Loading...
Backup Documents 04/24/2012 Item #16A111�- A- I I yI2qI tZ EXECUTIVE SUMMARY 16 n I I Recommendation to approve Change Order #3 and to realize a net cost savings of $129,057.75 on Contract No. 10 -5342, Project 460073/60092 for "SR84 (Davis Boulevard) Radio Road to Collier Boulevard; SR/CR 951 Intersection Improvements; Collier Boulevard (SR/CR 951) North to Magnolia Pond Drive; and Collier Boulevard (CR 951) North to the Golden Gate Canal ". OBJECTIVE: The purpose of this Change Order is to remove Maintenance of Traffic (MOT) items 0102- 71 -13, 0102 -71 -23 and 0102 -74 -1, totaling $301,455.63, and replace them with a new item, 999 -102, Shoulder treatment for the alternate MOT Plan for $149,775.48. This Change Order will also add a mowing and litter disposal pay item for a total of $22,622.40. This will be paid out of roadway allowance money in the contract. Implementing this Change Order will result in a net cost savings of $129,057.75. CONSIDERATIONS: The Collier County Board of Commissioners at their June 14, 2011 meeting, approved the above referenced contract (10 -5342) for the sum of $28,220,238.93, containing $3,315,000.00 in Contingency Allowances. Astaldi Construction Corp. (Astaldi) bid the project with low profile barrier wall used as a Maintenance of Traffic (MOT) item, bid at $0.01 per Linear Feet under the assumption that an alternate MOT plan would be approved by FDOT and Collier County Transportation. This assumption was based on Astaldi's past experience on projects with FDOT and was allowable under the County's plans and specifications. Low Profile Barriers cannot be provided for a penny a foot, so Collier County Transportation initially recommended that the bid be rejected as an imbalanced bid. In response, Astaldi filed a formal protest to the County's recommendation to reject its bid. After considering the bid protest, the County ultimately decided to award the contract to Astaldi. Astaldi submitted an alternate MOT plan that reduced the use of low profile barrier and increased the use of traffic drums; which FDOT approved. In December 2011, a Zero Dollar Contract Change Notification Letter Modification # 1 was submitted. Collier County added some provisions to the MOT change that made the requested change from a unit price change to a lump sum not to exceed cost. Per Letter Modification 41 Astaldi's bid cost for line Item 102.1 MOT was $716,390.18. Astaldi's new MOT cost total "not to exceed ", and included temp low profile barrier wall was $149,775.48, which indicated a savings of $566,614.70. Also per Letter Modification 41, $22,622.40 was transferred to cover mowing and litter clean up. This amounted to a savings of $543,992.31 remaining in the original MOT item. The Collier County Clerk of Courts advised that the Letter Modification was rejected and advised that a Change Order be used instead. To address The Collier County Clerk of Courts concerns Transportation Engineering prepared Change Order ( 43). During preparation of this Change Order it became clear that the Original Letter Modification #1 had deleted funds from the wrong Item number, 102.1. This Change Order corrects the errors that were in the Letter Modification by adjusting the correct Item numbers. 16A11 Change Order #3 addresses the alternate MOT Plan and is contingent on the removal of MOT items 0102- 71 -13, 0102 -71 -23 and 0102 -71 -1 totaling $301,455.63 and replacing them with a new item, 999 -102, Shoulder treatment for the alternate MOT plan, to perform the same work for an amount, not to exceed $149,775.48, resulting in $151,680.15 in savings to the budget. The revised sum amount was` based on the anticipated cost of implementing the alternate MOT plan. A separate Pay Item for Mowing was not a part of the contract. Typically the cost of mowing the newly installed sod is included in the unit price for standard Pay Item number 107 -1. Clearing and grubbing operations typically obliterate most of the existing grass within the construction areas within the right -of -way thus a need for mowing is not required. In the interest of maintaining a clean and well kept work site in this area, which is near fast food restaurants and the 1 -75 Interchange, mowing and litter removal is now necessary. The cost of mowing and litter removal is $22,622.40 and will be paid from Roadway allowance money under new pay item 107 -2 mowing and litter removal. Notwithstanding the necessity of processing a Change Order to modify the work for this project, the result is a net cost savings to the County of $129,057.75. FISCAL IMPACT: There is a cost savings of $151,680.15 with this Change Order resulting from the alternate MOT plan. This cost savings will be put back into the project budget. The cost for the new Mowing and Litter Removal item of $22,622.40 will be paid from the roadway allowance in the project. Thus the net cost savings due to this Change Order 43 is $129,057.75. LEGAL CONSIDERATIONS: This item has been reviewed and approved by the County Attorney's Office, is legally sufficient for Board action and only requires a majority vote for approval —SRT. GROWTH MANAGEMENT IMPACT: There is no Growth Management impacts associated with this item. RECOMMENDATION: That the Board of County Commissioners approve Change Order #3 and allow the County to realize a cost savings in the amount of $151,680.15 to be deducted from the contract amount and transferred to gas tax or impact fees budget. As well as allow the payment for Mowing and Litter Removal item in the amount of $22,622.40 from roadway allowance realizing a net cost savings of $129,057.75. Prepared By: Kevin H. Dugan, Project Manager, Transportation Engineering Attachments: Change Order # 3 ITEM NO.:�,�j)C>IV�AAJ FILE NO.: �\ .�>Q—L • 0r1 LA o ROUTED TO: Date: April 25, 2012 To: Scott Teach Deputy County Attorney From: Nicole Parker Procurement Strategist 0�.ng1 T e �rrT Purchasing Depa 3 1ZTA riaj J34 raW, 23 Naples, lorlgq � 0: Telephone: (239) 252 -4270 FAX: (239) 252 -6549 Email: nicoleparker @colliergov.net www.colliergov.net DATE RECEIVED: DO NOT WRITE ABOVE THIS LINE Request for Legal Services Re: Change Order #3 for Contract #10 -5342 SR 84 from Radio Road to CR951 to Main Golden Gate Canal Contractor: Astaldi Construction Corporation BACKGROUND OF REQUEST: 16Ai1 This change order was approved by the BCC on April 24, 2012; agenda item 16A11- This item has not been previously submitted. ACTION REQUESTED: Change Order approval. qlso ia 19 VY C �1 O OTHER COMMENTS: 5it'l Please forward to BCC for signature after approval. If there are any questions concerning the docu please contact me at the telephone number or email address above. Purchasing would appreciate notification when the documents exit your office. G/ Acquisitions/ AgentFormsandLetters /RiskMgmtReviewofl nsurance4 /15/2010/16/09 16A11 MEMORANDUM Date: May 4, 2012 To: Nicole Parker, Purchasing Technician Purchasing Department From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: Change Order #3: SR84 from Radio Road to CR951 to Main Golden Gate Canal (Contract #10 -5342) Contractor: Astaldi Construction Corporation Attached is a copy of the document referenced above, (Item #16A11) approved by the Board of County Commissioners on April 24, 2012. The original will be held on file in the Minutes and Record's Department for the Board's Official Record. If you have any questions, please contact me at 252 -8406. Thank you. Attachment CHANGE ORDER NO. 03 TO: Mr. Fabrizio De Rossi Astaldi Construction Corporation 8220 State Road 84, Suite 300 Davie, Florida 33324 DATE: April 10, 2012 CHANGE ORDER CONTRACT NO. 10 -5342 BCC Date: 6, - I q -I Agenda Item: l r, PROJECT NAME:: SR 84 from Radio Road to CR951 to Main Golden Gate Canal PROJECT NO.: 60073 & 60092 Under our AGREEMENT dated April 10, 2012 16A11 You hereby are authorized and directed to make the following change(s) in accordance with terms and conditions of the Agreement: See Exhibit A FOR THE (Deductive) Sum of: $151,680.15; One hundred fifty -one thousand six hundred eighty dollars and fifteen cents. Original Agreement Amount Sum of Previous Changes This Change Order deduct Present Agreement Amount $28,220,238.93 $(28,346.48) $(151,680.15) $28,040,212.30 The time for completion shall be increased by Nine (9) calendar days due to Holiday's & weather days granted. Accordingly, the Contract Time is now 837 calendar days. The substantial completion date is November 11, 2013 and the final completion date is January 11, 2014. Your acceptance of this Change Order shall constitute a modification to our Agreement and will be performed subject to all the same terms and conditions as contained in our Agreement indicated above, as fully as if the same were repeated in this acceptance. The adjustment, if any, to the Agreement shall constitute a full and final settlement of any and all claims of the Contractor arising out of or related to the change set forth herein, including cla' s for impac a d delay costs. Prepared by: Date: L At C ? Kevin Dugan, of t Manager Transportation IEngineering Approved By: �.� Date: Steve Ritter, Manager- Road Construction Collier County Accepted by: Approved by Approved by Fe W/ / �//' " r. Fabrizio De Rossi, Astaldi Construction Vice President, CEO Approved by: Date: 4-101J 1� A 11 Date: 4112— 2,el/ 2 Date: y- 17.-1Z Adrpinistra r Gr w th Management Division Date: y 2 Rhonda Cummings, P curement Strategist cc: Lisa Taylor, Management / Budget Analyst Connie Murray, Clerks Finance Division ATTEST: DWI R - Clerk - tits 7 P COMMISSIONERS dip" (PL. Uw . -Wula y FLORIDA r , s W . By: Fred W. Coyle, Chai Date: Kam. L or 2a Z row or Sufficiency: County A t rney E Contract Change Request Purchasil h AIt �p Change Modification Form ❑ Work Order Modification Contract #: 10- Change #: 3 PO/Work Order #: Project Name: Construction for SR 84 & 5342 Cumulative Changes ($180,026.63 )] -0.54% Change from Current Amount 4500128555 CR 951 Project #: Project Manager: Kevin Department: Transportation Contractor /Firm Name: Astaldi 60073160092 Dugan Engineering Construction Corp. Original Contract/Work Order Amount $ 28,220,238.93 6/14/2011 10 C Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 28,191,892.45 4/10/12 16 -E -2 Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 28,191,892.45 1/11/2012 SAP Contract Expiration Date (Master) Dollar Amount of this Change $151,680.15 -0.64% Total Change from Original Amount Revised Contract/Work Order Total $28,040,212.30 -0.54% Change from Current BCC Approved Amount Cumulative Changes ($180,026.63 )] -0.54% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Original completion date: Last approved completion date: Revised completion date: December 26, 2013 January 2, 2014 January 11, 2014 Number of days added : 9 Explain why additional days are needed (detailed /specific): Weather and Holidays ® Add new task(s) ❑ Change task(s) ® Delete task(s) ® Other (specify): 1. Provide a detailed and specific explanation of the requested change(s) to the task(s): Add Mowing and Litter pick -up to the Contract. Removal of barrier wall items to be replaced with new shoulder treatment items to the Contract per approved revised Maintenance of Traffic plan. Delete item numbers 102- 71 -13, Barrier Wall, temp, F &i, low profile, concrete, 102- 71 -23, Barrier wall, temp, relocate low profile concrete and 102 -74 -1, Barricades temp Types I, II D1, VP & Drums and add Item 999 -102, Shoulder treatment for alternate MOT plan. 2. Provide detailed rationale for the requested change: The contractor proposed and alternative Maintenance of Traffic plan; Mowing and Litter Removal were not on the original bid. 3. Provide explanation why change was not anticipated in original scope of work: Alternate MOT plans are acceptable per FDOT specification 102 -4 (alternative traffic control plan). The Mowing and Litter pick -up specification was created after the project was to bid. 4. Describe the impact if this change is not processed: There is little or no change to MOT and the job site will be kept in a neat and clean condition. All the shoulder treatment criteria will be met. Mowing & litter removal - If this change order is not approved there will be no means to make payment to the contractor for mowing & litter removal. All existing sodded areas therefore will not be maintained. Type of Change / Modification ❑ 1. Planned / Elective ❑ 2. Unforeseen conditions /circumstance I ® 3. Quantity or price adjustment ❑ 4. Correction of errors ❑ 5. Value added I ❑ 6. Schedule adjustment Change Requested By ® Contractor /Consultant ❑ Owner ❑ Using Department ❑ Design Professional ❑ Regulatory Agency (specify): ❑ Other (specify): Purchasing Professional Participated in Negotiation of Change / Modification: ❑ Yes ® No /1 Approved by: i' r Date: 4 Name and Title: Reviewed by: V Date: Procurement Strategist's Name: t/ Revised: 3/26112 16A11 4 Construction of Davis Blvd from West of Radio to Collier Blvd & Collier Blvd from Golden Gate Canal to Davis Blvd Aaa — L.---. A Change Order #03 Description Extra Work —Various Disciplines Segment A "SR -84" Category I Roadway • Contractor Proposed Maintenance of Traffic Plan Change • Addition of Mowing & Litter Removal Pay Item Segment B "SR -951" Category I Roadway • Contractor Proposed Maintenance of Traffic Plan Change • Addition of Mowing & Litter Removal Pay Item Segment C "CR -951" Category I Roadway • Contractor Proposed Maintenance of Traffic Plan Change • Addition of Mowing & Litter Removal Pay Item Segment D "Abercia" Category I Roadway • Addition of Mowing & Litter Removal Pay Item 1 16 All' " Delete From Existing Pay Items Segment A "SR -84" Category I Roadway 102 -71 -13 Barrier Wall, temp, F &I, Low Profile, Concrete • Original Quantity: 4735 LF @ $ 0.01 per LF = ( -) $47.35 • Revised Quantity: 0 LF • Reduce existing pay item 102 -71 -13 = -( $47.35) =(- )$47.35 102 -71 -23 Barrier Wall, temp, Relocate, Low Profile, Concrete • Original Quantity: 9529 LF @ $5.98 per LF = ( -) $56,983.42 • Revised Quantity: 0 LF • Reduce existing pay item 102 -71 -23 = ( $56,983.42) _( -) $56,983.42 102 -74 -1 Barricades, temp, Types I,II,DI,VP &DRUM • Original Quantity: 146,431 ED @ $0.11 per ED = ( -) $16,107.41 • Revised Quantity: 0 ED • Reduce existing pay item 102 -14 -1= -( $16,107.41) _( -) $16,107.41 Segment B "SR -951" Category I Roadway 102 -71 -13 Barrier Wall, temp, F &I, Low Profile, Concrete • Original Quantity: 19,207 LF @ $ 0.01 per LF= ( -) $192.07 • Revised Quantity: 0 LF • Reduce existing pay item 102 -71 -13 = -( $192.07) _( -) $192.07 102 -71 -23 Barrier Wall, temp, Relocate, Low Profile, Concrete • Original Quantity: 19,207 LF @ $5.98 per LF= ( -) $114,587.86 • Revised Quantity: 0 LF • Reduce existing pay item 102 -71 -23 =- ($114,857.86) _( -) $114,857.86 102 -74 -1 Barricades, temp, Types I,II,DI,VP &DRUM • Original Quantity: 666,444 ED @ $0.11 per ED = ( -) $73,308.84 • Revised Quantity: 0 ED • Reduce existing pay item 102 -74 -1= - ( $73,308.84) _ ( -) $73,308.84 2 16Ai1 Segment C "CR -951" Category I Roadway 102 -71 -13 Barrier Wall, temp, F &I, Low Prof • Original Quantity: 4164 LF @ $0.01 per LF = ( -) $41.64 • Revised Quantity: 0 LF • Reduce existing pay item 102 -71 -13 = - ($41.64) _( -) $41.64 102 -71 -23 Barrier Wall, temp, Relocate, Low Prof • Original Quantity: 4164 LF @ $5.98 per LF = ( -) $24,900.72 • Revised Quantity: 0 LF • Reduce existing pay item 102 -71 -23 = ( $24,900.72) _( -) $24,900.72 102 -74 -1 Barricades, temp, Types I,II,DI,VP &DRUM • Original Quantity: 136,512 ED @ $0.11 per ED = ( -) $15,016.32 • Revised Quantity: 0 ED • Reduce existing pay item 102 -74 -1= (15,016.32) _( -) $15,016.32 TOTAL = ( -) $301,455.63 3 16Ai1 New Pay Items Created from Existing Pay Items on Pages 2 & 3 of Attachment A Segment A "SR -84" Category I Roadway 999 -02A Shoulder Treatment • Original Quantity: 0 LS • Revised Quantity: 1 LS @ $23,101.12 per LS = ( +)$23,101.12 Segment B "SR -951" Category I Roadway 999 -02B Shoulder Treatment • Original Quantity: 0 LS • Revised Quantity: 1 LS @ $105,138.16 per LS = ( +)$105,138.16 Segment C "CR -951" Category I Roadway 999 -02C Shoulder Treatment • Original Quantity: 0 LS • Revised Quantity: 1 LS @ $21,536.20 per LS = ( +)$21,536.20 NET PAY ITEMS ADDED = $149,775.48 NET PAY ITEMS REMOVED =(+)$301,455.63 TOTAL CHANGE = ( +) $151,680.15 Net amount of change order #1 = ($151,680.15) 4 16AS1 New Pay Items Created from Allowances Segment A "SR -84" Category I Roadway 107 -2 -A Mowing & Litter Removal • Original Quantity: 0 AC • Revised Quantity: 155.5 AC @ $72.00 per acre = ( +) $11,196.00 • Change to Allowance = ( -) $11,196.00 • Revised Allowance: $960,000.00 ( -) $11,196.00 = $948,804.00 Balance to date: $948,804.00 Segment B "SR -951" Category I Roadway 107 -2 -B Mowing & Litter Removal • Original Quantity: 0 AC • Revised Quantity: 134.1 AC @ $72.00 per acre = ( +) $ 9,655.20 • Change to Allowance - ( -) $9,655.20 • Revised Allowance: $960,000.00 ( -) $ 9,655.20 = $950,344.80 Balance to date: $950,344.80 Segment C "CR -951" Category I Roadway 107 -2 -C Mowing & Litter Removal • Original Quantity: 0 AC • Revised Quantity: 23.4 AC @ $72.00 per acres = ( +) $1,684.80 • Change to Allowance = ( -) $1,684.80 • Revised Allowance: $360,000.00 ( -) $1,684.80 = $358,315.20 Balance to date: $358,315.20 Segment D "Abercia" Category I Roadway 107 -2 -D Mowing & Litter Removal • Original Quantity: 0 AC • Revised Quantity: 1.2 AC @ $72.00 per acre = ( +) $86.40 • Change to Allowance = ( -) $86.40 • Revised Allowance: $120,000.00 ( -) $86.40 = $119,913.60 Balance to date: $119,913.60 5 ATKINS April 9, 2011 Mr. Terry Carmichael Project Manager Astaldi Construction 3825 Beck Blvd, Suite 722 Naples, Florida 34114 RE: TCP Revisions for Collier / Davis Blvd Dear Mr. Carmichael: 16Ai1 Atkins North America, Inc. 1514 Broadway, Suite 203 Ft. Myers, Florida 33901 -3015 Telephone: +1.239.334.7275 Fax: +1.239.334.7277 www.atkinsglobal.com/northamerica Atkins has received your request to revise the traffic control plans for Collier and Davis Blvd. The revised plans will be considered if Astaldi Construction agrees to the following conditions: 1. The bid amount for P.I.N. 0102 71 13, BARRIER WALL, TEMPORARY, F &I, LOW PROFILE, CONCRETE, P.I.N. 0102 71 23, BARRIER WALL, TEMPORARY, RELOCATE, LOW PROFILE, CONCRETE, and P.I.N. 0102 74 1, BARRICADE, TEMPORARY, TYPES I, II, DI, VP & DRUM will be consolidated into a Lump Sum, NTE $149,775.48. (Note: Fee established from Astaldi's letter dated 9 April 2012). 2. The Lump Sum, NTE amount created under condition #i, shall be paid incrementally based un the number of days in the pay period as a portion of the original contract length. 3. Traffic Control Plans shall be revised to state: Where shoulder treatment cannot be maintained, low profile barrier shall be installed at no additional cost to the County 4. The Traffic Control Plan shall include a general note addressing drop off criteria: in example, Drop -off conditions not meeting criteria shall be addressed before shutting down construction operations or prior to relocating construction operations to another area. 5. Failure to properly maintain MOT in accordance with a revised Traffic Control Plan and the FDOT Design Standards, 600 series, will result in reduction in pay and/or a requirement to return to the Traffic Control Plan in the original contract documents. Please submit to me, your acceptance or rejection to the above requirements. Should you have any questions related to this letter, I may be reached by telephone at 239 - 253 -0982 or email at Michael.ryan@atkinsglobal.com. Sincerely, Michael R. Ryan, P.E., PMP Senior Project Engineer Attachments: 1. Astaldi 9 April 2012 Letter 2. Astaldi Back -up calculations C: Kevin Dugan, Collier County Project Manager Chris Libby, Atkins Project Administrator 16A1 ASTALDI Construction Corporation April 9th`', 2012 H14 -54 Michael Ryan Atkins Global 3894 Mannix Dr STE #202 Naples FL, 34114 . Attn: Michael Ryan Bid No: 10 -5342 FIN Project No; 195416- 5 -58 -01 Project:SR 84 (Davis Blvd.) to Collier Blvd; SR / CR951 Intersection Improvements Subject; Clarification of issues from meeting on April 8, 2012 Dear MR. Ryan, The following letter is to Clarify our position on certain bid items: 11 0102 71 13 Barrier Wall, Temporary; F & i Low Profile Concrete LF 28;106 $0.01 $281.06 With respect to F & I Low Profile Concrete Barrier wall Astaldi's unit price of $0.01 per LF was not in error. Astaldi plans to follow FDOT Design Standards 2010 Index No; 600 which allows shoulder treatment in lieu of barrier. Astaldi anticipates that there is a need for 993 LF of Low Profile Barrier walls which will be relocated a few times throughout the life of the project. The net result of this change will result in a savings of $151,680.15 to the county as indicated on the attached spread sheet. I believe this addresses the issues discussed. If you have additional questions or need additional information please feel free to contact me. Sincerely Astaldi Construction Corporation Scott Can o 1 Project Engineer Cc: File 8220 State Road 84 — Suite 300, Davie, Flodda 33324 Telephone: (954) 423 -8766 • Fax: (954) 423 -2597 • info lcoastaldiconstruclion.com 0 � m q 0 0 e O 4 E 2 D 0 O � E � . 0 U m mm� k � � 16 A 11 m G 0 2 2 § B a w q N w / § LM q g m k N r 7lj� a 4t 2 � $ q q e7 Lt) R § $ q � � q^ 4^ . k � � ■ / � § D � L q $ ± 5 w Cl � o ¥ k L \\k k N M k \ J t L i k tij 2 u LU k / u § / ui \ k % u tu k o / S 0 k u L § ± § \ ® § / \ 0 � % > \2 4 \ 3 b ? u = u ■ c \ o. w g / @ w CL CC \ /�� / J / 0 0 0 < LA / o E § 2 e ¥ ¥ > $ J / S uj � \ \ k p 7 3 E \ < L L ƒ % ƒ L" 3 I m % Z2 w t LU / \ ca M O w w » q e � \ 0 0 mm� k � � 16 A 11 § 0 % 7 LM Ao7 N r > 4t � 2 $ q � q^ 4^ � / $ ± 5 w Cl k L \ t k 2 LU k u § / ui \ w u tu k o / u E LU ± § \ ® § 0 m -J % § 4 \ 3 § u R / @ w CL s /�� co 0 0 CL 0- LA = 3 E 3 2 e e R > J S S uj J 7 7 k L L ui L" 4 Z2 w LU / \ ca M q e � 2 / 0 0 0 2 2 / mm� k � � 16 A 11 16A 11 H14/11 -11A A TALDI October 28, 2011 Atkins Global 1514 Broadway, Suite 203 Fort Myers, Florida 33901 Attention: Mr. Chris Libby Project Administrator PROJECT: SR 84 (DAVIS BLVD) RADIO ROAD TO COLLIER BLVD; SR /CR 951 INTERSECTION IMPROVEMENTS; COLLIER BLVD (SR /CR 951) NORTH TO MAGNOLIA POND DRIVE; AND CR 951 (COLLIER BLVD) NORTH TO THE E GOLDEN GATE CANAL JPA PROJECT: FDOT NO. 195416- 5 -58 -01 AND COLLIER COUNTY N0.60092 CONTRACT NO.: 10 -5342 SUBJECT: Mowing and Litter Removal Revised Dear Mr. Libby: Astaldi Construction Corporation (ACC) submits a price of $72.00/AC to mow and remove litter in existing and proposed grassed areas on the above- referenced project. If you have any questions and /or comments, do not hesitate to call this office at 239- 304 -2763 or me on my cell phone at 954- 914- 2503. Sincerely Astaldi Construction Cor oration Terry Carmichael, Project Manager CC: Project Fite fele -pho e: X9541 -PI -8706 a I'2',... �VS I U'1-25q,7 rU ai-t, 01.1, t cc: ACC, File(s): 207.1 & 207.1— Atkins 16A11 8220 State Road 84 -Suite 300 Davie, FL 33324 Pk (954)423 -8766 Fax: (954) 423 -2597 _ A$TAt.DI °- - ITB 10-5342_ -- ACC Pro'eci No. T .ct No _ DESCRIPTION OF WORK: Mowing and Litter Removal Cost Code LABOR DESCRIPTION NO. TOTAL HRS RATE AMOUNT 0.0 $0.00 0.0 $0.00 0.0 $0.00 0.0 $0.00 0.0 $0.00 Labor Subtotal Taut Fu 0.00 $0AO TOTAL LABOR COSTS: $0.00 EQUIPMENT SIZE AND CLASS qfY� EQUIP NO. TOTAL HOURS RATE AMOUNT ' - 0.0 $0.00 _ -- 0.0 $0.00 0.0 $0.00 0.0 $0,00 OA $0.00 I E ui nient Subtotal $0.00 TOTAL EQUIPMENT COSTS: $0,00 ; SU13CONTRACTOR_ DESCRIPTION QTY UM UNIT PRICE AMOUNT uwWSKG &tiiTt42 iic&�u�AL t AC j ro6.v0 $65.00 _ p _ LD SO.00 $0.00 Subcontractor Subtotal: WE00 TOTAL Subemiractor: 565.00 MATERIAL DESCRIPTION QTY UM UNIT PRICE AMOUNT "_T__. $0.00 _ $0.00 $0.00 $0.00 $0.00 ts'IATERIAL Subtotal $0.00 TOTAL MATERIAL COSTS: _ SO.00 -- _ Existi Unit Prices DESCRIPTION _V QTY UM _ UNIT PRICE AMOUNT e _ Existing Unit Pimes Subtotal $000 Total Existing Unit Pmes COSTS: 0 00 I' SUMMARY TOTAL LABOR COSTS: :EQUIPMENT SUBTOTAL SUBCONTRACTOR SUBCONTRACTOR Wt 10:5 Mark Up MATERIAL SUBTOTAL Existing Unit Prices Mark Up 175% Sate Tax tjSU&TOTAL Bond t'Brxtd (Hurricam) TOTAL DUE _ $0,00 $0.00 x&5,00 56.50 $300 $0.00 $0.00 $0 -00 $711 50 0,700% $0.50 5 h of Sub TOW 50.00 $72.00 !- III 16AII Y K Q 2 K O l0 m u1 O H H N V1 J u o ui ui of m of m w ui H J Q Q F o F C7 w ¢ o m m 4n o H H H z J O N un W m m m m O L C W TVQ. CC C G w H� H r, N 1-1 H N H N IJJ J Q J J o 0 O �O Ol M O H H N it1 7 �U O Ln to m W 61 m W ul Q a m in H H Ln ( a O Ol Q1 t!1 O H H H Q cO G J O N N W Q1 Ql Ol OW d' } f1 LL � W (� � � a LL. H lD H r- w Q J O Q } O m O m O m 00 m m m 0 O m O m u 2 N C G w T � D K N W 2 ooloai0000 0 m i2 H H O N LO m m LO � a Q O h w Z O a u a 16AII WE J f O i V N N v M m N N m r i W N w W N ix z v u O_ a N In Ln +� a J a cr J J a O u z W �1 M M N a W v a a W v m mm °M w Ln O u IS a ED ui Z_ a z Q flvLn Ln m m W ,an u Q 1 f Z4 0 h N N a i N N w W m z v O_ U N In Ln +� a cr J a ui u z Q u M N N W 06 a L) a K% z m rl) m 0 z M m W 16Ai1 } a O z O_ N In Ln +� cr J z Q O a W c !U z a o C3 � Ln rn rn ui —� vii u Q 16Ai1 16A11 Contract Time, Prime Dates SR -84 "DAVIS BLVD" & SR /CR 951 "COLLIER BLVD" Project: 60092(Lead), 60073 Contract 10 -5342 Letting Date: 3/16/2011 Award Date: 6/14/2011 Date Executed: 6/29/2011 Notice to Proceed: 9/26/2011 Time Began: 9/26/2011 Work Began: 9/26/2011 Original Time: 821 Time Added: 8 (Weather) Time Added: 8 (Holiday) Time Added: 0 (Other) Allowable Time: 837 End Time Date: 1/11/2014 Final Acceptance: (under /over run -- days) Contract Time, Weather and Holiday Log Lee County IMS Project: 60092(Lead), 60073 Contract 10 -5342 Date To Cutoff Month Weather Holiday From 9/26/2011 9/30/2011 1 10/1/2011 10/31/2011 10/30/2011 2 11/1/2011 11/30/2011 11/27/2011 4 2 12/1/2011 1/1/2012 2/1/2012 12/31/2011 1 /31 /2012 2/29/2012 12/25/2011 1/29/2012 2/25/2012 1 8 5 1 8 Holiday Description Date Work performed No work performed Veterans Day 11/11/2011 x Thanksgiving Holiday 11/24/2011- 11/27/2011 Christmas Holiday 12/24/2011- 1/2/2012 X Martin Luther King Day 1/16/2012 x Memorial Day 5/28/2012 Independence Day 7/4/2012 Labor Da 9/3/2012