Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
VII (B) Ocoee/Winter Garden Reclaimed Interconnect with Water Main Project: Change Orde No. 1 with Maxwell Contracting Inc. in the Amount of $12,998.02
Agenda 10-17-2000 "CENTER OF GOOD LIVING- PRIDE OF WEST ORANGE Item VII ;) MAYOR• OMMISSI06P:R Ocoee S. SCOFF VANDFRGRIIT \ y ti\a CITY OF OCOEE COMMISSIONERS •� O. 150 N. LAKESHORE DRIVE DANNY HOWF.1.1. �� OCOEE, PI ORIDA 34761-2258 RUSTYJOIINSON 1> ,et (407)905-3100 NANC:Y J. PARKER F4 OfG000•` CNA MANAGER NI.LIS SHAPIRO MEMORANDUM DATE: October 10, 2000 TO: The Honorable Mayor and Board of City Commissioners FROM: David Wheeler, P.E. ,<C)CvM/ Assistant City Engineer/Utilities Director SUBJECT: Ocoee/Winter Garden Reclaimed Water Main Interconnect Project Change Order Request No. I Attached for your review is Change Order Request No. I on the Reclaimed Water Main Interconnect Project with Maxwell Contracting, Inc. Staff requested quotes from Maxwell Contracting, Inc. for additional work required due to specification upgrades, deletion of work items, and inaccurate design data. The Reclaimed Water Main Interconnect Project involves the installation of a new 16 inch reclaimed water main from the Winter Garden effluent disposal site on Ocoee/Apopka Road east to Ocoee's effluent disposal site, the Forest Lakes Golf Course. The pipeline will connect to Winter Garden's transmission main along Ocoee/Apopka Road at their site and travel cross country and connect to Ocoee's transmission main in the area of the number three tee box on the golf course property. The pipeline will be installed on Winter Garden and Ocoee/Forest fakes GC property and require an underground crossing of the West Orange Trail. PROJECT CHANGES: There are three groupings of changes to the overall project. One of the changes results in a reduction to the contract price and two changes result in an increase to the contract price. The net result is an overall increase in the contract price. They are described as follows: Item 1-A - Installation of Poly Wrap Instead of Paint Marking This project was bid giving the contractor the option to use either PVC (plastic) or DIP (iron) pipe materials. PVC pipe now comes appropriately colored, according to the APWA color coding, for the liquid it will he used to transport: blue for potable water, purple for reuse water, and green for sanitary sewer. That way when the pipe is dug up during a repair, for a tap, and/or future connection all parties will now what type of liquid is in the pipe and that they have the 0V-- n SY} Ir Pv tr., right or wrong pipe. Unfortunately, the DIP pipe is manufactured in one color; black, because of the coal tar epoxy coating that it has on the outside of the pipe. Until a few years ago, the "industry" would assume that they would know what was in the pipe when it was dug up. After connections of water to sewer lines occurred, and vice versa, the "industry" started putting colored paint along the pipe. Unfortunately, the paint would "chalk out" and/or fade and turn white or undistinguishable, therefore not providing the benefit it was suppose to provide. From this problem the `industry" developed colored poly wrap a few years ago, which would allow a permanent marker to be placed around the DIP pipe. The first poly wrap was black and was used for corrosion control. The poly wrap was used in the Reuse Mains Phase 1 and 2 Project and on other projects where DIP pipe was installed. On these other projects, the costs associated with using poly wrap for 16 inch pipe was between $2.00 and $3.00 per linear foot of pipe. Maxwell's estimate to use poly wrap is $2.20 per linear foot of pipe; their cost to put the three strips of paint on the pipe, per the plan, is $0.73 per linear foot of pipe. Therefore Maxwell is requesting the difference of$1.47 per linear foot to switch from using paint to poly wrap as the pipe identifier. To avoid this problem on future projects, staff has directed its consultants and will require that all project specifications using DIP pipe include the use of poly wrap as the required identifier. The additional cost to switch from painting the pipe to using the poly bag wrap is an increase of $6,607.85, with no increase in contract time. Item 1-B - Deletion of Walls and Excess Concrete Slab at the Winter Garden Flow Station The initial design of the project included placing the flow stations within a walled structure. At the request of Forest Lake Golf Course the walled structure around the flow station on the golf course was eliminated; the above ground piping surrounded by landscaping would be less obtrusive than a six foot high wall with landscaping. The flow station on the Winter Garden side was to be similar in design, but the design engineer did not make this station a "mirror image'. The contractor was requested to provide a cost to delete the six foot wall, with gate, and reduce the size of the concrete slab to match the layout of the piping being installed. The cost reduction for these items is $4,041.24, with no adjustment in contract time. Item 1-C - Additional Piping to Connect to the Winter Garden Effluent Transmission Main During the design of this project, the location of the effluent transmission main for the City of Winter Garden was described by Winter Garden staff as being within the Winter Garden Effluent Disposal Site. The location of the pipeline was provided to the design engineer as being approximately ten feet inside the fence and outside the road right-of-way for Ocoee-Apopka Road. Once construction began, the actual location of the effluent transmission main was determined to be outside the Winter Garden property and within the road right-of-way. Therefore, to make the connection to the effluent transmission main will require additional 20 inch piping, 20 inch fittings, removal-replacement of the fence, maintenance of traffic, and an Orange County ROW permit. The costs to provide the additional material, labor, etc. will he an increase to the project of $10,435.90, with an increase of fourteen days in contract time for ordering material. POW !�cneesV IrPmr [s Staff recommends that the City Commission consider this change order to use the poly wrap instead of the paint to identify the pipe in future excavations, the additional material and labor to make the connection per the design intent and deletion of the walls and excess concrete slab. The prices are reasonable for the work required. The proposed changes arc necessary to meet the design intent and the City's requirements for the operation and maintenance of the project. The original construction contract cost was $317,000.70. This change order increases the contract amount by $13,002.51, to a new contract amount of $330,002.51. Fourteen days will need to be added to the contract time to allow for the delivery of the pipe; the original contract time expires on December 22, 2000. This is a increase of 4.10% of the original construction cost. The cost for this change order will he paid for under the 1997 Utility Bond Issue and City of Winter Garden as equal shares under the terms of our Interlocal Agreement. I recommend that the City Commission approve Change Order No. 1 with Maxwell Contracting, Inc. by increasing the contract amount by $13,002.51, with an increase in contract time of 14 days, and authorize the Mayor and City Clerk to execute Change Order No. 1. Attachment 1) Change Order No. I POVVIT cat R neei t'tata Remn¢rs Ocoee CITY OF OCOEE c64.a Engineering/Utilities 150 North Lakeshore Drive g Ocoee, Florida 34761-2258 CHANGE ORDER NO. #1 CITY OF OCOEE OCOEE/WINTER GARDEN RECLAIMED WATER MAIN INTERCONNECT PROJECT PROJECT NO. DATE: October 10,2000 CONTRACTOR: Maxwell Contracting, Inc. AGREEMENT DATE:April 18,2000 The following changes are hereby made to the CONTRACT DOCUMENTS. Original CONTRACT PRICE $317,000.00 Current CONTRACT PRICE ADJUSTED by previous CHANGE ORDER $317,000.00 Net Increase(Decrease)Resulting from this CHANGE ORDER S 13,002.51 The current CONTRACT PRICE including this CHANGE ORDER $330,002.51 ORIGINAL CONTRACT TIME: 180 Consecutive Calendar Days from Notice to Proceed Date: December 22,2000 Current CONTRACT TIME adjusted by previous CHANGE ORDERS Date: December 22,2000 Net Increase Resulting from this CHANGE ORDER Days: 14 days Current CONTRACT TIME Including this CHANGE ORDER Date: January 5,2001 00842-1 CHANGES ORDERED: I. GENERAL This change order is necessary to cover changes in the work to be performed under this Contract. The GENERAL CONDITION, SUPPLEMENTARY CONDITIONS, SPECIFICATIONS and all parts of the Project Manual listed in Article 1, Definitions, of the GENERAL CONDITIONS apply to and govern all work under this change order. II. REQUIRED CHANGES Item No. I-A RFP#000: Installation of Poly Wrap Instead of Paint Marking The project specifications required the use of three stripes of purple paint to be placed along the pipe to delineate that the pipe is transporting reuse water. Change this requirement to delete the use of purple paint to mark the pipe and use purple poly wrap to mark the pipe. Item No. 1-B RFP#001: Deletion of Walls and Excess Concrete Slab at the Winter Garden Flow Station The City of Winter Garden requested that their flow station be of the same construction as the Ocoee flow station. The block walls, with gate, and the excess concrete slab are to be deleted to make the stations similar in construction. Item No. I-C RFP#004: Additional Piping to Connect to the Winter Garden Effluent Transmission Main The City of Winter Garden's effluent transmission pipeline is not located as shown on the plans. The pipeline was originally located for design purposes at approximately ten feet inside the fence on Winter Garden property. Field location of the pipeline was determined to be approximately ten feet outside of the fence and within the road right- of-way for Ocoee/Apopka Road. To connect the flow station to the effluent pipline according to the design will require an additional 20 plus linear feet of pipe and fittings, as required. The fence will have to be taken down and put backup and the site maintained during construction. Because the work will be within the road ROW, maintenance of traffic will be required and an Orange County ROW permit pulled. III. JUSTIFICATION Item No. 1-A RFP#000: Installation of Poly Wrap Instead of Paint Marking This project was bid giving the contractor the option to use either PVC(plastic) or DIP(iron) pipe materials. PVC pipe now comes appropriately colored, according to the APWA color coding, for the liquid it will be used to transport: blue for potable water, purple for reuse water, and green for sanitary sewer. That way when the pipe is dug up during a repair, for a tap,and/or future connection all parties will now what type of liquid is in the pipe and that they have the right or wrong pipe. Unfortunately,the DIP pipe is manufactured in one color;black,because of the coal tar epoxy coating that it has on the outside of the pipe. Until a few years ago,the"industry"would assume that they would know what was in the pipe when it was dug up. After connections of water to sewer lines occurred,and vice versa,the"industry"started putting colored paint along the pipe. Unfortunately,the paint would"chalk out"and/or fade and turn white or undistinguishable,therefore not providing the benefit it was suppose to provide. From this problem the "industry" developed colored poly wrap a few years ago,which would allow a permanent marker to be placed around the DIP pipe. The first poly wrap was black and was used for corrosion control. 00842-2 Item No. 1-B RFP#001: Deletion of Walls and Excess Concrete Slab at the Winter Garden Flow Station The initial design of the project included placing the flow stations within a walled structure. At the request of Forest Lake Golf Course the walled structure around the flow station on the golf course was eliminated;the above ground piping surrounded by landscaping would be less obtrusive than a six foot high wall with landscaping. The flow station on the Winter Garden side was to be similar in design, but the design engineer did not make this station a "minor image". Item No. I-C RFP#004: Additional Piping to Connect to the Winter Garden Effluent Transmission Main During the design of this project, the location of the effluent transmission main for the City of Winter Garden was provided as being within the Winter Garden Effluent Disposal Site. The location of the pipeline was provided to the design engineer as being approximately ten feet inside the fence and outside the road right-of-way for Ocoee- Apopka Road. The actual location, as marked in the field by Winter Garden personnel, is outside the Winter Garden property and within the road right-of-way. Therefore, to make the connection to the pipeline will require additional piping, fittings, removal-replacement of the fence, maintenance of traffic, and an Orange County ROW permit. IV. NARRATIVE OF NEGOTIATIONS Item No. I-A RFP#000: Installation of Poly Wrap Instead of Paint Marking This item was priced based upon negotiated prices. Item No. 1-B RFP#001: Deletion of Walls and Excess Concrete Slab at the Winter Garden Flow Station This item was priced based upon negotiated prices. Item No. 1-C RFP#004: Additional Piping to Connect to the Winter Garden Effluent Transmission Main This item was priced based upon negotiated prices. V. PAYMENT Change Order Description Net Increase Unit Unit Price Net Increase Item No. (Decrease)Quantity (Decrease)Price I-A Installation of Poly Wrap 6,607.85 I-B Deletion of Walls and Excess Concrete Slab (4,041J4) at the Winter Garden flow station 1-C Additional Piping to Connect to Winter 10,435.90 Garden Effluent Transmission Main Total Net Increase Change Order No.#I $13,002.51 00842-3 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 MAX WELL CONTRACTING, INC. By: By: Signature Signature Date: Date: Title: Title: APPROVED BY: CITY OF OCOEE, FLORIDA By: S. Scott Vandergrift,Mayor Date 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 2000 UNDER ,2000. AGENDA ITEM NO. FOLEY&LARDNER By: City Attorney 00842-4 °fOee CITY OF OCOEE REQUEST FOR PROPOSAL e b� 'a Engineering/Utilities FOR PROPOSED CHANGE 150 North Lakeshore Drive (407)656-2322 ext. 142 (RFP) 14.11 Gw•' Ocoee, Florida 34761-2258 (407)656-7835 -fax NO. 000 PROJECT DATA: NAME: Ocoee/Winter Garden Reuse Interconnect WaterMain PROJECT NO: LOCATION: Entire Project DATE: May 1,2000 OTHER: REFERENCE: TO(CONTRACTOR): Maxwell Contracting,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: Provide Purple Poly Wrap as the DIP identifier instead of the purple paint strips. Change Order Type: 0 Deletion 6 Addition 0 Revision 0 Other:( Constraints of Change: Initiated by: g Changes in Owner Requirements a Unforeseen Conditions 0 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. 6 OWNER: David Wheeler,City of Ocoee CONTRACTOR: Bryan Maxwell,Maxwell Contracting 0 ENGINEER: Art Austin,PEC, Inc. a FIELD: Frank Bruce,City of Ocoee CONSTRUCTION ADMINISTRATOR: a OTHER: Charles Tinch,City of Wnter Garden 0 SUBCONSULTANT: Date Received From Contractor: Date Returned to Contractor With Comments: Date Returned to City: 00847-1 OCT-11-00 WED 12: 16 PM MAXWELL CONTRACTING, INC. FAX NO. 321 632 8066 P. 01 MAXWELI., CONTRACTING , INC . VIA FACSIMILE (407)656-7835 June 8, 2000 Mr David A. Wheeler, I.E. CITY OF OCOEE. Utilities/Engineering 150 North I alteshor. Drive Ocoee, Florida 34761-2258 Referents: OCOEE/WIN1 ER GARDEN REUSE INTERCONNECT WATER MAIN Dear Mr, Wheeler: Please find below a cost proposal to add purple polywrap to the 16"ductile iron pipe for your review and approval on the above reterenoed project. LVONd1NlT P131f,,E CHANCF_(ADPITIONS1 MATERIALS Add 4500 t_F. -Purple Polywrap @ $0.56/L.F. x Tax $ 2,696 40 LABOR AND EQUIPMENT (2)Two Additional Days @ $2„500.00/Day $ 5,000 00 $7,696.40 OVERHEAD @ 15% ,P�1,154.46 $ 8,850.86 PROFIT@ 10% $ 885.09 $9,735.95 BOND @ 1.5% $_ 146.04 INCREASE $9,881.99 NO-N-IJ_N I7 PRICE CfaANGF -(DEI ETIQN$1 MATERIALS Delete 4500 L.P. - Purple Paint Stripe (2)Two Gallons @ $25.00/Gallon x Tax ($ 50.00) LABOR AND EQUIPMENT Delete (1) One Day @ $2,500.00/Day ($2,500.001 ($2,550.00) OVERHEAD @ 15% 1$ 382.501 ($2,932.50) PROFIT @ 10% 1$_„ 203.251 ($3,225.75) BOND @ 1.5% ($-, _48.3, DECREASE ($37274.14) TOTAL NET ADDITION $6,607.85 P.C). BOX 1998 • COCOA, I'LORIDA • 32923-1998 PHONE: (321) 632-8810 • VAX: (321) 632-8065 OCT-11-00 WED 12: 16 PM MAXWELL CONTRACTING, INC. FAX NO. 321 632 8065 P. 02 Mr. David A. Whoeler. P.E. CITY OF OCOEE June 8, 2000 Page 2 Please issue Maxwell Contracting, Inc, a contract change order in the amount of $6,607.85, as well as a (1) one calendar clay time extension,to perform the work detailed above at your earliest convenience. Sincerely, MAXWELLCONTRACTING, INC. BiCan L. Maxwell President BLM/rlm Ocoee CITY OF OCOEE REQUEST FOR PROPOSAL �' Op no EngineeringNtilities FOR PROPOSED CHANGE 150 North Lakeshore Drive (407)656-2322 ext. 142 (RFP) "` coo Ocoee, Florida 34761-2258 (407)656-7835 -fax NO. 001 PROJECT DATA NAME: Ocoee/Winter Garden Rreuse Interconnect Water Main PROJECT NO: LOCATION: Winter Garden Flow Meter Station DATE: June 1 2000 OTHER: REFERENCE: TO(CONTRACTOR): Maxwell Contracting 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: Construct the flow monitoring station cn the Winter Garden effluent disposal site to look like the flow monitornq station on the Ocoee effluent disposal site. More specifically,delete the block walls.gate.barb wire,and reduce the concrete slab to mirror the Ocoee slab. Change Order Type: 0 Deletion 0 Addition 0 Revision 9 Other:( Constraints of Change: Per the recommendation of City of Winter Garden Initiated by: 0 Changes in Owner Requirements 0 Unforeseen Conditions 0 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. See sheet M-1 and M-2 in plans 6. O OWNER: David Wheeler,City of Ocoee 0 CONTRACTOR: Bryan Maxwell,Maxwell Contracting Inc. 0 ENGINEER: Art Austin,PEC,Inc. 0 FIELD: Frank Bruce City of Ocoee O CONSTRUCTION ADMINISTRATOR: O OTHER: Charlie Tinch,City of Winter Garden 0 SUBCONSULTANT: 00847-t a, ° ING INFORMATION'. ,sthod of Pricing: A. Established Contract Unit Price(s) B. Negotiated Unit Price(s)(Including Overhead and Profit) t) Negotiated Lump Sum(Including Overhead and Profit) D. 0 Adual Cost of Work plus Fixed Percent for Overhead and Profit E. ® A combination of A.B,C,D DESCRIPTION Of WORK ® By General Contractor d By Subcontractor r i.: 7TEMOF+WGRK '* , <. tfAN,ITT ;�Rk1GE s TbTAj, Proof Gov AsIMkWcavn 4r r FS �,4*r. Attach additional pages If necessary. NET TOTAL COST OF THIS CHANGE PROPOSAL $ EXTENSION OF CONTRACT TIME: As part of this Change Proposal the Contractor requests an extension of the contact time In the amount of additional days. Provide thorough documentation in support of the request for additional time: A requ*ement or this Change Proposal will be to provide record drawing information for all of the affected items of work ACCEPTANCE BY CONTRACTOR: Comments: Signature: Date: RECOMMENDATION BY ENGINEER/CONSTRUCTION ADMINISTRATOR: Canine ts: Signature of Engineer/Construction Administrator. Dale: ACCEPTANCE BY OWNER: Converts: Signature: Date: 00847-2 MAXWELL CONTRACTING , INC . August 31, 2000 SEP - 5 2000 Mr. David A. Wheeler, RE. ' . CITY OF OCOEE Utilities/Engineering 150 North Lakeshore Drive Ocoee, Florida 34761-2258 Reference: OCOEE/WINTER GARDEN REUSE INTERCONNECT WATER MAIN Dear Mr. Wheeler: As requested please find below and attached a cost proposal deduct for RFP#001 for your files on the above referenced project. CONSTRUCT WINTER GARDEN FLOW STATION SIMILAR TO THE OCOEE FLOW STATION (PIPING REMAINS 20"AT WINTER GARDEN FLOW STATION) Materials: Concrete— Flowable Fill (1) CY @ $64.00/CY x 1.06 Tax ($ 67.84) Concrete— (9) CY© $60.00/CY x 1.06 Tax ($ 572.40) Rebar—200 lbs. @ $0.295/Ibs. x 1.06 Tax ($ 62.54) Block—891 Block© $0.85/Block x 1.06 Tax ($ 802.79) Durowall—480 L.F. @ $0.08127/L.F. x 1.06 Tax ($ 41.35) Sand—(1)Ton @ $19.00/ton x 1.06 Tax ($ 20.14) Mortar Mix—(10) Bags© $7.80/Bag x 1.06 Tax ($ 82.68) Subcontract: 891 Block @ $1.50/Block ($1,336.50) 265 S.F. Concrete© $1.00/S.F. ($ 265.00) Gate and Barb Wire ($ 790.00) TOTAL DEDUCT ($4,041.24) Please issue Maxwell Contracting, Inc. a contract decrease in the amount of $4,041.24 at your earliest convenience. Sincerely, MAXWELL C•, . TING, INC. Bryan Pr:A BLM/rlm Enclosure(s) P.O. BOX 1998 • COCOA, FLORIDA • 32923-1998 PHONE: (321) 632-8810 • FAX: (321) 632-8065 019/31/00 10:33 CSR RI MCFR LOCKIfRRT T 13216328065 NJ.299 P01 CSR CSR Rinker Inquiry 0010142309 I Revision no. 4 Valid from: 08/29/2000 Sales Office: Orland(' District Valid to: 12/31/2000 SaleSEmployee: IIAN;1. PEARSON DanP4'non Terms of Sale: 1% 15th pros. net 16tb 1b98 Sit 436 Suite 200 Delivery Terms: Delivered by CSR (Sssd , FL 32707 Customer Job x: 407293 311 407293 41 (fax) Prepared for: 0003019562 Ship To: 0003095621 MAXWELL CONTRACTING INC MAXWELL CONTRACTING Om PO Box 1998 °Cone PUMP ST-PAVE Im.LS/SLVR STAR COCOA, FL 32933-1998 OCOEE FL 36761 I, USA USA Rill To: 0003019562 MAXWELL COMRACTTNO INC PO Box 1998 COCOA, FL 32933-1998 USA Item QTV Material Description Price PRr UOM Total 10 1.000 YO3 102e0e2 3000 REG 60.00 1 YD3 60.00 20 1.000 YC3 1035076 PLOWABLE PILL 64.00 1 ml fe.00 60 1.000 LIT 1014200 RBRAR,65,ORAU£ 60 19.50 100 LB .2.9C +r4r 50 1.000 PT 1164129 RBBAR,65,GRAD£ 60,PAa 36.75 100 LB 0.36 60 1 PC 1028678 8016,REOULAR,EXPO3ED,011 0.85 1 PC 0.85 70 1.000 BAG 1019252 RINKER GRAY MASONRY CEMENT 70 LB. B 7.50 1 BAG 7.50 80 1-000 RAG 1019163 AMER HIOH STRENGTH MASONRY CEMENT ! 7.80 1 RAG 7.80 SE 1.000 YDS 1000041 CONCRETE SAND 19.00 1 TON ' 25.33 100 1.000 BIN, 1010245 8' LADDER TYPE GAIN RAMIE 81.27 1,0o0 PT 40.64 110 1.000 ROL 1001360 MALRBIR,KOR,6',GALV,TR 109.33 1,000 FT 54.67 Inquiry Total 261.48 • Applicable sale taxes are DM ioduded • • • • ' I Ewn4 by: DPEARSON j Doonne mee: 0429r2000 1 / 1 RUG-23-00 WED 11 :26 PM EAST COAST FENCE 2 GUARD 40T1504 3777 P. 03 COAST FENCE & GUARD. RA I. INC. Cocon.t132927 lt ,pat(40�;o;;;b EAST CO (1 8 —a3'WI SOURCE A� wilt._ Cav1 AZDATE ��— PROPOSAL g)LLINU ADDRESS UNtP S7A 'O•• JOB ADDRESS SS �— - GJ (NT1B S.AkiDet- FAX - PAGER e PHONE A(H)__--- (W) __ ti ,. .�\•a �. : 0�\��s� ����w •� SY F)Pk��UtQt a ` Gp0V SO" va • * fl' 1 to / II)tTA '.- t- •, :be! _ (4 LC c6 OATS ISAACti WI )Q� . •' 1. 0 iNSTA1 p. W. k. s 7 .d 4s Con3 pl.G7C Vt:Pe 0 a . BASS . . rS OPTIONS � __... • r TA% OM DERwT / SS - TOTAL►RIC[ 1Qn - .. ;.. SIIIIIISSIIII1. _ PROPERTY OWNER'S ACCEPTANCE OP M �catbne and conditions ua hereby accepted,You are authorized to d4 the work.p.'tsd.PAV ,�+.i wll W (; The above y ad eDeoM' A made ea oWYred above' S titun "-... • �w���cp Wte ,. MtY!rini cams Rea. 'A-I • .. .. 1 Ocoee CITY OF OCOEE REQUEST FOR PROPOSAL O° a Engineering/Utilities FOR PROPOSED CHANGE a a 150 North Lakeshore Drive (407) 656-2322 ext. 142 (RFP) 3 0r 40,,a a Ocoee, Florida 34761-2258 (407) 656-7835-fax NO. _rOZ PROJECT DATA: - /� n NAME: OGOGL/l✓/nl(r GO.p/en try,0-G%141 ttd /_/G/ccI PROJECT NO: LOCATION: I✓/n Yet, & DIN rib_ /n6 t den::IG✓ 17'c Y c9 DATE: S/Z S/00 OTHER: _. REFERENCE'. TO(CONTRACTOR): /11a XNG Ii I.pn itt*c-1 n9/ in G' Please provide the undersigned a proposal for the following change In the work within seven(7)calendar days after receipt of this request. The wfalen 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: /h0✓e. We, s-to-6D .`I D -Act{ r (,I a AO s/.t .So Fr tee" D �6 r r /cnc Or.D ,y�D 2D o� v o/ e r /rrc I t /0 / F/...-1 J4 - Ftntt con vat $e1.•/4 p/.., 4 sr J,ne.• Change Order Type:a Deletion ©Addition a Revision a Other:( ) Constraints of Charge: aD„. .n5 fel u.ar. /r1 Gott or OCOGG Misted by: @Changes in Owner Requirements Iq Unforeseen Conditions as Others:( ) Proposal must be received by: ATTACHMENTS(Listing of attached documents that support description): 1. Contractor Request for Information No. 4- 2. iap Revisions: 3. P1 11 rill /r ra,J/n5 6. t :/✓DWNERC✓id 1.4,DD/.f/ racy of OrDee. gCONTRCACTO/R 41X Sn /'D41✓&I/ ientilweian ENGINEER:At} Iles t•%^, AFC Cya FIELD / 4/ems /J IUC •y 8 CONSTRUCTION ADMINISTRATOR: D OTHER: a SUBCONSULTANT: Date Received From Contractor: Date Returned to Contractor With Comments: Date Returned to City: 00847-1 PRICING INFORMATION. Method of Pricing: A. ) Established Contract Unit Pdce(s) B. @ Negotiated Unit Price(s)(Including Overhead and Prom) O@ Negotiated Lump Sum(Including Overhead and Profit) D. 8 Actual Cost of Work plus Fixed Percent for Otlr.m.ed and Profit E. A combination of A,B,C,D DESCRIPTION OF WORK r3 By General Contractor a By Subcontractor r x.. .7THM OF WORK• OUkNTfTY PRICE TOTk{•', e Pro lima h-o% or E&7 :vtatc. Attach additional pages If necessary. NET TOTAL COST OF THIS CHANGE PROPOSAL EXTENSION OF CONTRACT TIME: As part of this Change Proposal the Contractor requests an extension of the contract bore 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 ACCEPTANCE BY CONTRACTOR: Carranenls: Signature: Date: RECOMMENDATION BY ENGINEER/CONSTRUCTION ADMINISTRATOR: Comments: Signature of Engineer/Construction Administrator: Date: ACCEPTANCE BY OWNER: Comments Signature: Date: 00847-2 w � � 3 () kv iol All ilk c Ae in 21 XL F.1 WA 50 it IX 3je MSTALL-- Ww-' ST � FLOW /`[1KJT�J[l| `~� * ' ^-~ ' ' CONTROL ' ' `~ ^ c�T�T|(�kJ ' . ^' ' '` '^^' ` i �rl -= -- --_- . `- � -- -' OCT- 10-00 TUE 11:52 AM MAXWELL CONTRACTING, I NG. FAX NO. 321 632 B065 P. 01 CONTRACTING , INC . VIA FACSIMILE (407) 656-7635 September 14, 2000 Mr_ David A Wheeler. RE. CITY OF OCOFE Utilities/ Engineering 150 Nonh Lakeshore Drive Ocoee, Florida 34761-2258 Reference: OCOFIE/WINTER GARDEN REUSE INTERCONNECT WATER MAIN Dear Mr. Wheeler. The City of Winter Garden has located the existing 20" reuse water main and it is 1. 10 feet west of the fence line along Highway 437 in lieu of 1 10 feet east of the fence as shown on the plans for the above referenced project. Please Unit our cost proposal for this changed condition, as well as adding new F x F spool pieces at both pump stations per our discussions with your office and the flow meter manufacturer below for your immediate review and approval. NON-UNIT PRlCE CHANGE Add 40L.F. -20'U.LP. @ $290U/L.F. x Tax $ 1,24120 Add (2) Each-.20" Pell Restrainers Q 5380.00/Each x Tax $ 813.20 Add (4) Four Each 161 Uninange Adapters (cd, $195.00/Each x Tax $ 834.60 Add (20) L.E'16" D.l.P_ (tQ $17.00/LF x Tax (Full joint used to cut up spool pieces) $ 363.80 LABOR AND EQUIPMENT 1.75 Day Cr?' 52.500.00/Day $ 4,375.00 20 L.F. Chain Link Fence Repair—(1) Lump Sum @ $500.00 $ 500.00 $ 8,127.80 OVERHEAD @ 15% $ 1,219.17 $ 9,346.97 PROFIT@ 10% $ 93470 $10,281.67 BOND @ 1.5% $ 154.23 NET INCREASE $10,435.90 The additional labor casts include installing additional pipe and necessary maintenance of traffic along County Road 437. Please Gismo Maxwell Contracting, Inc. a contract change order in the amount of $10435.90, as well as a (14) fourteen calendar day time extension (time to acquire additional materials), to perform this work at your earliest convenience, Sincerely, MA/WELL CONTRACTING, INC. (-"), =A.t ;/ BLOW L. Maxwell President BLM/rIm Y.O. I)OX 1998 • COCOA, FLORIDA • 32923-1 99 8 PIIONIL: (321) 632-8810 • FAX: (321 ) 632-8065