4th Change Order 05/14/2024 d"' ONROE COUNT / 'NGt INGr/�RO EOT AG
CONTRACT CHANGE ORDER
PROJECT TITLE: Commercial Apron Expansion and Mitigation CHANGE ORDER NO:4
INITIATION DATE: 04/26/2024
TO CONTRACTOR: Charley Toppino&Sons CONTRACT DATE: 10/19/2022
The Contract is changed as follows:
Net chanThe ge by previously al Contract mauthorized Change Order � �� � $17,161, 13. 0
g g r ... .. _. . ..$ 741,713.40
The Contract Sum prior to this Change order was,., ..$19,232,955.19
The Contract Sum is (increased)by this Change Order 4 $ 90,499.50
The Revised 1 Contract Sum including this Change Order .. ........ ... ........ .. .... $19,323,454.69
This Change Order No.4 includes the completion of electrical and communications landside utility relocations at Key West
international Airport due to future footprint conflicts with Concourse A. Scope of work will Include support of utility pole
removal and relocation, Including relocation of impacted lines from Comcast, AT&T„ and keys Energy. Construction
activities will include 'installation of relocated secondary electrical' service drop for AT&T elevated platform and City tiff
Station. Construction activities will include installation of underground conduit„ pole risers, installation of underground
power conductors, terminations, pavement removal and replacement. All work to be completed under this change order
must meet Commercial Apron Expansion and Mitigation Technical Specifications.
The total cost to complete the work as noted within this change order is an increase of $90,499.50. See attached price
quotation from Charley Toppino & Sons, Inc.
Net change to contract Change Order 4: $90,499.50
The project commencement was March 5, 2023.
This Change Order 4 increases contract time by 90 calendar days.
Contractor agrees to accept the increase/decrease in monetary compensation and hereby waives and releases any and all
claims for any additional compensation related to these bid items.
This Change Order 4 represents 0.527 % of the original contract price.
Not valid until avoroved b Owner Architect if a licable a'nd Contractor
0429124
ARCHITECT/ENGINE �_.. Diate
CONTRACTOR
Date
05.08.2024
AIRPORTS DIRECTOR Date
05.14.2024
COUNTY/ASSISTANT ADMINISTRATOR °�—
Date
NROE COl l A nNE`Y
A a E I` RM
PECf O Ja
/�iS'SISTA 1JNT"y ATT011E4
Date 518124
Change Order Attachment per Ordinance No. 004-1999
• Change Order was not included in the original contract specifications. Yes ® No ❑
If Yes, explanation:
1. This additional work was not anticipated as it is in conflict with future concourse footprint development.
• 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 engineer/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:
Attachment 1: Project Area Sketch and Details
o
o
�
o z �
o I o
o
rr w >
0
w
LL
w
0
W0 '
°
0
� x x x x
z
111 //llii%a ii i" Q o
j %rf/Fr �x 0w < w �� o�
lh
�o =a wwo oz=o
w �� �zo w=
wo �z o0 o W
w
o
2 �w z o
w o
0
o lfylil x o z
" z
x� �� ur �.
55'
Q QoTnw> � p
r -, o1B'0 < j w
o 0 0 w
000�
o
p 'o �o Y
I I ��� �
� =You
QO
o�x,w10
�
0.
� pp"
G f��. ow�o w
OU
zh 0
z o
w �z�Q�
j; o -Mo: oo��,� w
i o7,woo
' I
/j i,//ir wwz
/ 0 >�zo
w
Q. ono
r Y Qu
wmo
�� s 1 IN / � ��
of>�z ,. z o-ooUoj zo z
,,/ rirrili I/✓ _
z /
oHou '
f' //' �w
a
z l ����w�w
X a
u
< �o
m 5=
o
s,%' i',,>,/iGrcr r%, a o `�1W(dr,/////t��rlilia!ilii'19l ri;✓fhS^,�iVrdr"�s, �ic�p�jI(l�
n �
wo
w�'o
1x3:w10 a > o w a�
o -
w o,8a�z
zo W2
'G Y1.
, � z
�o � o0
10
o3mjU z zo0o
ffl/(( o
cl
�, LU
ono -IQwpm o� '
urw -zw _ Y E. o z C)
Z
o
lo o �so� Q oo ow ww N�� �:,,
I IN
u)
-.00 w�
QMoo
r<< zLLI
wo zw 'fir
awz��ao x wm
0 �
� �
A
oo
.d
Foz wow
8. wo1
cl
a
wW sz w
N� o
O �/ r
>oo0 z
IN
o
LLz3: %i v O w
o
O � �J F F
�m
z W
r x
O r� /r, w o X
o / 0 l�rr 1 cl z z 0
lo
z� 1 NI��l
r/ Qw r. ) W F
F > ¢ j Wu
Uw ua
z
=w.o o
1 0
11
IN
0.
�. ➢ J w
za Fz oQ
~w w� wow
Q wl=
W
F
cl
W o
W
a
o zu
'w a w
ww��oz - =oo
~ �w
W - Yoo _ I If
_ w o
z
•°' F o ¢
mow �o o<
z
• z � z
O z
z z
w z w��e O O
¢ F U
¢ Q zIN o
Z z z
a N8W NIW��£ ia 0
¢ Z
NIW bZ Q
z
Z
2 Ou
O
O
Attachment 2: Contractor Proposal
qW
Price Quotation
Attention: Kaly Queiroz DATE: 1/19/24
Jacobs
200 W.Forsyth Street,Suite 1520
Jacksonville,FL 32202
ITEMIZED QUANTITIES
Location: 3491 S Roosevelt Blvd,Key West FL 33040
Scope: East Landside Utilities Relocation
Item Description Quantity Units Cost per Unit Line Item Cost Notes
East Landside Utilities Relocation
1 Provide equipment,FDOTconcrets,ardlaborto install 2"underground conduit basedon 10 LS $ 30,450.00 $ 30,450.00
drawing SKE-El arddetails#1 and#3located on drawing SKE-E2.
2 Provide material and labor to install service risers on poles(provided by others)basedon detail 1.0 LS $ 8,500.00 $ 8,500.00
#2 on drewin SKE-E2.
3 Furnish and install new conductors based on note#3 on drawing SKE-El. 1.0 LS $ 10,000.00 $ 10,000.00
4 Provide all necessary wire,raceways connectors,misc.material,etc.to make power 1.0 LS $ 8,500.00 $ 8,500.00
connections for existing meter and Lift station.
5 Provide temporary generator power of 10 kW with fuel fora total of two full working days"Only" 1.0 LS $ 1,000.00 $ 1,000.00
for transient o eretion for lift station and AT&T cabinet.
6 `Provide coordination with Florida Keys Energy and ATT. 1.0 LS $ 1000.00 $ 1 000.00
7 Project Mara er 6.0 Weeks $ 2500.00 $ 15 000.00
8 Proect Administrator 6.0 Weeks $ 1750.00 $ 10500.00
9 GPR Locates 1.0 LS $ 2800.00 $ 2800.00
10 Su—Yin Su—Ylrq 1.0 LS $ 975.00 $ 975.00
Subtotal $ 88,725.00
11 Performance/Payment Bonds$20.00/Thousand 1.0 LS $ 1,774.50 $ 1,774.50
12 Mobilization/Demobilization 1.0 LS
13 General Conditions 1.0 LS
Notes: Quoted as per Plars dated 12/18/2023
Exclusions:
Prepared by:
Estimator
Charley Toppino&Sons,Inc.
FF—Sheet 1 of 1
Date: 1/19/24
Signature: Date:
��+�,��� FALCON :�:1:1.6tD vQ�u'nu»nar �`�p D""�iig I�kiiunar II<arYP ��. '�:�tD .�..4���:1.
.PedroFiIlcoiin.coiirn
.............................................................................................................
01/17/2024
Attention: Jason Pfahl
Roman Orofino
Subject East Landside Utilities Relocation Proposal Request
Location: KWIA, Key West, FL
Dear Mr. Orofino,
We are pleased to submit our electrical proposal for your consideration to install the electrical requirements for
the above referenced project. Our price is based on and in accordance with the electrical drawings and
specifications listed below.
Drawings : SKE-El, SKE-E2. Designed by: Jacobs.
Specifications: None
In addition to, and in clarification of the above,the following is made a part of our quotation:
PFEC offer the following quotation in response to your request for the service referenced below. We will provide
the labor necessary to perform the work based on our interpretation of the specifications provided to us by you. All
work will be performed by technicians who have been trained to perform this work safely and effectively.
Scope of Work:
• Provide equipment, concrete, and labor to install 2" underground conduit based on drawing SKE-E1
and details 41 and 43 located on drawing SKE-E2.
• Provide material and labor to install service risers on poles (provided by others)based on detail 42
on drawing SKE-E2.
• Furnish and install new conductors based on note 43 on drawing SKE-El.
• Provide coordination with Florida Keys Energy and ATT.
• Provide all necessary wire, raceways connectors, misc. material, etc. to make power connections for
existing meter and Lift station.
• Provide temporary generator power of 10 kW with fuel for a total of two full working days
for transient operation for lift station and AT&T cabinet.
Init. / The right choice for the Florida Keys Page 1
We have excluded the following:
• Utility poles salvation by others.
• Design.
• Safety orientation(not included and can be invoiced on an hourly basis.)
• Permitting of any kind.
• GPR Scanning.
• Survey.
• Davis Bacon Wages.
• Bond. (Can be provided during the request ADD 1.5%)
• Temporary toilets and or facility and services.
• Trash container(PFEC will dispose of waste in contractor provided container)
• Work outside of normal working hours(0700— 1700)
Price for work described above: $59,150.00 Fifty-Nine Thousand One Hundred Fifty Dollars
and Zero Cents).
This proposal includes general liability and workman compensation. Proposal is good for Thirty (30)
Days from the date of proposal. All work is to be as specified. All work to be completed in a
workmanlike manner according to the standard practices. All work to be performed Monday through
Friday in normal working hours (7:OOAM to S:OOPM).
a) This proposal is based on performing the entire scope of work described above in one Contract.
b) Any alteration or deviation from the above specifications involving extra costs will be executed only
upon written orders and will become an extra charge over and above this estimates.
c) PFEC shall be paid every month,but no later than 30 calendar days after pay app submission,regardless
if Prime Contractor and or Toppino received payment from Owner.
d) All information on this proposal is confidential and cannot be copied and or distributed without
Pedro Falcon Electrical Contractors,Inc written authorization.
e) Service is quoted as one site mobilization. Delays not attributable to PFEC which result in additional site
visits would result in a request for a change order.
Init. / The right choice for the Florida Keys Page 2
Owner Acce to ance
Print Name Owners Name
Signature Date
Thanks
Sincerely,
Pedro Falcon Electrical Contractors, Inc.
Roman Sviridenko
Project Manager
End of Proposal
Init. / The right choice for the Florida Keys Page 3