HomeMy WebLinkAbout6th Change Order 12/03/2025 CONTRACT 1'CHANGE ORDER
PROJECT TITLE: Relocate Runway 7-25 CHANGE ORDER NO: 6
INITIATION DATE: 11118/2025
TO CONTRACTOR: General Asphalt Co, LLC CONTRACT DATE: 12/11/2024
The Contract is changed as follows:
Theoriginal Contract sum ................................... .. .... .........................................$3p,152,4K18
Net change by previously authorized Change Order.......................................................$(7,279.63)
The Contract sum prior to this Change order was--.......... $3Q,145,2007 55
The Contract Sum is increased by this Change Order 6.,...,.,,--. .....................................$363.22
The Revised Contract sum including this Change Order .................................... ...........$30,145,563,77
This Change Order No, 6 includes the requested pavement marking stencils and a credit back to the airport for marts
provided to General Asphalt associated with the non-illuminated signs, see attached for more details.
The total cost to complete the work as noted within this change order is$363.22
Net change to contract Change Order 6: $363.22
The construction commencement was May 13, 2025,.
This Change Order 6 does not increase contract time,
Contractor agrees to accept the increase/decrease in monetary compensation and hereby waives and releases any and all
claims for any additional compensation rebated to these bid items.
This Change Order 6 represents 0.661 % of the original contract price.
Not valid until approved by Owner Architect if applicable), and Contractor
Digitally signed by Robert B.
Robert B. Aydin, Aydin,P.E.
Rohert B.Aydin,P.E.,
ARCHITECT/ENGINEER P.E. c=US
Date
CONTRACTOR - .,,.,_
° Date
AIRPORTS DIRECTOR ^' ' � � 11.19.2025
Christine Digitally signed by Date
Christine Hurley
Date:2025.12.03
CC)'IJN'TY/AsstlSTANT ADMINISTRATOR Hurley _ nR ja nn_nsnn
Date
'01 NROE COUNTY ATTORNEY)
C VE FO
w "
P"ED CN J. DG--
w
wsstsTA T- UNTY ATTORNEY
Date 12/1/25
Change Order Attachment per Ordinance No. 004-1999
• Change Order was not included in the original contract specifications. Yes ❑ No
If Yes, explanation:
• Change Order was included in the original specifications. Yes ❑ No
If Yes, explanation of increase in price:
• Change Order exceeds$100,000 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:
4850 NW 72 Avenue
General Asphalt L,L C Miami, Florida 33166
Co., Phone: (305) 592-342-3480
Fax: (305) 477-4675
November 11, 2025
Robert Aydin, P.E.
Project Manager,Aviation
Jacobs
5401 W Kennedy Blvd,
Suite 300
Tampa, FL 33609
RE: Change Order # '-Pavement Marking- Stencils
Project Title: Monroe County, -Relocate Runway 7-25
Project No.: FAA Grant#44-43, FDOT Grant#GlV30, MTH FUND#403,
AIP#3-12-0044-043
County: Monroe County
Mr. Aydin,
Please accept this $ 363.22 Change Order # - Pavement Marking Stencil. Please refer to the
breakdown below:
Subcontractor Labor, Material and Equipment: $916.38 (Attached breakdown provided)
Prime Allowable Mark Up %5: $39.84
Subtotal Change Order Amount: $956.22
Credit or Sign Components: -$593.00
Total Change Order Amount: $363.22
Should you have any, questions or concerns,please feel free to contact me at 786.514.0491.
Regards,
Digitally signed by
Emilio J
Emilio J Zamora
Date:2025.11.11
Za m o 1y a 15:42:51-05'00'
Emilio Zamora
Project Manager
S1enci|Fastby Pavement Stencil �������^�—��
4347 AerospaceHd �' ^ ~ ~~/^~^~
�� ��/� �������
�= � ����.��~�� ���� � R�anokeVA24O14 #lWV-SFQQQU
~�~ United States
10/2/IO35
Phone: 8UO-2SO-SS47
Bill To Ship To
Highway Striping (FL) Highway Striping (FL)
18DS1SVV21DSt. 112gSSVV2ODLhDrive
Miami FL33170 Miami FL3318g
United States United States
C83Q2
PO* Terms ca,,|p, Tracking sa|pnorden*
FAA numbers Due unreceipt ups 126343YS016S31S599 Sales Order#SO-SF999O
Item# Description Quantity Rate Total
PS-FAAL[HAR_108in_7 FAA Airport Letter and Number 108in 1 $228.85 $228.8S
Stencils
7
P5-FA/L[HAR_108in_3 FAA Airport Letter and Number 1O8in 1 $228.85 $328.85
Stencils
2
PS-FA/L[HAR_108in_5 FAA Airport Letter and Number 1O8in 1 $228.85 $228.85
Stencils
S
$686.55
-596 ($3433)
UPS-NDA UPS Next Day Air Shipping 1 $144.63 $144.63
Remit toAddress:
PO Box 467.Adams Center, NY136O6
Subtotal $796.85
Tax $0.00
Paymnent(s)app|ied $796.8S
Total $0.00
Mark-Up $110.53
Total $916.38
Accounts more than so days past due will bc charged as%fee.
Payments made by credit card will show on your statement as Smart Markings Technologies
Outlook
Non-illuminated Sign Parts
From Legere-Michael <Legere-Michael@MonroeCounty-FL.Gov>
Date Mon 10/27/2025 1 A 8 PM
To Emilio Zamora <Emilio@generalasphalt.com>
0 1 attachment(98 KB)
20251027115255.pdf;
[WARNING]RING] This is an external email. Use caution when opening attachments, clicking links or responding to
requests for information.
Emilio, below are the parts provided to General Asphalt and associated costs for installation of the non-
illuminated signs. (2) of the legs (previously fabricated)were taken from a pre-existing sign.
Floor Flange: 6 @ 29.84 = $179.04
Frangible Coupling: 6 @ 27.34 = $164.04
Fabrication: 2 @ 125 = $250.00
Total: $593.00
Thanks,
Michael Legere
Manager, Marathon Airport
Office: 305.289.6302
Mobile: 305.699.7573
Standard Signs,Inc.
9115 Freeway Drive
Macedonia,ON 44056 MI N NE:
(800)2564997 AIRFIELD SIGNS
QUOTE* MTH-2025-1027-MM-Parts
AIRPORT,ST: Florida Keys Marathon Int'l Airport,FL
DATE: 10/27/2025
QUOTED BY: Malia Miller
REFERENCE: Parts
LINE QTY PA13T NU_M8EMgAqRT1I19N UNIT PRICE EXTENSION
1 8 Lumacurve Replacement Parts
Includes:
$ 2734 $ 54,68
$ 2734 $ 5468
41faMMOU $ 29,84 $ 119,36
TOTAL= $ 228,72
EXCEPTIONS
Quoted per verbal or reproduced specifications provided by customer.
NOTES
INSTALLATION NOT INCLUDED
QUOTATION IS FOR LISTED MATERIALS ONLY.
THIS SALE MAY BE SUBJECT TO STATE SALES TAX.
Please provide a tax exemption certificate or we can provide a tax estimate at your request.
All panels and parts quoted are Lumacurve original manufacturer's equipment.
Use of Yrd party(non OEM)panels or parts is not FAA certified for use in Lumacurve signs.
Call(330)467-2030 with questions or Consult the FAA website for a current listing of FAA Certified Equipment:
http://www.faa.gov/airports—airtraffic/airports/resources/advisory_circularst
TERMS:
PAYMENT: NET 30 DAYS(w/approved credit)
FREIGHT: Prepaid and Add for orders<$4500.(Freight is on you for orders under$4,500)
Prepaid for orders>$4500.(Freight is on us for orders$4,500 or morel)
Pricing is for(1)purchase consigned to(1)location within the contiguous 48 US states.
DELIVERY: Standard Lead-Time is 2 days*after receipt of released purchase order&approved shop drawings.
Way exceed 2 days depending on quantities,product mix,and/or special requirements.
VALID FOR 30 DAYS
All quotes and orders are subject to our Terms 8 Conditions found at https,,Illumacurve,comlterms-conditionsI
Tenacious Fabricating, LLC -N43- 6f4-000-7-03 Invoice
31127 Avenue F —710� -
BIG PINE KEY Date Invoice#
FL 33043 2/27/2024 479
Bill To
Marathon International Airport
9400 Overseas Highway,Suite 200
Marathon,FL 33050
P.O. No. Terms I Project
ver ross Due on receipt
Quantity Description Rate Amount
ss 125.00 875.00
engt o pipe 95.00 95.00
1 length oft"pipe 2" 35.00 35.00
Sales Tax 7.50% 0.00
",e 4o*G01c
ku
Total' $1,005.00