Loading...
HomeMy WebLinkAbout2019-102CPage 1 of 2 SECTION 00942 — Change Order Form No. 1 DATE OF ISSUANCE: 7/02/2019 EFFECTIVE DATE: 7/02/2019 OWNER: Indian River County CONTRACTOR COMMUNITY ASPHALT. CORP. Project: CR 612 RESURFACING & SHOULDER WIDENING FROM MYRTLE STREET TO 126, AVENUE OWNER's Project No. IRC -1305 OWNER'S Bid No. 2018009 FM No: 433068-1-64-01 You are directed to make the following changes in the Contract Documents: Description: 1. Relocate Storm Drain at CR -512 and Willow Street intersection as detailed in plan sheet 1 of "CR -512 Resurfacing & Shoulder Widening from Myrtle Street to 125th Avenue — Drainage Fix, Sheet 1. Item: Pipe Relocation — Lump Sum - $135,987.39 2. Revise Strain Pole heights to ensure minimum roadway clearance and increase in plan quantity. Item: Concrete Strain Pole Change — Lump Sum - $43,065.00 3. Provide Maintenance of Traffic for additional contract time of 242 days. Item: MOT — Lump Sum - $24,354.28 4. Extend Contract time for 242 days a. Weather related delay days and Holidays — 46 Days b. Extension for utility delays from AT&T/Comcast relocation — 57 Days c. Extension for redesign and contract change order - 22 Days d. Temporary contract holding time — 42 Days e. Extension for relocation of drainage and associated mast arm schedule impacts, including manufacture and delivery of drainage structures — 53 Days f. Extension for mast arm installation and additional restoration work — 22 Days Reason for Change Order: 1. Addressing the relocation of the storm drain to make room for the mast arm foundation in the north west comer of CR 512 and Willow Street intersection. 2. Change of Strain Pole Height to have adequate clearance for trucks. 3. Contract time is being extended 242 days. This covers project -wide general maintenance of traffic required in order to ensure a safe work zone. 4. Extension of Contract Time to accommodate all utility conflict, design change, material manufacturing delays associated with the work detailed in this work order. Items shall include all associated costs with completing the work listed and shown on drawings and related time extensions as detailed within this change order such as installation, all labor, construction equipment and materials, and incidentals necessary to perform the work. IRC -1305 Col 20190702 00942-1 F:V%U1G V Vork9AMINEERINO DIVISION PROJECTS11366•CR 612 R9%d (SCOPLMyrUe St b 126th SM44*01\yenda IIw*riwpe Ord9mUwge Order No. 1VRC- 1306 CO1 2019070Zdoo Rev. 03M Page 1 of 2 SECTION 00942 — Change Order Form No. 1 DATE OF ISSUANCE: 7/02/2019 EFFECTIVE DATE: 7/02/2019 OWNER: Indian River County CONTRACTOR COMMUNITY ASPHALT, CORP. Project: CR 512 RESURFACING & SHOULDER WIDENING FROM MYRTLE STREET TO 125 AVENUE OWNERrs Project No. IRC -1305 OWNER'S Bid No. 2018009 FM No: 433068-1-54-01 You are directed to make the following changes in the Contract Documents: Description: 1. Relocate Storm Drain at CR -512 and Willow Street intersection as detailed in plan sheet 1 of "CR -512 Resurfacing & Shoulder Widening from Myrtle Street to 125th Avenue — Drainage Fix, Sheet 1. Item: Pipe Relocation — Lump Sum - $135,987.39 2. Revise Strain Pole heights to ensure minimum roadway clearance and increase in plan quantity. Item: Concrete Strain Pole Change — Lump Sum - $43,065.00 3. Provide Maintenance of Traffic for additional contract time of 242 days. Item: MOT — Lump Sum - $24,354.28 4. Extend Contract time for 242 days a. Weather related delay days and Holidays — 46 Days b. Extension for utility delays from AT&T/Comcast relocation — 57 Days c. Extension for redesign and contract change order - 22 Days d. Temporary contract holding time — 42 Days e. Extension for relocation of drainage and associated mast arm schedule impacts, including manufacture and delivery of drainage structures — 53 Days f. Extension for mast arm installation and additional restoration work — 22 Days Reason for Change Order: 1. Addressing the relocation of the storm drain to make room for the mast arm foundation in the north west corner of CR 512 and Willow Street intersection. 2. Change of Strain Pole Height to have adequate clearance for trucks. 3. Contract time is being extended 242 days. This covers project -wide general maintenance of traffic required In order to ensure a safe work zone. 4. Extension of Contract Time to accommodate all utility conflict, design change, material manufacturing delays associated with the work detailed in this work order. Items shall include all associated costs with completing the work listed and shown on drawings and related time extensions as detailed within this change order such as installation, all labor, construction equipment and materials, and incidentals necessary to perform the work. IRC -1305 C01 20190702 00942-1 P"IeftrimWMINEERINO DIVISION PROJECTS11306-CR 612 Resurf (SCOPI—Mydle St to 1261h Sfil4kdWriftends IterraTA erge OrdmThe r9s Order No. 1URC- 1306 OO1-J20190702.d0o Rev. 06A1 Page 2of2 SECTION 00942 — Change Order Form No. 1 Additional Contract Time: Original Contract Time: 150 days to Substantial Completion Weather/ Holidays to May 22, 2019: 46 days Additional Contract time: 154 days Temporary Holding Time 42 days (May 23, 2019 to July 2, 2019): Total additional Contract Time: 242 days New Time to Substantial Completion: 392 days (11/18/2019) New Time to Final Completion: 422 days (12/17/2019) Documents supporting change are available for viewing in Engineering Division: Proposal from Community Asphalt, Corp. Revised project design sheet showing drainage and sidewalk CHANGE IN CONTRACT PRICE: Description Amount Original Contract Price $1,916,316.97 Net increase (decrease) of this Change Order: $203.406.67 Contract Price with all approved Change Orders: $2.119.723.64 ACCEPTED: By. CONTRACTOR (Signature) Date: RECOMMENDED: By: -'. alt '-crV .7 -0z - APPROVED: By: iAA1 OWNE ignatu, ) Date: l � d IRC -006 -Col. -90190702 00942-2 FiPditwakAENGWERING DIVISION PROJECTS11306-CR 612 Reeurf (SOOP)_MW%SUo 12M S01-Adf1A9er de KernBTtww Order nmn9e Order No 111RC- 1306 OO1 20r90702.doo Rev. 06101 Victor Thillet Project Manager Community Asphalt Change Order # Contract # IRC -1305 Project # Location SR 91 Description Drainage Relocation Units QuantltV Unit Price Total Project supervisor HR 48 $81.61 $3,917.28 $0.00 $0.00 $0.00 $0.00 $3,917.28 Subtotal $3,917.28 MOT Crew $0.00 Subcontrcator Drainage Is 1 $116,805.00 $116,805.00 Police Officers day 0 $660.00 $0.00 Subtotal $116,805.00 Materials $0.00 $0.00 $0.00 Subtotal $0.00 Total $0.00 Subcontractor MOT devices Day 12 $77.75 $933.00 $0.00 $0.00 Subtotal $117,738.00 Subcontractor 10% profit $11,773.80 Total $129,511.80 Subtotal $129,511.80 Insurances $0.00 Performance Bonds 5% $6,475.59 Total $135,987.39 Victor Thillet Project Manager Timothy Rose Contracting, Incorporated 1360 SW Old Diaic Hwy Suite 106 Vero Beach, FL 32962 Phone # (772)564-7800 Email Timltose7Lcomcast.net Q1111110% %JUTATION Date Number 6/14/2019 15-340-137 Qly pQscripllonUnil_,'Price Amount Mobili7R 5,500.00 5,500.00 MOT 11,940.00 11,940.00 96 LF - 19 x 30 ERCP 38,485.00 38,485.00 1 - 4 Ft Manhole 9,768.00 9,768.00 1 - 5 Ft Manhole 13,464.00 13,464.00 1 - 5 x 5 Manhole 16,455.00 16,455.00 Grout Existing 8,907.00 8,907.00 15" Base Rock & Patch 9,486.00 9,486.00 Survey, Layout & As Built 2,800.00 2,800.00 Thank you fur yourbusiness. --L----- Total $l 16,805.00 ALL QUOTES ARF GOOD FOR 30 DAYS Victor Thillet Project Manager Community Asphalt Change Order# Contract # IRC-1305 Project # Location SR 91 Description Pre-stressed Concrete Poles Units Quantity Unit Price Total MOB 0 0 0 0 0 Overhead of direct cost 15.20% 0 Subtotal 0 MOT Crew 0 Equipment 0 Subtotal 0 Materials 0 0 0 Subtotal 0 Total 0 Subcontractors 641-2-11(original) EA 5 -$950.00 -$4,750.00 641-2-14 (original) EA 3 -$6,500.00 -$19,500.00 641-2-11 (new pricing) EA 4 $950.00 $3,800.00 641-2-14 (new pricing) EA 4 $14,900.00 $59,600.00 $0.00 $0.00 $0.00 Subtotal $39,150.00 Subcontractor 10% profit $3,915.00 Total $43,065.00 Subtotal $43,065.00 Insurances $0.00 Performance Bonds 1.5% $0.00 Total $43,065.00 Victor Thillet Project Manager CHANGE ORDER PROPOSAL . ,. WimteK Solutions YOUR NEEDS, OUR PROJECT Client: Community Asphalt Corp Change Order: No.l Job Number: CR 512 Resurfacing 4/29/2019 Job Description: Indian River County- CR 512 Resurfacing Item # Description Qty Per Unit $$ Extension REASON FOR CHANGE Change was requested by Owner to the type of Prestressed concrete pole required for the project Original specification required a Type P -IV pole. Per updated signal plan dated 10!10/18 -Sheet T-16, Pole Type P -VII is required. The quantity was also corrected from (3) poles to (4) poles. The quantity of Prestressed concrete pole Type P-11 was also revised from (5) to (4). This change order is for the changes in the pole type and quantities. ORIGINAL PRICE & QUANTITY 641 211 PRESTRESSED CONCRETE POLE, F&I, TYPE P-11 PEDESTAL 5 EA 950.00 4,750.00 641 214 PRESTRESSED CONCRETE POLE, F&I, TYPE P -IV 3 EA 6,500.00 19,500.00 24,250.00 NEW PRICE & QUANTITY 641 211 PRESTRESSED CONCRETE POLE, F&I, TYPE P -II PEDESTAL 4 EA 950.00 3,800.00 641 214 PRESTRESSED CONCRETE POLE, F&I, TYPE P -VII 4 EA 14,900.00 59,600.00 63,400.00 Net Change 39,150.00 Previous Contract Price 418,211.25 Revised Contract Total 457,361.25 We agree hereby to make the change(s) specified above: Authorized Signature, Maxine Hall Wiretek Solutions, LLC Accepted: The above prices and specification of this change order are satisfactory and are hereby accepted. All work to be performed under the same terms and conditions as specified in original contract unless otherwise specified. Authorized Signature Wiretek Solutions, LLC. 13715 88th Place N, West Palm Beach, FL 33412 Phone: (954) 839-5789 www.wireteksolutions.com INDEX OF SIGNALIZATIC SHEET NO. SHEET DESCI T-1 KEY SHEET T -I TABULATION T-3 - TJ GENERAL NO'. T-5 - T40 SIGNALl2AY11 T-11 SPLICING D1, T-12 GUIDF SIGN Tai NAST AM T. Ta A M1 A Ta SPAN }N7lIE_I REVISIONS: 1019118 A T-1, T-13, GOVERNING DESIGN STANDARDS: Florida Department o1 Transportation. FY 2016 -IT Design Standards CROOK Well) and applicable Design Standards Revisions (DSRs) at the following website; Mtp://wwpda.state.Il.us/rddnign/DCs)gnst andards/Standards.shtm GOVERNING STANDARDS SPECIFICATIONS: Florida Department of Transportation, July 2016 Standards S�ecificatlons for Road and Bridge Construction at the fal)owing webslW Mtp;//www.dot. Naze.I/ us/programmanapcmaM/1 mplemeMedSpecBpois VERO BEACH, F1 329611 KEY SHEET REVISIONS PUBLIC W0 KS Dl EaCTOR DATE DESCRIPTION m/g/iB ADDED SHEETS T-15 R T-15 FI! YI SIGNED & SEALED S UBMMr7-FAL 1 USER reeaEE4 IaJIAIa PSl:N M hIMIfCISVwnEn aMe/ CNwr� , _r 11r� .r . Ip �����®��iaa©o©000©0000v���a®®om®vmm ©�����.�.�.■�i■11 IlYt.Y��Y mmm�mm�mm ®■�����.������:!► ver■■■�.���Y .�������■�■� AMRS NOM n MC �I <Zi7�-T#'•T. fi7•^,.��t7'i]!�'i#3'L7lL:� V `✓`V-Y-WYY'V-Y"YYYV VYW YY YV W�/'�'V-V'V V W'ti' V V"V V'Y STANDARD MAST ARM ASSEMBLIES DATA TABLE raaRnateol•m.iz STRUCTURE ID NUMBERS 0) ASSEMBLY NUMBERS FIRST ARM SECOND ARM OF (deg) U (deg) POLE SPECIAL DRILLED SHAFT (41 ARM TYPE FAA( 21 (ft.) (2) FBA ARM (in) TYPE FAA (11 (ft-) F8A (2) 0.) POLE TYPE UAA (3) (ft.) 3) UB UC/F DA (ft.) (in.) (ft.) DB RA (ft.) Re RC RI. (In.) 3-1 & 3-2 03-S2 Di -51 D3 01 NIANG FLORIDA 33720 (305) 392,7115 FOPE CERrIFICATE OF AvrNO1N2AT10N Na. 14 ROAD NO. COUNTY t ANCIAL PAOXCT to JOLY DATA TABLE S2 51 23 20 14.81 12 4.5 11 16 9 f 2 3-3 3-4 CR SIA, INDIAN RIVER T-Ij 23 23 20 12.81 12 20 14.81 75 4 11 4.5 17 14 9 12 D3-52 03 52 16 9 12 TABLE NOTES INotes Date 01-01-141: 1. Assembly Number Legend Single Arm: Arm Type - Pole Type = D# - S# =E# -T# Double Arm! First Arm Type - Second Arm Type - Pole Type = D# - D# - S# =E# -E# -r# 2. If an entry appears In columns 'FAX and •FBA", a shorter arm is required. This is obtained by removlog length from the arm tip. Por these cases the mast arm length shall be shortened from'FA" to *FAA" and the tip diameter shall be increased from 'F8" to "FBA". 3. If an entry appears in columns "UAA" and "UCA", a shorter pole is required. This is obtained by removing length from the pole tip. For these cases the pole height shall be shortened from 'UA' to'UAA" and the pole tip diameter shall be increased from 'UC' to'UCA 4. The foundations for Standard Mast Arm Assemblies shown In this sheet are based upon the following soil proper Hes included in the Geotechnical Report prepared by Ardaman & Associates. Inc.. Dated November 29, 2076! Classification < Cohesionless (Fine $and) Friction Angle = 30 Degrees 001 Unit Weight • 50 its. / cu. ft. (assumed saturated) N-blowcouM • 15 (assemblies 3-1 thru 3-3) N-blowcaunt = f lassembly 3-41 GEN&RAL NOTES: 1. Work this sheet with the Signal Designers "Mast Arm Tabulation". =Mast Arm Tabulation" for special instructions that Include non-standard Handhole location, paint color, terminal compartment requirement, and pedestrian features. 2. Work with Index Nos. 17743 and 17745 (FY 1016-1017) DRILLED SHAFT CONSTRUCTION. NOTES: 7. Contractor is advised that caving ."Iu,atad sandy soils may be encountered during the excavation for the installation of drilled shafts. The use of temporary full length casing according to the FOOT Specifications may be needed. L` "t MfX4:5 —' h..✓\_/\/'.-/�/�..'\ J��'�./�.MM./�.J�.�./`A✓�./�-i..J�_/�.1�,�/�l`l�/� /�l�l..n./`J�./�/�./l.�l�/" r"IsloNs ArKINS NOATM ANEAICA, INC' add WATEAFOAD WAy 6TA77I OF fZORA27A DEPARTMENT /'N TItANaPORTATIOA' MAST A.{f.11 ASSAY/ sHEET NO. DESCNPrIONArE DEVOffraii ]Uig/J8 la SHEET ADDED NIANG FLORIDA 33720 (305) 392,7115 FOPE CERrIFICATE OF AvrNO1N2AT10N Na. 14 ROAD NO. COUNTY t ANCIAL PAOXCT to JOLY DATA TABLE HeCTOA LOPEZ. P.E..1.192 CR SIA, INDIAN RIVER T-Ij euueer ,n,xixNR , ,r i, RR .s W de�b.wxVw/n R,+n eat [P 517 N�zt /rvef ftrN" PMP,KYIN�fIM�ahuaNd•Hlp,. Victor Thillet Project Manager Community Asphalt Change Order # Contract # IRC-1305 Project # Location SR 91 Description Units Quantity Unit Price Total Maintenace Crew 2 hr day per 71 da HR 142 80 11,360.00 0.00 0.00 0.00 0.00 Overhead of direct. 20% 2,272.00 Subtotal 13,632.00 MOT Crew 0.00 Equipment Demob equipment EA 1 1,500.00 Mob Equipment EA 1 1,500.00 Subtotal 3,000.00 Materials 0.00 0.00 0.00 Subtotal 0.00 Total 0.00 Subcontractor MOT Demobilization fee EA 1 $0.00 0.00 MOT Mob Fee EA 1 $0.00 0.00 MOT devices Day 71 $77.75 5,520.25 Wireteck MO out EA 1 $750.00 750.00 Wireteck Mob in EA 1 $750.00 750.00 0.00 0.00 Subtotal 7,020.25 Subcontractor 10% profit 702.03 Total 7,722.28 Subtotal 24,354.28 Insurances 0.00 Performance Bonds 1.5% 0.00 Total 24,354.28 Victor Thillet Project Manager ri' ti . 1 k `SPP slddd CONST. STM MN —� I I W/ TrnE A' myRIM AND 25.81 �ma EL 2Z !6 I+°'�N'� - 1 �— o Ia x9 CAIX CONST. STM MH <pSrcel) E �' • 1 fi S I fi e gm a d'° .+ 1°'` , 5 t? ;A' �rfi fi' fi +° fi 1°>" �f —'�`— (I IN I --�— fiGfi M19• M R/Y EL plP,6.O5 Rfm El �— S °M1 . d fi. y fi. + b+• tr8 N. M. 18.08 iW LbW>l M141`fi a -- o?----- - ------ Cw� y�STM MHA' ,a►' R W LINE A. e3tr^------- ----- - tr------�`-- 06 tiuP AP I 1210P 1208 25.81 RIM EL/ . RINv FOOT . E 16 1209 CROOT fRl EX/ST� 79R T. PI 36' RCP 571! I fi�� 12,0 I EMOYE EX/Sf. roRN MH 8 1711 �fi 1e -�� -i-a- - - - = . �A� �°'_ CO UNTY A ROAD 5121�0 M1 ----�— fi+ LINE1tr I fia 1,* M1tr° +� CONC SIDEWALK fi' ,+b 1r 9h [�/ 6 °M1 R W LINE �1 fi I I 1 ¢_ � Hfi� fia fi 1trM1� I �`+ I 1 ° I Ll- USFCOVER WITH CAMLOCKS I� I — .�"fi EMILIFNO & JUANITA ALv1ANZA . - CONSL STM MH.. A' TOP' CONST. STM NN _.._.. W/ TYPE.. A TOP; CONST. S!M MH 29 '.. AND BOTT. RIM EL.'P' 25.8, E.8•W INV. EL 22•16 AND P' BOT! CONf TOP W/ ._.. _. RIM EL 258/ i5X5' V' aon. - E&W /NV. EL 22.'16- - ltlAl E4 26. -OS - - 2a9 - IDOT lNOEX Zoo i EYR}. SN/dE MOT INDEX 200 C, /NY, EL 17.78 _W_-. M- EL. ..'2.38 --.. _. N1Iy0W SI. 25 — — — _ MOr INDEXs 0 _ A v - 24 24 ----- 24 22 22 P12 '10I ZO — — — -------------------- — -- 20 N NV t6AKV i YM 1 206+ 207+0 208+0 209+0 210+0 211+0 212+0 N0. REVISION DATE YNDIAN RIVER COUNTY 1eo1 ]7TH ST0.EET +:[.IEIFN1EIXEllI.F,+[cTieti �^�Xs0 DEPARTMENT OF PUBLIC WORKS �a.Ksri ^• M. HElLE0. 19305 aeEerl CR-512 RESURFACING & SHOULDER WIDENING FROM MYRTLE STREET TO 125TH AVENUE � VERO BEAM, FL 329°0 n7zl sal -e000 ENGINEERING DIVISION K. LBXN PA ...�. 712 [ E DRAINAGE FIX 1