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