Loading...
HomeMy WebLinkAbout1999 10 11 Consent Item C COMMISSION AGENDA ITEM c CONSENT X INFORMATIONAL PUBLIC HEARING REGULAR October 11, 1999 Meeting MGR ~PT jP'}/ Authorization REQUEST: Utility Department Requesting Authorization to Enter into a Contractual Agreement for the Blower Replacement and Installation Project PURPOSE: The purpose of this Board item is to request authorization to enter into a contractual agreement with Controlled Environments for Industries, Inc. for the replacement and installation of a blower at the West Water Reclamation Facility at a cost of $58,885.00 plus a 10% contingency. CONSIDERATIONS: This project is needed to replace the blower at the West WRF that has failed. Blowers provide oxygen to the biological treatment process. The West WRF has three blowers of which two have already been replaced. The third blower failed which leaves the operation without a backup. Bids for this project were received on September 8, 1999 under Bid #ITB-017-99/DT. The low bidder was Controlled Environments for Industry, Inc. of Jacksonville with a bid of $71,315.00. The budget for this project was $30,000. The low bidder was contacted to ascertain what reductions in the scope could be made to lower the cost which are quantified in change order #1. The net cost is reduced to $58,885.00 with the change order. The reductions do not jeopardize the quality or reliability of the project. The scope of work includes replacement of the blower and 150 HP motor, all electrical work, balancing, and startup. October 11, 1999 Consent Agenda Item C Page 2 FUNDING: The bid of $71 ,315.00 was over the $30,000 budgeted for this project in the Utility Capital Improvement line code. The scope of the project was reduced to $58,885 with change order #1, which is still over budget. The reclaimed project in the previous agenda item was under budget by about $80,000. Since the funds in the Construction Fund need to be spent by next year, the $58,885 could be allocated from the $80,000 that is available in the Utility Construction Fund (3630-56310). Funds will be expended within 120 days. RECOMMENDATION: It is recommended that authorization be granted to enter into a contractual agreement with Controlled Environments for Industries, Inc. for the replacement and installation of a blower at the West Water Reclamation Facility at a cost of$58,885.00 plus a 10% contingency as described in Bid #ITB-O 17 -99- DT and change order # 1 payable from the Utility Construction Fund capital improvements line code #3630- 56310. IMPLEMENTATION SCHEDULE: The scope of work will be completed within 120 days of issuance of the Notice to Proceed. Construction is tentatively planned to begin in January. ATTACHMENTS: 1. City Clerk Summary - Bid #ITB-017-99-DT 2. Proposal and Agreement with change order #1 3. Capital Projects Coordinator COMMISSION ACTION: A TT ACHMENT NO. 1 CITY OF WINTER SPRINGS, FLORIDA 1126 EAST STATE ROAD 434 WINTER SPRINGS. FLORIDA 32708-2799 Telephone (407) 327-1800 BLOWER REPLACEMENT BID NUMBER: ITB-017-99IDT BID OPENING DATE: September 8,1999 The Bid Opening Was Called By: Ms. Nancy Vobornik Purchasing Department Bid Opened: Bid Closed: 3:00 p.m. 3:02 p.m, Four (4) Bids Received: 1. CONTROLLED ENVIRONMENTS FOR INDUSTRY, INC. POST OFFICE BOX 10428, JACKSONVILLE, FLORIDA 32247-0428 TELEPHONE: (904) 396-6181 BASE BID: $71,315.00 2. AIR MECHANICAL & SERVICE CORP. 425-C GASTON FOSTER ROAD, FLORIDA 32807 TELEPHONE: (407) 381-9232 FACSIMILE: (407) 381-9412 BASE BID: $73,817,00 3. BEACH CONSTRUCTION COMPANY, INC. POST OFFICE BOX 141860, GAINESVILLE, FLORIDA 32614-1860 TELEPHONE: (352) 335-5556 FACSIMILE: (352) 335-5665 BASE BID: $72,900,00 4. ECONO-AIR CORPORATION 1987 CORPORATE SQUARE #159, LONGWOOD, FLORIDA 32750 TELEPHONE: (407) 339-7460 BASE BID: $79,528.00 Amy R, Lovin I ss, Interim Assistant City Clerk City of Wint prings Copy: Mr. Kipton D. Lockcuff, P,E" Director, Public Works/Utility Department Ms, Nancy Vobornik, Purchasing Department DOCSlbids/rcsults/fy9899/99-0 17,doc A TT ACHMENT NO. 2 AGREEMENT THIS AGREEMENT MADE THIS DAY OF , 199_ between the CITY OF WINTER SPRINGS of 1126 East State Road 434, Winter Springs, Florida 32708, Seminole County, State of Florida, herein referred to as OWNER and CONTROLLED ENVIRONMENTS FOR INDUSTRY, INC. of Jacksonville, Florida, herein referred to as CONTRACTOR, a person duly licensed as a Contractor in the State of Florida, as follows: 1. DESCRIPTION OF WORK - CONTRACTOR shall perform the work, in accordance with the Contract Documents, for the Blower Replacement and Installation project at the West WWTP. 2, CONTRACT DOCUMENTS - The Contract Documents consist of this Agreement; all Technical, General and Supplementary Conditions and Sections contained in the Project Manual; the Drawings as listed on the Bid Form and Index to Drawings; all Addenda issued prior to and all Change Orders issued after execution of this Agreement. These form the Contract and are incorporated into this Contract by this reference. 3. CONTRACT TIME - The CONTRACTOR shall begin work within 10 calendar days after the issuance of a written Notice to Proceed and shall complete the work within 60 calendar days from the date of the Notice to Proceed. Extensions, if any, are authorized by OWNER, and may only be granted in writing. 4. LIOUIDATED DAMAGES - OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not substantially complete within the time specified in Paragraph 3 above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not substantially complete on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER $100.00 for each day that expires after the time specified in Paragraph 3 for substantial completion has expired until the work is finally complete and the Substantial Completion Certificate has been issued and that OWNER has paid to CONTRACTOR the consideration of Ten ($10.00) Dollars as consideration for this provision. 5. CONTRACT PRICE, LUMP SUM CONTRACT - The OWNER will pay the CONTRACTOR in current funds for the performance of the work, subject to additions and deductions by Change Order, the Total Contract Price of SEVENTY ONE THOUSAND THREE HUNDRED FIFTEEN and 00/100 DOLLARS ($ 71,315.00.) 6, PROGRESS PAYMENTS - OWNER shall make progress payments on account of the contract price to CONTRACTOR, on the basis of application for payments submitted to the City or their authorized representative, by CONTRACTOR as the work progresses, and in accordance with the Contract Documents. Progress payments may be withheld if: (A) Work is found defective and not remedied; (B) Contractor does not make prompt and proper payments to subcontractors; (C) Contractor does not make prompts and proper payments for labor, materials, or equipment furnished him; (D) Another Contractor is damaged by an act for which Contractor is responsible; (E) Claims or liens are filed on the job; or (F) In the opinion of the City of Winter Springs, Contractor's work is not progressing satisfactorily. 7. FINAL PAYMENT - OWNER shall withhold up to 10% of the Contract Price throughout the project. The Owner shall release 50%of the amount withheld upon issuance of the Substantial Completion Certificate. The remaining 50% of the amount withheld shall be released with the Final Payment after the issuance of the Final Completion Certificate. OWNER shall make final payment to CONTRACTOR within thirty (30) days after the work is fully and properly completed, if the contract has been fully and timely performed, but subject to the condition that final payment shall not be due until CONTRACTOR has delivered to OWNER a complete release of all liens arising out of the contract, or receipt releases of lien fully covering all labor, materials and equipment for which a lien could be filed, or in the alternative a bond satisfactory to OWNER indemnifying him against such claims. By making payments OWNER does not waive claims including but not limited to those relating to: (A) Faulty work appearing after substantial completion has been granted; (B) Work that does not comply with the Contract Documents; (C) Outstanding claims of liens; or (D) Failure of Contractor to comply with any special guarantees required by the Contract Documents. CONTRACTOR, by accepting final payment, waives all claims except those which he has previously made in writing, and which remain unsettled at the time of acceptance of payment pursuant to this contract. 8. DESIGNATION OF PROJECT DIRECTOR OR ARCHITECT OR ENGINEER: DUTIES AND AUTHORITY - The duties and authority of the City are as follows: a. General Administration of Contract. The primary function of the City is to provide the general administration of the contract. In performance of these duties George F. Edwards, Capital Projects Coordinator, is the City's Project Director during the entire period of construction. The OWNER (City) may change the Project Director during the term of this contract. b. Inspections. Opinions. and Proaress Reports. The OWNER shall be kept familiar with the progress and quality of the work by CONTRACTOR and may make periodic visits to the work site. The OWNER will not be responsible for the means of construction, or for the sequences, methods, and procedures used therein, or for the CONTRACTOR's failure to perform the work in accordance with the Contract Documents. c. Access to Work Site for Inspections. The OWNER shall be given free access to the works site at all times during work preparation and progress. The Project Director is not obligated to make exhaustive or continuous on site inspections to perform his duties of checking and reporting on work progress, and any such inspections shall not waive Owner's claim regarding defective work by Contractor. d. Interpretation of Contract Documents: Decisions on Disputes. The OWNER will be the initial interpreter of the contract document requirements, and make decisions on claims and disputes between Contractor and Owner. e. Reiection and Stoppaae of Work. The OWNER shall have authority to reject work which in its opinion does not conform to the Contract Documents, and in this connection may stop the work or a portion thereof, when necessary. f. Payment Certificates. The OWNER will determine the amounts owing to CONTRACTOR as the work progresses, based on CONTRACTOR's applications and OWNER's inspections and observations, and will issue certificates for progress payments and final payments in accordance with the terms of the Contract Documents. 9. RESPONSIBILITIES OF CONTRACTOR - CONTRACTOR's duties and rights in connection with the project herein are as follows: a. Responsibility for Supervision and Construction. CONTRACTOR shall be solely responsible for all construction under this contract, including the techniques, sequences, procedures and means, for the coordination of all work. CONTRACTOR shall supervise and direct the work, and give it all attention necessary for such proper supervision and direction. b. Discipline and Employment. CONTRACTOR shall maintain at all times strict discipline among his employees, and he agrees not to employ for work on the project any person unfit or without sufficient skill to perform the job for which he was employed. c. FurnishinQ of Labor. Materials. etc. CONTRACTOR shall provide and pay for all labor, materials and equipment, including tools, construction equipment and machinery, utilities, including water, transportation, and all other facilities and services necessary for the proper completion of work on the project in accordance with the Contract Documents. d. Payment of Taxes: Procurement of Licenses and Permits. CONTRACTOR shall secure all licenses and permits necessary for proper completion of the work, paying the fees therefor. CONTRACTOR warrants that it (and subcontractors or tradesmen, if authorized in the Contract Documents) hold or will secure all trade or professional licenses required by law for CONTRACTOR to undertake the contract work. e. CONTRACTOR will provide written guarantee for work and materials for one (1) calendar year after acceptance by OWNER. 10. BOND - CONTRACTOR shall supply a materials, performance and payment bond(s) in accordance with Florida law and to the satisfaction of OWNER, in an amount specified in the Contract Documents. 11. MEDIATION/VENUE - The parties agree that should any dispute arise between them regarding the terms or performance of this Agreement, both parties will participate in a mediation. The parties agree to equally share the cost of the mediator. Should the parties fail to resolve their differences through mediation, then any cause of action filed hereunder shall be filed in the Circuit or County Court for Seminole County, Florida. 12. NOTICES - Any notice or approval under this Contract shall be sent, postage prepaid, to the applicable party at the address shown on the first page of this Contract. Signed, Sealed and Delivered in the presence of: Contractor: Name: Address and Telephone: Owner: City of Winter Springs By: Ronald W. McLemore City Manager 1126 East State Road 434 Winter Springs, FL. 32708 407-327-1800 City of Winter Springs CONTRACT CHANGE ORDER Change Order No.1 Project No. 017-99 Project Title: Blower Replacement and Installation Contractor: Controlled Environments for Industry. Inc. Reason for Change Deletion and Addition of Items The Following Modifications to the Contract are Hereby Ordered: I Item No. and Description Item Value I SECTION 11373 BLOWERS: 1 Delete Sub-section 1.04.AA Anchoring Blower to Pad $ (300,00) 2 Delete Sub-section 1,04.C, Special tools, etc. $ (1,630.00) 3 Delete Sub-section 1,04.0, Spare Parts $ (1,500.00) 4 Delete Sub-section 2.08 A, 1- Butterfly Valve $ (1,600.00) 5 Delete Sub-section 2,08 B, 1- 12" Wafer Check Valve $ (3,500.00) 6 Delete Sub-section 2,08.C,1-12" Expansion Joint $ (1,650.00) 7 Delete Sub-section 2,09, Control Panel and Accessories $ (4,600.00) TOTAL DEDUCTS ($14,780.00) 1 Substitute TEFC Premium Efficiency Motor $ 2,350.00 TOTAL ADDITIONS $2,350.00 CHANGE ORDER VALUE: ($12,430.00) Origional Contract Price: $71,315.00 Total Value Previous Change Orders: $0.00 Total Value CO #1 ($12,430.00) New Contract Price: $58,885.00 Origional Contract Duration 60 days Proposed Time Extension 60 days New Contract Duration 120 DAYS Accepted By Contractor: Date: Cap. Prj. Coordinator: Date: Dir. Pb Wks/Utilities: Date: Accepted By Owner: Date: ATTACHMENT NO.3 MEMORANDUM TO: Kip Lockcuff, P. E. Utilities Director /~ // 11, I W~ FROM: George F. Edwards Capital Projects Coordinator RE: Bid Analysis, Bid # ITB-017 -99-0T Blower ReDlacement and Installation OA TE: 28 September, 1999 On Wednesday, September 8, 1999, the City of Winter Springs received four bids for the replacement of a defective blower at the West VVWTP. The bids received were priced as follows: Company Base Bid Controlled Environments for Industries, Inc. Beach Construction Company, Inc. Air Mechanical & Service, Corp, Econo-Air Corporation $71,315.00 $72,900.00 $73,817.00 $79,528.00 The amount budgeted for the project was $30,000.00 EVALUATION OF RESPONSIVENESS The low bidder, Controlled Environments for Industry, Inc., provided all required documentation with their bid to establish responsibility. The bid may be considered responsive. EVALUATION OF RESPONSIBILITY A review of the documents confirmed that the bidder met the responsibility criteria established in the contract. I spoke directly with the President of the company to confirm their bid prices. They acknowledged the accuracy of the bid. I contacted three trade references. All three gave positive reports. FUNDING The low bid of $71,315.00 is above the amount approved for this project in the Renewal and Replacement Fund. The budgeted amount was $30,000 however there is scope to reduce the cost while maintaining a viable installation. A Change Order to the Contract will be negotiated to accomplish these changes. Renewal & Replacement Fund BUDGET $30,000.00 BID $71,315.00 RECOMMENDATION: In my opinion an award of this project to Controlled Environments for Industries, Inc. in the amount of $71 ,315.00 is in the best interest of the City. IMPLEMENTATION SCHEDULE The scope of work will be completed within 60 calendar days of the Notice to Proceed. ~~~/ /,XGREEMENT j :; Zc ~G~ ~ THIS AGREEMENT MADE THIS DAY OF 199 between the CITY OF WINTER SPRINGS of 1126 East State Road 434, Winter Springs, Florida 32708, Seminole County, State of Florida, herein referred to as OWNER and CONTROLLED ENVIRONMENTS FOR INDUSTRY, INC. of Jacksonville, Florida, herein referred to as CONTRACTOR, a person duly licensed as a Contractor in the State of Florida, as follows: 1. DESCRIPTION OF WORK -CONTRACTOR shall perform the work, in accordance with the Contract Documents, for the Blower Replacement and Installation project at the West WWTP. 2. CONTRACT DOCUMENTS -The Contract Documents consist of this Agreement; all Technical, General and Supplementary Conditions and Sections contained in the Project Manual; the Drawings as listed on the Bid Form and Index to Drawings; all Addenda issued prior to and all Change Orders issued after execution of this Agreement. These form the Contract and are incorporated into this Contract by this reference. 3. CONTRACT TIME -The CONTRACTOR shall begin work within 10 calendar days after the issuance of a written Notice to Proceed and shall complete the work within 60 calendar days from the date of the Notice to Proceed. Extensions, if any, are authorized by OWNER, and may only be granted in writing. 4. LIQUIDATED DAMAGES -OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not substantially complete within the time specified in Paragraph 3 above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not substantially complete on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER $100.00 for each day that expires after the time specified in Paragraph 3 for substantial completion has expired until the work is finally complete and the Substantial Completion Certificate has been issued and that OWNER has paid to CONTRACTOR the consideration of Ten ($10.00) Dollars as consideration for this provision. 5. CONTRACT PRICE, LUMP SUM CONTRACT -The OWNER will pay the CONTRACTOR in current funds for the performance of the work, subject to additions and deductions by Change Order, the Total Contract Price of SEVENTY ONE THOUSAND THREE HUNDRED FIFTEEN and 00/100 DOLLARS ($ 71,315.00.) 6. PROGRESS PAYMENTS -OWNER shall make progress payments on account of the contract price to CONTRACTOR, on the basis of application for payments submitted to the City or their authorized representative, by CONTRACTOR as the work progresses, and in accordance with the Contract Documents. Progress payments may be withheld if: (A) Work is found defective and not remedied; (B) Contractor does not make prompt and proper payments to subcontractors; (C) Contractor does not make prompts and proper payments for labor, materials, or equipment furnished him; (D) Another Contractor is damaged by an act for which Contractor is responsible; (E) Claims or liens are filed on the job; or (F) In the opinion of the City of Winter Springs, Contractor's work is not progressing satisfactorily. 7. FINAL PAYMENT -OWNER shall withhold up to 10% of the Contract Price throughout the project. The Owner shall release SO%of the amount withheld upon issuance of the Substantial Completion Certificate. The remaining SO% of the amount withheld shall be released with the Final Payment after the issuance of the Final Completion Certificate. .OWNER shall make final payment to CONTRACTOR within thirty (30) days after the work is fully and properly completed, if the contract has been fully and timely performed, but subject to the condition that final payment shall not be due until CONTRACTOR has delivered to OWNER a complete release of all liens arising out of the contract, or receipt releases of lien fully covering all labor, materials and equipment for which a lien could be filed, or in the alternative a bond satisfactory to OWNER indemnifying him against such claims. By making payments OWNER does not waive claims including but not limited to those relating to: (A) Faulty work appearing after substantial completion has been granted; (B) Work that does not comply with the Contract Documents; (C) Outstanding claims of liens; or (D) Failure of Contractor to comply with any special guarantees required by the Contrail Documents. CONTRACTOR, by accepting final payment, waives all claims except those which he has previously made in writing, and which remain unsettled at the time of acceptance of payment pursuant to this contract. 8. DESIGNATION OF PROJECT DIRECTOR OR ARCHITECT OR ENGINEER: DUTIES AND AUTHORITY -The duties and authority of the City are as follows: a. General Administration of Contract. The primary function of the City is to provide the general administration of the contract. In performance of these duties George F. Edwards, Capital Projects Coordinator, is the City's Project Director during the entire period of construction. The OWNER (City) may change the Project Director during the term of this contract. b. Inspections, Opinions, and Progress Reports. The OWNER shall be kept familiar with the progress and quality of the work by CONTRACTOR and may make periodic visits to the work site. The OWNER will not be responsible for the means of construction, or for the sequences, methods, and procedures used therein, or for the CONTRACTOR'S failure to perform the work in accordance with the Contract Documents. c. Access to Work Site for Inspections. The OWNER shall be given free access to the works site at all times during work preparation and progress. The Project Director is not obligated to make exhaustive or continuous on site inspections to perform his duties of checking and reporting on work progress, and any such inspeilions shall not waive Owner's claim regarding defective work by Contractor. d. Interaretation of Contract Documents: Decisions on Disputes. The OWNER will be the initial interpreter of the contract document requirements, and make decisions on claims and disputes between Contractor and Owner. e. Refection and Stoppage of Work. The OWNER shall have authority to reject work which in its opinion does not conform to the Contract Documents, and in this connection may stop the work or a portion thereof, when necessary. f. Payment Certificates. The OWNER will determine the amounts owing to CONTRACTOR as the work progresses, based on CONTRACTOR'S applications and OWNER'S inspections and observations, and will issue certificates for progress payments and final payments in accordance with the terms of the Contract Documents. 9. RESPONSIBILITIES OF CONTRACTOR - CONTRACTOR'S duties and rights in connection with the project herein are as follows: a. Responsibility for Supervision and Construction. CONTRACTOR shall be solely responsible for all construction under this contract, including the techniques, sequences, procedures and means, for the coordination of all work. CONTRACTOR shall supervise and direct the work, and give it all attention necessary for such proper supervision and direction. b. Discipline and Employment. CONTRACTOR shall maintain at all times strict discipline among his employes, and he agrees not to employ for work on the project any person unfit or without sufficient skill to perform the job for which he was employed. c. Furnishin4 of Labor, Materials, etc. CONTRACTOR shall provide and pay for all labor, materials and equipment, including tools, construction equipment and machinery, utilities, including water, transportation, and all other facilities and services necessary for the proper completion of work on the project in accordance with the Contract Documents. d. Payment of Taxes: Procurement of Licenses and Permits. CONTRACTOR shall secure all licenses and permits necessary for proper completion of the work, paying the fees therefor. CONTRACTOR warrants that it (and subcontractors or tradesmen, if authorized in the Contract Documents) hold or will secure all trade or professiona- licenses required by law for CONTRACTOR to undertake the contract work. e. CONTRACTOR will provide written guarantee for work and materials for one (1) calendar year after acceptance by OWNER. 1 , ~~~ ~ , il. MEDIATION/VENUE -The parties agree that should any dispute arise between them regarding the terms or performance of this Agreement, both parties will participate in a mediation. The parties agree to equally share the cost of the mediator. Should the parties fail to resolve their differences through mediation, then any cause of action filed hereunder shall be filed in the Circuit or County Court for Seminole County, Florida. 12. NOTICES -Any notice or approval under this Contract shall be sent, postage prepaid, to the applicable party at the address shown on the first page of this Contract. Signed, Sealed and Delivered in the presence of: Contractor. ~~ r Name: G~LEF~Jq-IvIEL Address and Telephone: r'a-E ~s'~v~ui'l~ ~ 32zo°7 Owner: l Ci of Winter Sp ings L..l y: Ronald W. ,McLemo,-e City Manager 1126 East State Roa.; 434 Winter Springs, r=L. 32?08 407-327-1800 MEMORANDUM TO: Andrea Lorenzo - Luaces, City Clei FROM: George Edwards, Capital Projects RE: Documents#ion for Blohrer Replacement and Installation Protect. City of Winter Sarin_as Bid #017-99/DT DATE: November 12, 7999 Transmitted herewith are the following executed documents for your files: 1) Notice of Award 2) Agreement 3) Notice to Proceed ~ 1 e • C~~t,~.f ~!Vinter Springs CUN7~Iw.:ACT CHANGE ORDER Change Order No.1 Project No. 017-99 Project Title: Blower Replacement and Installation Contractor: Controlled Environments for Industry, Inc. Reason for Change Deletion and Addition of Items The Following Modifications to the Contract are Hereby Ordered: Item No. and Description Item Value SECTION 11373 BLOWERS• 1 Delete Sub-section 1.04.A.4 Anchoring Blower to Pad $ (300.00) 2 Delete Sub-section 1.04.C, Special tools, etc. $ (1,630.00) 3 Delete Sub-section 1.04.D, Spare Parts $ (1,500.00) 4 Delete Sub-section 2.08 A, 1- ButterFly Valve $ (1,600.00) 5 Delete Sub-section 2.08 B, 1- 12" Wafer Check Valve $ (3,500.00) 6 Delete Sub-section 2.08.C,1-12" Expansion Joint $ (1,650.00) 7 Delete Sub-section 2.09, Control Panel and Accessories $ (4,600.00) TOTAL DEDUCTS ($14,780.00) 1 Substitute TEFC Premium Efficiency Motor $ 2,350.00 TOTAL ADDITIONS $2,350.00 CHANGE ORDER VALUE: ($12,430.00) Origional Contract Price: $71,315.00 Total Value Previous Change Orders: $0.00 Total Value CO #1 ($12,430.00) New Contract Price: $58,885.00 Origional Contract Duration 60 days Proposed Time Extension 60 days New Contract Duration 120 DAYS f Accepted By Contractor. Date: f~ 2 L l~ . ~ J C/ Cap. Prj. Coordinator: i~ .a' -' Date: I~~~~ ' `~' Dir. Pb Wks/Utilities: / Date: ~ e ~~ 4 9 Accepted By Owner: li/f 'Y~'j/~ Date: