Loading...
HomeMy WebLinkAbout2006-160A® IA Document G701TN �� - 2001 Change Order PROJECT (Name mut address): New County Administration Building Lying Adjacent to 27th Street, Vero Beach, FI CHANGE ORDER NUMBER: 009 DATE: May 16, 2006 TO CONTRACTOR (Nmne and address): ARCHITECT'S PROJECT NUMBER: 2102 Turner Construction Company CONTRACT DATE: (Amendment #2) August 23, 2005 800 N. Magnolia Avenue CONTRACT FOR: Guaranteed Maximum Price - Orlando, Florida 32803 Construction Management at Risk S -16,0 4066-/6v OWNER:® ARCHITECT: CONTRACTOR: FIELD: ❑ OTHER: ❑ THE CONTRACT IS CHANGED AS FOLLOWS: (Include, where applicable, any undisputed amount attributable to previously executed Construction Change Directives) Reference Description Amount COR -040 The GMP shell allowance is $524.000. The attached breakdown sheet reconciles the allowance and provides more detailed information explaining the revised credit amount of $597,838 and increase in savings of $73,838 ($73,838.00) COR -037 This COR (Change Order Request) contained in Change Order #008 was approved May 2, 2006. and stated "Utilize duct wrap in lieu of duct board for insulation on exposed interior rectangular duct. Also, allow for maximum of 8 feet of Flex duct to return air grilles. (For a savings of $21,000). The savinsgs should have been $37,498.00. To correct that error, an additional savings for the owner in the amount of $16,498 needs to be taken. ($16,498.00) Approval of these Change Items will not change the GMP but will increase the Owner's Contingency by $90,331 The original Guaranteed Maximum Price was $ 33,086,442 The net change by previously authorized Change Orders $ (3,844,244) The Guaranteed Maximum Price prior to this Change Order was $ 29,242,198 The Guaranteed Maximum Price will be decreased by this Change Order in the amount of $ (0) The new Guaranteed Maximum Price including this Change Order will be $ 29,242,198 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 (Finn name) CONTRACTOR (Firm name) OWNER (Firm name) 609 17th §1salift, Vero Beach, Florida 800 N. Magnolia Avenue 1840 25th Street, Vero Beach,Florida 329(1 J Orlando, Florida 32803 32960 RE ADDRESSADDRESS ^ (. ire) �BY (Signature) Y (Figur ure) ��J�(1xq A Donadio Louis Fiore oseph A. Baird, County Administrator Mped pante) (Typed name) Typed name) S'%/G fBG DA 6A—T I DATE / AIA Document G701 TM -2001. Copyright ©1979, 1987, 2000 and 2001 by The American Institutef Ar itects. All rights reserved. WARNING: This AIA® Document Is protected by U.S. Copyright Law and International Treaties. Unauthorized re AV or distribution of this A e Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum exte ossible under t This document was produced by AIA software at 17:32:42 on 05/09/2006 under Order No. 1000192296_1 which expires 8/8/ 06, and is not f r User Notes: (3 7595) Reviewed and Recommended for Approvah 1cio4 S ! V Steve Blum, Project Manager Thomas W Fram , General Services 6iredtor Pasonlbrown, Budget Director Turner Monday, May 1, 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 COR040 Scope Change Dear Mr. Blum, We have finalized gathering all the required quotations for PCO No. 041 for the following extra work: EOC Shell Allowance. Reconciliation 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 041 001 The GMP EOC shell allowance is ($524,000). ($73,838.00) Various - see The attached breakdown sheet reconciles the attached allowance and provides more detailed information explaining the total credit of ($597,838). 041 002 Reconcile EOC shell allowance; transfer $73,838.00 Indian River additional allowance credit into the owner's County continency 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 Zero and 00/100 ($0.00). 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, (j(//////����� Mikehertyy Sr. Project Engineer Source of Funding: Recommended By: Date: Steve Blum -Project Manager Approved By: �Date: om.rame-Directoro eneral Services l% cc: COR -040, PCO -041, Cost, Purchasing, Accounting, Donadio, Tom Frame Building the Future sfFe Indian River County Administration Complex I Indian River County, Florida Allowance Shell Space at Emergency Operations Center Report Date: 01 May 2006 " BP SummaryTotal per Sub Quote GMP ALLOWANCE $5243000 II 03a Concrete ($8,394) 04 Masonry ($24,075) 05.2 Aluminum Fabrications ($141550) 4 06 Millwork ($71406) 5 08 Doors, Frames & Hardware - material ($23,016) G 08 Doors, Frames & Hardware - installation ($51180) 7 08 Glass & Glazing ($4,200) s 08a Roll Up Counter Door ($985) e 09 Metal Studs & Drywall ($505680) 10 09a Tile ($21,790) ii 09b Acoustical Ceiling ($342380) iz 09c VCT & Carpet ($81,464) 13 09d Painting ($10,088) 14 10 Toilet & Bath Accessories ($113243) 15 10c Signage ($2,252) 16 101 Access Flooring ($17,048) 7 15a HVAC & Plumbing - Subcontractor '& ($291880) is 15a HVAC Plumbing - Turner Logistics ($479620) 19 16 Electrical & Communications - Subcontractor ($111,540) 20 16 Electrical - Turner Logistics ($921047) EOC ALLOWANCE ADJUSTMENT ($73,838) Page 1 t 3n 4f ► • p E Y e v= ED �i 873 M1Y W{��^2a+p9 Apr,, �a A .r. i l: 290b 12: 43 P^ Ron 4: �:a' 1 PfacOnn�L tt.rzlarnr, zsac. N' , 4548 P. .ova nn,vulST- FARMS ROAD .�-ST PALM BFACH, FLORIDA 33411( • P.(561) 793-5524 FAX:(561) 79L a21 kAGS idO. 1 FT.PIPRCE (772) 461 97e3 FAX: (772) 54(51-3'{319 PROP# 5771 P R D P Q S A L DATE: 10/04/05 PROPOSAL SUNUTTSD T0: TURNER CONSTRUCTION- INDIAN RI'JER C0.ADMI}72STRATSON COMPLE3I AD JOH 800 NORTH MAGNOLIA AVE. 2755 18TH AVE. SUITE 500DO FL. 32803 VERO BCH.,FLA. 32960 ORLANDO A DIIRGA XAL�`S---„"'—` B p 7718 05771C 05771p 0 7 1F5r'/�5771G— PHQNH' (407) 210-2500. PAX: (407) 210-2520 0577114 WE HERESY SCTPM=T ESTIMATES FOR: LABOR AND MATERIAL FOR MASONRY WORK AS PER PLANS AND TRE FOLLOWING SCOPE, REVISED PROF09AL *** CONTRACT PROPOSAL*** to a-- C6y - 8i yl Scope: Block Work and Conczete Cell -Fill, Rebar Material and Placement in Masonry Only, Creciitt for Anttnna Enclosure: ($ 6,G75.00) d Credit for Fuel Tank & Condenser: ($ 12,900.00) 1� 2� ©� Credit for Dish Far: *Walls: ($ 5,100.00) --- �4 e , ..,e __ Z,ine(J 1. Standard ASTM -c90 Block, Grade N, Type II, Zearock. - \. Black figured to be high strength, no addit ti,All block and mortar to be standard grey co 1'=OCk tO be broom finished. 2. Cell 'll based on 3000 psi pump mix with 3 3. Rebar mat riial and placement in masonry on1. 4. �ITEMS iNCL=ODEA; scaffold, machinery, s cking, hoisting, �i+iilt rein o`_— crag, gash block & coat .. _joint, pumping Of cell -fill, tailored foamorm & pour beam for 40block wainscot, compressible fillers & fire caulk, construction dumpster,, 5: ITEMS NOT INCLUDED: 1� eel, welding, rigid insulations, cau ,'ng, sca an g, 'backe 'sods, dampprcofing, waterproofing, parging, flashing, temgdrary'b�racing, scuppers, er.�beds, ali decorative Areca t' stone, recieve off load & inventory and store protect o lay out of embeds. 6. Install hallow'm tai frames in mason,=y: work only, material, ordering and storage by others,. It frames are not on site when projeet/gtarts there will, be a extra -charge to install. 7. A11 form/work, concrete, and rebar for cast iace concrete work by others. _S. Trash in designated area or dumpster j provided by nth ***• 9. /ali Exterior block on bldgs.l & 2 fig�,txed to be high / strength block, all interior & out bldgs., retaining wallsfigured to be regular strength block, / Per Bob- Burbrink on 9/22/o5. YYCa N'u a *- IWM PLANS DATRpc 5/G8/05 GOOD THRUI 12/30/05 BIDDS[d: MR RECENED APR 17 20H TURNER New County Administratiolr cUlding January 20, 2006 Vero Beach, Florida SCOPE OF WORK for Bid Package 5.2—Aluminum Fabrications the previous day, prior to the start of any Work the next day, and upon eight hour notice, the CM\ may perform the Subcontractor's clean-up and deduct all costs from -tile Contract.. 14. Provide all Warranties and closeout documents per the contract documents. Warranties will commence\on the date of Substantial Completion. 15. Weekly Toolbox Saf1tf meetings are to be held and signed minutes are to be submitted . to Turner Project Management by 3:30 PM every Friday. Minutes are to be signed by all subcontractor employees project. ; 16. If additional work is to be performed that is,.outside of the current scope of work, the subcontractor will formally notify and receive a Potential Change Order number (PCO #) prior to performing any of the #rk. Turner will, in turn, issue formal direction to price and/or proceed with the ch pge:., Any change order requests that were not specifically requested by Turner or do not reference a valid PCO # number will be rejected in their entirety. 17. Markup on work performed 6y subcontractors shall be limited to the amount allowed by the Owner, but in no casefshall the amount for overheaa`exceed 10% and the amount for profit exceed 10%. 18, It is the responsib fif of this subcontractor to have qualified'personnei available to accompany anyauthorities inspecting the project relating to his work. 19. All submittA to be submitted in complete packages with speciffcations sections and paragra 1i numbers noted in quantity, format, and forms as directed by Turner.`\ 20. CC ract Sum includes all Sales Tax and Insurance. \\ z2 v This subcontractor shall protect existing facilities, structures, adjacent property and the public. This subcontractor is solely responsible for job safety associated with this scope of work, construction procedures, and damage or injury due to its act or neglect. C.X/ EXCLUSIONS None D. ALTERNATES 1. Delete aluminum gates at the following locations: a. Gate for dish farm enclosure per 1/1-A1.3 (gates for chiller yard enclosure shall remain) Deduct ($4,383.00) b. Gates for fuel tank and condensing unit enclosures per 2/1-A1.3 (gates for dumpster and recycle enclosures shall remain) Deduct ($8,416.00) C. Gate for antenna enclosure per 3/1-A1..3 Deduct ($1,75,1—.0{00)) "Attachment A" �, 1 Ll Project #11531 DO' 1 Pile/CSI 1102825 Aluminum Fencing ub TCub Subcontract Agreement#1153100-037 Sunbelt Metals and Manufacturing, Inc. Page 4 of 5 New County Administration Building December 13, 2005 Vero Beach, Florida SCOPE OF WORK for Bid Package 6 — Custom Casework a18':x., It is the responsibility of this subcontractor to have qualified personnel availabre to accompany any authorities inspecting the project relating to his work. 19. Al submittals to be submitted in complete packages with specificatipa{sections and paragraph'n-umbers noted in quantity, format, and forms as directed b Turner. 20. Contract Sum incl •des all Sales Tax and Insurance. 21. This subcontractor shail,protect existingfacilities, struggt res, adjacent property and the public. This subcontractor' solely responsible for jokf,safety associated with this scope of work, construction procedu s, and damage or 1 ury due to its act or neglect. 22. Electric service for welders will not Yback;jn�gfor fe. C. EXCLUSIONS 1. Furnishing and installing blocking aq the attachment of the custom casework — by drywall subcontractor �/1 2. Custom casework in the fell ng spaces is not includgd in the scope of the work. These items may be added by c nge order to the scope of wv r' C at a late date: Rooms 1.1-101, 1.1-102, 1.1-116, 1.1- 51 1:1-3031 1.1-408, 1.1-411, 1.12501, 1.2-511, 1.2-512, 1.2-613, 1.2-7043 1.2-705, 1. -801, 1.2-803, 2.1-2027 2.1-303, 2.1-4 2.1-604, 2.1-622 and 2.2- 302. /Interior shown plan in the following spaces are interpreted to be wner Furnished and Ins led furniture and are not part of this scope of work: Roo 1.1-201, 1.1-2027 3, .1-302, 1.1-405,1.1-407,1.1-408, 1.2-106, 2.1-201, 2.1-218, A-4013 2.1-409, , 2.1-503, 2.1-601, 2.1.603, 2.1-624, 2.1-627 and 2.2-315. seating at the Commission Chamber—by seating subcontractor. ail with wood cap at the Commission Chamber - by ornamental handrail an subcontractor. of elevator cabs — by elevator subcontractor. j 7. In wall steel bracket, if required, for support of bathroom vanities — not shown on L/ drawings. 8. Koral Kast chair rail and Koral Kast columns, bases and capitals — by Koral Kest subcontractor. '1 D. ALTERNATES 1. The Subcontract Amount includes all work Indicated in the Deduct ($7,406.00) Contract Documents. It is ifre Owner's intention to revise the documents to shell the area presently indicated as the location ��II for the Emergency Operations Center (EOC), along with related �� t�P mechanical, electrical and structured cabling systems. The following amount represents the value of the Custom Casement / Project #1153100 IV] Is File/CSI #06410 Custom Casework Sub Subcontract Agreement #1153100-033 — Wood Company TCCo Page 6 of 7 CP ii 2 New County Administration Building Vero Beach, Florida SCOPE OF WORK for Bid Package 6 — Custom C work work in the EOC area on the 2"d floor of Building Two, including Breakro in 2.2-324 and Restrooms 2.2-328 and 2.2-32 /2. De to/from the Subcontract Amo f mishing and inst mg elvj g el room 1.1-109fabd .1.2, at in accotdance with th plans /r d7Wifh elevation 08/1-Ag.1.2. F. IM December 13, 2005 Deduct($Y129i.00) ims suocontractor cknowledges t'at the s id work will proc ed In Accordant wXh the Sch�dule as developed by the "Poject T�m" and its Sub ontr ctors and s (evised "Project Team",/Also, this subcont actor rees to participate In t requirem t of the s( as outlined in the confract docum nts, he work of this ag ee ant will req it that sub sh�p drawins, coordination dra in , be sequenced in a rdance with aforeme sc e7ress agreed to otherwise by the project team. END OF SCOPE OF WORK "Attachment A" Project#1153100 s File/CSI #06410 Custom Casework Sub Subcontract Agreement #1153100-033 — Wood Company TCCo 4V Page 7of7 4 `— IRC Admin Cmp]x E.O.C. ch7 -e order amount Page 1 of 3 Dougherty, Michael J - (OR -L) From: Mark Carpenter [mark.carpenter@agmaurofla.com] Sent: Wednesday, February 15, 2006 9:48 AM To: Dougherty, Michael J - (ORL) Cc: Fiore, Lou - (ORL); "Charles Copley" Subject: RE: IRC Admin Cmplx E.O.C. change order amount (further detail) ADDED ATTACHMENTS Dear Michael, Here is a further detail of the break down of cost associated with the deletion of the E.O.C. area. This should satisfy your request. We need for Turner to quickly execute the change order per our proposal 5700-R2 as it has been 3 months since it's been issued. Deleted a net 39 leaves of hardware: <$ 97130.00> Deleted a net 38 3 -sided HMF and 2 B/L frames: <$ 41558.00> Deleted a net 39 wood doors from scope: <$ 8.025.00> $ al cost of actual credit for E.O.C. area: <$ 21,713.00> -`-'- `-- Difference between actual and allowance: 5700-R2) QXx 0 11,024.00 (net add back to our contract per proposal Door # 2.2-302 was shown below incorrectly as it does not exist. Door # 2.2-301A was shown below incorrectly door # should be 2.2-303A. Borrowed light 2.2 -303 -BL -1 was replaced with 2.2 -307 -BL -1. I highlighted this for you to show differences in the documents only; there is no cost impact for this item. Borrowed light 2.2 -317 -BL -2 does exists, see attached architects response to our shop drawing item # 12. This frame has been ordered. u"-er� z Sincerely, Mark E. Carpenter Dear Michael, The following information is per your request, in order to reconcile the E.O.C. change order amount as it relates to our proposal 4 5700-R2 dated 11-15-05. Openings deleted: ;22-382, 2.2 2192 84 (alum B/L by others), 2.2-303-BL1 (now shown as 2.2-307BL-1 no cost impact), 2.2-304, 2.2-305, 2.2-3083 2.2-309, 2.2-310A, 2.2-310B, 2.2-311& 2.2-311 B, 2.2-312, 2.2-313A, 2.2-313B, 22-315, 2.2- 315-BL1, 2.2-316A, 2.2-3168, 2.2-317A, 2.2-3178, 2.2-317-BL1, 2.2-318A, 2.2-318B, 2.2-319, 2.2-320A, 2.2- 320B, 2.2-321A, 2.2-321B, 2.2-322, 2.2-323A, 2.2-323B, 2.2-324A, 2.2-324B, 2:2-325A, 2.2-325B, 2.2-327, 2.2- 328, 2.2-329, 2.2-330A, 2.2-330B, 2.2-331A, 2.2-3316, 2.2-332 AND 2.2-333. Openings added: .2�89;A (2.2-303A) and 2.2-307BL1 (was 2.2-303BL-1 no cost impact) Openings that remained: 2:2-301A3 2.2-307A, 2.2-307B, 2.2-314A and 2.2-317-BL2 (see architect response to item # 12 of AGM shop drawings) The breakdown of values for the following products for AGM proposal # 5700-R2 are: HW: $ 4,370.00 HM: $ 2,185.00 -vi <nnnl< IRC Admin Cmplx E.O.C. ch order amount ( Page 2 of -3. WD: $ 3.845.00 SUB: $109400.00 TX: $ 624.00 TOT: $11,024.00 ADD BACK TO P.O. This shall satisfy your requirements as requested. Sincerely, Mark E. Carpenter -----Original Message ----- From. Dougherty, Michael J - (ORL) [mailto:mdougherty@tcco.com] Sent: Thursday, November 17, 2005 2:10 PM To: mark.carpenter@agmaurofla.com Cc: Fiore, Lou - (ORL) Subject: RE: IRC Admin Cmplx E.O.C. change order amount Mark, I need more detailed back up for pricing, i.e. detailed listing of door openings, price per each broken down among hollow metal frames, wood doors, hardware, etc. Also, separate the EOC revisions from other revisions that are impacted. We need this in order to get it approved. Call me if you have any questions. Thanks, Mike Dougherty From: Fiore, Lou - (ORL) Sent: Tuesday, November 15, 2005 3:16 PM To: Dougherty, Michael J - (ORL) Subject: FW: IRC Admin Cmplx E.O.C. change order amount here it isssssssssssssssssssssssssssss Louis Fiore Senior Project Manager Tel: 772-564-8141,8142 Fax :772-564-8143 Cell: 407-402-2804 From: Mark Carpenter[mailto:mark.carpenter@agmaurofla.com] Sent: Tue 11/15/2005 2:39 PM To: Lail, Thomas E - (ORL); Fiore, Lou - (ORL) Cc: "Charles Copley" Subject: IRC Admin Cmplx E.O.C. change order amount Tom & Louis, Attached you will find the cost associated with the deletion of the E.O.C. area at building # 2. As expected the deductive allowance amount, as shown in item E of the TCCO scope of work and as included as part of the purchase order amount, was higher than the actual cost, therefore resulting in a net additive change order amount to the contract. Please note that we are proceeding with this change order as quoted. Please issue a formal change order to reflect this added cost to our purchase agreement. IRC Admin Cmplx E.O.C. chf - order amount / Page 3 of 3 Sincerely, Mark E. Carpenter THE A.G. MAURO COMPANY OF FLORIDA 1105 SAND POND ROAD LAKE MARY, FL 32746 PH # (407) 333-0500 FX # (407) 333-3066 New County Administration Building March 3, 2006 Vero Beach, Florida SCOPE OF WORK for Bid Package 8 — Doors and Hardware Installation 5. An Iterations to preps in doors or frames.to allow h are to be properly installed (does ndt4qolude through bolting) 6. Instaila 'on0T7Wtlmrnum doors, frames a rdware and gates and related hardware, including hardwarelt&tpd in specifica ' 7. Unless prior arrangemen a de, minimum of an 8 hour work day for one crew to be ready upon being called t ' e. 8. Performance and p ent bond 9. Doors to be pr ' and pre -machined for finis dware. 10. Any alter ' to doors to allow proper clearance of t Ids. 11. Card ders — by security subcontractor 12. allation of the following doors in the following rooms and corridors: -301, 2.2-3021 2.2-3061 2.2-308, 22-3090 2.2-310, 2.2-3119 2.2-312, 2.2-313, 2.2-314, 2.2-3 , .2-316, 2.2-317, 2,2-318, 2.2-319, 2.2-320, 22-3217 2,2-322, 2.2-323, 2.2-3249 2.2-325, 2.2- 6; �2-327, 2,.2-330, 2.2-331. 2.2--322-and 22-3351-1 D. ALTERNATES— fnot included in the contract price) 1. The Subcontract Amount includes all work indicated in the Contract Documents with the exception of the installation of the doors and hardware in the area presently indicated as the location for the Emergency Operations Center (EOC) on the 2nd floor of Building 2. The following amount represents the value of the installation of the doors and hardware in the area of the EOC on the 2nd floor of Building 2, included in the following rooms and corridors: 2.2-301, 22-302, 2.2-3061 22-3081 2.2-3091 2.2-310,2.2-311, 2.2-312, 2.2-313, 2.2-314, 22-315, 2.2-316, 2.2-317, 2.2-318, 2.2-319, 2.2-320, 2.2-321, 2.2-3229 2.2-323, 2.2-324, 22-3251 2.2-326, 2.2-3270 2.2-330, 2.2-331, 2.2-332 and 2.2-333 ALLOWANCES F. G. SCHEDULE 016 ADD $5,180.00 This Subcontractor acknowledges that the sat ork w l procee rdance with the Project Schedule as developed by the "P eam" and its Subcontractors an vised by the "Project Team". Also, this�u ontractor agrees to participate in the requirements of t edule as outlined in the�Rt of documents_ END OF SCOPE OF WORK 'Attachment A" Project 81153100 Flle1CSJ 808200 Doors and Hardware Installation Subcontract Agreement 81153100-047—John Robinson II, Inc., dba J. R. Enterprises Page 4 of 4 Initials Sub: _ TCCo; APR -Ie -21306 0'3:52 P"R17i9:7"S6 INDUSTRIES 04/13/28dG 29:3,6 .7725GIEr Apait 18, 2406 TSt3 Jzdustzies 1.6161ucnes P: ktodgers L�tivc Val4osta, GA 31601. Ahab,: Mr, Kyle Maxod 1229259@404 T0:7725642143 TURNnR t 0AlETi7dJCT1 / Re: Indian River county ,Adtttiai tion CompJar Turner Job No, 1153100 PCO -041: FOC Credit Dear Mr. McLeod: P. 002/002, PAGE Di Tumor Constivetion Comrmrty 2625 W Avenue Vero Beach, PL 32680 Rime: T72.564.0141 Fare 772•s£4,6142 The purpose of this letter is to craeim that the value of "$4,200 is correct as identified in, your subcontract agreement 1153100-034, section ` AllowaneW, and deicdbed as: '"... to shell ROC arca on 2"' floor of Building Two, deleting the glass and sliding survicc window." T'nis m mumt was alm4ddy deducted tTOrn your subcontract Amount; therefore, no additional edjusttrieRis to the guhcontwct =vuat are required - Please Crmfrm and approve the above by executing below and returr9ing 0 my attandou at the above address. Very Thay tout's, TURRNPR CONSTIZUCTION COMPANY s� Kn=, Berg Cc: Corr file; pco-041 A i 1'k OVED BY TSG P14D JS'TRJEa: Authorize) RepreFentative -- Title 1� ( - ( fCo-cpy1 New County Administration Building October 17; 2045 Vero Beach, Florida SCOPE OF WORK for Rolling Service Doors Enforcement Fine System gist in Tumer's efforts to provide a sale workplaoa, the following violations and =s.�seciated with them will be enforced on the project, 1. No hard hat reirauy $100-TumerTicket 2. No safety glasses 3. Remove guardrail withoufa a nate replacement = $100 Turner Ticket 4 P $500 Turner Ticket 4. Removed ening protection wi` ' +discharge tut~adt,l,000Tumer S. Unsecured compressed gascylinclemx Ticket +discharge 6, Open electric panels $1,000 Turner Ticket 7. No show for site safetyinspections `, $1,000 Turner Ticket 8, Nofallpmteption .$1,000 Turner Ticket $5,000 Turner Ticket + discharge li.. Turner Constructn•Company has a Zero -Tolerance policy for all fall protection issues. The first time any employee is observed not using fall protection and'afall hazard over six feet (6') exlsts, the employee will be removed from the project.. In addition the foreman May also'he removed if enforcement measures are not being enforced No Exeptions. Provide and maintain all fall protection equipment as needed to perform this scope of o[�c Subcontractor's attention 1s called to Turner's Safety Policy, which is to be strictly observed and' rigkily enforced by. the: Subcontractor during the. performance of the work under this subcontract. - "Allpersonnel working at heights of six (6).feet and above the ground will be tied of, NO EXCEPTIONS. Subcontractors shall design and install any required or necessaryfall protection systems, required to achieve 100% fall protection for Subcontractor's work force C. EXCLUSIONS - -�/A-'� 1- -Inslallabon of embeds (if required). - by concrete or masonry subcontractor D. ALTERNATES 1. Delete -roll -up counter door in Building 2 #2 ALWANCES2-324D Deduct ($985.00) LO't� W NONE F. �UNfi"PRiCES' NONE '-. �`---•'-s-'-" G. SCHEDULE Thissubcontractor acknowledges }hat,ftie said work will proceed in„aeco`rd na ce with the Project Schedule as developed by the "Project Team" and it's -Subcontractors and as ievisetl by the "Project Team Also, this subcontractor agrees to participate in the regcirem�ents`of .the schedule as outlined in the contract documents. The work of this agreement will require tharsubmittals, shop drawings, coordination drawings, team. . sequenced in accordance with the aforementioned schedufe-unless agreed to otherwise by the project t�.. END OF SCOPE OF WORK I "Attachment A" Project #1153100 File/CSI 08331 Rolling Service Doors Sub TSub Subcontract Agreement 81153100 -018 -American Roll -Up Door Company Page 3 of 3 APR -17-2006 MON 03.59 PM ACOL:STI COCOA FAX NO, 321 636 4087 R 01 TO: Lou Fiore Turner Const, CO. Fax #: 772,%"143 Doug Capps Cr,Acousti Engineering 426 Gus Hipp Slyd. Roddedge; F1 32955 PhoneT 321-6364042 Fax a. Email: dougeapps@Acousti.00m SUBJECT. IRC New Admin Bldg RE: EDC Original Credit Lou: t DATE: 3110(2006 Submittal: Pages: 3 Please s% the attached original totaling $Ttj*7%- As requested, Thabriginal credit in our contract totaled r� e,li oe� G' A n e4f -f j __4//c < 4� G 0k.>A Gt` °` Gv�C � s eRo CZ.� s incQ Ce 65 4o�> 44�t ht 4e. lnvc�� �i5 T Pec) km sea, SSS bei 7 d.-wdvc,4 6o-4 �i v cJ New County Administrat �8uilding Vero Beach, Florida SCOPE OF WORK for ]e 9a & 9c - Ceramic Tile, Marble Window Stools, Resilient Contract Sum includes all.Sales Tax and Insurance. -..- shall brotert dxi :edures; and dam x welders will not available.` D. ALTERNATES �I 1. The Subcontract Amount excludes the ceramic tile. in the area presently indicated as the location for the Emergency Operations Center (EOC). The following amount represents the value of the ceramic wall and floor tile. in the EOC area on the 2"d floor of Building Two, including Men's and Women's Locker Rooms 2.2-328 and 2.2-329 sx of 2 The Subcontract Amount excludes the resilient flooring carpet and; _ r kF r"i1x a es bsem-cyheFVpeeraaTKionrsefsentaY indicated as the.locadtion'for the nO11 I Center (EOC):,N)The following "amount $ pFesents the alue of the"tlesilient floonng carpet and base in the s r¢rarea of The EOC on the 2 ,floor of Building 2 -including 2.2-301, *� tiz : f232 302 a2 2 306,, 2 2 308 2.2-309 2.2 310 2.2-3 11 2 2 312, 2.2- *,s 313 22 314 2 2-31;52.2 316 2 2-317;',2.2-318;2.2-319, 2.2-320, 2 2 321 r2 2 322, 2,2-323, 2.2324, 2.2-325;2.2-326, 2.2-327, 2.2- :6330 2.2'-331, 2 2-332 and 2.2-333 Change.ceramic the (;T-6.from random block to 3"x3" on mesh backing in all locations where specified, excluding rooms 2.2-328 ii 2.2-329 in the EOC area on the 2nd floor of Building 2. 4. Change ba B-1 thru B-5 from Inflection (5 %:"h) to Ambassador (4"h) in the folio locations only, excluding the rooms in the EOC area on the 2"d floor wlding 2 Building 1, 1" Floor - 1.0-001 e tenor side of stair here g ypsum board enclosure meets floor); 1.1-101;x.1-10 around custom casework); 1.1-102, 1.1-502 Building 1, 29d Floor - 1.2-101; 1,2'105; 1.2-116; 1.2-5a1, 2-503; 1.2-504; 1.2-505; 1.2-506; t.2=507; 1.2-508; 1.2-509; 1.2-51 2- 511; 1.2-514; 1.2-601; 1.-2=602; 1.2-603; 1.2-609; 1.2-613; 12-705` 1.2-708; 1.2-709 Building 2, 1's` Floor- None ,Puirding 2, 2"d Floor -2.2-101 All other areas where Johnsonite Millwork base is specified shall receive standard 4" rubber cove base in a color to be selected by "Attachment A" February 8, 2006 1 1 00) Project #1153100 Initials File/CSI #09311 Ceramic Tile, Marble Window Stools, Resilient Flooring and Carpet Sub Subcontract Agreement #1153100-041 - Acousti Engineering Company of Florida, Inc. TCCo Page 6 of 7 0 A F'R-26 -2006 11 .32 PM I+LEISCHER'S, INC. PAINTING 533 15TH STREET WEST PALM BEACH, FL. 33402 79oll R_'A'i.rawl 4 =AV. MAI% A22 TO: TURNER CONSTRUCTION 252519TH. AVENUE VERO BEACH, FL. RE: INDIAN RIVER COUNTY ADMINISTRATIVE COMPLEX VERO BEACH, FL. APR!L 25, 2003. TEL: 772.504.5141 CELL: 727447,3803 FAX: 772.584.8143 P.@1 Imo- �pjq( WE ARE PLEASED TO SUBMIT OUR PROPOSAL TO FURNISH ALL NECESSARY LABOR, MATERIAL, EQUIPMENT AND SUPERVISION TO COMPLETE THE FOLLOWING SCOPE OF WORK AT THE ABOVE REFERENCED PROJECT IN ACCORDANCE WITH YOUR INSTRUCTIONS. AUEE 2E WORK: ELIMNI ATION OF PAINTING WORK ASSOCIATED WITH THE BUILDtNG 92, SECOND FLOOR, AREA 300 EMERGENCY SERVICES SPACE WHICH SHALL NOW BE CONSIDERED "SHELL SPACE° PER DRAWINGS 2.A1.2.1 AND 2-A1.2.2, REVISION 2, DATED 09121105. JTEN a , G- r PLEASE CONTACT ME FOR ANY ADDITIONAL tNFORMEATION YOU MAY REQUIRE. REt9AROS, THOMAS M, BASSETT Q!uQ -\ A AFP -25-2006 11:32 Pt1 April 25, 2006. ELIMINATION OF PAINTING WORK ASSOCIATED WITH THE BUILDING #20 SECOND FLOOR, AREA 300 EMERGENCY SERVICES SPACE WHICH SHALL NOW BE CONSIDERED "SHELL SPACE" :gpe9tinrk Qsgunit Partitions, Painted 3348 Sf PartHlons, 2alotons 458 Sf Pari lons, Wa➢oavedng 1260 SV Callings, painted 748S( Door Frames, Single 34 Es Doar Flames, Double 50 Ea P. Eft New County. Administration Building March 6, 2006 Vero Beach, Florida SCOPE OF WORK for Bid Packages 10 -Toilet Compartments & Toilet Accessories 1 Ob - Flagpoles 10d - Fire Extinguishers and Cabinets C. EXCLUSIONS 1. In wall blocking - by metal stud and wall board subcontractor 2. Fire blankets and associated cabinets - not included in the GMP. D. ALTERNATES 1. The Subcontract Amount excludes the Toifet Compartments; Urinal Screens, and Toif t Bath Accessories int a area forma indicate as the Emergency Aerations Center (EOC) on t e 2'a floor o Building 2. The following amount represents fi s va u o the Toilet Compartments, Urinal Screens, ar d Toilet and Bath Accessories in the EOC area on the 2a t(oor of Building Two for the areas formally identified as the Men's and Women's Locker Rooms 2.2-326 and 2.2-329: r-� ADD: J� ti. ' V $11,243.00 E. ALLOWANCES NONE F. UNIT PRICES NONE G. SCHEDULE This subcontractor acknowledges that the said work will proceed in accordance with the Project Schedule as developed by the "Project Team" and its Subcontractors and as revised by the "Project Team". Also, this subcontractor agrees to participate in the requirements of the schedule as outlined in the contract documents. The work of this agreement will require that submittals, shop drawings, coordination drawings, be .sequenced in accordance with the aforementioned schedule unless agreed to otherwise by the project team. END OF SCOPE OF WORK "Attachment A" Project all 53100 File/CSI 10000 Toilet Compartments & Toilet Accessories, Flagpoles, Fire Extinguishers and cabinets Subcontract Agreement 41153100-048R—Rolling Oak Supply, Ina Page 5 of 5 i Sub TC C. New County Administration Building February 6, 2006 Vero Beach, Florida SCOPE OF WORK for Bid Package 10c—Signage 14. Weekly T0QIbex Safety meetings are to be held and signed minutes are to be submitted to Turner Project Management by 3:30 PM every Friday. Minutes are to be signed by all subcontractor employees on project. 15. `tf�addltlonal work is to be performed that is outside of the current scope of work, the subdotractor will formally notify Turner and receive a Potential Change Order number (PCO #) prior tompperforming any of the work, Turner will, in turn, issue formal direction to price and/or proceed with the change. Any change order re u�s that were not specifically requested by Tums or do not reference a valid PCOTnumber will be rejected in their entirety. 16 Markup on work performed b ubcontmctor: Owner, but in no case shalt the a Dunt to 6 exceed 10%. 17. It is the responsibility of this subcontr ctor t any authorities inspecting the pproject relating h 78. All submittals to be submitted in complete Paragraph numbers not�n quantity, format, a be limited to the amount allowed by the d exceed 10% and the amount for profit qualified personnel available to accompany work. ackag s with specifications sections and forms a directed by Turner. 19 Contract Sum incluyt6 all Sales Tax and Insurance. 20. This subcontractor shall protect existing facilities, structures, adjacen This subc94ractor is solely responsible for job safety associated wi construction procedures, and damage or injury due to its act or neglect, r and the public scope of work, 1. /Traffic signs as indicated on the civil drawings (stop, handicapped parking, etc.) —by Subcontractor f co -c � ( County logos set in the floor tile in the main lobbies of Building 1 and Building 2 — by Ceramic ile Subcontractor D. ALTERNATES 1. Add all signage identified in the Bid Documents dated 06/08/05 as ADD$2,252.00 modified by Addendum No. 1 dated 06/29/05 for the area of the Emergency Operations Center on the second floor of Building 2. ALLOWANCES 1D� F. G. SCHEDULE This subcontractor acknowledges thahthQ said work will_proceedinn accordance with the Project Schedule asdevelopedby the 'Project Team"^agd its -Subcontractors and as revised by the 'Project Team". Also, this subcontractor agrees,.to•pgftlicipate in.tbe requirements or the schedule as outlined in the contract documents. .The-wd"rk of this agreement wilt^reuire that.submittals, shop drawings, coordination drawings,, be sequenced in accordance with the aforementioned schedule unless agreed to otherwise by the project learn. . END OF SCOPE OF WORK "Attachment X Project #1153100 Initial File/CSI# 10441 actAgr Identifying Devices Sub Initials � Subcontract Agreement#1753100-040—Images Graphic Specialties, Inc, TCC Page 4 of 4 PCO - v I New County Administration Building January 16, 2D06 Vero Beach, Florida SCOPE OF WORK for Bid Package 1Df—Access Flooring 13. Special efforts will be required of each Subcontractor and his subcontractors to control the daily clean-up and removal of construction debris. Each Subcontractor shall provide daily clean-up of all debris resulting from the Work of this scope of work (including�runch rash, boxes, crates, pallets, water, undesignated Subcontractor debris and sw,ee¢i g and mopping as required) to a designated area and/or container provided by Turner. Clean - p shall take place continuously throughout each day. All areas will be:Eeaned up not 01 daily but as needed throughout the day, as deemed necessary by Turner's supe,11p tendents or designated representatives. Should the Subcontractor fail to clean-up the praZus day, prior to. the start of any Work the next day, and'upon eight hour notice, the CM m perform the Subcontractor's clean-up and deduc 8 i.costs from the Contract. 14. Provide all warrappties and closeout documents. Zndsigned thdontract documents. Warranties will commence on t\eeflngsare stantial Comple 15, Weekly Toolbox-Saare fo be hel/ minutes are to be submitted to Turner Project M 3:30 PM every Friday. Minutes are to be signed by all subcontractor emplt. 16. If additional work isd hat is outside of the current scope of work, the subcontractor will formally notify Tuft and receive a Potential Change Order number (PCO #) prior to performing any of the qk. Turner will, in turn, issue.formal direction to price and/or proceed with th�change. Any change order requests that were not specifically requestedby Tu er or do not'ieference a valid PCO # number will be rejected in their entirety. 17. Markup on work perto ed by subcontractors shall bejmited to the amount allowed by the Owner, but in n ase shall the amount for overhead a ceed 10% and the amount for profit exceed 100 18. It is the responsibility of this subcontractor to have qualifle ersonnel available to accompan any authorities inspecting the project relating to his wor . 19. All su�rttittals to be submitted in complete packages with specificatio sections and par raph numbers noted in quantity, format, and forms as directed by Tum 20. ontract Sum includes all Sales Tax and insurance. 21 This subcontractor shall protect existing facilities, structures, adjacent property and the public. This subcontractor is solely responsible for job safety associated with this scope of work, construction procedures, and damage or injury du its act or neglect. �. EXCLUSIONS 1, Perforated airflow panels. D. ALTERNATES } 1. Add the access flooring for Work Room2.2-317, including ADD $17,048.00 twn (21 cfaneiarrl cnnnr;+w own c...,,;,.,..,r,.... None "Attachment X Project 41153100 F11e/CSI #10270 Access Flooring Initials Sub: } ti Subcontract Agreement #1153100 Floors, Inc. TCCb4 Page 4 of 5 r.. EOC Deduct February 6, 2006 Lou Fiore Turner Construction 800 North Magnolia Ave. Suite 150 Orlando, FL 32803 Re: Indian River Administration Complex Vero Beach, FL Mr. Fiore Please find below the breakdown for the Emergency Operations Center. Plumbing- Delete (21)plumbing fixtures and the associated pipe, valves and fittings. Deduct $ 18 HVAC- Delete (73) pieces of air distribution and the associated ductwork, insulation, and duct accessories. Deduct $ 14>W Total Deduct $ 2 If we can assist you in any way, please feel free to call me at our Melbourne Office. Sincerely, Coastal Mechanical Services Miles J. Sims Chief Estimator I a �C�l'1 Gc1��i/'nrnef t�� 44 rot Loon.\/1 CU e%a"Ce� MILLER ELECTRIC COMPANY November 17, 2005 Turner Construction Company. 800 North Magnolia Ave.. Orland, FL 32803 ATTN: Tom Lail RE: New County Administration Buildings PCO-? COR -003 2251 RoS ELL ST. (32204) P.O. Box 1799 JACKSONVILLE, FL 32201 904.388.8000 FAx 904.389.8653 Tom, We request that a change order be issued for additional work associated with the above referenced project. Description Scope changes associated with new 9/21/05 "For Construction" drawing revisions. An outline of these changes is as follows: Chiller Building 1.) Drawing 0-E1.2, Delete the Dish Farm ......................................... <$4,571.00> Building One 2.) Drawing 0-E4.1.6 Downsize generator transfer switch and circuitry. Downsize EDP 1 and MDPA...... ....... ` .................. <$9,356.00> Building Two 3.) Drawing 2-E1.1.2 Delete CU 2-2-1 and 2-2-2 andI "t,add 2-2-3 ............... <$2;384.00> 4.) Drawing 2-E1.2.1, 1.2.2; 2.0.1, 3.0.2 and 3.0.4. Shell 2 a, Floor Offices ......... ...... ............ ........... j .'. ..... ...... r: ............... <$5%692.00> 5.) Drawing 2-E1.2.1 and 2.2.1 Changes to southwest Conference and adjacent offices. ........... .......:. "......... .....:..'<$837.00> 6.) 0-E4.1.0 Downsize generator transfer switch and circuitry,- Downsize EDP-2`and MDPB, Delete panel 2EP2, 2EP2A 2CP2W, 2P2Efl,A and associated transformers and circuitry. Add panel2H2A .... is ... .............. <$34,700.00> Price Impact COR -003 ..... ........ ....... <$111,540.00> 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. EC 0000011 CG -C047556 RECEIVED NOV 30 2005 TURNER If you have any questions or require further information, please do not hesitate to contact us. Sincerely, Miller Electric Company Denny Project Manager cc: Lou Fiore, Ed Witt Jr. Indian River County Administration Complex Scope of Work Clarifications Our proposal includes the following: -Deletion of fixture as noted Addition of AN conduits, boxes and cable tray -Deletion of devices as noted -Deletion of panels and gear as noted. -Deletion of feeders and branch as noted. -Deletion of Fire Alarm conduits, devices and wiring as noted. -Deletion of Security conduits as noted. Page 1 of 1 Karen, See below for EOC credits from TL. From: Lail, Thomas E - (ORL) Sent: Friday, October 28, 2005 3:36 PM To: Fiore, Lou - (ORL) Cc: Shue, Michael - (ORL); Turner, Scott - (ORL) Subject: FW: IRC -Turner Logistics Revised Sub -Recording Sheets Lou: Attached are the estimating scope sheets for the final deals with Turner Logistics for the Mechanical and HVAC Equipment and the Emergency Generators. The buy amounts from Turner Logistics are based on the Final Construction Documents. The Purchase Orders should be drafted today and will be signed in the next few days. The summary of the pricing is as follows: Mechanical & HVAC Equipment Mech & HVAC Equip EOC Credit Net Mech & HVAC Equip Amt Emergency Generators Emergency Gen EOC Credit Net Emergency Generator Amt GMP/E&A TL PO Amount $900,527 ($473400) $853,127 $852,907 $270,831 ($915880) $178,951 $1789784 Please update the EOC Credit summary spreadsheet with this information. EOC Credit Per Final Buy ($ 47,620) �j 1LQ a ($ 92,047) I(10 Turner Logistics is going to release the vendors to commence with shop drawings and submittals and will advise shortly of the expected dates when these will be received. Tom Lail file-//A-\TPC0/?0LTnmer0/7r1Tno;ct;rco/�(1Ra.,;cPAo/7nAmnmto/�r)tno/fin; rinAco%,)nF(1 All o/nnnA Fire & Security Simp/exGrinne// To: Turner Construction Attn: Lou Fiore From: Bill Kimmen Re: Indian River Admin Bldg. 2 EOC Change i SimpiexGrinneii 3701 N. John Young Parkway Suite 110 Orlando, FL 32804 Phone 407-235-1135 Fax 407-235-1150 13 Dec. 2005 I have had a chance to review the 100% design drawings that incorporates the changes in fire sprinkler to shell the EOC area. Your statement of work provides for an allowance of $7.640.00 for this change and has been deducted from the original contract price. Though the shell of this area may account for cost savings in other trades it actually remains the same for the fire sprinkler system. The total number of sprinkler heads remains the same in the revised EOC area. They have changed from pendant heads to upright heads. I am requesting $7,640.00 be added back into the contract. The new contract amount should be $366,640.00. Thank You, Original signed William Kimmen Sprinkler Systems Sales Rep. SimplexGrinnell wkimmen@tVcoint.com