Item C18 C18
BOARD OF COUNTY COMMISSIONERS
COUNTY of MONROE Mayor James K.Scholl,District 3
The Florida Keys Mayor Pro Tern Michelle Lincoln,District 2
Craig Cates,District 1
David Rice,District 4
Holly Merrill Raschein,District 5
Board of County Commissioners Meeting
February 19, 2025
Agenda Item Number: C 18
2023-3635
BULK ITEM: Yes DEPARTMENT: Project Management
TIME APPROXIMATE: STAFF CONTACT: Cary Vick
n/a
AGENDA ITEM WORDING: Report of monthly change orders for the month of January 2025,
reviewed by the County Administrator/Assistant County Administrator.
ITEM BACKGROUND:
There were two (2) change orders considered and approved by the County Administrator/Assistant
Administrator for the period beginning 01/01/2025 and ending 01/31/2025 for a total of$6,073.78.
There were no change order requests denied.
PREVIOUS RELEVANT BOCC ACTION:
On September 9, 1998, Ordinance No 027-1998 was adopted in order to provide that the County
Administrator may approve separate, non-cumulative change orders for construction projects and
professional service contracts in amounts not to exceed $50,000 (as amended per Ordinance No. 024-
2015), or 5% of the original contract price, whichever is greater.
On April 19, 2023, Ordinance 005-2023 was adopted in order to provide that the County Administrator
may approve separate, non-cumulative change orders for construction projects and professional service
contracts in amounts not to exceed $100,000 or 5% of the original contract price, whichever is greater.
The BOCC requested a monthly report of all change orders considered by the County Administrator.
INSURANCE REQUIRED:
No
CONTRACT/AGREEMENT CHANGES:
N/A
STAFF RECOMMENDATION: N/A
839
DOCUMENTATION:
Change Order Rpt Jan 2025.pdf
FINANCIAL IMPACT:
N/A
840
/ k \ �Ln
� ` �± ƒ
7 $ « E
§ t = » »
� E % q
w / )
q ` u2
v 70 0U � /
m /m )
/c, O,§
{ > fu
Ln \
0 0> -
jkLn //Ln
n
E » §
ƒ a ¥ / d §
2 LL LuLuLLI Ln
O aR \_ \ 0.
Z ' � 0C) ~ /
Q
� 0LL co
q c
LLJ
E \ a M
o Z e °
_4 - L C
O LU \ {
_
Z / \ § @
2 0 0 ƒ 3 ) 2
= � Z \ CD
Go
0 w M R CD
� / oCo �
Zp 2 1 io!)-
w
0 O
� %
U LU O oLL
%
w U
zz
0
o U ® k
O Si_ E 2
U / /
> =S
0 } \ �
U
«
f 0
v ) w < \ C
% ) ƒ j { /
a 0) £ ( ƒ
f %/ £
G0
G 2
841
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-ackrf9m edn,q-FBOT.
Santiago b Lopez D Sa Paving ln,
&11-111—.1.141131.H WllglB-I.002AC0E,
CONTRACTOR —Santiago O Lopez
Data 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 15:41:02-05'00'
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 ME'WTeOF TRANSPORTATION (451622 SCOP FUNDED)
an NSs. FHWA Participation Cost: $0
FDOT (451622-1-54-02) FHWA Participation Time: 1 days
Concurrence:
LAP - construction oversight Date
MONIpY'OE COUNTY AT ORNE"CAPPROVED AS TO FORM
HRISTINE Bn MB,g�E:RIp�T'-'O,A'TtROWS
,�� .1,fiY ATTORNEY 842
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:
843
r
i u ii r1irV� ��
r
r AIM r
1 io
�..,, r P � u I J �✓�rti„
r i!
0LL
1
LL
LU
in
co
00
rµ ti
r
C? co
w �A✓ u,
LO
W
V
❑ C '„ rt�„ � 'r�}„ to�r �'"� f� � r'r"
1 d
W LO
•■
CL
a�
c
W
c
N
3
0 844
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
845
Docusign Envelope ID:81 EA479D-9BD3-45E6-B4DE-88B79D07ECFF
H&R Paving, Inc. e
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, Equipme $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
Su btotal $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
846
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 RatelHr 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 1554 $221.05
Total Labor ll $1,694.75
Rental Time 832 Operating Hours
B.-Equipment Requirements Qty RatelHr Operating Operating Duration Amount
Description Cast/Hr Hours (Hrs)
Cat3330 Excavator 1 $ 103.59 $ 8.00 7.00 $725.13
Loader 1 $ 172.13 8.00 7.00 $1,205.26
Dump Truck 1 $ 55.65 8.00 7.00 $389.55
Tamper 900 lb 1 $ 35.00 8.00 7.00 $245.00
Rented E ui ment
Week' $ $ 1.00 1.00 $0.00
Week' $ $ 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 w/Tax Amount
LIMEROCK 15 ton $ 45.00 $ 675.00
$675.00
Allowable Mark Up105/ $67.50
D.-Subcontractor Requirements Total Mateials $742.50
Subcontractor Qty Unit Rate w/Tax Duration Amount
$0.00
Sub Total $0.00
Allowable Mark Up 1054 $0.00
E,Misc. Requirements Total Subcontractor $0.00
Description Qty Unit Rate w/Tax Duration Amount
Sub Total $0.00
Allowable Mark Up 10% $0.00
Total Misc. " $000
Total: $5,258.69
Additional H&R Paving Contract Markup 5% $262.93
YII c u, GRAND TOTAL: $5,521.62
� u
f9 190 it 1
u
of� (2 A
_
�
M µ 13,rr,r.Crr t,41�k: ,�
847
Monroe County/Engineering/ Project Management
CONTRACT CHANGE OMER
PROJECT TITLE:
FL Keys Marathon Airport Non-Aeronautical Use Building (EOC) CHANGE ORDER NO: 047
INITIATION DATE: 1/23/2025
CONTRACT DATE: 11/03/2021
TO CONTRACTOR:
Ajax Building Company, LLC
109 Commerce Boulevard
Oldsmar, FL 34677
The Contract is changed as follows:
The original (Contract Sum) (Guaranteed Maximum Price)..................................... $31,856,275.00
Net change by previously authorized Change Orders................................................... ($5,151,123.52)
The (Contract Suml (Guaranteed Maximum Price) prior to this Change order was....... $26,705,151.48
The (Contract Sum) (Guaranteed Maximum Price) will be (increased) (decreased)
(unchanged) by this Change Order................... ($0.00)
The new (Contract Sum)(Guaranteed Maximum Price) including this Change Order is. $26,705,151.48
The Contract Time will be (increased) (decreased) (unchanged) by........................... 78 days
The date of Substantial Completion as of the date of this Change Order is ................. 04/19/2024
Detailed description of change order and justification:
The project schedule has been impacted by procurement timelines and delays beyond the control of the
Owner(Monroe County BOCC) and the Contractor(Ajax Building Company), necessitating a no-cost time
extension in order to complete the project scope. This Change Order covers the work to receive and install
the back-ordered components of the EV chargers and the Building Department inspections needed for the
EV chargers'completion on 01103125.
The new Substantial Completion date as of execution of this Change Order will be 411912024 and the
new Final Completion date will be 11312025.
The net change to the GMP of$0.00.
Change order is 0.00% of original contract price.
Not valid until signed by Owner,Architect(if applicable), and Contractor
Mickey Pruitt dam
ARCHITECT:
Architects Design Group, Inc. Date
ZRalA a/M1ly'W 4Mlgwnr.^ebdl I1r1yI C��LIY n,..$VLL—1 V.1k,
Marshall
CONTRACTOR: .k;:r9-11.
D. 262,01�.312 04 46.6,wr
Ajax Building Company, LLC Date
Car Digitally signed by Cary Vick
DEPARTMENT DIRECTOR: y Vick Date:2025.01.2315:36:16
-05'00'
Cary Vick Date
Project Management
Christine Hurle Digitally signed by Christine Hurley
COUNTY/ASSISTANT ADMINISTRATOR: Y Date:2025.01.29 17:24:32-05'00'
Christine Hurley Date
Kevin Wilson
848
CHANGE ORDER LEDGER
FL Keys Marathon Airport Non-Aeronautical Use Building (EOC)
�
1/23/2025
ICI Im
mi III.® il l'VI
138 Days $5,1.51,,12 Ilm.u'2)
II
� w mi III.
01 CDP#01 L&W Supply CDP Framing and Drywall 0 ( 308,749,r )
02 CDP#02 Seaman CDP Membrane Roofing 0 ( 386,66"),0!))
Corporation
03 CDP#03 Seaman CDP Temporary Roofing 0 ($38 811 00)
Corporation
04 ODP#04 DH Pace Company, CDP Doors, Frames, 0 ($ 93,!)88 00)
Inc Hardware
05 CDP#05 Polymershapes CDP Strorefronts 0 ($!)'10 '87 00)
Holding, Inc. dba Insulgard
Security Products
06 CDP#06 Commercial Air CDP HVAC Equipment 0 ($8! 420,00)
Management, Inc.
07 CDP#07 Trane U.S. Inc. CDP HVAC Equipment 0 ($ Emm E+aw 00)
08 CDP#08 Tex-Cote LLC CDP Paint 0 ( !),74 7,00)
09 CDP#09 White Cap, LP CDP Rebar 0 ( 368 3 e'I 38)
10 CDP#10 City Electric Supply CDP Electrical 0 ($73,466,0 )
11 CDP#11 Electrical Supplies, CDP Gear Package 0 ($44 1,620,00)
12 CDP#12 Monroe Concrete CDP Concrete 0 ($!)0 068 00)
Products
13 CDP#13 Barnes Alarm CDP Alarm Equipment 0 ($44,1 J 7A )
14 CDP#14 Stewart& CDP Generators 0 ($69 !)3 00)
Stevenson LLC
15 CDP#05 and#08 Freight Add back the cost of freight 0 $30,935.00
Cost Correction inadvertently included in CDP
request
16 CDP#15 Bonded Lightning CDP Electrical 0 ($20,8 A0)
Protection Systems, Inc.
17 CDP#16 Ferguson CDP Storm Piping 0 ( A A°i ")24,A
18 CDP#17 Technical Sales CDP Lift Station 0 ($ 0 70,00)
19 CDP#18 Concrete Products CDP Storm Structures 0 ($ 9,03.p...,00)
of the Palm Beaches
CANCELLED CDP#19 -Sesco Lighting CDP Lighting $0.00
849
CHANGE ORDER LEDGER
20 ODP #20 - Foundation CDP ACT Grid &Tile 0 ($86,96" 9 )
Building Materials
21 ODP#21 AVI CDP Cable, Connectors, 0 ( 9 A 7!) l )
Hardware, etc.
22 ODP#22 Rexel CDP Lighting 0 ($30 p.„000,00)
23 ODP#23 TK Elevator CDP Elevator Components 0 ( A 0 ,94 3,00)
24 ODP#24 Patterson Pope CDP Lockers and Shelving 0 ($ 878 ") )
25 ODP#25 Rexel CDP Cable Connectors 0 ( 2") 4!)9 A 0)
26 ODP#26 Stephens Pipe CDP Fencing ( 0 p"` i 9)
27 ODP#12 Monroe Concrete Increased current PO by 0 ($p. 0,600,00)
Products $190,600.00
28 ODP#23 TK Elevator Cancel CDP and PO 0 $103,943.00
29 ODP#05 Insulgard Cancel CDP and PO 0 $263,302.33
30 ODP #08 Tex-Cote Additional cost spent on CDP 0 ($ A !)4 A A3)
#8 Texcote over the PO value
31 ODP#01 L&W Additional quote for material 0 ($98 00 80)
over the original CDP#1 L&W
PO value
32 ODP#5 Insulgard Correction to OCO 29 0 ( 27,93") 00)
reconciliation value
33 ODP#3 Seaman Corp Reconcile B-PO-1122- 0 $259.99
00002659 Seaman Corp
34 ODP#36 Commercial Air Reconcile B-PO-1122- 0 $8,465.00
00002659 Seaman Corp
35 ODP 12 & 27 Monroe Reconcile and Close B-PO-B- 0 ($4.4.15J)
Concrete PO-1122-00002731 Monroe
Concrete
36 N/A Time extension 60 $0.00
37 ODP Package#1 - L&W Reconcile and Close B-PO- 0 $444.89
Supply 1122-00002656 L&W Supply
38 ODP Package#9 -Whitecap Reconcile and Close B-PO- 0 $70,285.50
1122-00002664 Whitecap
39 ODP Package#10-CES Reconcile and Close B-PO- 0 $4,370.81
1122-00002638
40 ODP Package#19-Concrete Reconcile and Close B-PO- 0 $375.00
Products of the Palm Beaches 0123-00000270
41 ODP Package#26-Stephens Reconcile and Close B-PO- 0 $342.89
Pipe 0423-00001037
42 ODP#22 Rexel Reconcile and Close B-PO- 0 $747.00
0323-00000587
850
CHANGE ORDER LEDGER
43 ODP#21 AVI Reconcile and Close B-PO- 0 $16,639.47
0723-00001655
44 CDP#16 Ferguson Reconcile and Close B-PO- 0 $18,412.25
0223-00000292
45 CDP#14 Stewart& Reconcile and Close B-PO- 0 $5,000.00
Stevenson LLC 0123-0000010
46 CDP #20 - Foundation Reconcile and Close B-PO- 0 $30,306.19
Building Materials 0223-00000466
47 N/A Time extension 78 $0.00
851
CHANGE ORDER LEDGER
31856275 $26,705,151.48
852