HomeMy WebLinkAbout2nd Change Order 01/24/2025 G BOARD OF COUNTY COMMISSIONERS
County of MonroeMayor James K. Scholl,District 3
e FloridaKeys i Mayor Pro Tem Michelle Lincoln,District 2
y g Craig Cates,District I
David Rice,District 4
Holly Merrill Raschein,District 5
Memorandum
DATE: 1/16/2025
TO: BOCC
Digitally signed by Kevin
G.Wilson,P.E.
FROM: Kevin G. Wilson, P.E., Assistant County Administrator Date:2025.01.16
13:04:04-05'00'
Christine Digitally signed by
THRU: Christine Hurley, County Administrator Christine Hurley
Hurley Date:2025.01.20
14:07:45-05'00'
SUBJECT: Proposed Change Order to be Approved
Attached is proposed Change Order Memo#2 Key Largo III Roadway and Drainage Project. This
change order increases the final contract sum by$6,073.78. The substantial completion date is
increased 1 day to 7/24/2025.
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.
Docusign Envelope ID:81 EA479D-9BD3-45E6-B4DE-88B79D07ECFF
MONROE COUNTY/ENGINEERING/ PROJECT MANAGEMENT
CONTRACT CHANGE ORDER
PROJECT TITLE: Key Largo III Roadway and Drainage Project CHANGE ORDER NO: 2
INITIATION DATE: 1.9.25
TO CONTRACTOR: H&R Paving, Inc. CONTRACT DATE: 5.15.24
The Contract is changed as follows:
The original Contract Sum ......................................................................................$2,056,580.59
Net change by previously authorized Change Order 1................... ................................ $33,176.80
The Contract Sum prior to this Change order was.................................................. ....$2,089,757.39
The Contract Sum is(increased) by this Change Order 2 $6,073.78
The Revised Contract Sum including this Change Order2 ............................................ $2,095,831.17
Pursuant to contract article 7.2.2, the cost or credit to the owner resulting from a change in the Work shall be
determined in one or more of the following:
7.2.2.1 mutual acceptance of lump sum properly itemized and supported by sufficient substantiating data to permit
evaluation
7.2.2.2 unit prices stated in the Contract Documents or subsequently agreed upon
7.2.2.3 cost to be determined in a manner agreed upon by the parties and a mutually acceptable fixed or
percentage fee
H&R Paving subcontractor(TransFlorida) to remove existing abandoned underground 24 inch wide by approximately
20 ft long elliptical corrugated metal cross drain pipe across Dove Lake Rd at station 80+80.
Net changes to the contract:
Lump Sum Amount-Total Change Order 2 $6,073.78
The project commencement was 7.8.24. Original contract 365 calendar days 7.8.25. Change Order 1 revised
substantial completion date to 7.23.25.
Contractor agrees to accept the increase of$6,073.78 in monetary compensation and hereby waives and releases any
and all claims for any additional compensation related to these bid items.
This Change Order 2 adds 1 day to the contract for a revised substantial completion date of 7.24.25.
This Change Order 2 is (.0029%-less than 1%)of the original contract price.
This change was approved by the Engineer of Record (WSP USA, Inc) and the CEI (KCA, Inc.).
Not valid until signed by Contractor County -ack:ru mdp"Iedn,by+DOT.
Santiago b Lopez DrN ,o— Paving ln,
dnQualifier=AD1410C00000190C207BEBC0002ACOE,
CONTRACTOR -Santiago O Lopez
Dace:zozs.otoe 1 s:zs:oa-os'Do'
Date
Digital ly sig ned by Judith Clarke,
ENGINEERING SERVICES DIRECTOR Judith Clarke,P.E. P.E.
Date:2025.01.15 15:41:02-OS'DO'
Digitally signed by Kevin Date
G.Wilson,P.E.
Date:2025.01.24
COUNTY ADMINISTRATOR 11:35:34-05'00'
Date
(Acknowledged by) FLORIDA DEP PAENTeOF TRANSPORTATION (451622 SCOP FUNDED)
�,Ai'jan Att,Sa. FHWA Participation Cost: $0
FDOT (451622-1-54-02) FHWA Participation Time: 1 days
Concurrence: �11
LAP - Construction Oversight Date
APPROVED AS TO ECDIRM
CHRI TWE UMBERT-113ARROWS
BR,ASSISTANT CjT 'F'Y A'1"TORNE:Y
DATES 1/9/25
Docusign Envelope ID:81 EA479D-9BD3-45E6-B4DE-88B79D07ECFF
Change Order Attachment per Ordinance No. 004-1999
• Change Order was not included in the original contract specifications. Yes ® No ❑
If Yes, explanation: Unforeseen condition — Buried steel pipe in conflict with drainage installation on
Dove Lake Rd.
• 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:
N rV
r
a,
co
LU
44
LL
LL
r ( i
y
r
r
ULU
r �
00
LU
r ,r,
MM
1rx-
�
W " � q
v L r
o CP
wrVa� r
00
V
a
a�
w
c
rn
N
U
O
0
Docusign Envelope ID:81 EA479D-9BD3-45E6-B4DE-88B79D07ECFF
H&R Paving, Inc.
Project: Key Largo III Roadway Improvements Project Date: 9-Jan-26
Contract No: G2T06&G2P46
Description: Remove Abandoned 24"Eliptical Corrugated Metal Cross drain
RCO#02
ITEM DESCRIPTION UNIT QTY UNIT PRICE TOTAL
Remove abandoned 24"eliptical corrugated metal cross dran across LS 1 $6,073.78 $6,073.78
Dove Lake Rd at Station 80+80
Total $6,073.78
Requested working days Days 1
Santiago Lopez,PROJECT MANAGER
REFERENCE DOCUMENTS:
1 Attached Trans Florida CO
2
3
Docusign Envelope ID:81 EA479D-9BD3-45E6-B4DE-88B79D07ECFF
H&R Paving, Inc.
119125
RCO#02
SECTION 1: H&R Direct Work and Cost
1 LABOR Description Rate HRs Burden
Su btotal $0.00
2 Materials&Supplies Rate Qty Unit
Su btotal $0.00
3 EQUIPMENT Rate HRs
Su btotal $0.00
Subtotal: Labor, Materialsa, Equipm( $0.00
4 Direct Markup Costs Per Section 4-3.2.1
H&R Paving 17.5% Markup on Labor, Materials&Equipment $0.00
SECTION 1 TOTAL COST= $0.00
SECTION 2: Subcontractor Work and Cost
5 Subcontractor Costs Qty Unit Unit Cost
Trans Florida CO 1 LS $ 5,521.62 $ 5,521.62
Subtotal $5,521.62
6 Indirect Markup Costs
H&R Paving 10% Markup on Subcontractors $552.16
SECTION 2 TOTAL COST= $6,073.78
H&R PAVING GRAND TOTAL = $6,073.78
Docusign Envelope ID:81 EA479D-9BD3-45E6-B4DE-88B79D07ECFF
EXTRA WORK-Direct Cost Breakdown
DESCRIPTION OF EXTRA WORK ACTIVITIES
REMOVE ABANDONED 24"ELLIPTICAL CORRUGATED METAL CROSS DRAIN ACROSS DOVE LAKE RD STA 80+80/
PAGE RD-25
CO#2 Total Crew Time 1 DAY Total Equipment 0
ITEM DESCRIPTION
Multiple Delays as described above
Extra work-Direct cost breakdown Time: Hrs
A.-Labor Requirements Qty Regular Regular(Hrs) Stand-by overtime(Hrs) Amount
Description Rate/Hr Time 0.00
Superintendent 1 0.00 $0.00
Working Foreman 1 $ 43.75 7.00 0.00 $306.25
Pipe Layer 1 $ 28.36 7.00 0.00 $198.52
Truck Driver 1 $ 22.00 7.00 0.00 $154.00
Excavator Operator 1 0.00 $0.00
Loader Operator 1 $ 30.16 7.00 0.00 $211.12
Laborer 1 $ 17.50 7.00 0.00 $122.50
7 Sub-Total $992.39
48.5%Labor Burden: $481.31
Labor Including Burden: $1,473.70
Allowable Mark Up 15% $221.05
Total Labor " $1,694.75
Rental Time 832 Operating Hours
B.-Equipment Requirements Qty Rate/Hr Operating Operating Duration Amount
Description Cost/Hr Hours Hrs
Cat3330 Excavator 1 $ 103.59 $ 3.00 7.00 $725.13
Loader 1 $ 172.18 8.00 7.00 $1,205.26
Dump Truck 1 $ 55.65 3.00 7.00 $339.55
Tamper 900 lb 1 $ 35.00 8.00 7.00 $245.00
Rented Equipment
Weekl $ $ 1.00 1.00 $0.00
Weekl $ $ 1.00 1.00 $0.00
Sub Total $2,564.94
Allowable Mark Up10% $256.49
C.-Material Total Equipment " $2,821.43
Qty Unit Rate wlTax Amount
LIMEROCK 15 ton $ 45.00 $ 675.00
$675.00
Allowable Mark Up10% $67.50
D.-Subcontractor Requirements Total Mateials " $742.50
Subcontractor Qty Unit Rate wlTax Duration Amount
$0.00
Sub Total $0.00
Allowable Mark Up 10% $0.00
E.-Misc. Requirements Total Subcontractor " $000
Description Qty Unit Rate wlTax Duration Amount
------------------------------------------------------------------------------------------------------------------------ ----------- ----------------
Sub Total $0.00
Allowable Mark Up 10Y $0.00
Total Misc. $000
Total:1 $5,258.69
Additional H&R Paving Contract Markup 5% $262.93
GRAND TOTAL: $5,521.62
Gt /;
u
li
_. _ __
tl�l i91����1 80 81,
BOARD OF COUNTY COMMISSIONERS
County of Monroe �� 'j rPll \ Mayor James K.Scholl,District 3
Mayor Pro Tem Michelle Lincoln,District 2
TheFlorida Keys Craig Cates,District 1
David Rice,District 4
Holly Merrill Raschein,District 5
TO: Clerk Kevin Madok
FROM: Christine Hurley, AICP, County Administrator
DATE: January 23, 2025
SUBJECT: Out of Office
I will be out of the County working intermittently on Friday, January 24, 2025, and possibly Monday,
January 27, 2025, if not called for Jury Duty. During my absence, Kevin Wilson, Assistant County
Administrator, shall have full authority to act on my behalf.
Christine Digitally signed by
Christine Hurley
H u rl e Date:2025.01.23
Y 12:02:39-05'00'
Christine Hurley, AICP
Cc: County Commissioners and Aides
County Attorney
Senior Management
Payroll
Finance