Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
5th Change Order 05/20/2025
a�,��,�r BOARD OF COUNTY COMMISSIONERS County of MonroeMayor James K.Scholl,District 3 The Florida Keys Mayor Pro Tem Michelle Lincoln,District 2 Craig Cates,District 1 �. David Rice,District 4 Holly Merrill Raschein,District 5 Memorandum DATE: 5/8/2025 TO: BOCC Digitally signed by Kevin / (y1v,a�Lwh,_-... G.Wilson,P.E. FROM: Kevin G. Wilson, P.E., Assistant County Administrator i Date:2025.05.08 14:25:55-04'00' Christine Digitally signed by ChrTHRU: Christine Hurley, Count Administrator Date:2025.0 0 y y Hurley Date:29-04'0.09 09:16:29-04'00' SUBJECT: Proposed Change Order to be Approved Attached is proposed Change Order Memo #5 for the Twin Lakes Flood Mitigation project. This change order increases the final contract sum by $33,222.88. The substantial completion date is increased to 5/19/2026. 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. MONROE COUNTY/ENGINEERING/PROJECT MANAGEMENT C014TRACT CHANGE ORDER PROJECT TITLE: Twin I akes Flood Mitigation Project CHANGE ORDER NO: 5 INITIATION DATE: 4/25125 TO CONTRACTOR: Ferreira Construction Co. Inc. CONTRACT DATE: 5115/24 The Cont ract is revised as follows: ......................... ........... $21,734,25&71 _Total,ors ginal combined Monroe,Co y,jr1c .............. ....... Count contract Previously authorized Change Order 1 MC items increase to contract $171,600.00 ......... ............................ ____.......... -------...... ................. ............... ................ ...... Preyi u I authorized Change Order 2 FKAA deduction to contract �..y................................. -1--------- ....................... ............. ............... . ............. Previousl authorized Change Cloer 3 Monroe Co increase to contract $59,818.12 Previousl authorized Chan e Order 4 clerical error correction from CO3 No chq22 qqe _ 2. 5 t�eivi�ed Contract Sum throuqh_q��Order 4 $20,606,071.83 This Chan -—--__ .... ....... _qe Order Monroe Count� visions result in increase to contract �R vised Total Contract amountJincludes Monroe County — --—__- $20,639,294.71 9d R�A§1,_466,695) Pursuant to contract article 7.2.2, the cost or credit to the owner resulting from a change in the Work shall be determined in one or more of the following methods: 7.2.2.1. Mutual acceptance of lump sum properly itemized and supported by sufficient substantiating data to permit evaluation. 7,2.2.2. Bid unit prices stated in the Contract Documents or subsequently agreed upon. 7.2.2.3. Cost to be determined in a manner agreed upon by the parties and a mutually acceptable-fixed or percentage fee. This Change Order 5 includes 2 contract revisions: 1. Pump Station Control panel modifications required for considering seasonal variations "King Tides" and real- time operational conditions to optimize system performance with addition design by PSI and custom programming of the controllers as needed in the amount of$27,909.00 2. Adjustments to drainage inverts and knockouts on structures S-31, S-32, S-33 on Adams Drive in the amount of$5,313.8& The project commencement was 7.15.24. Original contract substantial completion (660 calendar days 5.5.26). Through change order 5 revised substantial completion to 5.19.26. (671 calendar days) This Change Order No. 5 is a net increase of $33,222.88 and represents .0015% increase (less than 1%) to the original contract price. Contractor agrees to accept the increase in monetary compensation and hereby waives and releases any and all claims-for any additional compensation related to these bid items. The FKAA (if applicable), Engineer f or — OR (WSP USA, Inc) and the Construction Engineering and Inspection Services-CEI (HDR Constructi i C? tr I ' rp.) c ncur with this change order. 'A(if a licable Not vah "uril roved and Contractor CON'FRAC'IFOR Date Dig ita I ly signed by Judith Clarke,P.E. Judith Clarke, RE.Date 2025.05.08 12 22 37-04'00' ENGINEERING SEIRVICIE151, ............ ...... Date y Digitlly signed by15 Christin52:10-0e Hurley Christine Hurley Datea:2025.05.20400' COUNTY ADMINIS'IFRA,roiR ................... ............. ......... Date Approval by: MONROE COUNTY ATTORNEY APPROVED AS TO FORM FKAA not applicable..... ................ . David iT�c�korth, Director of Engineering Date 61RISTINE LIMSERT-BARROWS SR,AS (STANT COUNTY ATTORNEY DA'rE:,_.Sf U25. ......... Change Order Attachment per Ordinance No. 004-1999 • Change Order was not included in the original contract specifications. Yes ® No ❑ If yes, explanation: Adjustments to inverts and knockouts on structures S-31, S-32, S-33, Pump Station Control panel modifications required for considering seasonal variations "King Tides" and real-time operational conditions to optimize system performance with addition design by PSI and custom programming of the controllers as needed. • Change Order was included in the original specifications. Yes ❑ No If yes, explanation of increase in price: • Change Order exceeds $25,000 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: • 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: Existing conditions From: � A� To: ������� c". o��������o�u���`�m�u�m� Subject: nw.Change Order#5 FCC Cost Proposal PSI Pump Station Control Panel Resubmm"/ Twin Lakes Date: Friday,April 25',mszv.u.m^m Attachments: cxurmm:This emai I originated from outside of the County.Whether you know the sender or not,do not click I inks or open �attachments you were not expecting. Luis/Greg: Good morning. Per the attached,wo concur with the entitlement and cost for the requested changes for the proposed Adams Dr.drainage system and proposed pump station controls in the amount of$33,222.88. I've attached the pertinent back-up relating toitems 1 and 2 be|ow, summarized as follows.. 1 Labo/, oquipmont, and materials for drainage revisions tostructures G'31. G'32. and G'33 relating to RF|#21 A. G'31- original structure had 2 holes(S and E)and 1 additional hole was needed (N)to be cut out into structure. B. S-32-original structure had 3 holes(N,W, and E)and 1 of the holes(N)was needed to be sealed. C. G'33:original structure had 1 hole<N0 and was in need of being lowered approx. 12^entailing cutting out a lower hole and sealing above the pipe. The proposed cost for Item No. 1 work is$5.313.888 2 Pump Station Upgrades. A. Upgrade Main Controller: replace the existing controller(Primex Level View Controller and Accessories)with a PC-6000 PLC/HMI that would provide expanded processing capabilities, integrated HMI functionality, and a real-time clock for improved scheduling accuracy, data logging,and overall system performance. This includes the integration of the PC-6000-SWJ controller along with all required accessories to support the new control application.This setup will feature redundant controller configuration and dual |ovo| radar sensors for increased reliability and system mdundanoy. B. Upgrade the backup controller(Primex DPC-4F Float Back Up Controller and Accessories)to a PC-6000-SWJ to provide full system redundancy and ensure uninterrupted station operation in the event of a primary controller failure. This includes the integration of the PC-6000-SWJ controller along with all required accessories to support the new control application. This setup will feature redundant controller configuration and dual |ovo| radar sensors for increased reliability and system redundancy. C. Redundancy Communication Module: provide a dedicated communication modules between the primary and secondary controllers to support continuous active redundancy.This setup ensures uninterrupted system functionality in the event ofa |ovo|transmitter ormain controller failure.This includes the integration and the hardware to communicate with PC'0000 Main Controller to redundant PC'0000. D. RADAR Level Transducers: upgrade the transducers (Submersible level Transducer and Back Up Level Floats Including all Installation Hardware)and utilize two ultrasonic level transducers for precise wet well level measurement including Dual RADAR Level Sensors with all necessary hardware and surge arrestor. Each transducer will operate independently,directly interfaced with either the main or backup pump controller to ensure accurate and reliable level monitoring and control redundancy. E.Wall Mount Brackets: removal of submersible level transducer and back up level floats wet well brackets and instead, provide and install two wall-mount brackets—one for each RADAR level transmitter—to ensure secure, stable, and optimal sensor positioning for accurate level readings. F.Add analog signal isolators/splitters, one for each level transmitter and analog signals between the main controller and redundant controller to improve signal integrity and protect against electrical noise,voltage spikes,or intorferonoo,ensuring reliable and accurate analog signals. G. Engineering Redesign:allocate engineering resources(manhours)to develop updated control schematics and integrate the new instrumentation into the overall system operation, ensuring oompatibi|ity, hunotiona|ity, and compliance with project requirements. H. Custom PLC/HMI Programming:allocate dedicated programming manhours to develop custom firmware for the PC-6000 controller, specifically tailored to meet the unique operational requirements of this application, ensuring precise control and seamless system integration. I. Field Site Visit: perform an additional on-site visit to fine-tune and adjust final set points,taking into account seasonal variations"King Tides"and real-time operational conditions to optimize system performance with addition custom programming of the controllers as needed. The proposed cost for Item No.2 work is$27,909.00. Please review and provide your concurrence. Thanks, Aintllihainy Sallllbllibag,CCC,CCw Project Engineer' 100410 Overseas Highway,Suite 204 Key Largo,FI.. 33037 IIM 305.796MOO HIDR h'iri r ir.i r;.c;�a rr7Pl"ra I�avv..Is ............................................................................. From:Soto,Luis<„_;I,;!,j,s,;;S{„;tc„],,,(i?w,sp,;;c;;{„,r» Sent:Thursday,April 24,2025 2:23 PM To:Sabbag,Anthony A.< ,C.:La..kal.::!..C.:Lv.S7bb7f`!hdrinc.com> Cc:London-Debra<Io,,r;,..c��.:n..c�rh„r;,i(!M�rr,l„r;!,rrC�n.lr,!,;C„y f L_ ov>;Romano,David<I,;)ivic�.H�l,p in�r( !�,��rinc.c�r,p>;Corning,Gregory < L2 corninLfciiwsp.cum>;Pierre-Louis,Wlsler<Wisle r.Pi�,,C,r� I��n.lis„(�?wS,.:a.Cum> Subject:RE:FCC Cost Proposal-PSI Pump Station Control Panel Resubmittal-Twin Lakes-RESPONSE AI111110W[EXTERNAL]This email originated from outside of the organization.Do not click links or open attachments unless you recognize the sender and know the content is safe. Hi Tony,the electrical FOR reviewed the cost and backup,and offer no further comments. Thanks I IS T` Luis Soto,PE Sr.Vice President Water Resources Engineering 239-896-5577 From:Sabbag,Anthony A.< rrt,(;i�inv.S7bb 7E f`�i�icirinr cum> Sent:Wednesday,April 23,2025 4:50 PM To:Soto,Luis<L-J:,!.Ls.,,r?:t�:2 (i?,w,s,.1.c om> Cc:London-Debra<Io„r;,Jc��rn c�rh„r;,i(!M�rr,l„r;!,rrC�n.lr,!,;C„y f L_ ov>;Romano,David<I,;)ivic�.H�l,rp in�r( !�,J�rinc.c�r,p>;Corning,Gregory < c corninLfciiwsp.cum>;Pierre-Louis,Wlsler<Wisle r.Pi�,,C,r� I��n.lis„(�?wS,.:a.Cum> Subject:FW:FCC Cost Proposal-PSI Pump Station Control Panel Resubmittal-Twin Lakes-RESPONSE Luis: Good afternoon.We've received the attached responses to our request to clarify the additional costs(also attached).They corrected the mark-up which lowered the cost$1,329.00 and also provided a better breakdown showing some of the credits for the original contract scope. Let me know if you'd like to discuss these after your review. Thanks, FERREIRA Extra Work Cost Breakdown Owner's Project No: FDEM B0200-FDEP 22SRP57 Ferreira Job No.:4473 Project Name: Twin Lakes(Key Largo)Flood Mitigation Prepared By:Andres P. RCO No. RCO#04 Proposal Date:4/16/2025 Description: Dual ultrasonic level transducer with a redundancy controller for the station operation in main controller and secondary"Back-Up"Controller. LABOR Description Net Hourly Hours No. Name(T&M Only) Class. WC Code Burden% Rate STD. OT. Amount Total 11 0.00 1 0.00 1 $0.001 $0.00 Subtotal-Bare Labor: 1 $0.001 $0.00 MATERIALS ? INo.1 Description Quantity Unit Price UOM Amount 1 $0.00 Subtotal Materials: $0.00 Sales Tax%:1 7.00% 1 $0.00 Subtotal Materials:1 $0.00 EQUIPMENT ' Description Rates(Blue Book) Hours Rental pei. Amount No. Make/Model o�176 Co Hr. Oper. Standby 1 0.00 0.00 Subtotal Equipment: $0.00 SUBCONTRACT INo.1 Description Quantity UOM Unit Price Amount 1 JPSI Technologies-Changes in control panel 1.00 LS $26,580 000 $26,580.00 Subtotal Subcontract: $26,580.00 CONTRACT UNIT ITEMS INo.1 Item Description Rate Quantity UOM Amount 1 $0.00 11 Total Contract Items: $0.00 INDIRECT COSTS, EXPENSESAND PROFIT, (1)Mark-up(10%)on the payments in Labor.Materials,Equipment.Subcontractor,and contract items: a) Total Labor $0.00 b) Total Materials $0.00 c) Total Equipment $0.00 Subtotal Mark-Ups: $0.00 (ii) Subcontractor markup $1,329.00 (iii) Contract Items markup $0.00 Total Mark-Up Amount: $1,329.00 Extra Work Breakdown Summary: LABOR+BURDEN $0.00 MATERIALS $0.00 EQUIPMENT $0.00 SUBCONTRACT $26,580.00 CONTRACT ITEMS $0.00 MARK UP $1,329.00 TOTAL AMOUNT $27,909.00 psi NOLOGIES Change Order #1 P0638 - Twin Lakes Flood Mitigation Proi ect Scope of Work Breakdown 1. Upgrade Main Controller: Replace the existing controller with a PC-6000 PLC/HMI,which provides expanded processing capabilities,integrated HMI functionality,and a real-time clock for improved scheduling accuracy,data logging, and overall system performance. DESCRIPTION OF THE CHANGE ORDER FOR ITEM#1 COST CHANGE Removal of Primex Level View Controller and Accessories for this type of Controller. $ -2,g35.00µmG Includes the integration of the PC-6000-SWJ controller along with all required $ +5,600.00 accessories to support the new control application.This setup will feature a redundant controller configuration and dual level radar sensors for increased reliability and system redundancy. TOTAL = $ +2,665.00 2. Upgrade the backup controller to a PC-6000 to provide full system redundancy and ensure uninterrupted station operation in the event of a primary controller failure. DESCRIPTION OF THE CHANGE ORDER FOR ITEM#2 COST CHANGE Removal of Primex DPC-4F Float Back Up Controller and Accessories;for this type of _-$ -1,600.00 Controls. Includes the integration of the PC-6000-SWJ controller along with all required $ +5,600.00 accessories to support the new control application.This setup will feature a redundant controller configuration and dual level radar sensors for increased reliability and system redundancy. TOTAL = $ +4,000.00 3. Redundancy Communication Module,dedicated communication modules between the primary and secondary controllers to support continuous active redundancy. This setup ensures uninterrupted system functionality in the event of a level transmitter or main controller failure. DESCRIPTION OF THE CHANGE ORDER FOR ITEM#3 COST CHANGE No existing parts or components will be removed as part of this addition _._ $ -0.00 Includes the integration and the Hardware to communicated PC-6000 Main Controller $ +2,265.00 to redundant PC-6000. TOTAL = $ +2,265.00 psi NOLOGIES 4. RADAR Level Transducers-Install two ultrasonic level transducers for precise wet well level measurement. Each transducer will operate independently,directly interfaced with either the main or backup pump controller to ensure accurate and reliable level monitoring and control redundancy. DESCRIPTION OF THE CHANGE ORDER FOR ITEM#4 COST CHANGE Removal of Submersible level Transducer and Back Up Level Floats Including all $ -2,535.00 Installation Hardware Addition of Dual RADAR Level Sensors with all Necessary Hardware and Surge Arrestor. $ +5,200.00 TOTAL = $ +2,665.00 5. Provide and install two wall-mount brackets—one for each RADAR level transmitter—to ensure secure, stable,and optimal sensor positioning for accurate level readings. DESCRIPTION OF THE CHANGE ORDER FOR ITEM#5 COST CHANGE Removal of Submersibleµ level Transducer and Back Up Level Floats Wet Well Brackets $ -665.00 Addition of Dual RADAR Level Sensors Custom Wet Well Mounting Brackets. $ +1,135.00 TOTAL = $ +470.00 6. Add analog signal isolators/Splitters—one for each level transmitter and analog signals between the main controller and redundant controller—to improve signal integrity and protect against electrical noise,voltage spikes,or interference,ensuring reliable and accurate analog signals. DESCRIPTION OF THE CHANGE ORDER FOR ITEM#6 COST CHANGE No existing parts or components will be removed as part of this addition _._ $ -0.00 ry Addition of the Analog Signal Isolators and Splitters $ +1,590.00 TOTAL = $ +1,590.00 7. Engineering Redesign: Allocate engineering resources to develop updated control schematics and integrate the new instrumentation into the overall system operation,ensuring compatibility,functionality,and compliance with project requirements. DESCRIPTION OF THE CHANGE ORDER FOR ITEM#7 COST CHANGE No existing parts or Labor will be removed as part of this addition _._ $ -0.00 ry Provide additional engineering hours and technical resources $ +2,665.00 TOTAL = $ +2,665.00 psi NOLOGIES 8. Custom PLC[HMI Programming: Allocate dedicated programming hours to develop custom firmware for the PC-6000 controller, specifically tailored to meet the unique operational requirements of this application, ensuring precise control and seamless system integration. DESCRIPTION OF THE CHANGE ORDER FOR ITEM#8 COST CHANGE No existing parts or Labor will be removed as part of this addition $ -0.00 __ Provide additional Programming hours and technical resources $ +4,000.00 TOTAL = $ +4,000.00 9. Field Site Visit:Perform an additional on-site visit to fine-tune and adjust final set points,taking into account seasonal variations"KING TIDE"and real-time operational conditions to optimize system performance with addition custom programming of the controllers as need it. DESCRIPTION OF THE CHANGE ORDER FOR ITEM#9 COST CHANGE No existing Parts or Labor will be removed as part of this additionmwm $ -0.00 ry Addition Site Visits and programming Including end user training $ +6,260.00 TOTAL = $ +6,260.00 IIIII IIIII�flistedm Exceptions: ...............bwallatroll...rs...Not....riieludedd fiq r...aiiy...itei7is....&ted.......... JI ) ... 4/2 /2 Total w rm w w *..Sa.i.es...T.a.x....Not...I ncm.u.ded................... JI:) ... 4/2 /2 From: RFI# 04 To: Monroe County Engineering 1 100 Simonton Street Ferreira Construction CO. Key West, Florida 33040 aperez@ferreiracon Phone: 305-506-7028 Email:structlon.com Phone: (305)295-4329 Fax:(305)295-4321 Project Name:TWIN LAKES(KEY LARGO) FLOOD MITIGATION Receipt Logged: Submitted By:Andres Perez Date:8/9/24 Dwg/Spec No./Revision/Detail/Sect.No.#PS-3A Drawing No. Subject:Control Panel signal to be displayed Problem&suggested solution: In reference to the pumps, what will be the 1/0 configuration of the Automatic Transfer Switch (ATS) or the Generator. What signal needs to be displayed in the control panel? Please clarify. Engineering Dept. Review Solution: Plans have been revised to include conduits with control cables that include ATS 1/0 signals between the ATS and the Control Panel. ATS 1/0 signals vary depending on the ATS manufacturer chosen. Please submit ATS shop drawing with available 1/0 Signal list to determine which signals will be required. David Sigler 8-16-24 END OF SECTION 01395 10.18.23 REQUEST FOR INFORMATION 01395-2 FCC4473 Twin Lakes Flood Mitigation Project 3/6/2025 PSI Technologies Control Panel Submittals Submittal# Su Dat ReDurnetl ate Comments from FOR Additional Comments from FOR Comments for VFD Section: Comments for Pump Control Panel Section: 1-Due to the PS being next to a neighborhood,provide THID 1-Refer to design sheet E-8A for backup controller float switches calculation to make sure that proposed passive filter VFD designation related to VFD operation sequence. Model meets IEEE-519 requirements. 2-Design sheet E-8A shows pump bearing temperature sensor. 2-Based on design site plan,the VFD are back to back. Coordinate with pump manufacturer if it is required. Therefore,both AIC units can not be installed at the same 3-The activated backup is shown on PCP front as red color(R)and nc losure side.If both will be installed at the right side as on Electrical Schematic(3-79)as amber color(A). indicated,the contractor must provide a new Equipment Pad 4-PCP Intrusion Relay is missing on Alarm Schematic. Layout. 5-Rain Sensor: 3-A)Tags tabulation shows AIC units as 460V,3PH,but the A)Front of PCP shows a rain sensor hands-off auto switch but this VFD electrical schematic shows it as 460V,1PH.Please verify. switch is not shown on Electrical Schematic. 4473-SO45 Control Panel Submittal#1 B)Pr vice A/C cut sheet and Heat loss Calculation for VFD 9/20/2024 10/3/2024 enclosure based on the VFD installation conditions. B)Submittal sheet 7 shows a CR 18(line 2.56)as"Rain Sensor C)Evaluate to install a sun shield at enclosure rear side. ON",but there is not any NO or NC dry contact associated with it on D)There is no indication on VFD Electrical Schematic how PCP Electrical Schematic. the VFD will be put in the"OFF"position in case of an AIC Fail. 6-There is no indication as to how the PCP will operate during king E)There is no indication on how the enclosure will maintain title conditions based on past meeting. the maximum temperature when the VFD is"OFF".A Thermostat for AIC ON/OFF should be required. 4-Based on the Fault Current,as provided by the utility ompany,of 21,697A at the 480/277V transformer's secondary sitle,the proposetl 400A,3P,14 KA main CB at VFD enclosure needs to be modified to 35 KA 4473-SO45 Control Panel Submittal#2 1.The revision applies for VFD only,Control Panel section is 10/22/2024 11/20/2024 pending until a next meeting - 2.Provide VFD as per specification 16125(18-Pulse) 1-The revision applies for VFD only.PCP submittal is pending. 10.THID calculation comments: 2-Evaluate to install sun shield on the enclosure's rear side. 1-Proposed Matrix AP performance guarantee requires a 3-Matrix AP model has an approximate weight of 418 pounds. Balance line voltage within 1%.Contractor to coordinate with FKEC 4-Provide a"Warning High Voltage"label in front of Matrix AP if fitter and cap they can comply with that when the pump motors need to work. panel capacitor assemblies. 2-Proposed Cummins generator size is 450KW(562KVA), 5-Electrical schematic to show how the contactor"M"will update genset data accordingly connect/tlisconnect 3-Approved MWI pump submittal indicates: 4473-SO45 Control Panel Submittal#3 the Matrix fitter capacitors. a-VFD must be programmed to lima maximum motor speed to 6-Provide overtemperature switch,interlocked with VFD to 830rpm 1/20/2025 1/31/2025 prevent potential (full load speed is 890rpm);therefore,the%of load for pumps 1&2 damage in Matrix AP filters. will never be 100%. 7-Match pump number inside the electrical schematic with b-Low speed pump motor 1&2 are 200HP,460V,w/FLA=259amp. pump number on Because the maximum speed will be 830 rpm,the pump motors can submittal tale block. be considered as 200HP instead of 250HP as indicated. 8-Match descriptions on this submittal with PCP submittal Based on previous comments all transformer and generator 9-Update bill of materials based on proposed Matrix fitter calculations should be updated accordingly. option 4473-SO45 Control Panel Submittal#4 2/26/2025 In Review N/A N/A From: RFI# 04 To: Monroe County Engineering 1 100 Simonton Street Ferreira Construction CO. Key West, Florida 33040 aperez@ferreiracon Phone: 305-506-7028 Email:structlon.com Phone: (305)295-4329 Fax:(305)295-4321 Project Name:TWIN LAKES(KEY LARGO) FLOOD MITIGATION Receipt Logged: Submitted By:Andres Perez Date:8/9/24 Dwg/Spec No./Revision/Detail/Sect.No.#PS-3A Drawing No. Subject:Control Panel signal to be displayed Problem&suggested solution: In reference to the pumps, what will be the 1/0 configuration of the Automatic Transfer Switch (ATS) or the Generator. What signal needs to be displayed in the control panel? Please clarify. Engineering Dept. Review Solution: igna l sII etwe�eu~u n�, sha~e / a iuAfShilaii� l M e l on, ruo �a n'iel�:� signals vary depending nding on the ATS manufacturer chosen. Please submit ATS shop drawing with available 1/0 Signal list to determine which signals will be required. David Sigler 8-16-24 END OF SECTION 01395 10.18.23 REQUEST FOR INFORMATION 01395-2 -0 O N M . 00, el , moo N sc,t ad 8Z0 X3pg V x o w m ,"'"' h t J o Q 0 o e ' o � to s� z . x3 m 0 ! #� 00.0 X3 � = III III I �pidIIIIIIIIIIIII X3 �� III •� f j j f IIII a o I '. . N — — ti N Q I I w Q N o o ! to cu � '0 o Ili N N� m C N 0 �� N to U o, o -0 fi � � � � w IIII � � Q) -0 (3 " O — .� U *+ O zl d\•CL O N �- N I N O (3 CL o I M ..... ....... ....... ........ ..... I lil t c O N (n C� M 0 o i N in N Q }, w , ... Q' z N U .— LL, —o - _ cu L o9G,� os w 09,t ad _ o fA o0 00+rd 79"0 X3 ° �, i -w- w F_ -0E " E oE� .-- —_ ,•��" as H, LOT Z L , o r--�� c/ D�(v o:`�• °`yam'♦=_ z SAND M LL O.• DRIVEWAY y:•W M p - a z :per M s; o�•.� F.:yam`` ♦: �•• 'Ste. �' Block] ♦ •� �` I I t TWIN LAKES ♦♦I♦ *•P�Oc��S� as i (P.B.3,PAGE 160,M.G.R.) 0Q 15+Q0 / `gyp 'N/ pGi STA / :ILA. % o £b"C ad M�TOHO�NE _y z� �. ���� sel �o . zCo X3 � E CO 08,0 X3 / /C� 310 0 0�N\ �(�•:.� ul t�:'�` o tt I I; � �'�y �I z x 1 F � � N Fo 1 3 s I \\ 1 I O b 0 9t"I ad aco x3 R \ R \� Ul Lb"C ad Q 0 { at"[ ad � 3 0 Zo x t � tNQ 601 +3d j m tiZ o x3 ON% £co x3 I I � j >p sti"I ad w CCO X3 �m z I Ic o o Q a 6 o a wm "'I ad w m w y o I I J £z X3 0 wm � III.' (i� I owxw Q 4 7 Lµ.ii +I r U M U Ir r 73+24 63 O p W vI N JO w w szo x3 >I r, o z� �° o, I t 4�4 p o 0 > /r 0 0 iM / 3 m 6£" ad *' � � £9"0 X3 � o � fl' �,� w ♦/1 '— w rf' s a I / / I I I o o`o /r w 8£"C ad o N � tis"o x3LO w C q N r 3 �I t y -CL 1 , IN (Ci = .' 3 a p I +x 9£"I ad I . "0 X3 � IJ w 0 I � w � 4 �I.BI s£"I ad 0o0z+zc - � � l �' � "dls � H�ldw — — az"o x3 as � e CL h E LL r t f 1ph °r „ n 'vwFuv"la 9a II ., � lilt'�V v I� '' f v/?� �( .'J/� i/ytf ➢Jl7;J �"�,l'1/)l y�%���i" r/�/f/r7r � r FL � I�✓/ip� n / /hr y �l� r/�s rr/ �/%r f „1�1�% I��'�I� I r r ✓ r /r (i 1 u/ �i/i l ll/ r Z ��kr� ��r�t�Y //Y�� �f!✓iii�/ �/ a / � Z ' r // �,l�j�'. iiD�/r / //j��,�%/r f f(�' �Jii r 9°r''� ✓/ii/iJ'1 � wa�, ��,%//��%//%�' %r��%/i/i� hil/,v. n•��Ilr! h%r�i�� 1�nJ / �rI v IN ri D / � /� t%✓///l�� / r��� �i� hr , 0 1/ f I F r I A I yf i I r; �✓ �/% ail� �f� fyr U i+,r ��� Sri i r / r f �o rr/fl r�frrya/f , /r v �w r 1� v 14 �r Extra Work Cost Breakdown Owner's Project No: FDEM B0200-FDEP 22SRP57 Ferreira Job No.:4473 Project Name: Twin Lakes(Key Largo)Flood Mitigation Prepared By:Andres P. RCO No. RCO#06 Proposal Date:4/9/2025 Description: Adjustment of inverts knockouts on structures S-31,S-32,S-33 per RFI#21. LABOR Description Net Hourly Hours No. Name(T&M Only) Class. WC Code Burden% Rate STD. OT. Amount Total 1 Foreman Foreman 82.64% $42.60 12.00 0.00 $933.66 $933.66 2 Operator Operator 82.64% $30.80 12.00 0.00 $675.04 $675.04 3 Laborer Laborer 82.64% $22.30 12.00 0.00 $488.74 $488.74 4 Laborer Laborer 82.64% $22.30 12.00 0.00 $488.74 $488.74 5 0.00 0.00 $0.00 $0.00 Subtotal-Bare Labor: 1 $2,586.181 $2,586.18 MATERIALS INo.1 Description I Quantity Unit Price UOM Amount 1 Pallet of 2X4 brick 1 0.50 $858.60 1 EA 1 1 $429.30 2 Portland Cement 1 20.001 $16.75 1 EA 1 $335.00 17 Molding Plaster 1 10.00 $35.34 EA 1 $353.40 18 1 $0.00 Subtotal Materials: $1,117.70 Sales Tax%:1 7.00% $78.24 Subtotal Materials: $1,195.94 EQUIPMENT Description Rates(Blue Book) Hours Rental Per' Amount No. Make Model o./176 Cos xr. Oper. Standby 1 Excavator Deere 245 $87.39 12.00 0.00 $1,048.68 Subtotal E ui ment: $1,048.68 SUBCONTRACT INo.1 Description Quantity UOM Unit Price Amount 1 $0.00 Subtotal Subcontract:1 $0.00 CONTRACT UNIT ITEMS INo.1 Item Description Rate Quantity UOM Amount 1 $0.00 Total Contract Items: $0.00 INDIRECT COSTS, EXPENSES,AND PROFIT (1)Mark-up(10%)on the payments in I nbor.Materials.Equipment,Subcontractor,and contract items: a) ToLd labor $2,586.18 b) Total Materials $1,195.94 c) Total Equipment $1,048.68 Subtotal Mark4Jps: $483.08 (ii) Subcontractor markup $0.00 (iii) Contract Items markup $0.00 Total Mark-Up Amount: $483.08 Extra Work Breakdown Summary: LABOR+BURDEN $2,586.18 MATERIALS $1,195.94 EQUIPMENT $1,048.68 SUBCONTRACT $0.00 CONTRACT ITEMS $0.00 MARK UP $483.08 TOTAL AMOUNT $5,313.88 EquipmentWatch_ www.equipmentwatch.com Rental Rate Blue Book"', O&O Rates Report for EX2526 in FCC Master November 12, 2024 Deere 245G LC � v Crawler Mounted Hydraulic Excavatorsx y w a Size Class: 24.5-28.4 mt Weight: NIA Configuration for 245G LC Horsepower 159.0 hp Blue Book Rates FHWA Rate is equal to the monthly ownership cost divided by 176 plus the hourly estimated operating cost. Ownership Costs Estimated Operating FHWA Rate— Costs Monthly Weekly Daily Hourly Hourly Hourly Published Rates USD$11,375.00 USD$3,185.00 USD$795.00 USD$120.00 USD$33.36 USD$97.99 Adjustments Region(100%) - - - - Model Year(1995:83.6%) (USD$1,865.38) (USD$522.31) (USD$130.37) (USD$19.68) Adjusted Hourly Ownership - - Cost(100%) Hourly Operating Cost(100%) - Total: USD$9,509.62 USD$2,662.69 USD$664.63 USD$100.32 USD$33.36 USD$87.39 Non-Active Use Rates Hourly Standby Rate USD$31.71 Idling Rate USD$65.06 Rate Element Allocation Element Percentage Value Depreciation(ownership) 31.51% USD$3,583.99/mo Overhaul(ownership) 41.31% USD$4,698.53/mo CFC(ownership) 16.96% USD$1,929.07/mo Indirect(ownership) 10.23% USD$1,163.41/mo Fuel(operating)@ USD 3.65 33.06% USD$11.03/hr Revised Date:4th quarter 2024 All material herein©2003-2024 Randall-Reilly All rights reserved. Page 1375 of 2964 FEL-MIAMI WATER Z FERGUSONo 10810 S.W.84TH STORKS#1216 el To: Harry Sosnoff WATERWORKS MIAMI,FL 33157-6737 harry.sosnoff@ferguson.com omments: Phone:786-573-7140 Fax:305-969-0361 06:58:19 MAR 10 2025 Page 1 of 1 FEL-POMPANO BEACH, FL WW#125 Price Quotation Phone: 786-573-7140 Fax: 305-969-0361 Bid No: B586552 Cust Phone: 305-805-6900 Bid Date: 03/10/25 Terms: NET 10TH PROX Quoted By: HS Customer: FERREIRA CONSTRUCTION CO IN Ship To: FERREIRA CONSTRUCTION CO IN 9455 NW 104 ST 9455 NW 104 ST TWIN LAKES TWIN LAKES MEDLEY, FL 33178 MEDLEY, FL 33178 Cust PO#: 4473-2024-005 Job Name: TWIN LAKES Item Description Quantity Net Price UM Total FS11111 CORED WHOLE BRIC 1060 0.810 EA 858.60 TILPC TYPE 1 L PLND CMNT 94 LB BAG'X 10 16.750 EA 167.50 NCL4900 MOLDING PLASTER 5 35.340 EA 176.70 Net Total: $1202.80 Tax: $84.20 Freight: $0.00 Total: $1287.00 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. 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! Scan the QR code or use the link below to complete a survey about your bids: ININ https://survey.medallia.com/?bidsorder&fc=1216&on=74281