Loading...
HomeMy WebLinkAboutVII (D) Discussion/ Action re: Final Change Order (No. 6) for Story Road/Kissimmee Avenue and Marshall Farms Road/ Maguire Road Intersection Improvements Project Ocoee Agenda 5-5-98 s o • Item VII D 4 0 con 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: April 3Q 1998 TO: The Honorable Mayor and Board of City Commissioners FROM: David Wheeler, P.E. .�'Sw✓ Assistant City Engineer Utilities Director I SUBJECT: Story Road/Kissimmee Avenue and Marshall Farms Road/Maguire Road Intersection Improvements Project Change Order Request No. 6 Attached for your review is Change Order Request No. 6 on the Story RoadKissimmee Avenue and Marshall Farms Road/Maguire Road Intersection Improvements Project with Southland Construction, Inc. This change order request was initiated by City staff because this work was needed to complete some small items on the project, adjust unit prices on three construction items, and"final out the project. The items included in this change order are: No. 6-A - Miscellaneous Concrete, Fencing Grading and Testing Items In the construction of the project some miscellaneous items were not included which were required to complete an overall construction item, alleviate future maintenance concerns by Public Works, solve local resident concerns and reimburse the City for items which were eliminated and or the contractor's responsibility. At four locations where ditch bottom inlets were installed, we added concrete aprons and concrete slope pavement. Both the apron and slope pavement are needed to prevent erosion on the slope and around the inlet which would require constant maintenance to rebuild the slope and clean the ditch ardor a hazard when mowing the right-of-way. THE PRIDE OF WEST ORANGE In the agreement with Adam's Manufacturing, Inc., the City was to install a fence along the new road right-of-way and match the existing fence, after purchase of the property from Mr. Adam. Therefore, the City was to provide an equal replacement for the portion of fence that was removed. The fence specified in this project did not include a top rail and therefore an additional expense was required to provide the product per the agreement. The northern limits of the project were approximately the intersection of Kissimmee Avenue and Columbus Avenue. The project included a paved"tumour to Columbus Avenue centered within the right-of-way. No grading plan was included at this location but was necessary to provide positive drainage towards the ditch that crosses the street east of the intersection. Under item 3-F in change order no. 3, the amount of required sidewalk was reduced because of the need to allow the car-carrier trucks owned by Mr. Masney to enter and exit his property. The sidewalk that was eliminated was proposed to cross the two paved driveways to the property. Therefore a cost savings was realized. The contractor requested additional testing on the soil cement subbase material which was for his benefit. Southland agreed to reimburse the City for this testing. The total cost for all five of these items is an increase of$1,459.87, with no adjustment in contract lime. No. 6-B - Adjustment in Unit Prices for Select Bid Items In accordance with Article 11.9.3 of the General Conditions of the Contract Documents, if the actual installed quantity for a pay item of work varies from the estimated contract quantity by more than 25%then that pay item can be subject to review and possible adjustment based upon this variance in the quantities. Southland requested a review of the three pay items which were significantly under the estimated contract quantities. Those three work items were asphalt base course, asphalt wearing course, and concrete sidewalk. Because of the significant reduction in the quantity of material, Southland, their subcontractors, and material suppliers lost the economies of scale based upon the estimated higher volume of work. The change in the unit price was negotiated to an increase of 25% for these three items of work. The cost for the increase in unit price for these three work items is $22,254.90, with no adjustment in contract time. No. 6-C - Adjustment in Unit Quantities to Final Contract In all unit price construction projects, a change order is required to adjust quantities from the estimated contract amount to the actual installed amount and adjust the associated costs to perform that work,to make them equal so that the contract is 100% complete and does not appear as if there is still work to be performed. This item of this change order is performing this task of adjusting quantities and finaling the contract between the City and Southland Construction Company. There were 126 items of work required under this contract. There were 24 work items that were over the estimated contract quantity which had a value of$35,072,95 to the contractor and 15 work items that were under the estimated contract quantity which had a value of$88,115.31 to the City. The net result is a reduction in contract amount of$53,042.36. The attachment is a copy of Change Order No. 6, which is the final change order for this project. The overall total cost for this change order is a decrease of$29,327.59 with no time extension on the contract time. The City will realize a reduction in the contract amount from $ 1,314,927.12 prior to this change order down to $1,285,599.53. The attached table provides an overall cost accounting, engineering and construction, of the project for the City Commission's review. The original construction contract cost was $1,163,718.10. There were six change orders that totaled $121,995 43, providing a total construction cost of$1,285,599.53. The overall contingency usage was 10.48% of the original constmction cost. Sprint Inc., SYSCO Food Service of Florida, Inc. and Maeder Southeast, Inc. contributed $88,322.33 towards those change orders. Therefore, the City's contribution to the construction contingency was only $33,673.10 or 2.89% of the original construction cost. The overall project cost was $1,539,163.73 including engineering design and construction services and the construction of the project. The City's share of this overall project was $1,217,331.31 compared to a budget amount of$1,500,000.00 as stated in the Five Year CIP Budget Plan. SYSCO contributed $271,699.12 towards the overall project which was in line with their estimated contribution at the beginning of the project. Sprint contributed$49,169.30 towards the project because they determined after construction began that there was a conflict with their telephone duct bank. Maeder Southeast contributed$964.00 towards the project to improve the landscaping in front of their place of business within the City's right-of-way. I recommend that the City Commission approve Change Order No. 6 with Southland Construction, Inc. by decreasing the contract amount by $29,327.59,with no extension in contract time, and authorize the Mayor and City Clerk to execute Change Order No. 6. Attachment 1) Change Order No. 6 Story Road/Kissimmee Avenue and Marshall Farms Road/Maguire Road Intersection Improvements Project Project Accounting Overall City's SYSCO's Sprints Maeder Cost Share Share Share Southeast's Share Original Engineering Design for the $ 103,481.00 $ 103,481.00 intersection:roadway improvements Maguire Rd.Marshall Farms Rd and Story Rd Kissimmee Ave Additional Engineering Design to 20,840.00 $ 20,840.00 include additions for a turn lane for SYSCO and drainage improvements around the SYSCO property Post Design and Construction l'hase 58,903.00 58,903.00 Engineering Services to clean up the design from 1993 to 1996 and provide services during construction Conflict with Sprint Telephone 9,872.90 $ 9,872.90 required additional engineering to avoid conflict with duct bank which Sprint had said was not in the line of original construction ( see CO 4 1 below) Additional Engineering Design and 27,179.80 27,179.80 Permitting for closing the Story Road ditch, Kissimmee Ave extension, Adam's property, and new water main to SYSCO (see CO x3 below) Overall City's SYSCO's Sprints Maeder Cost Share Share Share Southeast's Share Acquisition of Adam's Property 1.5,473.50 15.473.50 including associated legal expenses Geotechnical and Materials Testing 17.700.00 17,700.00 required during the construction project at the direction of the City Original Base Bid for the construction of I,163,718.I0 1,003,574.21 160,143.89 the Intersection Improvements Change Order# 1 39,296.40 39296.40 (relocation of storm sewer and forcemain to solve conflict with telephone duct bank) Change Order# 2 22,6502^_ 22,650.21_ (addition of various fittings,temporary, curbing along Kissimmee Ave..and svatetmain extension along Geneva Street) Change Order # 3 54,778.88 18,1 18.48 36,660.40 (relocate signal controller, delete casing pipe, revised drainage structures, revise Masney driveways, change 12" pipe DIP, and closeup Story Road ditch) Change Order #4 18 603.84 6.23831 11,401.53 S 964.00 (addition of various fittings, new water main to SYSCO, Adams Manufacturing drive addition, and sod upgrade at Marshall Farms Road) Change Order# 5 15,879.68 15,879.68 (slope stabilization at pipe outfalls, water Overall Citv's SYSCO's Sprint's Maeder Cost Share Share Share Southeast's Share main to Adam's Manufacturing, changes to drainage structures and driveways, and asphalt substitution) Change Order # 6 (29,213.59) (29,213.59) (addition of various items, adjustment of unit prices for four pay items,and adjustment of quantities from bid amounts to actual install quantities) Project Totals $ 1,539,163.73 $ 1,217,331.31 $ 271,699.12 $ 49,169.30 $ 964.00 CHANGE ORDER NO. 6 CITY OF OCOEE STORY ROAD/KISSIMMEE AVENUE AND MAGUIRE ROAD/MARSHALL FARMS ROAD INTERSECTION IMPROVEMENTS PROJECT PROJECT NO. E-97-02 DATE: April 29, 1998 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 $1,314,927.12 Net Increase(Decrease)Resulting from this CHANGE ORDER <$29,327.59> The current CONTRACT PRICE including this CHANGE ORDER $1,285,599.53 ORIGINAL CONTRACT TIME: 180 Consecutive Calendar Days from Notice to Proceed Date: July 25, 1998 Current CONTRACT TIME adjusted by previous CHANGE ORDERS Date: September 20, 1997 Net Increase Resulting from this CHANGE ORDER Days: -0- Current CONTRACT TIME Including this CHANGE ORDER Date: September 20, 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 No extension of Contract Time is required by these changes III. JUSTIFICATION Item 6-A • RFP No.28. Contractor was directed to install concrete aprons around these four ditch bottom inlets. Also to provide a concrete sloped section from the back of curb to the top of the aprons. The steep grade from the top of the curb to top of inlets made this work necessary in order to prevent the constant erosion of the ditch bank. $1,935.90 • RFP No. 30. Install a top rail on the chain link fence on the Adam property. The property owner required that the top rail be installed because the original fence included a top rail. The fence in the contract documents did not include a top rail. $457.77 • RFP No.31. Perform additional grading of a swale on the north side of Columbus Avenue in the vicinity of the Richard Doss property. This work was not addressed in the contract and was necessary in order to provide positive drainage in this area. $440.00 • This item is a credit being applied to change order item 3-11. The quantity of 6"concrete sidewalk is reduced by 50.4 sy at$22.00 sy. Total credit is <$1,108.80> • This item provides reimbursement to the city for testing services that were performed at the request of the contractor for his sole benefit. Credit to the city is <$265.00> Item 6-A is an add of $1,459.87 Item 6-R Article 11.9.3 of the General Conditions in the Agreement between Southland Construction and the City dictates that"if the actual quantity of any item of Unit Price work performed by the Contractor varies from the estimated quantity by more than 25%then the compensation payable to the Contractor will be subject to review and an equitable adjustment will be made in accordance with Article I I,to credit owner with a reduction in cost or to compensate the Contractor for an increase in cost resulting from variations between estimated and actual quantities." The result is an add of$22,254.90. Item 6-C This change order item reflects the results of determining the final installed quantity of each work item. It involves the Contractor and the City reviewing the original estimated quantities of each work item versus the final installed quantities, agreeing on the final numbers,making the proper adjustments and computing the final completed contract amount. This process has been completed and the result is a deduct of<$53,042.36>. IV. NARRATIVE OF NEGOTIATIONS Item 6-A. • RFP 28. This dollar amount is based on the contract unit price for miscellaneous concrete and the quantity installed. • RFP 30. This cost represents the subcontractor's price and includes the General Contractor's mark-up for OH&P. • RFP 31. This negotiated hourly rate includes the machine and operator. • The$22.00 sy is a contract unit price. • This cost was a direct pass through from the city's testing firm. Item 6-B There were three items of work that were subject to the over 25%rule. Revised unit prices were negotiated for the following work items: 331-1-I Asphalt Conc.300 lb/sy 331-72-30 Asphalt Conc.Type S-3" 522-2 6"concrete sidewalk These unit prices were increased by a negotiated value of 25%for the actual quantities installed. The net effect of these revised unit prices,added$22,254.90 to the cost of the work. Work sheets with specific details are included. Item B-C Final Quantities Reconciliation This item was not subject to negotiation, it represents the value of items of work that were included in the contract amount but were not installed. The amount is a credit of <$53,042.36> V. PAYMENT Change Order Description Net Increase Unit Unit Price Net Increase Item No. (Decrease)Quantity (Decrease)Price 6-A Miscellaneous Items $1 459.87 6-B Revised Unit Prices $22,254 90 6-C Final Quantities Reconciliation <$53,042.36> Total Net Increase(Decrease)Change Order No._6 <529,327.59> VI. APPROVAL AND CHANGE AUTHORIZATION This proposed change to the Contract is to be approved by the Ocoee City Commission. Acknowledgements: 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. RECOMMENDED BY: ACCEPTED BY: CITY OF OCOEE,FLORIDA SOUTHLAND CONSTRUCTION, INC. By: By: Signature Signature Date: Date: Title: Title: APPROVED BY: CITY OF OCOEE,FLORIDA Owner By: S. Scott Vandergrift,Mayor Date Change Order No. Attest: lean 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 COCo-Pc Ocoee CITY OF OCOEE REQUEST FOR PROPOSAL - �'-0 Engineering/Utilities FOR PROPOSED CHANGE 3 t 150 North Lakeshore Drive (407) 656-2322 ext. 142 (RFP) „vv` Ocoee, Florida 34761-2258 (407)656-2731 -fax NO. 28 PROJECT DATA: NAME: Story Rd/Kissimmee Ave 8 Marshall Farms Rd/Maguire Rd Intersection Improvements PROJECT NO: B97-02 _ LOCATION: Ocoee,Florida _ DATE: 10/10/97 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: Contractor to install concrete aprons around ditch bottom inlets. Structures S46-B,S-IS-C,S-16-D, S-16-E to receive aprons. Change Order Type: ❑ Deletion ■ Addition ❑ Revision ❑ Other: ( Constraints of Change: Initiated by: • Changes in Owner Requirements ❑ Unforeseen Conditions ❑ Others:( ) Proposal must be received by: ATTACHMENTS(Listing of attached documents that support description): 1. Contractor Request for Information No. 2. Plan Revisions: _ 5 3. 6 ❑ OWNER: James W.Shiro,P.E.,City of Ocoee ❑ CONTRACTOR: Southland Construction Co. O 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: o wLL DATA\WORO CONTRACrDOCNOP Page I 01L9e PRICING INFORMATION: Method 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: ate, ■By Generaler Contractor ❑ By Subcontractor . `r k h' : :l'& ; < ` .: M 1 " E �€ *vr" ` r .4 °afi t.- oan e '. "fie, � tt*a�r•:s rG.F" ' +�y} Y $ C " us) G ° Install concrete aprons at structures S-16-B,C,D, E u 7.17 cy $270 $1,935.90 Attach additional pages if necessary. NET TOTAL COST OF THIS CHANGE PROPOSAL $1,935.90 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 performedy at these structures. Signature of Engineer/Construction Administratk- p,( [,".) evidkivt, Date: ifa,/Q7 ACCEPTANCE BY OWNER Comments: Signature: Date: I, ,of agree to the costs and terms of RFP enamel (Compmy) Mot this day of , 199 (aar) (moma) (year) DUI L DATAIWORD\CONTRAC11X 6WP rage 2 Oli % Southland Const., Inc. Add aprons at DB inlets 10/10/97 RFP#28 Bid Unit Item No. Description Quantity Unit Price Amount Unit Price adjustments 400-1-15 Conc Class I Miscellaneous 7.17 CY 270.00 1.935.90 1.935.90 New items (Proposed Unit Price) Proposed Net Change in the Contract Amount 1,935.90 Page 1 Co - 6, p, Ocoee coo CITY OF OCOEE �� no e REQUEST FOR PROPOSAL Engineering/Utilities FOR PROPOSED CHANGE 150 North Lakeshore Drive (407)656-2322 ext. 142 (RFP) ow` Ocoee, Florida 34761-2258 (407)656-2731 -fax NO. 30 PROJECT DATA: NAME: Story Rd/Kissimmee Ave 8 Marshall Farms Rd/Maguire Rd Intersection Improvements PROJECT NO: B97-02 LOCATION: Ocoee,Florida DATE. 10/10/97 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: Install a top rail on the fencing installed on the Adam property on Kissimmee Avenue. Change Order Type: ❑ Deletion • Addition ❑ Revision ❑ Other:( Constraints of Change: Initiated by: ❑ Changes in Owner Requirements ❑ Unforeseen Conditions ❑ Others: ( 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. O OWNER: James W.Shim,P.E.,City of Ocoee ❑ CONTRACTOR:SOUTHLAND CONSTRUCTION,INC._ ❑ ENGINEER: Steve Kreidt,PEC ❑ FIELD: Rod Winfrey,Streets&Drainage Inspector ❑ SUBCONSULTANT: ❑ OTHER: Ted Moore,Engineering/Utilities Inspector Date Received From Contractor: Date Returned to Contractor Wth Comments: Date Returned to City: D LLDA IA\WORD\COMPA uSSaFP Page Immo. 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. 0 A combination of A,B,C,D DESCRIPTION OF WORK: ❑ By General Contractor ■ By Subcontractor A' a ,- r Y r l- *T ! + g.�„ n5 ::'" e eft e a igi plisathirr& Install top rail on chain link fence 1 US $45777 $457 T] Attach additional pages if necessary. NET TOTAL COST OF THIS CHANGE PROPOSAL $457.77 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 L d.performed. —, J Signature of Engineer/Construction Administrator . AGit/�iAAA.A . Date: 10/10/97 ACCEPTANCE BY OWNER: Comments: Signature: Date. 1, ,of agree to the costs and terms of RFP (N.me) (comp.m) P'u) this day of , 199 (day) (month) (year) D u_DATA)wosmcONTRAcirusvva Page 2 mrzr,vs Southland Const., Inc. Add top rail at Adam fence 10/10/97 RFP#30, etc Bid Unit Item No. Description Quantity Unit Price Amount Unit Price adjustments New items (Proposed Unit Price) Add top rail 1 LS 457.77 457.77 457.77 Proposed Net Change in the Contract Amount 457.77 Notes: 1 Striping revisions in final uantities for striping 2 Misc concrete at aprons in RFP 28 Page 1 N10-21-07 TIIU 08:20 SOUTHLAND CONSTRUCTION FAX NO. 14078804348 P. 02/03 RFPa3° AUG 19 '99 0245F`I ALL-RIrE FENCE P,1 ALL- RITE FENCE CO., INC. 5143 Old Winter Garden Road Orlando, Florida 32811-1622 (407)295.7093 Fax—(407)292-8550 August 19, 1997 Southland Construction Attn: Banks Reference. STORY ROAD Dec Banks, We are pleased to offer the following quotation on fencing as referenced above. To remove approximately 200 LF of tension wire and replarc with 1 5/8" schedule 40 top rail. TOTAL... 5410.00 Thanks for your con ideration of this quotation. i ( o/" 01?' ' 11 Sincerely, 4— ALL.RTfE FENCE CO.,INC. III 4 yr) ReyGee lr. Vice President RCebg Z//gri athpylaatoet4A co-d H94: 10 TO-£0.-qa,9 C � 6)A Ocoee CITY OF OCOEE REQUEST FOR PROPOSAL c` oa Engineering/Utilities FOR PROPOSED CHANGE r C ee 150 North Lakeshore Drive (407)656-2322 ext. 142 (RFP) .,,. Ocoee, Florida 34761-2258 (407)656-2731 -fax NO. 31 PROJECT DATA: NAME: Story Rd/Kissimmee Ave&Marshall Farms Rd/Maguire Rd Intersection Improvements PROJECT NO: B97-02 LOCATION: Ocoee,Florida DATE: 10/10/97 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: Perform additional shaping and grading of swale on north side of Columbus Avenue in vicinity of Doss driveway. Change Order Type: ❑ Deletion • Addition ❑ Revision 0 Other. ( Constraints of Change. Initiated by. ❑ Changes in Owner Requirements • Unforeseen Conditions ❑ Others:( Proposal must be received by. ATTACHMENTS(listing of attached documents that support description): 1. Contractor Request for Information No. 4. _ 2. Plan Revisions. 5. 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 ❑ SUBCONSULTANT: ❑ OTHER'. Ted Moore,Engineering/Utilities Inspector Date Received From Contractor: Date Returned to Contractor Wth Comments: Date Returned to City: D:W L DATA\WORD\COmsec iutiswvr Page I oirzrme 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) O. ❑ 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 .• � ' ��� §* R s, ,s'- °.cr nr,f}tx axe�- ): }y,24 P Cam,. a.. ` TOTAL .4..v. .,>„4 , Ifeatcl4 Fd Grade!!and Operator 4 hours $110.00 $440.00 Attach additional pages if necessary. NET TOTAL COST OF THIS CHANGE PROPOSAL $440.00 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 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 performed Signature of Engineer/Construction Administrators—dam{enc C. •'e-+ 4 Date: 10/10/97 ACCEPTANCE BY OWNER: Comments: Signature: Date: ,of (Name) (Company) agree to the costs and terms oCMP this day of , 199 tNm) (dry) (moon) (rear) DULL nATA1WORDCONTRACTDDCS\REP Page 2 a,TNA e--71i Southland Const., Inc. Gradall work at Columbus 10/10/97 RFP# 31, etc Bid Unit Item No. Description Quantity Unit Price Amount Unit Price adjustments New items (Proposed Unit Price) Gradall work 4 Hrs 110.00 440.00 440.00 Proposed Net Change in the Contract Amount 440.00 Page 1 % LZ ;n Southland Const., Inc. Revised driveways at Geneva 10/10/97 RFP# 17 Bid Unit Item No. Description Quantity Unit Price Amount Unit Price adjustments 059 522-2 6"Conc. Sidewalk -50.4 SY 22.00 (1,108.80) (1,108.80) New items (Proposed Unit Price) Proposed Net Change in the Contract Amount (1,108.80) Page 1 t- elm�0vsem evvl_ �Xh�6,f 2 -A, fl@' , ,..., C �; ,_. �iv� . LI Nodarse �I A\ AUK L 9 _ ,R Associates, inc. L ±iiii --Id4 O1Ce To: Mr. David Wheeler, PE. Da le:August 25, 1997 The City of Ocoee Invoice No.: 6398 150 North Lakeshore Drive Ocoee, Florida 34761 Project No.: W97-C-018 Iullulnllml,Il III,Ird P.O.No.: Terms: Net 30 Days Re: Construction Services Department Please make payment to: Report No. 16, 17, 18, 19 and Concrete Testing L.J.Nodane&Associates,Inc. AcStory Road/Kissimmee Avenue & Marshall Farms/Maguire Road 807 S. Receivable Deparonent Intersection Improvements (7/28/97 thru 8/7/9 8 Winter r Park,FloridaAvenue, 2te.A P Projectse note Parke numb32789on Ocoee, Florida (Please note invoice number check.) DESCRIPTION OF WORK QTY. I, RATE UNIT AMOUNT I. FIELD TESTING SERVICES A. In-Place Density Testing (Test No. 260 - 277) 18 $ 20.00 ea. $ 360.00 B. Soil Cement Pill for Compressive Strength (17 & 18) 2 $ 30.00 per set 60.00 C. Soil Cement Cores for Compressive Strength (7/21) 3 $ 30.00 ea. 90.00 D- Mobilization Coring Equipment (7/21/97) 1 $ 75.00 per trip 75.00 E. Engineering Technician (Coring Fee per Man) (7/21) 4 $ 25.00 per hour 100.00 IL LABORATORY TESTING SERVICES A. Limerock Bearing Ratio (LBR)Test (586, 597, 598) 3 $ 250.00 ea. 750.00 B. Moisture-Density Relationship Test (Proctor) 1 $ 75.00 ea. 75.00 (L-639) III. PROFESSIONAL & TECHNICAL SERVICES A. Principal Engineer 1 $ 100.00 per hour 100.00 B, Senior Projec ager 2 $ 30.00 per hour 130.00 C. Word Proc sing 2 $ 30.00 per hour 60.00 101 -` TOTAL AMOUNT DUE $ 1,800.00 Should you have any questions regarding this invoice, please contact Scott Schrager. Thank you! 63e8.mv Authorized Amount $ 17,700.00 Previously Billed 13,120.00 Due This Invoice 1_800.00 , ) , Total Remaining $ 2,780.00 41182 9 Geotechnical, Environmental, & Materials En Qeers i71/ 807 South Orlando Avenue♦Suite A♦ Winter Pork. Florida 32789 ♦ Telephone 407.7 110♦ Facsimile 407 740_&U'/ e.mail nodarse@nodarse.corn -�- EXHIBIT FOR CHANCE ORDER ITEM 6-B Item 331-2-1 Asph. Conc. Type S, 300 lb/sy The contractor installed 320 tons, 45% less than the plan quantity. The revised unit price of$55/ton versus $44/ton added $3,520.00 to the project cost. Item 331-72-30 Asph. Conc. Type S, 3" The contractor installed 7716.17 sy, 34% less than the plan quantity. The revised unit price of$8.75/sy versus $7.00/sy added $13,503.30 to the project cost. Item 582-2 6" Concrete Sidewalk The contractor installed 951.2 sy, 44.5%less than the plan quantity. The revised unit price of$27.50/sy versus $22.00/sy added $5,231.60 to the cost of the project. Total added cost is $22,254.90 1 RI AtB t �A n 6 a �;!1 irill 11 SOUTHLAND CONSTRUCTION FAX NO. 140788643481I r t+%i rl! • �I :1 <i �,'arrt 1 11 it 14 I, I. �joh,A/ F /,a1 ,,, wi''il: 11:5I d qw liF' lit•ID3CONSTRUCTION, INC. / q # a t �" 9 r I 1I1,: Filp il r i 91(1( l� f ill l I P.O.a x i°ka9;ir • � i �11 V +, 6 t 41I 1 r, APOPKA,`F,LQRIO r r7 �r r . � r�. I 'SS �� �(; TEL (4077889798441( ; it 1. 1 FAX(407)BSG4349+' iii ��f {¢�{ 1 I t , F-.r�la 10 1998 11'b IM." t 1. I a , 1 , 1) Iil ! �(i V ikltl • � 1 c t t • 7w,� 1 '+F , N rti r d Gardner Chit ip ll fit')11 1 • •t C�'' of Ocoee l ie,f I r 4 id ' ' G r G 'f i •rf l�akeshore Drive I� r 77 I ' , J l�a.•r ,onda34781 - 'I cilill � fi i� ��it ! IpP Or ai'ii i4 • 1�1! ry.i,ll ('J li ( � !}I 1 i7 i t . i {� I l it /i. I t. jilt 1I1 i�p ' Ir �, .f l l z 1 ������YYY11{III+++»>4 l y .� I Y rs y ¢p� II Re:t I Story Road Project ! 1 ' ' 1 t/!' Adjustments to unit prices kill: � � (r ,�� �t P . 1 I j� • 'l i 1. ( I.1i� j i 'i( ` b l di' I Oear Fred 11/1,/ ' / i 'li r i l l 11 1 fl l ItW it l p 1 ' t This is to request that certain contract unit prices be adjusted under the provlsioF nstof it � u' ".ii I Article 11.9.3 of the Contract which provides for adjustments to items that vary by more �1 i 1 than 25% from the estimated quantity- { i re ii l= I t ( StY 'i� The items involved resulted in substantial reductions In quantity resulting in higher costs . i ; I ti ,q due to the smaller quantity. 1 It I e II �LI ' {111, I 1 { ! i 1, 1 �� . Please advise when we can meet to discuss this further. .it•+ 1` t11 t'yr v ," r (' g ,g ' kju ) 9 '+ �L l k i ' 1 1 1 itr1 r +( I il )I r 1 I .I ' 11 nII ltl ,�i`' I I1 i, �l 11 r Sincerely, % I ( , rl iI III �' It�' z ll . 1 8 R. Keith Carr Wit ill' �I I E I 7 ql I' 1 ' General Manager 1 1,• „�)i �{ t 11 f § ail`, ' i1 t .1l;:!Ityju . 114Pi� 172 WEST FOURTH STREET • APOPKA,FLORIDA :1 l', EXHIBIT FOR CHANGE ORDER ITEM 6-C The contract contained 126 items of work. When the final quantities reconciliation was complete at the conclusion of the contract, the results showed that of the 126 work items, there were 24 items that were over the plan quantity and 15 that were under the plan quantity. Those items under had a value of$88,115.31 and the value of the 24 items that were over the plan quantity is $35,072.95. Therefore, the project received a credit of$53,042.36,the amount shown in Change Order Item 6-C.