Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2006-257
ORIGINAL Iviul ' Document G701r" — 2001 � - J � � �- 7 Change Order PROJECT (Name and address): CHANGE ORDER NUMBER: 013 OWNER: New County Administration Building DATE: July 19, 2006 Lying Between the Main Relief Canal to ARCHITECT: El the North, the Lateral D Canal on the CONTRACTOR: Sounth and East and 20th Avenue to the West FIELD: ❑ TO CONTRACTOR (Name and address): ARCHITECT'S PROJECT NUMBER: 2102 OTHER: ❑ Tumor Construction Company CONTRACT DATE: (Amendment # 2) August 23, 2005 800 N. Magnolia Avenue CONTRACT FOR: Guaranteed Maximum Price - Orlando. Florida 32803 Construction Manager at Risk THE CONTRACT IS CHANGED AS FOLLOWS: (Include, where applicable, any undisputed amount attributable to previously executed Canso uction Change Directives) Reference Description Amount COR #057 Use MC Cable for fire alarm wiring above ceiling in accesible areas in lieu of EMT conduit ($ 18,285) as acceptable by Code and Regulatory Authorities having jurisdiction. The payment of this change item will not change the GMP, but will increase the Owner's Contingency by $ 18,285 The original Guaranteed Maximum Price was $ 33,086,442.00 The net change by previously authorized Change Orders $ (5,360,738.00) The Guaranteed Maximum Price prior to this Change Order was $ 27,725,704.00 The Guaranteed Maximum Price will be increased/decreased by this Change Order in the amount of $ 0.00) The new Guaranteed Maximum Price including this Change Order will be $ 27,725,704.00 The Contract Time will be increased by Zero ( 0 ) days. The date of Substantial Completion as of the dale of this Change Order therefore is January 21 , 2007. 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 Contractor, in which case a Change Order is executed to supersede the Construction Change Directive. NOT VALID UNTIL SIGNED BY THE ARCHITECT, CONTRACTOR AND OWNER. Donadio & Associates, Architects, P.A. Turner Construction Company Indian River County Board of County Commissioners ARCHITECT (Firm name) CONTRACTOR (Firm name) OWNER (Firm name) 609 17th Street, Vero Beach, Florida 1840 25th Street, Vero Beach,Florida 3296 3296Q RES ADDRES REIS EN"Wature) BY (Signature) B/ Ig Anthony Donadio Louis Fiore poseph A. Baird, County Administrator (Typed name)���� � (Typed name) Typed ``�'me Z? i I/GIG //2 �bG IIG�� Ob DATE ifDATE DATE AIA Document G701 TM — 2001 . Copyright © 1979, 1987, 2000 and 2001 by The American Institute of Architects. All rights reservetl. ARNING: This AIA® Document Is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIAa ument, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possibleunder the w. document was produced by AIA software at 07:54:07 on 07/12/2006 under Order No. 10001922961 which expires on 8/8/2006, d is n for res User Notes: 983134) Revie commended for Approval : ' t"wWi-t-cJ - Steve m, 1 roiect Manaeer Thomas W. Frame, General Services Director Jas n Bro n. Budeet Director Turner July 06, 2006 Mr. Steve Blum Turner Construction Company Project Manager 800 North Magnolia Avenue Indian River County Administration Complex Suite 500 2625 19th Avenue Orlando, FL 32803 Vero Beach , FL 32960 phone : 772.564.8141 fax : 772 .564 .8143 RE : IRC New Admin Building 2625 19th Avenue Vero Beach , Florida 32960 Project #: 11531 Change Order Request Number COR 057 Cost Savings Dear Mr. Blum, We have finalized gathering all the required quotations for PCO-063 for the following extra work: Provide MC Cable for Fire Alarm above ceilings in accessible areas as acceptable by Code and Authorities Having Jurisdiction. We have reviewed the Subcontractor Proposals (copy attached hereto) and have verified that all extra work items are in compliance with our Contract Agreement. The following is a detailed itemization of all extra costs: PCO No Item No Description Amount Contractor 063 004 Increase contingency-MC Cable for Fire Alarm. $ 185285. INDRIV 063 005 Provide MC Cable for Fire Alarm above ceilings in ($18 ,285 . ) MILELE accessible areas as acceptable by Code and Authorities Having Jurisdiction . Total Change to the GMP: $0.00 Please return one ( 1 ) signed copy of this letter indicating your authorization to process this Change Order Request which does not change our Contract Amount. Following final approval of the actual Change Order by the Board of County Commissioners, the Owner's Contingency will be increased by Eighteen Thousand Two Hundred Eighty Five Dollars ($ 18,285. ) . This approval will also authorize us to issue Subcontract Change Orders as required . If you have any questions regarding this Change Order Request, please call me at your earliest convenience . FceIy,J oug erty Sr. Project Engineer Source of Funding : I 7, 1c> - -D (, 7 Recommended By: Date: / j O - a (o Steve Blum-Project Manager Approved By: La�) r � _ Date: 7 (U Tom Frame-Director of Gdderal Services cc: COR-057, PCO-063 , Cost, Purchasing , Accounting , Donadio, Tom Frame Building the Future jog =OEM= MILLER ELECTRIC COMPANY 2251 RosseLLe ST. (32204) P. O. Box 1799 JACKSONVILLE, FL 32201 904.388.8000 Fe 904.389.8653 May 23 , 2006 6� v VIA tC, C Lou Fiore GL /,7-\ Jr7 Turner Construction 2625 19th Ave Vero Beach, FL 32960 Re: COR 16 Indian River Administration Complex Voluntary Value Engineering for Fire Alarm Conduit Lou : We are pleased to submit our Voluntary Value Engineering Proposal for the fire alarm system. VE Option 41 Utilize Fire Alarm M/C Cable in lieu of conduit and wire . . . . . . . . . . . . . . . . . . . . . . . . . . . . <$ 13 . 00> -Or- VE Option 42 Utilize Plenum Rated Fire Alarm Cable in free air with in ceiling spaces . . . . . . . . . . . <$ 18 ,285 . 00> -Or- VE Option 43 Utilize Non-Plenum Rated Fire Alarm Cable in free air with in ceiling spaces . . . . . <$20 . 00> This Option can only be, used if the ceiling spaces are not considered to be return air enum . �Sincerely, Dexm 4 c Y Y� Project Manager Miller Electric Company RECEIVED MAY 2 5 2006 EC-0000011 GG C047556 TURNER ORIGINAL IMv Document G701TM - 2001 9 . A006 - as7 Change Order PROJECT (Name and address): CHANGE ORDER NUMBER: 014 OWNER: New County Administration Building DATE: July 18, 2006 ARCHITECT: Lying Between the Main Relief Canal to the North, the Lateral D Canal on the CONTRACTOR: Sounth and East and 20th Avenue to the West FIELD: ❑ TO CONTRACTOR (Name and address): ARCHITECT'S PROJECT NUMBER: 2102 OTHER: ❑ Turner Construction Company CONTRACT DATE: (Amendment # 2) August 23, 2005 800 N. Magnolia Avenue CONTRACT FOR: Guaranteed Maximum Price - Orlando, Florida 32803 Construction Manager at Risk THE CONTRACT IS CHANGED AS FOLLOWS: (Include, rnhere applicable, any undisputed amount attributable to previously executed Construction Change Dit-ectives) Reference Description Amount COR #052 Provide directional bore conduits for fiber optics under new culvert bridge at IRFWCD Lateral E Canal (Six 4" conduits) in lieu of direct burial over new culvert bridge. $ 12,316 COR #056 Provide 3/4" asphalt overlay on existing parking lot area east of existing Health Department $9,292 Total $21 ,608 The payment of these change items will not change the GMP, but will decrease the Owner's Contingency by $21 ,608 The original Guaranteed Maximum Price was $ 33.086,442.00 The net change by previously authorized Change Orders $ (5,360,738.00) The Guaranteed Maximum Price prior to this Change Order was $ 27,725.704.00 The Guaranteed Maximum Price will be increased/decreased by this Change Order in the amount of $ 0.00) The new Guaranteed Maximum Price including this Change Order will be $ 27,725,704.00 The Contract Time will be increased by Zero ( 0 ) days. The date of Substantial Completion as of the date of this Change Order therefore is January 21 , 2007. 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 Contractor, in which case a Change Order is executed to supersede the Construction Change Directive. NOT VALID UNTIL SIGNED BY THE ARCHITECT, CONTRACTOR AND OWNER. Donadio & Associates, Architects, P.A. Turner Construction Company Indian River County Board of County Commissioners ARCHITECT (Firm name) CONTRACTOR (Firm name) OWNER (Firm name) 609 17th Street, Vero Beach, Florida 184025th Street, Vero Beach,Florida 32960 32960 AD ES ADDRESS ADDRESS , BY Sign e) BY (Signanu (Signan re) Anthony Donadio Louis Fiore oseph A. Baird, County Administrator (7yped name)� (Typed name) (Typed name) W7 /ii /0 (, -DATT DATE DATE AIA Document G701 TM - 2001 . Copyright © 1979, 1987, 2000 and 2001 by The American Institute of Architects. All rights reserved. ARNING: This AIA® Document Is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIAs D cu t, or any portion of It, may result In severe civil and criminal penalties, and will be prosecuted to the maximum ex ssible under the s document was produced by AIA software at 10:31 :54 on 07/11 /2006 under Order No. 1000192296_1 which expires on a/ 2006, a is not for re User Notes: ( 1392) Revie Recommended for Approval K/ Steve Blum, Project Manager Thomas W. Frame, eral Services Director las n Brown. Budget Director Turner May 31 , 2006 Mr. Steve Blum Turner Construction Company Project Manager 800 North Magnolia Avenue Indian River County Administration Complex Suite 500 2625 19th Avenue Orlando, FL 32803 Vero Beach , FL 32960 phone : 772 .564 .8141 fax 772.564.8143 RE : IRC New Admin Building 2625 19th Avenue Vero Beach , Florida 32960 Project #: 11531 Change Order Request Number COR-052 Scope Change Dear Mr. Blum, We have finalized gathering all the required quotations for PCO-049 for the following extra work: Directional Bore for 6 each 4" Conduit at Ditch Crossover. We have reviewed the Subcontractor Proposal (copy attached hereto) and have verified that all extra work items are in compliance with our Contract Agreement. The following is a detailed itemization of all extra costs: PCO No Item No Description Amount Contractor 049 001 Provide Directional Bore Conduit for Fiber Optics $ 11 , 196 . MILELE at IRFWCD Lateral E (6 ea 4" conduits) in lieu of direct burial over bridge . 049 002 General Conditions 10% $ 1 , 120 . TURCON 049 003 Release Contingency-Directional Bore for Fiber ($ 12 , 316. ) INDRIV Optics at IRFWCD Crossover Total Change to the GMP : $0.00 Please return one ( 1 ) signed copy of this letter indicating your authorization to process this Change Order Request which does not change our Contract Amount. Following final approval of the actual Change Order by the Board of County Commissioners, the Owner's Contingency will be decreased by Twelve Thousand Three Hundred Sixteen Dollars ($ 12,316) . This approval will also authorize us to issue Subcontract Change Orders as required . If you have any questions regarding this Change Order Request, please call me at your earliest convenience . Sincerely, *MJ1ughe Sr. Project Engineer Source of Funding : ^ Recommended By: Date : Steve Blum-Project Manager Approved By: �Stl l �L) - aet u& ,rti Dater Tom Frame-Director of eneral Services cc: COR-052, PCO-049, Cost, Purchasing , Accounting , Donadio, Tom Frame Building the Future u 1�ILLER ELECTRIC COMPANY 2251 Rosse��e Sr. (32204) P. O. Box 1799 JACK30N ILLE, FL 32201 904.388.8000 Fn 904.389.8653 May 23 , 2006 Turner Construction Company. 0 800 North Magnolia Ave . . Orland, FL 32803 ATTN: Lou Fiore RE: New County Administration Buildings PCO-? COR-017 Lou, We request that a change order be issued for additional work associated with the above referenced project. Description Directional bore across the south canal in lieu of excavating across at the foot path. : Price Impact COR-017 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 11 , 196. 00 Please provide a written change order as soon as possible. We can not proceed with the additional work associated with this'. change order request without written authorization. If you have any questions or require further information, please do not hesitate to contact us . Sincerely, Miller Electric Company Dean cy� Project Manager cc : Ed Witt Jr. RECEIVED NEati MAY 2 5 2006 EG=00475„ CG-0047556 TURNER MILLER ELECTRIC COMPANY SUMMERYSHEET MILLER ELECTRIC COMPANY -Pwfiry s. wsm. 1928. JOB: Indian River County Administration Complex PCO: WORK: DIRECTIONAL BORE ACROSS SOUTH DITCH VS EXCAVATE COR: 17.00 BY: Denny Bucy DATE: May 23, 2006 NOTES: JOB NO.: KA-53495 DESCRIPTION MATERIAL LABOR HRS SEE PRICE SHEET $0.00 -39.90 FORMAN @17% -6.78 LABOR & BURDEN HOURS RATE TOTAL FIELD LABOR STRAIGHT TIME 95% -37.91 36.78 $ (1 ,394. 15) FIELD LABOR OVERTIME (1 1/2) 5% -2.00 50. 17 -100.09 WORKING FORMAN STRAIGHT TIME 95% -6.44 45.37 $ (292.36) WORKING FORMAN OVERTIME TIME (1 1/2) 5% -0.34 62.48 -21 .19 TOTAL LABOR -47 $ (11807.78) MATERIALS QUOTABLES $10,800.00 BASE MATERIAL $0.00 SALES TAX 7.00% $756.00 MATERIAL SHIPPING/HANDLING 2.50% $270.00 TOTAL MATERIAL $ 11 ,826.00 JOB EXPENSE AMT RATE EXPENSE JOB EXPENSE 6.28 -293. 17 CLEAN UP 2.00% -36. 16 ASBUILT DRAWINGS 1 .00% 0.00 -18.08 EQUIPMENT RENTAL 0.00 0.00 WARRANTY 1 .50% -27. 12 DRAWING REPRODUCTION 50.00 50.00 0.00 0.00 TOTAL JOB EXPENSE § (324.52) SUBCONTRACTS TOTAL 0.00 0.00 0.00 SALES TAX 0.00% 0.00 TOTALSUBCONTRACTS $ TOTAL $ 9,693.70 OH 10.00% , $ 969.37 PFT 5,00% $ 533.15 SUBTOTAL $ 11 ,196.22 ACCEPTED BY: DATE TOTAL SELLING PRICE $ 11 ,196.22 RECEIVED MAY 2 5 2006 TURNER Job ID: KA53495 Project: INDIAN RIVER CHANGES 4FRI- InteffiBid Audit Trail Complete Phase: i$ . , sD17@0 Sub Phase: 05/23/2006 3 :03 :02 PM Item Quantity Size No y ' Level l : Level 2: U/M Q/M Description Material Material Material Unit Labor Labor Labor 039190 -140 36" x 48" DEEP FT M BACKHOE TRENCHING & BACKFILL Factor Result Unit Factor Result 039199 - 140 36" WIDE FT M MACHINE COMPACT TRENCH 0.00 0.00 0.0600 1 .00 -8.40 0.00 0.00 0.2250 1 .00 -31 .50 $0.00 -39.90 RECEIVED MAY 2 5 2006 TURNER Miller Electric Company P.O. Box 1799 - - - Jacksonville, FL 32201 Phone: 904-388-8000 Con&t Software Systems 904-389-8653 Page I of 1 McRILL SERVICE CO JOB BI ® ° Al 1400 CTY RD 17A N., LOT 68 AVON PARK FL 33825 -7749 DATE BID # (772) 408-4730 3/27/2006 1162423 NAME / ADDRESS Miller Electric 2251 Rosselle Street Jacksonville, FL 32204 PROJECT Fiber Under Di . . . DESCRIPTION QTY COST TOTAL BORE - under deep ditch for duct bank GYRI Boring - Pullback (6) 4" PVC CarlonBoreguard 200 54.00 10, 800.00 PVC 4 " PVC Carlon BoreGuard Conduit 1 ,200 4.00 4,800. 00 I Thank You for the Opportunity to Quote ! TOTAL $ 15,600.00 SIGNATURE RECEIVED MAY 2 5 2006 TURNER Turner July 05, 2006 Mr. Steve Blum Turner Construction Company Project Manager 800 North Magnolia Avenue Indian River County Administration Complex Suite 500 2625 19th Avenue Orlando , FL 32803 Vero Beach , FL 32960 phone : 772.564.8141 fax : 772.564 .8143 RE : IRC New Admin Building 2625 19th Avenue Vero Beach , Florida 32960 Project #: 11531 Change Order Request Number COR-056 Scope Change Dear Mr. Blum, We have finalized gathering all the required quotations for PCO 065 for the following extra work: Add 3/4" asphalt overlay at Existing Parking Lot at East End of Existing Health Department Building We have reviewed the Subcontractor Proposal (copy attached hereto) and have verified that all extra work items are in compliance with our Contract Agreement. The following is a detailed itemization of all extra costs: PCO No Item No Description Amount Contractor 065 001 Provide 3/4" asphalt overlay on Existing Parking $8447 . GULCON Lot Area east of Existing Health Department. 065 002 General conditions 10% $845. TURCON 065 003 Release Contingency-Asphalt Overlay east of ($9,292 . ) INDRIV Existing Health Dept Bldg Total Change to the GMP : $0. 00 Please return one ( 1 ) signed copy of this letter indicating your authorization to process this Change Order Request which does not change our Contract Amount. Following final approval of the actual Change Order by the Board of County Commissioners, the Owner's Contingency will be decreased by Nine Thousand Two Hundred Ninety Two Dollars ($9,292 . ). This approval will also authorize us to issue Subcontract Change Orders as required . If you have any questions regarding this Change Order Request, please call me at your earliest convenience . 4incel I /� ougherty lect Engineer Source of Funding : Recommended By: Date : Steve Blum-)Project Manager Approved By: �(/ � Dater Tom Frame-Director V General Services cc: COR-056, PCO-065 , Cost, Purchasing , Accounting , Donadio, Tom Frame Building the Future 06! 27; 2006 10 : 01 FAX 7729672036 1313 {VEST MIDIVAP RD 01001 h' i : s .`r3 C ,4 p . '1 's . . . r ' tw . : IJt. . Additional Work Authorization �1 Gv -6jce No . 23 1 SHEET TOTAL TO : Lou Fiore FAX: 772-564 -8143 Timer construction , Inc FR0fel: Buff Searcy 1 Scott Sagraves DATE : 6127,'20M JOB : Indian River County Admin . Complex We hereby propose to furnish labor, equipment, and materials to install 314" asphalt overlay at the existing Health Dept. parking lot per the attached schedule of values. Also per your request please note the alternate item in the schedule of values. rNOTE E OF ADDITIONAL WORK: Gtuantity Unit Unit Pricy Amount . _/4" Asphalt at Existing Health Dept. Parktng Lot 1 LS $89 ALTERNATE ITEM TTACHED SCHEDULE OF VALUES TOTAL — $6 5.00 Unify. LS-LUM SLIM Please contact us if you need more information regarding this request. If acceptable , please sign and return this work authorization so We may proceed with the additonal work. Signing this form autriorizes us to perform the work and issue an appropriate change order to the contract. Turner Construction , inc . Date y; 4k , i15 `pIN, � Fe4`L4� {M' - .. M[iy[Y"A • i'3( a rot$.Lyp¢; 1F v 60! .'x, ? / 2606 16 : 01 FAX 7724672036 1313 t7SS'T hi7DNA2" RD IZu02 ` WA n 23 6-27.06 ITEM 'QUANT. Bm Unit Ext. lVcrk Aythorigat?cLn # 23 E4. �?Asp71a:[ 765 SY $6.50 S4,i72 .50kiap c.>il and Stop (Pdird Only) j 17 EA $42.00 5714.00dicap Parking Su'-iA, Stop and Sigo (paint Onlyj ( 4 EA $620.00 $2, 760 .Du Subtotal: I $8,44640 A9p_ha9t- . la 'hase dl 1 3!4" Asphalt - 6,7£0 SY ,"Y44 , 135.00 Parking Stall Stdppng Paint Only) 17 V2.00 $374. 00 Handicap Parking Stal! St;:ping and Sign (Paintbn!Yl 4 EA 3670.00 V,680.Oo Rameve/Replace exi ting Wheei Stops 124 E X10.00 51 ,240.U10 Type D Curb S20 lF i 512,4MUG Subtotal: 4J 'total: � SaS9,29 5 . 50 Alierna m Instal Ne vVheel Stops � XA