Loading...
1590* Ed Waters Chg Order 3z vpRilj Tuesday, December 09, 2014{ —Is77 I� TRANsmITTAL MEMORANDUM To: City Clerk RE: Ed Waters & Sons Contracting PO 33457-2 Change Order 3-IFB 12/13-15 Sanford Riverwalk Phase II The item(s) noted below is/are attached and forwarded to your office for the following action(s): Development Order Final Plat (original mylars) Letter of Credit Maintenance Bond Ordinance Performance Bond Resolution Once completed, please: ❑ Return originals to Purchasing ❑ Return copies Special Instructions: Ma-r4,o4, Osro1Q e�z � From TADept_forms\City Clerk Transmittal Memo - 2009.doc ❑ Mayor's signature U Payment Bond ❑ City Manager Signature ❑ City Clerk Attest/Signature Date DATE: 07/01/13 TERMS PURCHASE ORDER BID OR QUOTATION NO. REQUISITION NO. PO NUMBER 033457 CITY OF SANFORD CHANGE # : 2 -.PO. BOX -1788 -__ ___ -_ _ DATE " CHG : 10/13/14 PURCHASING OFFICE: 407.688.5030 ITEM NO. (300 NORTH PARK AVENUE) SUBMIT INVOICES T0: ACCOUNTS PAYABLE ACCOUNTS PAYABLE: 407.688.5020 UNIT COST SANFORD, FLORIDA 32772 FINANCE DEPT. FACSIMILE: 407.688.5021 FLORIDA TAX EXEMPT NO.: 858012621681C-8 P.O. BOX 1788 SANFORD, FL 32772 VENDOR NO.: 11949 TO: SHIP TO: ED WATERS & SONS CONTRACTING, CITY OF SANFORD 3375 AGRICULTURAL CENTER DR., ZOCATIONS AND QUANTITIES ST AUGUSTINE, FL 32092 SPECIFIED FOLLOWING ITEM DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/13 NET/30 PROJECT NO.: ACCOUNT NO.: SEE BELOW ; NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST CHANGE ORDER 1 CONSTRUCTION SERVICES FOR SANFORD 4923470.82 NA 1.00 4923470.82 RIVERWALK PHASE II; IFB NO. 12/13-15 (1)_. BASE BID, FROM FRENCH AVENUE TO THE HOSPITAL WHICH. INCLUDES AN IMPROVED PARKING AREA LOCATED AT THE FORMER POLICE BENEVOLENT SITE, PEDESTRIAN BRIDGE, LANDSCAPING AND LIGHTING. (2): ALTERNATE ONE, WHICH EXTENDS. THE RIVERWALK TO TERWILLIGER LANE NEAR REGATTA SHORES APARTMENTS. (3). ALTERNATE TWO, WHICH IS A SHORT SEGMENT FROM THE ZOO TO THE I-4 RIGHT-OF-WAY. *** SHIP ING INSTRUCTIONS ** 300 N. PARK AVENUE TO: SANFORD, FL 32771 2 - --------------------------------------------------------------- APPROVAL OF CHANGE ORDER NO.'2 267608!21 NA 1.00 267608.21 ADDING 84 MORE DAYS TO COMPLETE 'THE `SANFORD RIVERWALK BH II CANTILEVER Al APPROVED BY: APPROVED BY: If PU SING IWNT CITY MA AGER ALL PACKAGES AND INVOICES ASSOCIATEDa1VITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER AND AT HTTP://WWW.SANFORDFL.GOV/DEPARTMENTS/PURCHASE/TERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING DATE: 07/01/13 PURCHASE ORDER PO NUMBER 033457 CITY OF SANFORD CHANGE #: 2 P.O. BOX 1788- DATE CHG: 10/13/14 PURCHASING OFFICE: 407.688.5030 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO: ACCOUNTS PAYABLE ACCOUNTS PAYABLE: 407.688.5020 SANFORD, FLORIDA 32772 FINANCE DEPT. FACSIMILE: 407.688.5021 FLORIDA TAX EXEMPT NO.: 85801262168IC-8 P.O. BOX 1788 SANFORD, FL 32772 VENDOR NO.: 11949 TO: SHIP TO: ED WATERS & SONS CONTRACTING, CITY OF SANFORD 3375 AGRICULTURAL CENTER DR., LOCATIONS AND QUANTITIES ST AUGUSTINE, FL 32092 SPECIFIED FOLLOWING ITEM DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED I 09/30/13 NET/30 ACCOUNT NO.: SEE BELOW PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST CHANGE ORDER DECK AND IMPROVEMENTS LOCATED ADJACENT TO CENTRAL FL REGIONAL HOSPITAL IS BEING REQUESTED ... 7 SHIP ING INSTRUCTIONS 300 N. PARK AVENUE TO: SANFORD, FL 32771 3 ------------------------ INCREASE PO 33457 PER CHANGE ------------------ 339379.25 NA --------- 1.00 ------------ 339379.25 ORDER #3 ITEMS ONE THRU SEVENTEEN (1 THRU 17) ON CHANGE ORDER NO. 3 FPIN 430913-1-58/68-01 IFB 12/13-15 SANFORD RIVERWALK PH II --------------------------------------------------------------- SHIP lING INSTRUCTIONS 800 FULTON STREET TO: SANFORD, FL 32771 APPROVED BY PURCHASING AGENT APPROVED BY: CITY MANAGER ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER AND AT HTTP:/A'VWW.SANFORDFL.GOV/DEPARTMENTS/PURCHASEITERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING DATE: 07/01/13 PURCHASE ORDER F.O.B. DESTINATIONBID OR QUOTATION NO. REQUISITION NO. PO NUMBER 033457 CITY OF SANFORD CHANGE #: 2 P.O. BOX 1788 DATE CHO : - 10 / 13 / 14 PURCHASING OFFICE: 407.688.5030 (300 NORTH PARK AVENUE) SUBMIT INVOICES TO: ACCOUNTS PAYABLE ACCOUNTS PAYABLE: 407.688.5020 SANFORD, FLORIDA 32772 UNIT COST FINANCE DEPT. FACSIMILE: 407.688.5021 FLORIDA TAX EXEMPT NO.: 858012621681 C-8 P.O. BOX 1788 SANFORD, FL 32772 END V OR NO.. 1194 9 TO: SHIP TO: ED WATERS & SONS CONTRACTING, CITY OF SANFORD 3375 AGRICULTURAL CENTER - DR.; LOCATIONS AND QUANTITIES ST AUGUSTINE, FL 32092 SPECIFIED FOLLOWING ITEM DELIVER BY TERMS F.O.B. DESTINATIONBID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/.13 NET/30 PROJECT NO.: ACCOUNT, NO.: SEE BELOW .. NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO, DESCRIPTION QUANTITY OF UNITE .ISSUE UNIT COST EXTENDED COST �*****�*��c9t��atie�Y�Yk�*�kic*�c�YSYkir4r9c***ir CHANGE ORDER SUB TOTAL <5530458.28 TOT L 5530458.28 ---------------------------------- EQ/ACCT DATE REQ. BY ----------- -----. PROJECT ------- -------- AMOUNT -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- 000063817 06/25/13 ROBERT BEAIL ----- - - - - -- - - - -- PW - - - - - - - 101 49 -------- 3470.82 1040475416300 3817 10/20/14 CATHY LOTE PIO/BI PW 101 2E7608.21 1040475416300 000064608 11/25/14 ROBERT BEAlL PW 101 329379.25 1040475416300 ------------- APPROVED BY: APPROVED BY: PURCHASING AGENT CITY MANAGER ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER AND AT HTTP://WWW.SANFORDFL.GOV/DEPARTMENTS/PURCHASErrERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING 1877— I Item No. � CITY COMMISSION MEMORANDUM 14.183.1 NOVEMBER 17, 2014 AGENDA TO: Honorable Mayor and Members of the City Commission PREPARED BY: Robert Beall, Project Manager SUBMITTED BY: Norton N. Bonaparte, Jr., City Manager SUBJECT: Approve Change Order #3 for the Riv lk Phase II Project SYNOPSIS: Approval of Change Order #3 to Ed Waters and Sons Contracting Co., Inc. for the Riverwalk Phase II project is requested. FISCAL/STAFFING STATEMENT: Total funds requested are in an amount $339,379.25 and are available in the $2,900,000 Seminole County Cost Share portion of the Second Generation Sales Tax account line for Riverwalk Phase II. BACKGROUND: The amount of funds and days requested is based on 15 Work Change Directives (Field Orders given through engineer recommendations or staff observations in the field), line item cost overruns, unforeseen sight conditions and force majeure (weather, rain and holidays). Difficulties encountered during construction of Phase II ranged from installation of the sheet piles for the seawall due to numerous unforeseen field conditions encountered during construction resulted in additional design clarification and site inspection. Examples of unforeseen conditions are coating requirements for the seawall panels, unsuitable soil conditions for a large section of the seawall, additional storm outfalls not noted on the plans, the "H" piles for the bridge construction not meeting their bearing capacity, and a total of 112 days due to weather, holidays and special events. LEGAL REVIEW: The Assistant City Attorney has reviewed and has no legal objection and has inquired of City staff as to whether there are claims to be made relative to design or other issues. RECOMMENDATION: It is staff's recommendation that the City Commission approve Change Order #3 to Ed Waters and Sons Co., Inc. in an amount not to exceed $339,379.25 for the Riverwalk Phase II project. SUGGESTED MOTION: "I move to approve Change Order #3 in an amount not to exceed $339,379.25 for the Riverwalk Phase II project." Attachment: Change Order #3 and back up. US 17-92 RiverWalk Phase II Change Order No. Project Name: Bid No.: Owner: Contractor: Agreement Date: SECTION 00950 CHANGE ORDER FORM 003 US 17-92 RiverWalk Phase II of Sanford Bid No. IFB 12/13-15 City of Sanford Ed Waters & Sons Contracting Co. June 10th, 2013 (Notice to Proceed August 1St, 2013) ttbk .1 This Change Order is necessary to cover changes in the work to be performed under this Agreement. The GENERAL CONDITIONS, SUPPLEMENTARY CONDITIONS, and STANDARD SPECIFICATIONS apply to and govern all work under this Change Order. THE FOLLOWING CHANGES ARE MADE TO THE CONTRACT DOCUMENTS: (1) Original Contract Price (2) Current Contract Price (Adjusted by Previous Change Orders) (3) Total Proposed Change in Contract Price (4) New Contract Price (Item 2 + Item 3) (5) Original Contract Time (6) Current Contract Time (Adjusted by Previous Change Orders) (7) Total Proposed Change in Contract Time (8) New Contract Time (Item 6 + Item 7) (9) New Contract Substantial Completion Date FPIN: 430913-1-58/68-01 City of Sanford Bid No. IFB 12/13-15 00950-1 SPECLIB040811 $ 4,923,470.82 $ 5,191,079.03 $ 339,379.25 $ 5,530,458.28 305 Days 389 Days 105 Days 494 Days December 7' , 2014 CHANGE ORDER FORM 11-04-2014 US 17-92 RiverWalk Phase II CHANGES ORDERED ITEM 1 Description of Change: Unforeseen Drainage Outfall Structure Reason for Change: Contract Price adjustment to address unforeseen conditions (one additional outfall structure located as a result of construction activities) that resulted in additional costs to the Contractor in order to meet Engineering intent of permitted plans. Approved costs are for constructed improvements beyond permitted plan quantities as required within WCD No. 04 and RFI No. 11. Change in Contract Price: $9,988.00 Change in Contract Time: 0 Days ITEM 2 Description of Change: Seawall Cap Profile Revision and Project Credit Reason for Change: Construction plans were modified in advance of Change Order No. 2 to address sea wall design conflicts resulting from the pending cantilevered structure design/construction as requested by the City. Plan modifications reduced proposed construction work to be completed as detailed within WCD No. 5 resulting in an overall credit to the Project. Change in Contract Price: ($2,129.00) (Credit to Project) Change in Contract Time: 0 Days FPI N: 430913-1-58/68-01 City of Sanford Bid No. IFB 12/13-15 00950-2 SPECLIB040811 CHANGE ORDER FORM 11-04-2014 US 17-92 RiverWalk Phase II Description of Change: Unforeseen sea wall cap transitions at Mills Creek Reason for Change: Per determination of Engineer, the modification to proposed sea wall cap transitions at Mill Creek were required to ensure the stability of constructed seawall, adjacent pedestrian bridge and trail as a result of unforeseen soil conditions. Modifications to Contract work were per WCD No. 6 and RFI No. 20. All work was limited to Unit Quantity overruns of permitted plan quantities. Change in Contract Price: $6,065.00 Change in Contract Time: 0 Days ITEM 4 Description of Change: Sea wall cap concrete Contract Quantity overrun Reason for Change: As required for approval of alternative steel sheet pile material, and as necessary to address plan requirements, the permitted quantity for structural concrete has been adjusted per WCD No. 8. All work was limited to Unit Cost Overruns of permitted plan quantities. Change in Contract Price: $108,605.00 Change in Contract Time: 0 Days ITEM 5 Description of Change: Unforeseen H -pile overrun and carrying costs Reason for Change: Resulting from unforeseen soil conditions, the pedestrian bridge foundation H -Piles failed to reach minimum design loading capacity. Additional material, labor and carrying costs were authorized as required to ensure that minimum design loading requirements were met. The additional material is compensated as a unit quantity overrun, and per City agreement (as based upon City & Engineer records), 30 Calendar days of idle crew/equipment costs, carrying costs, etc. as detailed/authorized within WCD No. 9. Change in Contract Price: $107,547.81 Change in Contract Time: 30 Days FPIN: 430913-1-58168-01 City of Sanford Bid No. IFB 12/13-15 00950-3 SPECLIB040811 CHANGE ORDER FORM 11-04-2014 US 17-92 Riverwalk Phase II ITEM 6 Description of Change: Construction Conditions — Mill Creek handrail transitions Reason for Change: Revisions to Permitted Plans were required on both sides of Mills Creek to provide ADA compliant transitions from trail to pedestrian bridge resulting from Construction deviations to address unforeseen field conditions. Revised construction to be compensated as unit quantity overruns per WCD No. 11. Change in Contract Price: $3,972.00 Change in Contract Time: 0 Days ITEM 7 Description of Change: Construction Acceleration - Guardrail realignment Reason for Change: For the purpose of minimizing potential impacts to the project schedule, the Engineer provided Plan Revisions to allow additional horizontal clearances between the guardrail and seawall. These modifications facilitated the use of direct -bury light poles as ordered by the Contractor. All adjustments are compensated as unit quantity reductions/overruns per WCD No. 12, FO No. 4, and RFI No. 37. Change in Contract Price: $18,372.00 Change in Contract Time: 0 Days ITEM 8 Description of Change: Safety Modification for sea wall cap transition Reason for Change: As observed during construction, the plan seawall cap transition between Phase I and II was abrupt and a potential safety hazard with the presence of a gap between differing sea wall caps. Per City request, the Contractor was directed to construct an additional tower to alleviate the aesthetic concerns while also addressing the safety concerns attributed to the gap. The modifications are per WCD No. 13. Change in Contract Price: $2,840.00 Change in Contract Time: 0 Days FPIN: 430913-1-58/68-01 City of Sanford Bid No. IFB 12/13-15 00950-4 SPECLIB040811 CHANGE ORDER FORM 11-04-2014 US 17-92 RiverWalk Phase II Description of Change: Sea wall material change — Cost Savings Initiative Reason for Change: Through coordination between Contract, City, and Engineers, the Contractor was provided approval for the use of an alternative sheet pile material resulting in a cost savings to the Project. Change in Contract Price: ($62,827.37) Credit to Project Change in Contract Time: 0 Days ITEM 10 Description of Change: Construction Conditions - Silt fence overrun Reason for Change: As approved by the City, Contractor installed silt fence in excess of permitted plan quantity. Per City and Contractor agreement, the overrun quantity is to be compensated at Contractor Unit Bid Price with a defined quantity, not to exceed, as detailed with WCD No. 15. Change in Contract Price: $31,770.00 Change in Contract Time: 0 Days ITEM 11 Description of Change: Material Change Request - Anchor overrun Reason for Change: Per City's request for consideration of alternative Anchor material, additional anchors beyond permitted plan quantity were required to meet structural design requirements. The additional anchor material is to be paid for as a Unit Quantity overrun per WCD No. 16. Change in Contract Price: $50,909.43 Change in Contract Time: 0 Days FPIN: 430913-1-58/68-01 City of Sanford Bid No. IFB 12/13-15 00950-5 SPECLIB040811 CHANGE ORDER FORM 11-04-2014 US 17-92 RiverWalk Phase II Description of Change: Delay Impact — Light Fixture Price Adjustment Reason for Change: Per City and Contractor agreement, shared responsibility in Project delays resulted in direct material cost increases to the Contractor for the procurement of Light Fixtures. The City has agreed to compensate the Contractor for the difference of current material cost vs. material cost at the time of bid; with no additional mark-up, profit, overhead, etc. by the Contractor as detailed within WCD No. 17. Change in Contract Price: $14,486.98 Change in Contract Time: 0 Days ITEM 13 Description of Change: Permit Compliance - SWPP sediment barrier Reason for Change: Resulting from Project delays, and observations of potential Erosion Control concerns, the Contractor was directed to install additional silt fence material to meet SWPPINPDES Requirements. Contractor agreed to a reduced Contract Unit Price for the overrun of Plan Quantity required per WCD No. 18. One additional Contract Day was required for installation of additional sediment barrier. Change in Contract Price: $4,344.96 Change in Contract Time: 1 Days FPI N: 430913-1-58/68-01 City of Sanford Bid No. IFB 12/13-15 00950-6 SPECLIB040811 CHANGE ORDER FORM 11-04-2014 US 17-92 Riverwalk Phase II ITEM 14 Description of Change: Federal Aide Project Requirements (F.A.P.R.) Compliance - Stop Work Notice No. 1 Reason for Change: Per Contract requirements/allowances, Contractor is being provided Contract Time adjustment of 7 Calendar days and associated carrying costs for idle crews/equipment resulting from the City's Issuance of a Stop Work Order. The Stop Work Order was required to allow the City, FDOT, and Engineer to review the steel sheet pile coating requirements to ensure that the constructed material would meet all Local, State, and Federal requirements as necessary to meet Federal Funding Reimbursement requirements for the Project. Contract Cost and Time adjustment are as defined within WCD No. 19. Change in Contract Price: $18,402.72 Change in Contract Time: 7 Days ITEM 15 Description of Change: Unforeseen Conditions - Stop Work Notice No. 2 Reason for Change: Per Contract requirements/allowances, Contractor is being provided Contract Time adjustment of 8 Calendar days and associated carrying costs for idle crews/equipment resulting from the City's Issuance of a Stop Work Order. The Stop Work Order was required to allow the City, FDOT, and Engineer to review unforeseen soil conditions resulting in the settlement of installed sheet pile material. Contract Cost and Time adjustment are as defined within WCD No. 20. Change in Contract Price: $21,031.72 Change in Contract Time: 8 Days FPI N: 430913-1-58/68-01 City of Sanford Bid No. IFB 12/13-15 00950-7 SPECLIB040811 CHANGE ORDER FORM 11-04-2014 US 17-92 RiverWalk Phase 11 ITEM 16 Description of Change: Weather, Holidays, or special event day Contract Time extension Reason for Change: Standard Contract Time extension for non -compensatory contract day adjustments to account for days that the Contractor was not allowed or able to perform Construction activities due to the weather conditions, Holidays, or special events during the construction period of June 1St,2014 thru October 31St, 2014. Contract Time extension is as detailed within WCD No. 21. Change in Contract Price: $0.00 Change in Contract Time: 47 Days ITEM 17 Description of Change: Unforeseen Conditions - Shoulder Reconstruction Reason for Change: Based upon unforeseen shoulder conditions, the Contractor was directed to construct additional asphalt and stabilization as detailed within WCD No. 22. Additional asphalt -and stabilization is to be compensated by Unit Quantity overruns not to exceed values defined within WCD No. 22. Change in Contract Price: $6,000.00 Change in Contract Time: 12 Days FPIN: 430913-1-58/68-01 City of Sanford Bid No. IFB 12/13-15 00950-8 SPECLIB040811 CHANGE ORDER FORM 11-04-2014 US 17-92 RiverWalk Phase II Description of Change: Field Orders & Non-Time/Compensatory Work Change Directives Reason for Change: Plan Modifications, Field Order Directives, and Work Change Directives that do not require a Contract Time or Contract Cost adjustment. This item formalizes the following Contract documents addition to the Contract; • WCD No. 1 (Voided) and associated FO No. 2 for Plan modification of Alignment Tables. • WCD No. 2 (Voided) and associated FO No. 3 for Plan Revisions to clarify proposed Sea Wall Alignment Geometry. • WCD No. 3 for Plan Modification to limit requirement of powder coating to decorative ribbon to be mounted on pedestrian handrail as opposed to entire handrail. • FO No. 1 directing pedestrian handrail to be installed closer to face of sea wall cap for safety reasons. Change in Contract Price: $0.00 Change in Contract Time: 0 Days FPIN: 430913-1-58/68-01 CHANGE ORDER FORM City of Sanford Bid No. IFB 12/13-15 00950-9 11-04-2014 SPECLIB040811 US 17-92 RiverWalk Phase II WAIVER This Change Order constitutes full and mutual accord and satisfaction for the adjustment of the Contract Price and Contract Time as a result of increases or decreases in cost and time of performance caused directly and indirectly from the change. Acceptance of this Waiver constitutes an agreement between OWNER and CONTRACTOR that the Change Order represents an equitable adjustment to the Agreement and that CONTRACTOR shall waive all rights to file a Contract Claim or claim of any nature on this Change Order. Execution of this Change Order shall constitute CONTRACTOR's complete acceptance and satisfaction that it is entitled to no more costs or time (direct, indirect, impact, etc.) pursuant to this Change Order. FPIN: 430913-1-58/68-01 CHANGE ORDER FORM City of Sanford Bid No. IFB 12/13-15 00950-10 11-04-2014 SPECLIB040811 CHANGE ORDER SUMMARY No. Description Change in Contract Price Change in Contract Time 1 Unforeseen Drainage Outfall Structure $ 9,988.00 0 Days 2 Seawall Cap Profile Revision and Project Credit ($ 2,129.00) 0 Days 3 Unforeseen sea wall cap transitions at Mills Creek $6,065.00 0 Days 4 Sea wall cap concrete Contract Quantity overrun $ 108,605.00 0 Days 5 Unforeseen H - pile overrun and carrying costs $ 107,547.81 30 Days 6 Const. Conditions — Mill Creek handrail transitions $ 3,972.00 0 Days 7 Construction Acceleration - Guardrail realignment $ 18,372.00 0 Days 8 Safety Modification for sea wall cap transition $ 2,840.00 0 Days 9 Sea wall material change — Cost Savings Initiative $ 62,827.37 0 Days 10 Construction Conditions - Silt fence overrun $ 31,770.00 0 Days 11 Material Change Request - Anchor overrun $ 50,909.43 0 Days 12 Delay Impact — Light Fixture Price Adjustment $ 14,486.98 0 Days 13 Permit Compliance - SWPP sediment barrier $ 4,344.96 1 Days 14 F.A.P.R. Compliance - Stop Work Notice No. 1 $ 18,402.72 7 Days 15 Unforeseen Conditions - Stop Work Notice No. 2 $ 21,031.72 8 Days 16 Weather, Holidays, orspecial events $ 0.00 47 Days 17 Unforeseen Conditions - Shoulder Reconstruction $ 6,000.00 12 Days 18 FO's & Non-Time/Compensatory WCD's $ 0.00 0 Days TOTAL $ 339,379.25 105 Days WAIVER This Change Order constitutes full and mutual accord and satisfaction for the adjustment of the Contract Price and Contract Time as a result of increases or decreases in cost and time of performance caused directly and indirectly from the change. Acceptance of this Waiver constitutes an agreement between OWNER and CONTRACTOR that the Change Order represents an equitable adjustment to the Agreement and that CONTRACTOR shall waive all rights to file a Contract Claim or claim of any nature on this Change Order. Execution of this Change Order shall constitute CONTRACTOR's complete acceptance and satisfaction that it is entitled to no more costs or time (direct, indirect, impact, etc.) pursuant to this Change Order. FPIN: 430913-1-58/68-01 CHANGE ORDER FORM City of Sanford Bid No. IFB 12/13-15 00950-10 11-04-2014 SPECLIB040811 US 17-92 RiverWalk Phase 11 APPROVAL AND CHANGE ORDER AUTHORIZATION ACKNOWLEDGMENTS The aforementioned change, and work affected thereby, is subject to all provisions of the original Agreement and 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 Agreement other than matters expressly provided herein. WITNESS to CONTRACTOR: Date ATTEST: (Signature) Date (Seal) Contractor Printed Name and Title of Officer By (Signature) Date (Corporate Seal) City of Sanford Owner Printed Name and Title By (Signature) Date END OF SECTION FPIN: 430913-1-58/68-01 CHANGE ORDER FORM City of Sanford Bid No. IFB 12/13-15 00950-11 11-04-2014 SPECLIB040811 US 17-92 RiverWalk Phase 11 SECTION 00945 WORK CHANGE DIRECTIVE FORM Work Directive No. 0002 Project Name: US 17-92 RiverWalk Phase II Bid No.: City of Sanford Bid No. IFB 12/13-15 Owner: City of Sanford Contractor: Ed Waters & Sons Contracting Co. Agreement Date: June 10th, 2013 (Notice to Proceed August 1St, 2013) Effective Date: October 8th, 2014 Description of Change: Void — Work incorporated into Field Order No. 03 Reason for Change: Void — Refer to Field Order No. 03 If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s). Method of Determining the Change in Contract Price Time and Materials Unit Prices Cost Plus Fixed Fee X Other Estimated change in Contract Price = $ N/A If the change involves an additional increase, estimated amount is not to be exceeded without further authorization. FPIN: 430913-1-58/68-01 WORK CHANGE DIRECTIVE City of Sanford Bid No. IFB 12/13-15 00945-1 09-23-2013 (Revised 2014-10-06) SPECLIB040811 US 17-92 RiverWalk Phase II Method of Determining the Change in Contract Time Contractor's Records Engineer's Records As Specified Below X Other Estimated change in Contract Time = N/A days. If the change involves an additional increase, estimated time is not to be exceeded without further authorization. Any documentation referenced/included with this form shall be incorporated into the Contract Documents, superseding original documents (if any) effective as of the date shown on this Form. Recommended By: CPH, Inc. Executed By: Owner's Aoittiprized Representative Coln"cto# Authorized Representative END OF SECTION F P I N : 430913-1-58/68-01 City of Sanford Bid No. IFB 12/13-15 00945-2 SPECLIB040811 Date ((,Z4c fL4 Date Date WORK CHANGE DIRECTIVE 09-23-2013 (Revised 2014-10-06) US 17-92 RiverWalk Phase II SECTION 00940 PROJECT FIELD ORDER FORM Field Order No.: 0003 Name of Project: US 17-92 RiverWalk Phase II Effective Date: 09/23/2013 Owner: City of Sanford Contractor: Ed Waters & Sons Contracting Co. Description of Field Order: Implement Plan Revision No. 3 — Clarification of proposed sea wall geometry. Station/Offsets from the Base Line of Survey to the back of proposed steel sheet pile have been provided within the Multi -Use Path Construction Plans. The information provided is supplemental to the Permitted Structural Plans (Sea Wall). Revised sheets from the Multi -Use Path Construction Drawing set have been provided per RFI No. 0009. Revised Multi -Use Path Plan Sheet No's 1, 5, 15-34, S-5, S-6, and S-8 thru S-19 are attached to this Work Change Directive. Reason for Field Order: Additional horizontal geometry provided to clarify proposed back of sea wall line as included in permitted plans. No geometric modifications to proposed back of sea wall were required. Line work for Face of Proposed Sheet Pile wall was relocated and all dimensions relative to the face of wall were removed to avoid conflicting with geometry provided for back of wall. The relocation of face of wall was required per Contractor request to use an Alternative Sheet Pile Material which was thicker than material referenced in permitted plans. This Field Order has been issued to clarify, interpret or to order minor changes to the Project which do not affect the Contract Price or Contract Time. Additional documentation referenced/included with this form shall be incorporated into the Contract Documents, and supersede original documents (if any) effective as of the date shown on this Form. Recommended By: CPH, Inc. Date Executed By: zzseA 1 Owner's Authorized Representative C ctor s Authorized Representative END OF SECTION F P I N : 430913-1-58/68-01 City of Sanford Bid No. IFB 12113-15 00940-1 SPECLIB040811 !I L J_/,141 Date Date PROJECT FIELD ORDER FORM 06-02-2014 US 17-92 RiverWalk Phase If SECTION 00945 WORK CHANGE DIRECTIVE FORM Work Directive No. 0004 Project Name: US 17-92 RiverWalk Phase II Bid No.: City of Sanford Bid No. IFB 12/13-15 Owner: City of Sanford Contractor: Ed Waters & Sons Contracting Co. Agreement Date: June 10th, 2013 (Notice to Proceed August 1St, 2013) Effective Date: October 8th. 2014 Description of Change: Addition of work (Per RFI Response No. 11) to modify existing structure uncovered at approximately Sta. 500+60, providing a new outfall pipe to Lake Monroe to match existing conditions and adjusting the structure top to meet final trail grade. Reason for Change: During Construction, a structure was discovered that had not been picked up during survey. Through field coordination, it was determined that the existing configuration (inverts) of the structure will be maintained as there is no recorded history of trouble with this structure despite the outfall appearing to be partially buried below the existing mudline. All modifications are to be per Revised RFI Response No. 11 (dated 11/19/2013) and recorded on the as -built plans. If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s). Method of Determining the Change in Contract Price Time and Materials Unit Prices Cost Plus Fixed Fee X Other Estimated change in Contract Price = $9,988.00 . If the change involves an additional increase, estimated amount is not to be exceeded without further authorization. FPIN: 430913-1-58/68-01 WORK CHANGE DIRECTIVE City of Sanford Bid No. IFB 12/13-15 00945-1 2013-11-19 (Revised 2014-10-06) SPECLIB040811 US 17-92 Riverwalk Phase II Method of Determining the Change in Contract Time Contractor's Records Engineer's Records X As Specified Below Other As this item was not a controlling item at the time of construction or at the time of proposed modification, any Contract Time Adjustment agreed upon at a later date, or as indicated below will be accepted as a Time Impact only, and will not include any additional Cost Impact other than as listed above. Estimated change in Contract Time = 0 days. If the change involves an additional increase, estimated time is not to be exceeded without further authorization. Any documentation referenced/included with this form shall be incorporated into the Contract Documents, superseding original documents (if any) effective as of the date shown on this Form. Recommended By: W*wv� 'z1v Xy CPH, Inc. Date Executed By: ff:z& Owner's A thorize Representative C act I s Authorized Representative END OF SECTION F P I N: 430913-1-58168-01 City of Sanford Bid No. IFB 12113-15 00945-2 SPECLIB040811 (, � Date Date WORK CHANGE DIRECTIVE 2013-11-19 (Revised 2014-10-06) US 17-92 RiverWalk Phase II Work Directive No. 0008 Project Name: Bid No.: Owner: Contractor: Agreement Date SECTION 00945 WORK CHANGE DIRECTIVE FORM US 17-92 RiverWalk Phase II City of Sanford Bid No. IFB 12/13-15 City of Sanford Ed Waters & Sons Contracting Co. June 10th, 2013 (Notice to Proceed August 1St, 2013) Effective Date: October 8th, 2014 Description of Change: Revise Contract Plan Quantities for Pay Item No. 400-4-15 Concrete Class IV, Miscellaneous to account for permitted plan discrepancy, and as required to account for sea wall material change discussed/approved during Bid process. Reason for Change: After review of the sea wall construction plans, a plan discrepancy was observed in the calculation of the proposed sea wall cap concrete. During the design process, the material for the proposed sea wall was switched from concrete panels (approx. 6"-8" thick) to steel sheet pile (nominal thickness), which increased the amount of concrete required for the construction of the proposed sea wall cap by approx. 160 CY. Additionally, during the Bid Process, it was brought to the City's attention that the sheet pile material specified in the plans was no longer available and an alternate material was accepted for use which would result in an additional 43 CY of concrete for the increased sheet pile width. The plan quantity for the sea wall cap concrete has been increased to account for these two issues. Plan quantities are to be amended as follows; 400-4-15 Concrete Class IV, Miscellaneous Contract Award Quantity 720 CY Revised Contract Quantity 923 CY (Increase 203 CY) ($108,605.00) Contract Quantity revision shall be paid as a quantity overrun for the increase over permitted plan quantity. If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s). FPIN: 430913-1-58/68-01 WORK CHANGE DIRECTIVE City of Sanford Bid No. IFB 12/13-15 00945-1 2014-06-02 (Revised 2014-10-06) SPECLIB040811 US 17-92 RiverWalk Phase II Method of Determining the Change in Contract Price Time and Materials X Unit Prices Cost Plus Fixed Fee Other Estimated change in Contract Price = $108,605.00 . If the change involves an additional increase, estimated amount is not to be exceeded without further authorization. Method of Determining the Change in Contract Time Contractor's Records Engineer's Records X As Specified Below Other Estimated change in Contract Time = 0 days. If the change involves an additional increase, estimated time is not to be exceeded without further authorization. Any documentation referenced/included with this form shall be incorporated into the Contract Documents, superseding original documents (if any) effective as of the date shown on this Form. Recommended By: CPH, Inc. Executed By: Owner's Aut rized Representative Co ctor' Authorized Representative END OF SECTION F P I N : 430913-1-58/68-01 City of Sanford Bid No. IFB 12/13-15 00945-2 SPECLIB040811 , ltlllv Date lttq, 1J Date j,C>tS 4 Date WORK CHANGE DIRECTIVE 2014-06-02 (Revised 2014-10-06) US 17-92 Riverwalk Phase II Work Directive No. 0009 Project Name: Bid No.: Owner: Contractor: Agreement Date: SECTION 00945 WORK CHANGE DIRECTIVE FORM US 17-92 RiverWalk Phase 11 City of Sanford Bid No. IFB 12/13-15 City of Sanford Ed Waters & Sons Contracting Co. June 10th, 2013 (Notice to Proceed August 1St, 2013) Effective Date: October 8th, 2014 Description of Change: Contractor was required to order additional 80 LF of H -Pile material for installation at pedestrian bridge abutments. Additional testing and re -driving of H -piles are required for completion of the pedestrian bridge abutment construction. Reason for Change: Upon review of H -Pile installation per plan, insufficient bearing capacity's were measured on all four installed piles. The Contractor was requested to supply additional pile material to re -drive the piles as necessary to meet Structural Engineer's bearing capacity requirements. Additional testing was required for the pile re -drives in order to perform set -checks on each pile, and to determine when each pile sufficiently met the bearing capacity requirements. Change Order costs include all cost(s) required for the re -drive operation (such as pile splices, equipment, labor etc...), testing costs, and idle equipment & carrying costs directly associated with delay of pile installations as allowed/per Project Manual and FDOT specifications. Contract Award Amount shall be increased to include the below agreed upon amount; 455-144-4 Test Piles — Steel, HP 14 x 89 Contract Award Amount $9,880 LS Equipment, Pile & Labor Costs $28,679.01 LS Idle Crew/Equip. Carrying Costs (Calculated per attached daily rate analysis for a total of 30 days — 3/14/14 thru 4/13/14) (30 x $2,628.96 = $78,868.80) $78,868.80 LS Revised Contract Amount $117,427.81 LS (Increase $107,547.81 LS) Contract Quantity revision shall be paid as a Lump Sum quantity overrun for the increase over permitted plan quantity for the additional H -Pile material driven in order to meet bearing capacity requirements. Revised Contract Amount includes all material, testing, labor, carrying costs, MOT costs etc. necessary for the final installation of H -Piles. FPIN: 430913-1-58/68-01 WORK CHANGE DIRECTIVE City of Sanford Bid No. IFB 12/13-15 00945-1 2014-06-03 (Revised 2014-10-06) SPECLIB040811 US 17-92 RiverWalk Phase II If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s). Method of Determining the Change in Contract Price X Time and Materials Unit Prices Cost Plus Fixed Fee X Other Estimated change in Contract Price = $107,547.81 . If the change involves an additional increase, estimated amount is not to be exceeded without further authorization. Method of Determining the Change in Contract Time Contractor's Records X Engineer's Records X As Specified Below Other Estimated change in Contract Time = 30 days. If the change involves an additional increase, estimated time is not to be exceeded without further authorization. Costs associated with idle work crews, equipment, etc. including all carrying costs associated with this item of work have been included within proposed change of Contract Price as detailed above. Any documentation referenced/included with this form shall be incorporated into the Contract Documents, superseding original documents (if any) effective as of the date shown on this Form. Recommended By: IZ5VA4---- CPH, Inc. Executed By: RM Representative Authorized Representative END OF SECTION Date (I, q�Iq Date I'D /�sl►y Date FPIN: 430913-1-58/68-01 WORK CHANGE DIRECTIVE City of Sanford Bid No. IFB 12/13-15 00945-2 2014-06-03 (Revised 2014-10-06) SPECLIB040811 US 17-92 RiverWalk Phase II SECTION 00945 WORK CHANGE DIRECTIVE FORM Work Directive No. 0012 Project Name: US 17-92 RiverWalk Phase II Bid No.: City of Sanford Bid No. IFB 12/13-15 Owner: Citv of Sanford Contractor: Ed Waters & Sons Contracting Co. Agreement Date: June 10th, 2013 (Notice to Proceed August 1st, 2013) Effective Date: October 8th, 2014 Description of Change: Reset existing guardrail, east of mill creek, per Plan Revision No. 10. Construction quantities to be revised as included in Plan Revision No. 10 (Dated 06/03/2014) and as provided below. Reason for Change: Per RFI No. 36 response, the existing guardrail is proposed to be relocated/shifted closer to the thru edge of travel, reducing the effective shoulder to 9'. This shift is required to allow the shifting of the multi -use trail (per FO No. 4) to provide additional horizontal clearance between proposed light poles, located at the back of the sea wall, and the trail. The Pay Items listed below have been adjusted to compensate for the design modification as included in Plan Revision No. 10 (Dated 06/03/2014). Plan quantities are to be amended as follows; 110-1-1 Clearing & grubbing Current Plan Quantity 2.8 AC Revised Plan Quantity 2.9 AC (Increase 0.1 AC) ($300.00) 162-1-11 Prepared Soil Layer, Finish Soil Layer, 6" Current Plan Quantity 1,916 SY Revised Plan Quantity 2,183 SY (Increase 267 SY) ($1,869.00) 339-1 Miscellaneous Asphalt Pavement Current Plan Quantity 135 TN Revised Plan Quantity 127 TN (Deduct 8 TN) (-$1,440.00) 538-1 Guardrail - Reset Current Plan Quantity 2,075 LF Revised Plan Quantity 3,305 LF (Increase 1,230 LF) ($17,220.00) 570-1-2 Performance Turf, Sod Current Plan Quantity 1,916 SY Revised Plan Quantity 2,183 SY (Increase 267 SY) ($801.00) FPIN: 430913-1-58/68-01 WORK CHANGE DIRECTIVE City of Sanford Bid No. IFB 12/13-15 00945-1 2014-06-03 (Revised 2014-10-06) SPECLIB040811 US 17-92 RiverWalk Phase II 711-11-124Thermoplastic, STD, White, Solid, 18" Current Plan Quantity 890 LF Revised Plan Quantity 764 LF (Deduct 126 LF) (-$378.00) Quantity revisions shall be paid as plan quantity overruns for increases over permitted plan quantity, or shall be deducted from Contract for deductions below permitted plan quantity. If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s). Method of Determining the Change in Contract Price Time and Materials X Unit Prices Cost Plus Fixed Fee Other Estimated change in Contract Price = $18,372.00 If the change involves an additional increase, estimated amount is not to be exceeded without further authorization. Method of Determining the Change in Contract Time Contractor's Records Engineer's Records X As Specified Below Other Estimated change in Contract Time = 0 days. If the change involves an additional increase, estimated time is not to be exceeded without further authorization. Any documentation referenced/included with this form shall be incorporated into the Contract Documents, superseding original documents (if any) effective as of the date shown on this Form. Recommended By: CPH, Inc. Executed By: Owner's A thorized Representative on act's Authorized Representative END OF SECTION FPI N: 430913-1-58/68-01 City of Sanford Bid No. IFB 12/13-15 00945-2 SPECLIB040811 Date / r. q . 14) Date 1,-�1s11�, Date WORK CHANGE DIRECTIVE 2014-06-03 (Revised 2014-10-06) US 17-92 RiverWalk Phase 11 ECTION 00945 WORK CHANGE DIRECTIVE FORM Work Directive No. 0013 Project Name: US 17-92 RiverWalk Phase II Bid No.: City of Sanford Bid No. IFB 12/13-15 Owner: City of Sanford Contractor: Ed Waters & Sons Contracting Co. Agreement Date: June 10th, 2013 (Notice to Proceed August 1St, 2013) Effective Date: October 10th, 2014 Description of Change: Construct decorative seawall cap column at the beginning of the project to improve aesthetics of transition between Phase I and Phase II seawall caps. Also, per request of City, adjust grading between trail and existing Phase I seawall cap to minimize potential for erosion issues. Reason for Change: The beginning of the proposed sea wall cap was constructed leaving an unsightly and potentially hazardous gap/transition between the Phase I and Phase 2 seawall caps. In order to improve the aesthetics of the transition and to provide a safe transition for adjacent trail users, the Contractor is directed to construct a decorative concrete cap column spanning the concrete block and gap per Plan Revision No. 11 (Dated 06/03/14). The proposed handrail shall be terminated in the decorative column similar to those proposed at the hospital cantilevered deck area, and as constructed in the Phase I portion of the project. If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s). Method of Determining the Change in Contract Price Time and Materials Unit Prices Cost Plus Fixed Fee X Other Estimated change in Contract Price = $2,840.00 . If the change involves an additional increase, estimated amount is not to be exceeded without further authorization. FPIN: 430913-1-58/68-01 WORK CHANGE DIRECTIVE City of Sanford Bid No. IFB 12/13-15 00945-1 2014-06-03 (Revised 2014-10-08) SPECLIB040811 US 17-92 RiverWalk Phase 11 Method of Determining the Change in Contract Time Contractor's Records Engineer's Records X As Specified Below Other Estimated change in Contract Time = 0 days. If the change involves an additional increase, estimated time is not to be exceeded without further authorization. Any documentation referenced/included with this form shall be incorporated into the Contract Documents, superseding original documents (if any) effective as of the date shown on this Form. Recommended By: CPH, Inc. Executed By: z& " Owner's Authorized Representative Contractor's uthorized Representative END OF SECTION F P I N: 430913-1-58168-01 City of Sanford Bid No. IFB 12113-15 00945-2 SPECLIB040811 /i //Y Date (t.4-(, Iq Date /IAF Date WORK CHANGE DIRECTIVE 2014-06-03 (Revised 2014-10-08) US 17-92 Riverwalk Phase II SECTION 00945 WORK CHANGE DIRECTIVE FORM Work Directive No. 0016 Project Name: US 17-92 Riverwalk Phase II Bid No.: City of Sanford Bid No. IFB 12/13-15 Owner: City of Sanford Contractor: Ed Waters & Sons Contracting Co. Agreement Date: June 10th, 2013 (Notice to Proceed August 1St, 2013) Effective Date: October 8th, 2014 Description of Change: Compensate Contractor for additional helical anchors installed as necessary due to anchor material change as well as to avoid installation conflicts with City of Sanford Reclaimed Water Main and Level 3 Communication Lines. Contract Quantity has been revised per agreement between Contractor, Contract Administrator and City of Sanford Representatives. Reason for Change: In order for the installation of sheet pile tie back anchors to miss existing utility lines for the City of Sanford and Level 3 Communications, the proposed installation angle was required to be increased. The increase of the installation angle required the use of additional anchors beyond the permitted plan quantities. The number of additional anchors required has been agreed upon between the Contractor, Contract Administrator and City of Sanford Representatives. Contract Quantities are to be amended as follows; 451-70 Pre -Stressed Soil Anchor Contract Quantity 296 EA Revised Contract Quantity 335 EA (Increase 39 EA) ($50,909.43) If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s). FPIN: 430913-1-58/68-01 WORK CHANGE DIRECTIVE City of Sanford Bid No. IFB 12/13-15 00945-1 2014-06-09 (Revised 2014-10-06) SPECLIB040811 US 17-92 RiverWalk Phase II Method of Determining the Change in Contract Price Time and Materials X Unit Prices Cost Plus Fixed Fee Other Estimated change in Contract Price = $50,909.83 . If the change involves an additional increase, estimated amount is not to be exceeded without further authorization. Method of Determining the Change in Contract Time Contractor's Records Engineer's Records X As Specified Below Other Estimated change in Contract Time = 0 days. If the change involves an additional increase, estimated time is not to be exceeded without further authorization. Any documentation referenced/included with this form shall be incorporated into the Contract Documents, superseding original documents (if any) effective as of the date shown on this Form. Recommended By: &,., e Z,/ Z/ CPH, Inc. Date Executed By: I Owner's Auth rized Representative �i.4— ConV-dcto-r'jAuthorized Representative END OF SECTION F P I N : 430913-1-58/68-01 City of Sanford Bid No. IFB 12/13-15 00945-2 SPECLIB040811 Date 4 s - I t Date WORK CHANGE DIRECTIVE 2014-06-09 (Revised 2014-10-06) US 17-92 RiverWalk Phase II SECTION 00945 WORK CHANGE DIRECTIVE FORM Work Directive No. 0017 Project Name: US 17-92 RiverWalk Phase II Bid No.: City of Sanford Bid No. IFB 12113-15 Owner: City of Sanford Contractor: Ed Waters & Sons Contracting Co. Agreement Date: June 10th, 2013 (Notice to Proceed August 1St, 2013) Effective Date: October 8th, 2014 Description of Change: Compensate Contractor for provision of lighting equipment/materials per permitted plan requirements, after construction delays resulted in the expiration of contract prices as originally bid. Per agreement with the City, Contractor will be compensated at current direct material costs with no consideration for additional profit or overhead. The agreement between the City and Contractor ensures the timely installation of the light fixtures as necessary to complete the project within available Contract Time and as necessary to ensure complete adherence to Federal Aide Requirements Package as included in the Project Manual. Reason for Change: As a result of project construction delays, the contract prices provided to the Contractor for the purpose of bidding expired prior to the Contractor securing the materials. As the City has agreed to shared responsibility for a limited portion of the delay that resulted in the expiration of the material costs, the City has agreed to accept reimbursement to the Contractor of direct material costs at the current material rates with no provision for mark-up, profit, overhead, etc. by the Contractor. Total Pay Item Line amount of Contract is to be amended as follows; 715-4-119 Light Pole Complete, F&I, Spec Found, Permitted Plan Quantity Unit Bid Cost Unit Bid Total Material Cost Adjustment Total Unit Adjustment Revised Unit Total Wind Spd 130, Custom Ht 37 EA $5,489.00 EA $203,093.00 $391.54 EA (Increase for Light Fixture) $14,486.98 (Increase) $217,579.98 If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s). FPIN: 430913-1-58/68-01 WORK CHANGE DIRECTIVE City of Sanford Bid No. IFB 12/13-15 00945-1 2014-06-09 (Revised 2014-10-06) SPECLIB040811 US 17-92 RiverWalk Phase II Method of Determining the Change in Contract Price Time and Materials Unit Prices Cost Plus Fixed Fee X Other Estimated change in Contract Price = $14.486.98 . If the change involves an additional increase, estimated amount is not to be exceeded without further authorization. Method of Determining the Change in Contract Time Contractor's Records Engineer's Records X As Specified Below Other Estimated change in Contract Time = 0 days. If the change involves an additional increase, estimated time is not to be exceeded without further authorization. Any documentation referenced/included with this form shall be incorporated into the Contract Documents, superseding original documents (if any) effective as of the date shown on this Form. Recommended By: .(, 4Yo /I /-V //,.� CPH, Inc. Date Executed By: ��f 1 Owner's AutAonzed Representative --/PA 7 — Co ractor' Authorized Representative END OF SECTION F P I N : 430913-1-58/68-01 City of Sanford Bid No. IFB 12/13-15 00945-2 SPECLIB040811 Date 11=>I115h14 Date t/ WORK CHANGE DIRECTIVE 2014-06-09 (Revised 2014-10-06) US 17-92 RiverWalk Phase II Work Directive No Project Name: Bid No.: Owner: Contractor: SECTION 00945 WORK CHANGE DIRECTIVE FORM 0019 US 17-92 RiverWalk Phase 11 City of Sanford Bid No. IFB 12/13-15 City of Sanford Ed Waters & Sons Contracting Co. Agreement Date: June 10th, 2013 (Notice to Proceed August 1St, 2013) Effective Date: October 8th, 2014 Description of Change: Contract Time extension to account for "Stop Work Notices" issued by City of Sanford to allow adequate review time for Engineer of Record and FDOT to ensure that the final constructed product would meet all Local, State, and Federal requirements as necessary for Federal Funding Reimbursement. Reason for Change: During construction, the Engineer brought attention to the City and Contractor that the requirements for the coatings of the steel sheet pile were unclear as provided in the permitted plans. For the purpose of coordinating with the FDOT as to minimum coating requirements per FDOT Specifications, the City issued a "Stop Work Notice" on 10/23/13 and construction activities recommenced on 10/31/13 for a total impact of 7 calendar days. Per FDOT specifications, upon issuance of a "Stop Work Notice", the Contractor may request and be granted Carrying Costs associated with idle work crews, equipment etc. The granted time extension has been granted by the City at the Daily rate of $2,628.96 per attached analysis spreadsheet. This Contract Price adjustment includes all applicable costs as allowable per Project Manual and FDOT specifications. If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s). Method of Determining the Change in Contract Price Time and Materials Unit Prices Cost Plus Fixed Fee X Other F P I N : 430913-1-58/68-01 City of Sanford Bid No. IFB 12113-15 00945-1 SPECLIB040811 WORK CHANGE DIRECTIVE 2014-10-06 US 17-92 RiverWalk Phase II Estimated change in Contract Price = $ 18.402.72 If the change involves an additional increase, estimated amount is not to be exceeded without further authorization. Method of Determining the Change in Contract Time Contractor's Records X Engineer's Records As Specified Below X Other (Contract Administrator's Contract Time Adjustment Letters) Estimated change in Contract Time = 7 days. If the change involves an additional increase, estimated time is not to be exceeded without further authorization. Any documentation referenced/included with this form shall be incorporated into the Contract Documents, superseding original documents (if any) effective as of the date shown on this Form. Recommended By: X/ CPH, Inc. Date Executed By: Owner's Authorized Representative a— C&Argcfor' Authorized Representative END OF SECTION F P I N : 430913-1-58168-01 City of Sanford Bid No. IFB 12113-15 00945-2 SPECLIB040811 Date i�l►x-1,4 Date WORK CHANGE DIRECTIVE 2014-10-06 US 17-92 RiverWalk Phase II Work Directive No. 0020 Project Name: Owner: Contractor: SECTION 00945 WORK CHANGE DIRECTIVE FORM US 17-92 RiverWalk Phase II City of Sanford Bid No. IFB 12/13-15 City of Sanford Ed Waters & Sons Contracting Co. Agreement Date: June 10th, 2013 (Notice to Proceed August 1St, 2013) Effective Date: October 8th. 2014 Description of Change: Contract Time extension to account for "Stop Work Notices" issued by City of Sanford to allow adequate review time for Engineer of Record to evaluate unforeseen soil conditions that resulted in unexpected stability concerns while driving the sheet pile material. Reason for Change: During construction, the Contractor brought attention to the City and Engineer that soil conditions were being encountered during the driving of the steel sheet pile where the sheet pile was sinking during and after driving operations. The City and Engineer reviewed the installation process and determined that the method of installation through use of vibratory hammer was the cause of the piles settling, and with adequate reconsolidation time, the piles met design requirements as installed. The "Stop Work Notice" was issued on November 22nd and Construction was resumed on December 5th for a total time impact (excluding holidays, weather days, or event days) of 8 days. Per FDOT specifications, upon issuance of a "Stop Work Notice", the Contractor may request and be granted Carrying Costs associated with idle work crews, equipment etc. The time extension has been granted by the City at the Daily rate of $2,628.96 per attached analysis spreadsheet. This Contract Price adjustment includes all applicable costs as allowable per Project Manual and FDOT specifications. If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s). Method of Determining the Change in Contract Price Time and Materials Unit Prices Cost Plus Fixed Fee X Other FPIN: 430913-1-58/68-01 WORK CHANGE DIRECTIVE City of Sanford Bid No. IFB 12/13-15 00945-1 2014-10-06 SPECLIB040811 US 17-92 RiverWalk Phase II Estimated change in Contract Price = $ 21 031.72 If the change involves an additional increase, estimated amount is not to be exceeded without further authorization. Method of Determining the Change in Contract Time Contractor's Records X Engineer's Records As Specified Below X Other (Contract Administrator's Contract Time Adjustment Letters) Estimated change in Contract Time = 8 days. If the change involves an additional increase, estimated time is not to be exceeded without further authorization. Any documentation referenced/included with this form shall be incorporated into the Contract Documents, superseding original documents (if any) effective as of the date shown on this Form. Recommended By: + A---- ---' J' Z,/ �1 CPH, Inc. Date Executed By: kLea,iA- Owner's Auth ized Representative /i Contractor's uthorized Representative END OF SECTION F P I N: 430913-1-58/68-01 City of Sanford Bid No. IFB 12/13-15 00945-2 SPECLIB040811 tt�<-{ Date a 115 ILi Date WORK CHANGE DIRECTIVE 2014-10-06 US 17-92 Riverwalk Phase II Work Directive No. 0021 Project Name: Bid No.: Owner: Contractor: Agreement Date: Effective Date: SECTION 00945 WORK CHANGE DIRECTIVE FORM US 17-92 RiverWalk Phase 11 City of Sanford Bid No. IFB 12/13-15 City of Sanford Ed Waters & Sons Contracting Co. June 10th, 2013 (Notice to Proceed August 1st, 2013) November 3rd, 2014 Description of Change: Contract Time extension to account for rain days, holidays, and/or event days as recorded by the City throughout the Construction period from the Months of June thru October. Reason for Change: City and FDOT Construction Project Administrator have maintained records of the days that the Contractor has been unable to work due to holidays, adverse weather conditions, and/or special events throughout the project. The attached logs/records are provided for justification of the proposed Contract Period Extension. If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s). Method of Determining the Change in Contract Price Time and Materials Unit Prices Cost Plus Fixed Fee X Other Estimated change in Contract Price = $ 0.00 If the change involves an additional increase, estimated amount is not to be exceeded without further authorization. FPIN: 430913-1-58/68-01 WORK CHANGE DIRECTIVE City of Sanford Bid No. IFB 12/13-15 00945-1 2014-11-03 SPEcuB040811 US 17-92 RiverWalk Phase If Method of Determining the Change in Contract Time Contractor's Records Engineer's Records X As Specified Below X Other (Contract Administrator's Contract Time Adjustment Letters) Estimated change in Contract Time = 47 days. If the change involves an additional increase, estimated time is not to be exceeded without further authorization. Any documentation referenced/included with this form shall be incorporated into the Contract Documents, superseding original documents (if any) effective as of the date shown on this Form. Recommended By: ww�'v,e_,-) &O^Ll CPH, Inc. Executed By: Owner's resentative Authorized Representative END OF SECTION Date Date Date FPIN: 430913-1-58/68-01 WORK CHANGE DIRECTIVE City of Sanford Bid No. IFB 12/13-15 00945-2 2014-11-03 SPECLIB040811 US 17-92 Riverwalk Phase II Work Directive No. 0022 Project Name: Bid No.: Owner: Contractor: Agreement Date: Effective Date: SECTION 00945 WORK CHANGE DIRECTIVE FORM US 17-92 Riverwalk Phase II City of Sanford Bid No. IFB 12/13-15 City of Sanford Ed Waters & Sons Contracting Co. June 10th, 2013 (Notice to Proceed August 1st, 2013) October 28th, 2014 Description of Change: Contract Quantity over run of Miscellaneous Asphalt and Stabilization to compensate Contractor for reconstruction of paved shoulder based upon unforeseen conditions. Reason for Change: Per discussions at the held meeting on October 27, 2014, it was noted the plans originally intended for 1" of the existing shoulder to be milled and resurfaced. Upon the milling operation, it became evident that only 4 -ft of the existing shoulder (adjacent to the travel lanes) contained a lime rock base material. The remaining 6 -ft shoulder width consisted of 2" thick miscellaneous asphalt over stabilized subgrade. Per our field meeting, the area from STA 514+00 to STA 523+00 where this existing condition occurred, the contractor will be allowed to install 2" of Miscellaneous Asphalt over re -compacted stabilized material to match pre -construction conditions. This will entail an overrun of Stabilization of 400 SY and 1" depth of Misc. Asphalt for the 4 -ft shoulder repair, resulting in not -to -exceed costs of $6,000 (400 SY Stabilization at $6/SY = $2,400 and 20 TN Misc. Asphalt at $180/TN = $3,600). Also discussed and agreed to in the field by the Contractor, City and Engineer, the contractor will repair the base and 1" of asphalt that was over milled from STA 523+00 to STA 528+00 at no cost to the project. The contractor will still be compensated for the 1" of resurfacing through this area per plan. The remaining resurfacing from STA 528+00 to the end of the project will be completed per plan. In consideration of delays to the paving operation, the City, Contractor, and Engineer have agreed to a 12 non -compensable calendar day extension to the Contract. The 12 -day extension is to account for the time differential between the Contractor's request for emergency pavement meeting on October 17th thru the original issuance of this WCD and Letter detailing corrective actions to be taken by the Contractor October 28tH Plan quantities are to be amended as follows; FPIN: 430913-1-58/68-01 WORK CHANGE DIRECTIVE City of Sanford Bid No. IFB 12/13-15 00945-1 2014-10-28 (Revised 2014-11-04) SPECLIB040811 US 17-92 RiverWalk Phase II 160-4 Type B Stabilization (LBF 40) (12") Current Plan Quantity Revised Plan Quantity 339-1 Miscellaneous Asphalt Pavement Current Plan Quantity Revised Plan Quantity 6,369 SY 6,769 SY (Increase 400 SY) ($2,400.00) 127 TN 147 TN (Increase 20 TN) ($3,600.00) If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s). Method of Determining the Change in Contract Price Time and Materials X Unit Prices Cost Plus Fixed Fee Other Estimated change in Contract Price = $ 6.000.00 . If the change involves an additional increase, estimated amount is not to be exceeded without further authorization. Method of Determining the Change in Contract Time Contractor's Records Engineer's Records X As Specified Below Other Estimated change in Contract Time = 12 days. If the change involves an additional increase, estimated time is not to be exceeded without further authorization. Any documentation referenced/included with this form shall be incorporated into the Contract Documents, superseding original documents (if any) effective as of the date shown on this Form. Recommended By: CPH, Inc. Executed By: Ow ' Au o ized Representative ne bu C ctor' Authorized Representative END OF SECTION FP IN: 430913-1-58/68-01 City of Sanford Bid No. IFB 12/13-15 00945-2 SPECLIB040811 Dates it, ra • f Date / 14 Date WORK CHANGE DIRECTIVE 2014-10-28 (Revised 2014-11-04) City of Sanford July 16`h, 2014 Certified via E -Mail Eric Prendergast, President Ed Waters & Sons Contracting Co. 3375 Agricultural Center Drive St. Augustine, Florida 32092 RE: ADJUSTMENT TO CONTRACT TIME FOR THE EFFECTS OF INCLEMENT WEATHER Fin No: 430913-1-58-01 FAP No: 4011-064-P Contract No: IFB 12113-15 County: Seminole Project Description: City of Sanford Riverwalk Phase 11 Project Dear Mr. Prendergast: The daily reports documenting the effects of inclement weather have been evaluated for the period beginning June 11, 2014 through June 30`h, 2014. It has been determined that eight (8) calendar days meet the criteria established by the Contract for granting additional contract time due to the effects of inclement weather. Therefore, eight (8) contract days will be added to the total authorized contract time. Your company has ten (10) days from receipt of this notice to appeal the number of days granted herein. Any such appeal must be accompanied by all available specific facts that support your position. Failure to make an appeal or to provide the specific facts supporting your positions within ten (10) days from receipt of this notice shall constitute a waiver of any rights to appeal the City of Sanford's decision at a later date. Sincerely, Mark T. iseman Project Administrator Cc: Robert Beall, Project Manager Cathy LoTempio, Fiscal Technician Jeff Davis, Senior Inspector D-5 Construction Special Projects File -1877-1 City of Sanford June 25, 2014 Certified via E -Mail Eric Prendergast, President Ed Waters & Sons Contracting Co. 3375 Agricultural Center Drive St. Augustine, Florida 32092 RE: ADJUSTMENT TO CONTRACT TIME FOR SUSPENSION OF OPERATIONS DURING SPECIAL EVENTS (EA SPORTS RIVERSIDE DASH — 15K RUN) Fin No: 430913-1-58-01 FAP No: 4011-064-P Contract No: AQX68 County: Seminole Project Description: City of Sanford Riverwalk Phase II Project Dear Mr. Prendergast: As outlined in Specification Subarticle 8-6.4, the Daily Reports documenting the special event period referenced above have been evaluated. It has been determined that one (1) calendar day April 6'h, 2014 (EA Sports Riverside Dash — 15K Run) meets the criteria established by the Contract for granting additional time due to the suspension of operations for this special event period. Pursuant to Specification Sub -Article 8-7.3.2, one (1) contract day will be added to the total authorized Contract Time. Your company has ten (10) days from receipt of this notice to appeal the number of days granted herein. Any such appeal must be accompanied by all available specific facts that support your position. Failure to make an appeal or to provide the specific facts within ten (10) days from receipt of this notice shall constitute a waiver of any rights to appeal the Department's decision at a later d ate. YMark ly, T. eman Project Administrator Cc: Robert Beall, Project Manager Cathy LoTempio, Fiscal Technician Jeff Davis, Senior Inspector D-5 Construction Special Projects File City of Sanford August 14`h, 2014 Certified via E -Mail Eric Prendergast, President Ed Waters & Sons Contracting Co. 3375 Agricultural Center Drive St. Augustine, Florida 32092 RE: ADJUSTMENT TO CONTRACT TIME FOR THE EFFECTS OF INCLEMENT WEATHER Fin No: 430913-1-58-01 FAP No: 4011-064-P Contract No: IFB 12/13-15 County: Seminole Project Description: City of Sanford Riverwalk Phase If Project Dear Mr. Prendergast: The daily reports documenting the effects of inclement weather have been evaluated for the period beginning July 1", 2014 through July 3151, 2014. It has been determined that fifteen (15) calendar days meet the criteria established by the Contract for granting additional contract time due to the effects of inclement weather. Therefore, fifteen (15) contract days will be added to the total authorized contract time. Your company has ten (10) days from receipt of this notice to appeal the number of days granted herein. Any such appeal must be accompanied by all available specific facts that support your position. Failure to make an appeal or to provide the specific facts supporting your positions within ten (10) days from receipt of this notice shall constitute a waiver of any rights to appeal the City of Sanford's decision at a later date. Sincerely, e A Mark T. iseman Project Administrator Cc: Robert Beall, Project Manager Cathy LoTempio, Fiscal Technician Jeff Davis, Senior Inspector D-5 Construction Special Projects File I City of Sanford July 16`x', 2014 Certified via E -Mail Eric Prendergast, President Ed Waters & Sons Contracting Co. 3375 Agricultural Center Drive St. Augustine, Florida 32092 RE: ADJUSTMENT TO CONTRACT TIME FOR SUSPENSION OF OPERATIONS DURING HOLIDAYS (INDEPENDENCE DAY) Fin No: 430913-1-58-01 FAP No: 4011-064-P Contract No: AQX68 County: Seminole Project Description: City of Sanford Riverwalk Phase 11 Project Dear Mr. Prendergast: As outlined in Specification Subarticle 8-6.4, the Daily Reports documenting the holiday period referenced above have been evaluated. It has been determined that one (1) calendar day July 4tn, 2014 (independence Day) meets the criteria established by the Contract for granting additional time due to the suspension of operations for this holiday period. Pursuant to Specification Sub - Article 8-7.3.2, one (1) contract day will be added to the total authorized Contract Time. Your company has ten (10) days from receipt of this notice to appeal the number of days granted herein. Any such appeal must be accompanied by all available specific facts that support your position. Failure to make an appeal or to provide the specific facts within ten (10) days from receipt of this notice shall constitute a waiver of any rights to appeal the Department's decision at a later date. Sincerely, Mark T. iseman Project Administrator Cc: Robert Beall, Project Manager Cathy LoTempio, Fiscal Technician Jeff Davis, Senior Inspector D-5 Construction Special Projects File City of Sanford July 10h, 2014 Certified via E -Mail Eric Prendergast, President Ed Waters & Sons Contracting Co. 3375 Agricultural Center Drive St. Augustine, Florida 32092 RE: ADJUSTMENT TO CONTRACT TIME FOR SUSPENSION OF OPERATIONS DURING SPECIAL EVENTS (City of Sanford Independence Day Special Events) Fin No: 430913-1-58-01 FAP No: 4011-064-P Contract No: AQX68 County: Seminole Project Description: City of Sanford Riverwalk Phase II Project Dear Mr. Prendergast: As outlined in Specification Subarticle 8-6.4, the Daily Reports documenting the special event period referenced above have been evaluated. It has been determined that four (4) calendar days July 3rd, 2014 and July 5",1014 through July 7rh, 2014 (City of Sanford Independence Day Special Events) meets the criteria established by the Contract for granting additional time due to the suspension of operations for this special event period. Pursuant to Specification Sub -Article 8-7.3.2, one (4) contract days will be added to the total authorized Contract Time. Your company has ten (10) days from receipt of this notice to appeal the number of days granted herein. Any such appeal must be accompanied by all available specific facts that support your position, Failure to make an appeal or to provide the specific facts within ten (10) days from receipt of this notice shall constitute a waiver of any rights to appeal the Department's decision at a later date. Sincere y, r Mark T. Wiseman Project Administrator Cc: Robert Beall, Project Manager Cathy LoTempio, Fiscal Technician Jeff Davis, Senior Inspector D-5 Construction Special Projects File pin%iN City of Sanford September 91h, 2014 Certified via E -Mail Eric Prendergast, President Ed Waters & Sons Contracting Co. 3375 Agricultural Center Drive St. Augustine, Florida 32092 RE: ADJUSTMENT TO CONTRACT TIME FOR THE EFFECTS OF INCLEMENT WEATHER Fin No: 430913-1-58-01 FAP No: 4011-064-P Contract No: lFB 12/13-15 County: Seminole Project Description: City of Sanford Riverwalk Phase II Project Dear Mr. Prendergast: The daily reports documenting the effects of inclement weather have been evaluated for the period beginning August 151, 2014 through August 31", 2014. It has been determined that six (6) calendar days meet the criteria established by the Contract for granting additional contract time due to the effects of inclement weather. Therefore, six (6) contract days will be added to the total authorized contract time. Your company has ten (10) days from receipt of this notice to appeal the number of days granted herein. Any such appeal must be accompanied by all available specific facts that support your position. Failure to make an appeal or to provide the specific facts supporting your positions within ten (10) days from receipt of this notice shall constitute a waiver of any rights to appeal the City of Sanford's decision at a later date. Sincerely, (Mark T. Wi/ an Project Administrator Cc: Robert Beall, Project Manager Cathy LoTempio, Fiscal Technician Jeff Davis, Senior Inspector D-5 Construction Special Projects File =18=77 City of Sanford September 91h, 2014 Certified via E -Mail Eric Prendergast, President Ed Waters & Sons Contracting Co. 3375 Agricultural Center Drive St. Augustine, Florida 32092 RE: ADJUSTMENT TO CONTRACT TIME FOR SUSPENSION OF OPERATIONS DURING HOLIDAYS (LABOR DAY) Fin No: 430913-1-58-01 FAP No: 4011-064-P Contract No: AQX68 County: Seminole Project Description: City of Sanford Riverwalk Phase II Project Dear Mr. Prendergast: As outlined in Specification Subarticle 8-6.4, the Daily Reports documenting the holiday period referenced above have been evaluated. It has been determined that three (3) calendar days August 3o`h, 2013 through September 15t, 2014 (Labor Day) meets the criteria established by the Contract for granting additional time due to the suspension of operations for this holiday period. Pursuant to Specification Sub -Article 8-7.3.2, three (3) contract days will be added to the total authorized Contract Time. Your company has ten (10) days from receipt of this notice to appeal the number of days granted herein. Any such appeal must be accompanied by all available specific facts that support your position. Failure to make an appeal or to provide the specific facts within ten (10) days from receipt of this notice shall constitute a waiver of any rights to appeal the Department's decision at a later date. Sincerely, M ark T. Wisan Project Administrator Cc: Robert Beall, Project Manager Cathy LoTempio, Fiscal Technician Jeff Davis, Senior Inspector D-5 Construction Special Projects File City of Sanford October 15`, 2014 Certified via E -Mail Eric Prendergast, President Ed Waters & Sons Contracting Co. 3375 Agricultural Center Drive St. Augustine, Florida 32092 RE: ADJUSTMENT TO CONTRACT TIME FOR THE EFFECTS OF INCLEMENT WEATHER Fin No: 430913-1-58-01 FAP No: 4011-064-P Contract No: IFB 12/13-15 County: Seminole Project Description: City of Sanford Riverwaik Phase II Project Dear Mr. Prendergast: The daily reports documenting the effects of inclement weather have been evaluated for the period beginning September V, 2014 through September 30", 2014. It has been determined that eight (a) calendar days meet the criteria established by the Contract for granting additional contract time due to the effects of inclement weather. Therefore, eight (8) contract days will be added to the total authorized contract time. Your company has ten (10) days from receipt of this notice to appeal the number of days granted herein. Any such appeal must be accompanied by all available specific facts that support your position. Failure to make an appeal or to provide the specific facts supporting your positions within ten (10) days from receipt of this notice shall constitute a waiver of any rights to appeal the City of Sanford's decision at a later date. Sincere/jy, Mark T. Vem Project Administrator Cc: Robert Beall, Project Manager Cathy LoTempio, Fiscal Technician Jeff Davis, Senior Inspector D-5 Construction Special Projects File November 4'h, 2014 Certified via E -Mail Eric Prendergast, President Ed Waters: & Sons Contracting Co. 3375 Agricultural Center Drive St. August ! ine, Florida 32092 RE: AD : IUSTMENT TO CONTRACT TIME FOR THE EFFECTS OF INCLEMENT WEATHER Fin No: 430913-1-58-01 FAP No: 4011-064-P Contract No: IFI3 12/13-15 County: Seminole Project Description: City of Sanford Riverwalk Phase 11 Project Dear Mr. Prendergast: The daily reports documenting the effects of inclement weather have been evaluated for the period beginning October 1", 2014 through October 31', 2014. It has been determined that one (1) calendar day meet the criteria established by the Contract for granting additional contract time due to the effects of inclement weather. Therefore, one (1) contract day will be added to the total authorized contract time. Your company has ten (10) days from receipt of this notice to appeal the number of days granted herein. Any such appeal must be accompanied by all available specific facts that support your position. Failure to make an appeal or to provide the specific facts supporting your positions within ten (10) days from receipt of this notice shall constitute a waiver of any rights to appeal the City of Sanford's i decision at a later date. Sin rely, Mark9iseman Project Administrator Cc: Robert Beall, Project Manager Cathy LoTempio, Fiscal Technician Jeff Davis, Senior Inspector D-5, Construction Special Projects File US 17-92 RiverWalk Phase II Change Order No. Project Name: Bid No.: Owner: Contractor: Agreement Date: SECTION 00950 CHANGE ORDER FORM 003 US 17-92 RiverWalk Phase II City of Sanford Bid No. IFB 12/13-15 City of Sanford Ed Waters & Sons Contracting Co. June 10th, 2013 (Notice to Proceed August 1St, 2013) This Change Order is necessary to cover changes in the work to be performed under this Agreement. The GENERAL CONDITIONS, SUPPLEMENTARY CONDITIONS, and STANDARD SPECIFICATIONS apply to and govern all work under this Change Order. THE FOLLOWING CHANGES ARE MADE TO THE CONTRACT DOCUMENTS: (1) Original Contract Price (2) Current Contract Price (Adjusted by Previous Change Orders) (3) Total Proposed Change in Contract Price (4) New Contract Price (Item 2 + Item 3) (5) Original Contract Time (6) Current Contract Time (Adjusted by Previous Change Orders) (7) Total Proposed Change in Contract Time (8) New Contract Time (Item 6 + Item 7) (9) New Contract Substantial Completion Date F P I N : 430913-1-58/68-01 City of Sanford Bid No. IFB 12/13-15 00950-1 SPECLIB040811 $ 4,923,470.82 $ 5,191,079.03 $ 339,379.25 $ 5,530,458.28 305 Days 389 Days 105 Days 494 Days December 7t", 2014 CHANGE ORDER FORM 11-04-2014 US 17-92 RiverWalk Phase II CHANGES ORDERED ITEM 1 Description of Change: Unforeseen Drainage Outfall Structure Reason for Change: Contract Price adjustment to address unforeseen conditions (one additional outfall structure located as a result of construction activities) that resulted in additional costs to the Contractor in order to meet Engineering intent of permitted plans. Approved costs are for constructed improvements beyond permitted plan quantities as required within WCD No. 04 and RFI No. 11. Change in Contract Price: $9,988.00 Change in Contract Time: 0 Days Description of Change: Seawall Cap Profile Revision and Project Credit Reason for Change: Construction plans were modified in advance of Change Order No. 2 to address sea wall design conflicts resulting from the pending cantilevered structure design/construction as requested by the City. Plan modifications reduced proposed construction work to be completed as detailed within WCD No. 5 resulting in an overall credit to the Project. Change in Contract Price: ($2,129.00) (Credit to Project) Change in Contract Time: 0 Days FPIN: 430913-1-58/68-01 City of Sanford Bid No. IFB 12/13-15 00950-2 SPECLIB040811 CHANGE ORDER FORM 11-04-2014 US 17-92 Riverwalk Phase II ITEM 3 Description of Change: Unforeseen sea wall cap transitions at Mills Creek Reason for Change: Per determination of Engineer, the modification to proposed sea wall cap transitions at Mill Creek were required to ensure the stability of constructed seawall, adjacent pedestrian bridge and trail as a result of unforeseen soil conditions. Modifications to Contract work were per WCD No. 6 and RFI No. 20. All work was limited to Unit Quantity overruns of permitted plan quantities. Change in Contract Price: $6,065.00 Change in Contract Time: 0 Days ITEM 4 Description of Change: Sea wall cap concrete Contract Quantity overrun Reason for Change: As required for approval of alternative steel sheet pile material, and as necessary to address plan requirements, the permitted quantity for structural concrete has been adjusted per WCD No. 8. All work was limited to Unit Cost Overruns of permitted plan quantities. Change in Contract Price: $108,605.00 Change in Contract Time: 0 Days ITEM 5 Description of Change: Unforeseen H -pile overrun and carrying costs Reason for Change: Resulting from unforeseen soil conditions, the pedestrian bridge foundation H -Piles failed to reach minimum design loading capacity. Additional material, labor and carrying costs were authorized as required to ensure that minimum design loading requirements were met. The additional material is compensated as a unit quantity overrun, and per City agreement (as based upon City & Engineer records), 30 Calendar days of idle crew/equipment costs, carrying costs, etc. as detailed/authorized within WCD No. 9. Change in Contract Price: $107,547.81 Change in Contract Time: 30 Days FPIN: 430913-1-58168-01 CHANGE ORDER FORM City of Sanford Bid No. IFB 12/13-15 00950-3 11-04-2014 SPECLIB040811 US 17-92 RiverWalk Phase II ITEM 6 Description of Change: Construction Conditions — Mill Creek handrail transitions Reason for Change: Revisions to Permitted Plans were required on both sides of Mills Creek to provide ADA compliant transitions from trail to pedestrian bridge resulting from Construction deviations to address unforeseen field conditions. Revised construction to be compensated as unit quantity overruns per WCD No. 11. Change in Contract Price: $3,972.00 Change in Contract Time: 0 Days ITEM 7 Description of Change: Construction Acceleration - Guardrail realignment Reason for Change: For the purpose of minimizing potential impacts to the project schedule, the Engineer provided Plan Revisions to allow additional horizontal clearances between the guardrail and seawall. These modifications facilitated the use of direct -bury light poles as ordered by the Contractor. All adjustments are compensated as unit quantity reductions/overruns per WCD No. 12, FO No. 4, and RFI No. 37. Change in Contract Price: $18,372.00 Change in Contract Time: 0 Days ITEM 8 Description of Change: Safety Modification for sea wall cap transition Reason for Change: As observed during construction, the plan seawall cap transition between Phase I and II was abrupt and a potential safety hazard with the presence of a gap between differing sea wall caps. Per City request, the Contractor was directed to construct an additional tower to alleviate the aesthetic concerns while also addressing the safety concerns attributed to the gap. The modifications are per WCD No. 13. Change in Contract Price: $2,840.00 Change in Contract Time: 0 Days F P I N : 430913-1-58168-01 City of Sanford Bid No. IFB 12/13-15 00950-4 SPECLIB040811 CHANGE ORDER FORM 11-04-2014 US 17-92 RiverWalk Phase II UAM Description of Change: Sea wall material change — Cost Savings Initiative Reason for Change: Through coordination between Contract, City, and Engineers, the Contractor was provided approval for the use of an alternative sheet pile material resulting in a cost savings to the Project. Change in Contract Price: ($62,827.37) Credit to Project Change in Contract Time: 0 Days ITEM 10 Description of Change: Construction Conditions - Silt fence overrun Reason for Change: As approved by the City, Contractor installed silt fence in excess of permitted plan quantity. Per City and Contractor agreement, the overrun quantity is to be compensated at Contractor Unit Bid Price with a defined quantity, not to exceed, as detailed with WCD No. 15. Change in Contract Price: $31,770.00 Change in Contract Time: 0 Days ITEM 11 Description of Change: Material Change Request - Anchor overrun Reason for Change: Per City's request for consideration of alternative Anchor material, additional anchors beyond permitted plan quantity were required to meet structural design requirements. The additional anchor material is to be paid for as a Unit Quantity overrun per WCD No. 16. Change in Contract Price: $50,909.43 Change in Contract Time: 0 Days FPIN: 430913-1-58(68-01 CHANGE ORDER FORM City of Sanford Bid No. IFB 12113-15 00950-5 11-04-2014 SPECLIB040811 US 17-92 Riverwalk Phase II ITEM 12 Description of Change: Delay Impact — Light Fixture Price Adjustment Reason for Change: Per City and Contractor agreement, shared responsibility in Project delays resulted in direct material cost increases to the Contractor for the procurement of Light Fixtures. The City has agreed to compensate the Contractor for the difference of current material cost vs. material cost at the time of bid; with no additional mark-up, profit, overhead, etc. by the Contractor as detailed within WCD No. 17. Change in Contract Price: $14,486.98 Change in Contract Time: 0 Days ITEM 13 Description of Change: Permit Compliance - SWPP sediment barrier Reason for Change: Resulting from Project delays, and observations of potential Erosion Control concerns, the Contractor was directed to install additional silt fence material to meet SWPP/NPDES Requirements. Contractor agreed to a reduced Contract Unit Price for the overrun of Plan Quantity required per WCD No. 18. One additional Contract Day was required for installation of additional sediment barrier. Change in Contract Price: $4,344.96 Change in Contract Time: 1 Days FPIN: 430913-1-58/68-01 City of Sanford Bid No. IFB 12/13-15 00950-6 SPECLIB040811 10T.7-[i[ITOI;ATJ 11-04-2014 US 17-92 RiverWalk Phase II ITEM 14 Description of Change: Federal Aide Project Requirements (F.A.P.R.) Compliance - Stop Work Notice No. 1 Reason for Change: Per Contract requirements/allowances, Contractor is being provided Contract Time adjustment of 7 Calendar days and associated carrying costs for idle crews/equipment resulting from the City's Issuance of a Stop Work Order. The Stop Work Order was required to allow the City, FDOT, and Engineer to review the steel sheet pile coating requirements to ensure that the constructed material would meet all Local, State, and Federal requirements as necessary to meet Federal Funding Reimbursement requirements for the Project. Contract Cost and Time adjustment are as defined within WCD No. 19. Change in Contract Price: $18,402.72 Change in Contract Time: 7 Days ITEM 15 Description of Change: Unforeseen Conditions - Stop Work Notice No. 2 Reason for Change: Per Contract requirements/allowances, Contractor is being provided Contract Time adjustment of 8 Calendar days and associated carrying costs for idle crews/equipment resulting from the City's Issuance of a Stop Work Order. The Stop Work Order was required to allow the City, FDOT, and Engineer to review unforeseen soil conditions resulting in the settlement of installed sheet pile material. Contract Cost and Time adjustment are as defined within WCD No. 20. Change in Contract Price: $21,031.72 Change in Contract Time: 8 Days F P I N : 430913-1-58/68-01 City of Sanford Bid No. IFB 12/13-15 00950-7 SPECLIB040811 C+i:TTiLrI��I77� 7 �+7��i1 11-04-2014 US 17-92 RiverWalk Phase II ITEM 16 Description of Change: Weather, Holidays, or special event day Contract Time extension Reason for Change: Standard Contract Time extension for non -compensatory contract day adjustments to account for days that the Contractor was not allowed or able to perform Construction activities due to the weather conditions, Holidays, or special events during the construction period of June 1s',2014 thru October 31St, 2014. Contract Time extension is as detailed within WCD No. 21. Change in Contract Price: $0.00 Change in Contract Time: 47 Days ITEM 17 Description of Change: Unforeseen Conditions - Shoulder Reconstruction Reason for Change: Based upon unforeseen shoulder conditions, the Contractor was directed to construct additional asphalt and stabilization as detailed within WCD No. 22. Additional asphalt and stabilization is to be compensated by Unit Quantity overruns not to exceed values defined within WCD No. 22. Change in Contract Price: $6,000.00 Change in Contract Time: 12 Days FPIN: 430913-1-58168-01 CHANGE ORDER FORM City of Sanford Bid No. IFB 12113-15 00950-8 11-04-2014 SPECLIB040811 US 17-92 RiverWalk Phase II ITEM 18 Description of Change: Field Orders & Non-Time/Compensatory Work Change Directives Reason for Change: Plan Modifications, Field Order Directives, and Work Change Directives that do not require a Contract Time or Contract Cost adjustment. This item formalizes the following Contract documents addition to the Contract; • WCD No. 1 (Voided) and associated FO No. 2 for Plan modification of Alignment Tables. • WCD No. 2 (Voided) and associated FO No. 3 for Plan Revisions to clarify proposed Sea Wall Alignment Geometry. • WCD No. 3 for Plan Modification to limit requirement of powder coating to decorative ribbon to be mounted on pedestrian handrail as opposed to entire handrail. • FO No. 1 directing pedestrian handrail to be installed closer to face of sea wall cap for safety reasons. Change in Contract Price: $0.00 Change in Contract Time: 0 Days FPIN: 430913-1-58168-01 CHANGE ORDER FORM City of Sanford Bid No. IFB 12113-15 00950-9 11-04-2014 SPECLIB040811 US 17-92 RiverWalk Phase II WAIVER This Change Order constitutes full and mutual accord and satisfaction for the adjustment of the Contract Price and Contract Time as a result of increases or decreases in cost and time of performance caused directly and indirectly from the change. Acceptance of this Waiver constitutes an agreement between OWNER and CONTRACTOR that the Change Order represents an equitable adjustment to the Agreement and that CONTRACTOR shall waive all rights to file a Contract Claim or claim of any nature on this Change Order. Execution of this Change Order shall constitute CONTRACTOR's complete acceptance and satisfaction that it is entitled to no more costs or time (direct, indirect, impact, etc.) pursuant to this Change Order. FPIN: 430913-1-58/68-01 CHANGE ORDER FORM City of Sanford Bid No. IFB 12/13-15 00950-10 11-04-2014 SPECLIB040811 CHANGE ORDER SUMMARY No. Description Change in Contract Price Change in Contract Time 1 Unforeseen Drainage Outfall Structure $ 9,988.00 0 Days 2 Seawall Cap Profile Revision and Project Credit $ 2,129.00 0 Days 3 Unforeseen sea wall cap transitions at Mills Creek $6,065.00 0 Days 4 Sea wall cap concrete Contract Quantity overrun $ 108,605.00 0 Days 5 Unforeseen H - pile overrun and carrying costs $ 107,547.81 30 Days 6 Const. Conditions — Mill Creek handrail transitions $ 3,972.00 0 Days 7 Construction Acceleration - Guardrail realignment $ 18,372.00 0 Days 8 Safety Modification for sea wall cap transition $ 2,840.00 0 Days 9 Sea wall material change — Cost Savings Initiative $ 62,827.37 0 Days 10 Construction Conditions - Silt fence overrun $ 31,770.00 0 Days 11 Material Change Request - Anchor overrun $ 50,909.43 0 Days 12 Delay Impact — Light Fixture Price Adjustment $ 14,486.98 0 Days 13 Permit Compliance - SWPP sediment barrier $ 4,344.96 1 Days 14 F.A. P.R. Compliance - Stop Work Notice No. 1 $ 18,402.72 7 Days 15 Unforeseen Conditions - Stop Work Notice No. 2 $ 21,031.72 8 Days 16 Weather, Holidays, orspecial events $ 0.00 47 Days 17 Unforeseen Conditions - Shoulder Reconstruction $ 6,000.00 12 Days 18 FO's & Non-Time/Compensatory WCD's $ 0.00 0 Days TOTAL $ 339,379.25 105 Days WAIVER This Change Order constitutes full and mutual accord and satisfaction for the adjustment of the Contract Price and Contract Time as a result of increases or decreases in cost and time of performance caused directly and indirectly from the change. Acceptance of this Waiver constitutes an agreement between OWNER and CONTRACTOR that the Change Order represents an equitable adjustment to the Agreement and that CONTRACTOR shall waive all rights to file a Contract Claim or claim of any nature on this Change Order. Execution of this Change Order shall constitute CONTRACTOR's complete acceptance and satisfaction that it is entitled to no more costs or time (direct, indirect, impact, etc.) pursuant to this Change Order. FPIN: 430913-1-58/68-01 CHANGE ORDER FORM City of Sanford Bid No. IFB 12/13-15 00950-10 11-04-2014 SPECLIB040811 US 17-92 RiverWalk Phase II APPROVAL AND CHANGE ORDER AUTHORIZATION ACKNOWLEDGMENTS The aforementioned change, and work affected thereby, is subject to all provisions of the original Agreement and 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 Agreement other than matters expressly provided herein. WITNESS to CONTRACTOR: Date ATTEST: (Signat e) tt—(E;"(L( Date (Seal) FPIN: 430913-1-58/68-01 City of Sanford Bid No. IFB 12/13-15 SPECLIB040811 F�b W4zers kZ Contractor Pri ted Na and Title of Officer to ign ure) ll�s%�4 Date (Corporate Seal) City of Sanford Owner ,1el2e Pray 2 Printed Name and Title / By (Signature) to -t -1 -tom Date END OF SECTION 00950-11 CHANGE ORDER FORM 11-04-2014