HomeMy WebLinkAboutItem I01COUNTY of MONROE
The Florida Keys
BOARD OF COUNTY COMMISSIONERS
Mayor Michelle Lincoln, District 2
Mayor Pro Tem David Rice, District 4
Craig Cates, District 1
James K. Scholl, District 3
Holly Merrill Raschein, District 5
Regular Meeting
March 11, 2026
Agenda Item Number: I1
26-0557
BULK ITEM: Yes DEPARTMENT: Airports
TIME APPROXIMATE: N/A STAFF CONTACT: Richard Strickland
AGENDA ITEM WORDING: Report of Airport change orders reviewed by the County
Administrator.
ITEM BACKGROUND: There was one (1) change order considered and approved by the County
Administrator during the month of February, 2026.
PREVIOUS RELEVANT BOCC ACTION: Ordinance No. 005-2023 adopted on April 19, 2023,
authorizes the County Administrator to approve separate, non -cumulative change orders for
construction projects and professional service contracts in amounts not to exceed $100,0000 (as
amended by Ordinance No. 005-2023) 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: Approval.
DOCUMENTATION:
Airport Monthly Change Order Report
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:
►�
+,
U
O
U
p
N
a�
o
m
co
a)
E
O
ate+
-
O
E
+r
O
0-
M
OC
O
Z
rp
E
co
O
O
U
+'
CU
-0
O
O
I\
U
Ca
-
O
0
ca
`--
U)
O
U)
O
H--
O
L
U
L
O
O
U
CU
C
O
cn
Ca
I-
Cu
N
E
U
"
o
>
a)
0
cOn
i
U
a)
CZ
0)
X
O
E
LL
O
"
-0
-0
coO
+�
U
R
CD
O
Q
�
{i
0
0
U
o
co
c
O
cn
L
O
06
O
}I
C)
m
L
Q
Q
O
U
a
i
(a
0
V
U
O
N
O
Q
Ca
3
�X
Ca
i
W
J
a
O
MON OE Cot .,rN*Y/ENGINEEiRING/F"k2O t� c�ANAGeMENr
Comrmcr CHANGE ORDER
INITIATION DATE:01/2812026
CONTRACT DATE: 11/17/2021
The Contract is changed as follows:
The original Contract Sum ................
. $7„210„000.66
Net change b previously authorized Change order ................................
g Y p Y g
.....................$823„220,10
The Contract Sum prior to this Change order was,.
The Contract Sum is (decreased) by this Change Order 4...............................................($40,716.63)
The Revised Contract Sum including this Change Order ...... .............................
.............$7,O93,503.13
Change Order No. 4 includes furnishing and installing FDOT-approved filter fabric between the lime rock base course and
the No. 57 rock bedding material throughout the full -depth sections of the proposed taxiway areas. This work equates to
an increase of 6 783.37,
This change order also incorporates credit associated with work removed under ESI #2 due to modifications to the Vehicle
Service Road (VSR). The total credit is (47 5001 for the elimination of work under Specification D-701-1 (15" Diameter
Reinforced Concrete Pipe, Class V).
This Change Order 4 does not increase contract time.
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.
This Change Order 4 represents 0.0056 % of the original contract price,
Not valid until approved by Owner Architect if applicable), and Contractor
Robert 6 . Digitally signed by Robert B.
Aydin, P.E.
n ray /^�tr^r.^. t+^r/[ Y�+ r.t-y DN: cn=Robert B. Aydin, P.E.,
ae. - ....
Date
IE
'4
Digitally signed by Richard
Richard Strickland Stdokland
AIRPORTS DIRECTOR Date: 2026.01.30 15:14:17 -05'00'
Date
COUNTY/ASSISTANT ADMINIS fRATO
e
Date
Change Order Attachment per Ordinance No. 004-1999
• Change Order was not included in the original contract specifications. Yes ❑ No
If Yes, explanation:
0 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:
0 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:
vrkX^.U�nrda�N.C. ^4
Change Order
Attention: Jacobs DATE: 9/25/25
200 W. Forsyth St
Suite 1520
Jacksonville, FL 32202
ITEMIZED QUANTITIES
Location: 3491 S Roosevelt Blvd, Key West FL 33040
Scope: KWIA Taxiway A Extension and Mitigation - Install filter fabric above #57
Overhead ... o
a-
.... .:.: tion
General Con6tions
Charley Toppino & Sons, Inc.
Signature: Date:
Z FERGUSONWATERWORKS #1216
10810 S.W. 84TH ST
WATERWORKS MIAMI, FL 33157-6737
iver To:
Alejandro Cerice
alejandro.cerice@ferguson.com
15:29:45 SEP 25 2025
Phone: 786-573-7140
Fax:305-969-0361
FEL-POMPANO BEACH, FL WW #125
Price Quotation
Phone:786-573-7140
Fax:305-969-0361
Bid No:
B603259
Cust Phone:
305-296-5606
Bid Date:
09/25/25
Terms:
NET 10TH PROX
Quoted By:
AC
Customer:
CHARLEY TOPPINO & SONS INC
Ship To:
CHARLEY TOPPINO & SONS INC
PO BOX 787
PO BOX 787
2125 TAXIWAY A EXTENSION
2125 TAXIWAY A EXTENSION
KEY WEST, FL 33041
KEY WEST, FL 33041
Cust PO#:
FILTER FABRIC
Job Name:
2125 TAXIWAY A EXTENSION
Item Description Quantity Net Price UM Total
STANDARD
DOT FILER FABRIC
GEON06015300 15X300 FT N060 N/WOV 500 SY 8 579.370 RL 4634.96
Net Total:
$4634.96
Tax:
$347.62
Freight:
$0.00
Total:
$4982.58
Quoted prices are based upon receipt of the total quantity for immediate shipment (48 hours). SHIPMENTS BEYOND 48 HOURS SHALL BE
AT THE PRICE IN EFFECT AT TIME OF SHIPMENT UNLESS NOTED OTHERWISE. QUOTES FOR PRODUCTS SHIPPED FOR RESALE
ARE NOT FIRM UNLESS NOTED OTHERWISE.
Page 1 of 1
Due to the uncertain impact of potential tariffs, Ferguson's quotation/proposal has not included any provision or contingency for future tariffs or increase of
existing tariffs. Ferguson reserves the right to adjust prices to reflect the impact of any new or increased tariffs that affect our costs at the time of shipment.
Ferguson will provide notice of any such adjustments along with documentation supporting the changes.
CONTRACTOR CUSTOMERS: IF YOU HAVE DBE/MBE/WBE//VBE/SDVBE/SBE GOOD FAITH EFFORTS DIVERSITY GOALS/ REQUIREMENTS ON A
FEDERAL, STATE, LOCAL GOVERNMENT, PRIVATE SECTOR PROJECT, PLEASE CONTACT YOUR BRANCH SALES REPRESENATIVE
IMMEDIATELY PRIOR TO RECEIVING A QUOTE/ORDER.
Seller not responsible for delays, lack of product or increase of pricing due to causes beyond our control, and/or based upon
Local, State and Federal laws governing type of products that can be sold or put into commerce. This Quote is offered contingent upon the
Buyer's acceptance of Seller's terms and conditions, which are incorporated by reference and found either following this document, or
on the web at https://www.ferguson.com/content/website-info/terms-of-sale
Govt Buyers: All items are open market unless noted otherwise.
LEAD LAW WARNING: It is illegal to install products that are not "lead free" in accordance with US Federal or other applicable law in potable water
systems anticipated for human consumption. Products with NP in the description are NOT lead free and can only be installed in non -potable
applications. Buyer is solely responsible for product selection.
HOW ARE WE DOING? WE WANT YOUR FEEDBACK!
0 ' !] hhttps://surScan the QR code or use the link below to
complete a survey about your bids:
0 vey. medal I la.com/?bidsorder&fc=1216&on=76512