Loading...
1233* Change OrderTRANSMITTAL MEMORANDUM ' MEMARANDLIM To: City Clerk RE: Request for Services The item(s) noted below is /are attached and forwarded to your office for the following action(s): ❑ Development Order Mayor's signature ❑ Final Plat (original mylars) H Recording ❑ Letter of Credit ❑ Rendering ❑ Maintenance Bond ❑ Safe keeping (Vault) ❑ Ordinance City Attorney's signature / approval ❑ Performance Bond 4� ❑ Resolution 0- Three (3 ) Originals- Public Safety Complex Closeout Change Order Form Once completed, please: ❑ Return original ❑ Return copy ,, g Return two (2) fully executed originals Special Instructions: Please hold far. Attorney signature and Mayor's executil Official City Clerk file d return two 2 originals for ro'e( Please advise if you have any questions regarding the above. �? Thank you! Nicholas Mcray, Sr. Project Manager From 1) for the Date \ \SVCH- Omnicast \USERS \mcrayn \Templates \City Clerk Transmittal Memo.doc Emu PROJECT: (Name and Address) TO CONTRACTOR: (Name and Address) Sanford Public Safety Building 815 West 13` Street Sanford, FL 32771 Wharton- Smith, Inc. P.O. Box 471028 Lake Monroe, FL 32747 -1028 THE CONTRACT IS CHANGED AS FOLLOWS: CHANGE ORDER NO: 014 INITIATION DATE: March 1, 2011 PROJECT NO.: 09 -042 CONTRACT FOR: General Construction CONTRACT DATE: July 1, 2008 OWNER ARCHITECT CONTRACTOR 0_ FIELD;, OTHER .: Sanford Public Safety Complex scope of work increase to include the following proposal requests and additional requested items: PR#34 -ADA Front Door Entry Operator, PR #36 -Roof Overflow Drains @ Building B Roof, PR#37- Precast Wall & Parking Lot Modification, PR#38- Coiling Door Substitution, PR#43 -Plaza Modifications, PR#44- Memorial Monument Qty.l Spec. Light Fixture, PR#45- Passive Vents @ Pantries, PR#46R- Toilet Partition Reimbursement, PR#47- Lighting & Door Sequence of Operations, PR#53 -Owner Requested Electrical Change Items, PR#54 -Tile Subcontractor Changes, PR#55 -FDC Addition, PR#56 -Steel RFI Changes, and PR#57- Concrete RFI & Field Changes. The contract amount regarding this scope of work shall be increased by $162,228.00 Sanford Public Safety Complex Owner Direct Purchase reconciliation amount. The contract amount regarding this scope of work shall be increased by $57,701.54 for Owner Direct Purchases previously deducted from the contract but not utilized. 13 Street Boautification/Improvement Project scope of work increase to include the following proposal requests and additional requested items: PR#1 -13` Streetscape Changes /Requests. The contract amount regarding this scope of work shall be increased by $35,326.00. Due to the late arrival of the light pole package, the Substantial Completion date for this work shall be March 11, 2011. The Substantial Completion date for the Public Safety Complex shall remain unchanged as set forth in Change Order #12. Owner Direct Purchase Deduction amount for the Irrigation Material as described within the Contract Documents pertaining to the 13` Street Beautification/Improvement Project. The substantial completion date set forth in Change Order #12 is unchanged. The contract amount regarding this purchase order shall be decreased by ($ 8,676.97). The amount includes ($8,138.65) Purchase Order, and ($488.32) 6% Sales Tax, and the Seminole County Surtax ($50.00). Contingency reconciliation as described within the executed contract. Total remaining contingency for the Sanford Public Safety Complex Project ($486,177). Total remaining contingency for the 13` Street Beautification/Improvement Project ($17,481). Total remaining contingency ($503,658). Fifty percent return of the remaining contingency to the City of Sanford per the executed contract: The contract amount regarding this scope of work shall be decreased by ($251,829.00). Credit to the City of Sanford regarding re- inspection fees charged by Deatrick Engineering and Associates for the Sanford Public Safety Complex. A credit shall be issued to the City of Sanford regarding the stated charges in the amount of ($2,147.10). The original Guaranteed Maximum Price was .................................................................................. ............................... $ 15,930,416.00 Net change by previously authorized Change Orders .......................................................................... ..............................$ (4,184,421.78) The Guaranteed Maximum Price prior to this Change Order was ..................................................... ............................... $ 11,745,994.22 The Guaranteed Maximum Price will be decreased by this Change Order ................................................. .............................($ 7,397.53) The new Contract sum including this Change Order will be ............................................................. ............................... $ 11,738,596.69 The Contract Time will be unchanged by ( ) days. The date of Substantial Completion as of the date of this Change Order therefore is October 15, 2010. NOT V UNTIL SIGNED BY THE ARCHITECT, CONTRACTOR AND OWNER. Arc tects De ign Group, Inc. Wharton- Smith, Inc. I Fi m Name) CONTRA R (F' ame) By S o Kt*e jV ', 11 By (Signature) An _ NA, Eric H. Palmer (Typed Name) (Typed Name) f� 0 a! 1 l Date Date rof Attest: City Commission of the City of Sa ord, Florida OWNER (Firm Na anet Dougherty, City Cler By (Signature) Jeff Triplett, Mayor For use a eliance of thWSar ity omm ission only. (Typed Name) d - 3 Date bert U I r— City Attorney;6N der Al, , 6P 61-9 *lq