Loading...
HomeMy WebLinkAboutFinal Contract BalanceFINAL CONTRACT BALANCE DATE: October 31, 2013 PROJECT: Citywide Pedestrian Crossings FY 12-13 Specification No. 12-12 TO: Koch -Armstrong PO Box 1190 Lakeside, CA 92040 ORIGINAL CONTRACT AMOUNT: START DATE: COMPLETION DATE: ORIGINAL CONTRACT LENGTH: EXTENTION OF WORK DAYS: TOTAL CONTRACT TIME: DESCRIPTION: $813,949.15 March 25, 2013 September 27, 2012 60 Working Days 35 Working Days 95 Working Days The Final Contract Balance reports final line item amounts and summarizes all change orders to produce a final contract amount. CHANGE ORDERS AND LINE ITEM ADJUSTMENTS: Change Order #1 deleted the 36" box trees at National City Blvd. and 14th St. as they were removed from the plans by the designer and no longer needed as a bid item. This work was performed at an agreed upon price. This Change Order resulted in a deduct to the contract in the amount of $ 7,947.00. Change Order #2 required the reconstruction a Manhole cone @ 30th St. and F Ave. It was too high for the new design grades and had to be reconstructed in order to be lowered to finish pave elevation. This allowed for the adjustment to the new design grades. This work was performed at an agreed upon price. This Change Order total amount was $ 2,750.00. Change Order #3 directed the contractor to repair a pothole due to a failed abandon utility abandonment as directed by National City at NC Blvd. and 7th. The work was performed on a T&M basis. This Change Order total amount was $ 217.92. Change Order #4 directed the contractor to saw cut the stamped concrete and asphalt, removed the stamped concrete, curb and asphalt and replace curb and asphalt as needed to provide 2' additional FINAL CONTRACT BALANCE National City Citywide Pedestrian Crossings Specification No. 12-12 lane width on 30th. This work was performed at an agreed upon price. This Change Order total amount was $ 5,597.02. Changer Order #5 added directed the contractor to match the existing sidewalk and maintenance strip color and finish along National City Blvd. @ 14th. A french grey colored concrete was used with a light washed finish. This work was performed at an agreed upon price. This Change Order total amount was $ 2,174.42. Change Order #6 deleted the bio-barrier at National City Blvd. and 14th St. as they were no longer needed with the deletion of the 36" box trees by the designer. This work was performed at an agreed upon price. This Change Order resulted in a deduct to the contract in the amount of $ 3,230.00. Change Order #7 directed the contractor to excavate wet subgrade under existing cross gutter on southwest side of 30th St. and F Ave. This work was performed on a T&M basis. This Change Order total amount was $ 1,050.40. Change Order #8 directed the contractor to excavate 5'x50' of subgrade, place concrete sidewalk at same location, remove and replace 66 feet of curb and gutter and repair the slot patch as needed at 21st. and I Ave. This work was performed at an agreed upon price. This Change Order total amount was $ 5,777.20. Change Order #9 directed the contractor to excavate and remove three 11' x 11' areas in the proposed center median locations for the addition of ADA Pedestrian Passageways at 8' St. in lieu of striped crosswalks as directed by National City. This work was performed at an agreed upon price. This Change Order total amount was $ 7,827.82. Change Order#10 directed the contractor to delete design planned planted median on 8th St, This included the deletion of survey, unclassified excavation, portion of median curb, vegetation median, and a portion of the misc. signage and striping. The original design called for drought tolerant material with no irrigation. Current design requiren'!ents could pose added maintenance cost issues for the city with a low survivability rate of plant material. City will review adding this island at a later date with an automatic irrigation system. This work was performed at an agreed upon price. This Change Order resuited in a deduct to the contract in the amount of $ 6,042.77. Change Order #11 directed the contractor to provide additional striping at 7th St. and NC Blvd. as directed by National City. This work was performed at an agreed upon price. This Change Order total amount was $ 963.00. Change Order #12 reviewed the designed irrigation system at 14th and National City Blvd. The city decided to have the contractor match the existing irrigation system in lieu of installing per plans. This would make future maintenance of the system more practical for city crews. The continuity between the two systems would also allow managing the irrigation water cycles more efficient. This work was FINAL CONTRACT BALANCE National City Citywide Pedestrian Crossings Specification No. 12-12 performed at an agreed upon price. This Change Order resulted in a deduct to the contract in the amount of $1,100.00. Change Order # 13 directed the contractor to remove existing vegetation not originally identified on the plans, excavate and install additional mainline and backfill and repair as directed. This work was performed at an agreed upon price. This Change Order total amount was $ 4,355.13. Change Order # 14 directed the contractor to provide 26 "Push to Activate Crossing Warning" pedestrian push button signs to match existing signs @ Highland and 28th for pedestrian safety. This work was performed at an agreed upon price. This Change Order total amount was $ 3,343.00. Change Order#15 directed the contractor to install a separate pedestrian push button to comply with ADA specifications due to a conflict with an existing power pole and the 1B pole located at the second proposed median crossing on 8th St. This work was performed at an agreed upon price. This Change Order total amount was $1,598.63. Change Order #16 directed the contractor to procure 12 additional Type "Q" markers as requested by city. This work was performed at an agreed upon price. This Change Order total amount was $ 778.28. Change Order # 17 directed the contractor to complete striping not shown on plans by adding five reflectors to each median nose on 8th St. for a total of 30 reflectors, and paint each median nose yellow. This work was performed at an agreed upon price. This Change Order total amount was $ 690.00, Change Order #18 directed the contractor to repaired as necessary an unknown area drain connection and repair of a broken conduit not shown on plans. The work was performed on a T&M basis. This Change Order total amount was $ 1,027.55. Change Order #19 directed the contractor to provide additional work not show on the original pans for improvements on T Ave. from 5ta.10+82.75 to Sta. 12+19.56. Contractor removed existing AC, concrete and subgrade including misc. clearing and reconstruct 3"AC/ 6': CLII Base, curb & gutter, driveways, sidewalk, including masonry retaining wall and survey to complete all improvements shown on T Ave. plan NC T Ave SW 100 Plans dated 07/13/10 provided by Harris & Assoc. and all other misc work necessary to complete improvements. This work was performed at an agreed upon price. This Change Order total amountwas $ 48,047.82. change 0rriar #20 directed the contractor to remnva and rep!ara ADA ramps at the N/W corner of Division and T Ave, remove ADA ramp at the S/E corner of Division and TAve and repalcti with C&G and sidewalk, and install truncated domes at the N/E and S/W corner of Division and T Ave. including all removal and replacement work necessary to complete work. This work was performed at an agreed upon price. This Change Order total amount was $ 10,980.00. FINAL CONTRACT BALANCE National City Citywide Pedestrian Crossings Specification No. 12-12 Change Order #21 directed the contractor to remove and replace sidewalk and portion of driveway near 635 Harbison Avenue including all labor, equipment and materials necessary. This work was performed at an agreed upon price. This Change Order total amount was $ 1,450.00. Change Order #22 directed the contractor to contractor to remove and replace all concrete sidewalk panels at the Nutrition Center and Morgan Towers as marked in the field including all labor, equipment and materials necessary. This work was performed at an agreed upon price. This Change Order total amount was $ 7,050.00. All Change Orders listed above increased the total contract amount $ 87,358.42. There were numerous line item adjustments per the attached FINAL BILLING STATEMENT that resulted in a total deduct of $ 41,498.71. CONTRACT ADJUSTMENT: As a result of the above change orders and line item adjustments, the contract price is adjusted as follows: 1. The final contract price is adjusted to $ 859,808.86. 2. As a result of the satisfactory completion of said project, a retention amount of $ 42,990.44 is set for invoice processing and payment upon the receipt of signatures and City Council's ratification of this agreement and the Notice of Completion. This document and its purpose to balance payment shall be considered full compensation for furnishing and installing the materials, labor, tools and equipment, profit, overhead, and all incidentals for performing the work described above. Koch -Armstrong will not be entitled to damages or additional payment for delays as described in the 2012 edition of the Standard Specifications for Public Works Construction; Section 6-6.3; for performing the work as described above. CITY OF NATIONAL CITY Citywide Pedestrian Crossing Project #: 12-12 FINAL BILLING STATEMENT October 31, 2013 Original Contract Total To Date Delta ITEM NO. DESCRIPTION CONTRACT QUANTITY UNIT PRICE AMOUNT TOTALTOTAL QUANTITY OR % TO DATE AMOUNT TO PATE Bid Schedule A - East 4th Street from PaAM _ �t+ Eudlad,Aven■e _ Al Mobilization / Demobili2ation 1 53,200.00 $3,200.00 1.00 3,200.00 A2 Surveying 1 $4,200,00 $4,200.00 1.00 4,200,00 - A3 Cleary & Grubbing 1 $8,550.00 $8,550.00 1.00 8,550.00 - A4 Storm Water BMPs 1 $490,00 $490,00 1.00 490.00 - A5 Traff c Control 1 $20,480.00 $20,480.00 1.00 20,480.00 - A6 Unclassified Excavation 1 $59,890,00 $59,890.00 1.00 59,890,00 - A7 Corstruct :;" AC Pavement 580 $95.00 $55,100,00 556.47 52,864.65 (2,235.35)_ (172.26) A8 Construct 8" Aggregate Base 1,490 $15.15 $22,573,50 1478,63 22,401.24 A9 Type II Slurry Seal 18,900 $3,21 - $60,669.00 15282.00 49,055.22 (11,613.78) A10 PCC Median Curb (6" CF) SDRSD G-6, Type B- 1 110 $20,00 $2,200.00 96.00 1,920,00 (280.00) All Stamped & Colored PCC Median (4" thick) 290 $7.70 $2,233,00 290.00 2,233,00 - Al2 PCC Curb & Gutter (6" CF) per SDRSD G-2 170 $23.00 $3,910.00 76.00 1,748.00 (2,162.00) A13 PCC Curb & Gutter (8" CF) per SDRSD G-2 510 $24.00 $12,240.00 336.00 8,064,00 (4,176.00) A14 PCC Curb & Gutter (Variable CF) per Modified 50RSD G-1 Adjacent to Private Wa I kw1K +�'- sta. 53+65 10 $28,00 $280.00 10.00 280.00 - A15 Construct 6" AC Dike SDRSD G-5 Type 20 $31.00 $620.00 0.00 (620.00) (327.60) A16 Construct Cross Gu.`ter per SDRSD G-12 810 $7.80 $6,318.00 768.00 5,990.40 Al] 4" PCC Sidewalk, SDRSD G-7 5,620 $3.70 $20,794.00 5461,00 20,205.70 (588.30) A18 PCC Driveway lW==10') per 5035D G-14A 180 $10.00 $1,800.00 295.00 2,950.00 1,150.00 A19 Construct Portion of PCC Driveway per SDRSD C, 14A 20 $10.00 $200.00 10.00 100.00 �100.00) (372.00) A20 PCC Bus Pad per Modified SDG-102 750 $9.30 $7,068.00 720.00 6,696.00 A21 PCC Curb Ramp per City Std SDG-132 7 $1,600.00 $11,200.00 7.00 11,200.00 - A22 Curb Inlet Type "B" per SDRSD D-2 1 $7,640.00 $7,640.00 1.00 7,640.00 - A23 Island Refuge with Passageway with 1 $1,700.D0 $1,700,00 1.00 1_,700.00 !TEM NO. DESCRIPTION CONTRACT QUANTITY UNIT PRICE AMOUNT TOTAL QUANTITY OR % TO DATE TOTAL AMOi7NT'TO DATE A24 Adjust Water Meters NFG�to Iew Finished Grade 7 $40.00 $280.00 7.00 280.00 - A25 Adjust Water Valve to IVFG 8 $50.00 $400.00 8.00 400.00 - A26 Adjust Manhole to NFG 2 $620.00 $1,240.00 2.00 1,240.00 - A27 Adjust Exist Sewer CO to grade, SDRSD SC- Ol,e "B" 1 $390.00 $390.00 0.00 (390.00 A28 Adjust Well Mon. to NFG 2 $390.00 $780.00 0.00 - (780.00) A29 Traffic Signing and Striping 1 $30,880.00 $30,880.00 1.00 30,880.00 - A30 Solar Powered LEI) Enhanced School Warnij Sign System 2 $15, 77000 $31,540.00 2.00 31,540.00 - A31 Type 1-8 Pole (14'' per Caltrans Standard Plan ES-; B (for LEI) Enhanced School WarninzSign System) 4 $1,590.00 $6,360.00 4.00 6,360.00 - tagC 72 _Kr► ;±.xf7 .ce 31 122.66719 iii Bid Schedule ivroowzatrony uemooiiization B - Fast 1 30th Street at F Avenue $1,710.UU 1.00 1,710.00 $1,?iu,uU - B2 Surveying 1 $1,480,00 $1,480.00 1.00 1,480.00 - B3 Clearing & Grubbing 1 $2,610.00 $2,610.00 1.00 2,610.00 - 84 Storm Water BM Ps 1 $310.00 $310.00 1.00 310.00 - B5 Traffic Control 1 $5,260.00 $5,260.00 1.00 5,260.00 - B6 Unclassified Excavation 1 $22,410.00 $22,410.00 1.00 22,410.00 - 87 Construct L" AC Pavement 160 $104.00 $16,640.00 220.27 22,908.08 6,268.08 138 Construct 10" Aggregate Base 390 $17.00 $6,630.00 339.14 5,765.38 (864.62) 89 PCC Median Curb (Type B-1, 5" CF) per SDRSD G 6 210 $1950 $4,095.00 205.00 3,997.50 (97.50) B10 Stamped & Colored PCC Median (4" thick) 700 $5.60 $3,920.00 667.00 3,735,20 d 84-SO) B11 PCC Curb && Gu•ter (&' CF) per SDRSD G-2 180 $24.50 $4,410.00 89.00 2,180 50 (2,229.50) B12 Cross Gutter per SDRSD G-12 790 $7.75 $6,122.50 738.80 5,725.70 (396.80) (27.90) B13 PCC Sidewalk (4" thick) per SDRSD G-7 680 $4.65 $3,162.00 674.00 3,134.10 B14 PCC Curb Ramp (Type A) per C'ty Std SDG- 132 2 $1,560.00 $3,120.00 2.00 3,120.00 B15 PCC Curb Ramp (Type 0) per City Std SDG- 136 1 $1,340,00 $1,340.00 1.00 1,340.00 - B16 PCC Curb Ramp (Cast E) per City Std SDG- 137with Pedestrian P-otective Railing behind curb rariaper SDRSD M-24 1 $6,170.00 $6,170.00 1.00 6,170.00 - B17 island Refuge / Passageway with Truncated Domes per City Std SDG-130 1 $1,050.00 $1,050.00 1.00 1,050,00 B18 Adjust Water Valve to New Finished Grade 1 $40.00 $40.00 1.00 40.00 ITEM NO. DESCRIPTION CONTRACT QUANTITY UNIT PRICE AMOUNT TOTAL QUANTITY OR % TO DATE TOTAL AMOUNT TO DATE 819 Adjust Manhole to New Finished Grade 1 $610.00 $610.00 1.00 610,00 - B20 Adjust Survey Well Monumehtto New Finished Grade 1 $400.00 $400.00 1.00 400.00 B21 Traffic Signing and Striping 1 $8,700.00 $8,700.00 1.00 8,700.00 - g22 Solar Powered LED Enhanced School 1NarningSign System 1 $14,700.00 $14,700.00 1.00 14,700.-0 823 Type 1-13 Pole (14') per Caltrans Standard Plan ES-7B (for LEI) Enhanced School Warring Sign System) 2 $1,660.00 $3,320.00 2.00 3,320.00 - Ci Btd.5cheduIe C -Est 8th Street mobilization / Demobilization 1 from Palm Avenue 5490.00 1 1 ?run cn to Har'bI oral Avenue $490,00 1.00 490.00 - C2 Surveying 1 $740.00 $740.00 1.00 740.00 - C3 Clearing & Grubbing 1 $960.00 $960,00 1.00 960,00 - C4 Storm Water BMPs 1 $140.00 $140,00 1.00 140.00 - C5 Unclassified Excavation 1 $710.00 $710.00 1.00 710,00 - CG Traffic Control 1 $1,990.00 • I rt r, rf 1,990.00 - C7 6'` Type B-3 Median Curb G-6 300 $17.00 I1 i 1 rr rt 3,876.00 (1,224.00 C8 6" Stamped Concrete Median 900 $7.65 .; tY 1 6,517.80 367.20) C9 Vegetated Median 345 $5.65 1,949.25 - C10 Signing and Striping 1 $6,750.00 • .+ it i 6,750.00 - C11 Solar Powered LED Enhanced School Warninpagnrstem 3 $15,770.00 $47,310.00 3.00 47,310.00 _ C12 Type 1-B Pole (14') per Caltrans Standard Plan ES-78 (for LED Enhanced School Warning Sign system) 6 $1,590.00 $9,540.00 6,00 9,540.00 - Di Bid Schedule Mobilization J Demobilization MUM D _ National 1 City Boulevard $590.00 $S2 S64 , and 7th Street $590.00 1 ry______- 101) . o=/*VC t9 gd, ,n 59U.U0 - D2 Surveying 1 $240.00 $240.00 1.00 240.00 - D3 Clearing & Grubbing 1 $590.00 $590.00 1.00 590.00 - D4 Unclassifi.aC Excavation 1 $910.00 $910.00 1.00 910.00 - D5 Storm Water BMPs 1 1 $120.00 1.00 120.00 _ - D6 Traffic Control 1 1 1 rt $730.00 1.00 730.00 - D7 Concrete Curb 148 $15.50 $2,294.00 146.00 2,263.00 (31.00) D8 Minor Concrete Curb Paving 74 $10.00 $740.00 73.00 730.00 (10.00) D9 Asphalt Paving, 6" thick 148 $11.00 $1,628.00 146.00 1,606.00 (22.00) D10 Asphalt overlay _ 740 $3.65 $2,701.00 720.00 2,628.00 (73.00) D11 Signing and Striping 1 $3,4$0.00 $3,450.00 1.00 3,450.CD - KW Schedule g13,44I,nri E - National City Boulevard and 14th Street 511 853 nn --"- "_ - _CilAnn - ITEM NO. DESCRIPTION CONTRACT QUANTITY UNIT PRICE AMOUNT TOTAL QUANTITY OR °A° TO CATF TOTAL AMOJNT TO DATE: El Mobilization / Demobilization 1.00 $3,510.00 $3,510.00 1.00 3,510,00 - E2 Construction Surveying 1.00 $1,560.00 $1,560.00 1.00 _ 1,560.00 - E3 Clearing &. Grubbing 1.00 $4,450.00 $4,450.00 1.00 4,450.00 - E4 Unclassified Excavation 1.00 $25,120.00 $25,120.00 1.00 25,120.00 - E5 Storm Water BMPs 1.09 $1,340.00 $1,340.00 1.00 1,340.00 - E6 Traffic Control 1.00 $7,110.00 $7,110.00 1.00 7,110.00 - E7 Import 230,00 519.00 $4,370.00 110.00 2,090.00 (2,280.00) 2,575.51 ) l 8 Construct Pedestrian Concrete Pavement G- 7 G-9 & 1'3-10 1770.00 $4.70 $8,319.00 1222.02 5,743.49 E9 6" Curb & Gutter, SDRSD G-2 155.00 $25.50 $3,952.59 157.00 4,093.50 51.00 E10 Median Curt, SDRSD B-1, G-6 400.00 $24.15 59,660.00 378.00 9,128.70 (531.30) Ell 6" Curb, SDRSD G-1 30.00 $20.00 $600.00 0.00 • (600.00) 1,040.00 E12 Cross -gutter, SDRSD G-12 115.00 $8.00 $920.00 245.00 1,960.00 Concrete Median Passageway, Type A me/E13 domes�er Caltrans fi88A and A88$ 1.00 $1,160.00 $1,160.00 1.00 1,160.00 - E14 Concrete Median Nose p=_r Detail C, sheet 2 30.00 $23.50 $705.00 36.40 855.40 150.40 E15 Concrete in Median for Landscape Maintenance 400.00 511.00 54,400.00 399.00 4,389.00 (11.00) E16 Mill Existing Asphalt (2'' Depth) 1,300.00 $0.93 $1,209.00 958.00r 890.94 (318.06) (416.56) 11-44 E17 Asphalt Pavement Incl. O,'erlay 210.00 $127.00 $26,670.00 206.72 26,253.44 E18 Class II Base 260.00 $26.00 $6,760.00 260.44 6,771.44 E19 Slu •17 Seal 1,661.00 $7.40 $12,291.40 1952.00 14,444.80 2,153.40 E20 Curb Ram_tyType A, G-•27 4.00 $1,350.00 $5,400.00 4.00 5,400.00 - E21 Signing and Striping 1.00 $5,780.00 $5,780.00 1.00 5,780.00 - E22 Irrigation System 1.00 $7,840.00 $7,840.00 1.00 7,840.00 - E23 Mulch, 3" thick 14.00 $98.00 $1,372.00 9.00 882.00 (490.00) E24 5 Gallon Shrubs 325.00 $27.00 $8,775.00 343.00 9,261.00 486.00 E25 36" Box Trees 9.00 $883,00 $7,947.00 9.00 7,947.00 - E26 Bic -Barrier 20 foot length 17.00 $190.00 $3,230.00 17.00 3,230.00 - F27 Soil Preparatiors and Amendments 14.00 $129.00 $1,806.00 _ 14.00 1,806.00 - E28 90-Day Landscaping Maintenance 1.00 $1,500.00 $1,500.00 1.00 1,500.00 - E29 Solar Powered LED Enhanced School Warning Sign System 1.00 $15,770.00 $15,770.00 1.00 15,770.00 - E30 Type 1-B Pole (14') per Caltrans Standard Plan ES-7B (for LED Enhanced School Warning Sign System) 2.00 $1,590.00 $3,180.00 2.00 3,180.00 - S1;36.796140 . iRI37K 1 -4111r, la -"" Additive Bid l#1- All Locations - - - ITEM NO. DESCRIPTION CONTRACT QUANTITY UNIT PRICE AMOUNT TOTAL QUANTITY OR % TO DATE TOTAL AMOUNT TO DAB ADD #1 Removal & Disposal of Unsuitable Subgrade, Provide and Place Mlrafi 700x Geotextile Fabric, Provide, Place and Compact Crushed Aggregate Base 500.00 $54.50 $ 7,250.00 202.00 11,009 CO (16,241.00) CO #1 $27,250,00 1,00 $11,109.00 -$16,241.00 ORIGINAL CONTRACT ITEMS $813,949.15 (7,947.00} FINAL CONT'RArr ITEMS Delete Trees & Root Barrier.; @ 14th hange..Order 1.00 $ (7,947.00) - -$-,94f.UU 5772A50.44 - CO #2 Reconstruct MH @ 30th 1.00 $ 2,750.00 $2,750.00 1.00 2,750.00 - CO #3 Repair AC @ 7th 1.00 $ 217.92 $217.92 1.00 217.92 - CO #4 Redu:e median width @ 30th 1.00 $ 5,597.02 $5,597.02 1.00 5,597,02 - CO #5 Match color & finish @ 14th & NC Blvd. 1.0C $ 2,174.42 $2,174.42 1.00 2,174.42 - CO#5 Delete 36" Box Trees @ 14th &NC 1.00 $ (3,230.00) -$3,230.00 1.00 (3,230.00) - CO#7 Excavate wet subgrade @ 30th & F 1.0C $ 1,050.40 $1,050.40 1.00 2,050.40 - CO#8 Conc. And AC repairs @ 21st & I 1.00 $ 5,777.20 $5,777.20 1.00 5,177.20 CO#9 Add ADA domes a d pedestrian refuge on 8th 1.00 $ 7,827.82 $7,827.82 1.00 7,827.82 - CO#10 Delete portion of contract work (Survey, Demo & planting) on 8th 1.00 $ (6,042.77) -$6,042.77 1.00 (6,042.77) - CO#71 Misc striL'ig @ 7th & NC 1.00 $ 963.00 $963.00 1.00 963.00 - CO#12 Irrigation System Modification 1.00 $ (1,100.00) -$1,100.00 1.00 (1,100.00) - CO#].3 Additional Irrigation Mainline 1.00 $ 4,355.13 $4,355.13 1.00 4,355.13 - CO#14 Ped Crossing Signs 1.00 $ 3,343.00 $3,343.00 1.00 3,343.00 - CO#15 Add Ped Push Button 1.00 $ 1,598.63 $1,598.63 1.00 1,598.63 - CO#16 Type "Q" Markers 1.00 $ 778.28 $778.28 1.00 778,28 - CO#17 .Add Striping on 8th 1.00 $ 690.00 $690.00 1.00 690.00 - CO#18 T&M Drain and conduit repairs 1.00 $ 1,027.55 $1,027.55 1.00 .._,027.55 - CO#19 Additional Improvements On T Ave. 1.00 $ 48,047.82 $48,047.82 1.00 48,047.82 - CO#20 Additional Irnp. A� Division •3& T Ave. 1.00 $ 10,980.00 $10,980.00 1.00 10,980.00 - CO#21 Misc . Conc. Imp. On Harbison 1.00 $ 1,450.00 $1,450.00 1.00 1,450.00 - CO#22 Conc. @ Nutrition & Morgan Towers 1.00 $ 7,050.00 $7,050.00 1.00 7,050.00 - SUB TOTAL CHANGE ORDERS $ 87,358.42 $ 87,358.42 $ - FINAL ADD/DEDUCT $ {41,498.71) FINAL CONTRACT TOTAL $B59;808,86