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