Loading...
HomeMy WebLinkAboutItem C11 COUNTY of MONROE BOARD OF COUNTY COMMISSIONERS � Mayor Michelle Lincoln,District 2 The Florida Keys Mayor Pro Tern David Rice,District 4 y Craig Cates,District 1 James K. Scholl,District 3 �f « Holly Merrill Raschein,District 5 Regular Meeting February 18, 2026 Agenda Item Number: C I I 26-0408 BULK ITEM: Yes DEPARTMENT: Project Management TIME APPROXIMATE: N/A STAFF CONTACT: Willie DeSantis AGENDA ITEM WORDING: Report of monthly change orders for the month of January 2026, 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 01/01/2026 and ending 01/31/2026 for a total of$134,867.50. 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 DOCUMENTATION: FINANCIAL IMPACT: N/A Effective Date: Expiration Date: Total Dollar Value of Contract: Total Cost to County: Current Year Portion: Budgeted: Source of Funds: CPI: Indirect Costs: Estimated Ongoing Costs Not Included in above dollar amounts: Revenue Producing: If yes, amount: Grant: County Match: Insurance Required: ra O � E V ' 0) O C N 4-1 r � S '> i N > �O ro N •� N O X �_ •> a) E ru Nro ro O E (n W cn m Ln ac faO ro L� C: EL , r� aSo •E -� � — _ O (U O ro r ro •> 4-1 V O N •�, 4-' E V) E � N cn -W 0O a-+ O O ' x N V V •O^ -a •— N •O^ N C 0 0 DC N a Q a-J a-J ce W 70 LU 0 V LU j F�1 ce LL O LL LU LU N N Q LUO ate °° Q 0 Zo o Z � N V O a O � Ln V ~ M _0 \ ro V '� _ 00 W Z � o O O ro p Z En M oC a — •> *� Z N (� o > .. O a •L > LUL- C O O L V Z O� � •> 74 V > > O �o w (n) m O p O rot V O O Ln L Z LU �"� Z o `r'• � �O O = � W n o V a O Lr) ,� Q m W a iA- M rl Z o = O = W ~ OWE #k V 0 � O M W H V O � pe Z — L U ow Z O � J o O V _0 J O m L ro •EIq Q FEE LUQ Z C: ro ra O V Q (D p1 V o')4-J Oj V a > c > � Q •L •L O E o ro fz o _ V U ) MONROE COUNTY/ENGINEERING/ PRO ECT MANAGEMENT J CONTRACT CHANGE ORDER PROJECT TITLE: Harbour Drive Bridge (#904604) Replacement Project CHANGE ORDER NO: 3 INITIATION DATE: 8/18/25 CONTRACT DATE: 9/20/23 SUBSTANTIAL COMPLETION DATE AS OF THIS CHANGE ORDER#3: 7/2/25 TO CONTRACTOR: American Empire Builders, Inc. The Contract is changed as follows: The Original Contract Sum ...........................................................................................$5,780,000.00 Net change by previously authorized Change Orders ...........................................................$145,809.70 The Contract Sum prior to this Change Order was..............................................................$5,958,590.49 The Contract Sum increase by this Change Order#3................................................................$7,500.00 The Contract Sum including this Change Order.................................................................$5,966,090.49 Additional work was performed by the contractor as a result of uncontrollable circumstances due to unforeseen conditions. There is no additional time added to the project completion date resulting from this Change Order. Item Description Amount Additional Time 1 Reconstruction of a seawall and foundation $7500.00 none that encroaches into a drainage swale located within the project limits. Structural elements were discovered and were not shown in the plans and were not a part of the project scope. Total $7500.00 none This Change Order is.13%of the original contract price. , , CONTRACTOR American Empire Ire Builders_Antonio Gonzalez � ��� 12/17/2025 7 Date Digitally signed by Judith S. w Judith S.Clarke,Clarke,P.E. ENGINEERING SERVICES DIRECTOR P.E. Da5te:2025.12.1709:35:37 -011 Date Christine Hurley Digitally signed by Christine Hurley COUNTY ADMINISTRATOR Date:2026.01.08 13:31:22-05'00' Date MONROE COUNTY ATTORNEY APPROVED AS TO FOR CHRIS INE .IIMBERT BARROWS SR,A,SSISTA,N�T COUNTY ATTORNEY L 12/1-7/25 - Change Order Attachment per Ordinance No. 004-1999 • Change Order was included in the original contract specifications. Yes ❑ No M If Yes, explanation: • Change Order was included in the original specifications. Yes ❑ No M If Yes, explanation of increase in price: • Change Order exceeds $25,000 or 5% of contract price (whichever is greater). Yes El No F1 If Yes, explanation as to why it is not subject for a calling for bids: This work is to be designed and performed by the original contractor. • Project engineer/CEI approves the change order. Yes M No ❑ • Change Order is correcting an error or omission in design document. Yes ONo M Should a claim under the applicable professional liability policy be made? Yes ❑ No M Explain: Sv, 16111 li, A E El ,III � 111� Arnerican Empire Builders,Inc. 13775 SW 145T" CT., SUITE B., M IAM I, FL. 33186 OFFICE: 305-261-9276/ FAX: 305-261-9210 December 15, 2025 Proposal Attn: Mr. Clark Briggs Senior project Administrator Monroe County Engineering RE: Harbour Drive Bridge / Seawall Reconstruction American Empire Builders,Inc, (AEB)is pleased to provide this proposal for the above referenced project. Specifically, this proposal addresses the reconstruction of the Seawall located between 234 Corsair Road and the Permanent Sheet pile Wall No. 3 of Harbour Bridge. AEB hereby proposes furnishing labor, materials, and equipment to reconstruct the Sewall for a lump Sum price of$7,500.00 Dollars. It is our pleasure to provide you with this quote. Best regards, American Empire Builders 717 Antonio Gonzalez MONROE CouNTY/ENGINEERING SERVICES CONTRACT CHANGE ORDER PROJECT TITLE: Seaview Drive Bridge Completion Project CHANGE ORDER NO: 1 INITIATION DATE: 01/16/26 CONTRACT DATE: 04/01/25 SUBSTANTIAL COMPLETION DATE AS OF THIS CHANGE ORDER#1: 01/06/26 TO CONTRACTOR: General Asphalt Co., LLC The Contract is changed as follows: The original Contract Sum ........................................................................................$4,955,924.28 Net change by previously authorized Change Orders ................................................................ $0.00 The Contract Sum prior to this Change Order was..........................................................$4,955,924.28 The Contract Sum is(changed) by this Change Order.......................................................$127,367.50 The Contract Sum including this Change Order .............................................................$5,083,291.78 Additional time,labor,materials and equipment was necessary for the contractor to extend paving limits to include West Seaview Drive from Bimini Drive intersection to existing project limits for The Seaview Drive Bridge Project on Duck Key. The extended paving limits were the result of roadway damages attributed to the bridge construction activities as well as other construction activities that took place in the area. This additional work added 35 Additional Contract Days and an increase of$127,367.50 to the original contract. This Change Order 1 revises the substantial completion date to February 10, 2026. This Change Order 1 is 2.5%of the original contract amount. 01/26/2026 CONTRACTOR � Ju.. J Judith S.C I a rke P.E. Digitally signed by Judith S.Clarke,P.E. Date ENGINEERING SERVICES DIRECTOR OR Date:2026.01.2710:05:59-0500 Christine Hurley Digitally signed by Christine Hurley Date COUNTY ADMINISTRATORDate:2026.01.29 17:00:23-05'00' Date Change Order Attachment per Ordinance No. 004-1999 • Change Order was included in the original contract specifications. Yes ❑ No M If Yes, explanation: • Change Order was included in the original specifications. Yes ❑ No M If Yes, explanation of increase in price: • Change Order exceeds$25,000 or 5% of contract price (whichever is greater). Yes El No E If Yes, explanation as to why it is not subject for a calling for bids: • Project engineer/architect approves the change order. Yes M No ❑ • Change Order is correcting an error or omission in design document. Yes E]No M Should a claim under the applicable professional liability policy be made? Yes ❑ No � Explain: V �� i A." �r ii I� W, 'N"WEST 7214 D ENU a i r 50 NO Wt /loi ... MI, FLORIDA 331 A .. i ,* „v , To: General Asphalt Contact: Tony Address: Miami, FL 33166 Phone: Fax: Project Name: Duck Key-Roadway Paving Bid Number: Project Location: Schooner Lane&W. Seaview Dr., Duck Key, FL Bid Date: 1/8/2026 Item# Item Description Estimated Quantity Unit Unit Price Total Price 1 MOBILIZATION 1.00 EACH $6,000.00 $6,000.00 2 1/2 Inch Asphalt Roadway Milling Including Clean Up& 4,400.00 SY $4.95 $21,780.00 Hauling 3 1 Inch SP 9.5 Asphalt Roadway Overlay 6,991.00 SY $12.50 $87,387.50 4 Striping(Paint,Thermo,&RPMs) 1.00 LS $12,200.00 $12,200.00 Total Bid Price: $127,367.50 Notes: • Time required for completion is five(5)Weeks. • The above prices do not include Performance and Payment Bond.Add 2%if bond is required. • The above price does not include any Layout. • The above price does not include any Testing. • The above price does not include As Builts. • The above prices do not include Permits. • The above prices do not include Protection of Brick Pavers or Stamped Concrete • The above prices do not include Quality Control(QC) • The above prices are good until June 2026! • New asphalt pavement is subject to tire tracks and marking. GAC is not responsible for these issues. • Unless indicated otherwise,this proposal is based on average thickness of asphalt, not minimum thickness. • This proposal is may be withdrawn by GAC if not accepted within(30)days. • Final payment will be based upon actual quantities installed as determined by field measurement after completion. • GAC shall not be responsible for reflective cracking,birdbaths,drainage problems,or settlement of new asphalt overlay due to the existing asphalt. • Any Punch List items must be submitted in writing. No repairs will be made until 90%of the invoice amount has been paid. • GAC shall not be responsible for birdbaths or water flow when projects are designed with less than 1%fall. • Customer agrees to pay asphalt over-runs at a price of$ 150.00 per ton • Customer agrees to pay for asphalt leveling at a price of$ 175.00 per ton • This quote is based on the bituminous and materials index from the Florida Department of Transporation for liquid asphalt and fuel adjustments. GAC shall be compensated for any increase in excess of the current month's index at the time of the asphalt placement. • No Under Roof paving is included unless specifically stated in the proposal! • No behind the curb paving is included unless specifically stated in the proposal! • The above prices do not include any edging of grass! • The above pricing does not include the protection of brick pavers, bridge decks or stamped concrete! • The above prices do not include any driveways unless specifically stated in the item listed above! • The above price does not include any special wages, heavy wages...etc. 1/21/2026 9:03:14 AM Page 1 of 2 ACCEPTED: CONFIRMED: The above prices,specifications and conditions are satisfactory Your Company Name and hereby accepted. Buyer: Signature: Authorized Signature: Date of Acceptance: Estimator: 1/21/2026 9:03:14 AM Page 2 of 2 N we °ii l 1/21/2026 Mr. Clark Briggs Seaview Dr Bridge Replacement Project Duck Key,Monroe County,Florida Subject: Change Order#001 A. Duck Key—Additional Roadway Paving Dear Mr. Briggs: WSP has received General Asphalt Co., Inc(GAC)request for additional compensation due to additional work. A. GAC was requested by Monroe County to submit a Change Order Request, per the contract, for the repair and paving from the intersection of Bimini Dr and Corsair Rd to the project limits of the Seaview Dr Bridge Replacement project. The amount to be paved is approximately 286OLF (0.54 GM) of two lane local residential roadway. GAC is requesting$127,360.50 and 35 Contract Days of additional money and time for complement of this task. The total amount of the work order is $127,367.50 and 35 Additional Contract Dam. WSP concurs with this additional compensation for the request as supported by documentation provided. Should you have any questions,please contact me 305-393-2185. Sincerely, WSP 1N �woigmL+�m� I � '�w'rvwµw/uiWiiilwlllWWWdY ��Mur rr uw� James Rhyne, P.E. Project Engineer/Project Administrator cc: Pomsit Chakkaphak P.E. (Enclosure)