Loading...
HomeMy WebLinkAboutIII(B) Approval And Authorization For The Mayor And City Clerk To Execute Change Order No. 2 With General Constructors, Inc For The Vehicle & Material Storage Building Item III B "CENTER OF GOOD LIVING-PRIDE OF WEST ORANGE" MAYOR•COMMISSIONER Ocoee S. SCOTT VANDERGRIFT °� CITY OF OCOEE COMMISSIONERS �Jcydil.:6DANNY HOWELL "'' a: 150 N.LAKESHORE DRIVE SCOTT ANDERSON ).4...4, ___4/4�n OCOEE,FLORIDA 34761-2258 RUSTY JOHNSON n+"y ?� (407)905-3100 NANCY J.PARKER Of GOO' CITY MANAGER JIM GLEASON MEMORANDUM DATE: December 11, 2001 TO: The Honorable Mayor and Board of City Commissioners FROM: David Wheeler, P.E. af_4/7,.,/ Assistant City Engineer/Utilities Director SUBJECT: Vehicle and Material Storage Building Change Order Request No. 2 Attached for your review is Change Order Request No. 2 on the Vehicle and Material Storage Building Project with GCl/General Constructors, Inc. This is the final change order on this project. The Vehicle and Material Storage Building (V&MS Building) was being constructed on the. Wastewater Treatment Plant site between the Operations Building and the Sludge Press Building. The V&MS Building is an approximately 7500 square foot pre-engineered metal building which is divided into four rooms (vehicle storage/garage, material storage, and two small rooms for the wastewater plant parts and lift station parts). This change order request was initiated by City Staff to include some small items that were needed to provide a better facility and to administratively complete the project. PROJECT ADDITIONS: There are seven items in this change order. Two of the changes resulted in a reduction to the contract price and the other five resulted in an increase to the contract price. The net result is a decrease in'the contract price. They are described as follows: Item 1 - Change Door Hardware from Standard to Heavy Duty Sets and Add Lock Cylinders, Thresholds, and Weather Stripping: The original design included standard duty hardware for the all doors and staff felt that heavy duty would be better suited for the application. Although standard duty hardware would hold up, staff realized that for the cost, the upgrade was warranted. The building is included in a secure "locked" site; however, the addition of lock sets for all doors now appears to be warranted as an additional precaution. The descriptions of Protect.Oceee'$VWatdr nesaurc s: . the threshold and weather stripping were not included in the original design documents and required inclusion for complete door construction. The cost to include all of these items was $1,396.49, with no adjustment in contract time. Item 2 - Add Welded Wire Fabric in Concrete Valley Gutter: Item No. 10 in change order #1 included the addition of the concrete valley gutter on the west side of the building. Staff and the contractor worked together to detail the work required to add the valley gutter. The omission of the welded wire fabric for reinforcement of the concrete was not discovered until the actual work was being laid out. Inclusion of the welded wire fabric was added by staff, at that time, because of the width of concrete. The cost to include the welded wire fabric was $1,200.00, with no adjustment in contract time. Item 3 - Additional Fence to Finish Project: The additional fencing was required to match to the fencing included under the Reuse Pumping and Storage Facilities. Because of timing the two projects would not allow installation of fencing at the same time, and a gap of approximately 56 linear feet was left in the fencing with the last contractor on site to "fill in the gap" in the fencing. The cost to install the additional fencing was $1,121.70, with no adjustment in contract time. Item 4 - Repair Broken Electrical Conduit and Light Pole Base: Before any of the construction for this project or the Reuse project started, one of the light pole bases had been damaged from normal operations and a portion of the buried electrical conduit had also been broken. Staff requested that GCI's electrical subcontractor who was supplying additional lights and performing other site electrical work provide a price to fix the two other problems. Upon review, staff realized that the cost to add the work into GCI's contract was less than any quotes the department had received to perform the repairs by themselves. The cost to perform this additional work was $409.01, with no adjustment in contract time. Item 5 - Credit for Unused Permit Allowance: Without knowing the contractors bid, it was impossible to accurately calculate the Building Permit cost. Staff used a conservative estimate of 2% of the engineer's estimate and rounded down to $15,000. The actual incurred permit costs were $5,459.47. The cost savings to the City for this credit is $9,540.53. Item 6 - Investigation of Cracked Floor in Material Storage Room: PowT Protect W terRe nurc s Shortly after assuming occupancy of the building, the floor in the southwest corner of the material storage room of the building heaved and cracked. This occurred during the warranty period for the project, so the City requested that GCI look into the problem. The investigation determined that the heave and cracking was probably caused by a broken pressurized pipeline of some sorts. The City performed some additional investigations and determined that the heave and cracking was caused by an irrigation line that should have been disconnected, by the City, from the system when the building was constructed on top of the area of influence. Therefore, the GCI was not at fault and should be reimbursed for its expense. The cost of the investigation was $1,000, and did not have an affect on the completion date. Item 7 - Reduction in Contract for Liquidated Damages: GCI overran the construction deadline as spelled out in the contract documents. Therefore the City is assessing liquidated damages to cover costs associated with the overrun of the construction deadline. According to the contract documents the City could have claimed an amount equal to the actual costs or damages incurred. Those cost were determined to include additional engineering expenses from WCG, Inc. required to review delay claims and time overruns, addition of three months rental for portable storage containers to store material because of the overrun, and unrealized savings on contract inspections with Mr. Phil Harlow. The cost of these three items was determined to be approximately $15,000. In negotiations with GCI, and with Foley & Lardner's approval, the City offered to reduce the costs to $7,500, because it was apparent that GCI felt that liquidated damages were not reasonable. To prepare for court each side would spend more than the liquidated damages amount; both sides accepted the compromised position. As is apparent with the date of the change order and the date of GCI's signature, this item has taken a significant amount of time to negotiate. The reduction in contract price is $7,500.00. The attachment is a copy of Change Order No. 2. This is the final change order for this project. The original construction contract cost was $565,403.00. Change Order No. 1 increased the contract cost to $575,425.45. This change order decreases the contract amount by $11,913.33, to a final contract amount of $563,512.12. The cost for this change order will be paid for under the 1997 Utility Bond Issue. This is an overall decrease of 0.33% of the original construction cost. Staff also would like to point out the modification to section VI "Acknowledgements" of the change order made by GCI and agreed to by Foley & Lardner and Staff. These changes make the release reciprocal between GCI and the City. Copy of the letter from Foley and Lardner is also attached. I recommend that the City Commission approve Change Order No. 2, with the modifications noted, with GCl/General Constructors, Inc. by decreasing the contract wOW: re` Prottect°Gabe`s Water:Peseiirses amount by $11,913.33, with no increase in contract time, and authorize the Mayor and City Clerk to execute Change Order No. 2. Attachment 1) Change Order No. 2 2) letter from Foley & Lardner ProtectdcEee'sViNteriespurc s CHCAGOS FOLEY : LARDNER DENVER DETROIT ATTORNEY S A T L A W JACKSONVILLE LOS ANGELES MADISON MILWAUKEE ORLANDO SACRAMENTO SAN DIEGO/DEL MAR SAN FRANCISCO TALLAHASSEE TAMPA WASHINGTON,D.C.WEST PALM BEACH DEC l/ December 4, 2001i David Wheeler, P.E. Engineering/Utilities Department City of Ocoee 150 North Lakeshore Drive Ocoee,Florida 34761-2258 Re: Change Order No. 2 Vehicle and Material Storage Building Dear David: I am enclosing the executed Change Order No. 2 on the Vehicle and Material Storage Building which has been executed by General Constructors, Inc. ("GCI"). As we discussed, GCI made some changes to the release language in the change order to make the release reciprocal. I have no problem with the content,but I believe the changes need to be noted to the City Commission before the change order is executed by the City. Please contact me if you have any questions. V truly yours, ohn P. Horan 4. ..7 L (Signed in Mr.Horan's absence to avoid delay in mailing) JPHO/bp Enclosures FOLEY&LARDNER WRITER'S DIRECT LINE CLIENT/MATTER NUMBER 111 NORTH ORANGE AVENUE,SUITE 1800 407.244.3265 020377-0474 ORLANDO,FLORIDA 32801--2386 II P.0.BOX 2193 EMAIL ADDRESS ORLANDO,FLORIDA 32802-2193 jhoran@foleylaw.com 006.240376.1 TEL:407.423.7656 FAX:407.648.1743 WWW.FOLEYLARDNER.COM Ocoee CITY OF OCOEE Engineering/Utilities j` $ 150 North Lakeshore Drive 'y* `>,•�" Ocoee, Florida 34761-2258 of�000 CHANGE ORDER NO. #2 CITY OF OCOEE Vehicle and Material Storage Building PROJECT NO. DATE: August 21,2001 CONTRACTOR:General Constructors,Inc. AGREEMENT DATE:November 16, 1999 The following changes are hereby made to the CONTRACT DOCUMENTS. Original CONTRACT PRICE $565,403.00 Current CONTRACT PRICE ADJUSTED by previous CHANGE ORDER $575,425.45 Net Decrease Resulting from this CHANGE ORDER ($ 11,913.33 The current CONTRACT PRICE including this CHANGE ORDER = $563,512.12 - ORIGINAL CONTRACT TIME: 270 Consecutive Calendar Days from Notice to Proceed - -Date: September 28,2000 Current CONTRACT TIME adjusted by previous CHANGE ORDERS --Date: September 28,2000 Net Increase Resulting from this CHANGE ORDER - Days: . - 0 Days Current CONTRACT TIME Including this CHANGE ORDER Date: September 28,2000 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 2-A: (Change Proposal#14) Changed door hardware and hinges from standard sets to heavy duty sets and added cylinder,threshold,and weather stripping to door sets. - Item 2-B: (Change Proposal#15) Install welded wire fabric in concrete valley gutter. Item 2-C: (Change Proposal#16) Additional fence to match existing fence. Item 2-D: (Change Proposal#15) Repair broken electrical conduit and light pole base. Item 2-E: Reduction of permit fees to actual costs incurred. Item 2-F: Investigation of cracked floor in the material storage room. Item 2-G: Reduction of contract amount for liquidated damages. III. JUSTIFICATION Item 2-A: The original design included standard hardware and hinge sets. Upon discussion and review of the standard sets staff decided to upgrade to the heavy duty sets. The original design did not include lock sets for the doors; the building is in a secure site. However, staff decided to install the lock sets as an additional precaution. The threshold and weather stripping was not included in the original design and was added. Item 2-B: Item no. 10 under change order#1 included the installation of a concrete valley gutter on the west side of the building. When staff and the contractor were detailing the additional work,the inclusion of welded wire fabric -was not part of the design. Upon starting the work it determined.that welded wire fabric was:required. Item 2-C: The additional fence was required because of the overlap of work areas"between this project and the -- construction construction of the Reuse Pumping and Storage Facilities.. Staff decided to have the last contractofto finish to pick up the additional fence from the temporary/permanent fence overlap. Item 2-D: Before this project started construction, there were problems with one of the existing light poles being damaged and with a broken conduit to another pole. During construction staff decided to have GCI fix the problems since they were required to relocate some poles and install additional conduit and wiring... - Item 2-E: The original project bid schedule had an allowance for building permits. The actual_permits_cost less_ - than the allowance;therefore the remaining money is retained by the City. . Item 2-F: Shortly after assuming occupancy of the building, the floor in-the southwest corner of the material - storage room of the building heaved and cracked. This occurred during the warranty period for the project, so the --- - City requested that GCI look into the problem The investigation determined that the heave and cracking was • probably caused by a broken pressurized pipeline of some sorts. The City performed some additional investigation and determined that the heave and cracking was caused by a irrigation line that should have been disconnected from 00842-2 the system when the building was constructed on top of the area of influence. Therefore, the GCI was not at fault and should be reimbursed for its expense. Item 2-G: GCI overran the construction deadline as spelled out in the contract documents. Therefore the City is assessing liquidated damages to cover costs associated with the overrun of the construction deadline. IV. NARRATIVE OF NEGOTIATIONS Item A: Prices were negotiated. Item B: Prices were negotiated. Item C: Prices were negotiated. Item D: Prices were negotiated. Item E: Cost based upon the actual permit cost versus the allowance in the bid schedule. Item F: Cost is based upon the outside consultant services provided plus a markup for administration by the contractor. Item G:The cost for this item is.based upon the reduction of maximum allowable liquidated damages down to actual costs incurred by the City. This cost was further reduced in an effort to complete the project without protracted negotiations. V. PAYMENT Change Order Description Net Increase Unit Unit Price Net Increase Item No. (Decrease)Quantity (Decrease)Price Item 2-A Changed door hardware and added LS 1,396.49 cylinders,thresholds,and weather stripping Item 2-B Added welded wire fabric in concrete valley LS 1,200.00 gutter Item 2-C Added additional Fence LS - - 1.121.70 Item 2-D Repair broken electrical conduit and light LS 409.01 pole Item 2-E Reduction in permit fees to actual cost LS (9,540.53) Item 2-F Investigation of cracked floor in Material LS 1,000.00 Storage Room Item 2-G Reduction in contract for liquidated damages LS (7,500.00) Total Net Decrease Change Order No. #2 ($11,913.33) VI. APPROVAL AND CHANGE AUTHORIZATION 00842-3 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 afters expressly provided herein. a Dw - •4- CONTRACTORY(acknowledge% 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 incurr d b the CONTRACTOR as a result of this Change Order. No other claim for increased costs of performancepr mo ificati bof time will be granted by the OWNER for the Work covered by this Change Order. The CONTRACTOR ►ereby waive/and release/any further claims for cost or time p Y-j66-4/ - against the Iarising from or relating to the matters or Work set forth or contemplated by this Change Ordec i RECOMMENDED BY: ACCEPTED BY: CITY OF OCOEE,FLORIDA GCIJGENERAL CONSTRUCTORS,INC. By:d"-z.'c%/ "J ' 4 By: Signature i re Date: St fi f 7 Z.c C/ Date: 11114101 Title: Ass4 C i SFy/ i e1 j ir?cad( Title: faA( APPROVED BY: `f CITY OF OCOEE,FLORIDA By: • S.Scott Vandergrift,Mayor Date 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 ,2001 UNDER ,2001. AGENDA ITEM NO. . FOLEY&LARDNER - By: City Attorney 00842-4 ITEM 2-A 00842-5 ESTIMATE FOR CHANGE ORDER GCl/GENERAL CONSTRUCTORS,INC. Contract# Contract Title: Vehicle&Material Storage Building for the City of Ocoee I Date: 9/8/00 GCI's 99-08 Change Description: As instructed in RFl#14,GCI's hardware supplier changed HW Set#1 from standard weight to heavy weight and added the cylinder,threshold and weather-stripping. C.P.No. 14 Prime Contractor's Work Revisions 1. Procurement: 4 Hours Estimator HRS.@$18.75 75.00 2. Supervision: 0 Hours HRS.@$21.25 0.00 77. 3. Labor: 4.5 hours @$25.00/hour 112.50E 4. Fringe Benefits(6%of line 1,2&3) 11.25 W 5. Material(incl.sales tax)See Attached Sheet - : 768.50 = =:74-::: 6. Rental Equipment(incl.sales tax) 0.00 '-- --J' r = 7. Operating&Minor Maint.For Owned Equipment 0.00 "�_. -- 8. Sub-Total(1 +2+3+.4+5+6+7) 967.25 9. Field General Conditions(10%of line 8)Phone/Power/Electric/Water/Toilet/Etc. 96.73 10. Liability&Compensation Ins.(23%of line 1.2,3&4)' 45.72 - iT 11. Sub-Total (8+9+ 10) 1,109.70 12. Home Office Overhead( 10%of line 11)General&Administrative Expenses 110.97 - =-`x=D ^- - 13. Equipment Ownership Expense �^__ 14. Social Security&Unemployment Ins.(9%of line 1,2,3&4) 17.89 L _ . , 15. Sub-Total(1 l+ 12+ 13+14) 1,238.56 Remarks: Sub-Contractor's Work 16. Labor: incl. �= - 17. Fringe Benefits&Burden incl. _ , 18. Material(incl.sales tax) incl. . -- b=, r 19. Rental Equipment(incl.sales tax) incl. 20. Sub-Subcontractor .. incl. ='3 21. Sub-Total(16+ 17+ 18+ 19+20) 0.00 22. Overhead &Profit Per Contract Allowance(7.5%of line 21) incl. 23. Sub-Total (21+22) 0.00 Remarks: Summary 24. Prime Contractor's Work(from line 15) 1,238.56 i-_ - r-` 25. Sub-Contractor's Work(from line 23) 0.00 r 26. Prime Contractor's Overhead on Sub-Contract Work(7.5%of line 23) 0.00 27. Sub-Total(24+25+26) - 1,238.56 28. Prime Contractor's Fee( 10%of line 27) 123.86 - 29. Sub-Total(27+28) 1,362.42 30. Prime Contract Bond Premium(2 1/2%of line 29) 34.07 ' --t 31. Total Cost (29+30) 6.4 9 Estimated Time Extension and Justification Calendar Days Additional Scope of Work - days Prime Contractors Name J(,(+,Q, -I V` rr othy J. Fierro,President l� o - �/Tim GCUGeneral Constructors,Inc. - - - - - _ Signature And Official Title Rev.02/00,TN TAYLOR,COTTON &RIDLEY,INC. 1956 BRENGLE AVENUE DATE: 06-21-00 ORLANDO,FLORIDA 32808 CHANGE ORDER 2 PHONE: (407)298-5114 TCR JOB# 000043 FAX: (407)298-5336 TO: GCI I GENERAL CONSTRUCTORS,INC. ATTN.: DANIEL J.McDONOUGH JOB NA11E: CITY OF OCOEE—VEHICLE.MATERIAL & STORAGE BUILDING Per your request,we are pleased to submit the following contract change(s): - Change HW Set 41 hinges from standard weight to heavy weight. - Hollow metal door and frame preps to allow for heavy weight hinges. - Add cylinder,threshold and weather-stripping to HW Set#1. ADD: S725.00 PLUS TAX C!D • 93 .5 • " SUBMITTED BY: / C /'M�ACCEPTED BY: Todd R. Meininger Daniel J.McDonough PROJECT MANAGER DATE: RETURN ONE EXECUTED COPY TO TCR AND RETAIN ONE COPY. WE WILL NOT BEGIN WORK ON THIS CHANGE WITHOUT RECEIVING YOUR SIGNED ACCEPTANCE. ITEM 2-B 00842-6 • ESTIMATE FOR CHANGE ORDER CCUGENERAL CONSTRUCTORS,INC. Contract# Contract Title: Vehicle&Material Storage Building for the City of Ocoee I Date: 1/19/01 GCI's 99-08 Change Description: Per Field Order#0I,Add 6.60/6.6•welded wire fabric to concrete valley gutter. C.P.No. 15 (Revision 1) Prime Contractor's Work Revisions I. Procurement: 4 Hours Estimator HRS.@$18.75 75.00 '_"4 ' z ,. 0.00 2. Supervision: 0 Hours HRS. ct $21.25 0.00 _ -..,---.=_.--.. 0.00 3. Labor: See Below Under Remarks 570.00 ,, _, 444.00 4. Fringe Benefits(6%of line 1,2&3) 38.70 '' 26.64 5. Material(incl.sales tax)See Below Under Remarks 275.60 ,,,r : F- 275.60 6. Rental Equipment(incl.sales tax) 0.00 - r r� _ -.- 0.00 7. Operating&Minor Maint..For Owned Equipment 0.00 nl.i2;i1049, 1 0.00 8. Sub-Total(1 +2+3+4+5+6+7) le, .t 959.30 746.24 9. Field General Conditions(10%of line 8)Phone/Power/Electric/Water/Toilet/Etc. 95.93 -- y V � >- 74.62 10. Liability&Compensation Ins.(23%of line 1,2,3&4) 157.26 ry' � 108.24 11. Sub-Total (8+9+ 10) 1,212.49 929.10 12. Home Office Overhead( 10%of line 11)General&Administrative Expenses 121.25 92.91 13. Equipment Ownership Expense 0.00 14. Social Security&Unemployment Ins.(9%of line 1,2,3&4) 61.54 =r.;, Y :- 42.35 15. Sub-Total(11 + 12+ 13+ 14) x is Mt 1,395.28 1,064.36 Remarks: Material Labor 6•6•/6•6•welded wire fabric(WWF)-8 Sheets @$25.00/ea. $200.00 Install WWF&Bricks-1,140 S.F.@$0.39/Sq.Ft.= $444.00 Misc.Concrete Bricks-200 @$0.30/ea. $60.00 Material Sub-Total $260.00 6%Sales Tax 15.60 Material Total $275.60 Sub-Contractor's Work 16. Labor: incl. 17. Fringe Benefits&Burden incl. .v , 5 F 18. Material(incl.sales tax) incl. 19. Rental Equipment(incl.sales tax) incl. Via:- 20. Sub-Subcontractor incl. "_= _ 21. Sub-Total(16+ 17+ 18+19+20) 0.00 22. Overhead &Profit Per Contract Allowance(7.5%of line 21) ; ' -- 23. Sub-Total (21+22) =rt0 00 Remarks: Summary 24. Prime Contractor's Work(from line 15) 1,395.28 - 1,064.36 25. Sub-Contractor's Work(from line 23) 0.00 - . 26. Prime Contractor's Overhead on Sub-Contract Work(7.5%of line 23) 0.00 -A 27. Sub-Total(24+25+26) 1,395.28 1,064.36 28. Prime Contractor's'Fee(10%of line 27) 139.53 - - 106.43 29. Sub-Total(27+28) 1,534.81 1,170.79 30. Prime Contract Bond Premium(2 1/2%of line 29) - 38.38 '- , 29.26 31. Total Cost (29+30) - - • 1,573.19 1,200.00 Estimated Time Extension and Justification Calendar Days Additional Scope of Work days Prime Contractor's Name imothy J.Fierro,President GCVGeneral Constructors,Inc. Signature And Official Title Rev.02/00,TJF ITEM 2-C 00842-7 • ESTIMATE FOR CHANGE ORDER GC /GENERAL CONSTRUCTORS,INC. Contract# Contract Title: Vehicle&Material Storage Building for the City of Ocoee I Date: 11/7/00 GCI's 99-08 Change Description: Install an additional 56 LF of permanent fence. C.P.No. 16 Prime Contractor's Work Revisions 1. Procurement: 2 Hours Estimator HRS.@$18.75 37.50 : fir;r- El 2. Supervision: 0 Hours HRS.®$21.25 0.00 ,__ =-Wf tz; 3. Labor: 0.00r zFp.wri 4. Fringe Benefits(6%of line 1,2&3) 2.25 ; 4 _T 5. Material(incl.sales tax) 'I' ti 6. Rental Equipment(incl.sales tax) 0.00 y=4 7. Operating&Minor Maint.For Owned Equipment 0.00 8. Sub Total(I +2+3+4+5+6+7) .; 39.75 9. Field General Conditions(10%of line 8)Phone/Power/Electric/Water/Toilet/Etc. 3.98 s 10. Liability&Compensation Ins.(23%of line I,2,3&4) 9.15 11. Sub-Total (8+9+ 10) ,"`.t:-n:> __ 12. Home Office Overhead( 10%of line 11)General&Administrative Expenses 5.29 ^== ' ,M 13. Equipment Ownership Expense q #a' 4 -} 14. Social Security&Unemployment Ins.(9%of line 1,2,3&4) 3.58 '' -{" 15. Sub-Total(11 + 12+ 13+14) 61.75 Remarks: • Sub-Contractor's Work 16. Labor: incl. 5,I1 t. €!. ,,i 17. Fringe Benefits&Burden incl. __ , 18. Material(incl.sales tax) figit incl. } 19. Rental Equipment(incl.sales tax) incl. sir__ 20. Sub-Subcontractor incl. _; -_ 21. Sub-Total(16+ 17+ 18+ 19+20) - --=r N '- 868.00 22. Overhead &Profit Per Contract Allowance(7.5%of line 21) r 23. Sub-Total (21+22) _ - , c 868.00 Remarks: 56 L.F.of 6 ft.high galvanized chain link fence with(3)strands of barbwire @$15.50/L.F. Summary 24. Prime Contractor's Work(from line 15) 61.75 -- .Y 25. Sub-Contractor's Work(from line 23) 868.00 =-'i ;--::. ,= C,nxr• [r_ix 26. Prime Contractor's Overhead on Sub-Contract Work(7.5%of line 23) 65.10 27. Sub-Total(24+25+26) s 994.85 28.Prime Contractor's Fee( 10%of line 27) 99.49 _ • - 29. Sub-Total(27+28) - 1,094.34 30. Prime Contract Bond Premium(2 1/2%of line 29) 27.36 31. Total Cost (29+30) 1,121.70 Estimated Time Extension and Justification Calendar Days Additional Scope of Work days. Prime Contractor's Name _7 .....-- Timothy J.Fierro,President GCl/General Constructors,Inc. Signature And Official Title Rev.02/00,TJF • ITEM 2-D 00842-8 ESTIMATE FOR CHANGE ORDER _GCl/GENERAL CONSTRUCTORS,INC. Contract# Contract Title: Vehicle&Material Storage Building for the City of Ocoee I Date: 11/8/00 GCI's 99-08 Change Description: GCI's electrician had to fix the conduit that was broken 2' away from the light pole base by others(Phone crew possibly) C.P.No. 17 Prime Contractor's Work Revisions 1. Procurement: 2 Hours Estimator HRS.@$18.75 37.50 l -> 2. Supervision: 0 Hours HRS.@$21.25 3. Labor: 0.00 t _ 4. Fringe Benefits(6%of line 1,2&3) 2.25 n =- 5. Material(incl.sales tax) 0.00 `' E-==--t--1 =__ 6. Rental Equipment(incl.sales tax) 0.00E = _=== 7. Operating&Minor Maint.For Owned Equipment 0.00 ice' 8. Sub-Total(1 +2+3+4+5+6+7) 39.75 9. Field General Conditions(10%of line 8)Phone/Power/Electric/Water/Toilet/Etc. 3.98 10. Liability&Compensation Ins.(23%of line 1,2,3&4) 9.15 11. Sub-Total (8+9+ 10) 52.88 12. Home Office Overhead( 10%of line 11)General&Administrative Expenses 5.29 13. Equipment Ownership Expense 14. Social Security&Unemployment Ins.(9%of line 1,2,3&4) 3.58 _x �__,_, 15. Sub-Total(l1+12+13+ 14) - . 61.75 Remarks: Sub-Contractor's Work 16. Labor: incl. _z "�= - 17. Fringe Benefits&Burden incl. 18. Material(incl.sales tax) incl. 19. Rental Equipment(incl.sales tax) 20. Sub-Subcontractor incl. 21. Sub-Total(16+17+18+19+20) _ f ,; ' 280.00 22. Overhead &Profit Per Contract Allowance(7.5%of line 21) incl. ,h 23. Sub-Total (21+22) ��., �� 280.00 Remarks: Summary 24. Prime Contractor's Work(from line 15) 61.75 r} 25. Sub-Contractor's Work(from line 23) 280.00 _r�atseir wrsgr_�r.-rr�y 26. Prime Contractor's Overhead on Sub-Contract Work(7.5%of line 23) __. 21.00 ;__ 27. Sub-Total(24+25+26) - - 362.75 28. Prime Contractor's Fee( 10%of line 27) . . - 36.28 29. Sub-Total(27+28) 399.03 30. Prime Contract Bond Premium(2 1/2%of line 29) 9.98 31. Total Cost (29+30) :; 409.01 Estimated Time Extension and Justification Calendar Days Additional Scope of Work days Prime Contractor's Name iA Timothy J. Fierro,President GCUGeneral Constructors,Inc. Signature And Official Title Rev.02/00,TJF 4 7 AHBER ELECTRIC. INC. * P.O. BOX 737. OCOEE, FL 34761 * (407) 656-2335 FAX 656-9375 CHANGE ORDER FORM DATE ` � 63. 1 JOB NAME °c 3e `�Lk% t.-55 CUSTOMER P.O. # ADDRESS FOREMAN I ll i r l ,L 11 ff /� C N! el:\ikemS '��\\ ifs ;t' 'O � , J i" P,lr> `i N� (3ce&K «vo C 4? u1 A- VA I c '�('o ,N 2ak A 'TctnM+ f)� 60, O.Q. o Al '; F=NAPIs§iit d cAs v,p QUANTITY MATERIAL DESCRIPTION OUR P.0.4 UNIT PRICE EXTENSION • • • • • • I -------- -• ._ _ c.a�s�.map sr • aQ G Af ... t • • • TOTAL MATERIAL • TOTAL LABOR REG OT v V J .I CLASS NAME HAS HRS RATE TOTAL EXPENDABLES '`o 1 S 35I� pet, • 3 5,of SUB TOTAL • • MARKUP - OVERHEAD z I MARKUP - PROFIT z • TOTAL-SELLING PRICE I understand the above price Is an estima e_and my signature does not constitute the final pr a fort Is revision. • Af White: - Estimating Signed 9,6 l aJ ape / Yellow - General Contractor Owner or Age . - Pink - Foreman ITEM 2-F 00842-9 ,MATE FOR CHANGE ORDER GM/GENERAL CONSTRUCTORS, INC. ,Bract# Contract Title: Vehicle&Material Storage Building for the City of Ocoee Date: jCl's 99-08 I -H� r/2.2/G Change Description: Investigation of Damaged Concrete Floor Slab-Core Testing. 4/Cff7 C.P.No. 18 0 Prime Contractor's Work Revisions I. Administration: 4 Hours HRS.@$18.75 75.00 r -_.- 1 2. Supervision: 8 Hours HRS.@$125.00 1,000.00 Y 111 ' ' 3. Project Management: 8 Hours HRS. $35.00 280.00 1 g @ 4. Fringe Benefits(6%of line 1,2&3) 81.30 5. Material(incl.sales tax) 0.00 6. Rental Equipment(incl.sales tax) 0.00 7. Operating&Minor Maint.For Owned Equipment 0.00 LL 8. Sub-Total(1+2+3+4+5+6+7) 3- = 1,436.30 9. Field General Conditions(10%of line 8)Phone/Power/Electric/Water/Toilet/Etc. 143.63 10. Liability&Compensation Ins.(23%of line 1,2,3&4) 330.35 11. Sub-Total (8+9+ 10) 1,910.28 12. Home Office Overhead( 10%of line 11)General&Administrative Expenses 191.03 ::iAMattl ; 13. Equipment Ownership Expense . - _-_th__ =f 14. Social Security&Unemployment Ins.(9%of line 1,2,3&4) 129.27 _=> 15. Sub-Total(11+ 12+ 13+ 14) 2,230.58 /R. 9 2. Remarks: Sub-Contractor's Work 16. Labor: incl. 17. Fringe Benefits&Burden incl. �- _. =n 18. Material(incl.sales tax) incl. r.T.:_; t =) 19. Rental Equipment(incl.sales tax) incl. - # L1, 20. Sub-Subcontractor incl. it-A 21. Sub-Total(16+ 17+18+ 19+20) Y 1,820.00 72 p. ca 22. Overhead &Profit Per Contract Allowance(7.5%of line 21) incl. W 23. Sub-Total (21+22) �y 1,820.00 ID. 6I Remarks: e 4 It,1-@6799. Deatrick Engineering Associates,Inc.,testing company= 720.00 40702+44. Summary 24. Prime Contractor's Work(from line 15) 2,230.58 ,,: '' //Z. 92 25. Sub-Contractor's Work(from line 23) 1,820.00 ,` �,` . 7Z O. 26. Prime Contractor's Overhead on Sub-Contract Work(7.5%of line 23) 136.50 S[/ 00 27. Sub-Total(24+25+26) _ ; „ `; "+ 4,187.08 g gg. 9 , 28. Prime Contractor's Fee( 10%of line 27) ` - _ B' g, 69 29. Sub-Total(27+28) .7. 4,605.79 JF 7 S,6 30. Prime Contract Bond Premium(2 1/2%of line 29) MOM _ z S( 3 Y 31. Total Cost (29+30) '.' � '' 4,720.94 / oc'c &o Estimated Time Extension and Justification Calendar Days Additional Scope of Work - 0 days Prime Contractor's Name Timothy J.Fierro,President GCl/GENERAL CONSTRUCTORS, INC. Signature And Official Title Rev.02/00,TJF