Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item F9
BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Datem 1 /18/2 14 Divisione County Administrator Bulk Item: Yes Department: Ai orts Staff Contact Person/Phone#o Peter Horton/Don DeGraw 809-5200 WORDING:AGENDA ITEM Approval of Contract Change Order No.3 to Douglas N. Higgins, Inc., Pavement Rehabilitation of Faral o Circle, Key West International Airport. ITEM BACKGROUND: Change Order#1 Additional 30 Days approved 7/9/2014. Change Order#2 Additional 60 Days approved 9/9/2014. Change Order#3 (final) reduces contract by$52,189.23. .. . . ..... ................................................................. .................................... .. ,,, ,,,,,,, hm .�...... AASeptember .._,.��_.. .. .. PREVIOUS RELEVANT BOCC ® rant approve Sepo 7, 2013, Item#C2, Original contract approved by the BOCC at their regular October 16, 2013 meeting, Item#C5 g CONTRACT/AGREEMENT..,... ................,,,,,,,,,,®-.See�attace Change Order.......... �._ � .... .....F.�..�._...� ....�..... ��..._ No.3 �n,-.,,,,,,�-A.��������-..����������������n,,,,,..,, ......- . . _._... ., . ................................................... ........ o.._..�.......�.............. �._.������......�.� .. ....... ....-. STAFF ® Approwwal, Please note that this is a negative change order. It reduces the cost of the project by 52,189.23. TOTAL ® 1-$52,18 .23 INDIRECT COST: NA ; Yes DIFFERENTIAL OF LOCAL ® NA COST TO COUNTY: None A / perating COST TO ® /A COST TO PFC: Intone REVENUE PRODUCING: N/A AMOUNT PER YEAR: N/A APPROVED BY: County Attorney,/ OMB/Purchasing &� Risk anage ent Included X Not Required DISPOSITION: AGENDA ITEM# MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract # Contract with: Douglas N. 'Higgins, linc. Effective Date: 11/18/2014 Expiration (Date- /A Contract Purpose/Description: Pavement Rehabilitation of Faraldo Circle at Key West International Airport Change Order No.3 ContractManager: Peter Horton # 5200 Airports - Stop # (name) (Ext.) (Department/ Stop) for BOO meeting on........11/16/201..4.._m.......m.......�..�.. ...�. Agenda Deadline: 11/04/2014 �m... ,. ,. ....._.........m.,._.m_...,.. _ _..����.. �...,.......�...... ....�._.��.�_._ ..� �...,. o w , ..._ _ ..-.-....... .. - -.-.—l-1—-------- CONTRACT COSTS Total Dollar Value ofContract- $478,901.60 Current Year Portion: $426712.37 Budgeted? Yes Account Codes: 404-630172-56 630- AKA154- 60 30 Grant: FAA 5% FDOT T D County Match: 5% KWIA 63002-560640 KW Airport ADDITIONAL COSTS Estimated Ongoing Costs: For: .. (not included in dollar value;above) (eg. maintenance, utilities,janitorial,salaries, etc.) ...__. ..... ...._......... _ ............ ...... CONTRACT REVIEW Changes Date In Needed Reviewer Date Out Yes No Airports Director _/.. .._�_I......... ( ..._ ..... . . _ .T t P Hick Mana enen /_d rR° Manage nt O.M.B./Purchasing ./ / ( ( .... 11 � C........... for County Attorney /w__......._1_........... ( V . . ... r. ..._ ..: ../1. Con Comments, ........... .. .................. ......... _ _ ...._ _ . _ _ _ -... ...........................-__......._.......__.....................................__......................... ______............_ .......................... ...-... ........ ......... ......... ... m -- Jacobs Key West International Airport 06/14 Monroe County Pavement Rehabilitation of Faraldo Circle Project No. GAKA154 CHANGE ORDER PROJECT: CHANGE ORDER NO.: 3 Pavement Rehabilitation m ._. ofeFaraldo Circle INITIATED ON; ,._,Octoberr 2,,�,,,2014 CONTRACT: GAKA154 T (Contractor): Douglas N. Higgins 5707 College Road Key West,FL 33040 CONTRACT ATE:October 16,2013 You are hereby authorized and directed to make the following change(s)in this Contract: riginai ContractqAAp tities,have, een adducted to_reflectmt e,as-built,field uant't'es,,,,,,,,I a itio �several_p r„items from Alternate Bid l The opl trc Pavement m kings that were not„ormal awarded were added to the Contract scope o work Additional,backup documentation is attached. The original Contract Sum............................... $ 4789,01.60 Net change by previously approved Change Orders......... $, N/A The Contract Sum will be changed by this Change Order...................... $,.... .............$52 189.23._._.. The new Contract Sum including this Change Order willbe............................................... 42 71237 The Contract Time will be increased by........................................ N/'A A ,,....,.. 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. RECOMMENDED: AGREE T : Jacobs Engineering Douglas N. Higgins, Inc. By By Date AUTHORIZED: Monroe County 100 Simonton Street l r r)�, f"T A wi�R7"'^ x�I.. �ey West, FL 33040 PfL0\/LD, A . ,. .. ... . . "" S� S° As� C)"�'4 �Y' 'G'' �thi :'°� By Date Monroe County Key Vilest International Airport JACOBS Rehabilitation of Faraldo Circle 24-Oct-14 E9Y16720 FINAL QUANTITY AND COST SUMMARY Description 11.1nit jUnit Price jBid Quantity I Bid Cost lAdjustment lAdjusted Price Final Quantity Final Cost BASE BID Mobilizat°son iS $5'7,'763.00 1 $57,763,00 0 $0.00 1 $57,763.00 _...._ ........................................ ..................... MOT L5 $16,500.00 1 $16,500.00 0 $0.00 _1 $16,500,00 Inlet Protection.System EA _...._ $10.5.00 110 $1,050.00 0 $0.00 10 $1,050.00 Rework Liimerock Base SY $8.00 3500 $28,000.00 -3494 .$27,952,00 6 $48,00 ___.. Mnliing sY $B.si1 6500 $55,250.00 -716 -$6,086.00 5784 $49„164.00 Asphalt _ TN $18.5.i00 650 $120,250.00 93,89 -$17,369.65 556.11 $102,880.35 Adyust Misc.Structures__-__...____.___...._._- EA $380.00 _ 10 $3„800,00 _..1 -$1,140.00 7 $2,660.00 ............ ............. _ _- _--__ Type F C&G LF $65.00, 10 $650.00 0 50.0E 110 $650.00 Conc.sidewaVk - SY _., .,. $90,00 50 $4,000.00 120.6 $9,648,00 170.6 w $13,648.00 _ ._.. _ ...._...................................... __ ............... .....-.......................... _.............. Detectable warning EA $345,00 10 $3,450.00 2 $690.00 12 $4,140.00 Performance Turf 5V........_. $11.i00 2.0E mm_ $1,20C1.0o 0 $®.0 200 $z,200.QC1 . ...... ......................................mm................-.. ..._._ .__. _.... 5�,Tc ___w _..._.... .._.. -- - _ ..........__....._ g �...................__ 1.1,800.0E 0 $0.00 2 $11,800.00 Sin Oe Post Sin AS 900.�00 2 $ Paint.White,Solid,6" NNE $1,750.0E 0A $700.00 0.04 $70.00 0.44 $770m Paint,White,solid,12"' LF.. $1.i00 700 $'7001M �� -10.3 -$103.0(1 � 597 $597.00 -- .......__..............___ __ ............ ........... ........._. ..........................___ ._............................... . Paint,White,Solid,28" LF $1.50 350 $525.00 -141.5 $212.25 20&5 $312.75 Paint,White,Solid,24" LF $2.00 650 $1,:300.00 -148 -$29&00 502 $1,004.00' Paint.,White,skip,6"" GM $672.00 0.3 $201.60 0.09 -$60.48 0.21 $141.12 Paint,White,Dot Guide,&°,_............................ _......... ................................ ------- __...... .............�............... ------.._-----_----------I.F $0,50 300 $150.00 185 $92.50 115 $'57.50' Paint,White,Message EAm--.....--._. ______ -------------- . ..__...__ ___._........ _........__....._-.__... __. _.__ $80.00 4 $320.00 0 $0.00 4 $320.00 Paint,W/hite,Arrow EA $19,00 16 $304.00 2 $38,00 18 $342.00 Paint,Yeliow,Solid,6`_------- .... .._ NM $1,740.00 0.2 $348.00 0.06 $104.4C1 0.2.6 $452 40' Paint,Yellow,solid,18 LF-.-........... .............. -.........,_348.. ___...... _ $1.50 450 $675,00 65.5 -$9&25 384.5 $576."TS Painted Curb,Yellow........._...._..._._ LF - .....�.............1,E0 _rw......__....._... 350E 5a,6EE,0U_........................580 ..........._...... $928.00 2920 $4„672.00 Overhead Signs L.S $58,200.00 1 $58„200.00 0 $0,00 1 $58,2100.00 One. DB Conduit LF $21.00 20 $4,200,00 -175 -$3,675.00 25 $525.00 ............... --.-.--.-.-. -.-. -_ . ..-............._...._.. _...... ._............... _............ Two 2"Conc.Duct .F $42A0 50 $2,120.00 5 $212.00 55 $2,332,00 #10 XI3HW Conductor LF.....-.- _-$$-2..'75 800 $2,200.00 16 $44M00 �816 $2,244.00 ._........... _.....__._.......__ ...... ._........_.......__ Pulibox.. __.______.________. EA $2,375,00 3 $7,125,00 0 $0,00 3 $7,125.00 Core Drill Exist Pu llbox FA $240.00 1 $240.00 1 .$240.00 0 �mm$0,00 __....... ............................................. Electrical Connection OH sign IS $21,000:00 1 -_.$21,000,00 0 $0.00 1 $21,000.00 __ ...._ _ .. . ................................... _ _.._....�.................... .............__..... _ .................... Electrical Connection Post Mtd.Sign L5 $1,765.00 1 $1,"765,00 0 $0.00 1 $1,765.00 ._-. _ __ -_...-. --_-_ _ _ww............. __ Modify Entrance Rd.Slgn(Lighting LS $1,'T15.00 1 $1,715.0E 0 50.00 1 $1,'715.00 TOTAL BASE BID $414,101.60 -$47,446,'73 $366,654.87 ADDITIVE BID 1 Concrete C&G Type F LF $36.00 180E $64,800.00 358 $12,888,00 1442 $51,912.E0 -......� ....._____ TOTAL ADDITIWE BID 1 $64,900.00 -$12,888.1001 $51,912.00 ORIGINAL CONTRACTTOTAL $478,901.60 -$60,334.73 $418,566.97' ALTERNATE BID 1-ADDED TO ORIGINAL CONTRACT RPM EA ' ' . $4,.40 S00.... ..$.._2,200,00 500 $1,1$3 U0 1 NN $_4,9a000 - 0. $1,976.00 ---'0 0-4 ------- $19T60 0.44 2,173.50 $1.9 ..... 10 S19S70 S9dThermo,White,Solid,12" 00 3 , ............. ...........................____ ................. ..: ............._.. 4.3E Thermo,White,Solid,18" LF $2.80 350 $98C 00 -141.5 $396.20 20&5 $583.80 Thermo,W hlte,Solid-------...._----------------_.®l.F 53.75 --.....--.-...-. _------ _ _.--.....-.._ .-_ ._. __-.-.._ 650 $2„437.S0 -148 -$555.00 502 $1,882.s0 Thermo,White,Skip,6" GM $1,75U0 0.3 $525.00 -0.09 $15TS0 0.21 $367.50 Thermo,-White,Dot Guide,6` L F 51.0E 300 5300.0E .185 „$185.00 115 $115.00' Thermo,White,Message EA_-- _ $94.00 �..4 $37&00 0 _. $0.00 ...... _ 4 $376.00 _. - _ _ ..................._......._ ............................. ................... 'Thermo,White,Arrow EA $50.00 16 $800,00 2. $100.00 1,8 $900.00' Thermo Yellow,Solid, INM $4,940.00 0.2 $98&00 0.03 $148.20 0.2.3 $1,136 20 Ther 384. $1,076.608 655 $1B3.a0o,Yellow,solid,18` 2 5 NEW CHANGE ORDER PAY ITEEJEm.....--....._..- _......__. ....�.....__......a. ....__-__-... _..._. _ ....w._ ._w_ .. Credit 2r La out.of Markin s V.S � _._ y g. $1,600.00 0 1 �-$5027 010 1 $1,600.E0 �__. ALTERNATE BID 1 $13,�172.50oio $8,1ass0 CHANGE ORDER NO.3 TOTAL -$60,334.73 $8,145.50 -$52,189.23