Loading...
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 �