Loading...
HomeMy WebLinkAboutEDB CO No 4 to New Warehouse contract with EVR_Board Item1 EXECUTIVE SUMMARY AGENDA ITEM: Proposed Change Order No. 4 to New Maintenance Storage Building and Site Improvements Contract with E. Vaughan Rivers, Inc. (EVR) CCUA Job File No. 4020-003 CCUA Financial Project No. 21001AD Date: December 29, 2022 BACKGROUND: EVR has provided construction services for the New Maintenance Storage Building and Site Improvements Project at the Old Jennings Road Maintenance Yard. The project was designed by Bhide & Hall, Architects, P.A. (Architect) and Michele Agee, P.E., P.A. (Civil Engineer). co The original engineer of record(EOR) for the civil engineering elements of the project became ill and passed away in July 2022. Subsequently, the Architect, engaged Jones Edmonds and Associates (JEA)to take over the civil engineering responsibilities. 0 During field review with EVR, SEA, and CCUA staff, we discovered an unforeseen issue related to inadequate coverage over the 12-inch and 20-inch reclaimed lines at the southeast end the re project. If constructed per plan, the planned grades for the proposed top of the roadway would leave less than two(2)feet of coverage over the pipes.While discussing plans to lower the affected pipe sections, JEA and CCUA staff realized that the planned roadway cross-section was not sufficient to handle CCUA's heavy-duty vehicles for the anticipated life cycle. JEA and CCUA mutually agreed to enhance the roadway cross-section by adding additional asphalt and base material to the proposed roadway, which will meet heavy-duty roadway standards and extend the roadway service life. Change Order No. 4 consists of three (3)major items related to the proposed relocation of the 12- inch and 20-inch reclaimed lines, proposed roadway cross-section enhancement, associated delay time extension and delay costs, and several deductive items, which amounts to a proposed lump sum cost of$302,136.97. The following is a summary of the major items. 1. Proposed Relocation of the 12-inch and 20-inch Reclaimed Lines: This item consists of relocating approximately 280 feet and 200 feet of the 12-inch and 20-inch reclaimed lines, respectively. 2. Proposed Roadway Cross-section Enhancement: This item consists of revising the roadway cross-section from the original 1.5-inches of asphalt and 6-inches of base material to 2.5-inches of asphalt and 8-inches of base material. 3. Proposed Time Extension and Delay Costs: This item consists of extending the contract time by 96 calendar days. EVR experienced delays during the discovery, investigation, and planning periods related to the civil design,proposed relocation of the 12-inch and 20- inch reclaimed lines, proposed roadway cross-section enhancement, and additional time needed to allow EVR to complete the proposed work. On December 13, 2022, EVR submitted a negotiated Change Order Request for a lump sum amount of$301,827.87 and a request to extend the contract time by 96 calendar days to perform the work. The cost includes EVR's and their subcontractors' costs with customary overhead and profit per the contract. The negotiated lump sum amount represents reasonable costs associated with the required resources and materials to complete the requested work. BUDGET: The project construction budget was $3,554,561.59. The project construction budget with Change Order No. 4 will be $3,856,389.46, and the budget increase will be drawn from Capital Improvement Contingency funds. RECOMMENDATION: Staff respectfully recommends the Board of Supervisors approve Change Order No. 4 to the New Maintenance Storage Building and Site Improvements Contract with EVR. ATTACHMENTS: Change Order No. 4 Root Cause Change Order No. 4 Change Order No. 4 Request and Back-up Documentation Change Order No. 4 Drawing Summary of Change Orders New Maintenance Storage Building and Site Improvements Change Order No. 4 Root Cause Please note that the Civil Engineer of Record(EOR) for the project was replaced in July of 2022 due to her sudden passing. Jones Edmunds was brought onto the project by the design team shortly thereafter. Upon the discovery of the reclaim pipe issue mentioned above, the new Civil EOR made a recommendation for a modified asphalt design that was considered to be an enhancement to the original asphalt design. This new design modified the pavement cross section to ensure a better weight distribution for the roadway over the reclaim lines. In addition to this, the new design provides for better long term service life of the asphalt. Project: New Maintenance Storage Building and Site Improvements CCUA Bid No.20/21-A16 CCUA Project No.4020-003 Change Order No. 4 Date: 1/3/2023 Vendor E.Vaughan Rivers, Inc. Owner: Clay County Utility Authority 1882 Bellair Blvd. Orange Park, Florida 32073 (904)264-0123 CONTRACT TIMES ORIGINAL PREVIOUS CO CURRENT CO NTP 1/19/2022 DAYS ADD 335 96 SUB.COMP 12/20/2022 3/26/2023 FINAL COMP 1/19/2023 4/25/2023 INCREASE OR DECREASE IN CONTRACT ITEM DESCRIPTION OF CHANGE(S) QTY. UNIT PRICE Contract Increase IMC: Electrical Work for Truck Canopy $4,404.00 1 Relocations 1 LS Premier American Constr.:Add 1"of Crush Crete $58,015.10 (@ 3,150 SY)and 1"of SP-12.5 Asphalt(@ CO 2 4,450 SY) 1 LS T B Landmark: 12"and 20"Reclaimed Pipeline $179,589.94 3 Relocation 1 LS 4 EVR: P&P Bond Adjustments(CO 1-4) 1 LS $4,988.24 5 EVR:Gen. Liability Insurance adjustment 1 LS $6,602.64 6 EVR:Time Extention and Delay Cost 1 LS $18,769.50 7 EVR:Canopy Relocation 1 LS $3,327.20 8 EVR:O&P Contractor Fee 1 LS $27,467.00 Contract Decrease Delete Messanine flooring Cover and Add 1 Polished Concrete to Additional Rooms 1 LS ($426.25) 2 Delete Hose Bibbs 1 LS ($909.50) ORIGINAL CONTRACT PRICE $3,486,118.00 Net Increases by Change Orders(prior to this change order) $68,443.59 Net Decreases by Change Orders(prior to this change order) $0.00 Total Net Change by Change Orders(prior to this change order) $68,443.59 CONTRACT PRICE PRIOR TO THIS CHANGE ORDER $3,554,561.59 NET CHANGE RESULTING FROM THIS CHANGE ORDER $301,827.87 CONTRACT PRICE INCLUDING THIS CHANGE ORDER $3,856,389.46 This document shall become an amendment to the contract and all provisions of the contract will apply hereto. Accepted by: Date: Vendor Accepted by: Date: Architect or Engineer of Record Accepted by: Date: Owner SECTION 00660 Change Order Request Form Project: New Maintenance Storage Building and Site Improvements Project No.:4020-003 Change Order No.: 4 Change in Contract Times (Days) (Days) Original Contract time: Substantial Completion: 335 Ready for Final Payment: 365 Increased from previous C.O.: Substantial Completion: Ready for Final Payment: Decreased from previous C.O.: Substantial Completion: Ready for Final Payment: Contract time prior to this C.O.: Substantial Completion: Ready for Final Payment: Increase in time on this C.O.: Substantial Completion: 96 Ready for Final Payment: 126 Decrease in time on this C.O.: Substantial Completion: Ready for Final Payment: Contract time with all approved C.O.s: Substantial Completion: 431 Ready for Final Payment: 491 Change in Contract Price Original Contract Price: 3,486,118.00 The substantial completion date of this change order is predicated on Increased from previously approved C.O.: 68 443.59 when the change order is signed. The date will extend if material and subcontractor availability changes. This date is determined Decreased from previously approved C.O.: upon signed acceptance. Increase in Contract price this C.O.: 301,827.87 Decrease in Contract price this C.O.: Contract price with all approved C.O.s: 3,856,389.46 The undersigned Contractor certifies to the best of my knowledge and belief: (1) all items and amounts shown above are correct; (2) all Work performed and Reimbursable Expenses fully comply with the terms and conditions of the Contract Documents; (3) all previous progress payments received from Clay County Utility Authority(CCUA) , on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of Contractor incurred in connection with Work covered by prior Applications for Payment; (4)title to all materials and deliverables incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to the CCUA at the time of payment clear of all liens, claims, security interests and encumbrances; (5)payment is due and has not been previously requested for these amounts; (6)no markup has been applied to reimbursable expenses. E. Vaughan Rivers, Inc. , Stephen Rivers, Vice President Contractor Name and Title 00660-1 CCUA Project No.4020-003 CHANGE ORDER REQUEST FORM NEW MAINTENANCE STORAGE BUILDING AND SITE IMPROVEMENTS 2021-07-15 7 Change Order PROJECT: (Name and address) CHANGE ORDER NUMBER: 4 OWNER 0 CCUA New Warehouse and Site ImprovementiATE: 12/13/2022 3176 Old Jennings Road ARCHITECT Middleburg FL 32068 CONTRACTOR CONTRACTOR:(Name and address) ARCHITECT'S PROJECT NUMBER: 1483 FIELD E. Vaughan Rivers, Inc. CONTRACT DATE: 11/01/2021 OTHER 1882 Bellair Blvd. Orange Park, FL 32073 CONTRACT FOR: CCUA New Warehouse and Site Improvements The Contract is changed as follows: (Include, where applicable, any undisputed amount attributable to previously executed Construction Change Directives.) Line Item 1 (See Breakdown) -426.25 Line Item 2 (See Breakdown) 302,136.97 P&P Bond: Change Orders 1-3 1,026.65 Credit for Hose Bibbs -909.50 to The original Contract Sum was $ 3,4.86,118.00 The net change by previously authorized Change Orders $ 68,443.59 The Contract Sum prior to this Change Order was $_ 3,554,561.59 The Contract Sum will be increased by this Change Order in the amount of $ 301,827.87 The new Contract Sum, including this Change Order,will be $ 3,856,389.46 The Contract Time will be changed by The date of Substantial Completion as of the date of this Change Order,therefore, is 3/26/2023 (NOTE: This Change Order does not include changes in the Contract Sum, Contract Time or Guaranteed Maximum Price that have been authorized by Construction Change Directive until the cost and time have been agreed upon by both the Owner and Contractor, in which case a Change Order is executed to supersede the Construction Change Directive.) NOT VALID UNTIL SIGNED BY THE ARCHITECT, CONTRACTOR AND OWNER. E. Vaughan Rivers, Inc. ARCHITECT(Firm name) CONTRACTOR(Firm name) OWNER(Firm name) 1882 Bellair Blvd Orange Park, FL 32073 ADDRESS ADDRESS ADDRESS BY(Signature) BY(Signature) BY(Signature) E. Vaughan Rivers, President (Typed name) (Typed name) (Typed name) DATE DATE DATE Line Item 1 E. Vaughan Rivers, Inc. PROPOSED CHANGE ORDER TO: CCUA ATTN: CCUA FROM: Stephen Rivers PROJECT: CCUA Warehouse SUBJECT: Change Order(Line Item 1) REQUESTED BY: EVR REF./DATE: 11/22/2022 DESCRIPTION OF WORK: SUB COST G.C.COST Polished Concrete:Add for Rooms 101,102,and 109 $3,600.00 LVT:Credit Labor for Rooms 101 and 102 -$160.00 Credit for Stain -$3,098.25 Credit for Topping Slab on Mezzanine -$2,760.00 Grouting/Fill 27 Hollow Core Slab Joints as Required $1,992.00 tO Subtotal: ` $ (426.25) $ Performance and Payment Bond: General Liability Insurance: Contractor Fee TOTAL PRICE CHANGE I I$ (426.25) Attachments: Stephen Rivers From: .0 Floor Care <manager@jj-floorcare.com> Sent: Monday,September 26,2022 8:32 PM To: Stephen Rivers Cc: Paul Boree Subject: Re:CCUA Warehouse Polished Concrete Quote Request Good evening, To stain the floors we calculated with$0.25/sq.ft.,this lowers the original amount by$3,098.25.To add the 1600 sq.ft. @$2.25/sq.ft.It'd be$3,600.00.So we'd be looking at a change order of$502. The crew will be there tomorrow morning. Luis will be your point of contact for on site questions,his phone number Is 904-697-8033. Please let me know If you will need anything from me at this point.Thank youl Regards, to Kati Scherkenbach Business Manager,JJ Floor Care manager@ii-floorcare.com (904)248-1162 ! FLoonCAI(L / ,,,,..�,:.,f.:.,,.,:',r,,,,. On Sep 23,2022,at 1:37 PM,Stephen Rivers<Steohen@rlversconstruction.com>wrote: It was 12,400 SF originally for rooms 100,103,and 104. To add 101,102,and 109,it will be an additional 1600 SF. Thanks Stephen Rivers <imageool jpg> E. Vaughan Rivers, Inc. 1882 Bellalr Boulevard Phone:(904)264.0123 Orange Park,FL 32073 Cell:(904)645-2018 step hen(ajlversconstructlon.com 1 Stephen Rivers From: David Evans <devans@dixiecc,com> Sent: Monday,October 3,2022 9:09 AM To: Stephen Rivers .Subject: RE:CCUA Warehouse Polished Concrete Quote Request I normally pay.75-.85 for the labor the 2 rooms are only 180 sf.160.00 Is a little more then I had In It for labor. David Evans Senior Contract Specialist Dixie Contract Carpet P.O. box 24808 Jacksonville Fl.32241 7523 Phillips Hwy.Jacksonville Ft.32256 0 904-296-0023 C 904-545-8097 to . 1 • i r Line Item 2 E. Vaughan Rivers, Inc. PROPOSED CHANGE ORDER TO: CCUA ATTN: CCUA FROM: Stephen Rivers PROJECT: CCUA Warehouse SUBJECT: Change Order 4(Line Item 2) REQUESTED BY: EVR REF./DATE: 12/20/2022 lJtSUH(P I ION Of-WORK: SUB COST G.C. COST IMC: Electrical Work for Truck Canopy Relocation $4,404.00 EVR: Move Canopy $3,327.20 T B Landmark: Reclaim Lines $179,589.94 PAC: Asphalt and Crushcrete $58,015.10 EVR: Time Extension for Line Item 3 Change Order $18,769.50 tO Subtotal: $ 242,009.04 I $ 22,096.70 Performance and Payment Bond: $ 3,961.59 General Liability Insurance: $ 6,602.64 Contractor Fee: $ 27,467.00 TOTAL PRICE CHANGE I I $ 302,136.97 Attachments: General Liability Insurance Calculation: 2.5% of subtotal Performance and Payment Bond Calculation: 1.5% of subtotal Change Request Proposal Project: 0121110/JAX-Clay Co UA Warehouse Change request number: 1001 (name end 3176 Old Jennings Road Description: Canopy movement and disconnecUreconnect of address) Middleburg,FL 32068 existing electrical Customer: E.Vaughn Rivers,Inc. Notice to Proceed Status: Proposed Origination date: 11/15/22 Submitted date: Received date: Rough order of magnitude: 0.00 Quotation Submitted date: 11/15/22 Due date: Submitted amount: 4,404.00 Requested days delay: 0 Notes Scope of work Disconnect all electrical from the new warehouse to the truck storage and site lighting on the west side of the project,pull out existing wiring,Install new conduit,re-pull wiring in conduit,and re-terminate.This price Includes the relocation of(1)truck canopy within 60 feet of its current location. We exclude all excavation end compacting.The intention Is to coordinate with the site crew end for IMC to be notified before,during,and after the new reclaimed lines are installed with minimal backfill,and for IMC to install the new conduit runs when the ditch is still open at 2 feet of depth.Additional charges will apply if IMC Is to perform excavation and backfill. Revenue Detail tO Billing Item Description Revenue 1 PCO 4,404.00 Total Revenue For CR 1001 4,404.00 Approvals Customer: E.Vaughn Rivers,Inc. Contractor:IMC Construction Group Authorized Representative: By: By: Date: Date: Print Date:11/15/22 Page 1 of 1 pi Stephen Rivers From: John Malone <JMalone@IMCConstructionGroup.com> Sent: Wednesday, December 21, 2022 6:07 PM To: Stephen Rivers Subject: CCUA Canopy Relocation Attachments: CCUA PCO Canopy Relocation.pdf Stephen, This is again, a very labor intensive scope and the materials are rising in cost as well. As far as a breakout for$4,404.00, you can account for$2,202.00 for labor and $2,202.00 for materials. Respectfully, jo/141/A 1Glone' Project Manager IMC t° ELECTRICAL JMalone@IMCConstructionGroup.com 3070 Blanding Blvd. Middleburg, FL 32068 Mobile: (904) 591-0446 Direct: (904) 406-6061 Florida License#: EC13011766 www.IMCConstructionGroup.com 1 P E. Vaughan Rivers, Inc. Canopy Relocation Costs Backhoe Rental 2 days $ 900.00 Labor 2 men 20 Hrs each $ 2,427.20 $ 3,327.20 Superintendent 40 hours at $60.68 per hour = $ 2,427.20 to TB LANDMARK Relocate a 12"and 20"Reuse main 12/12/2022 Reg OT Reg HR OT LAM Work Days Hourly Rate Overtime Rate a of Hours a of Hours Sub Total Sub Total Labor Total Profit Markup 10% Total Mark up Total Field Superintendent 3 $ 70.00 $ 105.00 30 0 $ 2.100.00 $ $ 2,100.00 5 210.00 S 210.00 5 2,310.00 Pipefitter Foreman 15 S 55.50 $ 6325 130 15 S 7,215.00 $ 1248.75 $ 8,463.75 5 846.38 $ 846.38 $ 9,310.13 Pipefitter 15 S 45.00 $ 67.50 130 15 $ 5,850.00 $ 1.012.50 $ 6,862.50 $ 686.25 $ 686.25 $ 7,548.75 Labor 15 $ 36.00 S 54.00 130 15 5 4,680.00 $ 810.00 $ 5,490.00 S 549.00 $ 549.00 $ 6,039.00 Labor 15 S 36.00 $ 54.00 130 15 S 4,680.00 $ 810.00 $ 5,490.00 S 549.00 $ 549.00 $ 6,039.00 labor 15 S 36.00 $ 54.00 130 15 5 4,680.00 $ 810.00 $ 5,490.00 S 549.00 $ 549.00 $ 6,039.00 Equipment Operator 15 $ 45.00 $ 67.50 130 _15 $ 5,850.00 $ 1,012.50 S 6,862.50 5 686.25 $ 686.25 5 7,548.75 Total Days» 15 Total Hrs no 130 15 Total $ 44,834.63 ',gulpment, Daily Rate Dy 6Nb(gmak2ets: Fmk Total Profit Milkgp 10% Total Markup Total EQUIPMENT Super Truck $ 250.00 3 $ 750.00 $ 75.00 $ 75.00 $ 825.00 EQUIPMENT Crew Truck $ 300.00 15 $ 4,500.00 $ 450.00 $ 450.00 $ 4,950.00 EQUIPMENT Excavator Cat325 $ 850.00 15 $ 400.00 $ 13,150.00 S 1.315.00 $ 1,315.00 $ 14,465.00 EQUIPMENT Loader $ 500.00 15 $ 400.00 $ 7,900.00 $ 790.00 $ 790.00 $ 8,690.00 EQUIPMENT Skid Steer S 330.00 15 $ 4,950.00 $ 495.00 $ 495.00 $ 5,445.00 EQUIPMENT Tamp $ 185.00 2 $ 370.00 $ 37.00 S 37.00 $ 407.00 $ 34,782.00 Material and Material/Equipment Rental gel Cost Total Total Sale Tax Total w/Tax Equipment Markup 10% Total Material Ferguson-2O'Pipe 15 1 S 29,024.00 S 29.024.00 S 29,024.00 S 1.816.44 S 30,840.44 $ 3,084.04 5 33,924.48 Material Ferguson-12'pipe,12"fittings and 20'fittings LS 1 $ 43,13150 $ 43.131.50 $ 43,131.50 $ 2.662.89 S 45,794.39 5 4,579.44 $ 50,373.83 Rental Equip Well Point Pump MNTH 1 $ 3,850.00 $ 3.850.00 $ 3,850.00 $ 3.850.00 5 385.00 $ 4,235.00 Rental Equip Pump Fuel(based on 30 gal per day) Gal 600 $ 4.25 $ 2,550.00 $ 2,550.00 $ 2,550.00 $ 255.00 5 2,805.00 Rental Equip Trench box MNTH 1 $ 1,850.00 $ 1.850.00 $ 1,850.00 $ 1.850.00 $ 185.00 $ 2,035.00 Total 5 93,373.31 Subcontract M.I! Cost Total Total Sub Markup 10% Total Sub R/R unsuitable material LDS 12 $ 500.00 $ 6,000.00 S 6,000.00 S 600.00 $ 6,600.00 Total 5 6,600.00 Total $ 179,589.94 200 LF of 2011 Pipe to 280 LF of 12" Pipe FERGUSON PS FERGUSON® 9692 FLORIDA MINI GOBLVD WX#149 Deliver To:Fro Ryan Pugh WATERWORKS BUILDING#100 Comments: JACKSONVILLE,FL 32257 Phone:904-268-2551 Fax:904-268-2053 09:52:15 DEC 09 2022 Page 1 of 2 FEL-JACKSONVILLE WW-#149 Price Quotation Phone: 904-268-2551 Fax:904-268-2053 Bid No: B563928 Cust Phone: 904-751-1016 Bid Date: 12/09/22 Terms: NET 10TH PROX Quoted By: HK Customer: TB LANDMARK CONSTRUCTION I Ship To: TB LANDMARK CONSTRUCTION I 11220 NEW BERLIN RD 11220 NEW BERLIN RD JACKSONVILLE, FL 32226 JACKSONVILLE, FL 32226 Cust PO#: Job Name: CCUA REUSE Item Description Quantity Net Price UM Total tO P744130832 TOGA SLD HFCCS PE30 WIRE PURP 500 500 215.000 M 107.50 SPWPC20 20 SIGMA BELL REST F/C900'PVLOK 7 866.000 EA 6062.00 MJLSLA20 20X15 MJ C153 LONG SLV L/A 2 911.000 EA 1822.00 MJTCAPLA2OK 20X2 MJ C153 TAP CAP L/A 2 583.000 EA 1166.00 MJ4LA20 20 MJ C153 45 BEND L/A 4 1003.000 EA 4012.00 SSLCEP20 20 PVC WDG REST GLND PK'ONELOK 14 518.000 EA 7252.00 DR18PP12 12 C900 DR18 PVC GJ PURP PIPE 280 55.980 FT 15674.40 SPWPC12 12 SIGMA BELL REST F!C900'PVLOK 7 214.000 EA 1498.00 MJ9LA12 12 MJ C153 90 BEND L/A 1 393.000 EA 393.00 MJ4LA12 12 MJ C153 45 BEND L/A 4 325.000 EA 1300.00 MJLSLA12 12X12 MJ C153 LONG SLV L/A 2 300.000 EA 600.00 MJTCAPLA12K 12X2 MJ C153 TAP CAP L/A 2 190.000 EA 380.00 SSLCEI2 12 PVC WDG REST GLND*ONELOK 16 132.000 EA 2112.00 IMJBGP12 12 MJ C153 BLT GSKT PK L/GLAND 16 37.000 EA 592.00 MUL063626 6 PVC SWR GXG REP COUP 2 32.000 EA 64.00 SDR35PU14 6X14 SDR35 PVC GJ SWR PIPE 14 6.900 FT 96.60 Net Total: $43131.50 Tax: $2662.89 Freight: $0.00 Total: $45794.39 HOW ARE WE DOING? WE WANT YOUR FEEDBACK! l `' Scan the QR code or use the link below to ` complete a survey about your bids: EL. °+ https://survey.medallia.com/?bidsorder&fc=149&on=37061 Sal FERGUSON® INVOICE NUMBER TOTAL DUE CUSTOMER PAGE 1970262 $30,840.44 37061 1 of 1 WATERWORKS 9692 FLORIDA MINING BLVD W PLEASE REFER TO INVOICE NUMBER WHEN BUILDING#100 MAKING PAYMENT AND REMIT TO: JACKSONVILLE, FL 32257 FEL-JACKSONVILLE WW-#149 PO BOX 100286 Please contact with Questions: 904-268-2551 ATLANTA,GA 30384-0286 SHIP TO: TB LANDMARK CONSTRUCTION INC 3176 OLD JENNINGS RD TB LANDMARK CONSTRUCTION INC MIDDLEBURG, FL 32068 11220 NEW BERLIN RD JACKSONVILLE, FL 32226 SHIP SELL TAX CODE CUSTOMER ORDER NUMBER SALESMAN JOB NAME INVOICE DATE BATCH WHSE. WHSE. ID 149 149 FL2CLA MARTY 219 CLAY COUNTY EMERGENC 11/28/22 108644D ORDERED SHIPPED ITEM NUMBER DESCRIPTION UNIT PRICE UM AMOUNT 200 200 DR18PP20 20 C900 DR18 CL235 PVC PURP PIPE 145.120 FT 29024.00 INVOICE SUBTOTAL 29024.00 TAX Clay 1816.44 LEAD LAW WARNING:IT IS ILLEGAL TO INSTALL PRODLCTS THAT ARE NOT'LEAD FREE"IN ACCORDANCE WITH tO US FEDERAL OR OTHER APPLICABLE LAW IN POTABLE WATER SYSTEMS ANTICIPATED FOR HUMAN CONSUMPTION PRODUCTS W TH"NP IN THE DESCRIPTION ARE NOT LEAD FREE AND CAN ONLY BE INSTALLED IN NON-POTABLE APPLICATIONS.BUYER IS SOLELY RESPONSIBLE FOR PRODUCT SELECTION. REC1 REVIEWED BY: Ini tial _ date _.s . Job # c.,'C _Dept. - Looking for a more convenient way to pay your bill? Log in to Ferguson.com and request access to Online Bill Pay. — I I TERMS: NET 10TH PROX ORIGINAL INVOICE TOTAL DUE $30,840.44 All past due amounts are subject to a service charge of 1.5%per month,or the maximum allowed by law,if lower.If Buyer fails to pay within terms,then in addition to other remedies,Buyer agrees to pay Seller all costs of collection,including reasonable attorney fees.Complete terms and conditions are available upon request or at https://www.ferguson.com/content/website-info/terms-of-sale,incorporated by reference.Seller may convert checks to ACH. "Any reference to or Incorporation of Executive Order 14042 and/or the EO-implementing Federal clauses(FAR 52.223-99 and/or DFARS 252.223-7999)is expressly rejected by Seller and shall not apply as Seller is a materials supplier and therefore exempt under the Executive Order.• ...f1 License#CBC1260724—CUC1225348 Email: office@pacbuildersinc.com PREMIER I MERICI N Construction, Inc Business Address: 4613 U.S. Highway 17 Fleming Island, FL 32003 Mailing Address: PO Box 8668 Fleming Island, FL 32006 CO #12 Paving Revisions 3.0 Proposal Date: 12/13/2022 Submitted To: EV Rivers 1882 Bellair Blvd Orange Park, FL Proiect Location: CCUA Maintenance Building Scope of Work: to The following comments are based on our understanding that the existing driveway was constructed with 12"of crush crete as a sub-grade and 6"of crush crete as a base. 1. All driveway areas except where the reclaim lines will be adjusted shall have the crush crete cut 1". This area will be paved with a single lift of 2.5" SP12.5 asphalt. 2. For the area where the reclaim line will be installed shall have 12" Type B Stabilization, 8" crush crete, and paved with a single lift of 2.5" SP12.5 asphalt. 10" of Crush crete may be used in lieu of the 12" Type B Stabilization. Cut Approximately 3,150 Square Yards of Crush Crete 1" and stockpile on site: Cost $ 14,175.00 4450 SY's of SP12.5 (1 ") Single Lift: Additional Cost $43,840.10 Total Additional Cost: $ 58,015.10 E. Vaughan Rivers, Inc. EXPENSES DAILY RATE Portable Toilets $ 6.96 Project Manager $ 133.25 Superintendent $ 485.44 Office Trailer Clean-Up/Dumpster Project Manager 2.5 hours per day at$53.30 per hour=$133.25 Superintendent 8 hours per day at$60.68 per hour=$485.44 Total Daily Rate $ 625.65 TIME EXTENSION Due to Design Issues with Arichitectural and Engineering Daily Rate: $ 625.65 Estimated Days of Extension 30.00 $ 18,769.50 COST TO UPDATE DRAWINGS AND RECORDS $0 to EMPLOYEE POSITION State Federal WorEVRkmen's TOTAL Hourly Social Rate Gross Salary MEDICARE Unemploy Unemploy CompensatioLABOR MONTHLY EXPENSES BURDEN Overtime Monthly Security ment ment n Liability Healthcare Vehicle&Maint. Sunpass Tshirts/cap! Gas Ipad Phone Rate Project Manager $ 6,500.00 $ 403.00 $ 94.25 $ 42.90 $ 39.00 $ 473.85 $ 5.54 $ 483.78 $ 550.00 $ 35.00 $ 20.00 $ 500.00 $ 11.51 $ 80.00 $ 9,238.83 $ 53.3 $ 79.95 Superintendent $ 7,583.33 $ 470.17 $ 109.96 $ 50.05 $ 45.50 $ 552.83 $ 6.47 $ 483.78 i $ 550.00 $ 35.00 $ 20.00 $ 500.00 $ 11.51 $100.00 $ 10,518.59 $ 60.6 $ 91.03 E. Vaughan.Rivers, Inc. cost for procuring extra permit requirements • Extra Permit Hours Rate Total Morgan Young 40 $ 20.42 $ 816.80 • Ginger Rivers . 48 $ , 63.53 $3,049.44 Stephen Rivers - 3.$ 53.30 $ 159.90 Vaughan Rivers 3- $ " _78.00 $ 234.00 • Permit Fee 1 $ 51.00 $ 51.00 $4,311.14 • • • • In good faith effort of cooperation with CCUA, EVR and CCUA agreed to waive this permit fee In addition, EVR and CCUA established an understanding not to pursue adding additional monies to the contract for the general conditions related-to time delays incurred. There are an additional 148 delay days at a cost of$625.65 to per day for general conditions which would be an additional total of$92,596.20. E. Vaughan Rivers, Inc. 0 PROPOSED CHANGE ORDER TO: CCUA ATTN: CCUA FROM: Stephen Rivers PROJECT: CCUA Warehouse SUBJECT: Change Order 4 Hose Bibb REQUESTED BY: EVR REF./DATE: 12/28/2022 DESCRIPTION OF WORK: SUB COST G.C. COST Credit for Hose Bibb -$909.50 to Subtotal: I $ (909.50) $ General Liability Insurance: Contractor Fee TOTAL PRICE CHANGE I l $ (909.50) Attachments: - S73 WV NC „°. .,.w • .,. . .,, . Z .,,. .le Ph.. ^:'//j.�� or�a A", S 7 . 3g53.f 3 a .,,. .,... �NFa .,,„ .,,. %' "/ _\ aE .nR k Q ,nee • 8 f 6j46' NFk �J LD 1/ Xj,\ .... ti ^ nee 6 S 76 JURISDICTIONAL 31'31" E 81. / 1 •a ___ _ 7 'is^a sa.os .�NAL WETLAND CINES,. .. � ,5 / �I���l•� ... N a . a. . �,�x� t S B 59 .,roan �x�x ' 'd" % til nR .nee V a $ g r _ -` la a .� w 1 Fs ,,�. _x_x x � tf .,_ ¢ S ��"� a I .a a � d _ .. 1 .0, ..,.....,„,„.„,,,,e_ x ___, • • ,° a ,..� nee A I WATER TANK ` `MM �^ .nee . i� ,}i'j c/ . QI + ?LRECLAIM WATER .� ae°m ppN� M a �"' \PLA T a „� X 6-2 �22.0' �sSSOR0r),-0 RESENS\ON ..� A13" as �A`6„ JI cty o' P° w .. , Q o 1 T,,:2 .„..., ......------,002 1°' a I to _ ••���<� 1 1 s N�1 STORY CONCRETE °:airiii(o. AlO° •'""` n "r ..,. a .n�.,,... .nee u "Vaa �, ° 19.5 Bi. „.z BLOCK BUILDING o II APPRGX EDGER • • " `,�I �+ x �NF z W o WATER TANK 1 .. . + a k��,o _ .. .... = 4 U Z a� \,�' k 0 S 88'47'04" E . .. a m ,o,„„„,„r., ,„40--x-i : 1 e , )0' . , , . ., .N.s,,, ''''t,‘,......................1,11-. 1.1,%„.:1:AVI• , 1 v\ .. 1\Al V \• r Q • �a REtEN�VON 0� n....,r� w , o i • .1161 1,9. - S�ORMWpjE :.. „ a , a 99.9' I►,4 .• ° �0 EXISTING 1 STORY_ if%��w•Ci 6" a ,�,� CONCRETE BLOCK !i:�%%ii`o�� a w.,,_ .,... .,,„ .,,•.. 33 ° NOTES: �s •��w�w�w�•�‘t. Z F� ..RBUILDING a •w.w•w•w•w•w•w.� 4tiF %,, o• • ,�• • • �� . \ + tee�� 2.ALL WORK 1.ALL WORK SO BEL BE IN COORDINATORDANCE ED W/CCUAT NCLUDING SHUTDOWNS.H CCUA STANDARDS AND DETAILS. �, FFE = 17.35 ••••••••eta•••••••=,ry jakt 9 -\-S�P�p. •,. .r .,,... Z 4S 3.CAP ABANDONED 12"RECLAIM MAIN UNDER CANOPY. •••• • O�• • ••• • �`� o`' '�zz _ 4.REMOVE ABANDONDED RECLAIM LINES NOT UNDER CANOPY. 'r _ w w A w w w w-• w �, •rM '� A °D 5.EXISTING ELECTRICAL LINE NOT SHOWN.PULL ELECTRICAL LINE,CUT CONCUIT, ❑r -Y 9D r e • f2�N•w••�1:14: 111 " a '. ,,,.. a M eT,E=] 44: AND REPLACE. .t.4.•••••••.j- ••e ♦ .,,, 6.MINIMUM SEPARATION BETWEEN RECLAIM LINES(OUTSIDE TO OUTSIDE)=3'. �•e,' • •w•w•w•w�j •w! wt ' a Q a. •-•, a••w•w•w•! .••••••••~1. o .,r: E-t CQ „ 1 7.MINIMUM SEPARATION BETWEEN RECLAIM LINE AND STORM INLET=3'. } 4.zart:: r!,= ,.___:=w=w=w= ;w=w=w�=•:`° o a ,, A19 JURISDICTIONAL WETL ND LINES (TYP) a g l..;;::: „,,, :.. „ �J i-.����-.��o ww•• �!•••••w•w�w�www�w•w•wv.� a :: . F• ,_ p asi N • •�� � ._•w•w•w•w�w•wwfw•w•wof�� ... 03, a 0 o W °' "a d' • : i -.a0 �Aill 1111111•1•:Ili•••!•!1��•!.•�•••�•••�••�.Ill;�•�•�I < S 89'08'15" E 71.53' e- -1-1 40" E -ii Z n el 111 c ••-•w•�•wP•••• N d � • •�-�-'E- ••• .� �•• •II Friar- ,+ ,0 9- h ' :'aR t r T p T �Rd!•e•:•i•:•:•!•!I'.- ••.•4:!•S•.•.#.SS # A� r... 0 W I I . •Aw•w•w••• . w•w• . •w•w:w• ♦ \\\ RELOCATE CASE B CROSSING i T ,`' - �ww0w•.• -� ••=�==�,���i •••••�`I P ,a ' ." �. - \ Z 1 -8"WATER/FIRE � �c�' CANOPY TO 12"Reclaim MAIN i i =. �� •••P c . -p_=p=p_=e ll mil ' o LOCATION ,'� P-••••••_••_•• • I ••••••• n a DETERMINED BY (PR) I F.F.E 173s1 •• •• • �� • • ••••_ U " 20"Reclaim(PR) / 1y qD i �•�•�•�••P•�7�• •�•��•ww•�•�•w•�• �- CCUA a 1, f �• • •.•- • • • • ' - i FP- - • EXISTING RECLAIM - ••• •�•�• _ •.•wl PROPOSED RECLAIM •.• •w•w•w�-w•-w•, TOP OF 20 - '„ ' '- 1 F-1C I TOP OF I2 RECLAIM 140+/ Ig , 11 ��-�- �-�-�-• • • -�- 4 -�.� 'RECLAIM 14 0/ ��(UNDER ' 1.. . '�w•w•w•, EXISTING WATER �•••••••••••r.•r. a 1 * .. '.:... ,•'(UNDER PPP(,,DRIVEWAY) A �- Y - Mint � •••••• 3 I DRlvewav) I��f6.7Jl1`.i�, �� �•�•�••1 EX=EXISTING 010101•••••••�1 t a .m•ri-_ •s• °P 0 99:�� i. ,T ••1 •••••••••� < na n n•e No �7 • a•tatst•t�- s .• •• PR-PROPOSED • •w•w•w w ,r' e�e�e a9laz a - �ww �,j �2�ftfi�-5(ft �� oftc,: .��w�..1r:. I M-M-M �} J ., _ Q �\- Se.,GI4 • RI ''' CONNECTION TO ;' •' MI MA s. . i 0?No.4k 1 42 ... a 1(0 ft ;0= . . 'Milk - EXISTING 20" ��w-•� " W , m-... ,�, ,^ •• • �'o,�:,FSu7E ap.�.\�4, ��� RECLAIM SHALL w 1 �W m-M- o _ F COR1 . Hoo� 12"RECLAIM �' �Ilat m-M w ��ONgL 6 ro moo EX 20"RECLAIM �„ BE EAST a 1.© • ,e A („=, x (EX) -x-.--<-x x. -kar OORDINATE x-'-- �`��\`�� IA 12 TEE DOUBLE STRAP = 'x xx x . , xxx �,x L ta - -•-- EXACT LOCATION �'I,-' �•w•1•�1 ° SADDLE 12'x12"x0"TEE �,®FOUND 1/2'IRON PIPE(NO ID) S 89'39'47"W 423.55'` ,d ' z•xrxr'TEE 8"WM WITH CCUA )� • • arxz xI"TEE S 89'48'3(�°1N 423.55'(D) 149.98' (M) 150.00'x,,D) �h in z•Raz BACXFLow PREVENTOR (EX) n�\ N rel a xe REDuceR a O w , a 3 I" a'c.vALVE "(SP)', - .�•w•4 •� .r (2)1Y c.VALVE W/BOX AND �) • • � ,^ COVER 2'METER W/BOX AND T p 3 '„ " Z I►;�•w• COVER a Z.. U 2.5 inches of SP-12.5 Asphalt., /-•w , 2"BALL VALVE W/BOX AND COVER ' e p r` r"r 1"BALL VALVE W/BOX AMB^^"C^ 0- Zand additional base material.a RWMOIN "-"-,� I FIRE HYDRANT ASSEMBLY a 0- . ce The original asphalt thickness i , I m was 1.5 inches. z =_=,l L 3. -W E-a o o >r4g .P.F THIS ITEM H,M6 BEEN DIGITALLY 5164ED AND SEALED BY MICHELE A6EE ON 1 1 '/ - '''° .. i t° THE DATE ADJACENT TO THE SEAL.PRINTED COPIES OF THISDOCUMENT ,� ' S z.."•.,•,: ee. ,. �' ARE NOT CONSIDERED SIGNED AND SEALED AND THE SI6NANRE MUST BE z ,�"„ +F . VERIFIED aANY ELECTRONIC COPIES "cf GRADING o A • 1 ;TY CONCRETE BLOCK PLAN •.._ -. .... 7 DATE 7/I5/2021 '_l. - t. "a a T81L:OMLl1MO aea,w /jj B GRAPHIC SCALE e.m N a; l:K .¢-� 1ABOM DdJ MO ° DB MINA 20 n 13 2U n0 1R0 , i">� °� �11.n DES w2 CO "IV a aT8 a -M M .. M' nv•-49:07, =.M:.:-4'M""..b'S.'E-, -�M,•- 2:-.*,m.kr. 56':':...-%s .. � JOH NO. 202058 dY0.1nd11 'A • /// N N ..." /ni T U4 FIEVATON 1 o ° o ° ° .��' � ( IN FEET) � .,c wx ,r.e. 10.n7 MAw,°ee ew ...° Ma'�iM I � I � ,..a r':. '.-�� �;- `� I;Dcti= 3D fG o �:. ,.. , .w , _ : .4 - -�, G" C301 N N x, eae°.L.w4°� new/ a A* r d •#1 23 FORBID of Mae. c l c5 M LC-) a� -i'iiiiiiiiiiii//,,,IV/Z/Z/i.,,,, .'///1///////I/////////////-_ .c:fi, i, ,w„m ..1. Project: New Maintenance Storage Building and Site Improvements CCUA Bid No.: 20/21-A16 CCUA Job File No.4020-003 Summary of Change Orders Date Description Contract Net Increase Net Decrease Revised Contract 11/1/2021 Original Contract Price: $3,486,118.00 Change Order No.1: Building $5,743.42 1/10/2022 Footer Alterations Summary of Totals: $3,486,118.00 $5,743.42 $0.00 $3,491,861.42 Change Order No.2:Addition of $20,319.81 4/7/2022 bollards to protect canopies,storm Summary of Totals: $3,486,118.00 _ $26,063.23 $0.00 $3,512,181.23 Change Order No.3: Low voltage cabling,fiber optic cabling,voice $42,380.36 5/4/2022 and data locations,standard door Summary of Totals: $3,486,118.00 _ $68,443.59 $0.00 $3,554,561.59 Change Order No.4:Canopy relocation,remove and replace $301,827.87 1/3/2023 12"and 20"reclaimed pipelines, Summary of Totals: $3,486,118.00 $370,271.46 $0.00 $3,856,389.46 tO