HomeMy WebLinkAboutItem C19 C19
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
May 21, 2025
Agenda Item Number: C 19
2023-4008
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 April 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 04/01/2025 and ending 04/30/2025 for a total of($901,397.53).
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
914
DOCUMENTATION:
Change Order Rpt Apr 2025.pdf
FINANCIAL IMPACT:
N/A
915
_ -
j0 ® J
®� fƒ
\ - E f .
/ oe U) &
® �� ®
? § / � � (
ao ) { ) E
w \ �/ \ £ u
fa Ln\ Z) � � [A � � /
\ ) § Q o / =_
CL 2 Q
»k\ � UC
\k ® ° � o
/\] -0 u
u 0 0 G5
} 0 �® /
our § \ 9
& a/ /or
LULU p 2 p 2
W « § LLI
W « §
O � � o � �Ln � � G Om
� 0 N � rA / � � tA / a
2 § C + LU § 3 +
u u
2 o o m
U § 2 \ Ln
Z ) z _
w � o b Z o m
O m � u 2 q �
66 p N am am
w )
Z « N U fa\ U ( in
_
_ _ \
&
..
LU // � � \ 6
2 O 2 // i\
LU o Ln
2 z q Z �
O � w � / � � � / h
cl «
k 2 k 0 2 O
Z � LU �
O � k
w Q � S 0 0 2
0
2 z2
Z 0 /
0 o =
&
\ o =
: /
u E
z %
0
U } Q \
ƒ
t
w / w / \ ^
Q 2 Q ®
fa o
w = u w § S
\ ) � \
\ � } j
£ tm
0E=
/ = a
MONROE COUNTY/ENGINEERING/PRO C"T 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
contract ,. �� $21 734 25
The Contract Is revised as authorized County 8 71
N tTqtachan i e bcombined Mon
�.. 9 y y d andge Order
r 1 MC items — — 1 279 95 0.0
�. e...... h contract ($..,2 7, 600.9
Net cha e by geviousl authorized Chan a Order 3 MC revisions results in increase
—
A deduction to
Net change by previously authorized Chang rease to $59,818.12
w r
Re -
contract
w ($79,655.00)
ge Order 1, 2 and 3 mount shown on .... _$20,685 72
Change Order 4 Clernical lerdrior correction to the FKAA deduction am
Change Order 3 should have been previously approved deduction amount of
Revised Total Contract amount through Change Order 4 (includes Monroe County and FKAA $20,606,071.83
95' —....
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 Coro� o'dcurwi this change order.
Not valid until a- d b Owner AA i I' fable and Contractor
E:
CONTRACTOR
Date
1� Digitally signed by Judith Clarke,P.E.
Judit larke, P.E. Date:2025.04.02 08:35:14-04'00'
ENGINEERING SERVICES DIRECTORw_.. ........, .m. .. ..
Date
Date 2 signed by Christine Hurley
COUNTY ADMINISTRATOR_,_____ 025.04.07 08:38:33-04'00'
Christine Hurley
Digitally
�.....� �.�.mm,_ �..�, �.�. Date
Approval by: Daw'qO April 1, 2025 MONROE COUNTY ATTORNEY
FKAA APPROVED AS TO FORM
David Hackworth, Director of En ineerin ._. Date (�
9 oGflla�G. rn J
CHRISTINE uMSERT-BARROWS
SR. SUI
DATE:T 3l31%ATTORNFv
___ 917
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
918
From: Sabbao Anthony A.
To: London-Debra
Cc: Doua 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,
iivCllhoii,ry S IIIItIIIbaq,, CGC,CCIVI
Project Engineer
100410 Overseas I Ilighway, Suite 204
Key II...argo, F:I.... 33037
I,'d:305.796.8600
I1h.111IID111
I,rdri nc.carri(Pcl11o..w••••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
At.D I n ender and know the
y 9 on Doe
or„open attachmentsAun unless you recognize et the s m out organization.
is safe.
not click links
Good.
If you can share with us when you get that would be helpful.
919
M.oD(goE.CouNTy/ENGMM 0 —�MANAGEMENT
CQNTMCr CHANqE ORDER
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 oriq�na! d Monroe Count and FKAA contract $21,734,258.711
- Y1111- . ...............
Net ch��_nge by iq�§!y authorized go��e grqeT 1 MC items $171,600-00
evised Contract incI.udiq9 Chan ge..Order 1 §58.71
��!?Ege�r 2 FKAA deduction to contract _Jjl�_2T�tq50.PQL
................... ......... ............
Revised Contract Sum including Change Order 1 and 2 $20,625X8.71
........ '.............. ................ ....................
'Change Order 3 Monroe,C revisions result in increase to contract $59R.818.12
ounty
_Revised Total Contract amountlin lqqe�Monroe Cqy9ty and FKAA�1,466,69J5 2Op685�972 .83
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.
722.2. 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 S-50 (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 $599818.12 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 a or - FOR (WSP USA, Inc) and the Construction Engineering and Inspection
Services-CEI (HD R ConstructiorZontr rpey"d ncur with this change order
I ?1r,
Not valid u%Wavproved lbl��er,,il< Wf.a lice le nd Contractor
CONTRACTOR
Digitlly signed by Judith Clarke,P.E. Date
ENGINEERING SERVICES DIRECTOR Judith Clarke, RE. Datea 2025.0313. 14 10 29-0400'
................
Date
Christine Hurley Digitally signed by Christine Hurley COUN ADMINISTRATOR—, Date:2025.03.17 21:02:19-04'00'
TY
Date
Approval by:
FKAA not applicable . ......
David Hackworth, Director of Engineering Date MONROE COUNTY ATTORNEY
APPROVED AS TO FORM
CL,g�a,L,LL-'sTm"J"
CHRISTINE LIMBERT-BARROWS
SR.ASSISTAN
DATE�M�RNEY
920
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
921
Momog QouNTy/ENGDn 1R1NG/P zap or.MmAGEmwr
1161 .....
PROJECT TITLE: Twin Lakes Flood Mitigation Project CHANGE ORDER NO: 2
INITIATION DATE: 10/16/24
TO CONTRACTOR: Ferreira Construction Co. Inc. CONTRACT DATE: 5/15124
The Contract is revised as follows-.
-----
rotal on inal combined Monroe County and FKAA contract $21,734,258,7i
—---------
Net change by previously authorized Chan Order 1 MC iterns, -------------- .... .. . .... ...$171 600,0101—
Revised Contract including Change Order 1 $21,905,858.71
.......... ....................................
� .Change-girder-.2 FK,A, Adeduction to,contract . ................. ........ ---- 3 5.9,605-0,0, )''
................
'Toall Revised Contract Sum including, this Change Order 2
. t
.........-111 .111-1 ................. ..... ............... .... ----------- ...... .............
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 rnethods°
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-P ices stated in the Contract Documents or subsga�yerytIy_@qreq(j upon.
7.2.2.3 cost to be determined in a manner agreed upon by the parties and a MdU'llly acceptable fixed or percentage
fee.
A)After bids were received, the Florida Keys Aqueduct Authority (FKAA) decided to self-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 sub article 7.2.2.2, this change order no. 2 results in the unit quantity adjustments shown
on Page 3.
B) In support of item A, this change order 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 sum prior to this Change Order was $2,826,300.00 and this Change Order decreases the
FKAA bid items to$1,466,695.00 as described on Page 3.
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 commencement 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 Rec rd,- FOR (WSP USA, Inc) and the Construction Engineering and Inspection Services - CEI
(HDR Construction ?Corp coet ur with this change order.
Not valid until a a roe to Aaliff a Ific J>PlicableLancl Contractor
CONTRACTOR ...........
Gate
Dig ullysigned by Judith Clarke,P.E.
Judith Clarke, P.E.Date:2024.11.19 13:56:47-0500'
ENGINEERING SERVICES DIRECTOR_................ ....... ................. ..........
Digitally signed by Christine Date
Christine Hurley Hurley
COUNTY ADMINISTRATOR 2024.12.02 08:28:04-05'00'
.......... -------------
Date
Approval by:
Marnie Walterson u i w"ters-
FKAA ---------- --Date-- MONROE COUNTY ATTORNEY
David Packworih, Director of Engi"ne"ering AS TO FOW
�12,1=1&�L-L�J�'5;4�J ,4
CHRISTINE LIMBERT-BARROWS
ASSISTANT COUNTY ATTORNEY
DATE 15/24_IV 922
Change Order Attachment per Ordinance No. 004.1999
w Change Order was not included in the original contract specifications. Yes E No El
If yes, explanation:
The Florida Keys Aqueduct Authority reviewed the FKAA bid prices and determined it was financially beneficial to self-
performthwvvnrkon&damaDrivm.
• Change Order was included in the original specifications. Yes [| Nu0
|f yes, explanation of increase |nprice:
• Change Order exceeds$26.0O0or5% of contract price (whichever isgnaoter). Yes 0NwZ
K yes, explanation mato why itis not subject for u calling for bids:
Change Order 2ia net deductive change.
• Pnojectengineer/archibad approves the change order Yes Z No |l
K No, explanation ofwhy:
• Change Order is correcting an error or omission in design dooument. Yes 0No Z
Should a claim under the applicable professional liability policy be made? Yee El No 0
Explain:
923
Change Order No.02
Page 2
Cn 11,�O11, N 2 FloridaN L,Awluaduce 0.mho Ry.�FICAA 5 f m,Be lScrt dby ..,-aa d M etor f II ws: _..
Addlti I R i ed tt d L ns O Ifios
Tn Ch ge N 1$Ghange TAIs ThisCha ge lta'hed C f E timal Tnls
Bid R m X f di Sy° R f Qu t N U M O 121na1[i d Umt R.P a OnBinel Bid C t B ti 4e ,O d r CM1a vyie Orde „Artlar l Ch R Ordar „
i FKAA1 G al Re�u remaN, Vi�11..00 _ 59040.W5400000
2..._ FKAA 2 Ill h I L tes ,,, .._ Ut 18 90 1 LS $ 132,WA 00 $ ... f 32 W4.W_y U, ... �,,,,,,, 1 4# 132�(i4U.,00..
M tr N i &D 0b i aat an 01 5A 0t5 i LS ,,,,,,,,,,, $.......... M t nce ofT Ifc 91 55 26 1 lS
Fw a..yAaay�prftoo«d;" _ ., 7, .� _ z. at wg qob A,,._ 1 '$ . ,slawgo,
Draw ry 0? 8 39 1 I s x 01 UW by
4.... FKAA 4f4fidh[}R i6 C 9(1WC PiFv.. .. ,,, , 6 1t1 .,.., 4240410 „1.C.4�tlfNC PIrc_ v J a � I , {{r'. - A600 •�•• 46741YJW 170 5 Gb(,�1A Or;, 39084 hDRiBC 9Utl Pt C'Ppn 3J0 3116 1 60 1$... 0 3 ,,,27600W10 ..." 0 280 �Iiinch Scheau.603 31 Mess Steef H m -0Q O 7'Ot 2H4 LM y 5,., -
itl FKRA tO rg....hGateV Ive&Box-M3xF ...' 330331 ...... 43W 9 $ 4300_00� ®(IL �A 1d,IfJYJ UUg ;��tl
9 FKAAa 8 hG t Val Md M
4Y FKAA B„&81U1 Qef V N &0oa q5 31 16, 1 EA B 500.0 $ t3 tl00 00 9 0
lid", .. � ... .......
d � 33 4s 61 IS � EA � .. 64.49,AB _. .
... 0 �... 6 E00 p0_. m 0 :.. ,... i_.... #
(lII FA
.. .............�.. ..,,,,,,,,,,,,,,,. 4IOSOY ,.,.,?.Eh 2 37WbA0 �.. Cr _,.
_ ... ... - i S i7b000
sse"
40 ll5 W,6Y 5 FA $ Y200,Oa # 6.04A 00+ 0_ 2 p b 380000,.
16 FKAA 1fr � aComg d C •'t d 400 W01 2 LA $ ,,,, 1,60tl(10,$..... _..... ,,, 92W 0 (Y ....�'Mf[b u.;j . •.g 4,W . .
1 FKAA t2 8 hR t dC 4
40 45 1 2 EA i 90U O0
f3 f KAA Y3 Pthch 22 it2 FSar d 40 4�
1A fKAA 14 Hyn h 221f2 B ntl 40 OS OO diy 0 FA $ i 500 00 $ 0
- 4 .".$ - 5 006.00
15 FKAA 15 4 P 45 B rtd ,....,,, --
_ a 7,C4U 00f G 4 b ]200.00'.
17 Ff(AA 17 $4 h A5 Bed 40 0 W 01 A EA $ 1 800 00 A
18 FKAA18 ? h90 B tl 40 0 00 b1 0 EA $, _ 150000 $ 0 2
19 FKAA t9 8 YObB d n00 0001 2 EA $, 00000 # 400tl b17' 0 _ # 4KK100
21 FKAA 21 8 h dun Red vicer AO 0 W 0f 1 EA $ 1500.0 TT q 4 r.,
20,� FlfA1 20 84 ch 4 nch Retl 4085 W 01 M1 EA 5 ,.,, 1 400
0 0 $ 1 5W 00
24 FKAA 24 13-InehxB-Inch Troe 050001 1 EA $ 1700044E 210000 0 i $ ., 17W 00,.
,22 FKM 22 & i%6 hR ricer 40 — .,, e.... .— .S i
26. }FYM,26,4chf ,,,_,,,,m,... _ „„,„,W O5 OD Ot r ... $ 21btl 00 0 2iW 00„
S 2lW 00.
4 a T9o,A W r rdllu vrc.,. F .. dao oa 1 s Vie¢➢+ �„ p
�9 $,..,....... ?.eo4o9
555CIBrt1dtl W C LD,ikv.'.'. 4 0 t1001i �...,,,13 EA.g.,,, 250000 .. 32,50000 1 0�1,.,,,,,, 'J „5. ... 3250�000',
s .. t0,U0�40 imoo,,9Uy >.>.0 . 1 # .. 1➢000,00
3D OKRA 30'Co t t E vs0n 4 h W t rm n 4P,w00 99A1 1 LA.$, >d _ ..
d erg ,,... ..,, 40_OS,,,0001 1 177.EA.5.. _ .17001)00�6 189,WO W.� 0 1. .„ _, 17 m,.,.. 187000.9(�:
37 FKAA.31 C eet La Eeivun,&Inch Wal nn,
aa., , s �
� a � . . �. ... � �. ba,000, ,.9
4o osSNR� 1. 2 fi .. ._
_ Tyre"Cl a at ex se � raatian _ ab 4s 4001 aT nh 71tlo
36, FKAA 36 Tpy S,,.W Oi ..... ��.. ,,,,, _0OA 0 SOS. �.'�..,,, 00000 ..p.,-.. .w 1400U.06j
35 FKM1A 36_Sery f nneclio Reieeaivan _ 7 - . -
a?,�...d r~wu07 gumwrnnp.,..1..�_... .. ........_.., nab h rxl,r�. ....,_..2_Fn..�.N:........., asrniodS P.f.. ... ,s
38 If1CAA 38 yR iof2 x11W4 .dfitt ... 1 3595 OS v ... 3AP LF P3 i0000 3000.b0 1V8 1SWW b5
39, FkAJ.39, ndY 1 e4 d-tndh W to d Fdt�yk „,. .,. _._31 bS 05 ,,, 00 LP.S p,m„ —0
O.pQ 6 DW.40 IIYI , _. e fq0 W 944„ ., i4.0tl0A0
46 FKAA d0 mR i f flat Gh VJ to a rf F ltl 31 05,05 305 LF $ 100 00 d 30 UU U0: 30 30 500,U0!
.. ... 1 d _ J 2W.00
J.
Y43 fW.43 ft LB hf't V OBo 3 N e
di fKAA 41 Jft ai dl 2 h Gai Val rvd Bd 31 05 05 t l EA 5 3 200 00 9 3 200 U0 0
}. FK.a4z BqIIM
w ary�,Gam vam am1 Box a1 96 as 2 f oI ;nr>J Au a era,}�.00 Q
..,,.,, f . .,...e
1 O6 05 1 EA 4 4 499 00 # A 590 OOe 0
4 FKAA 44„ftdmwai df BIOWORY l-Box....... ,.,,,,., 31 Oa,05, ,,,,,,,,,,,,,,1 EA.$. ,,, . 54A.40.$ ,,. 4,500.00
45 FKAA 45 IPlj Frei nchR mran WkhlRadwA 32 Oi 1T T235 LF $ ,�,, 12100 f 2T0A35W 8 1t5454 WY 785 Y 94985,W
.,.., am, L 20
46 FKAA 4B PI AY�dT Al Re tdr'el WN„ F2uad 0 (i+ AtiaM 320129 ..... 140 LF'k,„_ ,_ 17800 �. 25060W 116 S„{ l 58.v 00 25 44TS'M2
I1 ... ,.....,
A! EKQZ Cr.rsf 3e T c11 Re51dret Y Ik•.,.,., ._W r ..............
. 043(�Os00„Y
49, F14AA 40R ea WSFenn Tvvneh R9�d I dt p Q 105 LF ,�. 135.p0 $ i407'0 U I iGS i4176.00�
......__ _icd�aP�,AI$,. vasdo.a4 LaBaQbou ....P�. a cry
FCC Original Bid Total # 2,826,300.00
Addifl-ODaftd ns Total: # (1,359,605.00)
FCC R-I-d Total: $ 1,4bS,595.09
924
Monroe County/Engineering/ Project Management
CONTRACT CHANGE ORDER
PROJECT TITLE:
FL Keys Marathon Airport Non-Aeronautical Use Building (EOC) CHANGE ORDER NO: 048
INITIATION DATE: 03/03/2025
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...................
($821,742.53)
The new (Contract Sum)(Guaranteed Maximum Price) including this Change Order is. $25,883,408.95
The Contract Time will be (increased) (decreased) (unchanged) by........................... 0 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:
Cost savings were realized as the project progressed which resulted in lowering the GMP and Contract
amount with Ajax Building Company, LLC. The areas of savings were related to Owner Direct Purchases
(ODP) sales tax savings, Buyout Savings, Escalation, and Project Contingency.
The Substantial Completion date as of execution of this Change Order is 411912024 and the
Final Completion date is 11312025.
The net change to the GMP of$821,742.53.
Change order is 2.58% of original contract price.
Not valid until signed by Owner,Architect(if applicable), and Contractor
Approved by Mickey Pruitt
ARCHITECT: 04/03/2025 S:S7:57 PM
Architects Design Group, Inc. Date
Approved by Marshall Quarles
CONTRACTOR: 03/03i202 a7a7aM
Ajax Building Company, LLC Date
APPROVED
DEPARTMENT DIRECTOR: (R.y brvl(ificwr at1154ani,Apy"07,2025
Cary Vick Date
Project Management
Digitally signed by Christine Hurley
COUNTY/ASSISTANT ADMINISTRATOR: Christine Hurley Date:2025.04.17 09:45:52-04'00'
Christine Hurley Date
Kevin Wilson
925
CHANGE ORDER LEDGERn
FL Keys Marathon Airport Non-Aeronautical Use Building (EOC) ��
3/3/q{2025
ICI m® I mi III mi IA�ry,l
60 Days
01 CDP#01 L&W Supply CDP Framing and Drywall 0 .° 806 `1q M
02 CDP#02 Seaman CDP Membrane Roofing 0 ($ 386P6&11 0"))
Corporation
03 CDP#03 Seaman CDP Temporary Roofing 0 ($38^ 83'p.4:0)
Corporation
04 ODP#04 DH Pace Company, CDP Doors, Frames, 0 ($ 9 11888.00)
Inc Hardware
05 CDP#05 Polymershapes CDP Strorefronts 0 ($"3 0 '1"8^ ".00)
Holding, Inc. dba Insulgard
Security Products
06 CDP#06 Commercial Air CDP HVAC Equipment 0 ( &1 i248.00)
Management, Inc.
07 CDP#07Trane U.S. Inc. CDP HVAC Equipment 0 ( p8%880.00)
08 CDP#08Tex-Cote LLC CDP Paint 0 ( , 8"3„.,",^i ".00)
09 CDP#09 White Cap, LP CDP Rebar 0 ( 68 PZ51 1 p 5
10 CDP#10 City Electric Supply CDP Electrical 0 ( 8„,116 6,017)
11 CDP#11 Electrical Supplies, CDP Gear Package 0 ('„ 1,14 p„6288.00)
12 CDP#12 Monroe Concrete CDP Concrete 0 ($" 88 O68.00)
Products
13 CDP#13 Barnes Alarm CDP Alarm Equipment 0 ( , i„i„ p.:p i."
14 CDP#14 Stewart& CDP Generators 0 (°„ 69° "888 ".00)
Stevenson LLC
15 CDP#05 and#08 Freight Add back the cost of freight 0 $30,935.00
Cost Correction inadvertently included in CDP
request
16 CDP#15 Bonded Lightning CDP Electrical 0 ( , 0 8 9 ", p.0)
Protection Systems, Inc.
17 CDP#16 Ferguson CDP Storm Piping 0 ($ p p i "82,11,3.9)
18 CDP#17 Technical Sales CDP Lift Station 0 ( ,3 p„3 48.00)
19 CDP#18 Concrete Products CDP Storm Structures 0 ( , 2%03 p.00)
of the Palm Beaches
CANCELLED CDP#19 -Sesco Lighting CDP Lighting $0.00
926
CHANGE ORDER LEDGERn
20 ODP #20 - Foundation CDP ACT Grid &Tile 0 ( $86„9&1 9 )
Building Materials
21 ODP#21 AVI CDP Cable, Connectors, 0 ($29p„ "1!I p )
Hardware, etc.
22 ODP#22 Rexel CDP Lighting 0 ( 888 p.„08;888.00)
23 ODP#23 TK Elevator CDP Elevator Components 0 ( p 0 94 8.00)
24 ODP#24 Patterson Pope CDP Lockers and Shelving 0 ( ,6 8 11 8, )
25 ODP#25 Rexel CDP Cable Connectors 0
26 ODP#26 Stephens Pipe CDP Fencing
27 ODP#12 Monroe Concrete Increased current PO by 0 ( 390„4 088.00)
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 $263,302.33
30 ODP #08 Tex-Cote Additional cost spent on CDP 0 ($
#8 Texcote over the PO value
31 ODP#01 L&W Additional quote for material 0 ($98„08:3,80)
over the original CDP#1 L&W
PO value
32 ODP#5 Insulgard Correction to OCO 29 0 ( , 111 .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 .°8
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
927
CHANGE ORDER LEDGERn
43 ODP#21 AVI Reconcile and Close B-PO- $16,639.47
0723-00001655
44 CDP#16 Ferguson Reconcile and Close B-PO- $18,412.25
0223-00000292
45 CDP#14 Stewart& Reconcile and Close B-PO- $5,000.00
Stevenson LLC 0123-0000010
46 CDP #20 - Foundation Reconcile and Close B-PO- $30,306.19
Building Materials 0223-00000466
47 N/A No cost time extension $0.00
48 N/A OCO to reconcile final cost .°
928