Lump $8,044.64 end Maguire Road. Sum 3-E RFP 812. Substitute 24"CMP for concrete Lump $740.00 pipe. Sum 3-F RFP 413. Revised drive at Masney property. Lump $2,688.00 Sum 3-0 RFP 415. Change 12"PVC to 12"ductile -0- LF Lump Sum $6,477.42 iron. 3-11 RFP 418. Dispose of asbestos. Lump $1,074.63 Sum Total Net Increase(Decrease)Change Order No._3_ $54,778.88 VI. APPROVAL AND CHANCE AUTHORIZATION This proposed change to the Contract is to be approved by the Ocoee City Commission. Acknowledgments: The aforementioned change,and work affected thereby,is subject to all provisions of the original contract not specifically changed by this Change Order;and, It is expressly understood and agreed that the approval of the Change Order shall have no effect on the original contract other than matters expressly provided herein. CONTRACTOR acknowledges,by its execution and acceptance of this Change Order,that the adjustments in Contract Price and Time shown hereon constitute full and complete compensation and satisfaction for all costs and modifications of performance time incurred by the CONTRACTOR as a result of this Change Order. No other claim for increased costs of performance or modifications of time will be granted by the OWNER for the Work covered by this Change Order. The CONTRACTOR hereby waives and releases any further claims for cost or time against the OWNER arising from or relating to the matters or Work set forth or contemplated by this Change Order. Change(s)Ordered by: City of Ocoee RECOMMENDED BY: ACCEPTED BY: CITY OF OCOEE,FLORIDA / / / SOUTH LAND CONSTRUCTION, INC. By: ,,4' <-/. /4N�i�G�in/ By: A ./4 (ti L�--- Signature Signature Date: /rley /6 / 7 Date: 'S /ICCA7 _ . Title: Nc fY C tr �/a� y Par Nlf ��y /,J,a.c.T Title: Oct 4 APPROVED BY: CITY OF OCOEE, FLORIDA Owner By: S. Scott Vandergritt, Mayor Date Change Order No. Attest: Jean Grafton,City Clerk FOR USE AND RELIANCE ONLY BY THE APPROVED BY THE OCOEE CITY CITY OF OCOEE, APPROVED AS TO FORM COMMISSION IN A MEETING HELD ON AND LEGALITY THIS DAY OF , 199 UNDER , 199 AGENDA ITEM NO. . FOLEY& LARDNER By: City Attorney • Ocoee �� a0 .a CITY OF OCOEE REQUEST FOR PROPOSAL O Engineering/Utilities NthaehorFOR REQUEST POSED CHANGE PROPOSAL 150 North Lakeshore Drive (407)656-2322 ext. 142 (RFP) Ocoee, Florida 34761-2258 (407)656-2731 -fax NO. 2 PROJECT DATA: NAME: Story Rd/Kissimmee Ave 8 Marshall Farms Rd/Maguire Rd Intersection Improvements PROJECT NO B97-02 LOCATION: Ocoee Florida DATE: March 11 1997 OTHER: REFERENCE: TO(CONTRACTOR): Southland Construction Inc. Please provide the undersigned a proposal for the following change in the work within seven(7)calendar days after receipt of this request. The written proposal must clearly delineate the scope of the proposed change in the work providing an itemized estimate of the time and all material and labor(by trade),subcontract and overhead costs and fees. Any amount claimed for subcontracts must be similarly supported. DESCRIPTION of change in work: Relocate signal controller to SW corner of intersection. Revised quantity of Item#630-1-12 and Item 6351-11. See Sheet 44 of 45 with Revision No. 1 dated 2/11/97. Change Order Type. U Deletion Cl Addition • Revision ❑ Other:( Constraints of Change: Initiated by: • Changes in Owner Requirements rl Unforeseen Conditions ❑ Others' ( Proposal must be received by: 2/21/97 ATTACHMENTS(Listing of attached documents that support description): 1. Contractor Request for Information No. 4. Sheet 44 of 45 with Rev#1 dated 2/11/97 2. Plan Revisions: 5 3. 4 copies of plans 6 II OWNER: James W. Shire P.E.,City of Ocoee ❑ CONTRACTOR:SOUTHLAND CONSTRUCTION,INC. O ENGINEER: Steve Kreidt,PEC ❑ FIELD. Rod Winfrey,Streets 8 Drainage Inspector Li SUBCONSULTANT: U OTHER'Ted Moore Engineering/Utilities Inspector Date Received From Contractor: 3/4/97 Date Returned to Contractor With Comments: 3/11/97 Date Returned to City: ,3// 197 o\ALL,[MIA\WORD\CONTNACIDc smrr Page IW/I lryl PRICING INFORMATION Method of Fticing. A. • Established Contract Unit Price(s) B. ❑ Negotiated Unit Price(s)(including Overhead and Profit) C. ❑ Negotiated Lump Sum(including Overhead and Profit) D. O Actual Cost of Work plus Fixed Percent for Overhead and Profit E. LI A combination of A,B,C,D DESCRIPTION OF WORK: By General Contractor D By Subcontractor 4 4 • t \ ���µ`? L; 'vs is k a RK 'Qi�N'f 1¢E O .,. .a• .r-°,:u',.s., C;,,-'- $ � ;ir-L. _ %•E a s. :"r. 'bwi4 ,+tR' • See Attached Attach additional pages if necessary. NET TOTAL COST OF THIS CHANGE PROPOSAL - 50 <%gs EXTENSION OF CONTRACT TIME: As pad of this Change Proposal the Contractor requests an extension of the contract time in the amount of -0- additional days. Provide thorough documentation in support of the request for additional time'. A requirement of this Change Proposal will be to provide record drawing information for all of the affected items of work RECOMMENDATION BY EkNC[3IR: Cont.-Tr-0 e. - rfl 1ciVT11 rlI5��Tc2 Comment �tLLLLII O /N'eA Signature of L., . er= L ,c.r e� C J2feC Q/k.„ Date: S-14-9 9 Comments: Ali Cd✓cd — .erbtc✓o-fe, .n>o C0a-3t Signature:tu/r� LY'4r'/. /+✓/+-er/G� Date: J /s/�J 7 Cisct Ca`' traap ,of .TO H/NO Co,n/AvY/d-' /Ns— agree to the costs and terms of RFP e2 i� flame) (Campssy) Mal this I d darnf M hIt-c./ - . 1997 Idyl (m+•m) (Yt..) D\AlL DATA\WORn\CONTPACI➢OCS\XFP P,gc 2 O3/1 I9l • Southland Construction, Inc. City of Ocoee Intersection improvements 3/17/91 RFP# 2- Revised • Materials Labor Subcontract Fnnloment Total Change Item Descriotlon Quantity Ilnit 'Mal Unit Total Unit Iotal Unit Total Unit Igo Contract Unit Prices: 0.00 30.1-12 Gnnduit -30 lF 250 (75MG) 6354-11 Pull 6 Junction Boxes -3 Ea 17000 151000) 0.00 0.00 0.00 0.00 Total Unit pdca Chmyn (596.00) Change Order Request Items: 0.00 0.00 000 000 0.03 0.00 000 0.00 000 000 0.00 000 0.00 000 0.00 000 0.00 0.00 000 0.00 000 0.00 0.00 0.00 0.00 000 0.00 0.00 0.00 000 0.00 0.00 0 00 000 0.00 000 0.00 000 0.00 0.00 0.00 000 0.00 0.00 0.00 000 0.00 000 000 000 000 0.00 000 0.00 0.00 000 0.00 000 0.00 000 000 000 0.00 0.00 000 0.00 0.00 0.00 000 000 0.00 000 0DO 0.00 0.00 0.00 000 0DO 000 ON 0.00 0.00 000 000 000 0.03 000 000 0.00 000 0.03 000 000 0.00 0.00 0.03 0.00 000 0.00 0.00 0.00 000 000 0.00 0.00 Subtotals 0.00 OW 000 000 0.03 Salts Tax n Labor Burden 6.00% 0.00 06.00% 0.00 0pS Total Direct Cats 0.00 0.00 000 000 0.00 Contractor.Markup 15.0094 0.00 1600% 000 1000% ON 15.00% 000 0DO Subbm,with Markup 000 Bond 1.50% 000 Total Change Order Request Items 000 Total for all Changes (585.00) Pape 1 • °°� CITY OF OCOEE REQUEST FOR PROPOSAL o q; la a En ineerin /Utilities J J FOR PROPOSED CHANGE 0 j 150 North Lakeshore Drive (407)656-2322 ext. 142 (RFP) "vr b000" Ocoee, Florida 34761-2258 (407)656-2731 -fax NO. 7 PROJECT DATA: NAME: Story Rd/Kissimmee Ave&Marshall Farms Rd/Maguire Rd Intersection Improvements PROJECT NO: B97-02 LOCATION: Ocoee,Florida DATE: 2/19/97 _ OTHER: REFERENCE: TO(CONTRACTOR). Southland Construction, Inc. Please provide the undersigned a proposal for the following change in the work within seven(7)calendar days after receipt of this request. The written proposal must clearly delineate the scope of the proposed change in the work providing an itemized estimate of the time and all material and labor(by trade),subcontract and overhead costs and fees. Any amount claimed for subcontracts must be similarly supported. DESCRIPTION of change in work: Southland will utilize the existing casing and 6"ptpe under Maguire. New fittings and connections will be made on both ends of existing line. City will take ownership of unused casing and spacers. Change Order Type: ❑ Deletion ❑ Addition Revision ❑ Other: ( ) Constraints of Change: 6'pipe to have a minimum 36'cover. Initiated by: ❑ Changes in Owner Requirements • Unforeseen Conditions ❑ Others:( 1 Proposal must be received by: ATTACHMENTS(Listing of attached documents that support description): 1. Contractor Request for Information No. 4. 2. Plan Revisions: 6 3. 6. • OWNER: James W.Shira,P.E.,City of Ocoee ❑ CONTRACTOR:SOUTHLAND CONSTRUCTION,INC. ❑ ENGINEER: Steve Kreidt,PEC ❑ FIELD: Rod Winfrey,Streets&Drainage Inspector ❑ CONSTRUCTION ADMINISTRATOR.Fred Gardner ❑ OTHER: Ted Moore, Engineering/Utilities Inspector ❑ SUBCONSULTANT'. Date Received From Contractor: Date Returned to Contractor With Comments: Date Returned to City: O VJ.p DATA\WORTCONTRA.nRMSRFP Page I 05/01/97 PRICING INFORMATION Method of Pricing: A. 0 Established Contract Unit Price(s) B. 0 Negotiated Unit Price(s)(including Overhead and Profit) C. ❑ Negotiated Lump Sum(including Overhead and Profit) D. ❑ Actual Cost of Work plus Fixed Percent for Overhead and Profit E. 0 A combination of A,B,C.D DESCRIPTION OF WORK: ❑ By General Contractor ❑ By Subcontractor TT . "t`.{ r i A'A•4 4i. P;s ri+s,`Tf` �lt(tf • '1'' YRE1 ' :d:' 7 )3fi',N:.a ]A wsfi '1; Attach additional pages if necessaryNET TOTAL COST OF THIS CHANGE PROPOSAL $(4321.21) EXTENSION OF CONTRACT TIME: As part of this Change Proposal the Contractor requests an extension of the contract time in the amount of -0- additional days. Provide thorough documentation in support of the request for additional time' A requirement of this Change Proposal will be to provide record drawing information for all of the affected items of work RECOMMENDATION BY ENGINEER/CONSTRUCTION ADMINISTRATOR Comments: I recommend that this work be incorporated into a Change Order. Signature of Construction Administrat r: A_ ( ' /LA�AA1� Date: S /1-9 ACCEPTANCE BY OWNER: Comments: Aff;Po✓C j ' ,n c cr,,6 tcnc, ,n 740 G G 3Pe-7 --- Signature: �9'c.�✓( Q fy✓�{i.GL�4.,.. /� /� //�,/ Date'. c//rc j �� e✓�-- ,n ('d"q' '^'"'c f _agree to the costs and terms of RFP 0 this day Of, 199 War/ (n, 1 - (yea) DATA\WORD\CONTRA(' lanai?? Pagel 05NIR7 Southland Construction, Inc. City of Ocoee Intersection Improvements 4124197 RFP#7 - revised MAerigis USX Salbcontract Fouloment Total Chance Item Oescr'oton Quantity I Inn I91ail Unit Total Unit Total unit Total time Total Contract Unit Prices: 000 15 Delete casing Installation -1 Ls 6000m (5,000.00) 000 000 000 000 000 Total Unit price Changes (5,090.W) Change Order Request Items: coo 000 003 coo 0 W 1 Lower exisihng fire Ins I LS 000 56700 567.00 0.00 600.00 600.00 116700 0.00 000 0.00 0.00 0.00 2 Materials used 0.00 000 000 0.00 000 MJ 00's 4 Ea 68.67 27468 000 0.00 0.00 274.68 Tee bons 48 Ea 0 76 36.66 000 0.00 0.00 36.66 MJ gaskets 8 Ea 1.18 9.43 000 000 0,W 943 Rod coupling 6 Ea 1.25 7.50 000 000 0.00 750 Megalug restrainers 6 Ea 2058 12346 000 000 000 12348 0.00 000 000 OCO 000 3 Materials turned over to Oily ILW 0.00 0.00 000 000 16'Casing 50 LF 22.27 111350 0.00 000 000 111350 IV casing spacers 9 EA 76.25 686 25 0.00 0.00 0.00 686 25 Ifi'casing end seals 2 EA 91.50 18300 0.00 0.00 0.00 18300 000 0.00 000 0.00 000 000 0.00 000 0.00 000 0.00 0.00 000 0.00 000 0.00 0.00 000 0.00 000 0.00 0.00 000 000 0.000 0.00 000 000 0.00 0.00 000 000 000 000 000 Subtotals 2434.50 567.00 0.00 600.00 360150 Sales Tax a Labor Burden 600% 146.07 46 00% 260 62 406.89 Total 0irect Costs 2580.57 827.82 0.00 600.03 400839 Contractors Markup 1500% 38709 15.00% 12417 1000% 0.00 15.00% 90.00 60125 Subtotals with Markup 4,60965 Bond 1.50% 6914 Total Change Order Request Items 4,678 79 Total for all Changes (321.21) Page 1 Ocoee CITY OF OCOEE REQUEST FOR PROPOSAL Engineering/Utilities FOR PROPOSED CHANGE 150 North Lakeshore Drive (407)656-2322 ext. 142 (RFP) "n 6000 Ocoee, Florida 34761-2258 (407)656-2731 -fax No. 10 PROJECT DATA: NAME: Story Rd/Kissimmee Ave&Marshall Farms Rd/Maguire Rd Intersection Improvements PROJECT NO: B97-02 LOCATION'. Ocoee, Florida DATE: 3/21/97 OTHER: REFERENCE:Plan Revisions TO(CONTRACTOR): Southland Construction, Inc. Please provide the undersigned a proposal for following change in the work within seven(7)calendar days after receipt of this request. The written proposal must clearly delineate the scope of the proposed change in the work providing an itemized estimate of the time and all material and labor(by trade), subcontract and overhead costs and fees. Any amount claimed for subcontracts must be similarly supported. DESCRIPTION of change in work: Contractor will construct a closed storm drainage system on the north side of Story Road. Piping and structure to be installed from Sta. 142.55.80 36.15 Lt to Sta.30+39.,29 11.25 Rt I.E.the Sysco ditch. Change Order Type. 0 Deletion ■Addition 0 Revision ❑ Other:( Constraints of Change' Contract Unit Prices will be used to figure additional cost,if applicable. Initiated by: •Changes in Owner Requirements ❑ Unforeseen Conditions ❑ Others:( ) Proposal must be received by: 4/8/97 ATTACHMENTS(Listing of attached documents that support description): 1. Contractor Request for Information No. 4. 2. Plan Revisions: Plan Sheet No. 1 of 1 w/revision through 3/20/97 5. 3. Plan sheet 1 of 2 w/revision through 3/20/97 6 ❑ OWNER: James W.Shiro,P.E.,City of Ocoee ❑ CONTRACTOR.SOUTHLAND CONSTRUCTION,INC. ❑ ENGINEER: Steve Kreidt,PEC ❑ FIELD: Rod Winfrey,Streets&Drainage Inspector ❑ CONSTRUCTION ADMINISTRATOR:Fred Gardner ❑ OTHER: Ted Moore,Engineering/Utilities Inspector O SUSCONSULTANT: Date Received From Contractor: Date Returned to Contractor With Comments: Date Returned to City: DULL DATA\WOM\CONTRAU INLSNVF Page I - p5g8197 PRICING INFORMATION: - Method of Pricing: A. ❑ Established Contract Unit Price(s) B. ❑ Negotiated Unit Pdce(s)(including Overhead and Profit) C. ❑ Negotiated Lump Sum(including Overhead and Profit) D. ❑ Actual Cost of Work plus Fixed Percent for Overhead and Profit E. 0 A combination of A,B,C,D DESCRIPTION OF WORK: ❑ By Generaln� � Contractor ❑ By Subcontractor �" ;24411 ,:t .'ll';51.14i�fT145 , " #rr :,,, re . ldl.dng _` `��, ' • .. SEE ATTACHED 7 Attach additional pages if necessary. NET TOTAL COST OF THIS CHANGE PROPOSAL 536,660.40 EXTENSION OF CONTRACT TIME. As part of this Change Proposal the Contractor requests an extension of the contract time in the amount of 14 additional days. Provide thorough documentation in support of the request for additional time: A requirement of this Change Proposal will be to provide record drawing information for all of the affected items of work RECOMMENDATION BY ENGINEER/CONSTRUCTION ADMINISTRATOR: Comments: The city is being reimbursed by Sysco for this work. I recommend that this work be performed and that the cost be incorporated into a Change Order. n . �� •, ' �T�/ Signature of Engineer/Construction Administrato[`✓�}� ( } /CG Date: z-14 -.-9 ACCEPTANCE BY OWNER' Comments. . 1Y Apy�a /�Lo,�a1� -`1c) C o 3 Signature' c.---"-I ✓/ . l/✓,/ Date'. 5/6/f7 _.. ,of Cl— agree to the costs and terms of RIP 70 / M•mq ComPNy) - - Mo) this t] dayof on , 199q Id all hep U ALL UATTWOROICONTBACTDOCSWP Pagel 05/0/97 Southland Const., Inc. Story Road drainage revisions 4/18/97 RFP No. 10 - Revision 2 Bid Unit item No. Description Quantity Unit Price Amount Unit Price adjustments 006.2 160-4 Type B Stabilization 114 SY 1.80 205.20 007 285-706 Optional Base Group 6 114 SY - 8.40 957.60 016 331-72-20 Asph Conc Type S 2" 114 SY 5.00 570.00 018 337-5-3 ACFC FC-3 1" 114 SY 2.50 285.00 020425-1-351 Inlet Type P-5 <10' 2 EA 3,000.00 6,000.00 021 425-1-361 Inlet Type P-6 <10' 1 EA 3,000.00 3,000.00 023 425-1-521 Inlet DB Type C <10' 3 EA 2,000.00 6,000.00 030 425-2-71 Manhole(J-7) <10' 2 EA 3,300.00 6,600.00 033 430-11-325 18"(CI III)(SS)conc. pipe 420 LF 23.00 9,660.00 034 430-11-329 24"(CI III)(SS)conc. pipe 124 LF 27.00 3,348.00 040 430-14-338 36"(CI III)(SD)conc. pipe 149 LF 43.00 6,407.00 045 430-982-225 18" MES (CD)Conc. round pipe -2 EA 600.00 (1,200.00) 050 430-984-238 36"MES(SD) Conc. round pipe -5 EA 1,300.00 (6,500.00) 051 430-985-238 36" MES(BO)Conc. round pipe -1 EA 1,300.00 (1,300.00) 053 440-1-20 Underdrain Type II 361 LF 11.00 3,971.00 054 440-70 Underdrain Inspection Box 1 EA 700.00 700.00 055 520-1-10 Type F Conc. Curb&Gutter 50 LF 9.00 450.00 060 524-1-1 3" Ditch Pavement(Conc.) -12.92 SY 70.00 (904.40) 061 530-3-4 RipRap(Rubble)(Ditch Lining) -46.85 TN 60.00 (2,811.00) 35,438.40 New items (Proposed Unit Price) 006.1120-1 Excavation -850 CY 3.00 (2,550.00) Remove 24" RCP @ 142+60 30 LF 9.60 288.00 Extended job site general conditions 2 Weeks 1,350.00 2,700.00 Extended MOT 2 Weeks 392.00 784.00 1,222.00 Proposed Net Change in the Contract Amount 36,660.40 Page 1 Ocoee CITY OF OCOEE r o _ 11 REQUEST FOR PROPOSAL `t'ie EngineedngNtilities �. D FOR PROPOSED CHANGE \e✓)e 150 North Lakeshore Drive (407)6 -2322 ext. 142 (RFP) n.c•°„ Ocoee, Florida 34761-2258 (407)656-2731 -fax NO. 11 PROJECT DATA: NAME: Story Rd/Kissimmee Ave&Marshall Farms Rd/Maguire Rd Intersection Improvements PROJECT NO: B97-02 LOCATION: Ocoee,Florida DATE: 325/97 OTHER: REFERENCE:Plan Sheet 9 of 45 with rev. thru 3/21/97 TO(CONTRACTOR): Southland Construction, Inc. Please provide the undersigned a proposal for the following change in the work within seven(7)calendar days after receipt of this request. The written proposal must Geary delineate the scope of the proposed change in the work providing an itemized estimate of the time and all material and labor(by trade),subcontract and overhead costs and fees. Any amount claimed for subcontracts must be similarly supported. DESCRIPTION of change in work: Revise storm lines at Station 13+40 29.14 Rt and Station 14+00 29.54 Lt Add structure S-6A and Inlet Type C. Associated grading and RIP RAP. All work as on Maguire. Change Order Type: 0 Deletion • Addition ❑ Revision ❑ Other:( Constraints of Change: Use Contract Unit Prices when applicable. Initiated by: IN Changes in Owner Requirements 0 Unforeseen Conditions 0 Others:( Proposal must be received by: March 31, 1997 ATTACHMENTS(Listing of attached documents that support description): 1. Contractor Request for Information No. 4 2. Plan Revisions: Sheet 9 of 45 5 3. Rev.dated 3/21 97 6 ❑ OWNER: James W.Shiro,P.E.,City of Ocoee 0 CONTRACTOR:SOUTHLAND CONSTRUCTION, INC. ❑ ENGINEER: Steve Kreidt,PEC 0 FIELD: Rod Winfrey,Streets&Drainage Inspector ❑ CONSTRUCTION ADMINISTRATOR:Fred Gardner ❑ OTHER: Ted Moore,Engineering/Utilities Inspector ❑ SUBCONSULTANT: Date Received From Contractor: 41"—/6'-97 Date Returned to Contractor Wth Comments: Date Returned to City: IT ALL DATMWORDLOMAGU NASNFP Pagel 0R497 PRICING INFORMATION. Method of Pricing'. Ni ❑ Established Contract Unit Pdce(s) B. ❑ Negotiated Unit Price(s)(including Overhead and Profit) C. O Negotiated Lump Sum(including Overhead and Profit) D. ❑ Actual Cost of Work plus Fixed Percent for Overhead and Profit E. ❑ A combination of A,B.C,D DESCRIPTION OF WORK: ❑ By General Contractor ❑ By Subcontractor l W c):16 COrli . a Attach additional pages A necessary. _- �Y�(� NET TOTAL COST OF THIS CHANGE PROPOSAL $ 80 1 4 . CO ` EXTENSION OF CONTRACT TIME: As part of this Change Proposal the Contractor requests an extension of the contract time in the amount of 9 additional days. Provide thorough documentation in support of the request for additional time - A requirement of this Change Proposal will be to provide record drawing information for all of the affected items of work RECOMMENDATION BY{NOINEEWCONSTRUCTION ADMINIST TOR • Comments10. at.l A. Signature of Engineer/Construction Administratq J C_ ) i LA-. Date: 5-14 97 ACCEPTANCE BY OWNER: Comments: jiff�r✓�t� - » cc�j.oro�`� rn1ZA Co A- ;' �✓ Signature: < _ iit-ll-1 Date: $/��F7 t= . .of Gr _ /7 Wis // { Mum) agree to die costs and terms of REP day of 199 l�mP�vl Mo) (day) (month) (AA) O VOLE DATAIWORD\COtfTRACT OCSRFP �a�2 03n4rn Southland Const., Inc. Revised drainage at Maguire 4/18/97 RFP'No. 11 - Revision 2 Bid Unit Item No. Description Quantity Unit Price Amount Unit Price adjustments 034 430 11 329 24" (SS) RCP 90 LF 27.00 2,430.00 023 425 1 521 Inlet DB Type C < 10' 2 EA 2,000.00 4,000.00 061 530 3 4 Rip Rap(Rubble)(Ditch Lining) 10.32 TN 60.00 619.20 7,049.20 New items (Proposed Unit Price) Extended job site general conditions 4 Days 192.86 771.44 Extended MOT 4 Days 56.00 224.00 995.44 Proposed Net Change in the Contract Amount 8,044.64 Page 1 Ocoee CITY OF OCOEE REQUEST FOR PROPOSAL • �' Q Engineering/Utilities FOR PROPOSED CHANGE a 150 North Lakeshore Drive, (407)656-2322 ext. 142 (RFP) .e. ons,aOcoee, Florida 34761-2258 (407)656-2731 -fax No. 12 PROJECT DATA: NAME: Story Rd/Kissimmee Ave&Marshall Farms Rd/Maguire Rd Intersection Improvements PROJECT NO: 897-02 LOCATION: Ocoee, Florida DATE: March 27,1997 OTHER: REFERENCE:Plan Sheet 9 of 45 TO(CONTRACTOR): Southland Construction, Inc. Please provide the undersigned a proposal for the following change in the work within seven(7)calendar days after receipt of this request. The written proposal must clearly delineate the scope of the proposed change in the work providing an itemized estimate of the time and all material and labor(by trade),subcontract and overhead costs and fees. Any amount claimed for subcontracts must be similarly supported. Gor"" DESCRIPTION of change in work. Gentlemen, please establish afepy to city for installing a 24'CMP in accordance with the attached spec. sheet. The intent is to substitute the 24"RCP with CMP. The CMP will be used only in the area that is paved with asphalt. Approximately 40r if the pipe comes in 25'lengths let's make the run 50'LE. Intent is minimum waste. Change Order Type. ❑ Deletion D Addition •Revision ❑ Other:( Constraints of Change: Must follow concrete jacket detail and frangible base detail. Note gauge of CMP to use. Initiated by: ❑ Changes in Owner Requirements • Unforeseen Conditions 0 Others:( ) Proposal must be received by: 3/20/97 ATTACHMENTS(listing of attached documents that support description). 1. Contractor Request for Information No. 4. PEC fax dated 3/12/97,pages 1,2,3 2. Plan Revisions: _ S PEC fax dated 3/12/97,pages 1,2 3. Copy of plan sheet 9 of 45 6. ❑ OWNER James W. Shira,P.E.,City of Ocoee ❑ CONTRACTOR:SOUTHLAND CONSTRUCTION,INC._ ❑ ENGINEER: Steve Kreidt,PEC ❑ FIELD: Rod Winfrey,Streets&Drainage Inspector ❑ CONSTRUCTION ADMINISTRATOR:Fred Gardner ❑ OTHER: Ted Moore, Engineering/Utilities Inspector ❑ SUBCONSULTANT: • Date Received From Contractor: Date Returned to Contractor With Comments'. Date Returned to City: D. Dern\WoRUCoaixnu DICsau'r raga - osroiror PRICING INFORMATION: Method of Pricing: A. • Established Contract Unit Price(s) B. ■ Negotiated Unit Price(s)(including Overhead and Profit) C. ❑ Negotiated Lump Sum(including Overhead and Profit) D. ❑ Actual Cost of Work plus Fixed Percent for Overhead and Profit E. ❑ A combination of A.B.C.D DESCRIPTION OF WORK. ❑ By General Contractor ❑ By Subcontractor _-- Attach additional pages if necessary. NET TOTAL COST OF THIS CHANGE PROPOSAL S740.00 EXTENSION OF CONTRACT TIME: As part of this Change Proposal the Contractor requests an extension of the contract time in the amount of -0- additional days. Provide thorough documentation in support of the request for additional lime: A requirement of this Change Proposal will be to provide record drawing information for all of the affected items of work RECOMMENDATION BY ENGINEER/CONSTRUCTION ADMINISTRATOR. Comments'. I recommend that this work be performed and that the lcost be incorporated into a Change Order Signature of ingiaaer/Construction Administrator: ��[,{,LQ� E, , CA(j/j�' (,i,(n Date: _S—`4 -97 ACCEPTANCE BY OWNER: Comments: 417 fpye. - tcc7n cct in fp Co 03 N _-_ Signature: 'c— /( ` 17, �//A]a,e-. __ _ _ Date'. 5/6A7 I. .of -v— agree to the costs and terms of RFP this I ) day of /)(month) , 1991 (Comv+�>) (Nat (day) D ALL DATAIWORDCONTRACTDOCSRIe Pant 2 OPa19] newseu urdinage at impure4118/97 RFP No. 12 - Revised Bid Unit Item No. - Description Quantity Unit Price Amount Unit Price adjustments 034 430-11-329 24"(CI III)(SS) conc. pipe -48 LF 27.00 (1,296.00) (1,296.00) New items (Proposed Unit Price) 24" CMP 48 LF 32.00 1,536.00 Concrete collars 2 EA 250.00 500.00 2,036.D0 Proposed Net Change in the Contract Amount 740.00 Page 1 Ocoee CITY OF OCOEE REQUEST FOR PROPOSAL • os OP,Ao Engineering/Utilities FOR PROPOSED CHANGE ,= 150 North Lakeshore Drive (407)656-2322 ext. 142 (RFP) Ocoee, Florida 34761-2258 (407)656-2731 -fax NO. 13 PROJECT DATA: NAME: Story Rd/Kissimmee Ave 8 Marshall Farms Rd/Maguire Rd Intersection Improvements PROJECT NO: B97-02 LOCATION: Ocoee,Florida DATE: 4/2/97 OTHER: REFERENCE:Plan Sheet 18 of 45 with revisions TO(CONTRACTOR): Southland Construction.Inc. Please provide the undersigned a proposal for the following change in the work within seven(7)calendar days after receipt of this request. The written proposal must clearly delineate the scope of the proposed change in the work providing an itemized estimate of the time and all material and labor(by trade),subcontract and overhead costs and fees. Any amount claimed for subcontracts must be similarly supported. DESCRIPTION of change in work: Widen driveway at Station 19+93.8 on Maguire Road. Width to change from 32'to 40'. Construct grading,storm drainage,curb and pavement revision,all as shown on sheet 18 of 45. 'Prior to final paving contractor will have property owner makes several trips over the driveways with a car carrier to make sure that the drives work in accordance with the design intent. Change Order Type: ❑ Deletion ❑ Addition •Revision ❑ Other:( Constraints of Change: Established contract Unit Prices will be used for developing the cost proposal. Southland to coordinate fence relocation with properly owner. Initiated by: ❑ Changes in Owner Requirements ❑ Unforeseen Conditions • Others:( ) Proposal must be received by: April 10, 1997 ATTACHMENTS(Listing of attached documents that support description): 1. Contractor Request for Information No. 2 Plan Revisions: One blue line copy of Sheet 18 of 45 with 5. revisions 1 8 2 dated through 326/97 6. ' Contractor picked up 3 full scale blue line copies of sheet 18 of 45 on 4/2/97 ❑ OWNER: James W.Shiro,P.E.,City of Ocoee ❑ CONTRACTOR:SOUTHLAND CONSTRUCTION,INC. ❑ ENGINEER: Steve Kreidt,PEC ❑ FIELD: Rod Winfrey.Streets 8 Drainage Inspector ❑ CONSTRUCTION ADMINISTRATOR:Fred Gardner ❑ OTHER: Ted Moore,Engineering/Utilities Inspector ❑ SUBCONSULTANT: Date Received From Contractor: _ Date Returned to Contractor With Comments: Date Returned to City: DULL DATA\WORD\CONTRACIDOCS KEY Page 01/0 ry7 PRICK.G INFORMATION: Trucks to verify that grades work in accordance with design intent. Method of Pricing: A. ❑ Established Contract Unit Price(s) B. ❑ Negotiated Unit Price(s)(including Overhead and Profit) C. ❑ Negotiated Lump Sum(including Overhead and Profit) D. ❑ Actual Cost of Work plus Fixed Percent for Overhead and Profit E. ❑ A combination of A.B.C,D DESCRIPTION OF WORK: ❑ By General Contractor ❑ By Subcontractor a 'i"h nrx*? r, 3la ! x 'k t • e) p";'?•`1'fi Sv'^ � <`t AU �, URIC Bj' Attach additional pages if necessary. NET TOTAL COST OF THIS CHANGE PROPOSAL 5 7j 6,if EXTENSION OF CONTRACT TIME: As part of this Change Proposal the Contractor requests an extension of the contract time in the amount of additional days. Provide thorough documentation in support of the request for additional time: A requirement of this Change Proposal will be to provide record drawing information for all of the affected items of work RECOMMENDATION BY ENGINEER/CONSTRUCTION ADMINISTRAT R: Com ents A Oe,_ n>,-i �•L_�7��Z4 %L _ . Signature of Eogigee,teonstruction Administrator: PAC, , C 4„-za,Q, Date: J —/9-97 ACCEPTANCE BYn OWNER: Comments'. Auto /n GL/G i of47' ilt f!% Co Q _ Signature: .�'�/ N- h✓ /�.,� Date: 3/E6A7 ' 7(4. of c-L agree to the costs end terms of RIP this f_ctT p+ of v v (No) dayf Iq lam m.rl fmooml - (roil I) DATA,WORD,CONTRACTDOCNUp Pogot 4M9 $outhland Const., Inc. 4/8/97 RFP No. 13 Bid Unit Item No. Description Quantity Unit Price Amount Unit Price adjustments 059 522-2 6" Conc. Sidewalk(Driveway ??) 87. SY 22.00 1,914.00 037 430-14-323 15" (CI lII)(SD)conc. pipe 18 LF 22.00 396.00 056 520-2-4 Type D Conc. Crub 15 LF 12.00 180.00 2,490.00 New items (Proposed Unit Price) Demo existing driveway 33 SY 6.00 198.00 198.00 Proposed Net Change in the Contract Amount 2,688.00 Page 1 • "`°ct,3 CITY OF OCOEE '� O {o REQUEST FOR PROPOSAL Engineering/Utilities FOR PROPOSED CHANGE �t 150 North Lakeshore Drive (407)656-2322 ext. 142 (RFP) "A,,a' Ocoee, Florida 34761-2258 (407)656-2731 -fax NO. 15 PROJECT DATA: NAME: Story Rd/Kissimmee Ave 8 Marshall Farms Rd/Maguire Rd Intersection Improvements PROJECT NO: B97-02 LOCATION: Ocoee,Florida DATE: 424/97 OTHER REFERENCE: TO(CONTRACTOR): Southland Construction,Inc. Please provide the undersigned a proposal for the following change in the work within seven(7)calendar days after receipt of this request. The written proposal must clearly delineate the scope of the proposed change in the work providing an itemized estimate of the time and all material and labor(by trade),subcontract and overhead costs and fees. My amount claimed for subcontracts must be similarly supported. DESCRIPTION of change in work: Substitute approximately 440'LF 12'ductile iron pipe for same quantity of 12'PVC pipe. All work is on Geneva Street. Change Order Type: ❑ Deletion ❑ Addition ■ Revision ❑ Other( Constraints of Change: In/gated by: ■ Changes in Owner Requirements O Unforeseen Conditions ❑ Others:( Proposal must be received by: 428/97 ATTACHMENTS(Listing of attached documents that support description): 1. Contractor Request for Information No. 4 2. Plan Revisions: 5 3. Owner request for a puce 5 ❑ OKTlER: James W.Shiro,P.E.,City of Ocoee 0 CONTRACTOR:SOUTHLAND CONSTRUCTION,INC. ❑ ENGINEER: Steve Kreidt,PEC ❑ FIELD: Rod Winfrey,Streets 8 Drainage Inspector ❑ CONSTRUCTION ADMINI: Fred Gardner ❑ OTHER: Ted Moore,Engineering/Utilities Inspector ❑ SUBCONSULTANT: Date Received From Contractor Date Returned to City: Date Returned to Contractor With Comments: OULL OATA\WORM'gMRACTOCnFP eµe 4M PRICING INFORMATION: Method of Pricing: A. IEEstablished Contract Unit Price(s) B. Negotiated Unit Price(s)(including Overhead and Profit) C. 0 Negotiated Lump Sum(including Overhead and Profit) D. ❑ Actual Cost of Work plus Fixed Percent for Overhead and Profit E. 0 A combination of A,B,C,D DESCRIPTION OF WORK: 0 By General Contractor ❑ By Subcontractor z I i L rr�SkJ J,L I rkrd`! rrY j 1[ac 'c fAl Attach additional pages if necessary. _— wry NET TOTAL COST OF THIS CHANGE PROPOSAL $ �4 /7. es)— EXTENSION OF CONTRACT TIME: As part of this Change Proposal the Contractor requests an extension of the contract time in the amount of 0 additional days. Provide thorough documentation in support of the request for additional time: A requirement of this Change Proposal will be to provide record drawing information for all of the affected items of work RECOMMENDATION BY ENGINEER/CONSTRUCTION ADMINISTRATOR: Comments: w...� —/L.IJr/')�..—f1 a -I-41,CQ /1 F.CC. , ,it) a 49.C/eh- Signature of Ba9MaagConstmction Administrator 1 1. >C LQ 1 .J_/,4_9 Date: ACCEPTANCE BY OWNER: Comments: XTgc5p/l cil Pi.r/� &° cbl,,,/4 -, n f// s n9,(443 14 /4e rJcgritr.o/4G4'/y /�� lo yea- ,^ccrpvfcy6, ,-1 ,10 GD 43 Signature: 4/9C// cj, "$$C -:1w Date: t/6/f'7 I, ` ,of C(.2 agree to the costs and terms of REP S MMef /w com MO this / rT cr.- ay of �'✓Yti�(r .199 �( �•r) .— (day) tui 999 o Wl_onrwtWORD COHTRAC,Cccs\R T Page? MR,NI Southland Construction, Inc. City of Ocoee Intersection Improvements 4/24/97 .5FP a 15 - DIP at Geneva water line Material, Latta Subcontract Eau'omant Total Cmagg Item Deseriodon Quantity Ilnit Total Unit Total Unit Igtal Unit Igo Unit Contract Unit Prices: Istat IT01PIRJ 440 LF - tY PVC 0 LF 30.00 13.2W.W 2'PVC Water Man -28 LF 12.03 OW I2 Gate Valve&Box 2 EA zm (58,001 8 Cat.Valve and Box 2 EA 1300.60 2.iCO.W I E Gate Valve B Box I EA ]CO.W 1.iW.W 1 2'Gale Valve and Box -1 EA 2400000.00 250060 4000 1 .b'sleel Ca*g(Partial) d0 LF 2400 (24303) 2 PreHydrant Assembly 1 EA 11.00 I550.031 2 2'Water RemoveDlepose 35 LF I80003 1.Ii00.00 Total Una price Changes 3.00 I05,03 18,029.00 Change Order Request Items: 0,00 0.00 0.00 0.00 0.03 1 8'DIP MJ 82 LF 18.32 1336.24 3.26 267.32 0.00 4.23 346.86 000 0001,950A2 2 2'Blow Off WIT Gate Valve 2 Ea 203.00 4136.00 130.000� 0.03 0.00 260.00 0.00 169.50 119.00 I,m0.60 3 General Condeb+s 0.000. 000 0.000 0 a00 Supervision 1 Wks 0.00 OW 0.00 000 900.00 900.000.030.100.00 1 .00 1.3500 rraiw,ac 1 vex 100.00 loam 0.0303 0o 250.00 250.00 0.00 350,6.07 0.00 0.00 0.00 0.00 000 A Bell least Resrants for PVC 0 Ea 10200 000 20.00 000 0.00 0.00 0000.00 000 0.03 000 0.00 0,00 0.00 o00 0.006.m 0.00 0.00 o 00 0.00m 00.00 0.00 0.00 0. 0 0.00 000 0. 0 000 0.00 0.00 0.000.00 0.00 0 m0.00 0.00 000 0.00 000 0.00 0.00 0.00 0.00 0.00 000 0.00 o00 000 000 000 0.CO 0.00 0.00 000 000 Om 0.00 0.00 080 0.00 Subtotals 164/.20 1427.32 250.03 785.06 4307 42 Sales Tax&labor Burden 6.00% 110.65 41.00% 656.57 76722 local(erect Costa 1994.as 2083,89 250.60 78588 5074.64 Contractors Markup 1500% 293.23 15.00% 312.58 10 0% 25.00 15.00% 117.88 745.70 Subtotal.with Markup - 5,823.34 Bond 1.50% 8135 Total Change Order Request lams 5,910.69 Total for all Changes 23,939.69 Less:amount included in Change Order 2 (17.462.27) Additional amount for DIP 6,477.42 Pape 1 Ocoee CITY OF OCOEE REQUEST FOR PROPOSAL •' oa ro Engineering/Utilities FOR PROPOSED CHANGE \j 150 North Lakeshore Drive (407)656-2322 ext. 142 (RFP) w P,.>` Ocoee, Florida 34761-2258 (407) 656-2731 -fax NO. 18 PROJECT DATA: NAME: Story Rd/Kissimmee Ave&Marshall Farms Rd/Maquire Rd Intersection Improvements PROJECT NO: B97-02 LOCATION: Ocoee,Florida DATE: 5/1/97 OTHER: REFERENCE: TO(CONTRACTOR): Southland Construction, Inc. Please provide the undersigned a proposal for the following change in the work within seven(7)calendar days after receipt of this request. The written proposal must clearly delineate the scope of the proposed change in the work providing an itemized estimate of the time and all material and labor(by trade),subcontract and overhead costs and fees. Any amount claimed for subcontracts must be similarly supported. DESCRIPTION of change in work: Southland will have a licensed asbestos abatement contractor remove and properly dispose of all transhe pipe encountered within the trench limits of 15'storm line on Masney property. Change Order Type: O Deletion ❑ Addition ❑ Revision ❑ Other:( Constraints of Change: Southland to provide city with documentation that the excavated material has been disposed of in a landfill(i.e.weight tickets). Initiated by: ❑ Changes in Owner Requirements • Unforeseen Conditions ❑ Others:( ) Proposal must be received by: 5/1/97 ATTACHMENTS(Listing of attached documents that support description): 1. Contractor Request for Information No. 4 Subcontractor Quote 2 Plan Revisions: 5 3. Work Directive No. 1 8 ❑ OWNER: James W.Shiro,P.E.,City of Ocoee ❑ CONTRACTOR:SOUTHLAND CONSTRUCTION, INC. ❑ ENGINEER: Steve Kreidt,PEC ❑ FIELD: Rod Winfrey,Streets&Drainage Inspector ❑ CONSTRUCTION ADMINISTRATOR: Fred Gardner ❑ OTHER: Ted Moore,Engineering/Utilities Inspector ❑ SUBCONSULTANT: Date Received From Contractor: Date Returned to Contractor With Comments: Date Returned to City: D.NLI_DATA‘WON)4:ONTRACDOCSIPP Page I 05/12197 PRICING INFORMATION: Metflog of Pricing: A. 0 Established Contract Unit Price(s) B. ❑ Negotiated Unit Price(s)(including Overhead and Profit) C. ❑ Negotiated Lump Sum(including Overhead and Profit) D. ■ Actual Cost of Work plus Fixed Percent for Overhead and Profit E. ❑ A combination of A,B,C,D DESCRIPTION OF WORK: ❑ By General Contractor ❑ By Subcontractor g^+>7 £ ..:;3771 Attach additional pages if necessaryNET TOTAL COST OF THIS CHANGE PROPOSAL $1,014.63 EXTENSION OF CONTRACT TIME'. As part of this Change Proposal the Contractor requests an extension of the contract time in the amount of -0- additional days. Provide thorough documentation in support of the request for additional time: A requirement of this Change Proposal will be to provide record drawing information for all of the affected items of work RECOMMENDATION BY ENGINEER/CONSTRUCTION ADMINISTRATOR Comments: I recommend that this work be incorporated into a Change Order. Signature of Construction Administrato Date: S'/(a-97 ACCEPTANCE BY OWNER: Comments: Apf tD✓C/� - in Ctif r I . i-,t ( 3 Signature -/-.9'r-�•-a- 4; <r✓ �— L , ,of CC—C- agree to the costs and terns of RFP r (1 (Nn' _ �f�mn..rl Mol__- Nis ( dayaopf ) tyq Nay} pm/nEh1 - (yea,) o ALL DnrMWQRDACOMRnmofcv rP Page 2 05n297 a''tltt-06-00 05 : 13A t- \ St (g P . 01 • a FROM : [EN,BELAND-ASBESTOS&LEAD— PHONE NO. : 904 7369801 Apr. 22 1997 10:3141 Pt j o : /'/Cell (-AiLd Apt c F2ctA : ccl-r coovr"Ai7 Ultimate Insulation Inc "I Asbestos Abatement Propose! I 40.y ijpC w, ¢ r/ ,,•/' 1 Date: a/us7 t. �' .ri Proposal Number SC19702 'It fP ail I aJ • TO: SouthlandSouthlandCanaWcbn Inc. Attention: Mr Caen Courtney ��e ,- Eli Q Ultimate Insulation Inc. 1541 Rowe lane Deland, FL. 32720 \ (904) 736.7687 Phone (904) 736-9801 Fax � tilemate Insulation Inc respectfully subsa's Me following proposal for Me below mfamnced project All work win be cem7Reted pemunt to applicable specifications,Federal,State S Local Regulation. The puoted rate induces all rebuked eauioment,labor suaervbion and reetelletttiPi rtta Abeten{wnyeogyii ppsal of AMMeetoa Containing Waffles(ACM)as ice' test mt Project Location Maguire Rd Improvements Ocoee,FL. MINCE emv ,um„Mern Abs.„.. V .• awrrin.. ,Mate l Wet a...ice, Service Code Oescnption Quantity Tote? • AA001 Search, Identify, Abate & Dispose of $962.50 Transtte Pipe debris located within approx 5 Cu yds of dirt alongside Maguire Rd, Ocoee, FL. Total service charges: 5962-50 By signing below Southland Construction inc. and/or it's designated representive agrees to the terms and conditions set forth above and hereby authorizes the work to be performed. Southland Construction Inc. City of Ocoee, FL Date Date Signature Signature - penned Name&Title Printed Name a.Title