Backup Documents 12/10/2024 Item #16F12 ORIGINAL DOCUMENTS CHECKLIST&ROUTING SLIP
TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO I c 21
THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE f"
Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County
Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County
Attorney Office no later than Monday preceding the Board meeting.
**NEW**ROUTING SLIP
Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with
the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney
Office.
Route to Addressee(s)(List in routing order) Office Initials Date
1. County Attorney's Office County Attorney Office
) p,A,A1
2. BCC Office Board of County Commissioners Chairman
!2 0 2
3. Minutes and Records Clerk of Court's Office Pi` •VJ- (
PRIMARY CONTACT INFORMATION ��((II
Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the
addresses above,may need to contact staff for additional or missing information.
Name of Primary Staff Bendisa E.Miller,Facilities Division Phone 239-252-8440
Contact/Department Number Bendisa.Miller@colliercountyfl.gov
Email
Agenda Date Item was December 10,2024 Agenda
Approved by the BCC Item 16.FI f 2,
Number
Type of Document Attached Recommendation to approve Change Order No. 12, Number of
adding five days to the Substantial Completion date Original 1
and reconcile the calculation errors from Change Documents
Order No. 10 increasing the Owner's Allowance by Attached
$20.41 for Purchase Order No.4500229878,under
Agreement No.21-7883-ST with O-A-K/Florida,Inc.,
d/b/a Owen-Ames-Kimball Company,for the Main
Campus Upgrades,and authorize the Chairman to sign
the attached Change Orders.(Project No.50214)
PO number or account The Facilities Division is requesting a completed copy
number if the document is to
be recorded
INSTRUCTIONS&CHECKLIST
Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is appropriate. Yes N/A(Not
(Initial) Applicable)
1. Does the document require the chairman's original signature? N/A
2. Does the document need to be sent to another agency for additional signatures? If yes,provide the Contact N/A
Information(Name,Agency,Address,Phone)on an attached sheet.
3. The original document has been signed/initialed for legal sufficiency. (All documents to be signed by the
Chairman,except for most letters,must be reviewed and signed by the Office of the County Attorney. BEM
4. All handwritten strikethroughs and revisions have been initialed by the County Attorney's Office and all N/A
other parties except the BCC Chairman and the Clerk to the Board.
5. The Chairman's signature line date has been entered as the date of BCC approval of the document or the BEM
final negotiated contract date,whichever is applicable.
6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's signature and
initials are required.
7. In most cases(some contracts are an exception),the original document and this routing slip should be N/A
provided to the County Attorney's Office at the time the item is input into SIRE. Some documents are
time-sensitive and require forwarding to Tallahassee within a certain time frame,or the BCC's actions are
nullified. Be aware of your deadlines!
8. The BCC approved the document on August 2/,ZDI4'and all changes made during the meeting have I N/A is not an
been incorporated in the attached document. The County Attorney's Office has reviewed the ( n'�I option for this
changes,if applicable. Zit O/Z y 7r" line,
9. Initials of attorney verifying that the attached documefit is the version approved by the BCC,all changes N/A is not an
directed by the BCC have been made,and the document is ready for the Chairman's signature. g11141 option for this
line.
I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.05;Revised 11/30/12
16F12
Co .ferautty Procurement Services Change Order Form
Contract# 21-7883-ST CO# 12 PO# 4500229878 Project#: 50214.2
Project Name: First Amendment for Main Campus Upgrades
Contractor/Consultant Name: O-A-K/Florida Inc.
Select One: ❑� Contract Modification (Construction or Project Specific) ❑Work Order Modification
Project Manager Name: Tim Rygiel-PMP,CFM, Project Manager Ill Division Name: Facilities Management
Original Contract/Work Order Amount 1 $17,648,689.97 1/9/2024 11G Original BCC Approval Date;Agenda Item#
Current BCC Approved Amount $17,648,689.97 1/9/2024 11G Last BCC Approval Date; Agenda Item#
Current Contract/Work Order Amount $16,627,040.98 6/18/2025 SAP Contract Expiration Date(MASTER)
Dollar Amount of this Change -5.79% Total% Change from Original Amount
Revised Contract/ork Order Total ( $16,627,04o se o.00 io %Change from Current BCC Approved Amount
Total Cumulative Changes -$1,021,648.99 0.00°%0 % Change from Current Amount
Notice to Proceed 2-19-2024 Original NTP 485 Original Final 6-18-2025 Last Final 7-10-2025
Date #of Days Completion Date Approved Date
#of Days Added Revised Final Date Current Substantial Completion Date
5 (includes this change) 7"15 2025 (if applicable) 5 11 2025
Provide responses after each question in box below (Responses should be brief and specific). Attach additional information and/or
documentation from the Design Professional and/or Contractor, if needed, with your submission of this Change Order and complete
summary on next page. Check all that apply to this Chan se Order request: Add Time; ❑Add funds; ❑ Use of Allowance;
❑ Modify/Delete existing Task(s);❑Add new Task(s); 011 Reallocate funds; ❑ Other(must be explained in detail below)
1.) Detail of change/s to be made through this Change Order.
This change order will add 5 days to the contract time as a result of work interruption from Hurricane
Milton. It will also reconcile calculation errors made on change order#10 and will increase the owner's
allowance by $20.41 leaving a new balance of $394,812.38.
Additionally, this change will reconcile the SOV to more accurately indicate credits to sub categories.
See attached SOV.
2.) If this Change Order is currently under a Stop Work, please identify the date issued and number of
days remaining or"N/A" if not applicable.
N/A
3.) Explain why this change was not included in the original contract/Work Order.
It was unknown that Hurricane Milton would occur and cause work delays.
4.) Describe the impact if this change is not processed.
If this change is not processed, the calculation errors on change order#10 and the weather delays due
to Hurricane Milton would not be recognized.
Eage1 of 4
Change Order Form(2023_ver.1)
16F12
Cote-r county
Procurement Services Change Order Form
Contract# 21-7883-ST CO# 12 PO# 4500229878 Project#: 50214.2
Project Name: First Amendment for Main Campus Upgrades
Contractor/Consultant Name: O-A-K/Florida Inc.
Change Order/Amendment Summary
(If additional spaces needed, attached a separate Summary page to this amendment request)
COST TIME
CO# AMD# Description Additive Deductive Days Total New Justification
(+) (-) Added Time
Direct Material To provide cost savings to
1 Purchase $(391,878.82) the County in the amount of
$22,181.82
Direct Material To provide cost savings to
2 Purchase $(335,349.02) the County in the amount of
$18,982.02
Direct Material To provide cost savings to
3 Purchase $(267,798.40) the County in the amount of
$15,148.40
Adds 7 days to the If this change order is not
contract time and processed, the project will not be in
4 uses $11,219,01 of 7 492 compliance with the LDC and
Certificate of Completion cannot be
the Contingency. obtained.
Adds 5 days to the If this change order is not
contract time and processed the new system
5 uses $6,473.50 of 5 497 will not operate properly.
the Contingency.
Administrative change to If this change order is not processed the
acknowledge the Schedule of Values will not reflect the
6 subcontractor substitution and transfer of work from the original
reconciliation of the Schedule subcontractor to the substitute contractor.
of Values.
Deductive change If this change order is not
7 order to correct errors $(26,622.75) processed there would be an
made on the GMP. overpayment on the payment
and performance bonds.
Adds 10 days to the If this change order is not processed,all
contract time and required changes would not be
8 uses $42,329.74 of 10 507 accounted for posing safety risks,
in-continuity,and inability to complete
the Contingency. the project.
Check here if additional summary page/s are attached to this Change Order
Page 2 of 4
Change Order Form(2023_ver.1)
16F 2
Co r County Procurement Services Change Order Form
Contract# 21-7883-ST CO# 12 PO# 4500229878 Project#: 50214,2
Project Name: First Amendment for Main Campus Upgrades
Contractor/Consultant Name: 0-A-K/Florida Inc.
Change Order/Amendment Summary
(If additional spaces needed, attached a separate Summary page to this amendment request)
• COST TIME
CO# AMD# Description Additive Deductive Days Total New Justification
(+) (-) Added Time
Administrative change to If this change order is not processed
acknowledge the the Schedule of Values will not reflect
9 subcontractor substitution and the transfer of work from the original
reconciliation of the Schedule of Values under WD#11. subcontractor to the substitute
subcontractor.
Utilizes $8,467.50 If this change order is not processed,
scope elimination and required changes
10 of the Contingency, would not be accounted for as well as
not being in compliance with the current
Collier County Standards.
Utilizes $17,977.30 If this change order is not processed the
new fuel storage tank and generators would
of the Contingency, not meet the Hazmat requirements and the
11 PH balance of the water would be
detrimental to the new equipment being
installed.
Adds 5 days to the If this change is not processed,the
contract and reconcile calculation errors on change order
12 i calculation errors from 5 512 #10 and the weather delays due to
CO#10 increasing the Hurricane Milton would not be
allowance by$20.41. recognized.
❑Check here if additional summary page/s are attached to this Change Order
Page 2 of 4
Change Order Form(2023_ver.1)
16F12
Cott' County
Procurement Services Change Order Form
Contract# 21-7883-ST CO# 12 PO# 4500229878 Project#: 50214.2
Project Name: First Amendment for Main Campus Upgrades
Contractor/Consultant Name: 0-A-K/Florida Inc.
Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be
subject to all the same terms and conditions as contained in the contract/work order indicated above, as fully as if
the same were stated in this acceptance. The adjustment, if any, to the Contract shall constitute a full and final
settlement of any and all claims of the Contractor/Vendor/Consultant/Design Professional arising out of or related
to the change set forth herein, including claims for impact and delay costs.
Contractor/Consultant/Design Professional signature below must be from an authorized person/officer/director of
the Company or listed as the qualified licensed Professional "Project Coordinator"or Design/Engineer Professional
under the agreement. Signature authority of person signing will be verified through the contract OR through the
Florida Department of State, Division of Corporations (Sunbiz) website (https://dos.mvflorida.cam%sunbiz/search/).
If the person signing is not listed, we will require signature authority by one of the listed officers/directors of the
company giving that person signature authority.
•
Prepared by: RyglelTlmOtl Iy Digmothy
Datlea1ly signed 2024.10.15y12:46:45'0400' Date:
Signature-Division Project Manager
Tim Rygiel PMP, CFM, Project Manager III, Facilities Management
Printed Name
K. Todd Griffith DN.ON mn„tuned e,l(Todd 6rimm
•It Todd(vl Kirk,o•W rnn WMr:xoKai f.grnrc,nq N<,ou•Sr.\Ice
»
Accepted by: .,Jden(Director ol5WFLDM, ,,nr.r,-r,.d,j,r,b..,m,r..n.n.,.,.U$
Dar T'..d IC IS`1,1K2o plY) Date:
Signature-Design/Engineer Professional (if applicable)
K.Todd Griffith, PE, SVP-Director of SWFL Division, Matern Professional Engineering, Inc.
Printed Name/Title/Company Name
Matthew Zwack Digitally signed by Matthew Zwack
Accepted by: Date:2024.10.16 07:55:12-04'00' Date:
Signature-Contractor/Consultant/Vendor
Matthew Zwack, President, 0-A-K/Florida, Inc.
Printed Name(Title/Company Name
Approved by: Date:
Signature-Division Manager or Designee (Optional)
Printed Name
McCormickJohn Digitally signed by McCormickJohn
Approved by: Date: 2024.10.16 09:09:41 -04'00' Date:
Signature-Division Director or Designee (Optional)
John McCormick, PE, Facilities Management
Printed Name
Approved by: Date:
Signature-Division Administrator or Designee (Optional)
Printed Name
Page 3 of 4
Change Order Form(2023_ver.1)
16F12 ,
1,,,,,Co , county
Procurement Services Change Order Form
Contract# 21-7883-ST CO# 12 PO# 4500229878 Project#: 50214.2
Project Name: First Amendment for Main Campus Upgrades
Contractor/Consultant Name: O-A-K/Florida Inc.
FOR PROCURMENT USE ONLY
t
FY 25 CHO Request# 507
ZimmermanBecca Dat Digitallye:2024 signed
.10.28 by16ZimmermanBecca:2223-0400''
Approved by:
Signature-Procurement Professional Signature/Date
Approved by:
Signature-Procurement Manager/Director(OPTIONAL)
APPROVAL TYPE:
❑ Administrative IU Administrative-BCC Report ❑ BCC Stand-Alone ES (BCC Approval Required)
BCC APPROVAL
ATTEST:
Crystal K. Kinzel, Clerk of the Circuit Court BOARD OF COUNTY COMMISSIONERS
and Comptroll COLLIER C Y, FLORIDA
By: By:
' a "-4 Cris H61( , Chairman
Dated: l
Atttst as to Chairman' Date: 12/(0'2`(
signature only.
(SEAL} Agenda # lc. F. (1_
ve s t and Legality:
DeputyS'z,ti
County Attorney
)1- Q 7IL
Print Name
Page 4 of 4 f�'
Change Order Form(2023_ver.1)
16F12
.:,<Qwe
ArreS
ar�
Building Since 1891
Owen-Ames-Kimball Company 11941 Fairway Lakes Drive,Fort Myers,Florida 33913-8338 Ph 239-561-4141 •Fax 239-561-
1996
October 14, 2024
Tim Rygiel Todd Griffith
Project Manager Ill /Facilities Management Director SW Florida Division/Mechanical Engineer
Collier County Matern Professional Engineering
3335 Tamiami Trail East Suite 101 12437 Brantley Commons
Naples, FL 34112 Fort Myers, Florida 33907
Re: #21-7883-ST—Main Campus Upgrades
Request for Time Extension — Hurricane Milton
Dear Tim & Todd:
Per"Exhibit A General Terms and Conditions (Article 13—Claims and Disputes)", we are respectfully
submitting a claim for time extension due to adverse weather conditions beyond the contractor's control as a
result from Hurricane Milton. We are requesting 5 additional days to be added to the contract time. This
additional time was determined based on the amount of time lost due to preparing for the storm, down time
during the storm, and down time after the storm, which took place during the period of 10/07/2024 to
10/11/2024.
Please review and let us know if you have any questions or need any additional back up.
Very truly yours,
93aian 3dipc&
Brian Filipek
Project Manager
"Iv)
AISC 6 F 2
CERTIFIED MIAMI•DADE COUNTY
FABRICATOR APPROVED
& ERECTOR
East Coast Metal Structures, Corp.
620 Whitney Ave., Lantana, Florida 33462
Ph: 561-766-2579 Fax: 561-766-2593
CHANGE ORDER REQUEST #05
FROM: William Graham
DATE:9/27/24
JOB: New Chiller Plant K1
COMPANY:Owens,Ames, Kimball
ATTN: Brian Filipek
Description of Change:
- CREDIT for the deletion of the pipe pits on the north/south ends per S103B, S104B,
S105B and S201
$-520.00—Material
$-264.00—Shop Fabrication
$-20.00—Shop Point
-825.00—Buyout items(orating)
$-1,629.00-SUBTOTAL
$-114.00—Soles Tax
$-360.00. —Field Installation(4 hrs. @$90/hour)
$-160.00—Equipment(4 hrs. @$40/hour)
$-2,263.03—TOTAL
$-2,243.00 already issued on CO#1 but there was a math error—adjusting here
$-20.0.3—additional credit owed
The duration to complete the scope of work for this change order shall be (TBD) business days. The
contract schedule will be increased by (TBD) business days due to this Change Order. These are
approximate timelines and are subject to change at the time of implementation. Your acceptance of this
Change Order shall constitute a modification to our agreement.
THE AMOUNT OF THE CONTRACT WILL BE DECREASED IN THE AMOUNT OF: $-20.03
SIGNED BY AUTHORIZED REPRESENTATIVE:
By my signature above,I attest that I am authorized by my company to enter into an agreement to purchase goods and/or
services.By authorizing East Coast Metal Structures,Corp.,to proceed with the work/services as outlined above and for the sum
as noted,customer assumes financial responsibility for providing payment for such work/services and guarantees payment for
such.
16F 2
IVE
!DRYWALL INC.
October 2, 2024
Mr. Brian Filipek bfilipek(a7oakfl.com
Owens/Ames/Kimball Company.
11941 Fairway Lakes Dr.
Ft. Myers, FL 33913
Re: New Chiller Plant Building-Additional Pricing Weather Barrier/Stucco Credits
Naples, FL
Dear Mr. Filipek,
We are pleased to quote you a price for the additional work for the above referenced
project per plans prepared by RG Architects dated 7/12/2023 with the following clarifications:
Stucco Add/Credit:
Additional credit owed due to math error associated with $ ( '38)
Lee Drywall weather barrier and stucco credit proposal
dated 5/30/24.
Total credit to contract: $ ( .38)
This additional work will impact our schedule 10 additional days.
Please provide us with a written directive if we are to proceed with this additional scope of
work followed by an accounting change order. If you have any questions, please don't hesitate
to contact us.
Respectfully,
John Kucaba
Estimator/Project Manager
john(cr7leedrvwall.com
(.(r.I R`,('I YZS V A K c,C I111 1 1 R I'I ;\\I RIM I)IN(i K-I '2(,,k..\I)1)I I it)ti\I I'I?ic IN(,
16F12
Owen
wKimball
Building Since 1891
ATTACHMENT 2•SCHEDULE OF VALUES
COLLIER COUNTY-NEW CHILLER PLANT BUILDING K
•
PROJECT:COLLIER COUNTY-NEW CHILLER PLANT BUILDING K
LOCATION 3335 Tamiami Trail East, _FL 34112 _ REVISED DATE:
DATE 10.26.23 9/30/2024
ARCH/ENG:Malern Engineering/RG Architects Inc.
ESTIMATOR PRECON Team
Pt ANS DATE:7/12/23 7/18/23 9/12/23 PROJECT SIZE SF 8,232
PREVIOUS REQUESTED
DIVISIONS BIDDER I CITY COST 18) TRANSFERS TRANSFER REVISED COST S
.................
DIV 01 00 00:GENERAL CONDITIONS .-
General Conditions I.
Owen•Ames-Kimball $688,250.00
General Requirements Owen-Ames-Kimball $430,250.D0
$470,550.00 -$40 000;;^ $430,550.00
DIV 01 74 23•FINAL CLEANING:
Cleaning of entire new addition including all equipment,electrical room and all equipment, Pristine Cleaning $10 344,40 $10,344.40
weeherg epoxy floors,Storefront and Sidewalk Washing, Included r
Spill Cleaning prior to Tenant Occupancy Included
DIV 02 00 00:EXISTING CONDITIONS
02 20 00-Surveying
Q Grady Minor $34 280.00 $34 280.00
02 30 00-Subsurface Investigation Allowance $7 500.00 $7,500.00
02 32 16-Malenals Testing H2R Corp $34,550,00
02 41 00-Selective Demolition 2
Wildcat Demolition $115,525,00 $11 t75 C1 $126 800.00
800.00
Pump Room Slab removal 8 chain-link fence,railings,ramps,sidewalk Included
DIV 03 30 00:CONCRETE&MASONRY
Concrete B Masonry for pumproom flood walls,roof curbs Commercial Concrete Systems $1,009,271,64 $3441.00 $1012,712.5-I
C/P Walls,Housekeeping Pads Included
03 41 13•Precast Concrete Hollow Core Planks-Supply and Install American Precast LLC $32,475.00 $32,475.00
DIV 05:METALS
0512 00•STRUCTURAL STEEL:
Structural Steel,Decking,Columns Beams,base plates,steel flanges,supports. East Coast Metal Structures $411 912 00 -$
1?63.03 $401 716 C;7
Shop Drawings,Anchor Bolts,Embeds Included
05 70 00•DECORATIVE METALS:
Aluminum Railings,Ship ladder,Guardrails,Handrails,wall mounted rails Grating,catwak East Coast Metal Structures $118 898.00 $118,898.00
Steel Bollards,shop drawings,included. 'Included
16F1r
oraMm..-ambrr comp.,y 230-se1-4I i
DIV 06:CARPENTRY
ROUGH i FINISHED CARPENTRY: Lee Drywall,Inc 5156,011.73i $166.011.72i
Plywood sheathing,temporary guardrails at existing bldg.8 new addition. Induded
Temp.guardrails at new pump room roof,temp guardrails at sump pits in new pump room. Included
Miscellaneous Carpentry(temporary doors,temp walls.temp locks) Included
Installation of doors,and associated hardware. Included
Slushing HM door frames onto CMU walls. Induded
DIV 07:THERMAL&MOISTURE PROTECTION .
Dampproofing new foundation walls Included
Dampproofing new CMU wells Included
Weather Barrier behind metal panel Included
Bentonite Clay Water Proofing Induded
Weather Barrier at openings of new Pump Room Included
Waterproofing below grade at exterior surfaces of the pipe pit,per 14-S301 Included
Combined Dampproofing and Waterproofing package Service Contracting Solutions $21,829.00 -$7,325.00 $14,504,00
DIV 07:ROOFING
................................_.......
Single Ply(Kee)Roofing System with LAIC Crowther Roofing and Sheetmetal $325,865.75 $325.865.75
Expansion joints,roof blocking,de into existing budding,flashing,drains,coping caps •Included
Lightning Protection Pads Crowther Roofing and Sheetmetal $5,481.00 $5,481.00
Temporary mod-bit roofing over concrete deck, 'Crowther Roofing and Sheetmetal $58,895.38 $58,895.38
DIV 07;WALL&CEILING PANELS
07 42 13.A01-ACM Wall Paneling system Cladding Systems,Inc $119 200,00 $3,382.50 $122,582.50
Reynobond,0.20 Aluminum skins,4mm thick,fire rated core,route and return raineaeen
system(p r#FL11794),manufacturer's standard 2-coat colors. Included
All clips.hat channels at t6.00,shop drawings and sales taxes,freight. Included
07 84 00•FIRESTOPPING
Firestopping for block walls,MEP penetrations to fire-rated walls. Wall Systems Contractors $5.605.00 $5,605.00
07 92 DO-JOINT SEALANTS:
Joint Sealants at CMU to CMU joints included
Joint Sealants at Miscellaneous Locations included
Joint Sealants et new louvers included
Joint Sealants at windows .included
Joint Sealants at new CMU to Exposes Structure included
Joint Sealants Stucco to Metal Panels included
Joint Sealants al Control Joints ,included
Combined Joint Sealants Package Sennce Contracting Solutions $17,312,00 $17,312.00
07 95 13•Expansion Control System Service Contracting Solutions $4,024.00 $4,024.00
DIV 06:OPENINGS
08 10 00•Doors,Frames&Hardware Supply ,Pinnacle Door end Hardware $97,300.00 $97 300.00
08 80 00-Glass&Glazing Precision Glass Solutions inc. $41.220.00 $41,220.00
Pegs 2
16pi2
Cnaen-Ames-Klmbdl Company 236'561-4111
DIV 09:FINISHES
09 20 00•STUCCO
Full Stucco replacement of existing_building and generator enclosureldemo 8 new world_ Lee Drywall $239,278.00 $22,303.03 $216,974.97
Stucco for new Addition(wall between new addition and existing building alleyway) Lee Drywall $60,574.25 $14,763.65 $75,337.90
Exterior scaffolding around new and existing building for stucco end painting work. Lee Drywall $63,836.20 $63,836.20
Stucco General Labor to be tracked by CM Allowance $75,000.00 $75,000.00
09 30 00•FLOOR LEVELING&EPDXY FINISHES
Grinding off exiting finishes quality Camel&Flooring $19,459.51 $19,459.51
Applying a homogeneous layer of floor leveling compound throughout chiler room,pump room,
and proposed electrical room prior to application of flooring finishes. ;Quality Carpel&Flooring $86,424.49 $86,424.49
PAINTING: Service Contracting Solutions $87,967.00 $1,826.09 $89,793.00
Interior exposed structures,ceilings,wells Painting(pump om,chiller roam,electrical room) ,included
Exterior painting of al new stucco finishes(building K and gen.enclosure) included
DIV 10:SPECIALTIES
10 00 00•SPECIALTIES:
Fire Extinguisher and Cabinets Crowther Specialties $2,530.00 $2,530.00
1014 00•Signage 2 Visual $5,308.00 $5,308.00
ADA Compliant Roam Id restroom,and project signs Included
10 71 13.43.A02•PERFORATED ALUMINUM PANELS:
Aluminum Fixed Sunscreens and associated attachments,engineering,finishes Perfection Architectural Systems $217,388,00 $217,388,00
Manufacturer•Perfection's Aluminum Canopy System
10 71 19•FLOOD PANEL SYSTEM
Matenals Orange Flood Control.LLC $47,508.00 $47,508,00
Installation.engineering.bathtub testing Orange Flood Control,LLC $72,760,00 $72,760,00
10 7316•PROTECTIVE COVERS Perfection Architectural Systems $42,365.00 $42.365.00
Includes Centric BR5-36 Panels included
Tx4'Frame,8'Gutters,Aluminum Pipes,1.5'x6'x0,78'Serf-mating Rigid Rdl Lock la Suspended Canopies included
DIV 22 00 00:PLUMBING
Complete Plumbing Packa$e B8l Contractors,Inc $127,162.00 $844.00 $128,006.00
DIV 23 00 00:HVAC
Complete HVAC Package.including BIM Coordination BSI Contractors,Inc $3,984,000,00 $45,041.00 $4,029,041.00
Stainless Steel Piping under TES Tank Bbl Contractors,Inc $7,752.00 $7,752.00
23 71 13-Thermal Storage Tank The CROM Corporation $2,719,433.00 $2,702,000,00
DIV 26:ELECTRICAL
ELECTRICAL:
Electrical Package,including lightning protection system Nauti Electric Inc. $2,370,287.50 .$16,925.00 $2,387,212.50
...... .....
All Low Voltage Systems Nauti Electric Inc. $68,752.50 $68,752.50
Tank Lighting Nauti Electric Inc. $60,000.00 $60,000.00
Page 3
16F12
Oran Amu-Kimbell Company DO-561.I41
DIV 31:EARTHWORK
SITEWORK: Pavement Maintenance i. $897,565.87 -$11,2750C' $886,290.87
Mobilization&General Requirements Induded
Earthwork Included
Site Concrete Included
Asphalt Repair Included
31 23 00-Vihrotory Soils Modification •Earth Teck $143,000.0CI $143,000.00
Termite Control/Soil Treatment Northwest Exterminating $3,046.20 $3,046.20
DIV 32:EXTERIOR IMPROVEMENTS
LandscaPe 8 Irrigation ;Big Tree,Inc. $114,795.00 $2 2,'82'0 $117.077.10
DIV 33:UTILITIES
UNDERGROUNG UTILITIES: •Strickler Brothers ,LS S729,475.00 $7,917.00 $737,392.00
Mobilization&General Requirements included
Storm Drainage included
Water Utilities included
Pine utilities included
Sanitary Sewerage Utilities included
.Subtotal $16,041,967.42 .. $16,041,143.61'
General Liability insurance 05% $80 209.84 $80,209.84
Pollution Insurance 0,0003 $4,315,29 $4,315.29
Bldg.Permit fees ! 0 5% $80.209.84 $80,209.84
Builders Risk Insurance r 0.0% $0.00 $0.00
P&P Bond 0.75% $120,314.76 $120,314.76.
Contingency 3,0% 5461,259.02 -$17.602.51 ... •$8,447.09 S455,112.42
Subtotal
f/6,8011,278,18 j18,78t 3t2.7$
CMFee 5.0% $840.413.81 $1,808.41 S840,754.4?
TOTAL $17,648,689.97 $17,622,067,22
Page 4