Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
09th Amendment 04/17/2019
pSt COURTC�11 .S° • -%130 Kevin Madok, CPA ogi iv- y;:. %'VP0..••"; Clerk of the Circuit Court&Comptroller—Monroe County, Florida �y4� 11�' oEcol' — DATE: April 26, 2019 TO: Beth Leto, Airports Business Manager i FROM: Pamela G. Hanc• s.C. SUBJECT: April 17'BOCC Meeting Attached are electronic copies of the following items for your handling: C13 Change Order No. 9 with Charley Toppino& Sons, Inc. awarding Bid Additive #2 in the amount of$406,510.40 for the Key West International Airport Drainage Improvements Project Phase 2&3. Total project cost to be funded by the FAA Grant 37-56 (90%) and Airport Operating Fund 404 (10%). C18 Time Extension only (no increase in original cost) with Jacobs Project Management Co. for Task Order No. 12/14-47 Services Authorized: Supplemental 2-EYW Master Plan Update at Key West International Airport. C19 Time Extension only (no increase in original cost) with Jacobs Project Management Co. for Task Order No. 12/14-64 Services Authorized: Supplemental 1-Strengthen/Rehabilitate Commercial Apron Construction Support and RPR Services at Key West International Airport. C20 Time Extension only (no increase in original cost) with Jacobs Project Management Co. for Task Order No. 12/14-66 Services Authorized: Supplemental 1- Drainage Improvements Phase 2&3 Construction Support and RPR Services at Key West International Airport. C21 Time Extension only (no increase in original cost) with Jacobs Project Management Co. for Task Order No. 12/14-67 Services Authorized: Supplemental 1- MTH Master Plan Update at The Florida Keys Marathon International Airport. C22 Time Extension only (no increase original cost) with Jacobs Project Management Co. for Task Order No. 12/15-07 Services Authorized: Supplemental 1-MTH Exfiltration Trench and pond Modification at The Florida Keys Marathon Airport. C25 Jacobs Project Management Co.'s Task Order#12/15-49 in the amount of $120,110.00 for Supplemental No. 1-Master Plan Update for the Key West International Airport, to be funded by FDOT Grant G0E77 (50%) and PFC#15 (50%). Should you have any questions,please feel free to contact me at (305) 292-3550. cc: County Attorney Finance File KEY WEST MARATHON PLANTATION KEY PK/ROTH BUILDING 500 Whitehead Street 3117 Overseas Highway 88820 Overseas Highway 50 High Point Road Key West,Florida 33040 Marathon,Florida 33050 Plantation Key,Florida 33070 Plantation Key,Florida 33070 305-294-4641 305-289-6027 305-852-7145 305-852-7145 t. ' Y Jacobs Key West International Airport 02/19 Monroe County Drainage Improvements Phase 2&3 ' Project No. GAKAP149 • CHANGE ORDER PROJECT: CHANGE ORDER NO.: 9 Drainage Improvements Phase 2&3 INITIATED ON: February 27,2019 CONTRACT: GAKAP149 TO(Contractor):Charley Toppino&Sons 129 Toppino Industrial Drive Key West,FL 33040 CONTRACT DATE:November 22,2016 You are hereby authorized and directed to make the following change(s)in this Contract: Due to availability of additional FAA funding and as approved by the FAA,Monroe County is now able to award Bid Additive 2 and incorporate this work into the contract. Bid Additive 2 will be performed on a unit price basis per the attached schedule of values. The pay application for Bid Additive 2 must be reviewed and approved by the OAR. The contract's last day will now be July 3.2019. The original Contract Sum $ 1,655,480.85 Net change by previously approved Change Orders $ 138,279.40 The Contract Sum will be changed by this Change Order $ 406,510.40 The new Contract Sum including this Change Order will be $ 2,200,270.65 The Contract Time will be increased by 250 CALENDAR DAYS Signature of the Contractor indicates agreement with the terms of this Change Order, including any adjustment in the Contract Sum and/or the Contract Time. Adjusted cost and time include all direct,indirect and impact costs and time for delays,disruption,inefficiency,acceleration and all other claims. N RECOMMENDED: AGREED TO: Co f.cs -.-i Jacobs Engineering • Charley Toppino&Sons (Dm Zr"� (-'-);XI h1: -'r7 � (--) . _,ter ( ( ( 3 A �, �Q3©' .i•� Date By ate Q p ('' �'ia� CO $ . AUTHORIZED: 1 � ., Monroe County e0.$ : Kevin Madok, Clerk 1100 Simonton Street • Key W; FL 3^ . • i + .1\ 'Of:OAT COYMTV `, ,al/ . tilr7/Zo, By Deputy Clerk Date By 1ov. Piker ti I Date e -• COU A► .,NEY ' PED-• .MERCADO ASSISTANT, • NTY A'1'TORRN !3 ` -Date •----- 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 additional funding in the FAA grant, the Airport decided with FAA's approval to award Bid Additive 2 to Charley Toppino & Sons. The change order amount may vary and is based on the unit price of actual material installed. The pay application for change order 2 must be reviewed and approved by the OAR. • Change Order was included in the original specifications. Yes ❑ No El If Yes, explanation of increase in price: • Change Order exceeds $25,000 or 5% of contract price (whichever is greater). Yes 0 No ❑ If Yes, explanation as to why it is not subject for a calling for bids: Bid Additive 2 was included in the original bid documents but not awarded in the contract because of funding at the time. Additional FAA funding is now available for this project, which allows the incorporation of Bid Additive 2 back into the contract. The Contractor has agreed to honor their original bid prices. • 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 EZI Should a claim under the applicable professional liability policy be made? Yes ❑ No Explain: ' BID TABULATION DRAINAGE IMPROVEMENTS PHASE 2&3 KEW WEST INTERNATIONAL AIRPORT PROJECT NO. GAKAP146 BID ADDITIVE 2 SCHEDULE OF VALUES Charley Toppino&Sons,Inc. Item Unit Price Total Amount No. Bid Item Description Unit Quantity (Dollars- (Dollars-Cents) Cents) ADDITIVE BID 2-STORMWATER INFRASTRUCTURE INSTALLATION 1 P-102-1 SAFETY AND SECURITY LS 1 $57,000.00 $57,000.00 2 P156 1 TEMPORARY AIR AND WATER POLLUTION,SOIL LS 1 $4,700.00 $4,700.00 EROSION,AND SILTATION CONTROL 3 P-156-3 INSTALLATION,MAINTENANCE,AND REMOVAL OF EA 8 $100.00 $800.00 DRAINAGE INLET FILTER 4 D-701-1 24"RCP(INSTALLED IN TURF) LF 840 $178.56 $149,990.40 5 D-701-2 24"RCP(INSTALLED IN EXIST.PAVT.) LF 415 $288.00 $119,520.00 6 D-701-3 24"RCP(WITH CLSM BACKFILL IN EXIST. PAVT.) LF 110 $360.00 $39,600.00 7 D-751-1 MANHOLE, FDOT TYPE J-8 EA 4 $5,300.00 $21,200.00 8 D-751-3 CATCH BASIN, FDOT TYPE D,AIRCRAFT-RATED EA 1 $13,700.00 $13,700.00 TOTAL BID AMOUNT-ADDITIVE BID 2: $406,510.40 1 of 1