Loading...
C7E-Approve Increase To Project Contingency ROW Improvement - Star IslandCOMMISSION ITEM SUMMARY Condensed Title: A Resolution of the Mayor and City Commission of the City of Miami Beach, Florida, approving an increase to the construction contract, for the Right-of-Way Infrastructure Improvement Program -Neighborhood No. 13A -Star Island, in the amount of $82,995 from previously appropriated funding in the amount of $62,107, from Fund 420 -Water & Sewer for unforeseen utility conflicts, and $20,888 from Fund 384-GO Bonds-Neighborhood Improvements for additional electrical scope. Key Intended Outcome Supported: Ensure well designed quality capital projects. Supporting Data (Surveys, Environmental Scan, etc.): The 2007 Community Satisfaction Survey noted 82% of North Beach residents rated recent capital projects completed as "excellent" or "qood" compared to 89% of residents citywide. Issue: I Shall the Mayor and City Commission approve the Resolution to increase the project contingency? Item Summary/Recommendation: On November 17, 2010, the Mayor and City Commission approved the award of the construction contract pursuant to the ITB to Trans Florida Development Corporation for the Right-of-Way Infrastructure Improvement Program -Neighborhood No. 13A-Star Island This Resolution requests an increase to the construction contract for the Right-of-Way Infrastructure Improvement Program -Neighborhood No. 13A-Star Island due to unforeseen utility conflicts throughout Buoy Park and the Right-of- Way. These conflicts required modification to the proposed water main alignment. Additional unforeseen conflicts were encountered with existing water services that were discovered at shallow depths which were in conflict with the new roadway and valley gutter. In addition, during the construction phase of the Project, the Public Works Street Lighting Division requested additional scope changes to the electrical design of the project. These requested scope changes included the addition of new underground conduit and wiring for new circuits, feeders, panels and breakers to separate the new electrical landscape up-lighting from the existing street lighting circuits. The total value of unforeseen conflicts, engineer errors and omissions and owner requested changes have exceeded the budgeted contingency allowance. As a result, the costs of these contingency overruns are being submitted for Commission approval and will subsequently be issued to the Contractor via Change Order. It is anticipated that this project shall be substantially complete by February 3rd, 2012. This time frame falls within the estimated durations established in the Contract and granted in the Change Orders. With the exception of the owner requested items, the unforeseen conditions and the engineer's errors and omissions did not exceed the available 1 0% project contingency and therefore was completed within the established budget. This Resolution approves an increase to the construction contract for the Right-of-Way Infrastructure Improvement Program-Neighborhood No. 13A-Star Island and authorizes the use of available funds in the amount of $62,107, from previously appropriated Fund 420, Water & Sewer GBL Series 2010, Capital Reserve Funds for unforeseen utility conflicts and $20,888 from Fund 384, 2003 GO Bonds, Neighborhood Improvements for additional electrical scope of work. Advisory Board Recommendation: Financial Information: Source of Amount Account Funds:~ 1 $62,107 420-2337-069357 /JIY) 2 $17,527 384-2337-069357 3 $3,361 384-2337-000356 \. OBPV Total $82,995 FinancicilTrilpact Summary: Assistant Cit DB JMG/DB/FV/DM/AS/RR T:\AGENDA\2012\02-08-12\Star Island Contingency lncrease\Star Island-Contingency Increase-SUMMARY.doc MIAMI BEACH 157 AGENDA ITEM c 7 E DATE ,J.-3'-/L lD MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov TO: FROM: DATE: SUBJECT: COMMISSION MEMORANDUM ~ .... M--v_ a ..... t~ ~~~e~f the City Commission . Gonzalez, City-Mana~-- February 8, 2012 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AN INCREASE TO THE CONSTRUCTION CONTRACT, FOR THE RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENT PROGRAM -NEIGHBORHOOD NO. 13A -STAR ISLAND, IN THE AMOUNT OF $82,995; FROM PREVIOUSLY APPROPRIATED FUNDING IN THE AMOUNT OF $62,107, FROM FUND 420-WATER AND SEWER FOR UNFORSEEN UTILITY CONFLICTS, AND $20,888 FROM FUND 384 -2003 GO BONDS -NEIGHBORHOOD IMPROVEMENTS FOR ADDITIONAL ELECTRICAL SCOPE. ADMINISTRATION RECOMMENDATION Approve the Resolution. KEY INTENDED OUTCOME Ensure value and timely delivery of quality capital projects. FUNDING Funding in the amount of $62,107 has been previously appropriated from Fund 420, Water & Sewer GBL Series 2010, account no. 420-2337-069357, in the Capital Budget. Funding in the amount of $20,888 has been previously appropriated from Fund 384, 2003 GO Bonds -Neighborhood Improvements, account no. 384-2337-069357 in the amount of $17,527 and account no. 384-2337- 000356 in the amount of $3,361. BACKGROUND Invitation to Bid (ITB) 43-09/10 was issued on September 24, 2010, for the Right-Of-Way Infrastructure Improvement Program Neighborhood No. 13A -Star Island, with a bid opening date of October 25, 2010. A pre-bid conference for the project was held on October 7, 2010. The Technical Review Panel (TRP) convened on November 1, 2010, to shortlist bidders and on November 3, 2010 the TRP reconvened to interview the shortlisted bidders. After the interview and procurement process was completed, it was recommended to the City Manager that the Right-of- Way Infrastructure Improvement program -Neighborhood No. 13A -Star Island project be awarded to Trans Florida Development Corporation (TFD) as the lowest and best responsive bidder. On November 17, 2010, the Mayor and City Commission authorized the award of the contract to TFD for the Right-of-Way Infrastructure Improvement program -Neighborhood No. 13A -Star Island Project. 158 Star Island Right of Way Improvement Project-Contingency Increase February 8, 2012 Page 2 of 3 The project scope of work includes: new water main to upgrade the existing 6-inch water main (1,310 linear feet); complete roadway reconstruction along East and West Star Island Drives, including the installation of a new concrete valley gutter to improve the stormwater distribution to existing drainage inlets located within the perimeter of Buoy Park; new accent up-lighting fixtures to existing palm circles at Buoy Park and the two rows of palms along Bridge Road; and new decorative concrete pavers at the entrance by the guardhouse. ANALYSIS This Resolution requests an increase to the construction contract for the Right-of-Way Infrastructure Improvement Program -Neighborhood No. 13A -Star Island Project due to unforeseen utility conflicts, owner requested electrical changes and engineer's errors and omissions. The contractor started the installation of the water main at the north end of Buoy Park and immediately encountered conflicts, at several locations, with the existing ex-filtration drainage system. These conflicts required design modification and changes to the proposed water main alignment. Additional unforeseen conflicts were encountered as follows: a) existing force main located at the east side of the water tower building, b) tree roots from existing large trees had to be avoided, c) existing water services were encountered within the limerock base of the roadway and had to be lowered to their required depth of 24 inches; and d) additional installation of new water services were added to the contract to connect to existing water meters, not included in the contract documents. To date, the negotiated value of unforeseen utility conflicts has exceeded the remaining budget amount of $16,368.40 allowance for this specific task. As a result, the costs of the additional unforeseen conflicts, above the budget allowance, are being submitted and approved as a change order to the contract. This will deplete the available construction contingency that was originally budgeted for other related cost overruns, not solely for water related work. This request to authorize available funds that have been previously appropriated in the project budget from Fund 420, Water & Sewer GBL Series 2010, to the construction contract in the amount of $62,107, will be to cover the unforeseen utility conflicts. In addition, during the construction phase of the project, the Public Works Street Lighting Division requested additional scope changes to the electrical design of the project. These requested scope changes included the addition of new underground conduit and wiring for new circuits, feeders, panels and breakers to separate the new electrical landscape up-lighting from the existing street lighting circuits. This request is to authorize the use of available funds that have been previously appropriated in the project budget from Fund 384, 2003 GO Bonds Neighborhood Improvements, to the construction contract in the negotiated amount of $20,888, to cover the scope added by the Owner Department. It is anticipated this project shall be substantially complete by February 3rd, 2012. This time frame falls within the estimated durations established in the Contract and granted in the Change Orders. The total value of unforeseen conditions, engineer errors and omissions and owner requested changes have exceeded the budgeted contingency allowance. As a result, the costs of these contingency overruns are being submitted for Commission approval and will subsequently be issued to the Contractor via Change Order. With the exception of the owner requested items, the unforeseen conditions and the engineer's errors and omissions did not exceed the available 1 0% project contingency and therefore was completed within the established budget. 159 Star Island Right of Way Improvement Project-Contingency Increase February 8, 2012 Page 3 of 3 CONCLUSION: The Administration recommends that the Mayor and City Commission approve an increase to the construction contract for the Right-of-Way Infrastructure Improvement Program-Neighborhood No. 13A -Star Island Project, in the amount of $62,107, from previously appropriated Fund 420 Water & Sewer Funds in the project budget, for unforeseen utility conflicts, and $20,888 from previously appropriated Fund 384, 2003 GO Bonds -Neighborhood Improvements Fund for the additional electrical scope. ATTACHMENTS: Exhibit A-Contract Change Order Number 001 (executed). Exhibit B --Contract Change Order Number 002 (proposed). JMG/DB/FV/DM/JCC/AS/RR T:\AGENDA\2012\2-8-12\Star Island-Contingency Increase-MEMO.doc 160 RESOLUTION NO. ----- A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AN INCREASE TO THE PROJECT CONTINGENCY, FOR THE RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENT PROGRAM -NEIGHBORHOOD NO. 13A -STAR ISLAND, IN THE AMOUNT OF $82,995; FROM PREVIOUSLY APPROPRIATED FUNDING IN THE AMOUNT OF $62,107, FROM FUND 420 • WATER AND SEWER FOR UNFORESEEN UTILITY CONFLICTS, AND $20,888 FROM FUND 384 -2003 GO BONDS NEIGHBORHOOD IMPROVEMENTS FOR ADDITIONAL ELECTRICAL SCOPE WHEREAS, on September 24, 2010, Invitation to Bid (ITB) No. 43-09/10 was issued for the Right-Of-Way Infrastructure Improvement Program Neighborhood No. 13A -Star Island (the Project), with a bid opening date of October 25, 2010; and WHEREAS, on November 17, 2010, the Mayor and City Commission approved the award of the construction contract for the Project to Trans Florida Development Corporation (the Contractor); and WHEREAS, the Project has encountered an inordinate amount of utility conflicts as well as owner requested scope changes, which have depleted the allocated Project allowance, impacting the Project contingency; and WHEREAS, accordingly, the Administration recommends that the City Commission approve an increase to the Project contingency, in the amount of $82,995. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby approve and authorize an increase to the Project contingency for the Right-of-Way Infrastructure Improvement Program -Neighborhood No. 13A -Star Island Project, in the amount of $62,1 07, from previously appropriated Fund 420 -Water & Sewer Funds in the Project budget, for unforeseen utility conflicts, and $20,888 from Fund 384-2003 GO Bonds- Neighborhood Improvements for additional electrical scope. PASSED and ADOPTED this ___ day of-----2012. ATTEST: ROBERT H. PARCHER, CITY CLERK JMG/08/FV/DM/AS/RR T:\AGENDA\2012\2-8-12\Star Island-Contingency Increase-RESO.doc 161 MATTI HERRERA BOWER, MAYOR APPROVED AS TO FORM & LANGUAGE & FO EXECUTION i L. J. .. ttomey~~ / / Exhibit A TRANS FLORIDA DEVELOPMENT CORP. 13960 S.W. 144 Avenue Road, Miami, Florida 33186 Phone: 305.378.2323 Fax: 305.378.6161 E CH Capital Improvement Projects Office 1700 Convention Center Drive Miami Beach, FL 33139 CHANGE ORDER APPROVAL FORM No. 001 DESCRIPTION: Additional water main components due to unforeseen items in the field not reflected on contract plans. DATE: July 20, 2011 PROJECT: Right-Of-Way Infrastructure Improvement Program-Neighborhood No. 13A-Star Island TO: Roberto Rodriguez . City of Miami Beach 1701 Meridian Ave, Suite 300 Miami Beach, Fl 33139 Item Description 1 8" DIP Solid Sleeves (RFI #5,6); 4Ea@ $306.64 2 24" PVC Sleeves Empty (RFI # 15); 130 LF@ $10.50 3 6" DIP (RFI # 5); 20 LF @ $22.80 4 4" DIP (RFI # 9, 14, 17); 220 LF@ $34.04 5 3" DIP (RFI # 9); 40 LF @ $35.60 6 8" Gate Valve & Box (RFI #6); 1 EA@ $1466.50 7 6" Gate Valve & Box (RFI #5); 1 EA@ $1037.65 8 4" Gate Valve & Box (RFI #9, 14, 17); 3 EA@ $755.54 9 3" Gate Valve & Box w/OPER Wheel (RFI # 17); 1 EA@ $660.00 10 8" X 6" TEE (RFI # 5); 1 EA@ $327.05 11 8" X 4" TEE (RFI # 9, 17); 2 EA@ $307.52 12 8" X 4" TEE CUT IN (RFI # 14, 17); 2 EA@ $857.52 13 4" X 3" Reducer(RFI # 9, 17); 2EA@ $235.81 14 4" CAP & Megalugs; 3 EA@ $140.96 15 3" CAP & Megalugs; 2 EA@ $156.50 16 8" 90 Degree Bend (RFI # 6); 1 EA @ $385.92 17 6" 90 Degree Bend (RFI # 5); 1 EA @ $269.44 18 4" 90 Degree Bend (RFI # 9, 17); 1 EA@ $217.56 19 4" 90 Degree Bend Cut In (RFI # 14); 1 EA@ $792.56 20 2" Meter Box (RFI # 17); 2 EA @ $320.00 21 3" Meter Box (RFI # 17); 1 EA@ $575.00 22 Chlorinating & Testing; 280 LF@ $1.70 23 F & I Flowable Fill (RFI # 1); 33 CY@ $103.00 24 Exploratory Digging (Meters); 3 HR@ 101.30 25 Exploratory Digging (Meters); 4 HR (lot 21)@ 105.00 26 Exploratory Digging (Crossings); 4 HR@ 156.30 27 Surveying & As-Builts; 1 LS@ 1,500.00 , ... zt-tt Date ate 8/J.Jt Date 162 CAP Engineering EnQineer of Record JOB NO. CONTRACT NO. 43-Q9/10 · Days Requested: 0 Days Approved: 0 Amount $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 1,226.56 1,365.00 456.00 7,488.80 1,424.00 1,466.50 1,037.65 2,266.62 660.00 327.05 615.04 1,715.04 507.62 422.88 313.00 385.92 269.44 435.12 792.56 640.00 575.00 476.00 3,347.50 303.90 420.00 625.20 1,500.00 $31,062.40 / date CHANGE ORDER PROJECT: NEIGHBORHOOD# 13A STAR ISLAND CHANGE ORDER NUMBER: TO: TRANS FLORIDA DEVELOPMENT CORP. 13960 SW 144 AVENUE ROAD DATE: June 27, 20 I I MIAMI, FL 33186 NTP DATE: May 9, 2011 CONTRACT CHANGE FOR: Additional water main components due to unforeseen items in the field not reflected on contract plans. CONTRACT IS CHANGED AS FOLLOWS: See attachment for schedule of values. TOTAL CHANGE ORDER NO. l THE ORIGINAL CONTRACT SUM WAS THE NET CHANGE BY PREVIOUSLY AUTHORIZED CHANGE ORDERS: THE CONTRACT SUM PRIOR TO THIS CHANGE ORDER WAS THE CONTRACT SUM WILL BE INCREASED BY THIS CHANGE ORDER IN THE AMOUNT OF THE NEW CONTRACT SUM INCLUDING THIS CHANGE ORDER WILL BE THE CONTRACT TIME WILL BE CHANGED BY: To be Determined $ 31,062.40 $ 696,887.45 $ 0.00 $ 696,887.45 $ 31.062.40 $ 727,949.85 (NOTE: This Change Order does not include changes in the Contract Sum, Contract Time or Guaranteed Maximum Price which have been authorized by Construction Change Directive until the cost and time have been agreed upon by both the Owner and the contractor, in which case a Change Order is executed to supersede the Construction Change Directive.) CAP Engineering 8350 NW 52 Terra~, #103 Doral. FL 33166 hJ.wj ~ BY (StgnatureJ Andrew Pierce. P.E. Engineer of Record DJTt ''¥ J II Trans Florida Development Corp. 13960 SW 144 Avenue Road Miami. FL 33 186 ~~~ BY~~ 163 City of Miami Beach 1700 Convention Center Dr Miami Beach, FL 33 139 BY (Signature! (Tvped •\iame! DATE ' .. TRANS FLORIDA DEVELOPl\IIENT CORP. General Engineering Contractor Change Order# 1 Itemized Schedule of Values l. 8" DIP SOLID SLEEVES (RFI# 5,6) 4EA@$ 306.64 $ I ,226.56 2. 24'' PVC SLEEVES EMPTY tl~ II·· ;.;1 130 LF@$ 10.50 $ I ,365.00 3. 6" DIP (RF!# 5) 20 LF@ $ 22.80 $ 456.00 4. 4" DIP 1 RFI"' {).14, I 7) 220 LF@ $ 34.04 $ 7,488.80 5. 3" DIP (RFI# 9) 40 Lf@ $ 35.60 $ I ,424.00 6. 8'' GATE VALVE & BOX (RFI# 6) I EA @ $1 ,466.50 $ I ,466.50 7. 6" GATE VALVE & BOX (RFI# 5) I EA@ $I ,037.65 $ I,037.65 8. 4" GATE VALVE & BOX (RFI# 9, I4, 17) 3 EA@$ 755.54 $ 2,266.62 9. 3'' GATE VALVE & BOX w/OPER WHEEL (RFI# 17) I EA@$ 660.00 $ 660.00 I 0. 8" X 6" TEE (RFI# 5) I EA@$ 327.05 $ 327.05 II. 8'' X 4" TEE (RFI# 9, 17) 2 EA@$ 307.52 $ 6!5.04 12. 8" X 4" TEE CUT IN (RFI# 14, 17) 2 EA@$ 857.52. $ I,715.04 13. 4" X 3" REDUCER (RFI# 9, 17) 2 EA@$ 253.8I $ 507.62 14. 4" CAP & MEGALUGS 3 EA@$ I40.96 $ 422.88 15. 3" CAP & MEGALUGS 2 EA@$ I56.50 $ 3 I3.00 16. 8" 90 DEGREE BEND (RFI# 6) I EA@$ 385.92 $ 385.92 17. 6" 90 DEGREE BEND (RFI# 5) I EA@$ 269.44 $ 269.44 I8. 4"90DEGREEBEND(RFI#9, 17) 2EA@$ 217.56 $ 435.12 I9. 4" 90 DEGREE BEND CUT fN (RFI# 14) 1 EA@$ 792.56 $ 792.56 20. 2" METER BOX ( RFI# 17) 2 EA@$ 320.00 $ 640.00 21. 3" METER BOX (RFI# 17) I EA@$ 575.00 $ 575.00 22. CHLORINATfNG & TESTING 280 LF@ $ 1.70 $ 476.00 23. F & I FLOW ABLE FILL 1 Rf I I I 33 CY@ $ 103.00 $ 3,347.50 24. EXPLORATORY DIGGING (Meters) 3 HR@$ 101.30 $ 303.90 25. EXPLORA.TORY DIGGING (Frost) 4 HR@$ 105.00 $ 420.00 26. EXPLORATORY DIGGING t. r,,.,.. !n~ 4 HR@$ 156.30 $ 625.20 .,.., \i R \ f· Yl'i(, •. ~ ·\ ·, .[j I I I 1 ., I LS @ $1,500.00 $ I ,500.00 TOTAL: $ 31,062.40 Streetscape Account $ 12,354.36 (;r~·,~p L.'\l) Water System $ 18,708.04 (remainder) 164 Exhibit B apital Improvement Projects Office 1700 Convention Center Drive Miami Beach, FL 33139 TRANS FLORIDA DEVELOPMENT CORP. 13960 S.W. 144 Avenue Road, Miami, Florida 33186 CHANGE ORDER APPROVAL FORM No.002 Phone: 305.378.2323 Fax: 305.378.6161 DESCRIPTION: Additional water main components due to unforeseen items in the field. Also upgrade to Electrical panels. PROJECT: Right-Of-Way Infrastructure Improvement Program-Neighborhood No. 13A-Star Island TO: Roberto Rodriguez City of Miami Beach 1701 Meridian Ave, Suite 300 Miami Beach, Fl33139 Item 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 Description 8" DIP Solid Sleeves (RFI # 20) - 2 EA. @ $306.64 4" DIP (RFI # 20 & 22)-115 LF.@ $34.04 4" Gate Valve & Box (RFI # 20)-1 EA. @ $755.54 3" Gate Valve & Box with Oper wheel (RFI # 20)-2 EA. @ $660.00 8"x 4" Tee Cut -In (RFI # 20)-1 EA. @ $857.52 4"x 3" Reducer (RFI # 20)-2 EA. @ $253.81 Cut Existing 6" Main and Cap (RFI # 18 & Frost property)-2 EA.@ $143.65 4" 90 Degree Bend Cut-In (RFI # 9) - 1 EA @ $792.56 4" 90 Degree Bend (RFI # 9, 17)-2 EA.@ $217.56 2" Tubing (Complete Service) (RFI # 17 & 21)-593 LF.@ $15.65 DR 2" Tubing (Modified or Temporary Servcie) (RFI # 11, 18 & 22) -480 LF.@ $18.10 3" Galv (Modified or Temporary Servcie) (RFI # 11, & 22)-55 LF. @ $31.95 6" Standard Univ D.l Clamp I Explore Digging Existing Services (Lot 21) -1 EA.@ $146.25 4" Standard Univ D.l Clamp I Explore Digging Existing Services (Lot 4) - 1 EA.@ $115.00 3" Standard Univ D.l Clamp I Explore Digging Existing Services (Lot 5) - 1 EA. @ $111.15 Cut Existing 2" Galv Pipe & Dispose (RFI # 11 & 22) -32 EA. @ $50.00 Cut Existing 3" & 4" Galv Pipe & Dispose (RFI # 11 & 22) - 5 EA. @ $60.00 Sod Replacement (RFI # 9 & 18) 800 SF@ 0.61 Remove & Salvage Existing Fire Hydrant (RFI # 22 & Lot 20 ) -2 1 EA. @ $250 F & I Flowable Fill (RFI # 1)-9 CY@ $103.00 Pavement Restoration (RFI # 11) -194 SY@ 18.00 Exploritory Digging (See below) 7 HR@ $156.30 Exploritory Digging (See below) 4 HR@ $112.85 Exploritory Digging (See below) 7 HR@ $101.30 Surveying & As-Builts; 1 LS @ 1 ,500.00 26 # 57 Stone Purchased & place 4" at Each Meter Box (Per CMB Request) 6 TN @ 17.00 27 1.5"-Water Meter boxes: Various locations from Lot 10 to Lot 34, Otv 9 tal $280.00 28 2"-Water Meter boxes: Various locations from Lot 10 to Lot 34, Qtv 15 tal $320.00 29 3"-Water Meter boxes: Various locations from Lot 10 to Lot 34, Qtv 2 tal $575.00 30 2" PVC Sleeve Empty at Lot 11: 195 LF tal $10.50 31 Credit for Field Office POD 1 LS tal -$3,600 32 Stormwater inlet crate 33 Electrical Changes Per Revised Plans A. Modify Electrical Panel A & Install New Circuit Breaker (Panel A: Notes 1, 5 & 6) FT B. Pull (1 l Separate Electrical Circuit For Landscpainq Liqhts at Bridqe Back to Panel A. (Note 4) C. Pull New Electrical Feeder from PFL to Panel A: (Panel A Note 2). D. Modifv Electrical Panel B & Install New Circuit Breakers (Panel B Notes 1, 3, 4, 6 & 7) E. Install New 2" Conduit from Existing Panel to Existing Pull Box. (Panel B Note 2) F. Pull (4) New Separate Elec.Circuits -Lndscp Liqht, N. & S.end of Park (Pnl A Note 4) & (Pnl B Note 5) G. 2" PVC, Directional Borinq from Buoy Park to landscape area at quardhouse: 120 LF H. 2" PVC, Directional Boring at Buoy Park to add new conduits for new lighting circuits; 860 LF I. Install new pull boxes to replace existing undersized pull boxes, tie in new circuits; 9 pull boxes J. Restoration of sod Electrical Sub Total: 165 DATE: January 17, 2012 JOB NO. CONTRACT NO. 43-09/10 Days Requested: 76 Days Approved: 76 Amount $ 613.28 $ 3,914.60 $ 755.54 $ 1,320.00 $ 857.52 $ 507.62 $ 287.30 $ 792.56 $ 435.12 $ 9,280.45 $ 8,688.00 $ 1,757.25 $ 146.25 $ 115.00 $ 111.15 $ 1,600.00 $ 300.00 $ 488.00 $ 250.00 $ 927.00 $ 3,492.00 $ 1,094.10 $ 451.40 $ 709.10 $ 1,500.00 $ 102.00 $ 2,520.00 $ 4,800.00 $ 1,150.00 $ 2,047.50 $ (3,600.00) $ 210.00 $ 47,412.74 $ 458.29 $ 1,595.42 $ 1,101.59 $ 882.54 $ 91.14 $ 25,100.94 $ 2,640.00 $ 11,180.00 $ 7,650.00 $ 600.00 $ 51,299.92 34 TransFiorida Development Mark Up of 7.5% SUBTOTAL Project Manager Senior Project Manager Assistant Director Director Capital Project Administrator Budget Date Date Date Date Date 166 Total Cost: CAP Engineering Engineer of Record Trans Florida Development Corp. Contractor: DRAFT $ $ 3,847.49 55,147.41 $ 102.560.15 Date Date