Loading...
HomeMy WebLinkAbout4th Change Order 04/07/2025 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: 4/2/2025 TO: BOCC Digitally signed by Kevin FROM: Kevin G. Wilson, P.E., Assistant County Administrator �f - G. 12025oao2 16:16:11-04'00' Christine Digitally signed by THRU: Christine Hurley, County Administrator Christine Hurley H u rl e Date:2025.04.03 Y 08:07:29-04'00' SUBJECT: Proposed Change Order to be Approved Attached is proposed Change Order Memo #4 Twin Lakes Flood Mitigation project. This change order decreases the final contract sum by$79,655.00. The substantial completion date is increased 3 days to 5/19/2026. 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/PRO C MANAGEMENT CONTRACT CHANGE ORDER PROJECT TITLE: Twin Lakes Flood Mitigation Project CHANGE ORDER NO: 4 INITIATION DATE: 3/28125 TO CONTRACTOR: Ferreira Construction Co. Inc. CONTRACT DATE: 5/15/24 The Contract or ranal combined Monrhor zednC - e $21,734 25 .71 follows: Net�hanan b Tev ousl ty and FKAA contract ha a previously auth� han,le Order 1 MC items ( 1,279 950.00 Net hange Order� Net ch ange by previously authorized 11 Change Order 3 MC revisions to contract $_, visions results in increase to $59,818.12 contract Contract Sum includin Chan a Order 1 2 and 3 _ 6.83 amount shown on $20 685 7 Ch-keanee Ordr 4 error g Clerical error correction to the FKAA deduction ($79,6 5.00) Change Order 3 should have been previously approved deduction amount of (Revised . $20,606,071.83 9 g � g 4 (includes Monroe County and FKAA �� 35 Total Contract amount through Change Order $1 466 695)­.._ .M... __ . -.. ...- - 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 methods: 7.2.2.1. Mutual acceptance of lump sum properly itemized and supported by sufficient substantiating data to permit evaluation. 7.2.2.2. Bid 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. 1. Change Order 4 corrects an error on Change Order 3: The "Net change by previously authorized FKAA deduction to contract" amount of was carried over incorrectly in Change Order 3 as ($1,279,950.00), resulting in revised contract sum error. This Change Order 4 ($79,655.00) corrects the total FKAA deduction to the amount of($1,359,605.00), and corrects the contract sum total. 2. Change order 4 adds 3 calendar days to project due to Miami Dade 344 wildfire - Route US1 closures/delays on 3.19, 3.20 and 3.21.25, revising substantial completion from 5.16.26 to 5.19.26. FKAA original bid items $2,826,300.00 less ($1,359,605.00)equals FKAA balance open in contract$1,466,695.00. This Change Order 4 is due to a clerical error on Change Order 3 and is a decrease of($79,655.00) and represents .366 % decrease(less than 1%)to the original contract price. Contractor agrees to accept the decrease in monetary compensation and hereby waives and releases any and all claims for any additional compensation related to these bid items. The FKAA (if applicable), Engineer of Record FOR (WSP USA, Inc) and the Construction Engineering and Inspection Services-CEI (HDR Construction Control "p oh �jrl't this change order. Not valid until a a d b Owner AA fit li able and Contractor e .., t CONTRACTOR—-, _. Date Digitally signed by Judith Clarke,P.E. J u d i t I d rke, P.E. Date:2025.04.02 0835:14-04'00' ENGINEERING SERVICES DIRECTOR _IT ,,... Date )/ signed by Christine Hurley Christine Hurle COUNTY ADMINISTRATOR __— 025.04.07 08 38.33-04'00' oae z Date Approval by: Daw'qO April 1, 20255 MONROE COUNTY ATTORNEY FKAA ......_ .... ..._.. .....-. _ APPROVED AS TO FORM David Hackworth,m- Director of Engineering Date �' �6-z CHRISTINE UMBERT-BARROWS SR.ASSISTANT C UN7Y ATTORNEY DATE: 3 31125 Change Order Attachment per Ordinance No. 004-1999 • Change Order was not included in the original contract specifications. Yes ® No ❑ If yes, explanation: (See attached additional information) This Change Order 4 is a clerical error correction to the "Net change by previously authorized Change Order 2 FKAA deduction to contract' amount of ($1,279,950.00) shown in Change Order 3. The amount was incorrect in Change Order 3 and this Change Order 4 restores the amount to ($1,359,605.00), a net decrease of($79,655.00). • Change Order was included in the original specifications. Yes ❑ No If yes, explanation of increase in price: N/A • 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: This Change Order 4 is a decrease of $79,655.00 and represents .366 % decrease (less than 1%) to the original contract price. • Project engineer/architect approves the change order. Yes ® No ❑ If No, explanation of why: N/A • 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/A From: Sabbag,Anthony A. To: London-Debra Cc: Doug Wilson;Alequin Rodriguez,Samuel Subject: RE: Road Closures&Traffic Delays due to Miami-Dade Brushfires Date: Friday,March 21, 2025 3:06:26 PM CAUTION Deb — here are the details, Twin Lakes (Key Largo) South Dade Brush Fire affects for this week: • Weds. 3/19/25: due to US-1/18 mile stretch intermittent closures, deliveries such as limerock and dewatering equipment were cancelled by FCC's suppliers due to the road closures. Without the materials needed, more than half of this day's operation were not completed. • Thurs. 3/20/25: cancelled all construction operations due to US-1/18 mile stretch intermittent closures. All deliveries and trucking cancelled due to road closures. • Fri. 3/21/25: cancelled all construction operations due to US-1/18 mile stretch intermittent closures. All deliveries and trucking cancelled due to road closures. Thanks, AiivCl,ioii,iy SW3Ibag,, coc,CCM Project Fngineer 100410 Overseas f&ighway, Suite 204 Key I....argo, Fl. 33037 11 30 5.7K.6.N6C:0 III°III III)IIlt hdri nc,.c;om/fol low...u;: ........................................................................................................ From: London-Debra <London-Debra@MonroeCounty-FL.Gov> Sent: Friday, March 21, 2025 11:25 AM To: Sabbag, Anthony A. <Anthony.Sabbag@hdrinc.com> Cc: Doug Wilson <dwilson@kcaeng.com> Subject: RE: Road Closures &Traffic Delays due to Miami-Dade Brushfires '� [EXTERNAL] unless mail g on Do i k or open attachments you recognize et the sender and know ed from outside of the contenorganizatt is safe.not click links Good. If you can share with us when you get that would be helpful. KoNgoE.CouNTY/ENGMgPlg/PR—Ot�MANAGLVffNT CONIRA CH ANGE ORDER jU— PROJECT TITLE: Twin Lakes Flood Mitigation Project CHANGE ORDER NO: 3 INITIATION DATE: 3/13/25 TO CONTRACTOR: Ferreira Construction Co. Inc. CONTRACT DATE: 5115/24 The Contract is revised as follows.:............... .................. .......... Total original combined Monroe Count and FKAA contract $21,734,258.71 N __ _._­111 y". ____....................... e�t ch�an. 0 er I MC items,�e(Lro $171,600-00 _qe by_lm�q§!y authorized C Revised Contract inclqgir�Lqhan $21 905,858.71 C —11,11,111. g��_!?Eder 1 _­­­I .. .............. h Fli�deduction to contract 'Ar!2e ............ $20,625,908 71 Revised Contract Sum including Chan e Order 1 and 2 ........... ........ ........... $59, 'Chang Order 3 Monroe Countrevisions result in increase to contract ................... and FKAA�1,466,69§). 1--t-26165 726.83 iv_ised Total 'ontract amount Simi yqes_Mon roe County_a ___ 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 methods: 7.2.2.1. Mutual acceptance of lump sum properly itemized and supported by sufficient substantiating data to permit evaluation. 7.2.2.2. Bid 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. This Change Order 3 includes four contract revisions: 1. Raise elevation of ® 0 (1044 Adams Drive) drainage structure due to harmonization with homeowner gated boat access gravel driveway elevation not to exceed lump sum amount of$39414.87. 2. Ditch bottom inlet grates (31)to be galvanized and traffic rated not to exceed lump sum amount of$55,050.86. 3. FKEC fee for deenergize of electrical lines on Adams Drive not shown on plans not to exceed lump sum amount of $1352.39 4. Increase contract time: 11 weather days added ® King Tide 9.20,9.23,9.24,9.25 TS Helene 9.26, 9.27, Hurricane Milton 10.8,10.9, 10.10,10-11, 10.14.2024; The project commencement was 7.15.24. Original contract substantial completion (660 calendar days 5.5.26). This change order 3 adds 11 weather days and 0 change order days and revises substantial completion to 5.16.26. This Change Order No. 3 is a net increase of $59,818.12 and represents .275 % increase (less than 1%) to the original contract price. Contractor agrees to accept the increase in monetary compensation and hereby waives and releases any and all claims for any additional compensation related to these bid items. The FKAA (if applicable), Engineer ,66 or ® FOR (WSP USA, Inc) and the Construction Engineering and Inspection Services®CEI (HDR Constructio Zontr r 'd ncur with this change order, R All Not valid lu%Wamroved ftvZera K Of a ice ble and Contractor CONTRACTOR__--- -3, Date Digitallysigned byJudith Clarke,P.E. Judith Clarke, RE Date 2 25.03.13 14 10 29-0400' ENGINEERING SERVICES Dill ECTOR—-—-_--- .............. 0 Date Christine Hurley Digitally signed by Christine Hurley COUN ADMINISTRATOR,_---- Date:2025.03.17 21:0219-04'00' TY Date Approval by: FKAA—not applicable David Hackworth, Director of Engineering Date MONROE COUNTY ArTORNEY APPROVED AS TO FORM CHRISTINE LIMBERT-BARROWS SR.ASSUSTAN ORNEY Change Order Attachment per Ordinance No. 004-1999 • Change Order was not included in the original contract specifications. Yes ® No ❑ If yes, explanation: (See attached additional information) Item 1 — Ditch bottom inlet elevation issue — Due to homeowner use of 2nd gravel driveway for boat trailer access, Ditch bottom inlet S-50 needs to be raised 7 inches from elevation .56 to elevation 1.14. Item 2 — Ditch bottom inlet grates — WSP plans and FOR approved type D - not galvanized and not traffic rated. The location conditions in Twin Lakes requires traffic rated (vehicles drive over them) and type G galvanized (for salt water conditions). Item 3 — FKEC deenergize lines — underground electrical lines at 1037 Adams Drive needed to be deenergized in order for 24 inch drainage pipe from structure S-48 to S-49 to be installed. Item 4—Weather days from fall 2024 storms were omitted from previous change order. • 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: Change Order 3 is $59,818.12 increase and represents .275 % increase (less than 1%) to the original contract price. • 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: Existing conditions MONROE COUNTY/ENCINMRING/PRO crMANAGEmEqT � c 'Q_HA N­GE 0, PROJECT TITLE: Twin Lakes Flood Mitigation Project CHANGE ORDER NO: 2 INITIATION DATE: 10/16/24 TO CONTRACTOR: Ferreira Construction Co. Inc. CONTRACT DATE: 5/15/24 The Contract is revised as follows: ................................... ........ ...........................____........------—----------—7-i Total onVinal combined !Vlonroe..Courj!)�and FKAA contract $21,734,258, ----------............. Net change by previousily.authorized Cha Order 1 MC items $171,600,00 ................ ................. --------------- .... . ..................................-­11-111 11- Revised Contract inclludiN Change Order 1 $21,905,858.71 ..................... ................................. .... Chan ...... ............. ..........FKAA deduction t1oloontract ............... ($1,35..9,605.0,0)", To-tall Revised Contract Sum including this Change Order 2 ----------- ........... . ................. .... ........... 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 foillowing methods° 7.2.2.1 mutual acceptance Of IUMP SUM properly iternized and supported by sufficient substar"Itiating data to permit evaluation. 7.2.2.2-un it.j.1rices,stated in the Contract Documents or subsga�Lentlly_pgEteo 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. A)After bids were received, the Florida Keys Aqueduct Authority (FKAA) decided to seif-perform much of the water main work on Adams Drive. The specified FKAA work area being deducted from this contract is Adams Drive from approx. sta. 10+00 to approx. sta. 27+20. Per subarticle 7.2.2.2, this change order no. 2 results in the unit quantity adjustments shown on Page 3. B) In support of'stern A, this change or-der no. 2 incorporates the attached FKAA Revision No. 2 (sheet nos. G-1, G-2, C®1 to C-5, and D-1 to D-5) into the contract. C) Original FKAA bid items sure prior to this Change Order was $2,826,300.00 and this Change Order decreases the FKAA bid iternsto$1,466,695.00 as described on Page S. Contractor agrees to accept the decrease in monetary compensation and hereby waives and releases any and all claims for any additional compensation related to these bid items. The project cornmencement was July 15, 2024. This Change Order No. 2 is a net deduction and represents (6.256)% of the original contract price. 'The FKAA, Engineer of Recgrd,- FOR (WSP USA, Inc) and the Construction Engineering and Inspection Services - CEI (HDR Construction Contro)o<�,,carp coicur with this change order. Not valid until a roy ib 1 F AA if a licablel,_and Contracto[ 0 CONTRACTOR Date Dig ta I lysigned by Judith Clarke,P.E. ENGINEERING SERVICES DIRECTOR Judith Clarke, P.E.Date:2024.11.19 13:56:47-0500' ................... ...... ­ I.........—-------.......... ........ Digitally signed by Christine Date Christine Hurley Hurley COUNTY ADMINISTRATOR Date 2024.12.02 08 28 04-05'00' .......--- ------------- Date Approval by: MarnieWalterson D w"t"' nsaa FKAA ---- .................................. .......... ............ MONROE COUNTY ATTORNEY David Hackworth, Director of Engineering -5 t e . ............ PR�VEP AS TO�FOR CHRISTINE LIMBEkT-BARROWS ASSISTANT COUNTY ATTORNEY DATE, jjj 15/24 _ Change Order Attachment per Ordinance No. 004~1999 w Change Order was not included in the original contract specifications. Yes E No |f yes, explanation: The Florida Keys Aqueduct Authority reviewed the FKAA bid prices and determined it was financially beneficial to self- performthwvvnrkon&damaOUvm. • Change Order was included in the original specifications. Yes [| NoZ |f yes, explanation of increase inprice: • Change Order exceeds$25,000 or 5% of contract price (whichever is greater). Yes 0NwZ |f yes, explanation aato why itia not subject for u calling for bids: Change Order 2iw net deductive change. • Project engineer/architect approves the change order Yes Z No [l |f No, explanation nfwhy: • Change Order is correcting an error or omission in design document, Yes FlNo E Should a claim under the applicable professional liability policy be made? Yee [l No E Change Order No.02 Page 2 ...... enen$G,Oraer No.2-FWrid K,l,Aqueduct Autnn R�r�FKAA s ,ra tcrwbe..rreR rmea bh awz a®a eamraeto,as W.— ...... „.. Additienel Revised Deanndaha anamalos '..This Change Not$Change This This Chang. Revised Cast 16MI-14 Thts Bid kam K D iyai j S,ywa R f a, t L! UoM Orl4toal C1 d Unit Pn t Onglnal Did Chat E.H.— Order Cha ryye Order ,,,,,Ordar Cha de Ortlar i FKAAi G IR m I _ Ui 11 00 J lS„$ 5gopq.Ab $ 560G3 OOw 9 Z„ FKAA2 UIYIL t _ _ 011%QO 1 LS b 132,WA 00 $ f32 WC.Wu 0, ,�® 1 $ t32�fAP,00 MbX i dU oDixatan O15A 0l1 i LS{{{ $ - .,,,. Whit—0T f(c ,,,,,,,, 915526 1 lS e 3„ „iM,5w A!Recard,Draw n'irs _ _ 41 7B_33,,,,_ _ 1 I S $. ,,,,, 91 oW 41p S FkW3 01 WU 90„ ,0,,,,, ... I 9 $ $ .,,.. 414 0UU W 3 0 ,,,K 134 f eX pl 110„ 1 5 44 d0090... 6 FKAA b 6-r h DR 16 C pVC RVJ m, 33 09 31�16 140,I,F E 410 W U 48�dOD W r 7 0 'd by a`ffitA Y7C S90 ,{„„, 1S0 g00.W 7. FNAA7 Hooch 3chedu,WS SIC 40 05 i3 01 •,, _ B30 00 S 27 6fID(IO,.r o,,,,, „. ®...280 ..... 132.900.00� C 28tl LW d 4G0�0 Du 311G W LP $, r k_ FISM 6 7B.Mch Gat V b &P.tm J .. 4 3W ,•• 1300i7W 0 2 5 13 Cg0_00.•. 9 FKAA 4 I8 h G t V31v¢B B MI ,MJ 33 95 31 i6 2 EA $ ,6�500 00 $ u ii 6 50d1 U9.,.,. 4o MI x Fttr .. 3]mm09 31 16 1 EA 6 500.U„ ,, Y _13„„ .FKAA Y3 n6-b h227 F3,o d,C ,A.J ,,,,, ... 40, 45 p00J_, .....?:CA�'li.. ,._....i.5 M 41 L eWbw IIt4' ,,,, ,p. �a„ ... Je00;fl6,� 1A FKAA.id %mcn 2l-if2'Bentl _ ,,, a0 05 0001 0 2A $_ ,,,,, Y SOOAO $ .., ,.. 0 "3 ,--,,U $ ._- 1s FHAA.15 4 hWBIN .. 4U U5 W00,01 5 EA 4 1.20000 $ 604gW .. - _ 5 5 .. 8b0600 .,40 mb mm06.01 2..EA 5�, i,GW W $ 3 200 W' 0 •,,, „.. .. 3 2I10,.OD., Y7 FhAA 17 8 t 45 B N 40 0 00 01 4 EA 5 Y 600 00 7 200 W A 0 < & ]200 00 19 FKAA 16 4 h 90 B tl 40 0 W 01 0 EA $ _, 1 500 00 $ _ 0 0 $ 19" FKA0.Y0 e F DOB d" "" 40 0 W01 2 EA $ 8 $ 4A90 r)0 DDD 00 $ 4 DDD W D T- ZO' FNAA 20 BJ ch 4 ruJr Red ,,,,,, ._ d0 Os W 01 1 £A"$ i 400 tl0 $ Y 4W W rylf ,d.,'n.._ .. t l A rY0 hF�, 0 r�1,{ ... 22 FKAA 21 % h 4 Gr Reducer A00 00Of t Ek $ 15000a $ tvW 00 0 i S ,e 15W D0 21 ..,... _ FKAA 22 18 t G hTaeu ,,,,,,,,,,,,,,,,,, ,__— 40^b5 C001 _ '1 EA .$.,, 288D.0A $ ZB80.OY1� Jmm'}$'.�3 29_ FKAA 4 i$ h 8h-I hT_.Q.. 4(1 QS 0000.1 ....,. �,1. _ .......u...,,.,.. LBW W 5 .270 ..... ..� _..k..� ,w.....,5Mf1U IR �C.... T .... ...1 .OD. 23 FiGM 23 6 h 4 25 FKAA 25 2-Mch C 40 05 W Oi ...?.._ {r`F .�"? clr t,l: ._.__ ,,,,,,.,�. ..... ,,.. 1..',w 5..9.1? ___._ "CA.............. _ ...w,.....,...._ d4r Saa 1111, 1. 901 29 { FKAA 29 8 h 55 CoervFtlLW LU C u�,lrtr l... (I 4t1 05 09.0i�,� „13 CA 4 5 , , 2 50g 00 y ... 32 5VO W I � f.,, „'3 S. .32 SOWO OO A1 {CKaA At Co 1i E:sIJI 84Ih Walnrrman A 40O500.01,,,,,,� 17 00 �EA $.. 10.440 f$,,,,,,,,,,,,, 3 iHT�Wp.O(I,L t. ,,,, ,,,,,„117 � ,,, 107000.00 00 LTP ...... p,ro'a„u st As . cw raMca+ � E 0 ®I I F ? am 2.9.0,,W_9 � _ 1 L4�A S0 .:9".0... 4atl9 D5 tl0e}y^Bh AF $ 01 F39 29D149305000W00 0W400 261 ,,3.,.,.,.,.,.,.,�t13489e069W0 WOQj5 a do 33d791,. 4JG W t ( IW VY 06b0IS5 7 }t 62.PF.Ap.�.7:" 4 i0WD�� 63 WDW9 00� IP ) .$s 01.5gW4 W0g t40 T FMAA37 F6nhaAAsaznR ----- . 20�IF 9 85 FYAA 36 31 .. $ 0 FKAA3g R y d F 305 40 Fq 31 05 � KAA 43 R f8hG t VdB x q .{yr _ 1 " Jn10.OD 4 Fi 44 Romavai of Blowofi Valve box 1 05 p5 _ 1 EA„i, 4 506 06 $ ., 4 50b OO,f 0 4i F #R FKAA 424R aid AYt nGate YaeM fA cox ,., .. .3105 11 E.4.$ 43W040,I o .... 911kWh.40s -- - � � 1 1 d SW.00 .,, 11 1 (k 43W.00y ,,.45„ FKAA 45PIJ AOeT 4d4T88_,.,.,FF kK.AP�A.d4BII,,Pi tA T 3an tAh'i R e T tf Tcht1 1 RghWW 5liNohrali t Rb.ae,ddww..pp.%N4,),�tlM 33`21 0W1 2W9 � 214 151 LLFP {,<n .. 17B}1Uf 5 ,,, 26060W U9B .. 34 a4e7W7%5Las 0b. 1 FKM 42 LF 135W_ 4 ft.t , _R i R . W 049 1o, 00� . ------'��, v%s4oW..�,,.P.3a.,. FCC 06ginal Bid Total: $ 2,826,340.40 Addn.n0Daduction,Total: $ {1,359,645.40) FCC Ruvised Total: $ 1,466,695.00