Loading...
HomeMy WebLinkAbout6th Change Order 03/18/2026 BOARD OF COUNTY COMMISSIONERS County ofMonroe Mayor Michelle Lincoln,District 2 The Florida Keys Mayor Pro Tem David Rice,District 4 Craig Cates,District 1 James K.Scholl,District 3 Holly Merrill Raschein,District 5 Memorandum DATE: 03/05/2026 TO: BOCC Y Digitally signed by Kevin G.Wilson, FROM: Kevin G. Wilson, P.E., Assistant Count Administrator Fy:k,)Z'le . PE. Date:2026.03.05 15:24:52-05'00' THRU: Christine Hurley, County Administrator Digitally signed by Christine Hurley Christine Hurley Date 2026.03.12 18 17 22-04'00' SUBJECT: Proposed Change Order to be Approved Attached is proposed Change Order#6 for the Key Largo III Roadway and Drainage Project. This change order decreases the final contract sum by$121,268.31. Substantial Completion was achieved on 12/08/2025. Monroe County Ordinance 027-1998 and subsequent amendments provide authority for the Administrator to approve change orders within specified limits after providing Board of County Commissioners with at least 24 hours to review them and pose any questions or objections that they may have. It is the Administrator's intent to approve the attached change order under that authority after the 24- hour BOCC notification time. i MONROE COtwYANGwERING/ PROTECT MANAGEMENT CONTRACT CHANGE ORDER PROJECT TITLE:Key Largo III Roadway and Drainage Project CHANGE ORDER NO: 6 INITIATION DATE: 1.28.26 CONTRACTOR: H&R Paving, Inc. CONTRACT DATE: 6.15.24 The Contract is changed as follows: The original Contract sum.............................................................................................$2,056,580.59 Net change by previously authorized change orders........................................................... .$143,514.50 The Contract sum prior to this change order was...............................................................$2,200,095.09 The Contract sum is decreased by this change order 6.........................................................$121,268.31 The Revised Contract sum including this change order.......................................................$2,078,826.78 The project commencement was ,July 7, 2024. After final inspections, substantial completion was achieved on December 8,2025.The Pay Item Summary for Underrun and Overrun Quantities of Change Order#6 are below: Underrun Summary Pay Item Number Description Unit Underrun Qty Unit Price Amount 104-10-3 Sediment Barrier LF 1,058 $4.31 $4,559.98 104-18 Inlet Protection EA 31 $266.00 $8,246.00 120-6 Embankment CY 698 $48.00 $33,504.00 125-1 Excavation for Structures CY 208 $34.00 $7,072.00 286-1.1 Turn-Out(Gravel Driveway) SY 1,979 $9.00 $17,811.00 268-1.2 Turn-Out(Concrete Driveway) SY 260 $50.00 $13,000.00 286-1.3 Turn-Out(Asphalt Driveway) SY 90 $40.00 $3,600.00 425-5 Adjust Manhole EA 13 $200.00 $2,600.00 425-6 Adjust Valve Box EA 19 $200.00 $3,800.00 430-174-124 Pipe Culvert Round 24" LF 4 $308.36 $1,233.44 430-70-4 French Drain 24" LF 11 $358.96 $3,948.56 526-1-12 Pavers Arch. Driveway SY 382 $120.00 $45,840.00 530-74 Bedding Stone(No 57) CY 26 $38.00 $988.00 570-1-2 Performance Turf SY 876 $12.00 $10,512.00 700-1-11 Sign Post(F&I) AS 1 $400.00 $400.00 711-11-160 Thermo White Message EA 6 $250.00 $1,500.00 711-11-160A Thermo White Arrow EA 2 $150.00 $300.00 711-15-101 Thermo White Solid 6" GM 0.597 $6,300.00 $3,761.10 Non Bid Item RCO 07 sewer backfill S1-4 LS 0.36959 $7,792.55 $2,880.05 Non Bid Item 6611 Grates(Galy) EA 3 $543.22 $1,629.66 Totat $167, 185. 8 Overrun Summary Pay Item Number Description Unit Overrun Qty Unit Price Amount 334-1-1 Supe rpave TL A(SP9.5) TN 123 $180.00 $22,140.00 700-1-50 Single Post Sign(Relocate) AS 1 $200.00 $200.00 700-1-60 Single Post sign(Remove) AS 3 $100.00 $300.00 706-3 Retro-reflective Pav't Marker EA 189 $5.00 $945.00 711-16-201 Thermo Yettow Solid 6" GM 0.033 $6,300.00 $207.90 711-16-231 Thermo Yellow Skip 6" GM 0.598 $2,000.00 $1,196.00 711-17-1 Thermo Removal, LF 629 $10.00 $6,290.00 i Non Bid Item Overbuild Asphatt(SP9.5) TN Grand Total Change Order#6 $-12. 2 8 J� This final mconcil�o��/change order 6 includes additional charges due to under and overruns of plan quantities and asphalt deduction allowed per specification due to minimum ride quality requirements.The final reconciliation change order is a net deduction of($121,268.31). Contractor agrees to accept the decrease in monetary compensation and hereby waives and releases an d |/ �a|mofor any addit�na|componoaUonna|�adbo these bid items. any a This Change Order ia(-Y65.Q)of the original contract price. Not valid until signed byContneobor. Counb/-mcknovv|edgedbvFO[>T. --.....`°.". Judith S.Clarke ENGINEERING SERVICESD|RBCTO , o"'^=p� Date Christine "w'�"v°w�"� Christine Hurley COUNTY ADMINISTRATOR �8 ������1« �� Date (Acknowledged by)FLORIDA DEPARTMENT[)FTRANSPORTATION (451622 SC(]P FUNDED) Date mmvnoc COUNTY ATTORNEY APPROVED AS TO FORM SR ASSISTANT COUNT'Y ATTORNEY ��������� �� A m�m��mm���w�m� =���m-mm-��U & ASSOCIATES U December 18. 202S Monroe County Engineering Department Judith Clarke, P.E. Chief Engineer 110 Simonton Street Key West, FL33040 Project Name: KEY LARGO III—ROADWA@'AND DRAINAGE IMPROVEMENTS PROJECT Project No.: FM No':4516OO-1-5D-0D Contract No.: G2TO5 Subject: Project Overruns and Underruna Pay Item Quantity Reconciliation The Total Contract Amount Summary reflecting the Change Order#6 and previous Change Orders is below: Original Contract Sum $2'0GG'G80.GS Net Change by Previously Authorized Change Orders The Contract Sum Prior to this Change Order $2'200'0SG.0S The Contract Sum in DECREASED by this Change Order#G The Revised Contract Sum including this Change Order $2.078'82G.78 The contract time was increased by 177 calendar days due to weather delays, holiday schedules and changes in the scope of work for the project. Original Contract Time: 365 Calendar Days Increase to Contract Time: 177 Calendar Days Total Contract Time: 542 Calendar Days The detailed descriptions of the Project Pay Item Quantity UNDERRUNS in summarized below: PAY ITEM 104-1-3 SEDIMENT BARRIER- LF Based on the contractor and inspector's field measurements.This resulted in an underrun of 1,0581-F. PAY ITEM 104-1Q INLET PROTECTION- EA This pay item was not utilized on the project and resulted in an underrun of 31 EA. PAY ITEM 1D0-8 EMBANKMENT-CY Based on the truck tickets from loads received,this resulted in an underrun of 698CY. PAY ITEM 1D5-1 EXCAVATION FOR STRUCTURES-CY Based on the deletion of 10 drainage structures, this resulted in an underrun of 208CY PAY ITEM DQ8-1'1TURN OUT CONSTRUCTION(GRAVEL)-SY Based on the contractor and inspector's field measurements, this resulted in an underrun of 1,979SY. PAY ITEM DQ8-1'DTURN OUT CONSTRUCTION(CONC0ETE)-SY This pay item was not utilized on the project PAY ITEM DQ8-1'3TURN OUT CONSTRUCTION (ASPHAO)-SY This pay item was not utilized on the project and resulted in an underrun of 90SY. PAY ITEM 4D5-5 ADJUST MANHOLE- EA This pay item was not utilized on the project and resulted in an underrun of 13EA. ��������� �� A m�m��mm���w�m� =���m-mm-��U & ASSOCIATES U PAY ITEM 4D5-6 ADJUST VALVEBOX-EA Based on the contractor and inspector's field work,this resulted in an underrun of 19EA PAY ITEM 430-174-1D4 PIPE CULVERT ROUND D4"- LF Based on the deletion uf10 structures,this resulted inununderrunuf4LF. PAY ITEM 430-70-4 FRENCH DRAIN D4" - LF Based on the deletion of 10 structures,this resulted in an underrun of 11 LF. PAY ITEM 526-1-1OPAVERS ARCHETECTURAL DRIVEWAY-SY Based on the contractor and inspector's field measurements, this resulted in an underrun of 382SY. PAY ITEM 530-74BEDDING STONE-TN Based on the contractor's submitted delivery tickets, this resulted in an underrun of 26CY. PAY ITEM 570-1-O PERFORMANCE TURF-SY Based on the contractor and inspector's field measurements,this resulted in an underrun of 876SY. PAY ITEM 700-1-11 SIGN POST(F&|)-AS Due to the deletion of the bike lanes on First Street per specification,this resulted in an underrun of 1AS. PAY ITEM 711-11-160 THERMOPLASTIC WHITE MESSAGE-EA Due to the deletion of the bike lanes on First Street per specification,this resulted in an underrun of 6EA. PAY ITEM 711-11-160A THERMOPLASTIC WHITE ARROW- EA Due to the deletion of the bike lanes on First Street per specification,this resulted in an underrun of 2EA. PAY ITEM 711-15-101 THERMOPLASTIC WHITE SOLID 6',-Gy4 Due to the deletion of the bike lanes on First Street per specification,this resulted in an underrun of 0.597GM. PAY ITEM NON-BID ITEM 6611 GRATES- EA(CHANGE ORDER#4) Due to the deletion of French Drain inlets,this resulted in on underrun uf3EA. The detailed descriptions of the Project Pay Item Quantity OVERRUNS is summarized below: PAY ITEM 334-1-1 SUPERPAVETLASP9'5-TN Based on the contractor's delivery tickets received and the specification for allowable overruns, this resulted in an overrun of 123TN. PAY ITEM 700-1-50 SINGLE SIGN POST(RELOCATE)-AS Due to the deletion of the bike lanes on First Street' an additional relocation of a sign was required and resulted in an overrun of 1AS. PAY ITEM 700-1-80 SINGLE SIGN POST(REMOVE)-AS Due to the deletion of the bike lanes on First Street, additional removal of signs was required and resulted in an overrun of 3AS. PAY ITEM 708-3 RAISED PAVEMENT MARKERS-EA Based on the Contractor and Inspector's field count, this resulted in an overrun of 189EA PAY ITEM 711-18-201THERMOPLAST|C YELLOW SOLID 6',-GM Based on the contractor's certified quantities,this resulted in an overrun of 0.033GM. PAY ITEM 711-18-231THE0MOPLAST|C YELLOW SKIP 6',-GM Based on the contractor's certified quantities,this resulted in an overrun of 0.598GM. PAY ITEM 711-17-1 STRIPING REMOVAL- LF Based on the contractor and inspector's field measurement, this resulted in an overrun of 629LF. PAY ITEM NON-BID ITEM OVERBUILD ASPHALT-TN (CHANGE ORDER 3) Based on the contractor's delivery tickets received, this resulted in an overrun of 46TN. ��������� �� A m�m��mm���w�m� =���m-mm-��U & ASSOCIATES U The final reconciliation of actual quantities installed resulted in the following Pay Item Overruns and Underrunn for this contract: Underrun Summary: Pay Item Number Description Unit Underrun Qty Unit Price Amount Total <$167,185.79> Overrun Summary. Pay Item Number Description Unit Overrun Qty Unit Price Amount Non Bid Item Overbuild Asphalt(SP9.5) TN 46 $318.23 $14,638.58 Grand Total Change Order#6 <$121,26&31> Ifyou have any questions or need clarification of the above Pay Item Quantity Summaries, pleasecal[Doug Wilson at(23S)707-S737. Sincerely, 0S|NGER CAMPO&ASSOCIATES OuuAVViioun Project Administrator A KISINGER CAMPO & ASSOCIATES CC: Tyler Jackson, Monroe County Project Manager Ken Spillett, PE Senior Project Engineer Nestor Barrea, FDOT Final Estimates Lazaro Mesa, FDOT Final Estimates 20 1 kka¢th l rank I in Sh ee I,Suikr 400 17ampi,F(w Wa 33602 813 871 5 331 8 13 871 5 H 5