Loading...
HomeMy WebLinkAbout2015-082CHANGE ORDER NO. 5 y L8i• I�203 aols-a ea. DATE OF ISSUANCE: EFFECTIVE DATE. OWNER. INDIAN RIVER COUNTY CONTRACTOR: CLOSE CONSTRUCTION, LLC PROJECT. PC South Algal Nutrient Removal Facility OWNER'S PROJECT NUMBER: 949 ENGINEER: INDIAN RIVER COUNTY You are directed to make the following changes in the Contract Documents: Item - Description Increase/Decrease in Contract Price Increase/Decrease in Contract Time (Calendar Days) 5.1 Furnish and install submersible pump in existing well, furnish and install hydropneumatic tank and pressure controls, piping, valves, etc. and connect to existing Gorman -Rupp pump Reason' To insure the Gorman -Rupp pump does not lose prime. Due to the long suction line length required by SJRWMD, there is concern that the Gorman -Rupp pump will lose prime, causing significant and continuous maintenance issues. $8,965.00 0.0 5.2 Revise center harvest flume bottom elevation at discharge tie-in point per email description to Close Construction dated 9-5-2014. Reason This revision is necessary due to a conflict in the Construction Drawings. Revising the elevation will make harvesting operations much easier for staff $2,896.03 0.0 5.3 Extend the concrete work pad at the South Relief Canal Pump Station site. Reason To provide a safer work area. $4,270.00 0.0 5.4 Furnish and install Type 316 stainless steel fasteners on the flanged aboveground RO brine line discharge fittings. Reason. To provide more robust corrosion resistance. (The project was bid under Utility Division specifications that did not require Type 316 stainless steel fasteners.) $359 10 0.0 5.5 Furnish and install a single pipe support for the vertical aboveground RO brine line discharge into the headworks structure. Reason- Additional support is needed to resist water forces within the pipeline. $1,507.59 0.0 5.6 Furnish and install an additional 6" well for the recycle water system. The well shall be approximately 100 feet deep with 40 feet of 0.030 slot screen, identical to the three wells installed in Change Order No. 4 Reason. The original well placement design assumed the recycle water system wells would be constructed at 50 foot spacing. SJRWMD requires 100 foot spacing between wells which significantly increases the length of the centrifugal pump's suction pipe, which reduces the flow that can be pulled from each well by the pump. A fourth well is required to provide additional flow capacity $5,885.00 0.0 5.7 Increase the recycle water system pump suction line from 4" diameter to b" diameter Reason. The pump suction pipe must be increased because SJRWMD requires 100 foot spacing between wells, increasing the overall distance of the pump suction line. A larger diameter pipe is necessary to reduce the pump suction head which will allow increased pumping capacity $10,783.45 0.0 5.8 Permit plan revision fee charged by the IRC Building Department. Reason. The electrical design was modified requiring another Building Department review $50.00 0.0 5.9 Delete approximately 14.3 cubic yards of 1" to 3" diameter washed brown river quartz at the South Relief Canal site. Reason. Will be replaced by concrete drive/work slab. ($1,760.88) 0.0 5.10 Delete approximately 72 square yards of filter fabric at the South Relief Canal site. Reason Will be replaced by concrete drive/work slab. ($117.53) 0.0 '5.11 Delete approximately 53 square yards of 2" type SP -12.1 asphalt pavement at the South Relief Canal site. Reason: Will be replaced by concrete drive/work slab. ($789 47) 0.0 5.12 Delete approximately 56 square yards of 8" limerock base at the South Relief Canal site. Reason. Will be replaced by concrete drive/work slab. ($374.39) 0.0 . .- 5.13 Delete approximately 59 square yards of 12" stabilized subgrade at the South Relief Canal site. Reason. Will be replaced by concrete drive/work slab. ($148.50) 0.0 5.14 Add approximately 11 linear feet of guardrail at the South Relief Canal site. Reason Design modification to comply with field conditions. $251.90 0.0 5.15 At the South Relief Canal site, construct approximately 171 square yards of 8" thick reinforced concrete drive/work slab per the 2-23-2015 revision on Sheet P1AA, including testing services for concrete, subgrade, and base. Reason To provide stronger and firmer work/driving surface. $20,966.00 0.0 5.16 Increase the number of landscape watering events by 24 and increase the number of exotic elimination events by 2. The landscape watering events will be billed on a per each basis at $412.50/event and the exotic elimination events will be billed on a per each basis at $1,375 per event. Reason. Construction of the project is taking longer than anticipated when the landscaping services were added to the contract, thus requiring additional watering and exotic control events. $12,650.00 0.0 5.17 Modify steps to control building per County Building Department. Reason. The work is necessary to meet Building Code compliance. $5,418.60 0.0 5.18 Delete Bid Item No. 3.70 in its entirety ($2,535.00) 0.0 5.19 Remove and dispose of approximately 20.4 square yards of deteriorated existing asphalt driveway and base at the South Relief Canal site. Reason. Part of the existing asphalt driveway to the site from 27th Avenue is buckling and failing. It will be removed and replaced with a concrete driveway (included in Item 5.15) $578.89 0.0 5.20 Insurance adjustment due to increase in contract price (1%) $688.56 5.21 Bond increase due to increase in contract price ($11.11 per one thousand) $766.59 TOTALS $70,310.93 0.0 CHANGE IN CONTRACT PRICE Description Amount Original Contract Price $5,856,660.20 Net increase/decrease from previous Change Orders $284,813.80 Contract Price prior to this Change Order $6,141,474.00 Net increase/decrease of this Change Order $70,310.93 Contract Price with all approved Change Orders $6,211,784.93 CHANGE IN CONTRACT TIME (Calendar Days) Description Amount Original Contract Time for Final Completion 365.0 Net increase/decrease from previous Change Orders 103.0 Contract Time for Final Completion prior to this Change Order 468.0 Net increase/decrease of this Change Order to Final Completion 0.0 Contract Time for Final Completion with all approved Change Orders 468.0 ACCEPTED: CONTRACTOR (Signature) Close Construction, LLC 7{1o1Y1as 0.0ose mri" e (Name and Title) Date: Oil Og. t I.3� Attest Jeffrey R.1th, Clerk of Circuit Court mptroi puty : rk eMbQr- RECOMMENDED• wei By ` EN EER (SignatMcCull P.E., Indian River County Stormwate Engineering Division Date 4- /0-2b/5 APPRO D: O ER: Indian River County Board of County Commissioners Chairman Date: Anri 1 71 . 7f11 s CLOS Construction. LLC CHANGE ORDER PROJECT PC South Algal Nutrient Removal CHANGE ORDER NUMBER: 5R4 (Name, address) Facility 1225 5th Street, SW Vero Beach, FL 32962 CONTRACTOR: Close Construction, LLC (Name, address) 301 N W. 4th Ave Okeechobee, FL 34972 The Contract is changed as follows. DATE. 04.07.2015 ARCHITECTS PROJECT NO 949 CONTRACT DATE. 07.16.2013 CONTRACT FOR: Additional work added by Owner request and direction. See attached breakdown detailed decription of work and price changes. Change Order Total $ 70,310.93 The original (Contract Sum) (Guaranteed Maximum Price) was . $ $ 5,856,660.20 Net change by previously authorized Change Orders. . $ $ 284,81 3.80 The (Contract Sum) (Guaranteed Maximum Price) prior to this Change Order was. . .$ $ 6,141,474.00 The (Contract Sum) (Guaranteed Maximum Price) will be (increased)_(decreased1 (unchanged) by this Change Order in the amount of .$ $ 70,310.93 The new (Contract Sum) (Guaranteed Maximum Price) including this Change Order will be.. .$ $ 6,211,784.93 The Contract Time will be (increased) (decreased) (unchanged) by ( ) days. NOTE This summary does not reflect changes in the Contract Sum, Contract Time or Guaranteed Maximum Price which have been authorized by Construction Change Directive OWNER CONTRACTOR Indian River County Close Construction, LLC Address Address 1801 27th Street 301 N.W 4th Ave. Vero Beach, FL Okeechobee, FL 34972 BY BY DATE DATE Change Order Number 5 Item 5 1 Install submersible pump in existing well. $ 8,965 00 See attached breakdown and backup 5.2 Center Flume Tie-in Point Modification $ 2,896 03 See attached breakdown 5.3 Additional concrete pad at SRCPS $ 4,270.00 See attached breakdown. 5.4 Fumish & install 316SS fasteners shown on C15A $ 359.10 See attached breakdown and backup. 5.5 Fumish & install single vertical pipe support. $ 1,507.59 See attached breakdown and backup. 5 6 Fumish & install add'I 6" well. $ 5,885 00 See attached breakdown and backup. 5.7 Increase recycle water system pump suction line diameter $ 10,783.45 See attached breakdown and backup. 5.8 Permit plan revision fee $ 50.00 See attached backup. 5.9 Delete approx. 14.3cy of river quartz at CPS $ (1,760 88) See attached breakdown and backup. 5 10 Delete approx. 72sy of filter fabric at CPS $ (117 53) See attached breakdown and backup. 5 11 Delete approx. 53sy of asphalt pavement at CPS $ (789 47) See attached breakdown. 5.12 Delete approx. 56sy limerock base at CPS $ (374 39) See attached breakdown and backup. 5.13 Delete approx. 59sy subgrade at CPS $ (148 50) See attached breakdown 5.14 Add approx. 11If guardrail at CPS $ 251 90 See attached breakdown and backup 5 15 Add approx. 171 sy concrete at CPS $ 20,966.00 See attached breakdown and backup 5 16 Add'I landscaping events $ 12,650.00 See attached breakdown and backup. 5 17 Modifications to control building for code compliance $ 5,418 60 See attached breakdown and backup 5.18 Delete Bid Item 3 7 in its entirety - Abandon RO Concentrate piping at $ (2,535 00) South County RO Water Treatment Plant per Sheet OF1 5.19 Remove and dispose of approx. 20 4 SY of deteriorated existing asphalt $ 578.89 at the SRCPS. Part of existing asphalt driveway to the site from 27th Ave is buckling and failing. It will be replaced with concrete (item 5 15) Change Order Subtotal Insurance - 1% Bond - $11 11 per one thousand Change Order Total $ 68,855.78 $ 688 56 $ 766.59 $ 70,310.93 5.1 Install Submersible pump in existing well Additions Quantity Unit Unit Price Total Well work, Labor & material 1 LS $ 5,000.00 $ 5,000 00 Electrical work 1 LS $ 2,800.00 $ 2,800 00 $ 7,800 00 Sales tax on well work 7% $ 350.00 $ 8,150 00 Subtotal $ 8,150.00 10% O&P $ 815.00 Total for CO5-4 $ 8,965.00 **The original quote that was received from American Drilling Services did not specify the quote was without tax. Therefore CCL submitted only the information available as documentation for the earlier change. Subsequently, American invoiced CCL for work that included sales tax. CCL has now included the invoiced sales tax in this change order request. Change Order Item 5.1 AMERICAN DRILLING SERVICES, INC. 405 SW 2ND STREET OKEECHOBEE, FL. '34974 (863) 763-3221 October 1, 2014 Dear Chris, Thank you for allowing me to bid on pressurizing the existing 6" well. If you pressurize this well it will be good for priming the new 7.5 hp Gorman -Rupp. Due to the larger diameter wells and suction lines, priming can be difficult. The well can also be used by the irrigation contractor to get the trees watered in for the first year. This well is good to have, I would not recommend abandoning the well as long as you are able to find a reasonable beneficial use for it. We appreciate the opportunity to do business with you! Sincerely, Frank DeCarlo Bid Goes As Follows; 1.) Install a 5hp submersible pump 2.) Install a 42 -gallon equivalent bladder tank 3.) Install a 2" cycle stop valve 4.) Install a 2" tee and gate valve for the irrigation connection 5.) Connect the system to the new 7.5 hp Gorman -Rupp pump for easy priming. Total Price $5,000.00 5.2 Modify center flume tie in point CCL Materials Concrete placement Fabricate & Install Structural aluminum C Channel Sales Tax (Aluminum only) Subtotal Additions 1 gallon bituminous paint 1 LS 1 LS $ 2,200 00 $ 2,200 00 $ 325 00 $ 325 00 7% $ 22 75 $ 2,547.75 1 EA $ 85.00 $ 85 00 Subtotal $ 2,632.75 10% O&P $ 263.28 Total $ 2,896.03 **CCL was concerned about driving large concrete trucks across the existing floway. Therefore it was required to ferry the concrete across the floway using two (2) bobcats. Change Order Item 5.2 Grove Welders Inc. 1035 9th Street SW Vero Beach, FL 32962 Phone # Fax # E-mail Estimate 772-569-1222 772-569-6362 grovewelders@bellsouthnet Date Estimate # 1/6/2015 15-15A $ Dollars with payments to be made.as follows. Any alteration or deviation from above specifications involving extra costs wits be executed onty upon written order, and will become, an extra charge `over and above the estimate. All agreements contingent upon strikes, accidents, or delays `beyond our control. Respectfully submitted Note — this proposal may be withdrawn by us if not accepted within days. Acceptance of Proposal The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Payments will be made as outlined above. Date of Acceptance Signature WRVS. FORM 3850 Merrrwi1Ga Signature 1 Name /•Address If thisquote uses steel or alumin um, itis based on the current prices and is subject to the.avafability & price atthe:time of the order. Otherwise, _this quote'is.good for:15 days. close construetimi 301 NW 4th Avenue Okeechobee, FL 34972 P.O. No. W:O. # QUOTE --- _ _ _ _ � - :_==- _= _ -= .... i=?: •: • -: • _- -:_• -:..eft?....... _ - -:. - ._..._.-€ : - is- _: - = : SC�7 _ _ _ ?^__�::-_ .:...:':...' ••._:....:�.• • _ :F4.-- :. _ _ __ ---_ ••_ E•at'-=.:_.._ --- = - = .:._..:._: ---- • 1 LUMP SUM The following firm pieces of 6" ahmrimtm located in two places Courcy Filtration pieces will be custom Cut. mita, install LA -44 fix price is to fabricate and install two channel approximately 45 1/2" long in flow way:et the nevi Indian Rivti (285 27th Avenue SW &.Canal). Both fit and tacked into position charmd in spillway /channel ;:irCi• ea I i 325.00 0.00 325.00T .) S1 ;_—. y, o< --.., oi. llp•21/S Subtotal $325.00 Sales Tax (7.O%) $22.75 Signature Total $347.75 $ Dollars with payments to be made.as follows. Any alteration or deviation from above specifications involving extra costs wits be executed onty upon written order, and will become, an extra charge `over and above the estimate. All agreements contingent upon strikes, accidents, or delays `beyond our control. Respectfully submitted Note — this proposal may be withdrawn by us if not accepted within days. Acceptance of Proposal The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Payments will be made as outlined above. Date of Acceptance Signature WRVS. FORM 3850 Merrrwi1Ga Signature 1 Change Order Item 5.4 REQUEST FOR INFORMATION PC SOUTH ALGAL NUTRIENT REMOVAL RFI NO. 594-039 TO: Keith McCuIIy, P.E. COUNTY PROJECT NO. 0949 (IRC Stormwater Engineering Division) FROM: Danny Boromei, Project Manager CLOSE CONSTRUCTION, LLC Danny Boromei, 863.634.4320 SPECIFICATION SECTION: (Job Site Phone Number) DRAWING/DETAIL: (Job Site FAX Number) INFORMATION REQUESTED: At today's progress meeting there was discussion directing CCL to use 316 stainless steel bolts for all flanged connections. The Indian River County Utility Standards direct the use of ASTM A-307 (carbon steel not stainless steel). If the county would like to use stainless, CCL will provide a price for the increase. Please advise which one the county would like us to use. Our estimator, Chris Rossi, pointed to paragraph D of that same section. It reads that flanged joints are to use A307. He indicated once he found the ambiguity, he deferred to the IRC Utility standard. Please clarify. Requested By: Danny Boromei, Project Manager Date: 09.22.2014 Reviewing Agency (As checked below) Date Received Date Returned ❑ I R C Stormwater Engineering Div. 9-22-2014 9-29-2014 REPLY: Per the County Utility Standards that were in affect when the proiect was bid, Close Construction is correct. The flange nuts and bolts may be per ASTM A-307. Please provide a change order price to use 316 Stainless Steel fasteners in the two locations shown on the attached drawing. These are locations where the flanged connections may or will come in contact with RO concentrate water or spray. Reply By: Keith McCully, P.E. Date: September 29, 2014 ENGINEER's or OWNER's response shall not be considered as a Change Order or Change Directive, nor does it authorize changes in the Contract Sum or Contract Schedule.. Distribution of Copies: Office File Inspector's File F\Public Works\KeithM\Stormwater Projects\PC South Construction\RFI - Request for Information\RFI Answer\RFI 594-039R1 doc PROPOSAL (/v f 4417 S Ci, .ft3 X12 Page # of pages Proposal Submitted To: Address St; Cp ,„. s Ts oof Job Name Job Location. Job # Date Date of'Plans Phone # Fax # Architect 1 We hereby submit specifications and estimates for. , '" Z2,O0 Champ Order-Item.5 2 We propose hereby to fumish material and labor-- complete in accordance with the above. specifications for the sum of: $ Dollars with payments to be made_as follows. Any alteration or deviation from above specifications involving extra costs.will be Respectfully executed only upon written .order, and.will become. an extra charge 'Oiler and _ - submitted above the estimate. All agreements contingent upon strikes, accidents; or delays beyond our control. Note— this proposal 'May tie withdrawn by us if not -accepted within days. Acceptance of Proposal The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified: Payments will be made as outlined above. Date of Acceptance Signature Signature MPS. FORM 3850 Meru w ii s.n 5.3 Extend concrete work pad at CPS Materials Quantity Unit Unit Price Total 24' x 16' concrete work pad 42.7 SY $ 100.00 $4,270.00 Unit price used same as Item 3.33 Total Additions for 5.3 $4,270.00 5.4 Stainless steel fasteners as shown on C15A Additions Quantity Unit Unit Price Total Materials 5 Each $ 61.02 $ 30510 Sales Tax 7% $ 21.36 $ 326.46 10% O&P $ 32.65 Total $ 359.10 QTY SIZE. EXPOSED - @ PS PAD 2 08" DI FLG 45 BEND (401 LINED) $217.14 $434.28 2 08" X.01'-00" FLG X FLG DIP (401 LINED) $194:39 $388.79 2 08" X 01'-00" FLG X PE DIP (401 LINED) $131.57 $263.15 2 08" FLG COUPLING ADAPTER FOR DIP (EPDXY COATED W/ $470.00 $940.00 ALLOY BOLTS &.NUTS) (OR EQUAL) 2 08" X'01'-00" HARNESS RESTRAINT FOR FCA (4 EA -SHOP COATED $190.17 $380:35 CARBON STEEL W/ 2 EA 5/8" X 01'=00" 316SS ATR W/NUTS & WASHERS) FLG X FLG DIP W/ 1/4" TAP (401 LINED) $206.22 $412.45 316SS SCH 40 THRD NIPPLE - $1.77 $3:54 316SS THRD BALL VALVE (FOR GAUGE) (NO SPEC, NO .$15.84 $31.68 STANDARD. QUOTING 2PC 316SST'FULL PORT BALL VALVE W/ LEVER) 316SS SCH 40 THRD NIPPLE $0.99 $1.97 PRESSURE GUAGE '$176.65 $353.30 31'6SST DIAPHRAGM (IF REQUIRED) $338.40' FLG 'SWINGFLEX CHECK VALVE, DI BODY, FBE IN/OUT, $1,261.91 $2;523.83 BUNA-N REINFORCED DISC WITH 316SS/BRASS MECHANICAL INDICATOR 2 08" FLG PLUG VALVE W/ HANDWHEEL $756.38 $1;512.77 1 08" X 01'-00" FLG X FLG DIP (401 LINED) $194.39 $194.39 1 08" DI FLG TEE (401 LINED) $329.42 $329.42 1 12" X 08" DI CONCENTRIC REDUCER (401 LINED) $367.01 $367.01 1 12" DI BLIND FLANGE (401 LINED) $275.01 $275.01 1 08" X 03'-00" FLG X FLG DIP (401 LINED) $276.73' •$276.73 2 08" X 04" - DI FLG TEE (401 LINED) $311.61 $62323 2 04" FLG BUTTERFLY VALVE W/ HANDWHEEL _ INCL W/ ARV 2 04" X 00'-06" FLG X FLG DIP (401 LINED) $114.66 $229.31 2 .04" FLG COMBINATION AIRNACUUM VALVE W/ AIR RELEASE $1,962.67 $3,925.33 WITH ISOLATION BFV FLG X FLaDIP (401 LINED) $214.98 $429.96 DI FLG 45 BEND'(401 LINED) $217.14 $434.28 FLG ACCY SET (316SS FINISH HEX W/ 1/8" FULL FACE RED $22.24 $533.65 RUBBER GASKET) 1 12" iFLG ACCY SET (316SS FINISH HEX W/ 1/8" FULL.FACE RED; '$61.02; 1$6102! ;RUBBER GASKET) - 8 08" X 03'-00" HDG ADJ PIPE SADDLE SUPPORT BURIED,. TO.PV, C'RECYCLE /'NPWFORCE MAIN :2 08"X 08'-00" FLG X,PE DIP (401 LINED) Change Order Item 5.4 DESCRIPTION " Change-Orderltem 5.40 UNIT $ EXT $ 2 08" X 01'-00" 2 1/4"X04" 2 1/4" 2 1/4"X02" 2 '/<" 2 %" 2 08" 2 08" X 01'-06" 2 08" - 24 08" 2 08" 1 08" 1 12"' X'08" 20 08" 6 08" 1 12" C1'53 MJ 45 BEND (401 LINED) C153 MJ LATERIAL WYE -(401 LINED) C153 MJ REDUCER (401 LINED) MON JOINT CLASS 350 DIP -(401 LINED.)_ MEGALUG W/ ACCY SET FOR DIP MEGALUG W/ ACCY SET FOR PVC TOTAL THIS BID ITEM #.3.53 - TAX NOT INCLUDED. $158.75 $1,270.00 $412:86 .$825.73 $147.89 $295:78 $247.31 $247.31 $210.71 :$210.71 $27.60 $552.05 $35.12 $210.69 $74:52 $74.52 - $50,341.37 - BID ITEM #'3.54. - BURIED 6 12" 1 12"X08" 1 08" X 07'-00" 1080 12" 21 12" 13 12" 1 08" EXPOSED 1 08" 1 08" 12" RECYCLE / NPW.FORCE MAIN 01.53 MJ 45 BEND,(401 LINED)' C153 MJ TEE (401 LINED) FLG X PE DIP (401 LINED) C-900 DR -18 PVC PIPE (PURPLE) PVC BELL HARNESS RESTRAINT MEGALUG W/ ACCY SET FOR PVC MEGALUG W/ ACCY SET FOR DIP FLG PLUG VALVE W/ HANDWHEEL DI FLG LR 90 ELL (401 LINED) Page 5 of 11 $268,58 $1,611.48 $315.57 $315.57 $37110 $371.70 $15:92 $17,191.84 $87.20 $1,831.20 $74:52 $968.71 $35.12 $35.12 $756.38 $756.38 $346.24 $346.24 Change Order Item 5.4 REQUEST FOR INFORMATION PC SOUTH ALGAL NUTRIENT REMOVAL RFI NO. 594-039 TO: Keith McCully, P.E. COUNTY PROJECT NO. 0949 (IRC Stormwater Engineering Division) FROM: Danny Boromei, Project Manager CLOSE CONSTRUCTION, LLC Danny Boromei, 863.634.4320 SPECIFICATION SECTION: (Job Site Phone Number) (Job Site FAX Number) DRAWING/DETAIL: INFORMATION REQUESTED: At today's progress meeting there was discussion directing CCL to use 316 stainless steel bolts for all flanged connections. The Indian River County Utility Standards direct the use of ASTM A-307 (carbon steel not stainless steel). If the county would like to use stainless, CCL will provide a price for the increase. Please advise which one the county would like us to use. Our estimator, Chris Rossi, pointed to paragraph D of that same section. It reads that flanged joints are to use A307. He indicated once he found the ambiguity, he deferred to the IRC Utility standard. Please clarify. Requested By: Danny Boromei, Project Manager Date: 09.22.2014 Reviewing Agency (As checked below) Date Received Date Returned ❑ I R C Stormwater Engineering Div. 9-22-2014 9-29-2014 El REPLY: Per the County Utility Standards that were in affect when the project was bid, Close Construction is correct. The flange nuts and bolts may be per ASTM A-307. Please provide a change order price to use 316 Stainless Steel fasteners in the two locations shown on the attached drawing. These are locations where the flanged connections may or will come in contact with RO concentrate water or spray. Reply By: Keith McCully, P.E. Date: September 29, 2014 ENGINEER's or OWNER's response shall not be considered as a Change Order or Change Directive, nor does it authorize changes in the Contract Sum or Contract Schedule. Distribution of Copies: Office File Inspector's File F\Public Works\KeithM\Stormwater Projects\PC South Construction\RFI - Request for Information\RFI Answer\RFI 594-039R1.doc 5.5 Furnish and install single vertical pipe support Additions Quantity Unit Unit Price Total Materials 1 Each $ 481.76 $ 481 76 Shipping 1 Each $ 140 00 $ 140.00 Subtotal $ 621.76 Sales Tax 7% $ 43 52 $ 665 28 Fabricate "L" brackets 1 LS $ 575.00 $ 575.00 Installation 2 Hour $ 45.00 $ 90.00 Sales Tax on fabrication 7% $ 40.25 Subtotal $ 705.25 Subtotal $ 1,370.53 10% O&P $ 137.05 Total $ 1,507.59 Change Order Item 5.5 From: To: Subject: Date: DoNotReolvCa billino-notification.com picholec closeconstrurtinn.us. Piping Technology - Transaction Receipt for 140.00 Wednesday, December 31, 2014 2:52:01 PM Piping Technology & Products, Inc. Date Method of Payment Entry Method Account # Term ID: 001 Sale - Approved Time 15:58:16 2084 12/31/14 Visa Manual Order ID 139865 Order Description: Payment Of Freight Invoice#: 231005 Approval Code 04476G Amount 140.00 Tax 0.00 Total Amount 140.00 Customer Copy *..1101150 S,../14C1 IlcI11 .J..) PIPING TECHNOLOGY & PRODUCTS, Inc 3701 Holmes Road Houston, Texas 77051 U.S.A. Phone : (713) 731-0030 Fax : (713) 731-8640 E-mail : info@pipingtech.com Visit our website at www.pipingtech.com Client :Close Construction, LLC 301 NW 4th Avenue Okeechobee USA FL 34972 Quote # : Q-174447 Page 1 / 1 Project : (none) Req # : Figure 80 pipe clamp 12" Date Printed : 11/19/2014 Salesman/ENGR : JAIME HERNANDEZ/JAIME HERNANDEZ Buyer :Chris Rossi Fax # :863.763.6337 Phone #,:863.467.0831 Fmw;l:chrisrossi@closeconstruction.us Final Destination : FL Item # Qty. Tag/Mark # Client Tag # Unit price Ext. price 1 1 FIG 80 12" D.I., HDG $481.76 $481.76 Total ---> U.S.$ $481.76 Job Material : Pipe Hanger Hardware Estimated total weight : 60 Lbs Estimated ship date : 2-3 weeks A.R.O./A.R.A.D (If sooner delivery is required, please contact us) Terms : NET 30 WITH APPROVED CREDIT Freight : Prepay & Add (If applicable, freight bill is due within 10 days of invoices.) FOB : Exworks, Houston, TX Price validity : 30 day(s) Remarks : Thank you for allowing us to provide the above quote. Please include the quotation number and the salesperson listed above on all correspondence. (Cancellation fees: 20% if material released to engineering, 60% if material is received/cut, 90% if material is in fab/paint, 100% upon fabrication.) Bidder : JAIME HERNANDEZ Date : 11/19/2014 E-mail does not form part of a legally binding contract or agreement between the recipient and the sender, and communications issued or received by E-mail are not recognized as official correspondence unless confirmed by communication issued in one of the following recognized formats, fetter or courier"or fax" All materials are subject 10 prior sale, final delivery to be confirmed at time of order Piping Technology & Products Inc. and our fully owned subsidiaries Sweco Fab, Inc., U.S. Bellows, Inc., FCI, Inc., Pipe Shields, Inc., and Anchor Darling Enterprises are manufacturers of various high quality engineered products including pipe hangers (variable and constant load and big -tons), expansion joints (thin-wall, thick -wall), mechanical and hydraulic snubbers, pre -insulated pipe supports (cryogenic supports/cold shoes, hot shoes), and code pressure vessels and tanks All products quoted in our product lines are manufactured by PT&P H \VBProj\JQProg\JQReports\PTP-quote rpt 11/19/2014 3:00 14PM Change Order Item 5.5 Grove Welders Inc. 1035 9th Street SW Vero Beach, FL 32962 Phone # Fax # E-mail Estimate 772-569-1222 772-569-6362 Date Estimate # 1/6/2015 15-73 grovewelders@bellsouth.net Name / Address If this quote uses steel or aluminum, it is based on Close Construction 301 NW 4th Avenue Okeechobee, FL 34972 the current prices and is subject to the availability & price at the time of the order. Otherwise, this quote is good for 15 days. P.O. No. W.O. # QUOTE Qty Item Description U/M Rate Total Fabricate 2 pc "L" brackets per diagram 0.00 LUMP SUM Fabricate "L brackets ea 575 00 575 OOT 1 Subtotal $575.00 Sales Tax (7.0%) $40.25 Signature Total $615.25 5.6 Install additional 6" well for recycle water system Additions Quantity Unit Unit Price Total Well work, Labor & material 1 LS $ 5,000.00 $ 5,000 00 Sales tax 7% $ 350.00 $ 5,350 00 Subtotal $ 5,350.00 10% O&P $ 535.00 Total for CO5-4 $ 5,885.00 **The original quote that was received from American Drilling Services did not specify the quote was without tax. Therefore CCL submitted only the information available as documentation for the earlier change. Subsequently, American invoiced CCL for work that included sales tax. CCL has now included the invoiced sales tax in this change order request. Change Order Items 5.6 and 5.7 AMERICAN DRILLING SERVICES, INC. 405 SW 2ND STREET OKEECHOBEE, FL. 34974 (863) 763-3221 November 13, 2014 Dear Nichole, The original proposal for the PC South Algal Nutrient Removal Facility was for (3) wells tied into the pump, 50' spacing with a 4" suction pipe. The original contract price was $28,649.19 (We will be adding a 4th well for an additional $5,000.00} The suction line will be up -graded to 6" because of the wells being distanced 400' apart instead of 50' apart. The original contract price for labor and materials on the suction line was $10,399.19 and the(price for up -grades is an additional $9,161.81) bringing the total for labor and materials up to $19,561.00 The price to install a 5hp submersible pump package to the system is $5,000.00 The Revised Contract Price including all changes is $47,811.00 Please sign and return if you agree to these terms. Feel free to contact me if you have any questions. Sincerely, Frank DeCarlo 5.7 Increase recycle water system pump suction line diameter Additions Quantity Unit Unit Price Total Labor and materials 1 LS $ 9,161 81 $ 9,161 81 Sales tax 7% $ 641.33 $ 9,803.14 Subtotal $ 9,80314 10% O&P $ 980.31 Total for CO5-4 $ 10,783.45 **The original quote that was received from American Drilling Services did not specify the quote was without tax. Therefore CCL submitted only the information available as documentation for the earlier change. Subsequently, American invoiced CCL for work that included sales tax. CCL has now included the invoiced sales tax in this change order request. Change Order Items 5.6 and 5.7 AMERICAN DRILLING SERVICES, INC. 405 SW 2ND STREET OKEECHOBEE, FL. 34974 (863) 763-3221 November 13, 2014 Dear Nichole, The original proposal for the PC South Algal Nutrient Removal Facility was for (3) wells tied into the pump, 50' spacing with a 4" suction pipe. The original contract price was $28,649.19 ( e will be adding a 4`1'well for an additional $5,000.0 The suction line will be up -graded to 6" because of the wells being distanced 400' apart instead of 50' apart. The original contract price for labor and materials on the suction line was $10,399.19 and the(price for up -grades is an additional $9,161.81) bringing the total for labor and materials up to $19,561.00 The price to install a 5hp submersible pump package to the system is $5,000.00 The Revised Contract Price including all changes is $47,811.00 Please sign and return if you agree to these terms. Feel free to contact me if you have any questions. Sincerely, Frank DeCarlo 5.8 Permit plan revision fee Additions Quantity Unit Unit Price Total Permit revision fee 1 LS $ 50 00 $ 50.00 5.8 Total $ 50.00 Change Order Item 5.8 Official Receipt - Indian River County CDPR103-- Official Receipt Trans Number Date Post Date Payment Slip Nbr 2014091085 9/19/2014 2:42:04 PM 9/19/2014 PT 2014040855 Address: 1225 5TH ST SW METER ROW Owner: INDIAN RIVER COUNTY COA # Permit Type: ELC Job Desc: SEE ADDITIONAL INFO Applicant: KING , GEORGE, GLENN DBA: COMPLETE ELECTRICAL SOLUTIONS LLC Swr Meter: Wtr Meter: Payor: COMPLETE ELECTRICAL SOLUTIONS LLC Fee Information Fee Code Description GL Account Amount Waived REVISION PLAN REVISION FEE 1-441032-322030 $50.00 Total Payments $50.00 Payment Code Account/Check Number Amount-; VISA 000004 $50.00 INDIAN.RLUER COUNTY BU 1840 25TH ST UERO BEACH, FL 32960 772-567-8000 TEM. ID.: 09881238880809 UISA 01041012884 EXP:44/U SWIPED SALE BATCH: 088396 INU: 000004 Sep 19,, 14 19:04 RRN: 03968084 AUT H: 04685G TRH REFH: A64262673174156 UALIDAIIOH CODE: 2828 APPROVED Total Cash Total Non Cash Total Paid $0.00 $50.00 $50.00 Cashier%location: BLDLK / 1 User BLDLK: U,$.`( 'La /Approve rove NrrIA 07:6;;;;Ionstk-uction ve I Other ©('1_ �`, < r•. ; iz Sf nat ire Cosi Coote DESCRIPTION ------_--- : .J b # 3743 Gate _09_ �2 f y TOTAL $50.00 jcth}, HICHOIE ARNOLD CUSTOMER COPY !000/XP Printed: 9/19/2014 2:43:04 PM 5.9 Credit for 14.3cy of river quartz at CPS Credit Materials Sales Tax - Materials only Bobcat w/operator 10% O&P Total Quantity Unit Unit Price -14 3 CY $ 100.00 6% -1 Hour $ 85.00 Total $ (1,430 00) $ (85 80) $ (85 00) $ (1,600.80) $ (160.08) $ (1,760.88) Change Order Item 5.9 Statewide Matefialk, Inc, 1525--Whitc'priVe TittisviiitiTti "132789. 021)24784554ax-268.24,14 Fsynij525ga-oLcitini thit TO 1016BEfCONSTRUCTION, 301 ATKAVE, WEECHOBEE, FL 3402 SHIP DATE B RIVER 004tZ- 10/12;/201:4 FREIGHT 1p=02(4-4 J1i.NOV 1"9 2.014 L ri I SHIP 'TBST“ SW VERO BEACH, FL P.:0. NO. TERMS e94.72486700; DUE ON RECEIPT TIC2Ca NUMBER RIVER QUARTZ FupL4..dAm. FRgIGHT OTAL BALE$.TAX- 17;prelvi S..h.Asc= i:A.1111-:M;J(' 10:1. 4 r--1 (aer AL-Itre);x4cl':5;75-z-ediiro - :64 1 ;5monthly ,fipa4ce.y4.11.bcbut on ba1-anes over 30 days!!! Invoice my. '1,001,42'.-.0* 2756170 DUE DATE. 1.001/201-4 TY •RATE JOB, NO. 2-000-00 1 7g0, -,AP Total 6Aot, 4?,820..p0 5.10 Credit for 70sy of Filter Fabric at CPS Credit Quantity Unit Unit Price Total Materials -72 SY $ 1.40 $ (100.80) Sales Tax - Materials only 6% $ (6.05) $ (106.85) 10% O&P $ (10.68) Total $ (117.53) Change Order Item 5.10 4460 N. GOLDENROD RD BLDG. •': ACFACF Environmental p QUOTE WINTER PARK, FL 32792 D'Itc. Customer Copy 407-628-9375 AENY,I_R_O• .NMENTALy Tel: 800-448-3636 Fax: 804-743-7779 Number 067495 GrstarerFociseal EnWronmentaffyCommtted Website: www acfenvironmental.com Date 07/24/14 Page- 1 Project: • PC SOUTH Customer. CLOSE CONST. INC. Phone:863-467-0831 Fax:863-763-6337 Valid Through Quoted To CHRIS ROSSI 08/23/14 Quoted By Rick Novak-rnovak@acfenvironmental.com Mark Falldorf-mfalldorf@acfenvironmental.com Bid Date Click Weblink: http://www.acfenvironmentaicom/spcc.htm1 Item Description Ordered UM Price UM Extension M10012300 FREIGHT M100 MONOFILAMENT WOVEN GEOTEX 12'X300'=400SY/RL FREIGHT TO VERO, FL Product(s) pending engineer's approval. Prices are for material loaded in a single shipment. Multiple shipments will incur additional charges. We appreciate the opportunity to quote you. If you need more information, technical support, or to place your order, please call 1-800-448-3636. Terms: Net 30 Days. 2 1 RL EA 1.400 145.000 SY EA 1120.00 145.00 rice does not include sales tax.) Customer is responsible for final quantities. Quotes are valid for 30 days from date of issue. If a purchase order is received after the quotation expiration date, pricing is subject to change. Unless otherwise specified in the quote, product must be shipped within 60 days of receipt of purchase order. If over 60 days, pricing is subject to change. Total Accepted By: 1265.00 PON: 5.11 Credit for 53sy of Asphalt Pavement at CPS Credit Quantity Unit Unit Price Total Materials -5.87 Tons $ 75.97 $ (445.94) Sales Tax - Materials only 6% $ (26 76) $ (472.70) Transport Charges -1 Hour $ 65.00 $ (65.00) CCL Labor -4 Hour $ 45.00 $ (180.00) $ (245.00) Subtotal $ (717.70) 10% O&P $ (71 77) Total $ (789.47) Additional information offered as backup: 53 SY of asphalt works out to 5 87 tons. CCL was unable to obtain a written quote for the cost of asphalt from Community Asphalt. They would provide a verbal only. Please contact them to confirm the listed price. 5.12 Credit for 56sy of Limerock Base at CPS Credit Quantity Unit Unit Price Total Materials -16.26 Ton $ 15.00 $ (243.90) Sales Tax - Materials only 6% $ (14 63) $ (258 53) CCL Labor -2 Hours $ 45 00 $ (90 00) Subtotal $ (348.53) 10% O&P $ (25.85) Total $ (374.39) Additional information offered as backup: 56 SY of coquina rock works out to 16.26 tons. Change Order Item 5.12 From: Jenkins Trucking To: Nichole Arnold Subject: PC South Project Indian River County Date: Tuesday, February 17, 2015 8:13:41 AM Here is the quote requested by Chris Rossi. DOT Base rock - coquina $15.00 per ton delivered to PC South project site. Michele Jenkins Jenkins Trucking Inc 772-562-1520 Sent from my iPhone 5.13 Credit for 59sy of subgrade CCL Labor Working Superintendent Subtotal 10% O&P -3 Hours $ 45 00 $ (135.00) $ (135 00) $ (13 50) Total for 5.13 $ (148.50) 5.15 Add 171sy of concrete at CPS Additions Quantity Unit Unit Price Total Concrete 171 SY $ 100.00 $17,100 00 Unit price used same as Item 3.33 for concrete Testing 2 Each $ 105.00 $ 210.00 CCL labor to remove rock 1 LS $ 1,500.00 $ 1,500.00 CCL labor to remove filter fabric 1 LS $ 250 00 $ 250.00 Subtotal $ 19,060.00 10% O&P $ 1,906 00 Total $ 20,966.00 Change Order Item 5.14 iI D ATTENUATORS 7760.11ooper•Koad West Palm Soach, FI, 33411 Phone: (561) 792.0040 Fax: (561) 792.9798 Estimate Date Estimate # 11/17/2014 1340 PROJECT CLOSE CONSTRUCTION L DBECERTIFIED Beach County Certified FDOT AA Palm SWBE DESCRIPTION SOUTH RELIEF CANAL. FIN PROJECT NO GUARDRAIL CONSTRUCTION COUNTY BREVARD CAL DAYS Item Description Qty Unit Price U/M Total 536:1-1 536-85-22 GUARDRAIL (ROADWAY) END ANCHORAGE ASSEMBLY FLARED .37.5 1 19.64 2,515 63 LF EA 736.50 2,515.63 Total $3,252:13 Comments: The following to be perfonned bypthers: Maintenance of Traffic, Miscellaneous Asphalt Patch Work around posts, all Concrete work; Excavation, Backfill, Shaping,. Grading and Dewatering for any End Anchorage Assembly. Cost for any bonds.needed are not included in this,price. Notes: No material ordered or work scheduled without SIGNED QUOTE AND NOTICE TO OWNER INFO. �1 SUBMITTEDBY`. COMPANY: ACCEPTANCE SIGNATURE_ PRINTED SIGNATURE. DATE. 5.16 Additional landscaping events Additions Quantity Unit Unit Price Total Watering Events 24 Each $ 375.00 $ 9,000 00 Exotic Elimination 2 Each $ 1,250 00 $ 2,500 00 $ 11, 500 00 Subtotal $ 11,500.00 10% O&P $ 1,150.00 Total for 5.16 $ 12,650.00 **Increase the number of landscape watering events by 24 and increase the number of exotic elimination events by 2. The landscape watering events will be billed on a per each basis at $412.50/event and the exotic elimination events will be billed on a per each basis at $1,375/event. Each will be invoiced on a per each basis. KELLER, SCHLEIC MARTIN (772) 337-7755 PALM BEACH (561) 845-7445 FAX (561) 845-8876 C.A.: 5693 February 4, 2015 Ela Oaf lift HER & MacWILLIAM ENGINEERING A P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 www.ksmengineering.net E -Mail: KSM@KSMENGINEERING.NET Chris Rossi Close Construction 301 N.W. 4th Ave. Okeechobee, FL 34972 NO TESTI SEBASTIAN MELBOURNE ST. LUCIE FAX NG, INC. (772) 589-0712 (321) 768-8488 (772) 229-9093 (772) 589-6469 Re: 285 27th Ave., S.W. Vero Beach, Florida Dear Mr. Rossi: Thank you for the opportunity to submit a proposal to perform engineering services in the way of compaction testing for the above referenced driveway. Our services shall consist of the following: Perform 4 to 5 field density tests and a modified Proctor analysis on the imported fill. Present the testing results in a report and with a permit number, forward a copy to the local government agency and mail your copy to your attention. Our fee for the above work for each building site shall not exceed the following: Compaction Testing: $ 105.00 We look forward to working with you on these projects. RespeotfutlyySubmitted, Accepted this day of , 2015, by Abe E. I after, P. Pry JEK/Ics Signature Printed Name All invoices are due upon receipt. Invoices over thirty days late will be charged a 1.5% late fee. Email To: chrisrossi@closeconstruction.us Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 5.17 Modifications to control building for code compliance Additions Quantity Unit Unit Price Total Concrete steps 1 LS $ 2,800.00 $ 2,800.00 Concrete landing 1 LS $ 200.00 $ 200.00 Handrail (includes installation) 1 LS $ 1,800.00 $ 1,800 00 Sales Tax (Handrails only) 7% $ 126.00 Subtotal $ 4,926.00 10% O&P $ 492.60 Total $ 5,418.60 Change Order Item 5.16 From: George Kulczycki To: Nichole Arnold Cc: Keith McCully McCully Subject: Osprey Marsh GKE Change Order Date: Tuesday, December 23, 2014 3:00:13 PM Attachments: jmaae.ong Nichole: I spoke with Keith today regarding the above referenced subject. As you and I discussed today on the phone, we originally anticipated completing this project from start to finish in 30 days. We began the project during the first part of October. Based on our discussion today, the project completion by Close Construction and the turn over to the County will not take place until approximately the end of January. With this additional 3 months and delays in planting added significantly to our work schedule, we need to increase the watering events to 2 times per week, or 24 additional events to carry us through the end of January. This is dependent upon rainfall and turn over timeframe. Price for each watering j event will remain the same as $375 per event, which includes maintenance and repairs. This is under item #5.02 "Irrigation and Watering". In addition to this extended maintenance warranty period, we will need to complete 2 additional monthly exotic removal maintenance events. As we discussed today, the original proposal that GKE signed with Close was for $405 per event for this item, which is 6.02 "Exotic Elimination". Just prior to coming under contract with Close, we were with the understanding that we would only be planting the northern 1/3 of the site and maintaining that until the balance of the project was completed. The $450 only included the cost to maintain the northern 1/3 of the site. I overlooked that line item at the time. The price for the entire site (10 acres) is $1,250.00 per event, totaling an additional $2,500 for 2 additional events. The additional watering events total is $9,000 for 24 events, which I do not believe that number will be reached based on current conditions. The total GKE requested change order is $11,500. Please let me know if you have any questions. Thanks again for your help. George George R. Kulczycki C.E.C., C.E.S. G.K. Environmental, Inc. 155 McKee Lane Vero Beach, FL 32960 Phone: (772)567-9129 Fax: (772)567-6245 Email: gke me.com 5.19 Remove & Dispose of approx. 20.4 SY of asphalt Additions Quantity Unit Unit Price Total Bobcat with operator 2 Hour $ 85 00 $ 170.00 Labor -removal (2 men) 6 Hour $ 45 00 $ 270.00 Disposal fees 2.27 Ton $ 38.00 $ 86.26 $ 526.26 Subtotal $ 526.26 10% O&P $ 52.63 Total $ 578.89 Item 5.17 Backup Grove Welders Inc. 1035 9th Street SW Vero Beach, FL 32962 Phone # Fax # E-mail Estimate 772-569-1222 772-569-6362 billing@grovewelders.com Date Estimate # 4/3/2015 15-338A Name / Address Name / Address If this quote uses steel or aluminum, it is based on Close Construction 301 NW 4th Avenue Okeechobee, FL 34972 the current prices and is subject to the availability & price at the time of the order. Otherwise, this quote is good for 15 days. P.O. No. W.O. # QUOTE Qty Item Description U/M Rate Total Indian River County Filtration (285 27th Avenue SW & Canal) Fabricate and install handrails approximately 20', 42" standard height, 8 posts (at 5' distance). 0 00 ea 1,800.00 — 1,800.00T 1 LUMP SUM Fabricate and install handrails Subtotal $1,800 00 Sales Tax (7.0%) $126.00 Signature Total $1,926.00 PROPOSAL, MhzS re . lc/� Proposal Submitted To: Address Job Name Job Location Page # of pages Job # Date -i5- Date of Plans - Phone # Fax # Architect We hereby submit specifications and.estimates for. a 3 C .. Change Order Item 5.17. _ 1 I i //Slee// LU ' l 54-z44 �` g�e��'r -- Ca 0_ 6 ct;n - J- 44 2a0 ChangeOrder Item 5.17 We propose hereby to furnish material and labor— complete in accordancewith the above specifications_ for the sum of: $ Dollars with payments to be made as follows Any alteration or deviation from above specifications involving extra costs will be Respectfully executed "only upon written order. -and will becorrie.an:eictra charge over and submitted above the estirnate. Ail agreements contingent upon strikes,.accidents, or delays eyond our contra Note — this proposal May be.withdrawn by us if notaccepted within days. Acceptance of Proposal. The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to.do the work as -specified. Payments will be made as outlined above. Date of Acceptance Signature Signature 'TOPS FORM 3850 MADE IN U.S.A. 5.14 Addition of 111f of Guardrail at CPS Additions Quantity Unit Unit Price Total Materials 11 LF $ 19 64 $ 216.04 Sales Tax 6% $ 12.96 $ 229.00 10% O&P $ 22 90 Total $ 251.90