Loading...
Item C27Co unty of Monr M l� 4C BOARD OF COUNTY COMMISSIONERS Mayor David Rice, District 4 The Florida Keys Y Mayor Pro Tern Sylvia J. Murphy, District 5 Danny L. Kolhage, District 1 George Neugent, District 2 11.1 5 Heather Carruthers, District 3 County Commission Meeting February 21, 2018 Agenda Item Number: C.27 Agenda Item Summary #3900 BULK ITEM: Yes DEPARTMENT: Project Management / Facilities TIME APPROXIMATE: STAFF CONTACT: Ann Mytnik (305) 292 -4439 N/A AGENDA ITEM WORDING: Report of monthly change orders for the month of January, reviewed by the County Administrator /Assistant Administrator. ITEM BACKGROUND: There were six (6) change orders considered and approved by the County Administrator /Assistant Administrator for the period beginning 01/01/18 and ending 01/31/18 resulting in a net credit of $21,064.35. 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: Change Orders January FINANCIAL IMPACT: Effective Date: N/A Expiration Date: N/A Total Dollar Value of Contract: N/A Total Cost to County: Current Year Portion: Budgeted: Source of Funds: CPI: Indirect Costs: Estimated Ongoing Costs Not Included in above dollar amounts: Revenue Producing: No Grant: County Match: Insurance Required: Additional Details: If yes, amount: N/A REVIEWED BY: Cary Knight Patricia Eables Kevin Wilson Kathy Peters Board of County Commissioners Completed 02/02/2018 10:48 AM Completed 02/04/2018 4:03 PM Completed 02/04/2018 4:11 PM Completed 02/05/2018 8:49 AM Pending 02/21/2018 9:00 AM CHANGE ORDERS CONSIDERED BY THE COUNTY ADMINISTRATOR'S OFFICE FOR THE PERIOD 01/01/18 / Total $(21,064.35) Approved IMENT MONROE CouNTY/ENGI SEE RING/ PROJECT CONTRACT CHANGE ORDER PROJECT TITLE: The Redevelopment of Bernstein Park CHANGE ORDER NO. 12 INITIATION DATE: January 8, 2018 NO W Detailed description of change order and justification: VFV !o IU Y rainqAd hV N - ARCHITECT: ........... lxzdm�� DIRECTOR PROJECT MANAGEMENIT COUNTYIDEPUTY ADMINISTRATOR� / / / / 114.4-12#f /111- Christine Hu6ey I Packet Pg. 2712 1 Change Order was not included in the original contract specifications. Yes Z No El if Yes, explanation. Additional time Is needed to work with IdervirenCe COMPan Y due to defiell; from Hurricane Irma. * Change Order was Inducted In the original specifications. Yes [] No Ll V If Yes. explanation of increase in once, 0 0 Change Order exceeds $50,000 or 5% of contract price (whichever is groater Yes Na 0 CD C If Yes, explanation as to whv it is not subject for a calling for blds� Q I Packet Pg. 2713 1 NO W PCO # 033: 3rd Onto extension this to Huericarra Irma Surtre Corndr=tion Group, #Mr, page I fit 2 Printed On. 11812010 0129 PM I Packet Pg. 2714 1 Added Time Above; 113112018 Reservations: This proposal is based solely on the usual east elements cash as labor froardso and normal markups, and does not include any amount for additional changes In the sequence of work, delays, disruallone, rescheduling, lost IscodialtuntrY, extended or unabsorbed overhead, overtime, acceleration and or impact coats, unless specifically slkrtakl, The right is expressly reseved to amend and make claim for any and all of these related Items poor to final settlement at this conduct. Bill Morn (Ardialteet) SIS Eaton Street Key West Florida 33040 Monroe County Engineering 1100 Simonton Street Key West Florida 33040 . SIGNATURE DATE SIGNATURE DATE Burke Construction Group, Inc. Burke Construction Group, Inc. 10145 NW 10th Street Miami Florida 33172 SIGNATURE DATE Printed Ow 11812018 01 ;29 PM NO W I I Packet Pg. 2715 1 MONROE COUNTY ENGINEERING't CONTEAcr CHANGE ORDER PROJECT TITLE: Gwrlson eight amag R o p o l y p M j mct CHANCE OROER NO. I INITIATION DATE. 11114118 CONTRACT DATE- $021117 NO I" This Change order wulai in 0 11 % lAcMus In th@ Total Contract amount HHHEMIM ENGINEERING SERVICES B O 0 0 on c L 0 0 co c TO COSTRACTOR: . •. ......... ..... ......: ..... Tarpon spripy 1 34699 00 :owlrAlon Sfreel� 295 -43 19 w —mom flV . $,' 1'E#~C3 #C lVa - :• oO 17 # QCs} E"•G a ^ c fiat£! S fir No ... Ii 5 £ No t i ....,.......�.:..___....... {x.... ......... .............:...:v,. ........: €I 7 i ' MAN v�nv { t£C £ r C£ F tr '.:'.s C v AN 1, 0 i I Abe 4ked h sc £ e} C { { I •il.M We ss0: fin ;Ay m, I „{ r„ k &4S a4i X 4 ih'# }erw3 7 , 1, 0, °:}3C €I qwAy 4i M11 #G n kJY stx .{ S c. *a;I7 • j : sit r # fa £ t ,s 94t iE a a r ri s I I } h v4och "All E CP S i a .. }n Awl Aw--i :-Fur a77 Ct 3 a.£ EY,ai7 .•�. {5in C x.... £: i } r .N!�wx a' } .. 7 k ...a.,5� j r, • a .�� ... : ... .w. ...... r . _. .... .,..,x:{ :............... ...•... �...,,.m. .......•ss.. ........ CAS agree with the proposed ad ullon, Please perform spall repair instead of crack repa toy° the above referenced i tion : Demolition shaul b completed in phases to ensure that the total contract a mount is not exceeded, i- t t .....v.. i v..�,v m -w w ....... vv END OF SECT ION 811395 NO W � ........v ......,v 1---l �aQ E T FOR FORMATION 01395 - MONROE COUNTY/ C"INIU-1"UNG/ lr.n..dc) F. AUNAGEIA Wrl' ON% PROJECT TITLE: Sexton Cove Roadway and Drainage Project CHANGE ORDER NO: 2 INITIATION DATE: 1118118 TO CONTRACTOR: HAD Paving, Inc. CONTRACT DATE. 119117 The Contract is changed as follows: The original Contract Sum . . - - . . - _ - . ...... .. ..... ,,..$1,105,342,35 Net change by previously authorized Change Order # 1. .................=. 43,262AO The Contract Sum prior to this Change order was., $1,145,605.15 The Contract Sum is (decreased) by this Final Reconciliation Change Order #2... . ....... ---. $(46,064.35) The Final Contract Sum including this Change Order is.,,,.. - . - . ... --.--.-$1,1Q2,540.80 Pursuant to contract article 7.2.2, the cost or credit to the owner resulting from a change in the Work shall be determined in one or more of the following: 7,2.2,1 mutual acceptance of lump sum properly itemized and supported by sufficient substantiating data to permit evaluation 7.2.2,2 unit prices stated in the Contract Documents or subsequently agreed upon TZ23 cost to be determined in a manner agreed upon by the parties and a mutually acceptable fixed or percentage fee The under/overrun amounts to the contract bid amounts are as follows- Change Order Attacthrident per Ordinance on 004-1999 Change Order was nW Mdoled b Me on try lcon ors ct specificatiorm, Yes" Nr.).t'- JONI if Yes, explanatkar FhW Murtalled quantities of Toe R steMarion and Sad and other Heine were lower Mom bid' t - Iu �arsmes- Change Order was Induded I Me o.rigirral apaclficafiom. Y&sl' ,j it Yal explanation of increase in price: WroVe Ordw rooetwels $25,000 ro. 5% of -yon prkre (vvhichever is greater). Yes (_J'No:� ,I If Yro as to %shy it is not suejec"t for a c'uhng for tolds: Protect arvilte"'I approves iive change order, Yes ',q� No .... ...... H no, exWomahn of ajv� Change Mcler is correclIng an error or ornisswn in RaWn documm Yoe L-jNo &I Should a clairy umder Me yp1hrible l oubossfioren fiability pally be rnade? Yes [I No Extstain: Monroe County Engineering Department Judith Clarke, P. E. 1100 Simonton Street Key West, FL 33040 Project: Sexton Cove Subject: Change Order #2 Overruns and Underruns The summary of contract dollar changes is shown below: mmmvsilt� Original contract amount—.— ... ...... a, °.,...., .............. ....... --__ $1,105,34235 Net change by previous authorized change orders 1. $43,262,80 The contract sum prior to this change order ............°,..., ° ............. ......... S t " 48,605. 10 The contract sum will be decreased by this change order #2, - - ...... ($46,064.35) The new contract sum including this change order ........ .................. . $1,102,540.80 The contract time was increased 3 days due to change order 1, 41 days due to weather and 18 days due to holidays, The summary of contract time changes is shown below: Original contract ...... ........ 173 days Contract time extension from change order I days Weather , ......... ............... . . . .......... --- .................... days Holid ............. .............- .......... °s....° .. --.18 devs Total Contract days .............................. ............ ...............235 days Below is a detailed description of change order #2 Overruns and Underruns; Pay Item 160-4 Stabilization The existing stabilization was sampled and tested. The existing material had an average LBR of 136, minimum LBR required is 40, The material also met all minimum density requir ements. The material was left in place at no pay. This resulted in an und of 13314 S. Pay Item 570-1-2 Performance Turf Monroe County representative and the CEI jointly elected not to place sod in an area that would be affected by vehicle parking and in an area not disturbed by the construction, This resulted in an underrun 2792 SY. Pay Item 706-3 Retre-Reflective Pavement Markers used on certification of quantities from the contractor one less refl ector was used. This resulted in an underrun of 1 EA, NO W A Pay Item 711-11125 Thermoplastic Standard White Solid 24" Asphalt placenient was extend on two Side Street to iniprove the tic in to tried asphalt Jiums, Otis resulted in having to replace the two stops bars, This resulted in an overrun of 3109 LE Pay Item 711-16211 Thermoplastic Standard Yellow Solid 6 Based on certification of quantities brain the contractor one less rell act or was used. This resulted in an and of 02 NA NO W A If you have any questions or need clarification of the above itern summaries, please call Jackson 'l'aylorat 561-436-2860, Jac 'Taylor, ,C5 "W Jackson Taylor Project Administrator, RSFJ Cv. J Olarkc. oCJ7 7. � , I - ') 4A t%l a I ar, P F, ie m W � it 1 Pay Item 711-16213 Thermoplastic Standard Yellow Skip 6 There is a plan quantity error reaching in an overrun of .04 GM, PROJECT TITLE: INITIATION DATE: January 09, 2017 MCSO Fence Replacement CHANGE ORDER NO: 2 &MMU= Change Order Attachment per Ordinance No. 004-1999 Change Order was not included in the original contract specifications. Yes 0 No --EJ If Yes, explanatiow Contractor has been on site coordinating with Animal Farm and other projects at the Monroe County Sheriff's Office, Personnel have had to move around to other County projects that were expedited due to the hurricane impacts, County has been satisfied with the progress and can justify time extension Change Order was included in the original specifications, Yes [I No If Yes, explanation of increase in price Change Order exceeds $50,000 or 5% of contract price (whichever is greater), Yes Ell No [Z If Yes, explanation as to why it is not Subject for a calling for bids k .0 Project architect approves the change order, Yes E NoEl If no, explanation of why & Change Order is correcting an error or emission in design document, Yes E]No E Should a claim under the applicable professional liability policy be made? Yes F-1 No Z' NO W Monroe County Public Works & Engineering Division Attn: Johnnie Yongue 1100 Simonton Street Rm 2-216 Key West, FL 33040 f NO W A 4w Sea Tech Is requesting a thirty (30) day no cost time extension to our contract, Due to delays in coordinating vAth subcontractor. i7tis channe Order is 0.0% of the afthal is •' - I - 0 1 1, 4 t. ��= =1 EMM. 1MMKMi.0zMM If Yes, explanation: Sea Tech is requesting a thirty (30) day no cost time extension to our contract, Due to dela in coordinating with subcontractor. I # M # Change Order exceeds $50,000 or 5% of contract price (whichever is greater).Yes El No Z 11677-7w7m, 17TIMMATMUITM. -MMI��MPEMIIIII * Change Order is correcting an error or omission in design document. Yes (:]No 0 NO W August 22, 2017 Attn: Dan Beasley Monroe County /WD 1100 Simonton St Key West, FL 33040 RyoipvlaChape4�& Ryon LaChapelle Project Manager 1 .....: Remaining Work Milestone Q Oracle ar uu Saaa �v7 wv -vi' 's8 Mpy 17A 0x1 ContractAward 0 15-Jun-16A 01Q Bondstlnsuranca 10 15- Jun -16A 22- Jun -16A Odt} CantractProcessing 30 23-Jun-16A 29- JuI 46A ilim 0241 min Submittals 30 29-Jul-16A 04 Aug 16A 080 Gout Review Admin Submidais 14 04-Aug-18A 11-Aug-16A 050 PAR Meeting 0 30 - Aug - 16 A r 030 Material Submittals 30 04- Aug -16A 16- Cut -16A NNMIINONM ; l 070 Rare Review Mat 'al Submittals 10 05 -Rug -18A 21-Oct-16A IkIMIRTARRIEW ..:. .: ; ... E 0955 PreCon MM 5 08- c -16A 08- Dec -16A ; 100 permit 1 a1- Sep -16A p9 Dec -16A molmmomosm 110 Mobilization 4 29.0ec -16A W- Dec -16A 081 Procure Chillers x 2 DG de 20-Sep-10A 29- Dec -16 Aga�aa�ti1 082 ProcureAHU's x3DC 4n 31- Aug -16A 2 Dec16A ; 083 Procure Cooling Tower Murree DG 40 31-Aug-16A 29-Der-16A i 084 Procure SWPDC 40 26- Sep -1€3A 20- Jan -17A 085 Procure CHIMP DC 5 26- Sep -16A 20-Jan-17A 086 Procure AHU SAS 5 26-Sep-16A 20-Jen 17 A 1111111gliIIIIIIIIIJBIM a ; 087 Procure Chiller SAS 5 2&-S&P-16A 20-Jan-17A r 3 088 Procure CWP 1 &2 W 5 26- Sep -16A 20-Jan-17A 08+9 Procure CHVpP SAS 5 26- Sep -16A 20- Jan-17A 091 Procure Bldg Automation 5 28-Sep -16A 29 Mar 17A € ' 090 Procure Cooling Tower B 1 09-yam-16A 16-May-17A 'r Tower SAS 080 Procure Equipment 55 31- Aug -16A 18-May-17A .. ...... x A .... u.. x xxx' 11 Sep 17 120 Temporary Fence 1 29- Dec -16A 29-Dec-16A' 230 ReplacaAk Handier Unit C -1 4 03- Jan -17A 17Jan•17A _... , 200 Replace Air Handler Unit 8 -1 5 16-Jan-17A 2t- Jan»17A 224 Replace Air Handler Unit B-2 5 23-Jan-17A 27-Jan-17A 1 ... :. g130 Replace Fan Motor Tower -1 3 14-Mar-17A 17 -Mar 17 A t 1 .....: Remaining Work Milestone Q Oracle Ctasaic MISS Layout u> 140 Replace Slaw Starter for VFD Tower-1 9 13- Feb -17A 17- Mar -17A IBM 160 Replace Condenser Water Pump Tower -1 13- Feb -17A 21-Apr-17A Pump x1 194 : Replace Miles Water Pump - 28- Feld -17A 21 Apr 17A ' : } .:: .. ? pi;;inp>'6 11 210 Replace Chiller -1 07- Feb -17A 24-Apr-17A ItRiffidialds" r x 160 Replace Fan Motor Tower-2 1 08- Jun•17A 06-Jun-17A HIM 174 Replace Slow Starter for VFD T et -2 1 06- Jury -17A 23-Jun-17A ',€ o ff' 250 Replace Chilled Water Pump #2 30-May-17A 11 MMM : . 180 Replace Condenser Water Purnp -2 18- May -17A 11-Jul-17A [ !� 240 Replace Chiller #2 15 02- May -17A 14-Jul-17A liiiiiiiiiiiw c GI er #2 274 Commissioning 2 05- Sep -17 07-Sep-17 264 Automation - Retention Center 14 29 -MarA 7 A 08 Sap 17 280 Test and Balance 2 08-Sep-17 11-Sep-17 Jr ee e 1 :. x::xxxx...v n:...., u�.:r a .. wv. 290 .. .x:r...., ........, .r Install Temporary Chiller xx..v.: 2 21-Jul-17A 21 Jui 17A , CH or 690 320 Replace Air Handier Unit 1 Replace Condenser Water Pump 5 21,10-17A 23-Jul-17 A 5 01- Aug -17A 18-Aug-17A ' in sr Repce 330 Replace Chilled Water Pump #1 5 01-Aug-17A 18-Aug-17A € go Rep ace 305 RFC 06 Repair Concrete Piers 1 07- Aug -17A 21-Aug-17A 06 350 Replace Chiller #1 15 24-Jul-1 7 A 25-Aug a 310 install Structural Supports 2 24- Aug -17 25-Aug-1 7 . 344 Replace Cooling Tower 02-Aug-17A (U-SEW-17 t Goo ng 360 Building Automation - Snoods Admin Bldg 24 Aug - 17 13 7 SIR 370 Commisioning 13 Sep - 17 14 I 380 Test A Balance 14 -Sep 17 15-Sep-17 o s s r a pVL r HE s wx wwxxx n w r ...HHHE v v c ...... u wv .x .. r x x 4103 Training 1 15- Sep -17 16-Sep-17 390 Substantial Completion 0 15-Sap-17 ' It 400 Punch List 5 18 Sep - 17 22 p Punch t pt T 420 Demobilization 2 W - Sep »17 26 7 430 Closeout 10 16-Sep-17 29-Sap-1 7 440 Project Completion 0 29-Sep-17 MOWN — lv q t 1 2 .: 2 filters All Activities Remaining Work i ivltlesoma Oracle NO \ g gg gljkl TO CONTRACTOR; T.E.M. Environmental & Mechanical Services, Corp 41L 1611:414101:11:2 R ■ m COUNTY. <««w NT ADMINISTRATOR, »~ ■ � � ! • �' # NO W # i t iw i Re: Request fora No Cost'I'mie Extension due to lloxricane Irma Delays in equ. I Lpment & material deliveries We request a 59 day time extension be added to the contract schedule due to delays of equipmeriL & material deliveries clue To Hurricane Irma. This should extend our completion data to March 5., 2018, vo I i,� queo tions, plea do not li to con tact us. v 1 , Ve In MIJ�61;hrliv 0 Vice President 0 A st 0 F1ao4— Ave 0 Ul i. I ve