HomeMy WebLinkAbout2nd Change Order 12/23/2024 a�,��,�r BOARD OF COUNTY COMMISSIONERS
County of MonroeMayor James K.Scholl,District 3
The Florida Keys Mayor Pro Tem Michelle Lincoln,District 2
Craig Cates,District 1
�. David Rice,District 4
Holly Merrill Raschein,District 5
Memorandum
DATE: 12/23/2024
TO: BOCC
Digitally signed by Kevin
FROM: Kevin G. Wilson, P.E., Assistant Count Administrator`` ��%r`�- ����... G.w°son,P.E.
y C Date:2024.12.23
J 15:46:45-05'00'
SUBJECT: Proposed Change Order to be Approved
Attached is proposed Change Order Memo #2 Gato Building Spalling Repairs project. This change
order increases the final contract sum by $43,219.13. The substantial completion date is increased 14
days to 5/20/2025.
Monroe County Ordinance 027-1998 and subsequent amendments provide authority for the
Administrator to approve change orders within specified limits after providing Board of County
Commissioners with at least 24 hours to review them and pose any questions or objections that they
may have.
It is the Administrator's intent to approve the attached change order under that authority after the 24-
hour BOCC notification time.
MONROE COUNTY/ENGINEERING/ PROJECT MANAGEMENT
CONTRACT CHANGE ORDER
PROJECT TITLE: CHANGE ORDER NO: 02
Gato Building Spalling Repairs INITIATION DATE: 12/13/2024
CONTRACT DATE: 07/17/2024
TO CONTRACTOR:
Sea Tech of the Florida Keys
131 Palomino Horse Trail
Big Pine Key, FL 33043
The Contract is changed as follows:
The original (Contract Sum) (Guaranteed Maximum Price)............................................$824,715.00
Net change by previously authorized Change Orders...................................................$ 20,333.81
The (Contract Sum) (Guaranteed Maximum Price) prior to this Change order was.............$845,048.81
The (Contract Sum) (Guaranteed Maximum Price)will be (increased) (decreased)
(unchanged) by this Change Order.......$ 43,219.13
The new (Contract Sum) (Guaranteed Maximum Price) including this Change Order is........$ 888,267.94
The Contract Time will be (increased) (decreased) (unchanged) by.................................. 14 days
The date of Substantial Completion as of the date of this Change Order is........................ 05/20/2025
Detailed description of change order and justification:
After the discovery of lead during construction the County desires to have the Contractor perform additional
deep cleaning services that were not required as part of the original contract. This change order includes
the cleaning of all horizontal surfaces above 6'8". The Contractor has requested an additional 14 days be
added to the contract to perform this additional work The previous substantial completion date was May 6,
2025.
This change Order is 5.2% of the original contract price.
Not valid until signed by Owner,Architect(if applicable), and Contractor °"V'°'S"`qY '.
ARCHITECT: Daved Saby rFREDAFtG�` 12/2 /24°
Bender&Associates Architects, P.A. Date
Digitally signed by Robin
Robin Szmansky 5zmansky
CONTRACTOR: Date:2024.12.23 15:06:08-osoo'
Sea Tech of the Florida Keys, Inc. Date
Digitally signed by Cary Vick
Cary Vick Date:2024.12.23 15:27:03
DEPARTMENT DIRECTOR -05'00'
Cary Vick Date
Project Management
Digitan
Tina B o a n Datea1ly 2024 12 2signedb7y10111:Tna 58
COUNTY ADMINISTRATOR: -05,00,
Christine Hurley Date
Change Order Attachment per Ordinance No. 005-2023
• Change Order was not included in the original contract specifications. Yes ® No ❑
If Yes, explanation: Additional costs for post construction cleaning not required under original
contract.
• Change Order was included in the original specifications. Yes ❑ No
If Yes, explanation of increase in price:
• Change Order exceeds $100,000 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:
u' I 0 0 0 0 `' .m. cn
N
Oa o 0 0 o G a
a '".�. O o a;
n n N
a
6 Q p o 0
` ry ri
z 7 O v v
Z
K
<
z
v Y z
v C. o° 2
O Q u
o
40 h
o
� V
=o U
O 4J
— V
E
0
V/ O
� O
a �v
a " n lo
e,0
W
ry a
ZO O O O.. <
LU I.��000o 0
o
W
= J
a
w N
a
o
o'
W Q a
� � n
a ^'
O n z
z
W m o
(D n
z O o
a
Q w ry
� n
Ua v
c d
Cf
ry
o
n o a
'o 0
ry
a o vuvi�t c ^ u 0 E
E
v
c
oI � `w
4 J
E m ° Q
o m o _ O
a c,ai Y
-E0 0
0 m � v
v _
w'v,
m o
o..EL -T
O w
? v > Y
a �
a v c
m
O m o Z u Z N
m C 2
W
ay° ary o m
m 4 v z
u u c
s
o y ,n: o o E
o ...3. v w Y oLa O
rvry z u'3o � a � a � o,
y O O Q
C a a
O V.
cc
Z K
H co ...
k V C 0'
cc
O
O w z
0
o z
z ¢
im, a o m v�i V
olecffdch 00%wo iince ,
OF THE FLORIDA KEYS
DESIGN BUILD CONTRACTORS
December 10, 2024
Monroe County Public Works
Attn: Matthew Howard
1100 Simonton St
Key West, FL 33040
Re: Gato Building
Subject: RFC 02-Clean Horizontal Surfaces
We hereby propose to furnish materials, labor and equipment to clean all horizontal surfaces after the
completion of each construction phases as follows:
CONTRACTOR EXPENSES/DIRECT COSTS
5%
ITEM DESCRIPTION UOM CITY UNIT PRICE SUBTOTAL(S) 5%O/H 5%P MGMT TOTALS
Sea Tech hrs $0.00 $0.00 $0.00 $0.00 $0.00
Subtotal $0.00 $0.00 $0.00 $0.00
SUBCONTRACTOR WORK
5%
ITEM DESCRIPTION UOM CITY UNIT PRICE SUBTOTAL(S) 5%O/H 5%P MGMT TOTALS
KC Phase I-Deep Cleaning Post
Cleaning Construction ea 1 10266 $10,266.00 $513.30 $10,779.30
KC Phase 11-Deep Cleaning Post
Cleaning Construction ea 1 613 $613.00 $30.65 $643.65
KC Phase III-Deep Cleaning Post
Cleaning Construction ea 1 1838 $1,838.00 $91.90 $1,929.90
KC Phase IV-Deep Cleaning Post
Cleaning Construction ea 1 6536 $6,536.00 $326.80 $6,862.80
KC Phase V-Deep Cleaning Post
Cleaning Construction ea 1 2860 $2,860.00 $143.00 $3,003.00
KC Phase VI-Deep Cleaning Post
Cleaning Construction ea 1 2451 $2,451.00 $122.55 $2,573.55
KC Phase VII-Deep Cleaning Post
Cleaning Construction ea 1 1021 $1,021.00 $51.05 $1,072.05
KC Phase Vill-Deep Cleaning Post
Cleaning Construction ea 1 409 $409.00 $20.45 $429.45
KC Phase IX-Deep Cleaning Post
Cleaning Construction ea 1 817 $817.00 $40.85 $857.85
KC Phase X-Deep Cleaning Post
Cleaning Construction ea 1 2043 $2,043.00 $102.15 $2,145.15
KC Phase XI-Deep Cleaning Post
Cleaning Construction ea 1 3472 $3,472.00 $173.60 $3,645.60
KC Phase XII-Deep Cleaning Post
Cleaning Construction ea 1 1634 $1,634.00 $81.70 $1,715.70
KC Phase XIII-Deep Cleaning Post
Cleaning Construction ea 1 4289 $4,289.00 $214.45 $4,503.45
KC Phase XIV-Deep Cleaning Post
Cleaning Construction ea 1 2043 $2,043.00 $102.15 $2,145.15
Subtotal $40,292.00 $0.00 $0.00 $2,014.60 $42,306.60
ITEM DESCRIPTION TOTALS
Page 1 of 18
P&P Bond @ 2.5% $1,057.67
Subtotal $1,057.67
Overhead at 5% $0.00
Profit at 5% $0.00
Management at 5% $1,874,00$21„034160°
Taxes $0.00
CHANGE ORDER GRAND TOTAL $4.3,219,1.3 $„dg
All material is guaranteed to be as specified and the above work to be performed in accordance with the
manufacturer's specifications and completed in a substantial workmanlike manner for the sum o£ APPR(W D
Forty-Three Thousand, Three Hundred Sixty-Four.77/100-----------------------Dollars $ ,
Payment in full upon completion.
Excludes Permit/Engineering Fees. Any alteration or deviation from above specifications involving extra costs will
be executed only upon written orders and will become an extra charge over and above the estimate. All agreements
contingent upon strikes, accidents,or delays beyond our control. Owner to carry fire,tornado and other necessary
insurance upon above work. Workers Compensation and General Liability insurance on above work will be taken
out by SEA TECH,INC. Note-This proposal may be withdrawn by us if not accepted within 30 days.
ACCEPTANCE OF PROPOSAL
The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do
the specified work. Payment will be made as outlined above.
Signature Date
III iir flie G lire it III Cundi'tibns of flie Agre&n&n't, saIIIes "taxc it e iin t be
llkrldbded Whein c III CL III .f li iin flllii 5% II irr iir ii t fee. Sepat"tadhed
IV lire Illhi t sIhowikng corrected c III CL III .fl lire.
Page 2 of 18
K Christopher Clean LLC
3029 North Roosevelt Boulevard ( 48 ( Key West, Florida 33040
,-AID 305 230 7385 ( info@kcclean-cares.com ( www.kcclean-cares.com
C CW
RECIPIENT: IIIII N IIIIIIINI
Sea Tech of the Florida Keys
IIIIIII��III IIIIIIIOIIIIIIIIIII�I�IIIIIII IIIII��I IIII�III� IIIII IIIII IIIII
131 Palomino Horse Trl Sent on Dec 08, 2024
Big Pine Key,FL 33043 ulllulllupllll�l�plllllllll�l�l �ll µllllll A f f f
IIII�IIIIIIIIIIIIIIIIIIII�IIIIIIIIIIII�IIII Illludllll IIIIIIIIIII IIIII Rio IIIIIIIII IIIIIII IIIIIIII III IIIIIIII IIIIIII
SERVICE ADDRESS:
Florida Department of Heath in Monroe County(Gato building)
1100 Simonton Street
Key West, Florida 33040
(IIIIIIII „ III�(IIIIIIIII�IIIIIIIIIIII(IIIII (IIIIIIIIIII� �I�� IIIIIIII IIIIIIIIIIIINu�
uulllll�uI�NVuuuu IIIIIIIIIII lllll�ill IIIIIII IIIIIII IuuuI�II luuu�If iudIIlVuu�lll�6uuul�luul�l � luuuuu��iuuul luuuul IIIIIIII Iudlllul I��uul��luululVuuu�ul�Nlu � Illllllllllllll IIIII um�� IIIIIIIIIII iIuIIVuI lu Nuu uulllll�ul�Nul IIIIIII uuu�l II ��VuIlluuu�l uul luu�uluu
Post Construction Cleaning To include:
-Cleaning of 50 rooms of similar sizes.
-1 x large lobby area.
-Corridors
The surface area is based on specific areas
marked on the floor plans given at the time of
viewing.
Client notified of potential lead particles found in
the building. KC Clean will take all care and
attention to use the relevant PPE, cleaning
products, and water to effectively remove any
surface particles.
Client recomendation:Air filtration to remove any
airborne particles.
Areas of attention:
-Walls
-Blinds
-Windows (Both sides of all internal windows, as
well as the interior of all outer/perimeter
windows)
-High ducting, AC, and pipe work
All high cleaning will involve using ladders and
extension poles.
Additional general cleaning of floors and surfaces
will be completed.
1 of 2 pages
K Christopher Clean LLC
3029 North Roosevelt Boulevard ( 48 ( Key West, Florida 33040
` AI 305 230 7385 ( info@kcclean-cares.com I www.kcclean-cares.com
C CW
IIIIIIIII II IIIIIIIIII IIII IIIIIIIIIIII III .I II III IIII IIII IIIIIIIIII IIIIIIIIIIII � ���� IIIII�I IIIIII.IIIIIIIIII IIIIII II II III IIII IIII I IIII��illlllll II III IIII IIIIII IIII IIIII IIII IIIIII hll IIIII IIII I II I I IIIIII II�NVuI ulll lu�l ull ul uu�l lu�lf llllll���ull�lu� � Illu��lul uul llu 111 11��u��u lllul�ll��l � VUUUUUUUUUUUUUUUVUUUUUUUUUUUUUUUUUUUUUUUUU ���uudUVuuu�uu�uuuuUu�'UU�
�IU�IU�IU�IUIIIII11111III� IIII ���IU�IU�IU�I�
Charges The rate includes all materials, products and
labor.
The cost is based on 8 a.m.to 4:30 p.m.Any
overrunning of this time will be covered by KC
Clean, guaranteeing that no additional labor
fees will be added to this cost.Any unforeseen
or hidden obstacles, other than those disclosed
and observed at the time of the viewing, may
result in extra fees.This will be discussed with
the client at the time found.
Phase1 1 9.1550
Phase 11 1 570
Phase 111 1 1,710
Phase IV 1 6.,666
Phase V 1 2.1660
Phase VI 1 2.,20
Phase VII 1 956
Phase IIIII 1 360
Phase IX 1 760
Phase X 1 1.1900
Phase XI 1 3.1230
Phase XII 1 1.,520
Phase XIII 1 3.,990
Phase XIV" 1 1 X0
Subtotal $37,480.00
This quote is valid for 30 days, after which values may be subject to Bales Tax 7.5%, $2,811.00
change. Total $40„291.00
2 of 2 pages
c cn
4F 4- (�
G c
�y c M Q
CIDz c w a
° a)
° _
J c U a
Q ° ° M nA
a) U) a) E c
a c� U Q cn ° 4�
O � E ° ° to -P o
� L a- Cl) o z a a
l
II
I
�a
y
w
I.
r
r '
I % w ,
I
w�
yry g
I
g
..•-ilia � �
- - II
c cn
4F 4- (�
G c
c M Q
z c w a
° ° _ a)
J c U a to
Q ° °
a) U) a) E c
a c� U Q cn ° .�
O � E ° ° o
(DW cn o z a a
CO
ca
u......,, ' ' r r.. 3� ✓ t - Y y f; �.. , r
w
., w
ry
g
M
w
i
g
f
u . .p j i
c cn
4F 4- (�
G c
c M Q
CIDz c w a
° ° _ a)
J c U a to
Q ° °
a) U) a) E c
a c� U Q cn ° .�
O � E ° ° o
0L a- Cl) o z a a
CO
ca
r
w ,
ti
a
x /
w f
.a r
II�� Ilj_ III, w
II
/L.
� �
. . r �.
III
d,
i /i
c cn
4F 4- (�
G c
Cy a) c m Q
z c w a
° ° _ a)
J c U a to
Q ° °
a) U) a) E c
a c� U Q cn ° .�
O � E ° o to .-P o a)
� L a- Cl) o z a a
u
, III
M
w �
A.
,
l �
c cn
4F 4- (�
G c
Cy a) c M Q
z c w a
° ° _ a)
J c U a to
Q ° °
a) U) a) E c
a c� U Q cn ° .�
00 E ° ° to -P o
Ca') L a Cl) 0 z Q Q
� !
11 IIL II f�l.
cn
ca
ON
....../ E
E Ecn
8 _
a
i
i
c
4F 4- (�
G c
Cy a) c m Q
z c w a
}, ° ° _
J c U a to
Q ° °
a) U) a) E c
a c� U Q cn °
N �
0 p c o a a� o
ca
Ja
cn
i
i
c cn
4F 4- (�
G c
c M Q
CIDz c w a
}, ° ° _ a)
J c U a to
Q ° °
a) U) a) E c
a U c� Q cn ° 4�
N � a� U
00 c o
01 L a Cl) o z a a
caCO
..... r r ,rl r
77 ..........................
ti
d.
�„ YI
Y
a
f
u a�
r
r
r
i
h::a
I�
t
i
,r
u
�
it
... ..,III ,
I
I /
,
r
J �
..
c cn
4F 4- (�
G c
c M Q
z c w a
}, ° ° _ a)
J c U a to
Q ° °
a) U) a) E c
a U c� Q cn ° 4�
ch � a� U
00 c o
01 L a cn o z a a
v'h Yv
r '
/ 4
r r✓riv r✓ ern✓r'rrr
„
CO
ca
Ts
,Y.
17 ,
,
1
i'
u 1�
m"
• ;H
- y
/
All
s'
I
r
�,.
I 4
r
l� ti
r `
1
r
,
k
y
I I
��'� / 1� � III yr✓ / ��` l
1
1
1
�',.�„ I '��✓ � �� .:,� �� I � .�a���� � .,...,,,, I III.'� �`�� , �� II f,
i
I /
11
,
III Il"
J �
.. I r I I r
c cn
4F 4- (�
G c
c m Q
z c w a
}, ° ° _ a)
J c U a to
Q ° °+� a) U) a) E c
a U c� Q cn ° 4�
00 ° ° > o
00 W cn 0 z Q Q
4 Pill CO
ca
,; _��• r....... r r r� r
jol
I al
III ........
t i
Wk
• ;v
U,
A
r
e
e„
+i Hr. I •�
x
a.
J
i
t
III
4
Ji
n
uuum mum,
•,...,,�,\
I
J �
..
c
4F 4- (�
G c
c M Q
CIDz c w a
}, ° ° _
J c U a to
Q ° °+� a) U) a) E c
a U c� Q cn °
O cn ° ° o
C. a cn 0 z co
u
W
CO
ca
NO
%
a
III /WOMEN
,
upuuu
s
e ,I
k
h::.l I AN,
I I
Mill
a III
as
u
;i 14
i
110
it
III Il ''
J �
..
c cn
4F 4- (�
G c
c M a
z c w a
}, ° ° _ a)
J c U a to
Q ° °+� a) U) a) E c
a U c� Q cn ° 4�
N � a� U U)
00 c o
� E ° ° nio o
0 W a cn o z °
a a
ull
Af JV
I f
uum uuu �
CO
ca
MISS/
All
ME
II X
py
y„ ...�. IIII �t'��e r ,+✓ ���
I I
tta
d y ' F :i
um II q r
t
{
,
o
III
"� '
c cn
4F 4- (�
G c
C j a) c m a
z c w a
}, ° ° _ a)
J c U a to
Q ° °+� a) U) a) E c
a U c� Q cn ° 4�
N � a� U
00
�
E ° ° nio o
0 a cn 0 Z ° Rllllllllllll
W a �- a
cn
ca
Wpm'N
%/ j �
1Fill
A
+ ��uuuuuu
r
;e
A i
I
T
... ..III
u IIII '� III II ��
IL�..
T III ... ..
,III
c cn
4F 4- (�
G c
Cy a) c m Q
z c w a
}, ° ° _ a)
J c U a to
Q ° °+� a) U) a) E c
a U c� Q cn ° 4�
ch � °� U U U)
Op c E—
cn ° ° > o
00 W a cn 0 z Q Q u
cn
ca
Wpm'N
rill SO
�f
1 E,
1 � �j
i
HIN
a , �
..............
............
�Y/
.............................
r
�•^v �, is
II,
f
w
� G
r �