Loading...
HomeMy WebLinkAboutItem C17 COUNTY of MONROE BOARD OF COUNTY COMMISSIONERS � Mayor Michelle Lincoln,District 2 The Florida Keys Mayor Pro Tern David Rice,District 4 y Craig Cates,District 1 James K. Scholl,District 3 �f « Holly Merrill Raschein,District 5 Regular Meeting April 15, 2026 Agenda Item Number: C17 26-0776 BULK ITEM: Yes DEPARTMENT: Project Management TIME APPROXIMATE: N/A STAFF CONTACT: Suzi Rubio AGENDA ITEM WORDING: Report of monthly change orders for the month of March 2026, reviewed by the County Administrator/Assistant County Administrator. ITEM BACKGROUND: There were four (4) change orders considered and approved by the County Administrator/Assistant Administrator for the period beginning 03/01/2026 and ending 03/31/2026 for a total of($52,963.58). There were no change order requests denied. PREVIOUS RELEVANT BOCC ACTION: On September 9, 1998, Ordinance No 027-1998 was adopted in order to provide that the County Administrator may approve separate, non-cumulative change orders for construction projects and professional service contracts in amounts not to exceed $50,000 (as amended per Ordinance No. 024- 2015), or 5% of the original contract price, whichever is greater. On April 19, 2023, Ordinance 005-2023 was adopted in order to provide that the County Administrator may approve separate,non-cumulative change orders for construction projects and professional service contracts in amounts not to exceed $100,000 or 5% of the original contract price, whichever is greater. The BOCC requested a monthly report of all change orders considered by the County Administrator. INSURANCE REQUIRED: No CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATION: N/A DOCUMENTATION: FINANCIAL IMPACT: N/A 17. Report of monthly change orders forte month of March , reviewed by the County Administrator/Assistant ou ty Administrator. h�o a� 6 o :3 E M ai o E � V N V r 4�-+ a.., ro Q o 0 .0 �, 0O ra N � 4-J > N O ra O Q : cn N E o > E v N w � U � our •�-C E ru N 70 O ra`~ N � U 0 c •a) - O p to 0_1 (v C ru ra D � � 0) p a--+ O M Ul � V V -p Q1 :3 c 7 U a-+ �fo p u p OV) O ° O � 'ouc: O -p u ++ � -a a� � � o � � rou a� Q 0)0) 0 a) •� E � ate-+ N N N N •D:Lj C: -C N ram > CD- O C (n� O_0 Q 00 O U- M V U ra I.r. W 0 V W � F�1 0 W W N LL N N N 0 O O aaN 00 00 � a- (' (/� N Z M M Z : O O CD O O . O a O _0 qn \ V ~ co M O i O ra n V M > W O Z — O — a1 H O � ( •c a� �„l Z o� O I d 0 p cC ra 0- Z Q \ V 'C L o L c .. a� q: ()-a V M Q � p L- � p ra Z � v Z, ro �, Ul) V C: ra L -aV O 17L ra V . H V 0 o L V� = O Z M �OW N M O LiZOe = o Oo �O N 00 Ma " --I 00V O : T Q °° N � N W Q � LA Ol Z 0 O cecd W O () W O �o 00 W H V O � pe Z — c� Z O 6 V ce c� o � U O O i--i i--i V V J V 01 pj =3 M C t= 4 1 4, O O •> � C ro ppC tl U U O Z � � ra � U) L V w L w LL 06 O iL O ra 4 O O V + -0 N w �. M .F U N a O N O .O O •r-, i--i N O •r-► , L L ,ra ate-+ Fil O tl p ra En tl -O Cn 'ra ru L J ra M ra MONROE COUNTY ENGINEERING/ FACILITIES AND ]PROJECT A4ANAGEMENT CONTRACT CHANGE ORDER PROJECT TITLE: Key Largo Library Roofing Project CHANGE ORDER NO: 01 INITIATION DATE: 03/05/2026 CONTRACT DATE: 11/12/2025 TO CONTRACTOR: Keys Roofing, I n c The Contract is changed as follows: The original (Contract Sum) (Guaranteed Maximum Price)..................................... $1331500.00 Net change by previously authorized Change Orders.................................................... $ 0 The (Contract Sum) (Guaranteed Maximum Price) prior to this Change order was....... $133,500.00 The (Contract Sum) (Guaranteed Maximum Price)will be (increased) (decreased) (unchanged) by this Change Order................... $18,320.27 The new (Contract Sum)_(Guaranteed Maximum Price) including this Change Order is. $151,820.27 The Contract Time will be (increased) (decreased) (unchanged) by........................... 30 days The date of Substantial Completion as of the date of this Change Order is ................. 03/05/2026 Detailed description of change order and justification: Scope of the project included design and permitting. Permitting approvals took longer than anticipated, extending the project an additional 25 days. Installation of the TPO (Thermoplastic Polyolefin roofing) over the parapet wall revealed a large amount of wood rot on the facia. Additionally, there is gutter damage requiring gutter replacement. While removing the hatch for replacement, it was found to have been installed incorrectly. The curb was installed under the pan and had to be cut away in order to install the new hatch correctly. This added an additional five (5) days to the project. The previous Substantial Completion date was 0210312026. Change order is 13.7% of original contract price. Not valid until signed by Owner, Architect(if applicable), and Contractor ARCHITECT: N/A Date CONTRACTOR: <!7aky� CNI/M/2026 K s Roofing Inc. Date Willie DeSantis Digitally signed by Willie DeSantis DEPARTMENT DIRECTOR: Date:2026.03.06 12:59:56-05'00' William DeSantis Date Facilities Management Director Christine Hurley Digitally signed by Christine Hurley COUNTY ADMINISTRATOR: Date:2026.03.12 18:11:48-04'00' Christine Hurley Date Change Order Attachment per Ordinance No. 005-2023 • Change Order was not included in the original contract specifications. Yes E No ❑ If Yes, explanation: Scope of the project included design and permitting. Permitting approvals took longer than anticipated, extending the project an additional 25 days. Installation of the TPO (Thermoplastic Polyolefin roofing) over the parapet wall revealed a large amount of wood rot on the facia. Additionally, there is gutter damage requiring gutter replacement. While removing the hatch for replacement, if was found to have been installed incorrectly. The curb was installed under the pan and had to be cut away in order to install the new hatch correctly. This added an additional five (5) days to the project. The previous Substantial Completion date was 02/03/2026. • Change Order was included in the original specifications. Yes ❑ No M If Yes, explanation of increase in price: • Change Order exceeds$100,000 or 5%of contract price (whichever is greater). Yes ❑ No E If Yes, explanation as to why it is not subject for a calling for bids: • Project architect approves the change order. Yes ❑ No ❑ If no, explanation of why: N/A • Change Order is correcting an error or omission in design document. Yes ❑No M Should a claim under the applicable professional liability policy be made? Yes ❑ No � Explain: Keys !Roofii�vIig, 1�lricffli (7ct [ B ., �' IIr' .. ��3 � .. Date Estimate# C.O.# .. .. 305-451-. 68 State Lic - 3/4/2026 42530 42843 County of Monroe Job Address Phone 305-453-8788 1100 Simonton St Ste 205 Key Largo Public Library KeyWest FL 33040 101485 Overseas Hwy Key Largo, FL 3303 r 7 a Rep Mike Fax E-mail Rubio-Suzanne@MonroeCounty-FL.gov Description Amount CHANGE ORDER TO CONTRACT#42530 - NEW GUTTERS & DOWNSPOUT SYSTEM 12,850.00 1. Fabricate & Install new 7" Square Box Style Seamless, 0.032 White Aluminum, Commercial Gutters: 240' Linear Feet * Gutters will be attached to the wood fascia installed with hidden aluminum hangers every 2' apart. 2. Fabricate & Install new 5"x5'5 0.032 White Aluminum, Commercial Downspouts: 200' Linear Feet. * Downspouts will be anchor to the wall with 2" strap and concrete tapcons. **All joints will be sealed with premium caulking. **Woodwork or additional repairs, if necessary, will be charged at: $65.00/hour/man + materials PLEASE SIGN AND REMIT DEPOSIT AMOUNT BELOW TO PROCEED: Payments to be made as follows: Signing Deposit (50% of contract) $6,425.00 upon signing of contract Final balance (50% of contract) $6,425.00 due upon completion * PLEASE SIGN AND RETURN TO PROCEED: ys Roofing Inc. Signature: Customer Signature: 3/4/2026 Date Date Escalation Clause: Keys Roofing, Inc. reserves the right to adjust pricing in accordance with the supply and demand of the market at any time affecting pricing in both lumber and manufacturing of all materials necessary to proceed. Estimate price may need to be revised based on the time of sign up. * PRICE IS GOOD FOR 15 DAYS FROM DATE OF CONTRACT * Current Total $12,850.00 office@keysroofinginc.com - 1 - Cust. Initials Keys !Roofii�vIig, 1�lricffli (7ct [ B ., �' III' .. ��3 � .. Date Estimate# C.O.# .. .. 305-451-. 68 State Lic. # - 3/4/2026 42530 42842 County of Monroe Job Address Phone 305-453-8788 1100 Simonton St Ste 205 Key Largo Public Library KeyWest FL 33040 101485 Overseas Hwy Key Largo, FL 3303 r 7 a Rep Mike Fax E-mail Rubio-Suzanne@MonroeCounty-FL.gov Description Amount DECK REPAIR- EXISTING VENT 53470.27 LABOR: One (1) Man - One (1) Hour MATERIALS: Hydraulic Cement DECK REPAIR- HATCH REMOVAL LABOR: One (1) Man - Eight (8) Hours MATERIALS: (4) 501b fast set concrete mix, (2) 501b fast set concrete mix, (3) 3/16x4" rebar bit REMOVE GUTTERS & INSTALL 1 X10 & 1 X2 PT FASCIA (NO FASCIA EXISTING) LABOR: Two (2) Men - Ten (10) Hours MATERIALS: (1) Yellawood 10x3.5", Tub chalk, (35) 1 x10x8 PT, (24) 1 x2x8 PT WOOD FASCIA LABOR: Two (2) Men - Eight (8) Hours MATERIALS: (1) Yellawood 9x2.5"felt Chalk, (12) 1 x2x8 PT firing strip, paint primer PAINT LABOR: Two (2) Men - Three (3) Hours MATERIALS: (2) gallon cover stain primer, (2) gallon element guard -white PAINT LABOR: Two (2) Men - Three (3) Hours Keys Roofing Inc. Signature: 3/4/2026 Date Current Total $55470.27 office@keysroofinginc.com - 1 - Cust. Initials i i 1 MONROE COUNTY/ENGiNEinuNG/ PRojEcir MANAGiEmENT CoNTRAcr CHANGE ORDER PROJECT TITLE.-Key Fargo III Roadway and Drainage Project CHANGE ORDER NO: 6 INITIATION DATE,* .28.25 CONTRACTOR,- H&R Paving, Inc. CONTRACT DATE: 6.16.24 The Contract is charged as t"olloi The original Contract sure..................*** .."- .�.......,........,-. *. -. .'. *........-". -*.. $ 59 Net change b previously authori�zed charge orders...........................�........�M..��..ti�........,..,..m........$143,514.5 : The Contract sum phor to this charge order eras....�.,.�.�.....................��..�.. ,..„. ,........,............ The Contras,suer is decreased by this change order 6....................................., a,................., ...$121�,26 .31 The Revised Contract sum including this charge order........................,......a...........................$2fi , 26. The project commencement was July 7, 2024. After final Inspections, substantial completion was achieved or t ieceml er 8,2025.The Pay Item Summary for Underrun and Overrun Quantities of Change Order#6 are below* Pay Item Number Description ion ni Underru n Q y Unit Price Amount 1 4-1 _3 Sediment Barrier LF 1 x058 $4.3 1 $4,559.9 104-18 Inlet Protection EA 3 266. 024 -0 120-6 Embankment Cy 125­1 Excavation for Structures CY 208 $34. $710!72.00 286-1.1 Jurn-Out G ravet Driveway)r) 1 1979 $9i.00 $17,.8111.00 26 1. T Burn but Concrete Driveway) 286-1.3 Turn-Out(A, halt Driveway) 9 $4 . $3p6 . O 425 5 Adjust Mar to EA 13 $120!0.00 $21600.00 42 56 Adj a st Via t' a Box EA 1 9w $200.00 43 -7 -4 French Dra�in 24" .wi= 11 $35 .96 $3,19 8.516 526-1-12 Pavers Arch.Driveway SY 382 $120,.00 : 45,84 . 530-74 57 1-2 Perfoirman,c, e'Turf SY (y $12.00 p 7 -1-11 Sign Post P&I AS 1 $400.00 ,00 711-11-16 Therm white Arrow EA 2 $15 . $300.00 711-15 1 1 Thermo,White.Solid 6" GM 1 0.59 $613 00-00 $3.,761.10 Non Bid Item 07 serer baclii t S1•-4 LS 0.36959 $7, 92.55 $208801.05 Non Bid Item 6611 r Totat err; n Sum m Pay Item Number Rescription _ Unit Overrun Qty Unlit "rice Amount 334-1_1 Su ar arre TL_A SP91.5 TN 1,23 $1 . w $221140. -1-�50 Single Post SIgn(Relocate) S 1 200.001 $�200.00 7 -1-6 Sin to Post sign(Remove) AS 3 $3 0. 7 6-3 Petro-reflectirre Pavr t Marker EA 189 $5.0,0, $945.00 11-16 2 1 Thermo Yellow Sotid 6" GIB 0.033 $6,300.001 $207.90 711 1 231 Thermo YellowSlip 6" G 59 �, 0. 1,19 .+ 711-1 1 Thermo Removal. LP 629 $10*00 $6,290.00 l Non Bid ItemOverbuild Asphalt S 9.5 TN Total $ 5t917o , Grand Total Chan Order#6 1 This final reconciliation charge order 6 includes additional asphalt deduction allowed per specification due charges dine under and� errtr��a Tarr quantities and ue to minimum ride quality requirements.The final reconciliation change order is a net deduction of 121,2 .31 . Contractor agrees tO accept the decrease in monetary compensation and hereby waives claims,for any additional compensation related to these bid items. we�and releases any and all `ibis Charge Order is -%5.9 of the original contract price. Not valid until signed by Contractor, County -acknowledged by FDOT. w w CONTRACTOR at Judith S.Clarke, Digitally signed by JudithS. Clarke,P.E. ENGINEERING ING SERVICES DIRECTOR11esEe - Date:2026.03.0409:19:09-05'00' Date Christine Digitally signed by Christine Hurley COUNTY ADMINISTRATOR Hurley Date:08:29102. 00'8 Oahe (Acknowledged y FLORIDA DEPARTMENT OF TRANSPORTATION Date MONROE COUNTY ATTORNEY APPROVED AS TO FORM SR ASSISTANT COUNTY ATTORNEY DM KISINGER CAMPO ,fir rr ASSOC j,� �1pann� �rinmi� �ioyi»„� ll��»ri�,�, Jyy mmui n�r�, iiiu�»>r etc�rii, �l ,,��,//11I�1�1 /i�. ""' �l� ��..�lJ( �// ���9nipnAia�4{rJ1I. ' f' l)a Jl,,, iiai rioi, lromilU ((( �rrr� I �Illlnmmr,, �ivirrrl�r'J r/ �iiNi�� ,nf1M!�� 4�/ioI//�� IIII l�l lf,. December 18, 2025 Monroe County Engineering Department Judith Clarke, P.E. Chief Engineer 110 Simonton Street Key West, FL 33040 Project Name: KEY LARGO III—ROADWAY AND DRAINAGE IMPROVEMENTS PROJECT Project No.: FM No.:451622-1-52-02 Contract No.: G2T05 Subject: Project Overruns and Underruns Pay Item Quantity Reconciliation The Total Contract Amount Summary reflecting the Change Order#6 and previous Change Orders is below: Original Contract Sum $210569580.59 Net Change by Previously Authorized Change Orders $ 143.514.50 The Contract Sum Prior to this Change Order $2,200,095.09 The Contract Sum is DECREASED by this Change Order#6 <$ 121,268.31> The Revised Contract Sum including this Change Order $29078,826.78 The contract time was increased by 177 calendar days due to weather delays, holiday schedules and changes in the scope of work for the project. Original Contract Time: 365 Calendar Days Increase to Contract Time: 177 Calendar Days Total Contract Time: 542 Calendar Days The detailed descriptions of the Project Pay Item Quantity UNDERRUNS is summarized below: PAY ITEM 104-1-3 SEDIMENT BARRIER-LF Based on the contractor and inspector's field measurements.This resulted in an underrun of 1,0581-F. PAY ITEM 104-18 INLET PROTECTION-EA This pay item was not utilized on the project and resulted in an underrun of 31 EA. PAY ITE M 120-6 E M BAN KM E NT-CY Based on the truck tickets from loads received,this resulted in an underrun of 698CY. PAY ITEM 125-1 EXCAVATION FOR STRUCTURES-CY Based on the deletion of 10 drainage structures,this resulted in an underrun of 208CY PAY ITEM 286-1.1 TURN OUT CONSTRUCTION (GRAVEL)-SY Based on the contractor and inspector's field measurements,this resulted in an underrun of 1,979SY. PAY ITEM 286-1.2 TURN OUT CONSTRUCTION(CONCRETE)-SY This pay item was not utilized on the project PAY ITEM 286-1.3 TURN OUT CONSTRUCTION (ASPHALT)-SY This pay item was not utilized on the project and resulted in an underrun of 90SY. PAY ITEM 425-5 ADJUST MANHOLE-EA This pay item was not utilized on the project and resulted in an underrun of 13EA. KISINGER CAMPO ,fir rr ASSOC j,� �1pann� �rinmi� �ioyi»„� ll��»ri�,�, Jyy mmui n�r�, iiiu�»>r etc�rii, �l ,,��,//11I�1�1 /i�. ""' �l� ��..�lJ( �// ���9nipnAia�4{rJ1I. ' f' l)a Jl,,, iiai rioi, lromilU ((( �rrr� I �Illlnmmr,, �ivirrrl�r'J r/ �iiNi�� ,nf1M!�� 4�/ioI//�� IIII l�l lf,. PAY ITEM 425-6 ADJ U ST VALVE BOX- EA Based on the contractor and inspector's field work,this resulted in an underrun of 19EA PAY ITEM 430-174-124 PIPE CULVERT ROUND 24"- LF Based on the deletion of 10 structures, this resulted in an underrun of 4LF. PAY ITEM 430-70-4 FRENCH DRAIN 24"- LF Based on the deletion of 10 structures, this resulted in an underrun of 11 LF. PAY ITEM 526-1-12 PAVERS ARCHETECTURAL DRIVEWAY-SY Based on the contractor and inspector's field measurements,this resulted in an underrun of 382SY. PAY ITEM 530-74 BEDDING STONE-TN Based on the contractor's submitted delivery tickets,this resulted in an underrun of 26CY. PAY ITEM 570-1-2 PERFORMANCE TURF-SY Based on the contractor and inspector's field measurements,this resulted in an underrun of 876SY. PAY ITEM 700-1-11 SIGN POST(F&I)-AS Due to the deletion of the bike lanes on First Street per specification,this resulted in an underrun of 1AS. PAY ITEM 711-11-160 THERMOPLASTIC WHITE MESSAGE-EA Due to the deletion of the bike lanes on First Street per specification,this resulted in an underrun of 6EA. PAY ITEM 711-11-160A THERMOPLASTIC WHITE ARROW-EA Due to the deletion of the bike lanes on First Street per specification,this resulted in an underrun of 2EA. PAY ITEM 711-15-101 THERMOPLASTIC WHITE SOLID 6"-GM Due to the deletion of the bike lanes on First Street per specification,this resulted in an underrun of 0.597GM. PAY ITEM NON-BID ITEM 6611 GRATES-EA(CHANGE ORDER#4) Due to the deletion of 3 French Drain inlets,this resulted in an underrun of 3EA. The detailed descriptions of the Project Pay Item Quantity OVERRUNS is summarized below: PAY ITEM 334-1-1 SUPERPAVE TL A SP9.5-TN Based on the contractor's delivery tickets received and the specification for allowable overruns,this resulted in an overrun of 123TN. PAY ITEM 700-1-50 SINGLE SIGN POST(RELOCATE)-AS Due to the deletion of the bike lanes on First Street, an additional relocation of a sign was required and resulted in an overrun of 1AS. PAY ITEM 700-1-60 SINGLE SIGN POST(REMOVE)-AS Due to the deletion of the bike lanes on First Street, additional removal of signs was required and resulted in an overrun of 3AS. PAY ITEM 706-3 RAISED PAVEMENT MARKERS-EA Based on the Contractor and Inspector's field count,this resulted in an overrun of 189EA PAY ITEM 711-16-201 THERMOPLASTIC YELLOW SOLID 6" -GM Based on the contractor's certified quantities,this resulted in an overrun of 0.033GM. PAY ITEM 711-16-231 THERMOPLASTIC YELLOW SKIP 6"-GM Based on the contractor's certified quantities,this resulted in an overrun of 0.598GM. PAY ITEM 711-17-1 STRIPING REMOVAL- LF Based on the contractor and inspector's field measurement,this resulted in an overrun of 629LF. PAY ITEM NON-BID ITEM OVERBUILD ASPHALT-TN (CHANGE ORDER 3) Based on the contractor's delivery tickets received,this resulted in an overrun of 46TN. KISINGER CAMPO ,fir rr ASSOC j,� �1pann� �rinmi� �ioyi»„� ll��»ri�,�, Jyy mmui n�r�, iiiu�»>r etc�rii, �l ,,��,//11I�1�1 /i�. ""' �l� ��..�lJ( �// ���9nipnAia�4{rJ1I. ' f' l)a Jl,,, iiai rioi, lromilU ((( �rrr� I �Illlnmmr,, �ivirrrl�r'J r/ �iiNi�� ,nf1M!�� 4�/ioI//�� IIII l�l lf,. The final reconciliation of actual quantities installed resulted in the following Pay Item Overruns and Underruns for this contract: Underrun Summary: Pay Item Number Description Unit Underrun Qty Unit Price Amount 104-10-3 Sediment Barrier LF 11058 $4.31 $4,559.98 104-18 Inlet Protection EA 31 $266.00 $89246.00 120-6 Embankment CY 698 $48.00 $33,504.00 125-1 Excavation for Structures CY 208 $34.00 $7,072.00 286-1.1 Turn-Out(Gravel Driveway) SY 11979 $9.00 $17,811.00 268-1.2 Turn-Out(Concrete Driveway) SY 260 $50.00 $13,000.00 286-1.3 Turn-Out(Asphalt Driveway) SY 90 $40.00 $3,600.00 425-5 Adjust Manhole EA 13 $200.00 $22600.00 425-6 Ad j u st Va lve Box EA 19 $200.00 $39 800.00 430-174-124 Pipe Culvert Round 24" LF 4 $308.36 $19233.44 430-70-4 French Drain 24" LF 11 $358.96 $3,948.56 526-1-12 Pavers Arch. Driveway SY 382 $120.00 $45,840.00 530-74 Bedding Stone(No 57) CY 26 $38.00 $988.00 570-1-2 Performance Turf SY 876 $12.00 $10,512.00 700-1-11 Sign Post(F&I) AS 1 $400.00 $400.00 711-11-160 Thermo White Message EA 6 $250.00 $1,500.00 711-11-160A Thermo White Arrow EA 2 $150.00 $300.00 711-15-101 Thermo White Solid 6" GM 0.597 $6,300.00 $3,761.10 Non Bid Item RCO 07 sewer backf ill S1-4 LS 0.36959 $7,792.55 $29880.05 Non Bid Item 6611 Grates(Gals) EA 3 $543.22 $1,629.66 Total <$1679185.79> Overrun Summary. Pay Item Number Description Unit Overrun Qty Unit Price Amount 334-1-1 Su perpave TL A(SP9.5) TN 123 $180.00 $22,140.00 700-1-50 Single Post Sign (Relocate) AS 1 $200.00 $200.00 700-1-60 Single Post sign(Remove) AS 3 $100.00 $300.00 706-3 Retro-reflective Pav't Marker EA 189 $5.00 $945.00 711-16-201 Thermo Yellow Solid 6" GM 0.033 $6,300.00 $207.90 711-16-231 Thermo Yellow Skip 6" GM 0.598 $29000.00 $1,196.00 711-17-1 Thermo Removal LF 629 $10.00 $69290.00 Non Bid Item Overbuild Asphalt(SP9.5) TN 46 $318.23 $14,638.58 Tota l $459917.48 Grand Total Change Order#6 <$121, .31> If you have any questions or need clarification of the above Pay Item Quantity Summaries, please call Doug Wilson at(239)707-5737. Sincerely, KISI NGE R CAM PO&ASSOCIATES Doug Wilson Project Administrator KISINGER CAMPO G1�%' /1j�, ��10i Vi`l',!r r,, ,,��piyi��� !!I(ilcfr��ri� y/ uriiui Hill, liiau�rx u�rrt rorr. "Jf ��f IJBu! 91u ///// ll Jl ,xPP�u Jmf' ��rr/rr( nv, /irrrniilUi /llll/l�llllllllll/lll��� VI � rriiui� � �� I( �Pu���, i� �i,, �rnil/1� rnii� �IlfgiUlr�� /iiio011J" �. !I!! �)k, 1. I l imm�u�u �i(iii¢ir CC: Tyler Jackson, Monroe County Project Manager Ken Spillett, PE Senior Project Engineer Nestor Barrea, FDOT Final Estimates Lazaro Mesa, FDOT Final Estimates 201 North r=r rfl 8H a StreEt,Suite 400 1 Tampa,Florida33602 1 I:y4 F ;,l 813 871_, . 31 ;;, 813871-5 135 Docusign Envelope ID:A260A285-E6A7-85F4-827D-D91 DB604FDD6 MONROE COUNTY/ENGINEERING/PROTECT MANAGEMENT CONTRACT CHANGE ORDER PROJECT TITLE: Twin Lakes Flood Mitigation Project CHANGE ORDER NO: 8 INITIATION DATE: 2/24/26 TO CONTRACTOR: Ferreira Construction Co. Inc. CONTRACT DATE: 5/15124 The Contract is revised as follows: Total original combined Monroe County and FKAA contract $211734,258.71 Previously authorized Change Order 1 MC items increase to contract $171500.00 Previously authorized Change Order 2 FKAA deduction to contract $17359,605.00 Previously authorized Change Order 3 Monroe County increase to contract $59,818.12 Previously authorized Change Order 4 clerical error correction from CO3 No chan e Previously authorized Change Order 5 Monroe County increase to contract $33,222.88 Previously authorized Change Order 6 Monroe County increase to contract $33,931.38 Previously authorized Change Order 7 Monroe County increase to contract $49,517.00 Revised Contract Sum through Change Order 7 $20722743.09 This Change Order 8 FKAA revisions result in increase to contract. $40,138.46 Revised Total Contract amount(includes Monroe County and FKAA$1,506,833.46 $2097629881.05 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 8 includes the following- 1. All labor, equipment, materials, and incidental costs associated with FKAA's design revisions, listed below that entail the modification of the connection detail at the transition between stainless steel pipe and PVC. The current approved plans indicate coupled transitions. However, based on field coordination and review of the Contractor's approved submittal, a flanged transition with a restrained spool piece is recommended in lieu of the coupled configuration to maintain constructability and consistency across the remaining watermain offset conflict locations, stations 17+59, 21+46, 26+00) 26+601 28+85, and 31+50. The offset is comprised of 2 EA at each location. 2. FKAA revised sheet no. D-3, dated 12/15/2025 and prepared by Justin C. Dacey, P.E., is incorporated into and made part of the Contract. 3. FKAA new sheet no. D-6, dated 12/15/2025 and prepared by Justin C. Dacey, P.E., is incorporated into and made part of the Contract. 4. Technical Specifications, Florida Keys Aqueduct Authority, Twin Lakes Distribution System Upgrade, FKAA Project#2375-22 revised pages Section 2211131 to 2211136 and revised pages Section 40_05_23.01_1 to 40_05_23.01_9 are incorporated into and made part of the Contract. 5. FKAA Contract bid prior to this Change Order was $1,466,695.00 and this Change Order increases the FKAA contract amount to $1,506,833.46. This Change Order No. 8 is a net increase of $40,138.46 and represents 0.185 % 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 of Record - FOR (WSP USA, Inc) and the Construction Engineering and Inspection Services- CEI (HDR Construction Control Corp.) concur with this change order. The $40,138.46 Change Order No. 8 amount will be reimbursed to Monroe County by Florida Keys Aqueduct Authority in accordance with the interlocal agreement between Monroe County and FKAA dated 1/18/2023. .urmiuiµ''VlvUi 'n�4m:Wvrl�lli, Docusign Envelope ID:A260A285-E6A7-85F4-827D-D91 D6604FDD6 �yNNx UI Tb �y�H� �a 01 k� xxmv"anrrrrrrrrrrrrrrrr�.�mmw,w wire .i IMh" x(N '� �� W��N '�� 0 ryM ble' and Contractor wYYI III I.fffff ,,,,,pq �N RMM�Y�IIIP"IIIIIIII14ww.w .....!IIIIIIIIIIIwW 0 I�www�W� li I�v� 12 le Nl�wlwxa�rwww�ww I �r W� ���" ri pll I � � �Y �www...w:�w rrrrrr m °f'm 6 'Wf II, �µ,�' �' rM,Iwiw;w.mgrxW�}WN� mrwwwwuww�wwwnvv IYVYfim�rmmmmmmmm wrwwwwvwwwww,w uurwwwrvwrvwwmmmmw.waw'wmmm mmmmmmnmrnmmm�em� ... �wwWk9kM4... mmmmrFmmmmmmmmmmmm r wwwlq d lw i. CONTRACTOR W Date ud ith.S.Clarke,P.E,Digitally signed by Judith S.Clarke,P.E. Date:2026.03.10 14:26:29-04'00' ENGINEERING SERVfd"E""S —, .0....o Christine Digitally signed by Christine Date Hurley COUNTY ADMINISTRATOR Hurley a 0:2026.03.18 08:30:02 Date Approval by: ❑ocusigned by: FKAA not applicable aw_ , ReAW6& 3/9/2026 David gDF2ED748245453... �......-� m_�.� mmmmmmmmmmw��� �������� �,���,��r��;wr��;��x. v,i, 'f ivrDate MONROE COUNTY ATTORNEY APPROVED AS TO FOR ` c,i4 s p ry` .' 1STIN L gi ASSISTANT COUNTY ATTORNEY T Docusign Envelope ID:A260A285-E6A7-85F4-827D-D91 DB604FDD6 Change Order Attachment per Ordinance No. 004-1999 • Change Order was not included in the original contract specifications. Yes E No ❑ If yes, explanation: On December 15, 2025, FKAA issued a field change bulletin proposing a design revision to the Twin Lakes Distribution System, which modified the connection detail at the transition between stainless steel pipe and PVC. The current approved plans indicate coupled transitions. However, based on field coordination and review of the Contractor's approved submittal, a flanged transition with a restrained spool piece is recommended in lieu of the coupled configuration to maintain constructability and consistency across the remaining watermain offset conflict locations, stations 17+59, 21+46, 26+001 26+601 28+85, and 31+50. The offset is comprised of 2 EA at each location. The changes also include adding a specification for field welding, insulating gasket kit requirements, and field-applied petrolatum wax tape coating requirements for flanged assemblies. **Create New FKAA Bid item No. 29A, Revision 1 - 8-inch Stainless Steel Flanged Connection: 12 EA quantity at $31 344.87/EA= $401138.46 • Change Order was included in the original specifications. Yes ❑ No If yes, explanation of increase in price: N/A • 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: This Change Order is a net increase of 40,138.46 and represents 0.185 % increase (less than 1%) to the original contract price. • Project engineer/architect approves the change order. Yes ® No ❑ If No, explanation of why: N/A • 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: N/A Docusign Envelope ID:A260A285-E6A7-85F4-827D-D91 DB604FDD6 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#12 Proposal Date:2/13/2026 Description: Replacement of WM Off-set Couplings per FKAA request with import weld neck.(2 weeks of lead time) LABOR. Description Net Hourly Hours No. Name(T&M Only) Class. WC Code Burden% Rate STD. OT. Amount Total 1 Welder Welder 82.64% $56.90 48.00 0.00 $4,988.261 $4,988.26 2 82.64% 0.00 0.00 $0.001 $0.00 Subtotal-Bare Labor: $4,988.26 $4,988.26 MATERIALS No. Description Quantity I Unit Price UOM Amount 1 Flanged restrained Coupling 12.00 $3,953.93 EA $471447.20 2 Credit for SS Step Flex Compression Coupling 12.00 -$1,293.03 EA -$159516.36 3 $0.00 Subtotal Materials: $311930.84 Sales Tax%: Subtotal Materials: $319930.84 EQUIPMENT Description Rates(Blue Book) Hours Rental per. Amount No. Make/Model (Mo./176) Cost/Hr. Oper. Standby 1 Welding truck $27.25 48.00 0.00 $1,308.00 2 0.00 0.00 $0.00 Subtotal Equipment: $19308.00 SUBCONTRACT No.I Description Quantity UOM Unit Price Amount F17- $0.00 Subtotal Subcontract: $0.00 CONTRACT UNIT ITEMS No.F Item Description Rate Quantity UOM Amount F17- $0.00 Total Contract Items: $0.00 INDIRECT COSTS, EXPENSES,AND PROFIT (1)Mark-up(10%)on the payments in Labor,Materials,Equipment,Subcontractor,and contract items: a) Total Labor $41988.26 b) Total Materials $31,930.84 c) Total Equipment $1,308.00 Subtotal Mark-Ups: $1,911.36 (ii) Subcontractor markup $0.00 (iii) Contract Items markup $0.00 Total Mark-Up Amount: $1,911.36 Extra Work Breakdown Summary: LABOR+BURDEN $4,988.26 MATERIALS $319930.84 EQUIPMENT $11308.00 SUBCONTRACT $0.00 CONTRACT ITEMS $0.00 MARKUP $1,911.36 TOTAL AMOUNT $40,138.46 Docusign Envelope ID:A260A285-E6A7-85F4-827D-D91 DB604FDD6 FEL-MIAMI WATERWORKS#1216 Deliver To: 0 �I F E U b'0 N 10810 S.W. 184TH ST. From: Harry Sosnoff WATERWORKS MIAMI,FL 33157-6737 harry.sosnoff@ferguson.com Comments: Phone: 786-573-7140 Fax:305-969-0361 11:58:36 JAN 14 2026 Page 1 of 2 FEL-POMPANO BEACH, FL WW#125 Price Quotation Phone: 786-573-7140 Fax: 305-969-0361 Bid No: B610040 Cust Phone: 305-805-6900 Bid Date: 12/17/25 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#: ANDRES Job Name: TWIN LAKES Item Description Quantity Net Price UM Total UTLITY CONFLICT TRANSITION ONLY SBR RUBBER AVAILABLE ON ALPHA COUPLINGS APPROXIMATE TWO WEEKS LEAD TIME SP-R26609101212 8 ALPHA REST COUP 8.60-9.10 316SS 12 1127.560 EA 1 :84.................. 13,530„72 �6���� ���S P-R268091012 8 ALPHA F LG REST COUP 8.60-9.10 316 °1 2 �������1 812.330 EA ���������� ����3���� �,�� .............. y ���47. DR18BPEX 8 C900 DR18 PVC EPDM GJ BLUE PIPE 40 30.210 FT 1208.40 PROVIDING PRICING AND LEAD TIMES FOR BOTH AIS AND IMPORT WELD NECK FLANGE APPROXIMATE 10-11 WEEKS LEAD TIME SP-FAB SPECIAL FABRICATION .............2918,26-0......................111111"EA 406,55.50............ 150#AI S 10-11 WEEKS TO SHIP APPROXIMATE ONE WEEK LEAD TIME SP-FAB SPECIAL FABRICATION 12 1235.420 EA 1°°�°29-5°°86°°°°°° 14, 25„04 8"316SS S/80 WELD NECK FLANGE 150#IMPORT 1 WEEK TO SHIP INSULATING KIT APPROXIMATE 2-3 WEEKS LEAD TIME HOW ARE WE DOING? WE WANT YOUR FEEDBACK! no f Scan the QR code or use the link below to r complete a survey about your bids: Di https://survey.medalIia.com/?bidsorder&fc=1216&on=74281 Docusign Envelope ID:A260A285-E6A7-85F4-827D-D91 DB604FDD6 u Page 2 of 2 OFERGU�ON FEL-POMPANO BEACH, FL WW#125 WATERWORKS S Price Quotation Fax: 305-969-0361 11:58:36 JAN 14 2026 Reference No: B610040 Item Description Quantity Net Price UM Total S P-AET4 PG 1 DWG 1 M Y08 8" 150#TYPE E T RO D U P G-10 GS KT KI 12 156.530 EA °°°°°°°°° °°1°°9 q..°4°2°°°°°°°°. 1,878 36 PART#ET4PG 1 DWG 1 MY08150 8"150#TYPE E TROJAN DUPLEX G-10 GASKET KIT EPDM SEAL HARDWARE FOR ISO KIT APPROXIMATE ONE WEEK LEAD TIME SP-PSHHCSNFNAIS 3/4X3-1/2A1S 316SS H/HEADSCREW&NUT 96 32.080 EA ..................3.502..:...96 ................. 3,079 68 POLYETHYLENE ENCASEMENT A70320VB3 20X440 VB3 WHITE POLYWRAP 3-8 DIP 1 427.900 RL 427.90 PSPWT210 2X100 10 MIL PIPE WRAP TAPE 2 8.140 EA 16.28 AN D RES 305-506-7028 Net Total: ............... 447" ,. 1 „3 ,. Tax: 61 4.8 1.................. ,„ 3 „ Freight: $0.00 4,,, 4 �.7 20 Total: 11918,36 1.6 1 y 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/WBEHVBE/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! O f 0 Scan the QR code or use the link below to r complete a survey about your bids: pi https://survey.medalIia.com/?bidsorder&fc=1216&on=74281 Docusign Envelope ID:A260A285-E6A7-85F4-827D-D91 DB604FDD6 Romano, David From: Justin Dacey <jdacey@fkaa.com> Sent: Monday, December 15, 2025 2:03 PM To: Romano, David Cc: Sabbag, Anthony A.; Keith McMahon; Marnie Walterson; David Hackworth; Montiel- Leonel; Carlson,James Subject: FKAA- Request for change bulletin for stainless pipe conflicts - Twin Lakes (Key Largo) Flood Mitigation Project, Monroe County, (Grant Nos. FDEM B0200 and FDEP 22SRP57) Attachments: Twin Lakes_WM Upgrade_2375-22_B3097_D3_2025-12-11.pdf,Twin Lakes_WM Upgrade_2375-22_B3097_D6_2025-12-11.pdf;40_05_23.01 Stainless Steel Pipe and Tubing 2025-12-11.pdf; 33_05_31.16 Polyvinyl Chloride Pressure Pipe 2025-12-11.pdf CAUTION:JEXTERNAL]This email originated from outside of the organization. Do not ch' k links or open attachments unless y©u recognize the sender and know the content is safe. Hi David, In accordance with the terms of the Construction Contract, FKAA respectfully requests the issuance of a Bulletin describing a proposed design revision so that the Contractor may prepare a formal Change Proposal for evaluation. These changes are described in the following enclosed documents: • Revised FKAA Sheet D3: Modify material transition from coupled connection to flanged connection. • New FKAA Sheet D6:Add new stainless-steel—to—PVC flanged transition detail, including restrained spool configuration. • Revised FKAA Section 33_05_31.16:Add requirements for restrained flange coupling adapters. • Revised FKAA Section 40 05 23.01: o Provide specification for field welding. o Add insulating gasket kit requirements. o Add field-applied petrolatum wax tape coating requirements for flanged assemblies. The intent of this revision is to modify the connection detail at the transition between stainless steel pipe and PVC. The approved plans currently indicate coupled transitions; however, based on field coordination and review of the Contractor's approved submittal, a flanged transition with a restrained spool piece is recommended in lieu of the coupled configuration to maintain constructability and consistency across the remaining conflict locations. Please advise if any additional technical information or supporting sketches are required to support preparation of the Bulletin. Thanks, Justin C. Dacey, P.E. Assistant Engineer Florida Keys Aqueduct Authority 1100 Kennedy Drive Key West, Florida 33040 Docusign Envelope ID:A260A285-E6A7-85F4-827D-D91 DB604FDD6 Thy ii ire-foirimatiloire cointall ire ed kn thils comimuinlicatiloire fir the ire it!is coin-filde ire tilall. 'it ii iiinteinded II II 'for use lby th itecillpileire, and otheirs aut1hoirlized 'to irecelive !It,. 'if you aire in th itecillpileint, you aire Ihe ire lby inotifiled that ainy dlisclosuire, colpylling, dilstirillbutiloire or 'talkiling actiloire ii ire irellatiloin of the contents f th ii iiinfoirimatiloin !i tirii cell Ip ire lhillbilted aired imay The unlawfull. Thils eimalill Ihas lbeein in in -for viliruses aind imallwaire, in imay Ihave lbeein automatilcalilly airchilved lby Milimecast, a II it ii n eimalill secuirlity in cylbeir firesillhe ire ce. Milimecast ii ire,egirates eimalill defenses wilth lbira ire d pirotectiloire, secuirlity ire in airs llinil ire g, welb secuirlity, complillaince aind the it esseintilall ca 1pa lbil 11 iitiles. IMilimecast Ih IIps pirotect lairge aind simaIIII oirga ire lizatilo ire s firs m imallilblous actilvilty, lhuimain eiriroir in tedhinollogy-falilluire, in -to Ilead the irnoveimein't,towaird lbuillidiling a imoire firesillheire, warld. fro filind out imoire, vilsill't our welbsilte. 2 U 9 M A 4n CF) D U) M iz CY) 04 4 0 0 0 2 Q w! O LU L L0 15 LLJ j- 0 0 Uj 110� U) LU LO o Cl) L) C)3: 0 LL 2) C/) T- LL LU C)CD LO o CI) co L) z U) C) Z 0 C)Z>M LL >C) 40" 40 z(D -.01 w a. I z Z LU 0 a-W C# Lo oo ii-- <z LLI Up CI) C) z C) ): w A.,.W,� -j 11-11-1 C6 ICO) LL 0- —1 C) LLJ zz 0 0 z> 0 U) 0 — w< U) z Z.J:z CN —'. -= w C) (D z Lu r-) LU LL w a_ co ob<Z w Uji z < 0 X U) w T—U) Z o W w 0 L: LL a_ -j W < ooz- cq <�U) U) < 14 *0— U) Q LU O'k*-(-) `I) Ob _j LL _j U) _j W 0-0 W LL w -i H: (D D><cif--) ,., z LL _j LL Z: z CO Itt < P 0 L) Z U) co < X 0 LL ol�U)F U) 11--z co 0 w uj 00 0 LL U) $0 Z< Z LL _j U) U)'i Lu 6-o uj 00 00 U)-j �, .% 0 -J LU LU U) z LL Q�U)11--W P:06 z <(.) l'e —Z (D 11-- /�, .. -Z U) CIO CO C/) ol� W C/5 w F- (D C/)U) ........... LLI L. 0 U) ILL LL LL 0 0 ............. wui > LL LU Z LL C'4 < 0 > 0 z 0 Lo �moJ ��2 I 1:w o>C) CN UJ ()0- (D 0 w 0 LL z z 2E x 00 W-J �2 1 W 0 o>co 00 U) 0 0 w 0 Cf) ................ 00 w 0 Z < U) ol� cb U) z ........... LL W w u ui 11-- LL W ,I-W —J 0 C) LL -j A U) ol�U) 't a- LL LL w z 0 LL (D LO 11-- -1 0_ LU LLj ;I-LL 00 0 U) ,t H: U) < U)z>C) -j U) = D Z =<0-LU LO 0 LLLL -i U) U)w 0 0 w w U) c) U) (f) (-)Lu 0 z c)w < SOD o -j U) z LLJ z C) Z z z(D w z>11-11-1 z < U)CDii--Lu >z obii-- I —1 11-- zCO<-jOD zz0in-= C) < < 0 < Lu00<—C) C/) Z Z U)z 0 w < z z LL_j_j -j C/)W U) > —j LL 0—W 00 00 z 02 < x C/) ob 00—E x U)0 0- C:) W 11-- LU 0_w LL LU x U) Of U)0 C)> C) LL LU C:) LU < z o < 11-- 11-- 0 :1z U) Q Xz <ZZz Ob Z U)U) > 0-W C) z U) 0 Z Z> LO U) c) w 0-11-- W ;I- > —j Z 0 w 0 0-W (C) w 00< C)I---w 0� C) z LL LL 0- w -U) LO o Z C)Z>0 -i a: (.9 Er_jzwoo-ii-- <z 0 X U) 1: 00<Z W U) w W U) <U)0 LU w C) LL 0- JWQ U) 0 w z I (_9 cl� -= z z�-0 X U) 0 LU Z LL OE C/)ii--u) -1 0 00 11-- U) <U)0 W w U) LL c) o cf) 0 W LO co i� 3:LL W -J Z LL Cif U)11--U) U) C/)< z I < z z C) co U) > EE 0 w _j LL LLJ 1-- < x U) LL z 0 z LU < F-- z 0 0 3 U) _j w LL LL < x Z OD LU Zoo E:>o U) LU 11--M(D 0- z 0 CL (CI) C/)—J W 0- LU LL C) U) (D cn LL 0 M C, 0 ........... LU —j ........... CN . 2� LL C�4 LL < < <6, C) LL F- LU 0 LU C-) z'$ z 0 w LU LU 0 r) in LO C) 0 0 co C) U)ui 2 w 0 LL C/)0- On w_j :1z a_ 0 00 o>C) -j 4 0't 0 11 2 w 0 LL LL z 0 LL z 2 x 00 W 2 11 U) F- I P: LLJ 0 C) o>CD LO 00 LL 112� U) 0 U)w (D 0 0 LU C)00 LU z 2 0 LU U)o- C) rIlL 00 z 3:LL U) LU u)r y 11 0 1 o (n Z - X LL < ol� 0 0 cr- < C6 CQ LL C) 0- CK>- (D e-, 0 0 LL w z x a:U) w %-w —j 0 0- U) U) z z - - I w < 11 11 af —j CC) z 02 CO It 0- -)ii-- U)F- L6 V- (D u W 0 z LL 't w LL W LU 00 LLJ U) -i w z U) (HOUR (0 0 O�U) z CO z> coL 0 < < w 0 LL C-) C) w =<0 LL 0 U) 0> U) > c)Lu 0 z w U) U)C)()I--- Qo w (D z z z z(D w Z>w < U) U)z> w (D' 1: <0-w z < 06 z z 0 U) z z Z: 00< C) U) z --2 U) (.5 Lu 0 z LLJ C) LU Cb Z z z(D w Z>W o JAW w - I —i LL OD zzoa-= < 0 0 Lu co< C) CO Ct)0 LLJ w Q) �: > —i—j —i U) w 0- -j LL Z U) o Cf)0 LLJ 0 W x C) U) W 0- 0 0 (D < Of U)0 z U) w z as C� F- w < O L) 0 r') '6 v o I o n W J 'mu rv4 d V Q T.N 0 0 T N V N � m v c m 3 � M �0)o o w Z mOf m o V �'c� N 'I w m Q LU \ 6 c O O I Z ^ t N 2 Z Z m N ^1�, U' U F C7 J N / W N J U Z r in w a. LU u N�.. to , 2g w m 0 CL W +w pC4D cur* ILL r {!' '�'a ,< a z O ..w " � 4 0 LLB co U) w : ". 0)4k "`,; H r_ +, ..' LU D W Y (WIC 00 Z Q LL QLL Q O D w z >- _ J z 0 W J � O W U J LU O LL 0 -i U) O Z C/) z � C) LLa W W J F- D z � � zw I W I I J J Cn �e I I m o° o W z z U� p U) O cn X Jw W ww wLuC.0 W z JZ UW= WQ LU CO JQ�I z �0 (Dw O C)< WUN zZ O � z�w LL zzM way �o a <a0 aCDZ p C) w0 J rn z z Lu Q Q W�W Ooo LU(n Ur H (n W= �(n � CO W H W J J W (A 0 J W z Q (A Q z z N� �� OO WZ O w a (n J OQ �J mW w z Q oz U (aj� zX w o W W W CO z Zw OO �Z Q az �o XQ Irf W z U W W ~J U� O LLQ WJ c LU M W U W OO 0co oN oN oCD N O J U J 2� z o m Z� J ~(Q Q j LU LU �_ � C� 9� � �Qw sM, �a J U) �� O~ Z: LU _ _ ❑ U ❑ v Uw0 Z� �z Q= 0o0 Dew zU) Q oo0w Qp OW c �z oNO o w z z0 � rn Qw WQ � U z Q U 00 >J O rl� 00 Q Cl) O W Z U o 00 af w W H J m zLU U) cUn W 00 x= Q-w O CV LU Z)U fn W z U) C1 � o �� W z N W W z LU O a J LL J LU a 0 LL N z WSW O Z Z J z } > Q Q O=Z m W H U B U) U) Q O 2 z 04 w F- L) 0 Docusign Envelope ID:A260A285-E6A7-85F4-827D-D91 DB604FDD6 SECTION 22_11_13 FACILITY WATER DISTRIBUTION PIPING PART 1 GENERAL 1.01 SUMMARY A. This section includes materials, installation, and testing of polyvinyl chloride pipe (PVC) conforming to AWWA C900. 1.02 REFERENCES A. Section 40_05_00.01 — Common Work Results for General Piping. B. American Association of State Highway and Transportation Official (AASHTO). 1. AASHTO T-180-82 The Moisture-Density Relation of Soils Using a 10-lb. (4.54 kg) Rammer and an 18-inch (457 mm) Drop. C. ANSI B 16.1. D. AWWA C104 (ANSI A21.4) Cement-Mortar Lining for Ductile-Iron and Gray Iron Pipe and Fittings for Water. E. AWWA C105 Polyethylene Encasement for Ductile-Iron Pipe Systems. F. AWWA C110 Gray-Iron and Ductile-Iron Fittings, 3-inch through 48-inch for Water and Other Liquids. G. AWWA C111 (ANSI A21.11) Rubber Gasket Joints for Ductile-Iron and Gray-Iron Pressure Pipe and Fittings. H. AWWA C150 (ANSI A21.50) Thickness Design of Ductile-Iron Pipe. I. AWWA C151 (ANSI A21.51) Ductile-Iron Pipe, Centrifugally Cast in Metal Molds or Sand Lined Molds for Water or Other Liquids. J. AWWA C219 Bolted Sleeve-Type Couplings for Plain-End Pipe. K. AWWA C600 Installation of Ductile Iron Water Mains and Appurtenances. L. AWWA C605 Installation of PVC Pressure Pipe & Fittings. M. AWWA C601 Standard for Disinfecting Water Mains. N. AWWA C900 Polyvinyl Chloride Pressure Pipe 4" through 12" O. AWWA C901 Polyethylene Pressure Pipe and Tubing for Water Service. P. ASTM D 1784, ASTM F 1674, ASTM A 536, ASTM F645, ASTM 01557. Project#2375-22 22_11_13-1 FACILITY WATER DISTRIBUTION PIPING Docusign Envelope ID:A260A285-E6A7-85F4-827D-D91 DB604FDD6 Q. U N I-B-13-94. 1.03 GENERAL A. The Contractor shall perform all excavation, backfilling, and related work required for the construction of these mains, in accordance with the provisions set forth under the applicable items of this Specification and of the General Conditions of the Contract. B. Where not otherwise set forth, all work shall be in accordance with AWWA (ANSI) C600. 1.04 SUBMITTALS A. Submit shop drawings in accordance with Section 01_33_00 — Submittal Procedures. B. Provide affidavit of compliance with AWWA C900. C. Submit fully dimensioned cross-section of the bell and barrel of the pipe. Show the bell maximum outside diameter in the pressurized area and its minimum wall thickness at the same location. D. Submit copies of the following manufacturer-required tests conducted on project pipe: 1. Quick-burst strength of pipe and couplings. 2. Flattening resistance of pipe. 3. Record of additional tests after test sample failure. E. Submit manufacturer's literature of gray iron and ductile-iron fittings including dimensions, thickness, weight, coating, lining, and a statement of inspection and compliance with the acceptance tests of AWWA C110 or C153. Submit copy of report of pressure tests for qualifying the designs of all sizes and types of AWWA C153 fittings that are being used in the project. The pressure test shall demonstrate that the minimum safety factor described in AWWA C153, Section 53-15 is met. F. Submit outline drawings and materials description of service connection saddles, corporation stops, and pipe plugs. G. Submit test results for the restrained joint system to be used certified by an independent test laboratory demonstrating compliance with these specifications for each size and pressure rating. H. Submit restrained joint system installation instructions. Include bolt torque limitations and assembly tolerances. Project#2375-22 22_11_13-2 FACILITY WATER DISTRIBUTION PIPING Docusign Envelope ID:A260A285-E6A7-85F4-827D-D91 DB604FDD6 PART 2 PRODUCTS 2.01 PIPE A. AWWA C900, rubber-ring gasket bell end or plain end with elastomeric gasket coupling, Class 150, cast iron equivalent outside diameter, material cell classification 12454-B per ASTM D 1784. 2.02 FITTINGS A. Fittings shall conform to AWWA C110 with a minimum pressure rating of 250 psi. Size bells specifically for outside diameter of cast-iron equivalent PVC pipe including rubber-ring retaining groove. B. Mechanical joint fittings conforming to AWWA C153 may be used in lieu of AWWA C110 fittings. 2.03 LINING AND COATING FOR FITTINGS A. Line and coat fittings with fusion-bonded epoxy. B. Coat buried fittings with bituminous coating. C. Polyethylene wrap: 1. The encasement of ductile iron fittings shall consist of low-density polyethylene wrap of at least 8-mil thickness conforming to AWWA C105. Color: Black 2.04 FLANGES AND FLANGE ADAPTERS A. General Requirements: 1. Furnish flange coupling adapters for PVC piping systems where shown on the drawings, sized to match the outside diameter of AWWA C900 piping. 2. Flange bolt-hole patterns shall conform to ASME B16.5, Class 150, and shall be compatible with mating equipment, valves, and specials. B. Restrained Flange Coupling Adapters 1. Flange coupling adapters shall be restrained-type and comply with AWWA C219. 2. Provide Romac RFCA-PVC flange coupling adapters or an approved equal. 3. Flange coupling adapters shall be furnished with a factory shop coat for corrosion protection during storage and handling. 4. The contractor shall apply a petrolatum tape wrap (Denso or equivalent) and molded mastic over flanges and bolt assemblies for buried applications. C. Gaskets: 1. Gaskets shall be EPDM rubber and: a. Full-face type for all flange connections unless otherwise noted. b. Sized to match flange dimensions and suitable for service conditions. D. Hardware for flanges: 1. Bolts, nuts, and washers for all flange connections shall be Type 304 stainless steel. Project#2375-22 22_11_13-3 FACILITY WATER DISTRIBUTION PIPING Docusign Envelope ID:A260A285-E6A7-85F4-827D-D91 DB604FDD6 2. All nuts and bolts shall be assembled with an anti-seize or thread lubricant approved for potable water service. E. Corrosion protection: 1. For buried flange connections, apply a petrolatum-based tape wrap system (e.g., Denso Wrap) with primer and molded mastic, covering: a. The flange face and flange exterior surfaces, b. All bolt heads, nuts, and exposed metal. 2. Extend wrap a minimum of 6 inches beyond the flange adapter to ensure complete encapsulation 2.05 RESTRAINED JOINTS A. Provide restrained joints where indicated in the drawings. Restrained joints shall be provided by restraining systems that incorporate a series of machined serrations on the inside diameter of a restraint ring to provide positive restraint. Restraining systems shall meet or exceed the requirements of UNI-B-13-94 and ASTM F 1674 and the following: B. Restraint devices for bell-and-spigot joints shall consist of a split restraint ring installed on the spigot, connected to a solid backup ring seated behind the bell. C. Restraint devices for connection to ductile-iron mechanical joints shall consist of a split restraint ring installed behind the ductile-iron fitting follower gland and gasket and shall retain the full deflection capability of the joint. All bell restraints and fitting restraints must include 316 SS nuts and bolts. D. The split restraint ring shall be machined to match the outside diameter of the pipe, provide full 360-1 degree support around the barrel of the pipe, and shall incorporate a series of machined serrations for gripping the outside surface of the pipe. The serrations shall be uniform and extend the full circumference of the clamp. The ring shall also incorporate a positive means of avoiding applying excessive clamping force to the pipe. E. Materials used in the restraint device shall be ductile iron conforming to ASTM A 536, Grade 60-42-112 or 65-45-12. F. T-bolts, studs, and connecting hardware shall be 316 Stainless Steel. G. Design restraining devices to have a 2:1 safety factor based on the design strength of the pipe. H. Restraining devices shall be EBAA Iron Series 1600. All bell restraints and fitting restraints must include 316 SS nuts and bolts. PART 3 EXECUTION 3.01 PRODUCT MARKING A. Legibly mark pipe at 5-foot intervals and each coupling to identify the nominal diameter, the outside diameter base, that is, cast-iron or steel pipe (IPS), the material code for pipe and couplings, the dimension ratio number, AWWA C900, Project#2375-22 22_11_13-4 FACILITY WATER DISTRIBUTION PIPING Docusign Envelope ID:A260A285-E6A7-85F4-827D-D91 DB604FDD6 and the seal of the testing agency that verified the suitability of the material for potable water service (NSF in the United States). 3.02 DELIVERY AND TEMPORARY STORAGE OF PIPE A. Ship, store, and place pipe at the installation site, supporting the pipe uniformly. Avoid scratching the pipe surface. Do not stack higher than 4 feet or with weight on bells. Cover to protect from sunlight. B. Do not install pipe that is gouged or scratched forming a clear depression. 3.03 PIPE LAYOUT FOR CURVED ALIGNMENT A. Pipe lengths may be bent for curved alignment but to no smaller radius curve than the following: 3.04 HANDLING PIPE A. Hoist pipe with mechanical equipment using a cloth belt sling or a continuous fiber rope that avoids scratching the pipe. Do not use a chain. Pipes up to 12 inches in diameter may be lowered by rolling on two ropes controlled by snubbing. Pipes up to 6 inches in diameter may be lifted by hand. 3.05 INSTALLING BURIED PIPING A. Install in accordance with AWWA C605, and as follows. B. When installing pipe in trenches, do not deviate more than 1 inch from line or 1/4 inch from grade. Measure for grade at the pipe invert. C. Compact trench backfill to the specified relative compaction. Do not float pipe. Do not use high impact hammer-type equipment except where the pipe manufacturer warrants in writing that such use will not damage the pipe. 3.06 ASSEMBLY OF PIPE JOINT A. The spigot and bell or bell coupling shall be dirt free and slide together without displacing the rubber ring. Lay the pipe section with the bell coupling facing the direction of laying. B. Insert the rubber ring into the groove in the bell in the trench just before joining the pipes. First clean the groove. Observe the correct direction of the shaped ring. Feel that the ring is completely seated. C. Lubricate the spigot over the taper and up to the full insertion mark with the lubricant supplied by the pipe manufacturer. If the lubricated pipe end touches dirt, clean the pipe end and reapply lubricant. D. Insert the spigot into the bell and force it slowly into position. E. Check that the rubber ring has not left the groove during assembly by passing a feeler gauge around the completed joint. Project#2375-22 22_11_13-5 FACILITY WATER DISTRIBUTION PIPING Docusign Envelope ID:A260A285-E6A7-85F4-827D-D91 DB604FDD6 3.07 WRAPPING FITTINGS AND RESTRAINED JOINT DEVICES A. Apply wrapping per AWWA C 105 as modified herein. B. Install the polyethylene to completely encase the pipe and fittings to provide a watertight corrosion barrier. 1. Continuously secure overlaps and ends of sheet and tube with polyethylene tape. 2. Make circumferential seams with two complete wraps, with no exposed edges. 3. Tape longitudinal seams and longitudinal overlaps, extending tape beyond and beneath circumferential seams. C. Wrap bell-spigot interfaces, restrained joint components, flanges, and other irregular surfaces with wax tape and moldable mastic as required. D. Prior to placing polyethylene encasement, complete the installation of all wax tape and moldable mastic. E. Minimize voids beneath polyethylene. 1. Place circumferential or spiral wraps of polyethylene tape at 2-foot intervals along the barrel of the pipe to minimize the space between the pipe and the polyethylene. F. Overlap adjoining polyethylene tube coatings a minimum of 1 foot and wrap prior to placing concrete anchors, collars, supports, or thrust blocks. 1. Hand wrap the polyethylene sheet, apply two complete wraps with no exposed edges to provide a watertight corrosion barrier, and secure in place with 2- inch-wide plastic adhesive tape. G. Contractor shall size the Polyethylene Sheet Encasement (wrap) to slide over the fittings and then wrap tight the ends. This may require up to 12 to 16-inch wrap for 8-inch fitting. H. Wrap buried cast-iron fittings and restrained joint devices in two (2) layers of polyethylene wrap in accordance with AWWA C105. I. Polyethylene encasement for ductile-iron fittings shall be supplied as a flat tube meeting the dimensions of Table 1 in AWWA C 105 and shall be supplied by the ductile-iron pipe manufacturer. J. Place sand backfill within 1 foot of the pipe, valves, and fittings wrapped with polyethylene encasement. 3.08 FIELD HYDROSTATIC TESTING A. Test pressures are shown in the Piping Schedule in the Specifications. Test in accordance with Section 40_05_00.09 — Piping Systems Testing. END OF SECTION Project#2375-22 22_11_13-6 FACILITY WATER DISTRIBUTION PIPING Docusign Envelope ID:A260A285-E6A7-85F4-827D-D91 DB604FDD6 SECTION 40_05_23.01 STAINLESS STEEL PIPE AND TUBING PART 1 GENERAL 1.01 SUMMARY A. Section includes: Stainless steel piping and tubing. 1.02 REFERENCES A. American Society of Mechanical Engineers (ASME): 1. B16.1 - Gray Iron Pipe Flanges and Flanged Fittings: Classes 25, 125, and 250. 2. B16.5 - Pipe Flanges and Flanged Fittings: NPS 1/2 through 24. 3. B16.11 - Forged Fittings, Socket-Welded and Threaded. 4. B31.3 - Process Piping. 5. B36.19 - Stainless Steel Pipe. B. American Welding Society (AWS): 1. D1.6 - Structural Welding Code - Stainless Steel. C. American Water Works Association (AWWA): 1. C208- Dimensions for Fabricated Steel Water Pipe Fittings. 2. C209- Tape Coatings for Steel Water Pipe and Fittings. 3. C220- Stainless-Steel Pipe, 1/2 in. and Larger. 4. C226- Stainless-Steel Pipe Fittings for Waterworks Service. 5. C228- Stainless-Steel Pipe Flange Joints for Water Service. D. ASTM International (ASTM): 1. A182 - Standard Specification for Forged or Rolled Alloy and Stainless Steel Pipe Flanges, Forged Fittings, and Valves and Parts for High-Temperature Service. 2. A193 - Standard Specification for Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications. 3. A194 - Standard Specification for Carbon and Alloy Steel Nuts and Bolts for High Pressure or High Temperature Service, or Both. 4. A240 - Standard Specification for Chromium and Chromium-Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels and for General Applications. 5. A269 - Standard Specification for Seamless and Welded Austenitic Stainless Steel Tubing for General Service. 6. A276 - Standard Specification for Stainless Steel Bars and Shapes. 7. A312 - Standard Specification for Seamless, Welded, and Heavily Cold Worked Austenitic Stainless Steel Pipes. 8. A351 - Standard Specification for Castings, Austenitic, for Pressure-Containing Parts. 9. A380 - Standard Practice for Cleaning, Descaling, and Passivation of Stainless Steel Parts, Equipment, and Systems. Project#2375-22 40_05_23.01-1 STAINLESS STEEL PIPE AND TUBING Docusign Envelope ID:A260A285-E6A7-85F4-827D-D91 DB604FDD6 10. A403 - Standard Specification for Wrought Austenitic Stainless Steel Piping Fittings. 11. A743 - Standard Specification for Castings, Iron-Chromium, Iron- Chromium- Nickel, Corrosion Resistant, for General Application. 12. A744 - Standard Specification for Castings, Iron-Chromium-Nickel, Corrosion Resistant, for Severe Service. 13. A774 - Standard Specification for As-Welded Wrought Austenitic Stainless Steel Fittings for General Corrosive Services at Low and Moderate Temperatures. 14. A778 - Standard Specification for Welded, Unannealed Austenitic Stainless Steel Tubular Products. 15. A789 - Standard Specification for Seamless and Welded Ferritic/Austenitic Stainless Steel Tubing for General Service. 16. A790 - Standard Specification for Seamless and Welded Ferritic/Austenitic Stainless Steel Pipe. 17. A928 - Standard Specification for Ferritic/Austenitic (Duplex) Stainless Steel Pipe Electric Fusion Welded with Addition of Filler Metal. 18. A967 - Standard Specification for Chemical Passivation Treatments for Stainless Steel Parts. 19. B622 - Standard Specification for Seamless Nickel and Nickel-Cobalt Alloy Pipe and Tube. 20. B912 - Standard Specification for Passivation of Stainless Steels Using Electropolishing. 21. F593 - Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. E. NSF International (NSF): 1. Standard 61 - Drinking Water System Components - Health Effects. 1.03 DESIGN REQUIREMENTS A. Piping layout: Lay out and fabricate piping systems with piping sections as long as possible, while still allowing shipment, so that joints are minimized. 1. Piping design not indicate the location of every joint and flexible coupling that may be needed to connect piping sections fabricated in the shop. 2. Add joints and flexible couplings in a manner that achieves intent of maximizing size of individual piping sections. B. Shop fabrication: Fabricate piping sections in the shop and pickle and passivate at point of manufacture. C. Field assembly: 1. Field welding of stainless-steel pipe and fittings is acceptable where specified in the Drawings. 2. Field welding shall comply with the requirements of Part 3.05 of this Section. 1.04 SUBMITTALS A. Submit as specified in Section 01_33_00 - Submittal Procedures. B. Product data: As specified in Section 40_05_00.01 - Common Work Results for General Piping. Project#2375-22 40_05_23.01-2 STAINLESS STEEL PIPE AND TUBING Docusign Envelope ID:A260A285-E6A7-85F4-827D-D91 DB604FDD6 C. Shop drawings: 1. Detailed layout drawings: a. Dimensions and alignment of pipes. b. Location of valves, fittings, and appurtenances. c. Location of field joints. d. Location of pipe hangars and supports. e. Connections to equipment and structures. f. Location and details of shop welds. 2. Thickness and dimensions of fittings and gaskets. 3. Photographs, drawings, and descriptions of pipe, fittings, welding procedures, and pickling and passivating procedures. 4. Material specifications for pipe, gaskets, fittings, and couplings. 5. Data on joint types and components used in the system including stub ends, backing flanges, flanged joints, grooved joint couplings and screwed joints. PART 2 PRODUCTS 2.01 STAINLESS STEEL PIPE A. General: 1. Pipe sizes specified in the Specifications and indicated on the Drawings are nominal. B. Wall thickness: 1. As specified in Section 40_05_00.01 - Common Work Results for General Piping. C. Fittings for piping 3-inch nominal diameter and greater: 1. Material: In accordance with ASTM A240 stainless steel, grade to match the pipe. 2. Manufacturing standard: In accordance with ASTM A774. 3. Wall thickness of fitting: In accordance with ASME B36.19 for the schedule of pipe specified. 4. End configuration: As needed to comply with specified type of joint. 5. Dimensional standards: a. Fittings with weld ends: In accordance with ASME B16.11. b. Fittings with flanged ends: In accordance with ASME B 16.5, Class 150. D. Fittings for piping less than 3 inches in diameter: 1. Material: In accordance with ASTM A240 stainless steel, grade to match the pipe. 2. Manufacturing standard: In accordance with ASTM A403, Class WP. 3. Wall thickness and dimensions of fitting: In accordance with ASME B16.11 and as required for the schedule of pipe specified. 4. End configuration: As needed to comply with specified type of joint. 5. Forgings in accordance with ASTM A182, or barstock in accordance with ASTM A276. Match forging or barstock material to the piping materials. E. Piping joints: 1. Joint types, piping greater than 2 inches in diameter, general: Project#2375-22 40_05_23.01-3 STAINLESS STEEL PIPE AND TUBING Docusign Envelope ID:A260A285-E6A7-85F4-827D-D91 DB604FDD6 a. Where type of joint is specifically indicated on the Drawings or specified, design and shop-fabricate piping sections utilizing type of joint illustrated or scheduled. b. Joints at valves and pipe appurtenances: 1) Provide flanged valves and flanged pipe appurtenances in stainless steel piping systems with flanged ends. 2) Design and fabricate piping sections to make connections with flanged valves and pipe appurtenances using flanged coupling adapters or flanged joints. a) Flexible couplings and flanged coupling adapters: Provide stainless steel construction with materials matching the piping system and conforming to requirements. 3) Buried piping: Welded or mechanically restrained. 2. Welded joints: a. Pipe 12 inches and larger in diameter: Automatically weld joints using gas tungsten-arc procedures. b. Piping 4 inches through 12 inches in diameter: Single butt-welded joints. c. Piping less than 4 inches in diameter: Single butt-welded joints. d. Mark each weld with a symbol that identifies the welder. 3. Flanged joints: Conforming to the requirements in accordance with ASME B16.5, Class 150, 300, or 600, as scheduled. 4. Flanges for Schedule 40S and Schedule 80S pipe: a. Provide forged stainless steel (type matching piping system) welding neck flanges or slip-on flanges in accordance with ASME B16.5 Class 150, 300 or 600, as scheduled. b. Material: In accordance with ASTM A182. F. Gaskets: 1. Ethylene Propylene Diene Monomer (EPDM) rubber for drinking water applications; NSF Standard 61 compliant material only. 2. Where specified, provide dielectric isolating gasket kits which contain: a. Retainer material: G-10 glass reinforced epoxy (GRE). b. Sealing material: EPDM. c. Sleeve material: G 10 GRE. d. Washer isolating material: G10 GRE. G. Bolts for flanges: 1. Bolts and nuts: Type 304 stainless steel in accordance with ASTM A193 heavy hex head. a. Bolt length such that after installation, end of bolt projects 1/8-inch to 3/8- inch beyond outer face of nut. b. Nuts: In accordance with ASTM A194 heavy hex pattern. H. Fabrication of pipe sections: 1. Welding: Weld in accordance with ASME B31.3. 2. Weld seams: a. Full penetration welds, free of oxidation, crevices, pits and cracks, and without undercuts. b. Provide weld crowns of 1/16 inch with tolerance of plus 1/16 inch and minus 1/32 inch. c. Where internal weld seams are not accessible, use gas tungsten-arc procedures with internal gas purge. Project#2375-22 40_05_23.01-4 STAINLESS STEEL PIPE AND TUBING Docusign Envelope ID:A260A285-E6A7-85F4-827D-D91 DB604FDD6 d. Where internal weld seams are accessible, weld seams inside and outside using manual shielded metal-arc procedures. I. Expansion joints: 1. Expansion joints shall be installed in the location indicated on the drawings and shall be manufactured of ductile iron conforming to the material requirements of ASTM A536 and ANI/AWWA C153/A21.53. Foundry certification of material shall be readily available upon request. 2. Each expansion joint shall be pressure tested prior to shipment against its own restraint to a maximum of 350 PSI for 4-inch to 12-inch. A minimum 2:1 safety factor, determined from the design pressure rating, shall apply. 3. Each expansion joint shall have an 8-inch minimum expansion. The expansion fitting shall not expand or exert an axial imparting thrust under internal water pressure. The expansion fitting shall not increase or decrease the internal water volume as the unit expands or contracts. 4. All internal surfaces (wetted parts) shall be lined with a minimum of 15 mils of fusion-bonded epoxy conforming to the applicable requirements of ANSI/AWWA C213. Sealing gaskets shall be constructed of EPDM. The coating shall meet ANSI/NSF-61. 5. Exterior surfaces shall be coated with a minimum of 6 mils of fusion bonded epoxy conforming to the applicable requirements of ANSI/AWWA C116/A21.16. J. Cleaning (pickling) and passivation: 1. Following shop fabrication of pipe sections, straight spools, fittings, and other piping components, clean (pickle) and passivate fabricated pieces. 2. Clean (pickle) and passivate in accordance with ASTM A380 or A967. a. If degreasing is required before cleaning to remove scale or iron oxide, cleaning (pickling) treatments with citric acid are permissible. 1) However, these treatments must be followed by inorganic cleaners such as nitric acid/hydrofluoric acid. b. Passivation treatments with citric acid are not allowed. 3. Finish requirements: Remove free iron, heat tint oxides, weld scale, and other impurities, and obtain a passive finished surface. 2.02 COATING — STAINLESS STEEL PIPE, FITTINGS AND SPECIALS A. No exterior coating is required except for: 1. Heat affected zones from field welding. 2. Buried flanges. B. General: 1. Provide corrosion protection for all buried stainless-steel flanged joints, bolts, nuts, and all heat affected zones of field welds using a petrolatum tape wrap system as specified herein. 2. Petrolatum Tape Wrap System: a. Primer: Petrolatum paste. b. Tape: Petrolatum-impregnated corrosion protection tape. c. Acceptable products: 1) Denso Paste + Denso LT Tape, Denso Petrolatum tape. 3. Profiling mastic: a. Acceptable products: Project#2375-22 40_05_23.01-5 STAINLESS STEEL PIPE AND TUBING Docusign Envelope ID:A260A285-E6A7-85F4-827D-D91 DB604FDD6 1) Denso Profiling Mastic. 2.03 SOURCE QUALITY CONTROL A. Visually inspect pipe for welding defects such as crevices, pits, cracks, protrusions, and oxidation deposits. B. Provide written certification that the pipe as supplied are in accordance with ASTM A778. Supplemental testing is not required. C. Provide written certification that the fittings as supplied are in accordance with ASTM A774. 1. Supplementary testing is not required. D. Thoroughly clean any equipment before use in cleaning or fabrication of stainless steel. E. Storage: Segregate location of stainless steel piping from fabrication of any other piping materials. F. Shipment to site: 1. Protect all flanges and pipe ends by encapsulating in dense foam. 2. Securely strap all elements to pallets with nylon straps. Use of metallic straps is prohibited. 3. Cap ends of tube, piping, pipe spools, fittings, and valves with non-metallic plugs. 4. Load pallets so no tube, piping, pipe spools, fittings, or valves bear the weight of pallets above. 5. Notify Engineer when deliveries arrive so Engineer may inspect the shipping conditions. 6. The Engineer may reject material due to improper shipping methods or damage during shipment. PART 3 EXECUTION 3.01 INSTALLATION A. Install piping in such a manner as not to impart strain to connected equipment. B. Slope horizontal lines so that they can be drained completely. C. Provide valve drains and eccentric reducers at low points in piping systems as specified. D. Provide access for inspection and flushing of piping systems to remove sediment, deposits, and debris. 3.02 FIELD ASSEMBLY OF SHOP-FABRICATED PIPING SECTIONS A. Join shop-fabricated piping sections together using backing flanges, flexible couplings, flanged coupling adapters, grooved couplings, or flanges. Project#2375-22 40_05_23.01-6 STAINLESS STEEL PIPE AND TUBING Docusign Envelope ID:A260A285-E6A7-85F4-827D-D91 DB604FDD6 3.03 FIELD QUALITY CONTROL A. Test piping to pressure and by method as specified in Section 40_05_00.01 - Common Work Results for General Piping. 1. If pressure testing is accomplished with water: a. Use only potable quality water. b. Piping: Thoroughly drained and dried or place immediately into service. B. Visually inspect pipe for welding defects such as crevices, pits, cracks, protrusions, and oxidation deposits. 3.04 PROTECTION A. Preserve appearance and finish of stainless steel piping by providing suitable protection during handling and installation and until final acceptance of the Work. 1. Use handling methods and equipment to prevent damage to the coating, include the use of wide canvas slings and wide padded skids. 2. Do not use bare cables, chains, hooks, metal bars, or narrow skids. 3. Store stainless steel piping and fittings away from any other piping or metals. Storage in contact with ground or outside without projection from bad weather is prohibited. 4. Protect stainless steel piping and fittings from carbon steel projections (when grinding carbon steel assemblies in proximity) and carbon steel contamination (do not contact stainless steel with carbon steel wire brush or other carbon steel tool). 3.05 FIELD WELDING A. Perform all field welding in accordance with AWS D1.6 and ASME Section IX. B. Field welding shall be performed only by welders certified for the applicable processes, materials, and positions. C. Protect adjacent materials and equipment from heat, sparks, and spatter; prevent contamination of stainless steel surfaces by carbon steel tools, grinding dust, or debris. D. Verify joint fit-up, alignment, bevel geometry, and root opening prior to welding. Do not weld over dirt, moisture, oil, or damaged surfaces. E. Joint Preparation: 1. Bevel pipe ends to the angles, typically 37.5 degrees, with a uniform land and root opening suitable for achieving full penetration. 2. Clean all weld surfaces to bright metal using non-ferrous tools. Remove oxides, coatings, cutting oils, and any foreign matter. 3. Ensure pipe alignment does not exceed tolerances of ASME B31.1/B31.3 as applicable. 4. Support piping to prevent movement, sagging, or distortion during welding. F. Purge Requirements: 1. Back purging with high-purity argon gas is required for all root passes. 2. Install temporary purge dams, purge bladders, or other approved purge devices to maintain purge gas enclosure throughout the root pass. Project#2375-22 40_05_23.01-7 STAINLESS STEEL PIPE AND TUBING Docusign Envelope ID:A260A285-E6A7-85F4-827D-D91 DB604FDD6 3. Reduce oxygen concentration on the weld backside to <_ 50 ppm prior to initiating the root pass. 4. Maintain purge flow until at least one hot pass has been completed and the root is fully protected against oxidation. 5. Protect purge equipment from moisture and displacement during welding. G. Welding Procedures 1. Perform root passes using the gas tungsten arc welding (GTAW/TIG) process unless otherwise approved. 2. Ensure full-penetration fusion through the entire pipe wall thickness. 3. Perform hot pass and fill passes using GTAW or GMAW. 4. Maintain interpass temperature within the limits specified in the WPS; do not exceed 350°F unless otherwise approved. 5. Provide wind shielding or temporary welding enclosures when welding outdoors to prevent disruption of gas shielding. 6. Grind intermediate passes as necessary to remove slag inclusions, porosity, or irregularities. 7. Form the final cap pass with a uniform, slightly convex contour, free of undercut, overlap, or excessive reinforcement. H. Environmental Controls: 1. Do not weld in rain, standing water, or high-moisture environments unless suitable protection is provided. 2. Shield weld zone from wind using screens, tents, enclosures, or other approved means. 3. Maintain a dry, clean surface free from condensation before and during welding. 4. Provide adequate ventilation for welding operations performed in confined spaces. I. Post-Weld Treatment: 1. Remove weld discoloration, heat tint, and oxides using mechanical cleaning and pickling paste suitable for stainless steel. 2. Perform passivation using citric or nitric solutions according to ASTM A380/A967. 3. Thoroughly rinse and neutralize treated areas after cleaning and passivation. 4. Do not use carbon steel brushes, grinding wheels, or tools at any point. J. Examination and Testing: 1. Perform visual inspection of all welds in accordance with AWS D1.6. 2. Repair defects in accordance with applicable codes. 3. Re-inspect repaired areas at no additional cost to the Owner. K. Cleaning and Restoration: 1. Remove welding tents, purge equipment, debris, temporary supports, and all foreign materials from the work site upon completion. 2. Restore piping coatings, insulation, jacketing, or protective coverings disturbed during welding operations. 3. Protect completed welds from contamination, mechanical damage, or exposure to carbon steel debris. Project#2375-22 40_05_23.01-8 STAINLESS STEEL PIPE AND TUBING Docusign Envelope ID:A260A285-E6A7-85F4-827D-D91 DB604FDD6 3.06 CORROSION PROTECTION TAPE WRAP INSTALLATION A. Apply corrosion-protection primer, profiling mastic (as required), and tape wrap to the following areas: 1. All exposed portions of flanges, including bolt heads, nuts, washers, and flange rims. 2. All field-welded joints, extending a minimum of 6 inches beyond each weld heat-affected zone. B. Wrap Installation: 1. Apply petrolatum primer paste to all surfaces to be wrapped, in accordance with the manufacturer's instructions. 2. Apply profiling mastic as required to fill voids, transitions, and irregular geometries and to create a uniform profile suitable for proper tape adhesion. 3. Wrap with petrolatum tape using a minimum 55 percent overlap, or greater where recommended by the manufacturer. 4. Extend the tape wrap a minimum of 6 inches beyond the weld heat-affected zone, and fully encapsulate all bolts, nuts, washers, and flange perimeters. C. Bedding and Backfill: 1. Provide uniform bedding beneath flanges and welded areas; do not leave voids or point loads beneath hubs or fittings. 2. Protect wrapped assemblies from sharp objects and prevent displacement of the wrap during placement of bedding and backfill. 3. Place backfill only after the Engineer has verified that the wrap installation is complete, continuous, and free of visible defects. END OF SECTION Project#2375-22 40_05_23.01-9 STAINLESS STEEL PIPE AND TUBING MONROE COUNTY ENGINEERING/ FACILITIES AND ]PROJECT A4ANAGEMENT CONTRACT CHANGE ORDER PROJECT TITLE: Mold Remediation Cudjoe Fire Station CHANGE ORDER NO: 01 INITIATION DATE: 03/03/2026 CONTRACT DATE: 01/29/2026 TO CONTRACTOR: EE&G Construction & Restoration LLC The Contract is changed as follows: The original (Contract Sum) (Guaranteed Maximum Price)..................................... $27,827.00 Net change by previously authorized Change Orders.................................................... $ 0.00 The (Contract Sum) (Guaranteed Maximum Price) prior to this Change order was....... $27,827.00 The (Contract Sum) (Guaranteed Maximum Price)will be (increased) (decreased) (unchanged) by this Change Order................... $ 9,846.00 The new (Contract Sum)_(Guaranteed Maximum Price) including this Change Order is. $377673.00 The Contract Time will be (increased) (decreased) (unchanged) by........................... 30days The date of Substantial Completion as of the date of this Change Order is ................. 03/31/2026 Detailed description of change order and justification: Scope has been changed to use Level 4 drywall finish rather than the original Level 3 finish. The contractor will also furnish and install ceramic tile in the bathroom area, including necessary setting materials and grout, to match existing finishes as closely as possible or as otherwise specified. An additional 30 days are added to the contract in order to complete this work. The previous Substantial Completion date was 3/1/2026. Change order is 35%of original contract price. Not valid until siqned by Owner, Architect(if applicable), and Contractor ARCHITECT: N/A Date CONTRACTOR: EE&G G45nstruction & Restoration LLC Date Digitally signed by William DeSantis DN:cn=William DeSantis,o=Monroe County BOCC, William DeSantis ou=Facilities Maintenance,email=desantis- US DEPARTMENT DIRECTOR: Date: 13:0:48-0'00' Date:2026.03.13 13:40:48-04'00' William DeSantis Date Facilities and Project Management Director Christine Hurley Digitally signed by Christine Hurley COUNTY ADMINISTRATOR: Date:2026.03.19 12:43:06-04'00' Christine Hurley Date Change Order Attachment per Ordinance No. 005-2023 • Change Order was not included in the original contract specifications. Yes E No ❑ If Yes, explanation: A decision was made to upgrade the drywall finish and to have the the replaced. • Change Order was included in the original specifications. Yes ❑ No M If Yes, explanation of increase in price: • Change Order exceeds $100,000 or 5% of contract price (whichever is greater). Yes ❑ No E If Yes, explanation as to why it is not subject for a calling for bids: • Project architect approves the change order. Yes ❑ No M If no, explanation of why: No architect on project. • Change Order is correcting an error or omission in design document. Yes ❑No M Should a claim under the applicable professional liability policy be made? Yes ❑ No � Explain: IIII IIII t� Ave�iiriue IINA4r6,, IIII IIIII liii 3 & IIII IIII 305 Construction & Restoration, LLC March 2nd1 2026 EE&G Proposal No. 2026-2018.1 Ms. Chrissy Collins Monroe County Public Works 123 Overseas Highway Rockland Key, FL 33040 Coll ins-Chrissy(a-)-MonroeCounty-FL.Gov Subject: Proposal for Build-Back Cudjoe Key Fire Station #11 — Bathroom 22352 Overseas Highway Cudjoe Key, Florida 33042 Dear Ms. Collins EE&G Construction & Restoration LLC (EE&G) is pleased to provide you with this proposal for the subject work. EE&G's Statement of Services and Fee Estimate are presented below: BACKGROUND The property located at 22352 Overseas Highway, Cudjoe Key is currently scheduled for renovation following the removal of microbial-damaged material identified in the site visit on 1/23/26. SCOPE OF WORK Drywall/Baseboard Replacement VN M Level 4 drywal01f i Nnis (tape embedded in joint compound Mover all flat joints and interior angles, followed b two additional coa int com ound on fla ts and one se arate coat over interior an EE&G will also furnish and install ceramic tile in the bathroom area, including necessary setting materials and grout, to match existing finishes as closely as possible or as otherwise specified. The duration of the work is anticipated to be 2-3 business days. Project Assumptions • The Owner will turn off the water line for EE&G to get to the impacted materials. • EE&G will cover and protect furnishings during removal of damaged drywall. Following removal of all damaged materials, HEPA vacuuming and damp wiping of surfaces throughout the containment areas is recommended at the finish of the removal and cleaning processes. • Final cleaning of the affected areas is included. • Areas will be off limits to other workers until work is completed and containment barriers are removed. • The Owner will provide on-call, complete access to work areas of the building, during allowed working hours. Ms. Chrissy Collins March 2nd1 2026 Page 2 • All obstructions which could impede the process shall be removed prior to EE&G mobilization, including, but not limited to, debris, equipment, or stored items within the work areas. • No comingling of trades during remediation activities. FEE ESTIMATE EE&G's lump sum fee for the above scope of work is $9,846.00. Proposal pricing valid for 90 days from the date of proposal. If this proposal is satisfactory, please forward to EE&G a signed PSA(attached) and/or a Purchase Order. Fees for work performed will be invoiced upon completion as needed by the client. EE&G appreciates the opportunity to assist you. Please call us if you have any questions regarding this proposal. Sincerely, Yadir Jimenez Robert DeVito Project Manager Vice President of Operations EE&G Construction & Electrical,LLC. EE&G Construction & Electrical,LLC. Florida-Licensed Asbestos Contractor No CJC 1154179 Professional Service Agreement EE&G Proposal No.:2026-2018.1 PROFESSIONAL SERVICES AGREEMENT BETWEEN MONROE COUNTY PUBLIC WORKS AND EE&G CONSTRUCTION AND RESTORATION, LLC This Agreement is made on this day of March 2026, by and between Monroe County Public Works ("Client") and EE&G Construction and Restoration, LLC (EE&G). WITNESSETH That for the considerations set forth below, the parties hereto do agree as follows- 1. Description of Services: EE&G's proposal#2026-2018.1 Cudjoe Key Fire Station dated March 2nd, 2026. 2. Period of Performance: Start/Finish dates are to be announced. 3. Basis of Compensation: EE&G's lump sum fee for the scope of work is$9,846.00. Method of Invoicing: The invoice will be submitted at the completion of the project. 5. Professional Retainer: No retainer fee is requested. 6. General Conditions: a. Payments for invoices prepared by EE&G are due and payable upon receipt. b. This Agreement may be terminated by either party hereto upon 15 days notice in writing to the other party. Upon termination, EE&G shall prepare and submit a final invoice for services rendered to the date of termination together with any termination expenses incurred. C. The parties hereto shall maintain in full force and effect comprehensive public liability insurance with coverage limits which are reasonable in light of the work to be undertaken, and workmen's compensation insurance as required by law. d. Any drawings and specifications developed pursuant to this Agreement are instruments of service, and as such the original documents, tracings, and field notes are and remain the property of EE&G regardless of whether the work for which they were prepared is executed. Professional Service Agreement EE&G Proposal No.:2026-2018.1 e. In the event that legal action is instituted to enforce any of the terms of this Agreement, the party which does not prevail shall pay the legal expenses of the prevailing party, including attorney's fees. f. The parties hereto each binds itself, its successors, executors, administrators and assigns to the other party to this Agreement and to the successors, executors, administrators and assigns of such other party in respect of all covenants of this Agreement. g. EE&G's liability for services to be rendered under this Agreement shall be limited to $2,000,000 or the amount of EE&G's fee (whichever is greater), unless Client pays for the assumption of additional liability by EE&G as a separate line item in Article 3, Compensation. h. If applicable, Client agrees that EE&G shall not be responsible for liability caused by the presence or release of hazardous substances at the site. The Client will either make others responsible for liabilities due to such conditions or will indemnify and save harmless EE&G from such liability. The provisions of this Article (6,h) shall survive any termination of this Agreement. IN WITNESS WHEREOF, the parties hereto have caused the Agreement to be executed by their duly authorized officers on the date first written above. EE&G Construction & Restoration LLC. Client: Monroe County Public Works SIGN: SIGN: NAME: NAME: TITLE: TITLE: DATE: DATE: