Loading...
Item F25M C ounty of f Monroe ELj » °o � BOARD OF COUNTY COMMISSIONERS /� r i � �� Mayor George Neugent, District 2 The Florida. Ke Se y I Mayor Pro Tern David Rice, District 4 Danny L. Kolhage, District I Heather Carruthers, District 3 Sylvia J. Murphy, District 5 County Commission Meeting November 14, 2017 Agenda Item Number: F25 Agenda Item Summary #3536 BULK ITEM: Yes DEPARTMENT: Project Management/ Facilities TIME APPROXIMATE: STAFF CONTACT: Ann Mytnik (305) 292 -4439 N/A AGENDA ITEM WORDING: Receipt of monthly change orders for the months of September through October, reviewed by the County Administrator /Assistant Administrator. ITEM BACKGROUND: There were seven (7) change orders considered and approved by the County Administrator /Assistant Administrator for the period beginning September 1, 2017 and ending October 27, 2017 for a net total of $(299,438.55). 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. The BOCC requested a monthly report of all change orders considered by the County Administrator. CONTRACT /AGREEMENT CHANGES: N/A STAFF RECOMMENDATION: N/A DOCUMENTATION: Change Orders FINANCIAL IMPACT: Effective Date: Expiration Date: Total Dollar Value of Contract: Total Cost to County: Current Year Portion: Budgeted: Source of Funds: CPI: Indirect Costs: Estimated Ongoing Costs Not Included in above dollar amounts: Revenue Producing: Grant: County Match: Insurance Required: Additional Details: If yes, amount: N/A REVIEWED BY: Cary Knight Patricia Eables Kathy Peters Board of County Commissioners Completed Completed Completed Pending 10/30/2017 1:43 PM 10/30/2017 2:39 PM 10/30/2017 2:40 PM 11/14/2017 9:00 AM I. I I 5 11 0 3: Z Q) ' = a) — o :3 6 ' m -6 �: c E c u w 0 -a a w 0) 0 T I-- a—.0 r t0 C: a . 0 m 0 t > r- 0 Z3 Q) c - 0 E w C: a) M j a QJ F 0 2 gpg cu cu ru E w cu �r, Q) n - ja 3 m Q Ql E Q ) O E m cu u c ro U QJ 0 r- . c m : < ® M -U n E m r- w o Q) U L) t 4s Qj .2 a 0 ro E U , Lj :3 LL c f6 m ai V 7� > E 0 c m :a = e u n 3- W o > m > .2 u f C: 0 W 'o E ru E � -0 =3 -Z' -0 W . C: ® 10 0 < E C) U 03 ' 1 C: Q..r- T t' n N u 0 0 C: CL 3 2 a E ® u � .2 :�: =3 .- = , 2 ®} . -F, 4-s 'D -4+ C: C CM c m ol E C: ® u M ->�:g� u m RI ti � w -- > E 0 cu 0 3: -0 CL 2 0 u n o (U > .9; E Cl 0 Ln W w o n ) m - a .0 - c 8. m ra 2 - m o E C/) .2 r a� < B. V) < ++ : ui Cd r, r, Lu Lu Ln N rq rq 0 4 1 V u Q, ko P4 Q7 M v 20 a-i Q) n 61 to a V) 0 b w a a . w m > 06 R� m E 's 8 8 0J m 5 'a 2 E E cu z E C aj En > n ai m 0 E b 2 8 CL E > m m E 2 W an 8 u S� m > (D 1 a 8 CL U . = O LA 0 0) 'd u Go ul CL M .2 q V) Qy u 20 LI) E CL 0 2 0 (U r4 C r ra M V� 0 C: uj a C: ro :3 En - fo 'a M E m a) 0— O 8 Ch n b q '0 U) 2 -0.0 cu -0 0 U 01 M C: m 'a M 'I < C: 0 , 0 0 V- al m a) Ln a :2 l b a .2 u p CL Ln , > 2 cu a fu r u- r, L) m t o ' o CD ro MD C (U u z CR r4 Cn co co 0 co Ln R 0 C) 6 0 6 14 00 pt 0) 4A- m 0 lo r4 14 1-4 u (U C: 0 QJ U C3 a E C: U § u V) L Y 0 0 0 E 0 u R aLr C (D CL D C: 0 u O Z 10 0 w > C: t .00 j QJ U dr > - 5 cu 0 � CL t En 0 0 0 - E c a) 2 m w cn =3 Fn t3 Q) V) > I. I I 5 11 V J 1 V ' "A L MONROE COUNTY/ENGINEERING/ PROJECT MANAGEMENT CONTRACT CHANGE ORDER ROJ ECT TITLE: CHANGE ORDER NO: 6 . System Improvements Stock Island Jail Complex INITIATION DATE: August 30, 2017 TO CONTRACTOR: CONTRACT DATE: June 15, 2016 Sea Tech of the Florida Keys, Inc 131 Palomino Horse Trail Contractors Change Order Request: 6,7 Big Pine Key, Florida 33043 tf 0 The Contract is changed as follows: The original (Contract Sum ) (Guaranteed Maximum Price) .............. ..................$1,538,612.00 Net change by previously authorized Change Orders .................................. .... $26,942.15 The (Contract Sum ) (Guaranteed Maximum Price) prior to this Change order was..$1,565,554.15 0 (D The (Contract Sum ) (Guaranteed Maximum Price) will be (increased) (decreased) (unchanged) by this Change Order.. $10,833.90 L) The new (Contract Sum ) (Guaranteed Maximum Price) including this Change Order $1,576,388.05 The Contract Time will be (increased) (decreased) (unchanged) by ........................ 28..C7ays 1A0 0 The date of Substantial Completion as Of the date of this Change Order is .... t Ira 31W Detailed description of change order and justification: 0 L) Contractor to furnish labor and materials to repair four concrete piers to accommodate the new, cooling tower on the roof of the Sheriffs Administration Building. An additional 28 days until r- 4) E Substantial Completion is needed, from August 1-8 2017 to 2017. E-ce"bf-& This chan-ge Order is 0,70% of the pri-ginal contract price. Not valid until sinned by Owner, Architect 0UR211cable). and Contractor ARCHITECT: 1 ,Dat( Date Date Date 11113 1 1; a 'I, : 11 IBM H =-1 ': 0 Change Order was not included in the original contract specifications. Yes Z No 19 If Yes, explanation: Minor spalling was found on the concrete piers on the roof and these repairs are need to handling the weight of the new cooling tower Additional time is needed • repair the piers. I � � I I � I I � 111111111111�� Change Order exceeds $25,000 • 5% • contract price (whichever is greater).Y 0 Project architect approves the change order. Yes 0 No EJ mcm • • -III 0 Change Order is correcting an error or omission in design document. Yes E] NoZ feaTech PNw inc. OF THE FLORIDA KEYS DESIGN BUILD CONTRACTORS August 30, 2017 Monroe County Engineering Attn: Dan Bensley 1100 Simonton Street, 2-216 Key West, Fl, 33040 Re: MCSO HVAC Upgrades Subject: Request for Change Order #06 — Repair concrete piers We hereby propose to furnish materials, equipment and perform the labor necessary to repair four concrete piers to accommodate the new cooling tower on the roof of the Sheriff's Admin Building. Also included is the rental of additional temporary chiller and crane service to lift cooling tower onto the repaired concrete piers after they have cured properly. 6 - Repair Four Concrete Piers 4.1 Materials to Repair Four Piers Concrete Mix - Sika 223 Plywood, Misc 4.2 Labor to Repair Four Piers 2 men 4.3 Concrete Test 4.4 Add for crane - TEM Overhead & Profit Subtotal $10318.00 5% $515.90 TOTAL $10,833.90 All material is guaranteed to be as specified and the above work to be performed in accordance with the manufacturer's specifications and completed in a substantial workmanlike manner for the sum of Ten Thousand, Eight Hundred Thirty Three and 90/100 Dollars .....................$10,833.90 This additional work will add 14 calendar days to the contract duration. Payment in full upon completion. Any alteration or deviation from above specifications involving extra costs will be executed only upon written orders and will become an extra charge over and above the estimate. All agreements contingent upon strikes, accidents, or delays beyond our control. Owner to carry fire, tornado and other necessary insurance upon above work. Workers Compensation and General Liability insurance on above work will be taken out by SEA TECH, INC. Note - This proposal may be withdrawn by us if not accepted within 30 days. P MT 12 bags @ 31.05 $372.60 1 Is @ 50 $50.00 32 hrs @ 80 $2,560.00 1 ea @ 250 $250.00 1 Is @ 7085.40 $7,085.40 Page 1 of 2 The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work specified. Payment will be made as outlined above. 01 =- I 0 0 (D L) as 0 0 L) �j C 0 E uz��a P-0 T.E.M. Environmental & ' �AV P�EfW'AV!.. Mechanical Services, Corp. WIN e® Stock Island Jail HVAC Improvements 8/1/2017 Concrete Pier Repair COR-1505-06Rl *ur Price for the HVAC work on the above referenced project is ----------- $7,085.40 Qeven Thousand Eighty-Five Dollars Forty Cents Our price includes the following: > Provide crane to install cooling tower after pier repair 1 9 1,1101 Way ''1 0-0) 1" 4 KINN w I I a if I I'Milm , kyj M-Mvam 11 1 "r 0 BY I 11 0 0 (D a 3210 Flagler Avenue Key West, FL 33040 Tel: 305 www.temenviromech.com temenvironmental@yahoo.com N LD aG za 0 to cc I I mar5i w 0 410 CT C) Q Ln rn I AAR as r- 8 0 9 q E q dt ["A 8 0 9 q E q 00 I ci 1 0 0 00 Rt en I,, w 8 U- - 6 M M 0) tq in + P, ca o 0 q :c cr li 4- :E oi & Lf) :aeTaoh P inc. wm=�° - 1100 Simonton St Key West, FL 33040 Re: MCSO HVAC Upgrades Subject: Time Extension Sea Tech has every intention of accelerating the work progress to reduce the tirrs indicated on the project schedule. Please advise if you need additional information. I may reached at (305) 872-0888. • Ryon LaChapelle Project Manager u 0) CO I F� LP Z 0 11 QJ 0 pfd (D 0 0 L) QJ E --------------- ----------------------- .. ....................... ------- ................... ---------------- -------------------- .................. : ------- ---------------- ❑ ------------- --------------- ------------------ --------------- -------- ------------ ---------------------- — ...... I ------- c - Im - - FZ - ............... 7 -1 F� LP Z 0 11 QJ 0 pfd (D 0 0 L) QJ E ❑ 04 IL) 1 2 E IL o- t5 0- LL = a 0 m LWO (�D 2 I I 2 L CL 'L CL CL a. a. 0- 0- CL a . a. CL in coo m r- 00 —0 C4 8 CO CO 0 Ln W co 04 1 oc?3UNO-0 N cn F� LP Z 0 11 QJ 0 pfd (D 0 0 L) QJ E LL r- S, "Cj - >-. -- -------- CL 0- .13 MO a. 6w T CL LL A Aj , LL a - a -------------------- CL ................... ------------------- ------------------- ------- --- --------- - - - - -- ------------- ................. ------- ------------- ............ ----------------- ............. - --- ------------- ------------------ -------------------------------------- ------- ------------------ -------------------------------------- ----- ----------- --- ------------------- ....... .............. ------------- ......... .......... ....... ----------- --------- ........ R I E 5 0 ---------------------------------- — ----------------- ----------------------------------- ------ ------- ------------------------------------- ------------------- ------------------- ------------------- ....... ------------------ ------------------- ------------------ ----------------- ........... --------- ---------------- ....... ------------------- ...... -------------- ...... ----------------- : ------------- ---------- -------------- - - - - -- ........... I -------- ------- ------------------- -------------- -------------------- ------------------- ........ I ------------------------ ....... 6 6 6 6 L O. L 1 W b 6 A 4 Lh 04 N CY P P- P.- r-- F- U- U- U- U- 7 7 — 6. 0 7 L US - 5 75 '5 6 66 L A A c& P. 7 7 to N 6 A cb r-- I 4 4 N co A U) 4 w A (9 cc V) Gb CM Lo N N R I E 5 0 From Assistant County Administrator late: October 3, 20U 9 Mffmml� M Mom m Coumy/Emwmim/ PRojEcr A4A1VAGEmENT CoNTRAcr CHANGE ORDER PROJECT TITLE: An TO CONTRACTOR: BUYULCATvawda Oup, I" 3210 FleglerAvenue Key West FL 33040 pjagidue,to the vypok 80 to This chan4 pp, Prdar is ( 66 Not valid until s1$j[jqq_by_qwnq1r,ArcMtqct (If are plicabs l. a nd Can cto ARCHITECT vvjl �ra�m Hor Arrl CONTRACTOR: Irud DIRECTOR, PROJECT MANAGEMENT CQUNTY/ASSISTANT ADMINISTRATOR: Noilman Gestes! Ke Yin Wilson Christine Hurley t P,A. Date roue, Inc, at n c I Worn Change Orider Attachment per Ordinance No. 004-1999 III I � 111 I'll I! 111 1111111 11 01 111111111 Pill If Yes, explanation: I lip III � 11 11 1 1 1 1 NM�Ils If Yes, explanation of increase in price: DMMMS��� SM TO: Board of County Commissioner Date: October 13, 2017 RE: Change Orders Attached is a proposed Change Order #2 Burke Construction Group, Inc., Senior Nutrition Center Renovations. The Contract Sum will be decreased $349,815.23. According to Ordinance No. 004-1999 adopted by the Board of County Commissioners, proposed change orders are to be presented to members of the Board of County Commissioners at least 24 hours prior to approval, assuming they are within the Administrator's prescribed limits. Change orders not within the Administrator's authority ?re placed on the BOCC agenda. 50 E • win, a k" I QJ a M- MONROE COLINTY ANGINEERING/ PROJECT MANAGEMENT CONTRA ICT CHANGE ORDER YROJECT TITLE: AL& V%r1Vf&-A"1r1 TO CONTRACTOR- Al M r • = Not valid until - gomd by OwnioE, Architect fif apipliggle), apd CgntrogtOT AROHRC40- AMA4��V-hn 1:2 -�7 f. I/ Date 9 B 6 11 T/ I T INI L ID I]/ COUNYASSSTAN ADMSTRATOR: Roman Gastesi t Date Kevin Wilson Christine Hurley 11 0 QJ 0 pfd (D a 0 Change Order was not included in the original contract specifications, Yes X No 0 7-11 MIT 0 • Change Order is correcting an error or omission in design document. Yes EINo X Should a claim under the applicable professional liability policy be mikde? Yes No X Explain: MONROE COUNTY/ENGINEERING/ PROJECT MANAGEMENT CONTRACT CHANGE ORDER PROJECT TITLE: TO CONTRACTOR: But*e Construction Group, Inc. 10145 NW 99 Sr Danal FL 33172 The Contract is changed as follows: 16101 " k i :;F-'T*k ANY-N i =11M. 11 0 0 (D 1 1 Detailed description of change order and justification: Dela s cans d b Hurricane Irma lm cl. ext nsion is ILISI R)r Ille lirne which county of ice were shut down and work was not eiumoriged on the property. Additional Rubber surrace In the V. Wround. rptouted sorinkler gfpe nd cleanable reilln tiles in the kitchan. Thlsgb�an p_On Not valid until ARCHITECT: CONTRACTOR DIRECTOR PROJECT MANAGEME rchitect (if aonficablel. and Co Willia arn P.A. �A ez Dav�i� Tony�r COUNTYIASSISTANT ADMINISTRATOR: Roman Gaz �91112 - . Date 4/0/7 t'.6,�t e fL-- 17 OCT 2017 . Kevin Wilson, Christine Hurley Date �-, I �- -7 il If Yes, explanation: Playground expanded requiring more rubber surface, sprinkler pipe conflicted with headroom under building, kitchen ceiling had to r-- moisture resistant. Lost a month due to hurricane evacuations M ■ OR zn*�� 3���� qq Change OWNER Order Request ARCHITECT CONTRACTOR rjzl��# PROJECT Bernstein Park 6751 5th Street Stock Island< Florida 33040 CONTRACTOR: Burke Construction Group, Inc. 10145 N.W. 19th Street floral, Florida 33172 x x uRKE Construction Group Inc. CHANGE ORDER NUMBER: 023 DATE: 6/2912017 CONTRRACTOR PROJECT: 1611 11 DUE DATE- REVIEW DATE: INVOICED DATE: PAID DATE: SCHEDULEIMPACT, EXECUTED: No CONTRACT FOR: 1:Redevelopment of Bernstein Park TOTAL AMOUNFP $3,294.50 DESCRIPTION: Cost to relocate sprinkler main on ground floor due to conflicts with beams and door openings. ATTACHMENTS: PCO S 023: Relocate Sprinkler Main Per OwnerS RoquoSl Lowor and move sprinkler p1pas on first floor due to beams and door Is Subtotal: $2,996.00 Overhead: 5.00% on all line item typed 149.75 Profit; 5. 00% 9" alt line IN rn I ypa IP 149.76 Grand Total: $3,264,50 0 as 0 (D L) as 0 0 L) as E tab Burke Construction Group, Inc. page 1 of 2 Printed On: 7/2012017 09:49 AM OWNER ARCHITECT CONTRACTOR FIELD SUBCONTRACTOR Monroe County Engineering 1100 Simonton Street Key West Florida 33040 UR E Construction Group Inc. 11 F- 1 55 Reservations: This proposal is based solely on the usual cost elements such as labor material and normal markups, and does not include any amount for additional changes in the sequence of work, delays, disruptions, rescheduling, lost productivity, extended or unabsorbed overhead, overtime, acceleration and or impact costs, unless speciffically stated. The right is expressly reseved to amend and make claim for any and all of these related items prior to final settlement of this contract. Bill Horn (Architect) 915 Eaton Street Key West Florida 33040 Burke Construction Group, Inc. Burke Construction Group, Inc. 10145 NW 19th Street Miami Florida 33172 SIGNATURE DATE SIGNATURE DATE page 2 of 2 Printed On: 7/2012017 09 :49 AM 0 oa L) as 0 0 L) oa E 11811 S.W. 10th Street Miami, FIL 33184 BILL TO Bernstein Park Key West, FL 33041 - I Exclusion: Fire alarm/ electrical work, shut down fees, any changes made that may include adding relocating fire sprinkler heads or any related components after installation according to approved plans, correction of any deficiencies existing on fire sprinkler system not mention in scope of work, re-mobilization fees. Fire pump, Dry systems, pre engineered systems, any additions the Fire Department might impose not included in this price. I * -R [ ". Mrs Vii: I FTMV rtT407;TTq NWQ T4 HT 7 0 Additional Flexi-Pave 1 730 - RUBBER SURFACE FTMV rtT407;TTq NWQ T4 HT 7 0 0 0 (D L) as 0 0 L) E Zurke Construction Group, Inc. page I of 2 Printed On: 8/15/ 2017 02:03 PM 1 730 - RUBBER SURFACE 11-730 - RUBBER SURFACE 11-730- RUBBER SURFACE 1 111111111 itill Profit: 5.00% on all llne Item types WTF-T.T-I11V1nM�M 0 0 (D L) as 0 0 L) E Zurke Construction Group, Inc. page I of 2 Printed On: 8/15/ 2017 02:03 PM al ♦ �....- IIII - Reservations: This proposal is based solely on the usual cost elements such as labor material and normal markups, and does not include any amount for additional changes In the sequence of work, delays, disruptions, rescheduling, lost productivity, extended or unabsorbed overhead, overtime, acceleration and or Impact costs, unless speciffically stated. The right Is expressly reseved to amend and make claim for any and all of these related items prior to final settlement of this contract. Bill or (Architect) 916 Eaton Street Key West Florld a 33040 PTO Monroe County Engineering 1100 Simonton Street Key West Florida 33040 Burke Construction Group, Inc. 10145 NVV 19th Street Miami Florida 33172 SIGNATURE DATE SIc M. Burke Construction Group, Inc, page 2 of 2 Printed On: 8115/ 2017 02:03 PM FLEXf-POM nit 0 an smilon I nfts"etu ra" PROPOSAL K.B. Industries, Inc. 7300 Bryan Dairy Road, Suite 400 Largo, FL 33777-1544 Websitm www.kbius.com Date: ANSUNt 19, 201 Proposal #. 17306 Install Date: TED Kill Contact: Jamie Cabral KID Contact Number: (727) 723-3300 A r f n: Da rren Whiteside Burke Construction Group Inc 6751 5th Street Stock Island, IS 33040 Phone: (305) .536 -1544 Entail: Berstein Park Additional Area 6731 Sth Street Stock Island, PL 3,304 0 County of. Monroe F, Supply and driving KBI flex! - -Pave P2000. Z. KBI FIRM 0 -Pave P2000 meets the ASTM 8 FT Critical Fall Requirement In temperatures up to 120 degrees. For temperatures 121 degrees or higher, KBI plexidii-Pave P2000 meets a 7 FT Critical Fall Requirement Iril warranty any baselsub-grade work which is performed by others. 1 240 1 1 KHJ FIW Installation S Z'qs 708.00 2 240 P2000 Grass KBI Flem"-Pave Material $ 5.50 $ 1,320.00 Green 3 1 Freight $ $ 495D0 4 1 Corporate Moh1h7.adnv No Charge Upon acceptance ofilik proposal vvith your signature 111stollaii(I t/Labov $ 708.00 below, it is acknowledged you have read the Product m1mrIaN S 1,320.00 Specification Sheet for the Kill FlexiO-Process product Monroe County Surtax 1.3t I 19.60 quoted in this proposal. Florida State Sales Tax fiQDA $ 79,20 Mobilization No Charge Signature Title sub-Total $ 2,127, Freight 1 495.00 Printed Name, Date. Grand Total S 2,622.00 I PAYMENT TERMS & PROPOSAL NOTES 1, Payment Terms STANDARD: 100% due upon placement ofthc order, 11� - 1 P% I M, N11• I III .:p I I 1 -6 11 1 11 1-11 V11 I IV I IHr 11 4:1 41 FL, k1141j I ic I " I I, : I I x"I .. -"$ k-y F. , In I ro n n - 1 IkV. fnpl % Ly.11111IN n4 1 1 W 111, 1 P: 141P.1 - I I— 101 k ,++ I 1SY'l I Ir n 1 1 1 v, not A , , ,.I LI), .,, V 11i I I I. - fl,, p, wim 1, ':' , v -;w 010 r"I 1-Y I t , n)' III t1w, , I #9100.20/23- Feb -201 Simon Change OWNER x Burke Construction Group, Inc. Order 101 45 NW 1 9th Street Key West, Florida 33040 Request ARCHITECT DATE CREATED: 8/17/2017 CREATED BY: Armando Silveira (Burke Construction Group, CONTRACTOR x Inc.) CONTRACT STATUS. Pending - In Review FIELD a DESIGNATED REVIEWER: Armando Silvelra (Burke Construction AI A Document G710 Group, Inc.) SUBCONTRACTOR REVIEW DATE: PROJECT Bernstein Park CHANGE ORDER NUMBER: SCHEDULE IMPACT' 0 days 6751 6th Street DATE: CONTRACT FOR: 1: Redevelopment of Bernstein Park Stock Island< Florida 33040 CONTRRACTOR PROJECT: CONTRACTOR: Burke Construction Group, Inc, 10145 N.W. 119th Street Doral, Florida 33172 0 ,01 uRKE Construction &OUP Inc. 029 8117/2017 1611 Prime Contract Change Order #029: Ceiling Tile in Kitchen TO: Monroe County Engineering FROM: Burke Construction Group, Inc. 1100 Simonton Street 101 45 NW 1 9th Street Key West, Florida 33040 Miami Florida 33172 DATE CREATED: 8/17/2017 CREATED BY: Armando Silveira (Burke Construction Group, Inc.) CONTRACT STATUS. Pending - In Review REVISION: a DESIGNATED REVIEWER: Armando Silvelra (Burke Construction REVIEWED BY: Group, Inc.) DUE DATE: REVIEW DATE: INVOICED DATE: PAID DATE: SCHEDULE IMPACT' 0 days EXECUTED: No CONTRACT FOR: 1: Redevelopment of Bernstein Park TOTAL AMOUNT: $688.18 DESCRIPTION. Provide and install ceiling the in Kitchen area per owners request. Credit is being provided f o r d rywaI hanging and finishing. ATTACHMENT& �1- PC O # 029: Ceiling Tile In Kitchen 11 0 sa 0 M L) ur as 0 0 CD rZ L) ea E 0 Burke Construction Group, Inc. page 1 of 2 Printed On: 8/17/2017 03:35 PM ! y' .. OWNER ARCHITECT CONTRACTOR FIELD SUBCONTRACTOR Monroe County Engineering 1100 Simonton Street Key West Florida 33040 ! . r• Reservations: This proposal Is based solely on the usual cost elements such as labor material and normal markups, and does not include any amount for additional changes in the sequence of work, delays, disruptions, rescheduling, lost productivity, extended or unabsorbed overhead, overtime, acceleration and or Impact costs, unless seclfflcally stated, The right is expressly reseved to amend and make claim for any and all of these related Items prior to final settlement of this contract. Bill Born (Architect) 915 Eaton Street Key West Florida 33040 1, 1 01 B U R K E Construction u Inc. Burke Construction Group, Inc. 10145 NW 19th Street Miami Florida 33172 SIGNATURE 1 Burke Construction Group, Inc. page 2 of 2 Printed On: 8/17/2017 03:35 PM 1i TECHNOLOGY ACOUSTIC PROPOSAL No. 20170720 ADDRESS Bernstein Park Stock Island Monroe County Grid: 2X2 USG 15/16 ■ Tile: 2X2 Vinyl Rock USG • T-4 T-2 Men T 1T i re Moldings TOTALPRICE ................... ............... . ........................................... ...... ........ . ....................... $1325.62 Include labor and materials. - a 6 9=, MEUI♦ 4 " Proposal Submitted to: Date: 7-10-17 Burke Construction Job Name- Bernstein Park Redevelopment 10145 NW 19' Street Stock Island, FL Dotal, FL 33172 Architect: William P Horn, PA Date of Plans: 10-05-15 Bidding Set Credit for hanging and finishing kitchen ceiling: Hanging $350 Finishing $350 Total CO cost ..................................... $70R, materials given to us will be passed on to the general contractor. ACCEPTANCE OF PROPOSAL: The above prices, specifications and conditions are satisfactory and are hereby accepted, You are authorized to do the work as specified. This proposal will be incorporated in the contract documents. Date of Acceptance; By: __ Title: I as 0 Is 1.390 S DIXIE HWV, #2103, CORAL GABLES, FL 33146 P 3053 970.9520 MONROE COUNW/ENGMERiNG/ PRojEcir MANAGEMENT CoNTRAcr CHANGE ORDER MOJECT TITLE: Big Pine Shade Structure Retrofitting and Now Bocce Courts INITIATION DATE: 10/2612017 TO CONTRACTOR: Pedro Falcon Electrical Contractors, Inc, d/a/a Pedro Falcon Contractors, Inc. CHANGE ORDER NO: 3 11 0 0 (D a Detailed description of change order and justification: NQ cost Time Extension clue to HURRICANE IRMA and FEMA at the B;t7 Pine Park This C the on in a t contra Not valid until i net! tr Ow ner , Architect Of applicableh-and Co tractor M � .*, S l NIA Kevin Wilson Christine Hurley 0 0 Change Order was not included in the original contract specifications. Yes Z No F1 If Yes, explanatiom Hurricane IRMA and FEMA at the Big Pine Park 0 Change Order was included in the original specifications, Yes M No Z .4 "M IN 0 Project architect approves the change order, Yes [I No Z .f no, explanation whv " AT, q t I Irky Change Order Is corpecting an error or omission in design document. Yes E]No 2 Should a claim under the applicable professional liability policy be made? Yes F_] No Z Explain: MONROE COUNI°Y /EN GR MRING/ PR O JECT MANAGEMENT CONTRA CHANGE ORDER PROJECT TITLE. Key West Lighthouse Ticket Counter TO CONTRACTOR: Sea Tech of the Florida Keys, Inc. The Contract is changed as follows: INITIATION DATE: 10/1912017 • ' N CONTRACT DATE: 0511612017 The original (Cont(as Sum) (Guaranteed Maximum Price) ....................... .....................$27,608.00 Net change by previously authorized Change Orders ..................... ..............................$ 0 The (Contract Sum (Guaranteed Maximum Price) prior to this Change order was .............$27,608.00 The (Contract Sum) (Guaranteed Maximum Price) will be (increase, (decreased) (unchanged) by this Change Order ....... $23,681.02 The new (Contract Sum) (Guaranteed Maximum Price) including this Change Order is ........ $51,289.02 The Contract Time will be (decreased) (unchanged) by ... ............................... 97 days The date of Substantial Completion as of the date of this Change Order is ........................ 12/11/2017 Detailed description of change order and justification: An ale t differenqQ between the prQp0$ed fickel room floor d M2 exterior Ujrohot g Was Ld durtno consrru io . Th n w tkWQffl wa.5 not d esignad to be th e ADA entnence bid UAM ra Mp historic nature of ttre building adJus ;lnq the thres w a s n o t air o and add[ng steps within the wall Picket room cre ated Cgnfr/c s du$,(o_tha lltnlfed gQace. Therefore, the Key W es��l�s and H /starical ocie County steff t3nd the A h ra-M viewed the nd Letermined th at d the k wes modified and an exterfor ate and athwe wars r aced to the at the no on ould e new e be ADA compl iant but the c1 u/ ban of the - g ift ho would be greatly Im rnv d. AI tructlon on ro act wa& while tho d estoig A rove ! u da e . ch rder rs ❑ od the tick n era d introd a cahe an pathway t hat u an AP c onwIlan t entrance wjffi Impro oftulat Pattems at an increased costgf $ 23 . 681 , aUn Q LV di r ian r days thus a ft sqk&A co mplet ion da fro SeofeWhU 2017 be i 2017. Th s change order is 65, of the oriylnal contract br/ce. ARCHITECT: DIRECTOR PROJECT MANAGEMENT COUNTWASSISTANTADMINISTRATOR: 4.. - Date ID Aq r D ate Di to 27 October 2017 Rhrnian Gestesi Kevin Wilson Christine Hurley 0 �a 0 11 11AW � Emei M OR it M= Change Order exceeds $50,000 • 5% • contract price (whichever is greater). Yes El No If Yes, explanation as to why it is not subject for a calling for bids: The change order is a continuation of the on-going construction project and is not able to be separated or phased utilizing an additional contractor without increasing the cost and time over that of this proposed change order. 10 & Change Order is correcting an error or omission in design document. Yes []No 9 I 0 0 pfd (D a I a a RE: Change Orders 114[!�lljmeil IMMOMMs M=11014 Mea According to Ordinance No. 004-1999 adopted by the Board of County Commissioners, proposed change orders are to be presented to members ♦ the Board • County Commissioners at least 24 hours prior to approval, assuming they are within the Administrator's prescribed limits. Change orders not within the Administrator's authority are placed on the BOCC agenda. Signature Assistance County Administrator 11 QJ a of feaTech ow%.o inc.0% OF THE FLORIDA KEYS DESIGN BUILD CONTRACTORS August 25, 2017 Monroe County Engineering Attn: Ray Sanders 1100 Simonton Street, 2-216 Key West, FL 33040 Re: Lighthouse Ticket Counter ffmy!%�- i' We hereby propose to furnish materials, equipment and perform the labor necessary to complete the changes referenced in information bulletin #I design by Bender & Associates dated 27JUL2017: 16 hrs @ 80 $1,280.00 20 hrs @ 80 $1,600.00 20 hrs @ 75 $1,500.00 1 Is @ 136.08 7.50% 10.21 $146.29 16 hrs @ 80 $1,280.00 1 cy @ 446.86 7.50% 33.51 $480.37 24 hrs @ 80 $1,920.00 1 Is @ 988.66 7.50% 49.43 $1,038.09 6 hrs @ 80 $480.00 1 Is @ 291.62 7.50% 21.87 $313.49 16 hrs @ 80 $1,280.00 1 Is @ 913.75 $913.75 1 Is @ -1860 -$1,860.00 1 Is @ 1346 7.50% 101 $1,446.95 1 Is @ 1775.29 7.50% 133.1 $1,908.44 24 hrs @ 80 $1,920.00 120 hrs @ 45 $5,400.00 1 Is @ 432 $432.00 Subtotal $21,479.38 Overhead 5% $1,073.97 Profit 5% $1,127.67 TOTAL $23,681.02 Page 1 of 2 119r, I III I HIM14 M ff.Mor-loj I I 14M III] I RE 11 (1 KIKI mIgEMN I a I I w wig I IgIrnol I ra I MyLINJ I M I I VII I I I Mmof ACCEPTANCE OF PROPOSAL The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work specified. Payment will be made as outlined above. ff-.= IMN I 0 (D a PO Box 420529 Summerland Kev. - F. 33042 131 Palo " no Horse Trai 1 Big Pine Key, FL 33043 Invoice I 0 0 (D L) as 0 0 L) E Shopping Cart FREE Shipping on eligible items, M= S E 5000 Plus 80 lb. Concrete Model #65200370 L.A WeatherShield 1 in, x 4 in. x 8 ft. Ground Contact Pressure-Treated Board Model #253915 aw., () Pick Up In Store Today FREE IN Om Subtotal Pick Up In Store Sales Tax (determined in later step) M= Qty Item Total $119.4. 20 0 (D $16.68 CD 4 L) Shopping Cart FREE Shipping on eligible !terns, mm Pv v': V WE 0 QJ $3336 L) go $446.86 FREE $ 446 86 $8,00 .r • - Price •Quotation Phone: 786-573-7140 Fax: 305-969-0361 Bid No: 8342141 Bid Date: 08115117 Quoted By: AC Customer: SEA TECH INC 830 CRANE BLVD SUMMERLAND KEY, FL 3304:3 Cust Phone: 305-304-8406 Terms: CASH • DEMANIF Ship To: SEA TECH INC 830 CRANE BLVD SUMMERLAND KEY, FIL 33042 • # - i - . .0 Item Description Quantity Net Price UM Total SP-Z806-HDG-E1 -E4 Z806 HDG GRATE W/ CAP AND OUTLET 6 161.500 FT 969.00 PRICE INCLUDES FACTORY CUT DOWN TO 5-5" Net Total: $969.00 Tax: $67.83 Freight: $0.00 Total: $1036.83 Buyer's acceptance of Seller's terms and conditions, which are incorporated by reference and found either following this document, • on the web at hftp://wolseleyna.com/terms conditionsSale.htmi. Govt Buyers: All items are open market uri - less 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 antirlpaled for human consumption- Products with *NP in the description are NOT lead free and can only be installed in non-polable applications- Buyer is solely responsible for product selection. j Model 4 4520010 Internet 4100191022 Store SKU #189793 Store SO SKU #1000536555 233EMMEM UI­ at Key West Product Overview 0 0 & Your local store: Key West 4 in. x 10 ft. 2 Hole Triplewall Pipe Durable, strong residential drainage, septic leach field pipe Soil-tight joints and multiple fitting options available Flexible to withstand fireezelthow without cracking or shattering Advanced Drainage Systems is the world's largest producer of corrugated HDPE pipe and related Into & Guides drainage products. ADS serves the storm and waste water industry through a global network of 56 domestic and international manufacturing plants and 27 distribution centers. In addition to its flagship N-12 pipe, the company offers a complete line of fittings and other accessories including, You will need whalserdAcrobarn) Readerto view PDF documents a ree copy from the Adobe Web site- Nyloplade drainage structures, and various geotextiles ADS Triple wall has been designed to provide customers with an HDPE alternative to PAC D-2729 or Thin Wall Pipe and it meets or exceeds many of the requirements for PAC 27129, per ASTM D 2729. Shopping Cart FREE Shipping on eligible items. Sce D­e l am WeatherShield 1 in. x 4 in, x 8 ft. Ground Contact Pressure-Treated Board Model #253915 liffim Unit Qty Item Price Total 0 Pick Up In Store Today FREE $4,17 $38-9 0 $3336 0 (D N I N The Hillman Group 10 in, Stainless Steel Ornamental Gate Pull (2-Pack) Model #853337 2 in, x 4 in, x 8 ft, #2 Ground Contact Pressure-Treated Lumber Model #106147 0 Ship ToHome $2103 () Ship To Store FREE IR $11.94 3 PrImeSource 2-112 in. x 10 1 lb, Stainless Steel Deck Screw Model ##M 562703 , Prep 5 1 M I - -Ipplr g on Most Orders Sec Der'A", OF&A fim Addl to List I Rernove $121.27 -$7.74 $7. 74 2,� 0 $12 QJ (D Shipping: and ckliveny charges are calcuscui atihe loovest rite CD available Other miethlodswdl bevlmovablp on use nex page, L) 0 0 L) QJ E FREE SAME-DAY SHIPPING i- IMMOUNTE" EXPEDITED SHIPPING 0 Gyn q�://www-qualifiedhardware.com) (Ck Enter item or Keyword Cv '1_-ffW-j49_-'7661 PRODUCT V Nonon UNIT PRICE QUANTITY TOTAL Day Return Policy Shopping Help My Account Company Info Product finishes Login (https://wwwqualifiedhardware.com/login) About Us (https://www.qualifiedhardware.com/finishes) View Orders (https:ltwww, qualified hardware.corntabout) Opening degrees (https://www.qualifiedhardware.com/account) Site Map (https: /lwww.qualifiedhardware.com/degrees) Edit Login Info (https://www.qualifiedhardware.com/sitemap) Frequently used terms (https://www.qualifiedhardware.com/aGcount/info) Contact Us (https://www.qualifiedhardware.com/glossary) Edit Billing/Shipping Info (hftps:/hvww.qualifiedhardware.com/contact) Door handing (hitps://www.qualifiedhardware.com/account/addressb&&Os Policies (https://www-qualifiedhardware.com/handing) (htips:/Atvwwqualifiedhardware-com/policies) Documents Warranty Information (hftps://www.qualifiedhardware.com/documents) (hftps:ltwww-qualifiedhardware.com/warranty) Privacy Policy (https:( twww.qualifiedhardware.com/pdvacy) Articles (https://www,qualifiedhardware-comlarticies.htmi) Developed In E picenter j hilp. lhw ....... � ­mEng. com) - Web Apple cab on Dave lopma w Company (m Ila llwww, epmentexor, sul I nq.cam) Copyri giv @1 2017 O%jo hri d Hardwa- V"Icn =seiz Red", rAEE Ca le Sa me -Da y Shi pp! n g Customer Reviews I 0 QJ 0 Q) L) 0 0 L) QJ E I Guaranteed delivery date: Aug. 16, 2017 if you order in the next 7 hours and 20 minutes Items shipped from Amazon.com Stanley 849687 Square Spring Choose your Prime delivery option: Hinge, Stainless Steel, 4" Wednesday, Aug, 16 $14 45 FREE Two-Day Shipping 3 I LQIY-- Friday, Aug, IS Sold by: Amazon,com LLC FREE Standard Shipping Add a gift re(i2iin 0 Tuesday, Aug. 22 and see other gift options FREE No-Rush Shipping Get a $5 reward for Prime Pantry Details Ship in Amazon box Order total: $46.S9 Piece your order By placing your order, you agree to Amazon corn's 1 p v, t,v eo: 3ce and i Need help? Check our hcelx, pa ti,', or ixt For an item sold by Amazon COM: When You dick the "Place your order" button, we'll send you an email message acknowledging receipt of your order. Your contract to purchase an item will not be complete until we send you an small notifying you that the item has been shipped 4 V M , a p rim"v Gwc v L Vr a c You may return new, unopened merchandise in original condition within 30 days of delivery Exceptions and restrictions apply See Amazon com's Returns naiu, 0 QJ 0 In pfd L) 0 0 aa L) qt E M 0 Need to add more items to your order? Continue shopping on the Am.4zon u, ALL KEYS WELDING L.L.C. P.O. BOX 431908 BIG PINE KEY, FL 33043 Bill To SeaTech,ffic 131 Palomino Horse Tr] Big Pine Key , F1 33043 QUOTE Date Invoice # 8/2212017 227 Ship To SeaTech,1m; 131 Palomino I lorse TrI Big Pine Key , Fl 33043 I 0 CD 0 L) as 0 0 CD C L) E Lazarus Cabinet Shop, Inc. PROPOSAII 5615 2" Ave Key West, FL 33040 Ph. (305)294-3366 Cell: 305) 304-4873 Email: lazcab@bellsouth.net Date Proposal We hereby submit specifications an estimate for: July 17, 2017 3073 Project: Key West Lighthouse Uwffimf r� Description Unit Price Amount We hereby submit specifications an estimate for: The following job, Fabrication of New Ticket Desk matching the existing desk $1,121.00 Material for fabricate counter V birch plywood, 2" edge Formica Laminated any standard color you choose Front panel 3 /4 " Clear Fir Pine wood reassign panels, satin clear finish. Desk installation $ 225.00 Subtotal ........................................... ....................... Tax 7.5% ............................... ......................................... ........................... $1,346.00 Total $ 100.95 $ 1,446.95 We need 50% deposit on acceptance, and 50% at installation time. The deposit on acceptance under any circumstances is not refundable if the customer decides to cancel the order. All material is guaranteed to be as specified. All Work to be Completed in a workmanlike manner According to standard practices. Any alteration or deviation from above specifications involving Extra costs will be executed only upon Whitten orders, and will become an extra charge over and Above the estimate. All agreements contingent upon strikes, accidents or delays beyond our control. This proposal may be withdrawn by us if not accepted within (30) days Owner Or Authorizer Signature: Date: Contractor Si Oatc I 0 0 Q) L) as 0 0 on L) E IP PaylUcill Checkout The safer, easier way to pay IMPORTANT ORDERING INFORMATION 11 0 QJ 0 Cfd (D L) 0 tZ A3 J= L) Ce QJ E 0 1 $ GlasswarePro su r A aGUKT cAffy j WOOD 1143MMM140114i riVAIRDRINCIRA." 01010111 SHOPPING INFO SHOPPING CART About Us Terms A, Rebates Short Descriptions Price Qty Remove Total CRIL Satin Anodized Cashier Window Unit Return Policy 1 `7 $1,472.69 Mfr. part: SCW103N 11 In Stock Shipping Terms & Policy CRL Brushed Stainless Steel S" Speak-Thru 6 0, 3'5 7 $16035 1 Frequently Asked Mk part: SSTS — Questions 153 in Stock Your Privacy Choose Shipping Method Subtotal: $1,633,04 0 JPS/FedEx 2-Day ($567,08) 0 UPS/FedEx Express Saver (3 Day) ($477.08) 0 UPS/FedEx Standard Overnight ($666.08) * UPS/USPS/FedEx Ground ($142,25) Proms code(s): Total: Continue Shopping Prins 1 ;:ivq 1-11T ErPIA',' I 113d. I �-,ocv(Jjt IP PaylUcill Checkout The safer, easier way to pay IMPORTANT ORDERING INFORMATION 11 0 QJ 0 Cfd (D L) 0 tZ A3 J= L) Ce QJ E 0 W WASTE MAMAGEMENT 'r6 �-,t lIVI SEATECH 09/01/17-09/15/17 09/16/2017 890041 7-1098-3 How To Contact Us Your Payment Is Due Your Total Due Visit WM.Com 10/16/2017 $869.00 NINE pay your invoice or schedule a pickup Customer Servicei (866) 690-11 1 if full payment of the invoiced amount is z! within your contractual terms, you may � monthly late charge of 2.5% of the unpaid amount; with a See Reverse for Important Messages minimum monthly charge of $5, or such late charge allowed under applicable law, regulation or contract. Previous Balance Payments Adjustments + + + 05.00 (105.00) 0.00 Details for Service Location: Seatech, 938 Whitehead St, Key West Ell. 33040-7423 Description Inactivity charge Mip:08/01-08/31/1 7 Ticket Total 10 Yd flat rolloff Ticket Total Administrative change Total Current Charges INVOICE b =am Da I Service Period: Invoice te: , Is Date 08/31/17 09/06/17 Ticket M51425 218387 x X --------------------------------- Please detach and send the lower portion with payment --- (no cash or staples) ----------------------------- VIA w .. p.s� MA WASTE MANAGEMENT INC OF FLORIDA RD BOX 42930 PHOENIX, AZ 850BO (866) 690-1112 (305)296-8297 (305) 296-8175 FAX Payment Terms Total Due by 10/16/2017 r SEATECH WASTE MANAGEMENT INC. OF FLORIDA RD BOX 420529 ED BOX 105453 SUMMERLAND KEY FL 33042-0529 ATLANTA, GA 30348-5453 q) 6 THINK GREEN." �—d — In t Pg. 566 (D -T Quantity Amount 1.00 43200 L) ODO 432.00 QS 1.00 43100 432.00 0 0 5.00 0) -- .-- : tZ 869.00 L) E X --------------------------------- Please detach and send the lower portion with payment --- (no cash or staples) ----------------------------- VIA w .. p.s� MA WASTE MANAGEMENT INC OF FLORIDA RD BOX 42930 PHOENIX, AZ 850BO (866) 690-1112 (305)296-8297 (305) 296-8175 FAX Payment Terms Total Due by 10/16/2017 r SEATECH WASTE MANAGEMENT INC. OF FLORIDA RD BOX 420529 ED BOX 105453 SUMMERLAND KEY FL 33042-0529 ATLANTA, GA 30348-5453 q) 6 THINK GREEN." �—d — In t Pg. 566 M ONRCE CCUNTYANGUMRING/ PROJECT MANAGEMENT CNTRACT CHANGE ORDER PROJECT TITLE: R CONTRACTO Sea Tech of Vre F M-13)72 The Contract is changed as follows: The original ( ontr ct Su (Guaranteed Maximum Price) ........................ ....................$150,794.00 Net change by previously authorized Change Orders— r ...... -- ......................... ...... S 7,864.51 The ( Contract Sum) (Guaranteed Maximum Price) prior to this Change order was ..............$158.678.51 The (Contract Sum) (Guaranteed Maximum Pricey will be Lincrease d} (decreased) (unchanged) by this Change Order ....... $ 9,994.88 The new (C trac Sum _(Guaranteed Maximum Price) Including this Change Order is ....... $167.673.39 The Contract Time will be (increased) (decreased) (unchanged) by ... ............................... 73 days The date of Substantial Completion as of the date of this Change Omer Is ......................... 12/1/2017 The ex /stir luM2 was not available in the a a rrlant' ed In es- .6.uilt D lens. Therefore. a I1R statlo must be installed nnect ft qSrepse nit to the sewer sysfom. The axlstF er heater is ru out at AQ b o Ho ma Is lea king F area whgpq 1he new 1l 1 s fled / ttra asha abstMenf. Thf chaQg2 0rj1 is to IngiaLl a lift gpj&M water beftrand a/ the aMotate electric nd lumbi m c mgonents end results in an Increased cost of A 994.85 engr MgUjres 14 addltkrnel days. Th2 Pro lect was also shut dawn err 042 100a deys dus„ o ffyrdc e e_(mra thus a&stina the subs Lop La Ca dQ10 frVm Sep tefftker19.2017t o December '1.2Q,17. Th1s Cban{ge Q,�er is 5.9j of the ArinrnFfr i-An MPt nnrw X COUNTY /ASSISTANT MINIST TOR: Roman Gastesi Kevin Wilson Christine Hurley 0 �a 0 0 Change Order was not included in the original contract specifications. Yes 21 No M If Yes, explanation: The existing plumbing was not available In the area identified in the as-built plans. Therefore, a lifts tion must be installed to connect the grease pit to the sewer system. During the asbestos abatement it was identified that the existing water heater is rusted out at the bottom and is now leaking within the area where the new tile was Installed. The project was also shut down due to Hurricane Irma. Combined these items adjusted the substantial completion date to December 1, 2017. This change order is for the plumbing modifications and time lost due to HurTicane Irma. 0 Change Order was included in the original specifications. Yes [I No (D If Yes, explanation of increase in price: Change Order exceeds $50,000 or 5% of contract price (whichever is greater). Y4 No If Yes, explanation as to why it is not subject fora calling for bids: 0 Project architect approves the change order. Yes N No ■ 0 Change Order is correcting an error or omission in design document. Yes []No 0 I 0 0 (D a Should a claim under the applicable professional liability policy be made? Yes El No Z Explain: OF THE FLORIDA KEYS DESIGN BUILD CONTRACTORS Attn: Ray Sanders 1100 Simonton Street. A 2-21m Key West, FL 33040 Re: Senior Center Kitchen Renovation Subject: Change Order #03 — Install Grease Trap, Water Heater, Etc 1 Is @ 2440 0.00% 0.00 $2,440.(E 1 Is @ 764 0.00% 0.00 $764.00 1 Is @ 2650 0.00% 0.00 $2,650.00 52 hrs @ 40 0.00% 0.00 $2,080.00 35 bags @ 5.97 7.50% 0.45 $224.62 20 EA @ 1.95 7.50% 0.15 $41.93 4 gal @ 49.97 7.50% 3.75 $214.87 Subtotal $8,158.62 Overhead 5% $407.93 Profit 5% $428.33 TOTAL $8,994.88 All material is guaranteed to be as specified and the above work to be performed in accordance with the manufacturer's specifications and completed in a substantial workmanlike manner for the sum of. Eight Thousand, Nine Hundred Ninety Four Dollars 88/100 ................... $8,994.88 This additional work will add 14 days to the duration of the contract. Payment in full upon completion. I 0 0 L) as 0 L) E Any alteration or deviation from above specifications involving extra costs will be executed only upon written orders and will become an extra charge over and above the estimate. All agreements contingent upon strikes, accidents, or delays beyond our control. Owner to carry fire, tornado and other necessary insurance upon above work. Workers Compensation and General Liability insurance on above work will be taken out by SEA TECH, INC. Note - This proposal may be withdrawn by us if not accepted within 30 days. ACCEPTANCE OF PROPOSAL The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work specified. Payment will be made as outlined above. IM I 0 (D a 5000 Plus PA TE W � SMAETE SON Plul NI m. (onf-re $ - RE . Cal :GG A R IID CLISOM BuftnaPmducto Red Gar r5 1 j)gcwC,jgj ."Id Crack Prevtmtjojl • Mvmhcanp O*borfby.— 1 49 97 11 x 2 IL 94 Robee Fn $195 ", Nearshore Electric Inc. State Certified Electrical Contractor 4EC13001186 RVW�� Owner. Senior Citizen Plaza Phone. OR5) 872-0888 small.- Jenniferff*.seatecirce Job# 170309 Project. Senior Citizen Kitchen Renovation Confidential Project Address: 1400 Kennedy Dr. KID F1, 33040 mr2mumam To ail concerned, We are pleased • offer you our proposal for electrical work required at The Senior Citizen Plaza, Florida. All work performed by Nearshore Electric, Inc. shall be warranted for a period of one year. The following breakdown describes the items and services that Nearshore Electric, Inc. shall provide as well as any exclusion from our scope of work. EXCLUDED FROM BID: * Permit fees * Any Scope of work not clearly shown on drawings or within the bid documents and/or specifications is not included in this proposal. We propose to furnish material and labor, complete in accordance with the above specifications, for the lumps of. Four Thousand One Hundred And For Dollars .............................. $4,140.00 Authorized Signature J Matthew AP ell erito 11 0 0 G) a Terry L. Tidwell Plumbing, Inc. ig-b. East Circle Drive Key West, FL 33040 Customer: Sea Tech, Inc. P.O. Box 4 Summerland Key, FL 33042 0 Estimate, 91 1 1 201 7 I 1256 11 Thank you for your business. Phone # 305 Fax # RIB TLTidwellPlumbing@gmail.com 0 Q) L) as 0 0 L) E Terry L. Tidwell Plumbing, Inc. ig-b. East Circle Drive Key West, FL 33040 cmtomer• Sea Tech, Inc. P.O. BOX 420529 Summerland Key, FL 33042 Description. Remove Existing 3oGal. Low Boy Water Heater Install (1) New 3oGal. Low Boy Water Heater With Pan Phone# 3 Fax # 0 Estimate. Date. 8/7/2017 M , Cost; M Total: TL'ndwellPlumbing@gmaii.com Menlo #- 12 55 Senior Center 'rotal: $764.00 I 0 (D L) as 0 0 L) E 0 # Attached is a proposed Change Order #4 Sea Tech of the Florida Keys, Inc., Senior Center Kitchen Renovation. The Contract Sum will be increased $8,994.88. According to Ordinance No. 004-1999 adopted by the Board of County Commissioners, proposed change orders are to • presented to members • the Board of County Commissioners at least 24 hours prior to approval, assuming they are within the Administrator's prescribed limits. Change orders not within the Administrator's authority are placed on the BOCC agenda. signature Assistance County Administrator Kevin G. Wilson Print Name 11 QJ pfd a M