Loading...
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