HomeMy WebLinkAbout2006-174 .Roadway Improvement Plans for Indian River County Administration Building77N ''''
s ; 4;hange Order No. 1 GR I' G N h L
qOb & - l7 `1
INDIAN RIVER COUNTY, FLORIDA
CHANGE ORDER NO. 1
PROJECT NO: ENGINEERS PROJECT NUMBER 64T60600D PROJECT: ROADNAY IMPROVEMENT PLANS FOR INDIAN
RIVER COUNTY ADMINSTRATION BUILDING
CONTRACTOR: CONE AND GRAHAM DATE OF ISSUANCE
ECI.
QTY REVISED
REDUCTION QTY
UNIT COST BID COST ADJUSTED COST
Roadway COST REDUCTION
MOBILIZATION 15% 0 1 .0 148,600.00 $148,600.00 $148,600.00 $000
MAINTENANCE OF TRAFFIC 8% 0 1 .0 30,000.00 $30,000.00 $30000,00 $000
PREVENTION, CONTROL, 8 ABATEMENT 0 1 .0 10,000.00 $10,000.00 $10,000.00 $0.00
OF EROSION 8 WATER POLLUTION O.0
CLEARING & GRUBBING 0.0 1.0 50,000.00 $50,000,00 $48,000.00 $2,000.00
EMBANKMENT 90 478.0 36.00 $20,376.00 $17, 136.00 $3,240.00
TYPE B STABILIZATION SY 2330 535 1795.0 7.50 $17,475.00 $13,462.50 $4,012.50
OPTIONAL BASE GROUP ? SY 2099 471 1628.0 17.00 $35,683.00 $27,676.00 $8,007.00
TURNOUT CONSTRUCTION SV 40 0 40.0 175.00 $7,000.00 $7,000.00 $0,00
TYPE S ASPHALTIC CONCRETE (21/2" SY 2099 2099 0.0 18.00 $37,782.00 $0.00 $0.00
TYPE S ASPHALTIC CONCRETE (1112") SY 0 0 1789.0 13.50 $0.00 $24,151.50 $13,630.50
MISCELLANEOUS ASPHALT PVT 008/S IN 10 0 10.4 205.00 $2, 132.00 $2132.00 $0.00
INLET CURB TYPE P EA 2 0 2.0 5,500.00 $11 ,000.00 $11 ,000.00 $0.00
TYPE P-8 MANHOLE EA 1 0 1 .0 2,300-00 ___12,300.001 $2,300.00 $000
TYPE J-7 MANHOLE EA 1 0 1 .0 13,000.00 $13000.00 $13,000.00 $0.00
ADJUSTMANHOLE EA 1 1 0.0 1,210.00 $1,210.00 $1,210.00 $0.00
ADJUST VALVE BOXES EA 4 4 0.0 1,000.00 $4,000001 $0.00 $4000.00
CONC PIPE CULVERT 18" STORM DRAIN LF 236 0 236.0 50.00 $11 ,800,00 -$11 .800.65 $000
ELLIPT CONIC PIPE CULV 14'X23' SIDE DRN LF 64 0 64.0 60.00 $3840.00 $3840.00 $0,00
ELLIPT CONIC PIPE CULV 19'X30" SIDE DRN LF 1 118 0 118.0 91 .00 $10,738.00 $10,738.00 $0.00
MITERED END SECTION 14"X23" SIDE DRN EA 1 0 1 .0 1 ,800.00 $1 ,800.00 $1 ,800.00 $0.00
MITERED END SECTION 19"X30- SIDE DRN EA 2 0 2.0 1 800.00 $3,600.00 $3.600.00 $0.00
TYPE F CURB & GUTTER LF 1 676 223 453.0 21.00 $14,196.00 $9,513.00 $4,683.00
4" CONCRETE SIDEWALK SY 468 149 319.0 35.00 $16,360.00 $11116500 $5,21500
GUARDRAIL (ROADWAY) LF 1 2500 250.0 45.00 $11 ,250.00 411 ,250.00 $0.00
GUARDRAIL END ANCHORAGE ASSY EA 4 0 4.0 500.00 $2,000,00 $2 000.00 $0,00
SOD BAHIA SY 1200 486 714.0 6.00 $7,200.00 $4,284.00 $2,916.00
SIGN SINGLE-POST E41 4 0 4.O 350.00 $1400.00 $1400.00 $0.00
SIGNMULTI-POST EA 3 0 3.0 900.00 $2, 700,00 $2700.00 $0.00
REFLECTIVE PAVEMENT MARKERS EA 75 75 0.0 7.00 $525.00 $0.00 $52500
DIRARROW (FHERM0PLASRC) (PAINT) EA 4 0 4.0 55.75 $280.00 $223.00 $57.00
6" WHITE SKIP("WJ?M0PLASTW4(PAINT) LF 171 1 O 171.0 0.75 $171.00 $128.25 $42.75
6" WHITE {TNERAIAPb1SACa (PAINT) LF 1530 223 1307.0 0.75 $1,530.00 $980.25 $549.75
18" WHITE (TRERMOPf ASTIC) (PAINT) LF 170 1 0 170.0 Z60 $595.00 -.00 -$l
24" WHITE (FNERMOPUISFIC) (PAIN?) LF 39 0 39.0 3. 71 $195.00 $144.69 $6031
6" YELL0W (FNERM0P4AST7C}(PAIN] LF 1452 222 1230.0 0.81 $1,597.20 $996.30 $600.90
18" YELLOW (FFIE4M9RLP,ST4E)-(PAINT) EA 41 0 41 .0 2.59 $143.50 $106.19 $37.31
4" PVC SCHEDULE 80 LF 360 0 360.0 10-001 $3,600.001 $3,500.00 $0.00
SUBTOTAL W6,098.701 6,378.68 ,720.02
Bridge
CONCRETE CLASS it APPROACH SLAB CY 124.4 0 124.4 600.00 $7q 640.00 $74,640.00 $0.00
CONCRETE CLASS II SUPERSTRUCTURE CY 343 0 343.0 800.00 $274400.00 $274400.00 $0.00
CONCRETE CLASS IV SUBSTRUCTURE CY 129 0 129.0 800.00 $103200.00 $103,200.00 $0,00
CONCRETE CLASS IV MISCELLANEOUS CY 42.5 0 42.5 600.00 $25,500.00 $25,500.00 $0.00
BRIDGE FLOOR GROOVING SY 569 0 56.9.0 5.00 $2,845.00 $2,845.00 $0.00
REINFORCING STEEL SUPERSTRUCTURE LB 99992 0 99992.0 1 .30 $129,989.60 $129,989.60 $0.00
REINFORCING STEEL SUBSTRUCTURE LB 15284 0 15284.0 1 .30 $19,869.20 $19,869.20 $0.00
REINFORCING STEEL APPROACH SLAB LB 23374 0 23374.0 1 .30 $30,386.20 $30,386.20 $0.00
REINFORCING STEEL (MISCELLANEOUS) LB 18160 1816.0 1 .30 $2360.80 $2,360.80 $0.00
PRESTRESSED CONIC PILING 18" SQ LF2956 0 2956.0 50.00 $147,800.00 $143,950.00 $3,850.00
TEST PILES PRESTRESSED C0NCx11r SQ LF 316 0 316.0 200.00 $63,200.00 $67,200.00 $4,000.00
CONC TRAFFIC BARRIER BRIDGE 42" LF 248 10 248.0 110.00 $27,280.00 $27,280.00 $0.00
RIP-RAP RUBBLE TN 1670 0 1670.0 50.00 $83,500.00 $83,500.00 $0.00
RIP-RAP RUBBLE BEDDING STONE TN 551 0 551 .0 50.00 $2guff T6= 7,550.00 $27,550.00 $0.00
$1 .012,670.80 TWE
oun a time
*THERMOPLASTIC UNIT COSTS WERE REVISED TO PAINT UNIT COSTS.
Page 1 012
+Roadway Improvement Plans for Indian River County Administration Building
•' a Change Order No. 1
ORIGINAL CONTRACT PRICE/TIME $1 ,498,619.50 210 Calendar Days
CURRENT CONTRACT PRICE/TIME
AS ADJUSTED BY PREVIOUS CHANGE ORDER N/A
NET CHANGE IN CONTRACT PRICE/TIME -$49 ,020 .02 Increase of 45 Calendar Days
DUE TO THIS CHANGE ORDER
RAIN DAYS THROUGH N/A
NEW CONTRACT PRICE/TIME INCLUDING $1 ,4483499.48 255 Calendar Days
THIS CHANGE ORDER
ORIGINAL SUBSTANTIAL COMPLETION DATE 12/12/2005
NEW CONTRACT COMPLETION DATE 1 /26/2006
RECOMMENDATION:
PROJECT MANAGER'S RECOMMENDATION :
I have examined the above changes. They are necessary to satisfactorily complete the contract.
The price changes are reasonable and 1 recommend that the changes be made.
5 t 22 . 6G
Steve Blum Date
Project Manager
CONTRACTOR'S APPROVAL:
I agree that the a hanges in said Contract, in accordance with Specifications for the price
changes sho a atisfactory.
- r7 db
A✓DY C'i PP Date
Cone & Grahal
Indian River Approved Daft
County
Approved : Atln in. S a3
Budget
0 . A Q/
5—a 3 'Qr. Legal J'
oseph A Baird Date Risk Mgt
ounty Administrator Dew bne d S
s t testi,
Board of CounttF>,Com nisaI ners
Indian River County >a.`�tf. '
.e • "may A •• y
• .� ill -.. � � . �D
. , 23 - 06
Quwl
Arthur R. ug ` Date
Chairman Boldof Couniy`C�om Toners
0, ojo" . . . . . . . .
ND1Pti
Page 2 of 2
SECTION 00622 — CONTRACTOR' S APPLICATION FOR PAYMENT
Application for Payment No. _7_. (FINAL RETAINAGE)
For Work Accomplished through the period of _February 10, 2006_ through _FEBRUARY 11 , 2006 ,_
4
To: Indian River County (OWNER)
From: CONE & GRAHAM (CONTRACTOR)
Contract: ROADWAY & BRIDGE IMPROVEMENTS: FOR PROPOSED 'INDIAN :RIVER,-COUNTY
tr: ,
ADMI N(STRATI OWC OM P LEX
OWNER's Contract No. 7043 ENGINEER's Contract No. _47600000
ENGINEER: Indian River County Public Work's Department
ENGINEER's CONSULTANT: _KIMLEY-HORNA NDASSOCIATES , INC.`-
1 Original Contract Price: 51 ,498,619.50
2 Net change by Change Orders and Written Amendments (+ or
2.a Change Order No. 1 (deduct for pavement reduction etc.) -49 , 570.02
2.b Change Order No. 2 (deduction for IRC inspection fees) -550.00
2.c Change Order No. 3
2.d Change Order No. 4
2.e Total change in Contract Price (2.a + 2.b + . . 2.n) S -
3Current Contract Price ( 1 plus 2e): S1 ,448,499.48
4Total Work to date:
4. a Percentage of Work completed to date:
4 . b Total Work completed to date: $1 ,448,499.48
4.c Total equipment and material stored to date: ( 1 )
4 .d Total Work completed and stored to date: (4.b plus 4.c) $1 ,448,400.48
5 Retainage (per Agreement):
5.a 10% of completed Work (0. 10 x 4.b): $
5.b 20% of stored equipment and material (0.20 x 4.c) $
5.c Total Retainage (5.a plus 5.b): $
B -rutal Work completed and stored to date less retainage (4.d minus 5.c) $ 1 ,448,499 .48
7Previous Payments: $1 ,304, 144.53
BAMOUNT DUE THIS APPLICATION (6 MINUS 7) $ 144,354 . 95
(1 ) Attach detailed schedule and copies of all paid invoices.
CONTRACTOR'S CERTIFICATION:
UNDER PENALTY OF PERJURY, the undersigned CONTRACTOR certifies that ( 1 ) the labor and materials listed on
this request for payment have been used in the construction of this Work and payment received from the last request for
payment has been used to make payments to all subcontractors, laborers, materrialmen and suppliers except as listed
below; (2) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this
Application for Payment will pass to OWNER at time of payment free and clear of all Liens, security interests and
encumbrances (except such as are covered by a Bond acceptable to OWNER indemnifying OWNER against any such
Lien. security interest or encumbrance); (3) all Work covered by this Application for Payment is in accordance with the
Contract Documents and not defective: and (4) If this Periodic Estimate is for a Final Payment to project or improvement, I
further certify that all persons doing work upon or furnishing materials or supplies for this project or improvement under this
foregoing contract have been paid in full, and that all taxes imposed by Chapter 212 Florida Statutes, (Sales and Use Tax
Act, as Amended) have een paid and discharged, and that I h a claims Inst eOWNER.
Dated 4 6 sly'. /!
{CONT C R
Cav6 �
00622 - Contractors Application for Payment 4- 11#7 revised 5-16.doo
00622 - 1
SAI' uwnte,CONE & GRAF VTCUFISN7 !OBS'FZ5C4 NOWN RIVER AWN C0MIPLEX4'622 - Cp O'S A;>.:I.a:knla7aynler:alt:7 feria[ i16 &,c Rev. 051
STATE OF FLORIDA
COUNTY OF INDIAN RIVER
Before me, a Notary Public, duly commissioned, qualified and acting , personally appeared
AwDy rRe ?P , to me well known, who being by me first duly sworn upon oath , says that he is
the attgrney-in-fact for the and that he has been authorized by
ZfA ' .oto execute the foregoing bond on behalf of the CONTRACTOR named therein in favor of the
iZ4ounty of Indian River, Florida . Subscribed and sworn to before me this /6 7"t day of
/I7q-{w , 200 .
Notary Public, State of Fl rid , a ¢
�?
uuc8K
ac
F.
�SSs
E "mSMy COmmiss' n Expires: Qiiie wTrE
MMMoDU1
1IX9
pE'A :,^,an ^; panx Nne,Y 3n,:cwosn
Accompanying Documentation :
NOTICE OF NON-PAYMENT. If one or more "Notice of Non-Payment" or `Notice to Owner" is received by the
OWNER, no further payments wit) be approved until non-payment(s) have been satisfied and a "Lien Waiver"
for each "Notice " has been submitted to the OWNER. Upon request, CONTRACTOR shall furnish acceptable
evidence that all such claims have been satisfied. The CONTRACTOR may, with consent of Surety and
indemnification of the OWNER against any claims, receive payment for work for which there is an outstanding
"Notice of Non-Payment" or "Notice to Owner. "
CERTIFICATION OF ENGINEER:
I certify that I have checked and verify the above and foregoing Periodic Estimate for Partial Payment; that
to the best of my knowledge and belief it is a true and correct statement of the work performed and/or material
supplied by the Contractor.
Dated
SIGNATURE
CERTIFICATION OF ENGINEER I INSPECTOR:
I have checked the estimate against the Contractor's Schedule of Amounts for Contract Payments and the
notes and reports of my inspections of the project. It is my opinion that [his slalement of work performed
and/or materials supplied is accurate, that the Contractor is observing the requirements of the Contract, and
that the Contractor should be paid the amount requested above.
Dated
SIGNATURE
06622 - Contractor's Application for Pa>Ment 4-11#7 revised 5-16.doc
00022 - 2
S%0ccwrersCCNE RGRAAMf:CVRREA'r JOBS 'Z-0dIr.0W% RP/ER ANA" CGMr.-YrLtv2. - Cmfa ;'sAxe':.N.n 'a Fay.:znt 4-1147 reV40d >7A d= R--o. OS:G-