Loading...
HomeMy WebLinkAbout2024-030IRC -2001 SECTION 00942 — Change Order Form DATE OF ISSUANCE: 1/23/2024 No. 1 EFFECTIVE DATE: 1/23/2024 OWNER: Indian River County CONTRACTOR Dickerson Infrastructure Inc. dba Dickerson Florida Inc Project: 11TH DRIVE & 37TH STREET ROADWAY AND INTERSECTION IMPROVEMENTS OWNER's Project No. IRC -2001 OWNER'S Bid No. 2023009 You are directed to make the following changes in the Contract Documents: Description: Furnish and Install light poles and all associated items per lighting plans dated 11/6/23, install a 6" line stop with an isolation valve, remove segment of existing 8" water main in conflict by elevation with new proposed road, reconstruct a new 8"' watermain at a depth to satisfy proper cover requirements of Utility Department minimum standards. Reason for Change Order: This change order provides full compensation and time to the Contractor for all work, materials, and tabor as detailed above, Attachments: Lighting Plans signed dated 11/6/23 Contractor Quote No. 5 dated 10/26/2023- 8" County watermain relocation $47,868.00 Contractor Quote No. 1 dated 12/21/2023 — lighting $133,142.94 Contractor Quote No. 6 dated 12/19/2023 - line stop and isolation valve $21,825.34 CHANGE IN CONTRACT PRICE: Description Amount Original Contract Price $3,478,155.50 Net increase of this Change Order: $202,836.28 Contract Price with all approved Change Orders: $3,680,991.78 CONTRACTUR (Signature) Date: 1�,9- -� 0,1 q CHANGE IN CONTRACT TIMES Description Time Original Contract Time: (days) Substantial Completion: 240 Final Completion: 270 Net increase this Change Order: (days) Substantial Completion: 120 days Final Completion: 120 days Contract Time with all approved Change Orders: (days) Substantial Completion: 360 Final Completion: 390 RECOMMENDED: Rob Skok y By: PROJECT MANAGER (Signature) Date: APPROVED: Kirstin By: Leiendecker, OWNER (Signature) Date: Change Order Form — 00942 F:1Puldic WorksIENGINEERING DIVISION PROJECTSV001 11th Dr and 37th St Intersection Improvemntsit-Adrmn\Agenda Items\Change Orders=IIJRC-2001 COt 2024D123.doex December 21, 2023 Mr, Robert S. Skok Infrastructure Project Manager, IRC Engineering IRC Engineering 1801 27th Street Vero Beach, FL. 32960-3388 RE: 11th Drive & 37th Street Roadway and Intersection Improvements Project No. IRC -2001 Vero Beach, Florida Change Order Proposal #1 revised Subject: Proposal for revised lighting plans per WCD #1, DICKERSON FLORIDA, INC, A COMPANY OF THE DICKERSON GROUP, INC. PO Box 910 Fort Pierce, FL 34954-0910 phone 772-429-4444 fax 772-429-4445 Note: Subcontractor proposal attached. Lead time on light pole procurement is 18 weeks. Sincerely, Dickerson FL, Inc. Joi� L PLwwct� John L. Pluswick ITEM NO. I DESCRIPTION QTY UNIT UNIT PRICE TOTAL IDelete Contract Items: 0715 4 50 Light pole complete, install (8) EA $5,000.00 ($40,000.00) Add Contract Items: 1 0630 2 11 Conduit, F&I, open trench 110 LF $17,00 $1,870.00 0630 2 12, Lighting Conduit, F&I, directional bore 735 LF $15.86 $11,657,10 06352 11 Lighting pull & splice box, F&I, 13" x 24" cover size 9 EA $2.035.95 $18,323.55 06391 122 Electrical power service, F&I, underground, meter purchase by contractor 1 AMBY $5,429.55 $5,429,55 0715 1 12 Lighting conductors, F&I, insulated, no. 8 - 6 5367 LF $2,52 $13,524.84 07154 131 Light pole complete, F&I, standard pole, standard foundation, 40' mounting height 8 EA $11,610.90 $92,887.20 0715 500 1 Pole cable distribution system, conventional 8 EA $828.45 $6,627,60 07157 11 Load center, F&I, secondary voltage 1 EA $16,823.10 $16,82110 101-1 Added prime contractor supervision w/pickup 10 DAYS $600,00 $6,000,00 Total $133,142.94 Note: Subcontractor proposal attached. Lead time on light pole procurement is 18 weeks. Sincerely, Dickerson FL, Inc. Joi� L PLwwct� John L. Pluswick To: Corporate Office Local Offices Rick Forlifer 242 North Westmonte Drive 3340 Southeast Dixie Highway Phone: V TRAFFIC Altamonte Springs, FL 32744 i Altamonte Springs, FL CONTROL"���� ���°�� Deland, FL Groveland FL Tampa, FL Dallas, TX DEVICES, LLG Phone - 407.869.6300 Jacksonville, FL Houston, TX Bid Date: Fax -407.682.0076 Port St. Lucie, FL Punta Gorda, FL San Antonio, TX Salisbury, NC Unit Price Total Price $6,312.00 Rockledge, FL EACH $16,022.00 vvww,TCD-USA.cam To: Dickerson Florida, Inc. Contact: Rick Forlifer Address: 3340 Southeast Dixie Highway Phone: (772) 429-4444 METER PURCHASED BY CONTRACTOR Stuart, FL 34995 Fax: 1 (772) 429-4445 Project Name: 23015000-03 Indian River Co. 11th Drive And 37th St - Lighting Bid Number: 2023009 Project Location: 11th Drive And 37th Street, Gifford, FL Bid Date: 12/18(2023 Item # Item Description Estimated Quantity Unit Unit Price Total Price 1. Overrun/ Underrun Contract Items 0630 2 11 CONDUIT, F&I, OPEN TRENCH 0715 450 LIGHT POLE COMPLETE, INSTALL 110.00 LF $15,00 $1,650.00 -8.00 EACH $4,607.00 ($36,856.00) Total Price for above 1. Overrun/Underrun Contract Items Items: ($35,206.00) 2. New Items 0630 2 12 CONDUIT, F&I, DIRECTIONAL BORE 0635 2 11 PULL & SPLICE BOX, F&I, 13" X 24" COVER SIZE 0639 1 122 ELECTRICAL POWER SERVICE, F&I, UNDERGROUND, $17,451.00 METER PURCHASED BY CONTRACTOR 0715 1 12 LIGHTING CONDUCTORS, F&I, INSULATED, NO.8 - 6 0715 4 13 LIGHT POLE COMPLETE, F&I STANDARD POLE STANDARD LF FOUNDATION, 40' MOUNTING HEIGHT 0715 500 1 POLE CABLE DISTRIBUTION SYSTEM, CONVENTIONAL 0715 7 11 LOAD CENTER, F&I, SECONDARY VOLTAGE 735.00 LF $15.10 $11,098.50 9.00 EACH $1,939.00 $17,451.00 1.00 AMBY $5,171.00 $5,171.00 5,367.00 LF $2.40 $12,880.80 8.00 EACH $11,058.00 $88,464.00 8.00 EACH $789.00 $6,312.00 1.00 EACH $16,022.00 $16,022.00 Total Price for above 2. New Items Items: $157,399.30 Total Bid Price: $122,193.30 Notes: This proposal is a unit price proposal. The total sum is an approximate sum based on the estimated quantities on the attached proposal (which is an integral part of this proposal) at the unit prices depicted thereon. The final contract amount of any contract resulting from this proposal shall be based on the quantities actually installed and field verified by the Owner's architect/engineer at these unit prices. Our price includes Insurance. All work is guaranteed to be installed in accordance with the latest applicable Code regulations, and to be free from mechanical and electrical defects for one year from the date of acceptance. ` All Maintenance of Traffic shall be provided by others. ' No items quoted herein may be "broken out" without prior approval in writing. • All survey & layout work is to be performed by others. This proposal is valid for thirty (30) days from bid date. ' All QC managers, plans or testing (if required) shall be provided by others and is not included in this proposal. • Asphalt, Concrete Sidewalk and Sodding removal and placement shall be provided by others. • Electrical permit fees included in this proposal for electrical services associated with TCD work only. All other permits or fees shall be provided by others. • Per Section 611-2.3 (As -Built Drawings) of the FDOT Standard Specifications for Road and Bridge Construction, we have included the cost of providing the as -built plans for the signalization portion of the work. However, we are excluding the cost to sign & seal these as -built drawings. The cost to sign & seal the as -built drawings, as well as all required survey, shall be the responsibility of the General Contractor. • This proposal is based on TCD be allowed to perform all drilled shaft installations during the daytime hours. We have not included any concrete plant opening fees. If drilled shafts need to be installed after hours, there will be an additional charge for the concrete plant opening fees. • TCD reserves the right to negotiate mutually agreeable terms and conditions before entering in to an agreement. 12/18/2023 9:11:15 AM Page 1 of 2 • Based upon a review of the bid documents, TCD provides notice that some of the materials required to perform the Work are subject to extraordinary industry -wide delays, up to one year for delivery in some cases, which may impact the scheduled completion date for the Work. TCD will therefore not accept liability for delay or cost escalation arising from the untimely delivery of materials for the project. Payment Terms: Payments are to be made to us by the tenth day of the month for all work installed and materials placed on the job site during the preceding month. Final Payment including retainage, if any, will be due not more than thirty (30) days after completion and acceptance of the work. Any contract resulting from this proposal shall be on the terms and conditions mutually acceptable to the Purchaser and Traffic Control Devices, LLC ACCEPTED: The above prices, specifications and conditions are satisfactory and hereby accepted. Buyer: Signature: Date of Acceptance: CONFIRMED: Traffic Control Devices, LLC Authorized Signature: is Estimator: Doug Burch 12/1$/2023 9:11:15 AM Page 2 of 2 October 26, 2023 Mr. Robert S. Skok DICKERSON Infrastructure Project Manager, IRC Engineering FLORIDA, INC. IRC Engineering A COMPANY OF THE DICKERSON GROUP, INC 1801 27th Street PO Box 910 Vero Beach, FL. 32960-3388 Fort Pierce, FL 34954-0910 phone 772-429-4444 RE: 11th Drive & 37th Street Roadway and Intersection Improvements fax 772-429-4445 Project No. IRC -2001 Vero Beach, Florida Change Order Proposal #5 Subject: Proposal for deflecting watermain for drainage and subgrade conflicts. ITEM NO, DESCRIPTION QTY UNIT UNIT PRICE TOTAL 1 Waterline relocation wth testing (see attached) 1 LS $44,268,00 $44,268.00 2 Prime contractor supervision (superintendent v/ pickup) 6 Days $600,00 $3,600,00 Total I LS Note: Subcontractor proposal attached. Requires 6 working days of contract time, Sincerely, Dickerson FL, Inc, John L. Pluswick CONTRACTOR: r i:anTRncTlnc PROJECT: CHANGEORDER 5 Date 10/26/2023 --------- Sheltra & Sons Contracting 6655 49th St Vero Beach, Florida 32967 — Dickerson Florida, INC P.Q. Box 910 Fort Pierce FL 34946 Scope: Do to unforseen existing conflicts in the field. CONTRACT CONTRACT CONTRACT Item DESCRIPTION .ITY UNIT - RATE AMOUNT Tie into existing 8" watermain CO.. 1 LS $ 3,225.00 .. . DIFFERENCE $ 3,225.00 8" C-900 PVC 263 LF $ 86.35 $ 22,710.05 8" MJ G/V 3 EA $ 3,175.00 $ 9,525.00 8" MJ 45 degree bends 2 EA $ 890.00 $ 1,780.00 2" Jumper 1 EA $ 3,500.00 $ 3,500.00 8" MJ Megalugs 1 LS $ 970.00 $ 970.00 Pressure Testing 1 LS $ 450.00 $ 450.00 CH Line Contract Item Total $ Change Order Total $ 42,160.05 Note: This Change Order becomes part of and in conformance with the existing contract. Your Name, Title Date Signature Date of Acceptance Change Order Item Total $ 42,160.05 Contract Item Total $ - WE AGREE hereby to make the change(s) specified above at this price Accepted - The above prices and specifications of this change order $ 42,160.05 INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Board of County Commissioners THROUGH: John A. Titkanich, Jr., County Administrator Sean C. Lieske, Acting Public Works Director Kirstin Leiendecker, P.E., Asst. Public Works Director FROM: Rob Skok, Infrastructure Project Manager SUBJECT: Change Order No. 1 111h Drive & 37th Street Roadway and Intersection Improvements IRC -2001 DATE: January 5, 2024 DESCRIPTION AND CONDITIONS On December 20, 2022 the Board of County Commissioners awarded Bid No. 2023009 to Dickerson Infrastructure, Inc. dba Dickerson Florida, Inc. (Dickerson Infrastructure, Inc.) in the amount of $3,478,155.50 to realign a portion of existing 11th Drive immediately south of 37th Street and through the 36th Court 4 -way stop. The project also includes construction of a new public road segment of 111h Drive north of 37th Street and improving the existing intersection of 11th Drive and 37th Street by installing a new mast arm traffic signal. A notice to proceed was issued on June 1, 2023 with a contract time of 270 days to final completion. Change Order No. 1 is to provide funding for street lighting poles and associated power supply that was not included as part of the original bid items. The plans showed light poles were to be installed and the Engineer of Record, MBV Engineering, Inc. (MBV) believed Florida Power & Light (FPL) would supply completed poles ready for installation. FPL does not own the poles that are within the road right-of-way of the Hospital District area. Work Order No. 1 with MBV, approved by the Board on August 29, 2023, provided for the lighting plan revisions. Dickerson Infrastructure, Inc., submitted a cost of $133,142.94 to furnish and install the complete lighting package per the revised plans. In addition, during excavation, a County owned 8" water main was unearthed that is in conflict with the proposed road design typical section and must be relocated. The relocation is further impacted by several existing valves that cannot be turned off and therefore a 6' line stop and isolation valve need to be installed to provide a shut off/by-pass point so the watermain can be relocated. Dickerson Infrastructure, Inc. submitted costs of $47,868.00 and $21, 825.34 respectively for watermain relocation and line stop with isolation valve installation. A total of 120 days for Change Order No. 1 is being added to the contract time. C:\Users\CCheatham.DICKERSONFL\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\EH75XR5D\IRC-2001- C015taffRpt - 20240123 REV.doc Page 2 11" Drivee & 37" Street Roadway and Intersection Improvements IRC -2001— Change Order No. 1 January 23, 2024 Meeting FUNDING Change Order No. 1 is an increase of $202,836.28 to the contract with Dickerson. Funding for this work is available within the Traffic Impact Fees/District II/Aviation Extension to 37th and 411t Streets account, Account Number 10215241-066510-22010. RECOMMENDATION Staff recommends approving Change Order No. 1 authorizing the $202,836.28 increase to the contract with Dickerson Infrastructure, Inc. The new total contract price will be $3,680,991.78. ATTACHMENTS Change Order No. 1 AGENDA ITEM FOR JANUARY 23 2024 C:\Users\CCheatham.DICKERSONFL\AppOata\Local\Microsoft\Windows\INetCache\Content.Outlook\EH7SXRSD\IRC-2001- C01 StaffRpt - 20240123 REV.doc