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