Loading...
Item C22County of Monroe A BOARD OF COUNTY COMMISSIONERS Mayor George Neugent, District 2 The Florida. Key y w) Mayor Pro Tem David Rice, District 4 �r Danny L. Kolhage, District I Heather Carruthers, District 3 Sylvia J. Murphy, District 5 County Commission Meeting April 12, 2017 Agenda Item Number: C22 Agenda Item Summary #2847 BULK ITEM: Yes DEPARTMENT: Project Management / Facilities TIME APPROXIMATE: STAFF CONTACT: Ann Mytnik (305) 292 -4439 N/A AGENDA ITEM WORDING: Receipt of monthly change orders for the month of March, reviewed by the County Administrator /Assistant Administrator. ITEM BACKGROUND: There were ten (10) change orders considered and approved by the County Administrator /Assistant Administrator for the period beginning 02/28/17 and ending 03/27/17 for a total of $55,096.52. There were no change order requests denied. PREVIOUS RELEVANT BOCC ACTION: On September 9, 1998, Ordinance No 027 -1998 was adopted in order to provide that the County Administrator may approve separate, non - cumulative change orders for construction projects and professional service contracts in amounts not to exceed $50,000 (as amended per Ordinance No. 024 - 2015), or 5% of the original contract price, whichever is greater. The BOCC requested a monthly report of all change orders considered by the County Administrator. CONTRACT /AGREEMENT CHANGES: N/A STAFF RECOMMENDATION: N/A DOCUMENTATION: CO Report_20170328092404 FINANCIAL IMPACT: Effective Date: N/A Expiration Date: N/A Total Dollar Value of Contract: N/A Total Cost to County: N/A Current Year Portion: N/A Budgeted: N/A Source of Funds: N/A CPI: Indirect Costs: Estimated Ongoing Costs Not Included in above dollar amounts: Revenue Producing: Grant: County Match: Insurance Required: Additional Details: If yes, amount: N/A REVIEWED BY: Doug Sposito Completed 03/29/2017 9:23 AM Patricia Eables Completed 03/29/2017 9:37 AM Budget and Finance Skipped 03/29/2017 9:22 AM Maria Slavik Skipped 03/29/2017 9:22 AM Kathy Peters Completed 03/29/2017 9:39 AM Board of County Commissioners Pending 04/12/2017 9:00 AM W H LL LL � 0 YI 0 N U M O I P ., W 2 O Q N N LU O Z M in 4400 V Cd V W W a 2 W m ~ ce LLI U. c W YI 0 U 2 d d Q N Ln %d 01 O Ln Ln - uv' H M p O O m U 5 U O O �� v m c 3 o?S y E M a o N 7 7 LL v 7 O ',, C d o O 3 L 3 U ° o �' 3 3 c 3 v 0 3 c_t 3 c O p c 0 y c O a �. corn O ;N C c O to U Ju — Y L = .5 Y y � t (A 7 ¢ ¢ C ¢ a) O ',, ¢ u O m ¢ 0 441 W LU W F 7 M N n M M O O N Q U) al N O M O M 'O M O co O M O M O M O M O O * V O y fpO _ m f0 m a+ a ) a U) to 'O N C a) II- O a C O Z a) cn C E O O -5 o C n E O N c `m O O c cu C p �-� E a 7 c " aj - m° m Ln c o o E v Z o g c m O O v,� 0 m E > m o o �� r v cw m o c uE Eve W c c c m (°� v c m c o c Q 0 a) C C m a) .0 N I. 4) m ( ) _ C p = a+ -0 •, u p v v �i c m� �- v ° o o g� ,� 0.5 oa oai o c u, o m m E +, E m .., N � E c '+� O o cE c p 0 m C c� D C fO m rn m L + �iv�> -._ c��ccE3a' E c '++ O � � 0 o c o rn o - �' i 8 - E m o E Z Z ¢Lo ¢441.� ~ o N Ln -1: -1 o a O O O 1-1 00 V N co O C �Pr +Pr ^ i!} a in- in- in- in- ifF in- � � � � Ln Ln u rn c a O ¢ c O1 c u c E o c V [2 7 1A fa f`O (A C.7 Q) V O �'5M LL -0 m' �. m =0,�'a v �' =�'v a'uLL-0 = 0 0 01 a m a '�• -m 01 N Y (z Y U v M > U v v U V lL Y Y Y 2 d d Q N Ln %d 01 O Ln Ln - uv' H MONROE COUNTYIENGINEERING/ PROJECT MANAGEMENT CONTRACT CHANGE ORDER PROJECT TITLE: Construction of the Monroe County Fire Training Academy, Crawl Key, FL CHANGE ORDER NO: 10 INITIATION DATE: January 118th, 2017 TO CONTRACTOR: Pedro Falcon Electrical Contractors, Inc. 311 Avenue C Big Pine Key, FL 33043 The Contract is changed as follows: CONTRACT DATE: May 20 2016 The original (Contract Sum) (Guaranteed Maximum Price) ................. .................$1,818,835.00 Net change by previously authorized Change Orders ........................ ....................$113,837.25 The (Contract Sum) (Guaranteed Maximum Price) prior to this Change order was... $1,932,672.25 The (Contract Sum,) (Guaranteed Maximum Price) will be (increased) (decreased) (qnchan_qqd J by this Change Order ..............$0.00 The new (Contract Sum) (Guaranteed Maximum Price) including this Change Order is............................................................................................................ $1,932,672.25 The Contract Time will be (increased) (decreased) (unchanged) by .......... —.. . . — - - ...105 days The date of Substantial Completion as of the date of this Change Order is ..............April 18, 2017 Detailed description of change order and justification: 1 IWO WX-MO 1043- WAN M Change Order Attachment per Ordinance No. 004 -1999 Change Order was not included in the original contract specifications. Yes ® No ❑ If Yes, explanation: Contractor has been given the rest of the time allotted to complete the project, since the lifting of the stop work. Change Order was included in the original specifications. Yes ❑ No If Yes, explanation of increase in price: Change Order exceeds $25,000 or 5% of contract price (whichever is greater).Yes ❑ No If Yes, explanation as to why it is not subject for a calling for bids: Project architect approves the change order. Yes ® No ❑ If no, explanation of why: Change Order is correcting an error or omission in design document. Yes ❑No Should a claim under the applicable professional liability policy be made? Yes ❑ No Explain: 1/18/2017 Christian Brisson Pedro Falcon Electrical Contractors Inc. 31160 Avenue C Big Pine Key Fl RE: Cancellation of Stop -work Order, Crawl Key Fire Training academy Dear Christian, Monroe County Engineering 1100 Simonton Street, 2 -216 Key West, FL 33040 Project Management The purpose of this letter is to cancel the Stop -Work Order issued onApril 20 2016. You are hereby directed to resume performance on the Crawl Key Fire Academy job in accordance with the terms and conditions of the Contract. Please contact me with any questions regarding the contents of this notice. Sincerely, Johnnie Yore Cc:D. Sposito, J Callahan, C Mather, 5 Hudson D Tegreene, A Mytnik ONROE COUNTY ENGINEERING CONTRACT CHANGE ORDER PROJECT TITLE: Card Sound Bridge Repair Project CHANGE ORDER NO: 2 INITIATION DATE: 2/23117 TO CONTRACTOR: CONTRACT DATE: 1120116 The Contract is changed as follows: The original Contract Sum ................ ............................... ..................$2,969,512.25 Net change by previously authorized Change Orders ................. ...................$726,253.85 The Contract Sum prior to this Change Order was .............. ........ ---.33,695,766.10 The Contract Sum will be ghgn-ggd by this Change Order... .......... -- ......................... $0 The new Contract Sum including this Change Order is .............. ..........,,,,....$3,695,766.10 The Contract Time will be increased by ............................ ............................161 days The date of Substantial Completion as of the date of this Change Order is .............. 7126/17 Detailed description of Change Order: This Change Order is the result of additional time required to perform additional work that was approved in Change Order No,1 attached. Also included is additional time required to perform work in the original contract that was not able to be performed as a result of weather conditions and certain holiday days. There is no additional cost associated with this Change Order, Change Order No.1 Weather conditions Holiday Days Total Contract Time increase CONTRACTOR: 45 days increase 105 days increase 11 days increase 161 days ENGINEERING SERVICES DIRECTOR COUNTY ADMINISTRATOR: Date MEMORANDUM TO: Board of County Commissioners From: Roman Gastesi County Administrator Date: February 27, 2017 RE: Change Orders Attached is a proposed Change Order #2 Coastal Gunite Construction Co., Card Sound Bridge Repair Project, for a time extension of 161 days. The date of Substantial Completion as of the date of this Change Order therefore, is July 26, 2017. According to Ordinance 026 -1998 adopted by the Board of County Commissioners, proposed change orders are to be presented to members of the Board of County Commissioners at least 24 hours prior to approval, assuming they are within the Administrator's prescribed limits. Change orders not within the Administrator's authority are placed on the BOCC agenda. Roman Gastesi County Administrator Omar eyvlr✓! Print Name RG /GG M oNRoE CouNTY ENGwEERwG CONMUCF CHANGE ORDER PROJECT TITLE: Card Sound Bridge Repair Project CHANGE ORDER NO: 1 INITIATION DATE: 8/17116 TO CONTRACTOR: CONTRACT DATE: 1/20116 The Contract is changed as follows: The original Contract Sum .................... ............................... ..................$2,969,512.25 Net change by previously authorized Change Orders....... ............. .............................$0 The Contract Sum prior to this Change Order was ..... ............................... ..$2,969,512.25 The Contract Sum will be changed by this Change Order ............................... $726,253.85 The new Contract Sum including this Change Order is. ................................ $3,695,766.10 The Contract Time will be increased by ................ ............................... . ...............0 days The date of Substantial Completion as of the date of this Change Order is .............. 2115/17 Detailed description of Change Order: As a result of deficiencies discovered after construction began, project quantities have increased as shown in the attached. In an effort to avoid further delays in bridge repairs, it is best to add these quantities to the ongoing project. This change Is not due to an error or omission and was not identified or expected to be identified prior to construction. The Contract Value has increased $726,253.85. Class IV concrete $44,033.22 Spall repair $312,790.40 Reinforcing steel $4,978.68 Wrap fender piles $81,528.00 Fender structural steel, nuts, bolts Washers & PLT $108,311.55 Treated timber, structural $174,612,00 Total amount of this Change Order $726,253,85 This C an a Order Is 24.46° of the vrl in l_con ract price. Date /a/6 euven 7 Date Itf COASTAL GUNITE CONSTRUCTION COMPANY February 21, 2017 Mr. Keith Duke Project Administrator Parsons Brinkerhoff One Penn Plaza New York, NY 10119 RE: Card Sound Bridge Repair, Monroe County, FDOT Contract No. G0320, FPID 431917 -1 -3801 Dear Mr. Duke, We request that the Contract Time for the Card Sound Bridge Repair Project be increased by 45 days as part of the additional work approved via Change Order #1. This request is due to a 36% increase in Contract Line Item 401 -70 -3: Restore Spalled Areas, Latex Modified Mortar - acrylic which is a Controlling Item of Work for the project. Please contact me should you have any further questions. Sincerely, Martin Ernmrich COASTAL GUNI CE CONSTRUCTION COMPANY HOME OFFICE SOUTHEAST REGION 16 WASHINGTON STREET 1001 THIRD AVENUE WEST POST OFFICE BOX 977 SUITE 300 CAMBRIDGE, MARYLAND 21613 BRADENTON, FLORIDA 34205 410.228.8100 FAX: 410.228.8589 941.744.5500 FAX: 941.744.9880 One Penn Plaza New York, NY 10119 Main: +1- 305 -872 -9445 www.pbworld.com June 7, 2016 Mr. Martin Emmrich Card Sound Bridge Repair Project Subject: Adjustment to Contract Time for Suspension of Operations during Holidays (May 30, 2016 — Memorial Day) Financial Project No.: 431917-1-3801 FDOT Contract No.: G0320 Dear Mr. Emmrich: The effects of suspension of work have been evaluated for the period beginning May 1", 2016 through May 31S`, 2016. It has been determined that a total of one (1) calendar days meet the criteria established by the contract specifications for granting additional contract time due to the effects of holiday suspensions. The effective days suspended include the day of May 30` 2016. As outlined in Specification Sub article 8 -6.4, the Daily Reports documenting the holiday period referenced above have been evaluated. It has been determined that one (1) calendar days meet the criteria established by the Contract for granting additional time due to the suspension of operations for this holiday period. Pursuant to Specification Subarticle 8- 7.3.2, one (1) Contract days will be added to the total authorized Contract Time. Your company has ten (10) days from receipt of this notice to appeal the number of days granted herein. Any such appeal must be accompanied by all available specific facts supporting your position. Failure to make an appeal or to provide the specific facts within ten (10) days from receipt of this notice shall constitute a waiver of any rights to appeal the Department's decision at a later date. Should you have any questions, please contact me. 850 -567 -0668 Sincerely, PARSONS BRINCKERHOFF Pomsit Chakkaphak P.E. SR. Project Engineer DCN: PBA -CO022 PB File: 101.2 June 7, 2016 Mr. Martin Emmrich Card Sound Bridge Repair Project Subject: Adjustment to Contract Time for the Effects of Inclement Weather (May 1, 2016 — May 31, 2016) Financial Project No.: 431917 -1 -3801 FDOT Contract No.: G0320 Dear Mr. Emmrich: One Penn Plaza New York, NY 10119 Main: +1- 305 - 872 -8445 www.pbworld.com The daily reports documenting the effects of inclement weather have been evaluated for the period beginning 5/1/2016 through 05/31/2016. It has been determined that nine (9) calendar day meet the criteria established by the contract for granting additional contract time due to the effects of inclement weather. Therefore, nine (9) contract days will be added to the total authorized contract time. • May 4th — Excessive winds, high seas and thunderstorms • May 5th — Excessive winds and high seas • May 17 — Excessive winds and high seas • May 18` — Excessive winds, high seas and thunderstorms • May 19 — Thunderstorms • May 24 Thunderstorms • May 25 — Excessive winds, high seas and thunderstorms • May 26 — Excessive winds and high seas • May 31 — Thunderstorms Your company has ten (10) days from receipt of this notice to appeal the number of days granted herein. Any such appeal must be accompanied by all available specific facts that support your position. Failure to make an appeal or to provide the specific facts supporting your positions within ten (10) days from receipt of this notice shall constitute a waiver of any rights to appeal the Department's decision at a later date. Should you have any questions, please contact me. 850 -567 -0668 Sincerely, PARSONS BRINCKERHOFF Pomsit Chakkaphak P.E. SR. Project Engineer DCN: PBA -CO020 PB File: 101.2 • A i 04 � 10 • E July 13, 2016 Mr. Martin Emmrich Card Sound Bridge Repair Project Subject: Adjustment to Contract Time for the Effects of Inclement Weather (June 1, 2016 —June 30, 2016) Financial Project No.: 431917 -1 -3801 FDOT Contract No.: G0320 Dear Mr. Emmrich: One Penn Plaza New York, NY 10119 Main: +1 -305- 872 -8445 www.pbworld.com The daily reports documenting the effects of inclement weather have been evaluated for the period beginning 06/1/2016 through 06/30/2016. It has been determined that eleven (11) calendar day(s) meet the criteria established by the contract for granting additional contract time due to the effects of inclement weather. Therefore, eleven (11) contract day(s) will be added to the total authorized contract time. • June 7' — Excessive winds and high seas due to remnants of TS Colin • June 8` — Excessive winds and high seas • June 9 — Excessive winds and high seas • June 10' — Excessive winds, high seas and thunderstorms • June 15` — Thunderstorms • June 16' — Thunderstorms • June 21 — Thunderstorms • June 27` Thunderstorms • June 28 — Thunderstorms • June 29 — Excessive winds, high seas and thunderstorms • June 30 Thunderstorms Your company has ten (10) days from receipt of this notice to appeal the number of days granted herein. Any such appeal must be accompanied by all available specific facts that support your position. Failure to make an appeal or to provide the specific facts supporting your positions within ten (10) days from receipt of this notice shall constitute a waiver of any rights to appeal the Department's decision at a later date. Should you have any questions, please contact me. 850 -567 -0668 Sincerely, PARSONS BRINCKERHOFF Pomsit Chakkaphak P.E. SR. Project Engineer DCN: PBA -CO024 PB File: 101.2 __ mom One Penn Plaza New York, NY 10119 Main: +1- 305 - 872 -8445 www.pbworld.com August 9, 2016 Mr. Martin Emmrich Card Sound Bridge Repair Project Subject: Adjustment to Contract Time for the Effects of Inclement Weather (July 1, 2016 — July 31, 2016) Financial Project No.: 431917 -1 -3801 FDOT Contract No.: G0320 Dear Mr. Emmrich: The daily reports documenting the effects of inclement weather have been evaluated for the period beginning 07/1/2016 through 07/31/2016. It has been determined that nine (9) calendar day(s) meet the criteria established by the contract for granting additional contract time due to the effects of inclement weather. Therefore, nine (9) contract day(s) wil l be added to the total authorized contract time. • July 11 — Excessive winds and high seas • July 13 Rain /T- Storms • July 14 — Rain/T- Storms • July 19 — Rain /T- Storms • July 21S — Rain/T- Storms • July 22 — Rain/T- Storms • July 26 — Excessive winds and high seas • July 27 — Excessive winds and high seas • July 28 — Rain /T- Storms Your company has ten (10) days from receipt of this notice to appeal the number of days granted herein. Any such appeal must be accompanied by all available specific facts that support your position. Failure to make an appeal or to provide the specific facts supporting your positions within ten (10) days from receipt of this notice shall constitute a waiver of any rights to appeal the Department's decision at a later date. Should you have any questions, please contact me. 850 -567 -0668 Sincerely, PARSONS BRINCKERHOFF Pomsit Chakkaphak P.E. SR. Project Engineer DCN: PBA -CO027 PB File: 101.2 Hqlf 420 October 2, 2016 Mr. Martin Emmrich Card Sound Bridge Repair Project Subject: Adjustment to Contract Time for the Effects of Inclement Weather (August 1, 2016 — August 31, 2016) Financial Project No.: 431917 -1 -3801 FDOT Contract No.: G0320 One Penn Plaza New York, NY 10119 Main: +1- 305 - 872 -8445 www,pbworld.com Dear Mr. Emmrich: The daily reports documenting the effects of inclement weather have been evaluated for the period beginning 08/1/2016 through 08/31/2016. It has been determined that eleven (14) calendar day(s) meet the criteria established by the contract for granting additional contract time due to the effects of inclement weather. Therefore, eleven (14) contract day(s) will be added to the total authorized contract time. • August 2 nd — Excessive wind • August 3` — Rain • August 8` — Rain/T- Storms • August 9` — Rain/T- Storms • August 10` — Rain/T- Storms • August 16` — Rain/T- Storms and excessive wind • August 17 — Rain/T- Storms • August 18` — Rain • August 23` Rain • August 24` — Rain/T- Storms • August 25' — Rain/T- Storms • August 29 — Excessive wind • August 30` — Excessive wind and rain • August 31 — Excessive wind and rain Your company has ten (10) days from receipt of this notice to appeal the number of days granted herein. Any such appeal must be accompanied by all available specific facts that support your position. Failure to make an appeal or to provide the specific facts supporting your positions within ten (10) days from receipt of this notice shall constitute a waiver of any rights to appeal the Department's decision at a later date. Should you have any questions, please contact me. 850 -567 -0668 Sincerely, PARSONS BRINCKERHOFF Pomsit Chakkaphak P.E. SR. Project Engineer DCN: PBA -CO031 PB File: 101.2 : E as 'tea # �l _ 0 1 Al a October 2, 2016 Mr. Martin Emmrich Card Sound Bridge Repair Project Subject: Adjustment to Contract Time for the Effects of Inclement Weather (September 1, 2016 — September 30, 2016) Financial Project No.: 431917 -1 -3801 FDOT Contract No.: G0320 One Penn Plaza New York, NY 10119 Main: +1- 305 - 972 -8445 www.pbworld.com Dear Mr. Emmrich: The daily reports documenting the effects of inclement weather have been evaluated for the period beginning 09/1/2016 through 09/30/2016. It has been determined that eleven (10) calendar day(s) meet the criteria established by the contract for granting additional contract time due to the effects of inclement weather. Therefore, eleven (10) contract day(s) will be added to the total authorized contract time. • September I" —Excessive wind • September 2 "d — Excessive wind • September 6` — Excessive wind and T- storms • September 7` — T- storms • September 9 — Excessive wind and T- storms • September 13` — Excessive wind • September 20' — Excessive wind and T- storms • September 22 " — T- storms • September 27 — Excessive wind and T- storms • September 30` — T- storms Your company has ten (10) days from receipt of this notice to appeal the number of days granted herein. Any such appeal must be accompanied by all available specific facts that support your position. Failure to make an appeal or to provide the specific facts supporting your positions within ten (10) days from receipt of this notice shall constitute a waiver of any rights to appeal the Department's decision at a later date. Should you have any questions, please contact me. 850 -567 -0668 Sincerely, PARSONS BRINCKERHOFF my Pomsit Chakkaphak P.E. SR. Project Engineer DCN: PBA -CO032 PB File: 101.2 December 14, 2016 Mr. Martin Emmrich Card Sound Bridge Repair Project Subject: Adjustment to Contract Time for the Effects of Inclement Weather (October 1, 2016 — October 31, 2016) Financial Project No.: 431917 -1 -3801 FDOT Contract No.: G0320 One Penn Plaza New York, NY 10119 Main: +1- 305 - 872 -8445 www.pbworld.com Dear Mr. Emmrich: The daily reports documenting the effects of inclement weather have been evaluated for the period beginning 10/1/2016 through 10/31/2016. It has been determined that thirteen (13) calendar day(s) meet the criteria established by the contract for granting additional contract time due to the effects of inclement weather. Therefore, thirteen (13) contract day(s) will be added to the total authorized contract time. • October 3 rd — Excessive wind • October 5` — Effects of Hurricane Matthew • October 6' — Effects of Hurricane Matthew • October 7 th — Effects of Hurricane Matthew • October 11 — Effects of Hurricane Matthew and excessive wind • October 12 — Excessive winds and seas • October 13 — Excessive wind and rain • October 14 — Excessive wind • October 17 — Excessive wind • October 18 Excessive wind and rain • October 19 — Excessive wind and tide • October 20 — Excessive wind, tide and rain • October 31"— Excessive wind and rain Your company has ten (10) days from receipt of this notice to appeal the number of days granted herein. Any such appeal must be accompanied by all available specific facts that support your position. Failure to make an appeal or to provide the specific facts supporting your positions within ten (10) days from receipt of this notice shall constitute a waiver of any rights to appeal the Department's decision at a later date. Should you have any questions, please contact me. 850 -567 -0668 Sincerely, PARSONS BRINCKERHOFF Pomsit Chakkaphak P.E. SR. Project Engineer DCN: PBA -CO037 PB File: 101.2 DARSONS N Arm" BRINCKERHOFF One Penn Plaza New York, NY 10119 Main: +1- 305 - 872 -8445 www.pbworld.com January 4, 2017 Mr. Martin Emmrich Card Sound Bridge Repair Project Subject: Adjustment to Contract Time for the Effects of Inclement Weather (November 1, 2016 — November 30, 2016) Financial Project No.: 431917 -1 -3801 FDOT Contract No.: G0320 Dear Mr. Emmrich: The daily reports documenting the effects of inclement weather have been evaluated for the period beginning 11/1/2016 through 11/30/2016. It has been determined that twelve (12) calendar day(s) meet the criteria established by the contract for granting additional contract time due to the effects of inclement weather. Therefore, twelve (12) contract day(s) will be added to the total authorized contract time. • November 1" — Excessive wind • November 9`" — Excessive tide • November 10'" — Excessive tide • November 11 th — Excessive tide • November 14` — Excessive tide • November 15 — Rain • November 16` — Excessive tide and wind • November 17 — Excessive tide and wind • November 21" — Excessive tide • November 22 — Excessive tide • November 29 — Excessive wind and rain • November 30"' — Excessive wind and rain Your company has ten (10) days from receipt of this notice to appeal the number of days granted herein. Any such appeal must be accompanied by all available specific facts that support your position. Failure to make an appeal or to provide the specific facts supporting your positions within ten (10) days from receipt of this notice shall constitute a waiver of any rights to appeal the Department's decision at a later date. Should you have any questions, please contact me. 850 -567 -0668 Sincerely, PARSONS BRINCKERHOFF Pomsit Chakkaphak P.E. SR. Project Engineer DCN: PBA•CO038 PB File: 101.2 1 BRINCKERHOFF One Penn Plaza New York, NY 10119 Main: +1- 305 -872 -8445 January 10, 2017 www.pbworld.com Mr. Martin Emmrich Card Sound Bridge Repair Project Subject: Adjustment to Contract Time for the Effects of Inclement Weather (December 1, 2016 — December 31, 2016) Financial Project No.: 431917 -1 -3801 FDOT Contract No.: G0320 Dear Mr. Emmrich: The daily reports documenting the effects of inclement weather have been evaluated for the period beginning 12/1/2016 through 12/31/2016. It has been determined that six (6) calendar day(s) meet the criteria established by the contract for granting additional contract time due to the effects of inclement weather. Therefore, six (6) contract day(s) will be added to the total authorized contract time. • December l s — Rain • December 2 "d — Rain • December 5 th — Excessive wind • December 6th — Excessive wind • December 81h — Rain • December 14 - Rain Your company has ten (10) days from receipt of this notice to appeal the number of days granted herein. Any such appeal must be accompanied by all available specific facts that support your position. Failure to make an appeal or to provide the specific facts supporting your positions within ten (10) days from receipt of this notice shall constitute a waiver of any rights to appeal the Department's decision at a later date. Should you have any questions, please contact me. 850 -567 -0668 Sincerely, PARSONS BRINCKERHOFF l Pomsit Chakkaphak P.E. SR. Project Engineer DCN: PBA -CO041 PB File: 101.2 One Penn Plaza New York, NY 10119 Main: +1- 305 - 872 -8445 www,pbworld.com June 7, 2016 Mr. Martin Emmrich Card Sound Bridge Repair Project Subject: Adjustment to Contract Time for Suspension of Operations during Holidays (May 30, 2016 — Memorial Day) Financial ProjectNo.: 431917 -1 -3801 FDOT Contract No.: G0320 Dear Mr. Emmrich: The effects of suspension of work have been evaluated for the period beginning May 1", 2016 through May 31", 2016. It has been determined that a total of one (1) calendar days meet the criteria established by the contract specifications for granting additional contract time due to the effects of holiday suspensions. The effective days suspended include the day of May 30` 2016. As outlined in Specification Sub article 8 -6.4, the Daily Reports documenting the holiday period referenced above have been evaluated. It has been determined that one (1) calendar days meet the criteria established by the Contract for granting additional time due to the suspension of operations for this holiday period. Pursuant to Specification Subarticle 8- 7.3.2, one (1) Contract days will be added to the total authorized Contract Time. Your company has ten (10) days from receipt of this notice to appeal the number of days granted herein. Any such appeal must be accompanied by all available specific facts supporting your position. Failure to make an appeal or to provide the specific facts within ten (10) days from receipt of this notice shall constitute a waiver of any rights to appeal the Department's decision at a later date. Should you have any questions, please contact me. 850 -567 -0668 Sincerely, PARSONS BRINCKERHOFF Pomsit Chakkaphak P.E. SR. Project Engineer DCN: PBA -CO022 PB File: 101.2 1 T#TIL 1 4 �2 One Penn Plaza New York, NY 10119 Main: +1- 305 - 872 -8445 www.pbworld.com August 9, 2016 Mr. Martin Emmrich Card Sound Bridge Repair Project Subject: Adjustment to Contract Time for Suspension of Operations during Holidays (July 4, 2016 — Fourth of July) Financial Project No.: 431917 -1 -3801 FDOT Contract No.: G0320 Dear Mr. Emmrich: The effects of suspension of work have been evaluated for the period beginning July 1 ", 2016 through July 31 ", 2016. It has been determined that a total of one (1) calendar days meet the criteria established by the contract specifications for granting additional contract time due to the effects of holiday suspensions. The effective days suspended include the day of July 4' 2016. As outlined in Specification Sub article 8 -6.4, the Daily Reports documenting the holiday period referenced above have been evaluated. It has been determined that one (1) calendar days meet the criteria established by the Contract for granting additional time due to the suspension of operations for this holiday period. Pursuant to Specification Subarticle 8- 7.3.2, one (1) Contract days will be added to the total authorized Contract Time. Your company has ten (10) days from receipt of this notice to appeal the number of days granted herein. Any such appeal must be accompanied by all available specific facts supporting your position. Failure to make an appeal or to provide the specific facts within ten (10) days from receipt of this notice shall constitute a waiver of any rights to appeal the Department's decision at a later date. Should you have any questions, please contact me. 850 -567 -0668 Sincerely, PARSONS BRINCKERHOFF Pomsit Chakkaphak P.E. SR. Project Engineer DCN: PBA -CO026 PB File: 101.2 One Penn Plaza New York, NY 10119 Main: +1- 305 - 872 -8445 www.pbworld.com October 2, 2016 Mr. Martin Emmrich Card Sound Bridge Repair Project Subject: Adjustment to Contract Time for Suspension of Operations during Holidays (September 2 - 5, 2016 — Labor Day Weekend) Financial Project No.: 431917 -1 -3801 FDOT Contract No.: G0320 Dear Mr. Emmrich: The efrcets of suspension of work have been evaluated (or the period beginning September 1", 2016 through September 30 ' 2016. It has been determined that a total of one (1) calendar days meet the criteria established by the contract specifications for granting additional contract time due to the effects of holiday suspensions. The effective day(s) suspended include the day of September 5 2016. As outlined in Specification Sub article 8 -6.4, the Daily Reports documenting the holiday period referenced above have been evaluated. It has been determined that one (1) calendar days meet the criteria established by the Contract for granting additional time due to the suspension of operations for this holiday period. Pursuant to Specification Subarticle 8- 7.3.2, one (1) Contract days will be added to the total authorized Contract Time. Your company has ten (10) days from receipt of this notice to appeal the number of days granted herein. Any such appeal must be accompanied by all available specific facts supporting your position. Failure to make an appeal or to provide the specific facts within ten (10) days from receipt of this notice shall constitute a waiver of any rights to appeal the Department's decision at a later date. Should you have any questions, please contact me. 850 -567 -0668 Sincerely, PARSONS BRINCKERHOFF Pomsit Chakkaphak P.E. SR. Project Engineer DCN: PBA -CO033 PB File: 101.2 One Penn Plaza New York, NY 10119 Main: +1- 305 -872 -8445 www,pbworld.com December 13, 2016 Mr. Martin Emmrich Card Sound Bridge Repair Project Subject: Adjustment to Contract Time for Suspension of Operations during Holidays (October 25 - 28, 2016 — Fantasy Fest) Financial Project No.: 431917 -1 -3801 FDOT Contract No.: G0320 Dear Mr. Emmrich: The effects of suspension of work have been evaluated for the period beginning October 1", 2016 through October 31 st 2016. It has been determined that a total of four (4) calendar days meet the criteria established by the contract specifications for granting additional contract time due to the effects of holiday suspensions. The effective day(s) suspended include the days of October 25" — 28` 2016. As outlined in Specification Sub article 8 -6.4, the Daily Reports documenting the holiday period referenced above have been evaluated. It has been determined that four (4) calendar days meet the criteria established by the Contract for granting additional time due to the suspension of operations for this holiday period. Pursuant to Specification Subarticle 8- 7.3.2, four (4) Contract days will be added to the total authorized Contract Time. Your company has ten (10) days from receipt of this notice to appeal the number of days granted herein. Any such appeal must be accompanied by all available specific facts supporting your position. Failure to make an appeal or to provide the specific facts within ten (10) days from receipt of this notice shall constitute a waiver of any rights to appeal the Department's decision at a later date. Should you have any questions, please contact me. 850 -567 -0668 Sincerely, PARSONS BRINCKERHOFF Pomsit Chakkaphak P.E. SR. Project Engineer DCN: PBA -CO036 PB File: 101.2 lop 14-2,2 .� One Penn Plaza New York, NY 10119 Main: +1- 305 - 872 -8445 www.pbworld.com January 10, 2017 Mr. Martin Emmrich Card Sound Bridge Repair Project Subject: Adjustment to Contract Time for Suspension of Operations during Holidays (December 24th through December 31— Christmas Holiday) Financial Project No.: 431917 -1 -3801 FDOT Contract No.: G0320 Dear Mr. Emmrich: The effects of suspension of work have been evaluated for the period beginning December 1 2016 through December 3 V 2016. It has been determined that a total of eight (8) calendar days meet the criteria established by the contract specifications for granting additional contract time due to the effects of holiday suspensions. The e.flbct ve day(s) suspended include the days ol December 20 — 31 2016. As outlined in Specification Sub article 8 -6.4, the Daily Reports documenting the holiday period referenced above have been evaluated. It has been determined that eight (8) calendar days meet the criteria established by the Contract for granting additional time due to the suspension of operations for this holiday period. Pursuant to Specification Subarticle 8- 7.3.2, eight (8) Contract days will be added to the total authorized Contract Time. Your company has ten (10) days from receipt of this notice to appeal the number of days granted herein. Any such appeal must be accompanied by all available specific facts supporting your position. Failure to make an appeal or to provide the specific facts within ten (10) days from receipt of this notice shall constitute a waiver of any rights to appeal the Department's decision at a later date. Should you have any questions, please contact me. 850 -567 -0668 Sincerely, PARSONS BRiNCKERHOFF Pomsit Chakkaphak P.E.. SR. Project Engineer DCN: PBA -CO042 PB File: 101.2 MONROE COUNTY/ENGINEERING/ PROJECT MANAGEMENT CONTRACT CHANGE ORDER PROJECT TITLE: East Martello Museum ADA Upgrades CHANGE ORDER NO: 7 INITIATION DATE: 2/22/2017 TO CONTRACTOR: Barracuda Builders of Key West, Inc. 6601 3r avenue, Key West, FL 33040 The Contract is changed as follows: CONTRACT DATE: 3123/2016 The original (Contract Sum (Guaranteed Maximum Price) .............. ....................$149,780.00 Net change by previously authorized Change Orders ....................... .....................$53,290.50 The (Contract Sum) (Guaranteed Maximum Price) prior to this Change order was ... $203,070.50 The (Contract Sum) (Guaranteed Maximum Price) will be (increased) (decreased) (Unchanged) by this Change Order ....... $7,094.00 The new (Contract-Sum J (Guaranteed Maximum Price) including this Change Order is ...... $210,164.50 The Contract Time will be (increased) (decreased) (unchanged) by ......................7 Days The date of Substantial Completion as of the date of this Change Order is........... 3/17/2017 Detailed description of change order and justification: This change order is for a stacked reason N retaining wall. installation of a buttonwood tree, relocating a granite slab, leveling the round around the sally port and adding a 50/50 mix blend of dirt to various areas of the fort. This change Order is 04.73% of the original contract ,price. ARCHITECT: CONTRACTOR: DIRECTOR PROJECT MANAGEMENT: COUNTY/ASSISTANT ADMINISTRATOR: 07,-I ' P Date Date Date V CD Iq N 0 CD 00 N M CD I- CD N 0 CL 0 E U 2 El Change Order Attachment per Ordinance No. 004 -1999 9 Change Order was not included in the original contract specifications. Yes X No ❑ If Yes, explanation: Contractor was asked to provide by Project Management * Change Order was included in the original specifications. Yes ❑ No If Yes, explanation of increase in price: Change Order exceeds $25,000 or 5% of contract price (whichever is greater). Yes ❑ No If Yes, explanation as to why it is not subject for a calling for bids: Project architect approves the change order. Yes ® No ❑ If no, explanation of why: s Change Order is correcting an error or omission in design document. Yes ❑No Should a claim under the applicable professional liability policy be made? Yes ❑ No Explain: r k a' , a, a BARRACUDA B U I L D E R S OF KEY WEST, INC. COVER LETTER To: Monroe County BOCC Attn: Chris Rivera Email: rvera- ch ris moilfo ec,ourrty fi. ov Chris, Barracuda Builders of Key West, Inc. 5601 3rd Avenue, Key West, FL 33040 Florida License Number: CGC1521253 Ofc: (305) 396 -7752 Fax: (305) 396 -7832 Cell: (305) 747 -4637 Date: February 17, 2017 Proposal #: 17 -011a Project: East Martello Museum Change Order - Multiple Projects Per Information Bulletin #3 and per our Progress Meetings at the East Martello Museum, please find attached our Change Order Proposal for Multiple Projects Including: the Stacked Masonry Retaining Wall needed at the Courtyard, adding 50/50 Blend and a Buttonwood Tree, Relocating the Granite Slab, and Leveling the Ground at the Sally Port Entrance. This scope will take 7 days to accomplish. Please review these items and let me know if there are any questions or comments at this time. Respectfully, Bryan Wofsey Barracuda Builders of Key West, Inc. - President www.barracudabuilders.com 17 -011a East Martello Museum - Change Order Multiple Projects To: Attn Email Monroe County BOCC Date: February 17, 2017 Chris Rivera Proposal #: 17 -011a river- ch (;� unt y°fl. o Project: East Martello Museum Change Order - Multiple Projects Barracuda Builders of Key West, Inc. is pleased to quote the Sum of $7,416 to provide all supervision, labor, materials, tools, equipment and cleanup for the above referenced project. As per Information Bulletin #3 and our Weekly Progress Meetings; the following is a breakdown of the scope of work included in this proposal: Stacked Masonry Retaining Wall Hand Excavate and Stock Pile Existing Fill Material along Courtyard Stair Furnish and Install Approximately 9 LF by 2' tall of 11.63" x 7" x 4" Concrete Wall Block Note: In Stock Color Options Include: Limestone, Sand, or Peach Note: First (5) Courses to be Dry- Stacked with Top Course affixed with Sika Anchor Fix -2 Note: Face of Wall is Textured, Exposed End of Wall to have Smooth Surface Backfill and Compact behind New Retaining Wall Excludes: Decorative Cap, Concrete Footer, Landscape Replacement, Top Soil and Any Other Item NOT listed Timeline: Add 2 Business Days to Contract Time Add Buttonwood Top Soil Relocate Granite Slab & Level Ground Pickup and Plant (1) 25 gallon Silver Buttonwood at Gift Shop Entry (approximately 6' -8' tall when planted) Note: New Tree to increase safety by helping to reduce the risk of falling along the edge of the Gift Shop Note: Monroe County will be responsible to water and maintain the new Silver Buttonwood... Add 27 cubic yards of 50/50 Blend Soil /Fill throughout the GravelPave Walkway and at Gift Shop Entry Note: New Soil /Fill to increase safety by helping to prevent any slips /falls along the edge of the path Note: New Soil /Fill eliminates the requirement for a rail as the landing will be less than 30" above grade Relocate and Level existing Granite Slab at "Y" in the GravelPave Walkway Note: Monroe County will be responsible for relocating the woman sculpture... Level Ground at Sallyport Entrance to allow Iron Gate to Fully Open Timeline: Add 5 Business Days to Contract Time Accepted by: (Authorized Signer) Date: Barracuda Builders of Key West Bryan Wofsey, President Date: www.barracudabuilders.com 17 -011a East Martello Museum - Change Order Multiple Projects MW BARRACUDA B U I L D E R S OF KEY WEST, INC. Barracuda Builders of Key West, Inc. 5601 3rd Avenue, Key West, FL 33040 Florida License Number: CGC1521253 Ofc: (305) 396 -7752 Fax: (305) 396 -7832 Cell: (305) 747 -4637 SCHEDULE OF VALUES To: Monroe County BOCC Date: February 17, 2017 Attn: Chris Rivera Proposal #: 17 -011a Email: rive ra- h r is@ m Onroecount y- fl.,gov Project: East Martello Museum Change Order - Multiple Projects Schedule of Values Item $ Amount Materials Concrete Wall Block $ 140 Sika Anchor Fix -2 $ 70 (1) 25 gallon Silver Buttonwood $ 215 50/50 Blend (2 cy) $ 1,774 Stakes /Rope /Misc. $ 50 Labor Retaining Wall $ 1,680 Pick up and Deliver Tree $ 70 Plant Tree $ 140 Spread Siol /Fill $ 1,260 Relocate Granite Slab $ 420 Leve Ground at Sallyport $ 630 Subtotal $ 6,449 15% Overhead and Profit $ 967 T otal $ 7,416 / 7° 93 r k a a a a www.barracudabuiIders.com 17 -011a East Martello Museum - Change Order Multiple Projects MEMORANDUM TO: Board of County Commissioners From: Roman Gastesi County Administrator Date: March 1, 2017 RE. Change Orders Attached is a proposed Change Order #7 Barracuda Builders of Key West, Inc., East Martello Museum ADA upgrades, for a time extension of 7 days. The Contract Sum will be increased by $7,094.00. The date of Substantial Completion as of the date of this Change Order is March 17, 2017. According to Ordinance No. 004 -1999 adopted by the Board of County Commissioners, proposed change orders are to be presented to members of the Board of County Commissioners at least 24 hours prior to approval, assuming they are within the Administrator's prescribed limits. Change orders not within the Administrator's authority are placed on the BOCC agenda. Signature County Administrator - (W W Print ame RG /GG • ` «« • COUNTY/ENGINEERING/ MANAGEMENT CONTRACT CHANGE ORDER PROJECT TITLE: CHANGE ORDER NO: 3 Key Largo Park Residence Spalling And Deck Repair INITIATION DATE: February 24, 2017 TO CONTRACTOR: CONTRACT DATE: June 15, 2016 Greentech Group Solutions, LLC P.O. Box 504422 Marathon, FL 33050 The Contract is changed as follows: The original ( Contract Sum (Guaranteed Maximum Price) ................ .....................$82,000.00 Net change by previously authorized Change Orders ....................... .....................$25,607.16 The ( Contract Sum (Guaranteed Maximum Price) prior to this Change order was ...... $107,607.16 The ( Contract Sum (Guaranteed Maximum Price) will be (increased) (decreased) ( Unchanged ) by this Change Order — —..$00.00 The new ( Contract Sum (Guaranteed Maximum Price) including this Change Order is.................................................... ............................... . .......................... $107,607.16 The Contract Time will be ( increased ) (decreased) (unchanged) by ......................45 days The date of Substantial Completion as of the date of this Change Order is ........ March 31, 2017 Detailed description of change order and justification: This Chian e Order is to add 45 days to subst completion for additional work related to the demolition and construction of lateral faces Installation of flashing and dryer vents. This also includes time for additional survey needed to close out permit. This change Order is 0% of the on final contract rice. « « -« . 0 r- i F. liff ARCHITECT CONTRACTOR: DIRECTOR PROJECT MANAG COUNTY /ASSISTANT ADMINI,' Change Order Attachment per Ordinance No. 004 -1999 Change Order was not included in the original contract specifications. Yes ® No ❑ If Yes, explanation: Unforeseen work and surveys Change Order was included in the original specifications. Yes ❑ No If Yes, explanation of increase in price: Change Order exceeds $25,000 or 5% of contract price (whichever is greater ).Yes ❑ No If Yes, explanation as to why it is not subject for a calling for bids: Project architect approves the change order. Yes ❑ No If no, explanation of why: Architect has no continuing contract for this job. Change Order is correcting an error or omission in design document. Yes ❑No Should a claim under the applicable professional liability policy be made? Yes ❑ No M a a, a a Explain: Greentech Group Solutions, LLC CHANGE ORDER No 03 Project: Spalling Repair and Wooden Deck Replacement - 320 Laguna Avenue - Key Largo Owner: Monroe County Contractor: Greentech Group Solutions, LLC PO# : Contrat Agreement Original Purchase Order Amount..._ ......... ......... ......— ......... $82,000.00 Net Changes from Previous Change Orders .......................„ $25,607.16 Contract Amount prior to this Change Order ....................... $107,607.16 Net Increase / (Decrease) of this Change Order .... ............................... $ Contract Amount with all approved Change Orders .............. $107,607.16 hange Order Dese.r' tin ion Time Extesion - This change order is to add 30 Calendar Days for the additional scope of work related to the demolition and construction of lateral facials, installation of flashings, installation of dryer vents and Surveyour scope of work - -- - Item Description Quantity Unit Unit Value - -- Total Value I Time extension 45 calendar days I N,A $ $ New Substantial completion date 3/31/2017 Subtotal, `$ OU 7 $ TOTAL $ Net Total .................. .................. Total All other Terms and-Candifinas of le dainal Purchase Order Semain Unrlianged It is further understood and agreed that all terms and conditions of said Contract as it may herebefixe have been modified shall be and remain the same. This writing comprises the full and entire agreement between the parties affecting the work provided for herein. No other agreement or understanding of any nature concerning the same has been entered into or will be recognized. Contractor has made no inducements or representations to Subcontractor whatsoever except as expressely herein stated . No oral modification of this Change Order has any force of effect This Change Order authorization includes not only all direct costs of the subcontractor such as labor, material, job overhead, and proffi marked but also includes all costs for modifications or changes in sequence of work to be performed, delays, rescheduling, disruptions, extended direct overhead and general overhead, acceleration, material or other escalation which includes wages, and other impact costs. Change Order Amount $ - $ Accepted : Accepted Greentech Group Solutions, LLC Monroe County By : Date : By - Title ; Title ;. Date M r a a A l -1. M MEMORANDUM TO: Board of County Commissioners From. Roman Gastesi County Administrator Date: March 2, 2017 RE: Change Orders Attached is a proposed Change Order #3 Greentech Group Solutions, LLC, Key Largo Park Residence Spalling and Deck Repair, for a time extension of 45 days. The date of Substantial Completion as of the date of this Change Order therefore, is March 31, 2017. According to Ordinance 026 -1998 adopted by the Board of County Commissioners, proposed change orders are to be presented to members of the Board of County Commissioners at least 24 hours prior to approval, assuming they are within the Administrator's prescribed limits. Change orders not within the Administrator's authority are placed on the BOCC agenda. , rgature Administrator "In31W -�Ww, Print Name RG /gg ONR.OE COUNTY/ENGINEERING/ PROJECT MA NAGEMENT CONTRACT CHANGE ORDER PROJECT TITLE: The Redevelopment of Bemstein Park TO CONTRACTOR: Burke Construction Group, Inc. 10145 IVW 1,(Y ,fit Donal FL 33172 The Contract is changed as follows: The original (Contract Sum) (Guaranteed Maximum Price) ..... ............................$7, 921,975.00 Net change by previously authorized Change Orders ....................... ..................$(192,781.33) The (Contract Sum) (Guaranteed Maximum Price) prior to this Change order was ... $7,729,193.67 The (Contract _Sum (Guaranteed Maximum Price) will be increased (decreased) (unchanged) by this Change Order ......... $1,641.20 The new (Contract Sara) (Guaranteed Maximum Price) including this Change Order is ....,. ... ...... -- ........................................................... ............................... . $7 .87 The Contract Time will be (increased) (decreased) (unchanged) by ..............................0 Days The date of Substantial Completion as of the date of this Change Order is... Friday, July 14, 2017 Detailed description of change order and justification: CHANGE ORDER NO: 5 INITIATION DATE: January 21, 2016 CONTRACT DATE: April 20, 2016 ARCHITECT: William �9 a CONTRACTOR: David Mart DIRECTOR PROJECT MANAGEMENT: Doug Sposito COUNTY /ASSISTANT ADMINISTRATOR: Roman Gast Tony Bu 17 Wilson, Christine Hurley Date Change Order Attachment per Ordinance Flo. 004-1999 e Change Omer was not included in the original contract specifications. Yes ® No ❑ If Yes, explanation: Change was requested after the acceptance of the contract for the Park. e Change Order was included in the original spedfications. Yes ❑ No If Yes, explanation of increase in price: e Change Order exceeds $25,000 or 5% of contract price (whichever is greater).Yes ❑ No If Yes, explanation as to why it is not subject for a calling for bids: e Project architect approves the change order. Yes ® No ❑ If no, explanation of why: e Change Order is correcting an error or omission in design document. Yes ❑No Should a claim under the applicable professional liability policy be made? Yes ❑ No Explain: M Prime Contract Change Order #012: Baby Changing Station TO: Monroe County Engineering FROM: Burke Construction Group, Inc. 1100 Simonton Street 10145 NW 19th Street Key West, Florida 33040 Miami Florida 33172 DATE CREATED: 2/21 /2017 CREATED BY: Armando Silveira (Burke Construction Group, Inc.) CONTRACT STATUS: Pending - In Review REVISION: 0 DESIGNATED REVIEWER: Armando Silveira (Burke Construction REVIEWED BY: Group, Inc.) DUE DATE: REVIEW DATE: INVOICED DATE: PAID DATE: SCHEDULE IMPACT: 0 days EXECUTED: No CONTRACT FOR: 1:Redevelopment of Bernstein Park TOTAL AMOUNT: $ 1,641.20 DESCRIPTION: Provide and install baby changing stations. ATTACHMENTS: A - 3.p df ,A 2,,t Ertl( -3 ti& _fit 2 _pj1 _11 . 1 1'14.p 1- 1eorizorlf f9 fl ail 3vit 1rt71cd �vrth Sksrralrwss 4 e1 v 11l er i i y CNtr rr i tf, ra. dff POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER: PCO # Title Schedule Impact Amount 012 1 Baby Changing Station 0 days 1,641.20 TOTAL: $ 1,641.20 CHANGE ORDER LINE ITEMS: PCO # 012: Baby Changing Station # Cost Code Description Type Amount 1 10 -170 - TOILET ACCESSORIES Baby Changing Stations Materials $ 1,092.00 2 09-250 - DRYWALL Add Backing for baby changing stations Subcontractor S400.00 Subtotal: $1,492.00 Overhead: 5.00% on all line Rem types 74.60 Prof t: 5.00% on all line Item types 74.60 Grand Total: $1,641.20 , a r . a ' , Burke Construction Group, Inc. page 1 of 2 Printed On: 2/21/ 2017 11 :19 AM Mardale Specialties Direct authorized officer Initials: "Please respond quickly as no material can be released for fabrication or delivery until we are notified in writing through proper contract documentation" The above price and specifications of this change order are satisfactory and hereby accepted by customer: Date of Acceptance Contractor Authorized Signature 4101 NW 124th Avenue C /O #: Coral Springs, FL. 33065 Date: 2/20/2017 PH: 954 -510 -7700 Contractor: Burk_ a Construction Group Contr. Addr: Ift , rdale lal , a Dhvat Ina R.10 -2016 Fax/Email: Job#: 16114 Addendums: Original Contract Date: CHANGE ORDER RE UESTJ JOB NAME: Bernstein Park DESCRIPTION TOTAL ADD: $1,092.00 TOTAL DEDUCT: Description l: Add (4) Baby Changing stations Material & Installation: $ 1,092 Description 2: Material & Installation: $ Description 3: Material & Installation: $ CL L L Material & Installation: $ - Material & Installation: $ - rd Material & Installation: $ Description 7: Iq CD Iq Material & Installation: $ - Description 8: Material & Installation: $ CD - rd Description 9: C14 Material & Installation: $ tf - o Description 10: CL Material & Installation: $ - Description 11: Material & Installation: $ Description 12: ca Material & Installation: $ - Mardale Specialties Direct authorized officer Initials: "Please respond quickly as no material can be released for fabrication or delivery until we are notified in writing through proper contract documentation" The above price and specifications of this change order are satisfactory and hereby accepted by customer: Date of Acceptance Contractor Authorized Signature 19 "/16" (489 mm) amor MY6p.nS 0 1 d io"enims W lon amadIM y - -- - 16„ - (406 mm) (140 mm) 4% „ 0 (114 mm) 42'/4" (1073 mm) ° - - from top mounting hole to floor (95 mm) Floor 353 /16" (894 mm) 22'/4' (565 mm) 44" (1118 mm) 33 23'/16„ from floor to (838 mm) 29 , x „ (589 mm) handle area ocaled on both 283/," to changing surface (743 mm) sides of unit (730 mm) from bottom of bed to floor from bottom of dosed be 1 d to floor Floor INSTALLATION: To ensure proper installation and compliance to building codes, it is recommended that a qualified person or carpenter perform the installation of the unit. The unit must be properly installed onto a permanent wall that is capable of supporting significant weight and can accommodate the supplied installation hardware. The Koala Baby Changing Station meets ADA regulations when properly installed. Installer should account for the space that a unit occupies when in the down position and with the caregiver (whether standing or seated) in front of the unit. Locate the unit so that paths of travel are maintained around it when being used. Drilling holes and mounting the station: 1. Remove changing station from the shipping container and check for any freight damage. If damage is found, please call Koala Kare Products' Customer Service at 888.733.3456. Remove "Installation Kit" and "Operator Kit" from box. Please give "Operator Kit" to facility manager or operator. Box should contain two pieces: the bed and metal mounting chassis and the wall mount liner dispenser. Identify the best location for installing the unit. 2. Standard Installation- Remove the bed and chassis from the box and select the wall area where the unit will be installed. Make sure you have taken into consideration the operating clearance of 9 1 /2" (241 mm) on both sides of the exposed chassis and 23 3/16" (589 mm) from wall surface when open. Measure from the floor 42 1 /4" (1073 mm) on stud center and mark the wall. The mounting holes are designed for 16" stud centers. Ensure the locations you have marked for the mounting holes are level before drilling. Drill pilot holes for keyhole mounting using a 1/8" regular drill bit. Masonry or Tile over Stud Wall- Use a 7/32" (6 mm) masonry drill bit for the pilot hole until you hit the stud. Change bit to 1/8" (3 mm) regular drill bit. Metal Stud or Concrete Block- If the wall has wood studs that are not on 16" (406 mm) centers, has metal studs or an underlying surface of concrete block, drill with a 1 /2" (13 mm) masonry bit. (You may have to purchase toggles before installing.) You must allow a minimum of inside wall space for toggles to turn depending on toggles used. Insert and tighten toggles. 3. Screw two of the mounting screws into the pilot holes leaving 1 /4" (6 mm) exposed to allow keyhole slots to be easily mounted over the screw heads. Place chassis over screws. After securing the unit using the keyhole slots, verify that the unit is level. Tighten top two screws so that they are flush with the wall. Use the four lower holes as a guide to mark and drill pilot holes. Use remaining four screws and four washers to complete installation of bed and metal mounting bracket. Insert washers over lower four screws. All SIX screws and four washers must be mounted to the chassis. 4. Ensure liner dispenser is free from damage. Remove key, unlock, and open liner dispenser lid. This will expose liner dispenser mounting holes. Line up dispenser mounting holes onto chassis and secure with the four screws provided. Close and lock the liner dispenser door. 5. Remove protective covering from stainless steel on the front of unit. Going with the grain, use a stainless steel cleaning product and cotton rag to remove any residue that may remain. 6. Clean work area and inspect unit to ensure it opens and closes smoothly. Give Operator Kit and key to the facility operator. Replacement parts and additional liners can be purchased from your local distributor or by calling Koala at 888.733.3456 or 303.539.8300. The illustrations and descriptions herein are applicable to productian as of the date of this Technical Data Sheet. The manufacturer reserves the right to, and does from time to time, make changes and imam vements in designs and dimensions without notice. Koala Kare Products 1 6982 S Quentin St. I Centennial, CO 80112 Toll Free: 888.733.3456 1 303.539.8300 I Fax: 303.539.8399 www.koalabear.com P/N AB006 May 2012 Packet ',Pg. 823 �§77 O fir I It tin p , r li t aim CA gi JIB, JIM If - — --- - - ^. I ., . ....... .. -__- - - 0I 13 rL rL o --------- - a. 00 E n Z w LLI M a a sT F, ° � i i r a 4 t II x li Ci g9� 0 F I lit _ lit 0 ®r p If _ z . y c � �, t Ak �..Sv .� -_ F• I — ""'.�'� �". Pram_ ' ....®...... ��� � � �� � � � � ; w 1 r r f � I i a - y L Rim .... , —El - n _.-------- .- ..�._... __ � El a M) o ra MEMORANDUM TO: Board of County Commissioners County _. Date: . 2017 Change Orders Attached is a proposed Change Order #5, Burke Construction Group, Inc., Redevelopment _ Contract The date of Substantial Completion as of the date of this Change Order is july 14, 1 According . Ordinance No. 004-1999 a...' • by proposed change orders are to be presented to members of the Board of County Commissioners at least hours prior to approval, authority Administrator's prescribed limits. Change orders not within the Administrator's - placed on _ BOCC agenda. Signature County Administrator 22 MI 423tf5 l Prinf Name RG /gg .M-.•NROE COUNTY/ENGINEERING/ PROJECT MANAGEMEN CONTRACT CHANGE ORDER i PROJECT TITLE: Construction of the Monroe County Fire Training Academy, Crawi Key, FL CHANGE ORDER NO.- 11 INITIATION DATE: February 23, 2017 TO CONTRACTOR: Pedro Falcon Electrical Contractors, Inc 31160 A venue C Big Pine Key, FL 33043 The Contract is changed as follows CONTRACT DATE: May 20", 2015 -7 V% * 11MIL-MM This change Order is 0. 11 % of the original contract pace, Not valid until signed by Owner, Architect if -applicable), and Contractor ARCHITECT William ate CONTRACTOR In Christian �s Date DIRECTOR PROJECT Doug I COUNTY/ASSIST. ADMINISTRATOR A jl-� IaT —I- 1`64Paste ate Kevin Wilson -Il �'n Christine Hurley 9 0�un �Minis raor Change Order Attachment per Ordinance No. 004 -1999 Change Order was not included in the original contract specifications. Yes ® No ❑ If Yes, explanation: Due to the obstructions and clearances in the original path of the electrical service FKEC required changes in the location of the main service disconnect to eliminate the issues. m Change Order was included in the original specifications. Yes ❑ No If Yes, explanation of increase in price: • Change Order exceeds $25,000 or 5% of contract price (whichever is greater).Yes ❑ No If Yes, explanation as to why it is not subject for a calling for bids: a Project architect approves the change order. Yes ® No ❑ If no, explanation of why: m Change Order is correcting an error or omission in design document. Yes ❑No Should a claim under the applicable professional liability policy be made? Yes ❑ No Explain: 31160 Avenue C, Big Pine Key, FL 33043 -4516 (305) 872 -2200 - Fax (305) 872 -2219 EC 13003416) CGC 1507617 www.pedrofalcon.com Request for Change Order Date submitted: 02/22/17 Project: Crawl Fire Acadm _ Change Order Request No: Sixteen Dear Mr. Yongue, Per RFI #40, we now have to move the main disconnect and the electrical meter to the south east corner of the building. We had already piped this service to the north east corner of the building per the Contract Documents. Now we have to remove and reinstall all the piping to the new location. This change in location will require additional time and effort, that we believe, are beyond our scope of work. This will required additional material and labor to move this piping to the south east face of the build. Therefore, we respectfully request a change order for this change in our scope of work. Our estimated cost for this change is listed below. We request a Change Order in the amount of $2,038.45. Please review and let me know as soon if we are to proceed with this change to not delay the work progress. Subcontracted Work Remove already installed pipe and layout reinstall piping at this new location. Labor: $1340.00 Materials: $80.63 Others: $75.00 Subtotal ..................................................... ............................... $1,495.63 SubcontractorOverhead @ 5% ................... ............................... .........................$74.78 Subtotal ................................ ............................... ......................$1,570.41 SubcontractorProfit @ 5% ............................. ............................... $78.52 SUBCONTRACTOR TOTAL ALL OF THE ABOVE FOR .................. $1,648.93 Project Coordination: 2 Hours @ $ 100 ............................................. ............................... $200.00 Subtotal ................................ ............................... ......................$1,848.93 Overhead@ 5% ............................................. ............................... .........................$92.45 Subtotal ................................ ............................... ......................$1,941.38 Profit@ 5% ............ ............................... .... ............................... $97.07 TOTAL ALL OF THE ABOVE FOR ................ ............................... $2,038.45 Permit Fees and Design Drawings are Not Included in this proposal. If additional permit fees are required the Owner is to reimburse all permit fees. Net Amount of Request for Change Order: .................. ........................ $2,038.45 Additional Time Requested for Change: No time extension requested. This proposal only encompasses the item(s) specifically outlined above and does not include any other items, whether stated or inferred, in any other documents. The terms set forth in this proposal shall have precedence over any other agreement and this proposal shall be included in any modification agreement. Respectfully Submitted, Christian Brisson Project Manager MEMORANDUM TO: Board of County Commissioners From: Roman Gastesi County Administrator Date: March 13, 2017 RE: Change Orders Attached is a proposed Change Order #11 Pedro Falcon Electrical Contractors Inc, Construction of the Monroe County Fire Training Academy, Crawl Key, FL. The Contract Sum will be increased by $2,038.45. The date of Substantial Completion as of the date of this Change Order is April 18, 2017. According to Ordinance No. 004 -1999 adopted by the Board of County Commissioners, proposed change orders are to be presented to members of the Board of County Commissioners at least 24 hours prior to approval, assuming they are within the Administrator's prescribed limits. Chan a orders not within the Administrator's authority are placed on the BOCC agenda. Signature County Administrator 11W W1 I- =-&-N—w-A RG /gg TO CONTRACTOR: CONTRACT DATE: June 15, 2016 Greentech Group Solutions, ILLC P.O. Box 504422 Marathon, FL 33050 The Contract is changed as follows� The original (Contract SLIM) (Guaranteed Maximum Price) ................ ................. .. $82,000.00 Net change by previously authorized Change Orders ..... ....... . ... ... ..... . . .......... $25,607.16 The (Contract Sum) (Guaranteed Maximum Price) prior to this Change order was ...... $107,607.16 The (Contract Sum) (Guaranteed Maximum Price) will be (increased) (decreased) (Unchanged) by this Change Order ....... $4,614,14 The new (Contract Sum) (Guaranteed Maximum Price) including this Change Order is .......................... ............................... ......................... ..... ...... $112,221.30 The Contract Time will be (increased) (decreased) (unchanged) by ......................0 days The date of Substantial Completion as of the date of this Change Order is ........ March 31, 2017 Detailed description of change order and justification: This chancie order is for added scope of work fte to unforeseen construction durilN the renovation. This change Order is 05.6% of the ori contra rice. . ... . ... Not valid until "Ll2 nod - by Owner if -applicable), and Contractor ARCHITECT: CONTRACTOR: DIRECTOR PROJECT MANAG COUNTY/ASSISTANT ADMIN1<1 Change Order Attachment per Ordinance No. 004 -1999 • Change Order was not included in the original contract specifications. Yes'] No [] If Yes, explanation: Unforeseen work during the remodel. • Change Order was included in the original specifications. Yes [] No [] If Yes, explanation of increase in price: • Change Order exceeds $50,000 or 5% of contract price (whichever is greater).Yes [X] No [_] If Yes, explanation as to why it is not subject for a calling for bids: Contractor was already on site and completed work during the project and the change order was not over $50,000.00 • Project architect approves the change order. Yes [7 No `> If no, explanation of why: Architect has no continuing contract for this job. • Change Order is correcting an error or omission in design document. Yes ❑No Should a claim under the applicable professional liability policy be made? Yes ❑ No DK Explain: 07s't ) 7 0 5 .9 - 7 -, 1' 0 #, 10, V - g17 0 Z.0 I s 10 NARAM(N HOlIF- DU (305)2ff) 1966 e!5 iti 0Vl-'l', 111GHWAY 63(12 00(0? 801 ) PH EA%HER DOMS IX'd 12 1 1YI PT Gc lw"Hck� - ll-11 F I I j Vol 97 11001B92 749 US I H I RN H -A 0 1/' "X4'X8' IJSG U1 [RAl I (il fl bkYWA! I NWWAB 272AS (. 915 leiO 19/.1! i,'OG 19/32" d'XS' T1 - II W'(,X; S I I H NG ZAG? &i mo 07 (0 090Q94,3977d IX8 P1 Q 1)(B-121`1' Pl' GC 10.97 32 91 88H, DOORI OCK k 6 SEC BAI ROA F H I RY SA HN N1 4:K 00.87 12 01%0=8 WOV K %! U.' ,)I- f- KH 54 , 01 92 111. 24 02W%9AM3 NMQ W&V -A- OUAD W31,1MOPR, SOU'! SHkil GRAY 10 0Z 8@T 98 A? A CD I;310007290/ GA1-VWAH�. A„ C WASHER CUT 3/8 Glki V ljog (Ifj( D'o'' j 1. c �)) 2WI7.98 15. �)6 20 2 1. o16 . GA 21D 2" X UJ (AV ONG PLS I I 070798180)ld AGRYL, CAU! K A Nfx Rus wHTlF W-1 Oz 122 TS 68 11 04 1 19 86, 0 59E 1AX 128 99 CL TOTM Sl 8 8�,� XKKXXXXXXXMVl924 101F DEP01 1 8") , Ah'llf GOlf. 026137 0 to E IIIIIIiEIIIl III( I�I�I��il1i l��li�lii�lf��lilllll� 6302 02 80149 01/26/2017 7363 RETUR11 POLICY DEFINITIONS 1 Tcy 11) DAYS PU RN Fmqws ON A 11 365 01/26/2018 Hll. HOMF DEFOf fHl.. RIGIfl M I T M I T / DENY RFI'URN, P1 F-'Kk Sl:E I, HU REI URN POI. ICY SIGN Tiq S" TOK-"') FOJt DETAIB BUY ONI-INE PICK.-UP IN SR)R[ AVAII Affil NOW ON l 10MEDEP0 .(..`OIL. CONVENIENT, FASY AND M05! ORr,if-J)'3 READY IN LESS THAN 2 HOURS! f -: VJI I F f; F 0 R A CA - I Pt r%1 C.. F: T C) W.1 PA A , () C.) C) t k )IKIF I .) E F:' 0 f (' T F" T C'Akl ! t,l I u"� ab')u t youl ,vtoi t � V ":3 i t Complete w short wvov and i'1111 (fl' i.i Ghdll(:(: Iii Whl f11: mvw ve y I%Fil Packet Pg. 834 m = Q p M a U = M 0 in Cr 0. -j C /) E� o0 (0 (o °� WWti mp 00 F- W w� r r CL W : z -Z Y a. cn WIZ O< Wow 30 Zd a (0 z in 00 -4 00 -4 LL a s coo �" o `I C� M U� M LO as pM p u �# z � Q LLI 'O w o a N o 'A Y x Q O ' o Q CL ®r s N w p, W� z w W p Q M M N Q a n CA h" a- -L LL m p N IN � Z ,, ��_ a LO rL Z U O ~ 0 4 � wM 0� U Ln Q M O) v // 1 ( t U � e° U) L[7 LIJ V r M ozoa J h d �- U) [g c W L H U j Q ...1 LZ z v o O F- L) H V, O U) F ° , J M , Q v� N O G O 0111 �' v m = Q p M a U = M 0 in Cr 0. -j C /) E� o0 (0 (o °� WWti mp 00 F- W w� r r CL W : z -Z Y a. cn WIZ O< Wow 30 Zd a (0 O�� 2 �� O r N LL a s coo �" o Q C� JCL W as Y p u �# z � Q LLI 'O w o a �� LU _ y N Y x Q O ' 0 Q CL O O p, W� o W p Q M M N Q aw u Y z a -L LL m p N IN � O� v- Z CL LO LO z Z U O ~ 0 4 OZp o O Q wM N ALL U Ln Q Q Q F - LLf c0 W F U) N U w Z r w U7 �w w co �d CV CO Cp r- X O U X N X N U O N N p Y cam\ (0 (o °� ° r r CL CL a. cn N (0 '..... r- r N 0 C� JCL as p m J d � Q LLI Y- r �� a a �� o o x Q O ' 0 F` O p, N N W r Q z ce7 s` LO r: rn p Y r r CL CL a. cn N (0 '..... r- r N N N N JCL as p N N LLI Y- r 0 (r O p, N N W r Q z J D LL O d CL k M d �r LO r- (0 N X O X X d X a Z) zX O x _� Q X 0 0 O X U ') Z Y r Q 0 m co M 0 2i L W X M a a a Aw,,Z,Ai14t 6A-VIA16 8 7 0 1- 1_(P)DA CITY ��')ORI- 08(1,`:.1.3 IM/li MANAGM ()';4A Ni DO/ 63 OO(jo2 63(b9 WAKA. r' 06:5i: AM CASI ii FRI Ai [ A 090491a10110 M1-8 P1 %V IM--ffi PT (.,(,: WLAIHLPSHJH� 910 017563`106 RMOKPIU418 - 030 Kf: BAI I W';'! 2053,98 0991:37261606 AF GM IX5 - ANGLF PLASH GM 2G ) 30 SUBT01 AL I "-)el . 99 SAL Ef.3 I AX 113.65 IWAI A; 2 () 8 , 6A. Hollf. Dff 0 04 AU I H ("i :A. i A I IIkII�fl�IIUIII , IIIIIIIII 1i ;INItlhIII�,I P I� RPURN POLICY Of 1N1 I IONS POL ICY ID DW POLICY ExPird-S ON A 11 365 02/06/201F, f Ht*.- I IOMI " DI * I- RESHVI'S THE RIGHT 10 I IMIT / DF�Y RETURNS. PL ASE WE PI URN POLICY SIGN IN S10m. r:or? DE'TAP-� BUY OM ENE PI'O(-IJP IN SWRI: AVAILAB11 (%low ON I XON. CONWINIF.'N' , EASY AND MMT ORDERS READY IN LF.'SS RIAN 2 HOURS! A: ww A! WWWIXX'R * k:t*. ww'A'K* WW WW WW*W W RX'• F OR A CHANG'I TO I I LIG EA)01-11 your store v i s i t Complete our short survev and on ter for achanceto win at: mochome"kA)m con0;L11 01,1:.(. - . )FZTLJN'1r.,')AQ CIE L Z - A ANA "I'AF,JE 'I DE RIEGAL-0 LR.'-" TVAD D E V- 4 . 0 (") 0 Y ('Omjmrta su Opinion! comple'(e ICA 1['rev, Leriga lei oj. (k, ia, m"im. I lomedepa c I rVey k0 r . • Of �;uf'c;'IE60 rl i:110 IF.) Oi o1clu'. to onter. "3ee 10 NO JXII Packet Pg. 836 SUPERIOR ELECTRIC (If thi Florid a Kv S, l ate [AU GI'Cell(Uh GI.OL11) SOILIdOM. 1,1,(" attm '111,111 143 SiOUX `ill' CI Taverniei% FL 33070 Invoice Date Invoice # 17 09 .Job Address 1{Cy Largo - spallin") IN/im 100 Quantity Item Code Description Price Each Amount 5901 Furnishing and instalkition ol ;%N i1,:-11 1,00 3 33­1 (Ire 16 ... Pre-1 ( 11"fomer Discount 10.00 - 3 33 . 3 3 Relocate bathroom switches ax 22,50 Total 50,00 3 2 5, 0 Phone# Fax # E-mail 305-396-,1•40-1 305-743-0290 'M1J)C?VieCL1 ickQ� wlaol,com More saving More doing," ��00' HARWHON HOMF DFPOI C,305)289 VA.',(.� OVI-IN:AS 11101WAY (W.-N[IT 1'I.741 A 09N89439316 2XI 10 1 21" , A> 2*1 104 1 II)PRIME. N (3c wl.'fillll R RIAM-LD � � 3106.67 ' ',?0, 01 0 0 !1)(G0f5f)P'fP <A C CL 14IN X BEADE'l) MUM l')U11 1 1 ( (1) 20 7. 7,3 1 1 46 L iiJ 1 5 , 1 1 13t)11'11 WAIF.1 <A: : :3 3t3id 1!2 LITIT WATER 26FIR E E /0 )63W.1669 PAPI.' CONN <A> 0 0 RIAPTD fiff 13 SFI I CONGRI'l 1: 1 11 X ( (1) 41@9 98 J J9 92 t tm 131 ',') 1 90,3101:3 3PKAPU V, <A- 9 9 tits FIRM GlIfil 3 PAG HIGH I)FIX Gt ( (M u 161 7(l*,3 7 16 / I (A:f 'I AP F - -A , 1 1.(),31 U U FAI Ho' (APl- - MEASt INN., Vl/bl M M. A P, M Q R, G, t 15 2 4 1 ZA) /I b el',.) I'M KN IfL A'• 9 9 1 F I" I:ASMACK M ll 1 1Y i i� I E V V 013069931886'3 CONNER BRX!T- 'A BPACF, CORM"R 5" GAI V %J. ik3 1 1�i go V V 0900-)110398 DO 12 PT 4- 1X4 121: PT GC Wf-,A­IjLJEfd',tl.jjA. I1 0 04 1 0@5 .9'7 5 59 70 W'i(120692310t3 W'KJ,J'-KJQ(.iELB 'A> 0 00 V ROUND `fit DEG A11) 0,130W m 04 203.93 7 7.96 [.89"X50YO 322 AIUMNOM FON I I Al I C CD c 036192200243 ITTURN AIR -A- 0 04 U"96 Wil ITIORN A GRIA f f13 Fsf.IG .11 " "All, 16 0 0 0 DUN) BOX IA- C CL j : a Q I Zi . 50 0 GI H HEX BOI,1 0 3/t*1 16"X(i` HEX 1301-1 HDG(CHJ) 16(v 1.41 i i2 5(1 SUBTOI AL_ T T.17 15 E E SALFS TAX 2 25.0 = = TOTAL 0 062 19 XXXXXXXXXXXX HOME DEPOI AUTH COOT 001261/1021209 T TA < < Illlllfl 5012 RETURN POIJOY O INITIONS, POL ID DAYS P01,TCY F.XPr.Rf ON A 11 365 02/(71/201§ 1 111: : HOW DEPOT Wst ITIF RIGH'I 10 SR 'flif PENRI POLICY si(if%i fM SWRIS FOR 0 1-.' I'A I I - S,' 11UY ONL INE PICK - IN AVAILABLE NOW ON HOKEDEID01 .COPT a ONVQIf FIq1 , E ASY ANP 1 OREA R' READY IN LESS I'HAW 2 HOURSl P* * k* A ww*'M Y✓. A C- teNN("i t, J( imf f ) F F. 0 T Packet Pg. 3(9/2017 Bank of America I Online Banking I Accouats I Acmiril Details I Account Activity Bankof America lusiness Advantage Chk - •495: Account Activity Transaction Detai i Check number: 00000005522 Post date: 12/06/2016 Type: Check Description: Check Merchant name: Check Transaction Cash, Checks & Misc: category: Im GREFNTECH GROUP SOLUTIONS, LLC 5522 PO 6 W' 60"22 MAMTHft Ft $3M4421 n-11 Deaf d-CTI / _ I'M 3q �d V" _0OLLARS V0055220 1:0630000471: B98034BL94951 M I LAC Checks I- V 00 N V CD Iq N 0 CD 00 N M CD CD ' c y N 0 CL 0 0 E 4� ittlas,,I)Secur e, ban koll ) er ic a.Cofn JM y "4CC ot 9ntW<1et SI(Jepo'q I IJS9�ard I r go?a(l x - 1"n voice march 7 2017 Prospect Surveying, LLC 6400 OVERSEAS HIGHWAY SUITE b Marathon, FL. 33050 305.587.4235 prospectsurveying(gagrriaill. corn Invoice No.: 17 -036 To: GREENTECH SOLUTIONS RE: 320 LAGUNA FEMA Quantity Description Unit Price Amount 1 FEMA $6cx1 Subtotal Sales Tax Shipping & Handling Total Due $600 Make all checks payable to: Prospect Surveying, LLC If you have any questions concerning this invoice, call: 305.587.4235 THANK YOU FOR YOUR BUSINESS! M a . a a . a MEMORANDUM TO: Board of County Commissioners From: Roman Gastesi County Administrator Date: March 13, 2017 RE: Change Orders Attached is a proposed Change Order #4 Greentech Group Solutions, LLC, Key Largo Park Residence Spalling & Deck Repair. The Contract Sum will be increased by $4,614.14. The date of Substantial Completion as of the date of this Change Order is March 31, 2017. According to Ordinance No. 004 -1999 adopted by the Board of County Commissioners, proposed change orders are to be presented to members of the Board of County Commissioners at least 24 hours prior to approval, assuming they are within the Administrator's prescribed limits. Change orders not within the Administrator's authority are placed on the BOCC agenda. RGlgg ONROE COUNTY/ENGINEERING/ PROJECT MANAGEMENT CONTRACT CHANGE ORDER PROJECT TITHE: CHANGE ORDER NO: 5 Key West Airport Customs Facility Phase II 3491 S. Roosevelt Blvd, Key West, FL 33040 INITIATION DATE: February 20, 2017 TO CONTRACTOR: CONTRACT DATE: November 17, 2015 OAC Action Construction, Corp. 12540 SW 130 Street, Suite 3 Miami, FL 33186 The Contract is changed as follows: The original (Contract Sum l (Guaranteed Maximum Price ) ............................. ..................$1,312,500.00 Net change by previously authorized Change Orders ... ............................... ....................$153.320.15 The (Contract Sum l (Guaranteed Maximum Price) prior to this Change order as . ..................$1,465.820.15 The (+Contract aum) (Guaranteed Maximum Price) will be (increased (decreased) (unchanged) by this Change Order ........ .$21,927.84 The new Contract Sure) (Guaranteed Maximum Price) including this Change Order is ......... $1,487,747.99 The Contract Time will be (increased) (decreased) (tmchanaed) by ..... ..............................0 Days The date of Substantial Completion as of the date of this Change Order is ..........................June 15, 2017 Detailed description of change order and justification: ARCHITECT: Dir. PROJECT MANAGEMENT: Doug Date COUNTY /ASSISTANT ADMINISTRATOR: I Romefn Gastesi Kevin Wilson Christine Hurley Change Order Attachment per Ordinance No. 004 -1999 e Change Order was not included in the original contract specifications. Yes ® No ❑ If Yes, explanation: Lightning protection was not included in the original design. Lightning protection is a requirement of the building code. Change Order was included in the original specifications. Yes ❑ No If Yes, explanation of increase in price: e Change Order exceeds $25,000 or 5% of contract price (whichever is greater).Yes ❑ No If Yes, explanation as to why it is not subject for a calling for bids: Project architect approves the change order. Yes ® No ❑ If no, explanation of why: Change Order is correcting an error or omission in design document. Yes ®No ❑ Should a claim under the applicable professional liability policy be made? Yes ® No ❑ Explain: Errors and omissions will be resolved with Architect at the end of the project. M m m r an A a� y o N O O f0 N C L o 0 a m CL a a Z LO i Corporate Office: Tampa Office: 3ONDED 2080 West Indiantown Rd. Ste 100 333 N. Falkenburg Road. Unit D -401 JUPITER, FLORIDA 33458 TAMPA, FLORIDA 33619 TELEPHONE: (561) 746 -4336 FAX: (561) 747 -8233 Protecting People, Property & Assets EMAIL: mail @bondedlightning.com YVEB: www.bondedlightning.com QUOTE #- 16-23130-28543 Irate: 1210712016 Expires: 02/0612017 Ref Specs: None Project: Key West International Airport Custons Terminal II Location: 3491 South Roosevelt Blvd Key West FL 33040 United States of America Customer_ OAC Action Construction, Corp Estimate Total: $750.00 New Addition - Design Drawings - Drawing: AVS $750.00 Notes 1) Price is for Design Drawings only_ ACCEPTANCE OF BID The above specifications, terms and contract are satisfactory and we hereby authorize the performance of this work. Si Date: Patrick C. Dillon. President Print Name: BONDED LIGHTNING PROTECTION SYSTEMS. INC. Company: Sonded Ughwing ProtaWon Systems, &= Standard Tema and Corm0ws of sale, dated 0=72015 apply and are kgwporelad by reference as part of th ?s quotarlon and any work resuainp from fhb quotadon. Should you need a copy please call 561- 748 -4338 or Wait o webslle at www bondeftWing comrlertm Page 1 of 1 Date: 11114!2016 Expires: o1i13i2017 Project: Key West International Airport Custons Terminal II Location: 3491 South Roosevelt Blvd Key West, FL 33040 United States of America Customer: OAC Action Construction, Corp New Addition - Drawing.• NIS r Tampa OIRc a= 333 N. Falkenburg Road. Unit D-401 TAMPA. FLORIDA 33619 FAX: (561) 747 -8233 WEB: www.bondedlichtning.com Ref Specs: None Estimate Total: $6,500.00 iQb00.00 Scope of Proposal 1) Price is based on utilizing class 1 aluminum lightning protection materials 2) Proposal includes all labor, materials, shipping, and shop drawings unless noted below 3) The lightning protection system will be installed per UL96A, LPI 175, and NFPA 780 lightning protection standards 4) Upon completion of the project, a Lightning Protection Institute (LPI -IP) inspection and certification will be provided Exclusions 1) All cutting and patching of concrete and/or asphalt is by others, if required 2) Any needed repairs to the existing lightning protection system are excluded from this proposal 3) Electrical Contractor to furnish and install approximately (80) of V PVC conduit 4) Please note that the existing lightning protection system must meet current UL96A, LPI 175, & NFPA 780 lightning protection standards in order to certify the entire lightning protection system 5) Price is based on adhering directly to the roof membrane and does not include furnishing and Installing any sacrificial roofing pads, pavers, membrane strips, etc. If required by the roofing manufacturer, approximately () are required 6) Roofing contractor to famish and Install all flashing and sealing for all roof penetrations 7) Surge Protection is excluded ACCEPTANCE OF BID The above specifications, terms and contract are satisfactory and we hereby authorize the performance of this worts. Signed: _ Date: Patrick C. Dillon, President Print Name: BONDED LIQHTNOVS PROTECTION SYSTEMS, INC. Company: Bardeen U Pmbwtbn sysra s. Inc Standard Tema and Cond,lions or sale; dotal llaft17rnlS apply and are Incorporated by retwenes as part of tlds qucbflon and any work raauwg from ws quotallark should yrnr need a copy pkwsa ce 561.7464358 gar Wsd our weWe at www.bordedNphbrbrp.conVIw a M a • a a . • a Page 1 of 1 Corporate Office: Tampa Office: 2080 West Indiantoam Rd. Ste 100 333 N. Falkenbtxg Road. Unit D-401 a,,ONDED JUPITER. FLORIDA 33458 TAMPA FLORIDA 33619 Protecting People. Property &Assets TELEPHONE: (561) 746 -4336 FAX: (561) 747 -8233 EMAIL: mail @bondedlightning.com WEB: www.bondedlightning.com QUOTE #: 17- 23130 -29085 Date: 0711412017 Expires: 04/15/2017 Ref Specs: None Project Key West International Airport Custons Terminal II Location: 3491 South Roosevelt Blvd Key West. FL 33040 United States of America Customer. OAC Action Construction, Corp Estimate Total: $4,500.00 Lightning Protection System at column line 8 ONLY 54.500.00 Drawing: NIS Scope of Proposal 1) Proposal includes an labor, materials, shipping, and shop drawings unless noted below. 2) The above price is based on reusing the existing lightning protection equipment 3) The existing ground system, consisting of the downleads and ground rods, for the lightning protection system must remain intact during the reroof process. Any needed repairs will be at an additional charge 4) The lightning protection system will be installed per UL96A, LPI 175, and NFPA 780 lightning protection standards. Exclusions 1) Any needed repairs to the existing lightning protection system are excluded from this proposal 2) Please note that the existing lightning protection system must meet current UL96A, LP1 175, & NFPA 780 lightning protection standards in order to certify the entire lightning protection system. 3) Price is based on adhering directly to the roof membrane and does not include furnishing and installing any sacrificial roofing pads, pavers, membrane strips, etc. If required by the roofing manufacturer, approximately () are required. 4) Roofing contractor to furnish and install all flashing and sealing for all roof penetrations 5 ) Surge Protection is excluded ACCEPTANCE OF BID The above specifications, terns and contract are satisfactory and we hereby authorize the perfomance of this work. Signed: Date: Patrick C. Dillon, President Print Name: DED LIGHTNING PROTECTION SYSTEMS. INC. Company: eonded Ugttining Protection Systems. Ire. Standard Terms arw Conditions or sale, dated 08107!2015 apply and am Incorporated by rafemrm as part of tiffs quotation and any work resulting from this quotation. should you need a copy please pt 591 - 748.4339 or visit our "b3 at www bondedeghtningcorMemu M a a • a a . a Page 1 of 1 Z20I2017 1.10tili g Rod Parts Egtdpinent L ) dP ar st s.ne t Lightning Rod Supply — Lightning Protection Eltinipment and Parts WC p N } ` Toll Pree (877) 866 - 3189 r"; >HslMtW >Llehtaleg Protection Equipmen > UStalsd & Trce W3131 > Fawy lildialar Rofs It Ear13141 > >a H ose Surge Prnlectl9sUd > sallistYan+esl7f > flulalgll > E&(p1 n9a1kdon IlatailsM >.Qrdttr Etn'111111R > aseLm l�)f3y141(fll42IDIg)1?]11911111 Parts and Pricing: Order Toll Free 877- 866 -3189 Install Yourself Equipment in Copper and Aluminum Fax: (410) 734 -0215 All equipment is UL Listed and proudly Made in the USA. Emo11: Lightning Conductor Cable's Class l —Stnadard of the Industry for buildings under (Other sizes available). Copper Conductor Cable: Catalog #C -I Copper 52.75 per ft. Braided appror -. 7116" db=cr Copper Cable in smooth Flukes wave confr8urstion Catalog #C -I-T Tinned Copper: 52.92 per fl. Same able as above but lad tamed ror corrosive environments and iiglu surfaon Aluminum Conductor Cable: Catalog #A-I S 1.45 per fl. Braided approx.. 916" diameter Aluminum cable in smoodt basket coos a configuration. Nair Alumimmr rabic is made ddd cr to equal them= wiry or copper able. l ei Grit. FOR USTVI REMAENCE NUUBERS. a a ■ s�1 yF ��� Ridge Strap Lightning Rod and Mount Wilt 12"SoN Rod. Copper or aluminum strop mourn with cable ctaagl for use on ridge. Bob or sloping Mori Bat but may be easily fanned to fit any roof slope. Capper. Catalog NC•d -12 with it and 527.00 Wilk 111" Rod NC-4-18 &U.00 NA412 with 12' Red Sl &00 KLh 18" Rod NA4-10 521 AS Laaga length nods add 51.00 per inch in copper .80 in Alumlru rn Cable LM fasteners Strap Copper or Aluminum loop type able rasteaer requiring one unit or renew —ta" wide. Ure one for every 3 red arable. Copper. Catalog NC -2 3a ach Tinned Copper NC -2 T 35 etch Ahudaam: Catalog NA -2 14 each Swivel Lightning Rod with clamp base 117th 12" solid Rod. Went for lasta8htg behind Ridge Vent 1leovy coal eapperor alumina For use an lack side of mof to We mead from view capper. Cualog NC -16.12 wbb 12" Rod 51430 V111h 18' Rod NC -16-10 51030 Ahtmbraat: Catalog NA -16-12 ebb l2' Rod 52460 Alib Ir Rod NA46-18 52730 EnW kagth ends add S 1.00 per inch in copper-.80 at Alumdr un CLAMPS and i�l>�NNoEP7't7/i�,S Economy Crimp D ouble Cable Splicer Multi- Purpose Parallel Belted Clamp Finger are orimpol over the cobk with pliers or buralicrod ifeavyCost Copper arAluminum bokyressusccheap with sminirsa Owl U41 and washer. over the able. Accepts all oblw marl Rods up to 518` - is a gaad 48 pusposc sp6= wad can (For o better bolded spticcr see N t0-Z Origin) snhstiate ror most alha cable clamps. M a a a A -1. M ldtpr/ANwwAghiW WplyccwnAndate fit tsm 116 222=17 steel bolts Used when two cables crass as shown. Capper a C S7 51215 Aluminum:NA -27 $1050 Copper. NP -1 24" tall S35M OP -2 Ili" ta11529.00 Plated Sted: OPa 24" tan S29AO OP-3 IS" tall 525AO Longer lengths add: Cop. SIAO per lack. Plated stee1.80 per Inch 1tg'and 94'PLUM STAAIJS -.. e1 and 02 Solid Capper N3 a, 04 prated Sheet Pte >" P3 P4 i {, Mar iaer o oibw lip >. 4i' tot[ Copper and Stainless steel Nails Copper and Stainless steel Roofing and Siding nail's for corrosion resistant fastening. Copper. NC-11 1 -I/2" long 15 ea. Stainless Steel N30 with Ncobond weather sot washer for mu:w mofng N 12 35 ca. Slainlets steel is con"ble with both Copper and Alummurn Ughlnirg Rod Parts Equipfneatt k Stainless Steel Self Tapping Screws with drill point 1" long -Size 010 012-5 -38 eo 1 -15" long -Size fl10 012 -S01 Allen 2 -1/2" long— Slzc 1110 012-SL .60 ea Stainless steel Sams will not rust and me compatible with Copper mid Aluminum mmaiob and am ideal for mounting all of our equipment Adhesive Cable Holder's for Flat Roofs Usd for Commadal type membrane marappiiodons and where roof pendrotimss are not deahable. Tabs we beat or hammered over the cable Copper. NC-13 5120 ca. Aluminum: N A -13 S IAS ea_ p T M1 1 stir - ; tt y§{.f Metal Roof Seam Cable Holder For use on standing seem motel mof whore no penetration of meal is desired Coma cornplote with 02 loop cable holder which can be omhthd to either dmstrioc of semm. - Also ided for botdtng able to mew "r bom Has 2 stainless steel bolts and a 12" opening on seam. SEE NEXT PACE for Standing Seam Lightning Rod and Base. Copper: NC-3 51.20 ea. Alumloum: 0 A -3 5290 i ROU DING ,sue mialsicow tee oA awkamw Ground Rods and Ground Rod Clamps LET Ground Rod is 12" x 8' long made of nipper clod honlad steel. Long Gfe collusion roistanL Note Neva connect aluminum undagotimL r Ground Rod (Left) 1122 $19.00 (Note Additional shlppleg due to high shipping costs, ground rods may he avaidnhto locally at leas cost). CnPp.r Grnrnd Cramp (R1ebr) 0 C-23 -A for 12" or SIN' ground rods 511.00 N C-23.9 for 314" ground rods 512.00 Used for maiming copper cable to ground rod. Will fa I2" - 5.B" - 314 ground rods Two Cable Loop Fasteners Strap Copper or Alamtoam Imp type cable f tslener requiring gee unit or scmw -1R" wide. Use one for every 3 feet of cable. Capper. N C-2 30 each Tinned Copper. N C -Z -T 35 each Ahrndatrm: N A -2 .24 each Copper Ground Plate with Clamp 2 squire foot x 0.032 Ihidt copper flat plate. Comes compkte with andted cheap for pound abler. Copper. N C -24 S fi2A0 Use in plate of Ground Rods whore shallow cop sotl is tmcosntaod For scut depths or 1 to 21L htlWA9ww.P9 htl : .c=ArKkc filestageM.hinit 3 MEMORANDUM TO: Board of County Commissioners From: Roman Gastesi County Administrator Date: March 20, 2017 RE: Change Orders Attached is a proposed Change Order #5 OAC Action Construction, Corp — Key West Airport Customs Facility Phase II. The Contract Sum will be increased by $21,927.84. The date of Substantial Completion as of the date of this Change Order is June 15, 2017. According to Ordinance No. 004 -1999 adopted by the Board of County Commissioners, proposed change orders are to be presented to members of the Board of County Commissioners at least 24 hours prior to approval, assuming they are within the Administrator's prescribed limits. Change orders not within the Administrator's authority are placed on the BOCC agenda. Signature County Administrator Print Name RG /gg ONROE COUNTY/ ENGINEERING/ PROJECT MANAGEMENT CONTRACT CHANGE ORDER pROJECT TITLE: Construction of the Monroe County Fire Training Academy, Crawl Key, FL CHANGE ORDER NO: 12 INITIATION DATE: January 18th, 2017 TO CONTRACTOR: pedro Falcon Electrical Contractors, Inc. 31160 Avenue C Big Pine Key, FL 33043 The Contract is changed as follows CONTRACT DATE: May 20 th , 2015 The original ( Contract Sum (Guaranteed Maximum Price) ................ ..................$1,818,835.00 Net change by previously authorized Change Orders ....................... ....................$115,875.70 The Contract Sum) (Guaranteed Maximum Price) prior to this Change order was ... $1,934,710.70 The (Contract Burg (Guaranteed Maximum Price) will be (increased) (decreased) (unchanged) by this Change Order ....... $17,780.89 The new (Contract Sum (Guaranteed Maximum Price) including this Change Order is.. ..........................................._....... ............................... ........................$1,952, 491.59 The Contract Time will be (r1creased ) (decreased) (unchanged) by ...........................6 days The date of Substantial Completion as of the date of this Change Order is ..............April 24, 2017 petailed description of change order and justification: a Change Order Attachment per Ordinance No. 004 -1999 s Change Order was not included in the original contract specifications. Yes ® No ❑ If Yes, explanation: Epoxy grout was requested by county for better maintenance. The extractor was rotated to accommodate access to the appliance opening. A new drain is being installed and a new commercial ice machine in the garage bay. Backing was added to the classroom wall for TV monitors. Additional asphalt is being added to the fire academy grounds. And connections are being installed for the department's under- cabinet ice machine to be installed in the classroom. e Change Order was included in the original specifications. Yes ❑ No If Yes, explanation of increase in price: 9 Change Order exceeds $25,000 or 5% of contract price (whichever is greater ).Yes ❑ No If Yes, explanation as to why it is not subject for a calling for bids: Project architect approves the change order. Yes ® No ❑ If no, explanation of why: Change Order is correcting an error or omission in design document. Yes []No Should a claim under the applicable professional liability policy be made? Yes ❑ No Explain: 31160 Avenue C, Big Pine Key, FL 330434516 (305) 872 -2200 - Fax (305) 872 -2219 EC 130034161 CGC 1507517 www.pedrofalcon.com Request for Change Order Per email dated 04/12/16 Date submitted: 04/26/16 Project: Crawl Key Fire AcadeM Change Order Request No: Thirteen Description: 1. Turn the extractor on a 90 degree angle to accommodate better access to the machine, turning this machine now requires that a new drain be installed on the backside of the building through the exterior wall (that is why this is significant). 2. Installation of a commercial size ice maker into the garage bay, this will include drilling a new drain hole unless the extractor is rotated, then it can use the drain installed for the extractors proposed location. 3. Placement and connection of an under counter ice maker which is already at the academy to be installed in the classroom, the installation of the ice maker needs a potable water feed, condensate drain, and possibly a pump to feed the condensate drain up into the sink trap already proposed in the classroom. 4. Installation of backing and hookups for the wall mounted TVs in the classroom. Item #1. Subcontractors Work Plumbing work (see proposal below from Gary's Plumbing Dated 04/14/16)......$772.45 Self Perform Work Waterproof and patch concrete; Install housekeeping concrete pad with rebar and dowel pad to raise machine to make drain work ....................$1,102.05 Labor: $627.00 [Diamond blades, drill bits, jack hammer, grinder, skill saw, Materials: $250.05 500 concrete mixer, truck delivery, extension cards„ dust masks, Others: $225. gloves, safety glasses„ painting rollers and pan, rags, broom Subtotal ..................................................... ............................... $1,874.50 shovel, wheel barrow, water hose, 5 gallon bucket, sponge, trowel, rubbing stone, hammer drill (large and small), pliers, hammer, drill. impact drill, chalk line and chalk, level, garden hoses and water gun Packet ',Pg. 853 Project Coordination: 2 Hours @ $ 100 ............................................. ............................... $200.00 SUBTOTAL Item #1: SUBCONTRACTORS WORK; SELF PERFOM WORK AND COORDINATION ................................ $2,074.50 Overhead@ 5% .............................................. ............................... ........................$103.73 Subtotal..................................................... ............................... $2,178.23 Profit@ 5% ...... ................................................. ...........,......,.......,.... $108.91 TOTAL ALL OF THE ABOVE FOR ITEM # 1...... ............... ................ $2,287.14 Item #2: Subcontractors Work Plumbing work (see proposal below from Gary's Plumbing Dated 04/14/16)......$688.60 Electrical: Install conduit, wire and boxes ........... . .. ............................... . .$947.00 Labor: $602.00 Materials: $321.00 Others: $24.00 Self Perform Work Waterproof and patch concrete.. . .............................. .......... . . ... -...$117.88 Labor: $66.00 Materials: $26.88 Others: $25.00 (small tools and consumable) Subtotal .......,... ........................................... ............................... $1,753.48 Project Coordination: 1 Hours @ $ 100 ............................................ ............................... $100.00 SUBTOTAL Item #2: SUBCONTRACTORS WORK; SELF PERFOM WORK AND COORDINATION .............................. $1 Overhead@ 5% ................................................... ............................... ................,,......$92.67 Subtotal.................................................... ............................... $1,946.15 Profit@ 5% ........................................................... ............................... $97.31 TOTAL ALL OF THE ABOVE FOR ITEM # 2.......... ............................... $2,043.46 Item #3: Subcontractors Work, Plumbing work (see proposal below from Gary's Plumbing Dated 04/14/16)......$900.00 Subcontractors proposal is for $715.00, contractor adds $185.00 materials/tools Cabinetwork: ........................................ ................ ............. . <$175.00> Credit for 36" base ($275.00) Add a vertical side on refrigerator side: $85.00 Add brace to support countertop: $15.00 Electrical: Install conduit, wire and boxes .......................... .....................$407.83 Labor: $201.96 Materials: $180.87 Others: $25.00 (small tools and consumable) Subtotal ..................................................... ............................... $1,132.83 Project Coordination: 1 Hours @ $ 100 ............................................ ............................... $100.00 SUBTOTAL Item #3: SUBCONTRACTORS WORK; SELF PERFOM WORK AND COORDINATION ............................... $1,232.83 Overhead@ 5% ............................................... ............................... .........................$61.64 Subtotal ...................................................... ............................... $1,294.47 Profit@ 5% ................................................... ............................... $64.72 TOTAL ALL OF THE ABOVE FOR ITEM # 3....... .... ........................... $1,359.19 Item #4: Subcontractors Work Electrical/Data: Install conduit, wire and boxes ................... .....................$359.84 Labor: $164.66 Materials: $177.86 Others: $17.33 (small tools and consumable) Self Perform Work. Install backing .................... ............................... ...........,.,.....,,...$107.13 Labor: $66.00 Materials: $16.13 Others: $25.00 (small tools and consumable) Subtotal........................................................ ............................... $466.97 Project Coordination: 1 Hours @ $ 100 ............................................ ............................... $100.00 SUBTOTAL Item #4: SUBCONTRACTORS WORK; SELF PERFOM WORK AND COORDINATION .. ............................... $566.97 Overhead@ 5% ................................................ ............................... ........................$28.35 Subtotal................................ ............................... ........................$595.32 Profit@ 5% ..................................................... ............................... $29.77 TOTAL ALL OF THE ABOVE FOR ITEM # 4 ........ ............................... $625.09 TOTAL ALL OF THE ABOVE FOR ITEM #1, 2, 3, 4 ........................... $6,314.88 Item #1: 2,287.14 Item #2: 2,043.46 Item #3: $1,359.19 Item #4: $625.09 Permit Fees and Design Drawings are Not Included in this proposal. If additional permit fees are required the Owner is to reimburse all permit fees. Net Amount of Request for Change Order: ................................................... $6,314.88 Additional Time Requested for Change: A. If a Change Order has not been received by 29 April 2016 the time extension and cost proposal will need to be evaluated at that time and a modified proposal will be submitted reflecting required time extension and cost increase due to lead time for materials. The GWB in the classroom is getting installed. Any changes within these walls will delay the GWB installation. Also, the storage room, cannot be finished until the changes in this room are completed. This proposal only encompasses the item(s) specifically outlined above and does not include any other items, whether stated or inferred, in any other documents. The terms set forth in this proposal shall have precedence over any other agreement and this proposal shall be included in any modification agreement. Respectfully Submitted, Christian Brisson Project Manager r k a a -1. 0 i 31160 Avenue C, Big Pine Key, FL 330434516 (306) 872.2 - Fax (305) 872 -2219 EC 13003416 / CGC 1607617 www.pedrofalcon.com Request for Change Order Per email dated 02/15/17 Date submitted: 02/28/17 Project Crawl Key Fire ,Academy Change Order Request No: Seventeen Description: Install epoxy grout for all floor and wall tile. Install epoxy -grout for all floors and wall tile ................... ......................$2,650.00 Project Coordination: 2 Hours @ $ 100 ............................................ ............................... $200.00 SUBTOTAL SUBCONTRACTORS WORKAND COORDINATION ..... $2,850.00 Overhead@ 5% .............................................. ............................... ........................$142.50 Subtotal ..................................................... ............................... $2,992.50 Profit@ 5% ................................................... ............................... $149.63 TOTAL ALL OF THE ABOVE ....................... ............................... $3 Permit Fees and Design Drawings are Not Included in this proposal. If additional permit fees are required the Owner is to reimburse all permit fees. Net Amount of Request for Change Order: ................................................... $3,142.13 Additional Time Requested for Change: A. Since installing epoxy grout is more time consuming than installing normal grout, we request a 5 work day time extension to perform this task. This proposal only encompasses the item(s) specifically outlined above and does not include any other items, whether stated or inferred, in any other documents. The terms set forth in this proposal shall have precedence over any other agreement and this proposal shall be included in any modification agreement. Respectfully Submitted, Christian Brisson Project Manager YAZMIN TILES 92330 OVERSEAS HWY SUITE 106 FL 33070 Bill To NICHOLAS BRISSON MONROE COUNTY CRAWL KEY FIRE ACADEMY 31160 AVE C BIG PINE KEY, FL 33043 I nvoice Date Invoice # 2/28/2017 12886 P.O. No. Terms Project Quantity Description Rate Amount I I Grout for all floors and walls with Epoxy -Grout Sales Tax 2,650.00 6.00% 2,650.00 0.00 Total $2,650.00 M a a a .. a flay online at: lIttl)S'HiDn 111tuit cum /I t�itil(L 31160 Avenue C, Big Pine Key, FL 33043 -4516 (305) 872 -2200 - Fax (305) 872 -2219 EC 130034161 CGC 1507617 www.pedrofalcon.com Request for Change Order Per email dated 02/24/17 Date submitted: 03/02/17 Project: Crawl Key Fire Academy Change Order Request No: Nineteen Description: Asphalt paving of the open area in the middle of the Fire Academy ground. Approximately 1000 sft in area. Contractor shall clear and scarify the un- asphalted area and place clean lime rock fill to a depth of 4 inches minimum base. Mill surrounding asphalt to provide smooth transition. Lime rock base shall be compacted and graded so that the new asphalt layer will match the existing adjacent grades. Provide tack coat as per section 02511- 3.01(D) in the project specifications. Provide 2 inch thickness of asphaltic concrete, level with adjacent surfaces. Subcontractors Work I B & L Beneway; See enclosed proposal below) A) Preparation: . .......................... . ............... ............................... $ 4,200.00 1) Remove 5" existing sub -base 111 SY 2) Install 4" DOT lime rock and compact 3) Saw cut existing edge B) Asphalt: ................... . . . . . ....................... ............................... $3,150.00 1) 2" Asphalt (15 tons) SUBTOTAL SUBCONTRACTORS WORK ... ... ............................... $ 7,350.00 Project Coordination: 2 Hours @ $ 100 .............................................. ............................... $200.00 SUBTOTAL SUBCONTRACTORS WORK AND COORDINATION ....... $7,550.00 Overhead@ 5% .............................................. ............................... ........................$377.50 Subtotal..................................................... ............................... $7,927.50 Profit@ 5% ................................................. ............................... $396.38 TOTAL ALL OF THE ABOVE ..................................................... $8,323.88 Permit Fees and Design Drawings are Not Included in this proposal. If additional permit fees are required the Owner is to reimburse all permit fees. Net Amount of Request for Change Order: ................................................... $8,323.88 Additional Time Requested for Change: A. If Modification is issued within (14) Fourteen Calendar Days from the Date of this proposal then a One (1) work day time extension will be required. B. If Modification is to be issued later than (14) Fourteen Calendar Days from the Date of this proposal then a time extension and cost proposal will need to be evaluated at that time and a modified proposal will be submitted reflecting required time extension and cost increase due to the close proximity of the project construction completion deadline. This proposal only encompasses the item(s) specifically outlined above and does not include any other items, whether stated or inferred, in any other documents. The terms set forth in this proposal shall have precedence over any other agreement and this proposal shall be included in any modification agreement. Respectfully Submitted, Christian Brisson Project Manager 936 CRANE BOULEVARD SUGARLOAF, FL 33042 TELEPHONE: 305-743-4394 FAX: 305- 743 -4294 March 1, 2017 Pedro Falcon Electrical & General Contractors 31160 Avenue C Big Pine, FL 33043 Attn: Christian Brisson CRAWL KEY ADDITIONAL ASPHALT PROPOSAL A. Prep 1. Remove 5" existing sub -base 111 SY 2. Install 4" DOT limerock, compact 3. Saw cut existing edges Prep Base Total $4,200.00 B. Asphalt 1. 2" Asphalt 15 Tons Asphalt Total $3,150.00 Total Price: $7,350.00 MEMORANDUM TO: Board of County Commissioners From: Roman Gastesi County Administrator Date: March 20, 2017 RE: Change Orders Attached is a proposed Change Order #12 Pedro Falcon Electrical Contractors, Inc., Construction of the Monroe County Fire Training Academy, Crawl Key, FL for a time extension of 6 days. The Contract Sum will be increased by $17,780.89. The date of Substantial Completion as of the date of this Change Order is April 24, 2017. According to Ordinance No. 004 -1999 adopted by the Board of County Commissioners, proposed change orders are to be presented to members of the Board of County Commissioners at least 24 hours prior to approval, assuming they are within the Administrator's prescribed limits. Change orders not within the Administrator's authority are placed on the BOCC agenda. RG /gg MONROE COUNTY/ENGINEERING/ PROJECT MANAGEMENT CONTRACT CHANGE ORDER PROJECT TITLE: CHANGE ORDER NO: 2 HVAC System Improvements Stock Island Jail Complex INITIATION DATE: March 21, 2017 TO CONTRACTOR: Sea Tech of the Florida Keys, Inc 131 Palomino Horse Trail Big Pine Key, Florida 33043 CONTRACT DATE: June 15, 2016 Contractors Change Order Request: 2 The Contract is changed as follows: The original (Contract Sum) (Guaranteed Maximum Price) ............... .................$1,538,612.00 Net change by previously authorized Change Orders ....... ............................... $ 00.00 The (Contract Sum) (Guaranteed Maximum Price) prior to this Change order was..$1,538,612.00 The (Contract Sum) (Guaranteed Maximum Price) will be (increased) (decreased) (unchanged) by this Change Order..$00.00 The new (Contract Sum) (Guaranteed Maximum Price) including this Change Order $00.00 The Contract Time will be (increased) (decreased) (unchanged) by ......................60 Days The date of Substantial Completion as of the date of this Change Order is ............ May 20, 2017 Detailed description of change order and justification: DIRECTOR PROJECT MANAGEMENT: Change Order Attachment per Ordinance No. 004 -1999 Change Order was not included in the original contract specifications. Yes ® No ❑ - - 1 92017 • 0F o - • Change Order was included in the original specifications. Yes ❑ No If Yes, explanation of increase in price: • Change Order exceeds $25,000 or 5% of contract price (whichever is greater).Yes ❑ No If Yes, explanation as to why it is not subject for a calling for bids: • Project architect approves the change order. Yes ® No ❑ If no, explanation of why: • Change Order is correcting an error or omission in design document. Yes ❑No Should a claim under the applicable professional liability policy be made? Yes ❑ No Explain: t March 21, 2017 Attn: Dan Bensley Monroe County PWD 1100 Simonton St Key West, FL 33040 Re: MCSO HVAC Upgrades Subject: Time Extension Dear Mr. Bensley, Sea Tech is requesting a sixty (60) day no cost time extension to our contract. There have been delays in the procurement of the electrical panel and material. We submitted our electrical submittal on 14DEC2016, and we did not receive an approved submittal until IOFEB2017. Upon approval we ordered the material to be installed and had a scheduled ship date of 07MAR2017, which was received 14MAR2017. This will give us a substantial completion date of 22MAY2017. Please see attached an updated schedule. Sea Tech has every intention of accelerating the work progress to reduce the time indicated on the project schedule. Please advise if you need additional information. I may be reached at (305) 872 -0888. Sincerely, 9yory IaChapeae Ryon LaChapelle Project Manager