Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item C16
C16 BOARD OF COUNTY COMMISSIONERS COUNTY of MONROE Mayor James K.Scholl,District 3 The Florida Keys Mayor Pro Tern Michelle Lincoln,District 2 Craig Cates,District 1 David Rice,District 4 Holly Merrill Raschein,District 5 Board of County Commissioners Meeting April 16, 2025 Agenda Item Number: C 16 2023-3898 BULK ITEM: Yes DEPARTMENT: Project Management TIME APPROXIMATE: STAFF CONTACT: Cary Vick n/a AGENDA ITEM WORDING: Report of monthly change orders for the month of March 2025, reviewed by the County Administrator/Assistant County Administrator. ITEM BACKGROUND: There were five (5) change orders considered and approved by the County Administrator/Assistant Administrator for the period beginning 03/01/2025 and ending 03/31/2025 for a total of$104,887.86. 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 741 DOCUMENTATION: Change Order Rpt Mar 2025.pdf FINANCIAL IMPACT: N/A 742 0) L �O N : "O a) a) O OV a) O �'0 N lz fa a..i In lz o fu fu c _0 c fu 'nani pa) 3 c a) 0'O Q o f0 Ln L 0 a..i api n3 � co n X a +� (n O)O a-' U (n a) 7 N A" w N f0 "06_ C a'' T m +' > N Y E 3 a) 6, f�0 0 a) .2 C "O O C W �O f0 N +' C O i 0 0 .� N Q O 3 0 O p +� N C w0 w f 0 MnO M C "O 3 N a) Q f_�O a' 06 O N > o W a� o C 0 .� C E W " �° +� E 0 0 ti L f��0 C OMn Q ai o o 'p w a) n C n V C E j N i V a) m N f0 a) O M V 3 j o `EE "0 "0'ate — a) 7 = -0 am 0, = Q f0 a-i a) a) f0 M. V 01 y� V "p C V a) V E V f0 C_ C � C O T L C 7 _0 a) a..i C (n a.i m a) a) A In V Ln C C — T (n V O V 132 a..i i Co a) O -0 "O C 'n Ou j,_0 O b -0 O 0 d a) Ln -O N N c Ln a) m n n N c c o a) Mn co c 0 a) U 0 a>i o)'� O O io - o �, n3 c p V E c _ +� w — o)O m i 00 --p O fa d'O 2! N 'n 1 O f0 0)f0 C - 0 0 0l O 0 J V 0 o -0 o � E � D tea`) � a) 3:m— a) Z p � � E +� 0 0 E � 0 � aci � � � n� � n a) � 2 W W (,) W N W N H m LL W W N N N N O W W N O O LL D Ln Q0q M n W Q Q 0l\O Q LUO .--i .--i N 0 � CD:) 1�1 Q Q v , 0 O O O O O O O ace V a M M 3 � � 3 oC C C co W (� C Z a) 0 N Z E 00 n Z I o 0 0 o Q L N a a) a) E W a c d 0 C C O� n3 O 'n a) a) o Z a CA a) a) � V : Z `�' c � � V) o , O W ZI c N W OMo z z 6 a r VoZ o o o oa) �o o io .D Z oc � U O > � L tLfC f Z W D Go Z n Z c) p V H W O c) C) — � N _> > o N J M Q T N O m W Z W H V 0 OLL O M M 0 N W H V u C � Z Z O V oC ou U O 0 C O J C V m 13f O L 0 L 0 O U V L C O O C C C n3 U C O OV 0 �. W U p H s a) O fu U- Z uY V � E 0 0 a V a Ln O c V 7 O Y C V 0 W i a) O -0 +� 7 0 W V h n � � O � E � O a p 's E } O = Y a) p_ W p L O_ a 0 C X 'n d U a w O O W Y p E a a) p C U Q 2 J a n3 0 a) � c _ m m fu W 743 MONROE COUNTYANGINEERING/ PROJECT MANAGEMENT CONTRACT CHANGE ORDER PROJECT TITLE: CHANGE ORDER NO: 01 MCDC Stock Island Stucco Repairs INITIATION DATE: 02/28/2025 CONTRACT DATE: 07/17/2024 TO CONTRACTOR: Quick Painting Group Corp. 9867 S Orange Blossum Trail, Ste. 109 Orlando, Florida 32837 The Contract is changed as follows: The original (Contract Sum) (Guaranteed Maximum Price)............................................$240,000.00 Net change by previously authorized Change Orders...................................................$ 0.00 The (Contract Sum) (Guaranteed Maximum Price) prior to this Change order was.............$240,000.00 The (Contract Sum) (Guaranteed Maximum Price) will be (increased) (decreased) (unchanged) by this Change Order.......$ 0.00 The new (Contract Sum) (Guaranteed Maximum Price) including this Change Order is........$240,000.00 The Contract Time will be (increased) (decreased) (unchanged) by.................................. 104 days The date of Substantial Completion as of the date of this Change Order is........................ 03/28/2025 Detailed description of change order and justification: This is a no cost time extension change order. Due to access and staffing issues, the contractor has requested 104 days be added to the contract time. The previous substantial completion date was December 14, 2024. This change Order is 0% of the original contract price. Not valid until signed by Owner, Engineer(if applicable), and Contractor ENGINEER: N/A Date CONTRACTOR: "' rv• 02/28/2024 (Z, ick Painting Group Corp. Date µ DEPARTMENT DIRECTOR -- 02/28/2024 Cary Vicp Date Project Management Digitally signed by Christine Christine Hurley Hurley COUNTY ADMINISTRATOR: Date:2025.03.041s:sl:s5-oe'oo' Christine Hurley Date 744 Change Order Attachment per Ordinance No. 005-2023 • Change Order was not included in the original contract specifications. Yes ® No ❑ If Yes, explanation: No cost time extension. • Change Order was included in the original specifications. Yes ❑ No If Yes, explanation of increase in price: • Change Order exceeds $100,000 or 5% of contract price (whichever is greater). Yes ❑ No If Yes, explanation as to why it is not subject for a calling for bids: • Project architect approves the change order. Yes ❑ No If no, explanation of why: N/A—not needed for time extension only change order • Change Order is correcting an error or omission in design document. Yes ❑No Fq Should a claim under the applicable professional liability policy be made? Yes ❑ No Explain: 745 MQuickPaintin GROUP To: Matthew R. Howard Monroe County Project Management Department 1100 Simonton Street, 2-216 Key West, Florida 33040 (305)850-8123 - howard-matthew@monroecounty-fl.gov Subject: Formal Request for Project Extension - MCDC Stock Island Stucco Repairs Dear Matthew Howard, We are writing to formally request an extension for the final completion of the MCDC Stock Island Stucco Repairs project. As per the original agreement, the project commenced on October 15, 2024, with final completion set for January 13, 2025. Despite following the schedule, additional time is needed to maintain the high quality and precision required for the project. Given that the project requires careful attention to detail and precision, we believe that an extension of 104 calendar days is necessary, moving the final completion date to April 27, 2025. Please know that our team is committed to delivering an outstanding result, and we are dedicated to upholding the highest standards of quality throughout the duration of the project. We appreciate your understanding and support as we work to ensure the successful and meticulous completion of this important work. We look forward to your approval and continued collaboration on this project. Thank you for your attention to this matter. Sincerely, Andres Sanchez President Quick Painting Group Corp 407-733-0401 quickpaintinggroup@gmail.com 746 MONROE COUNTY PROJECT MANAGEMENT CONTRACT CHANGE ORDER PROJECT TITLE: INITIATION DATE: March 11, 2025 Blue Heron Pickleball Court Expansion CHANGE ORDER NO: I CONTRACT DATE: October 16,2024 TO CONTRACTOR: Igmar Enterprises LLC 14113 NW 81h Street Sunrise FL 33325 The Contract is changed as follows: The original (Contract Sum)(Guaranteed Maximum Price)............................................$250,000.00 Net change by previously authorized Change Orders...................................................$ 0.00 The(Contract Sum)(Guaranteed Maximum Price)prior to this Change order was.............$250,000.00 The(Contract Sum)(Guaranteed Maximum Price)will be unchanged by this Change Order..$ 0.00 The new(Contract Sum)_(Guaranteed Maximum Price)including this Change Order is.......$250,000.00 The Contract Time will be (increased) by.................................................................. 66 Days The date of Substantial Completion as of the date of this Change Order is.......................April 3, 2025 Detailed description of change order and justification: Due to supply chain issues, delivery and installation of the drainage and paving material was delayed. The unforeseen delay in drainage installation pushed back the installation of the asphalt which, in turn created a scheduling conflict for the resurfacing subcontractor. This change order is 0% of the original contract price. Not valid until signed by Owner,Architect(if applicable),and Contractor Digita ly signeddijH Pena Jimenez ENGINEER: Date. :29-0400' Date ............ CONTRACTOR: ate Digitally signed by Cary Vick DIRECTOR PROJECT MANAGEMENT Cary ick Date:2025.03.12 10.17:11-04'00' Date y Digitally signed by Christine Hurley COUNTY ADMINISTRATOR: Christine Hurle Date 2025.03.13 16 09 21-04'00' Christine Hurley Date 747 Change Order Attachment per Ordinance No. 004-1999 • Change Order was not included in the original contract specifications. Yes No ❑ If Yes, explanation: Due to supply chain issues, delivery and installation of the drainage and paving material was delayed. The delay in drainage installation pushed back the installation of the asphalt which, in turn created a scheduling conflict for the resurfacing subcontractor. • Change Order was included in the original specifications, Yes ❑ No If Yes, explanation of increase in price: NIA • Change Order exceeds $100,000 or 5% of contract price (whichever is greater). Yes ❑ N(30 If Yes, explanation as to why it is not subject for a calling for bids: NIA • Project engineer approves the change order. Ye-Qq No ❑ 161 If no, explanation of why: • Change Order is correcting an error or omission in design document. Yes ❑NoUf Should a claim under the applicable professional liability policy be made? Yes ❑ No VON Explain: 748 a CouNTy/ENGRPPN MANAGUMENT CQN7MCT CHANQE.QMF,4 PROJECT TITLE: Twin Lakes Flood Mitigation Project CHANGE ORDER NO: 3 INITIATION DATE: 3113/25 TO CONTRACTOR: Ferreira Construction Co. Inc. CONTRACT DATE: 5/15/24 The Contract is revised as follows: ........ .................. 11-111-11,......... .......... Total original combined Monroe County and FKAA contract $21,734,258.71 ........... ................. Net chariq'tpy e rized q er 1 MC items han2e Oro. ... ...... ......J�izj-1690--0-0- authorized C Revved Contract incly $21,905,858.71 ........... . .. .......... bane,!?O� r 2 FI<AA deduction to contract 1: W,279,950-PTL ............ ...... Revised Contract Sum including Clan,,,e Order 1 and 2 --- I I. .......................... ..................... ..... 71 Canm. ...... �59' oe ou ty revisions result in increase to contract ------ . .... ... 8j�#, ] 726.83 o hunt n d F 1 6 6,q P§ ge Order 3 Monr C n 0,685, Revised....Taal C ontract amount_(includes Monroe. un J�2 ---... ............... ............. .... .... , , 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. 722.2. 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 3 includes four contract revisions: 1. Raise elevation of S-50 (1044 Adams Drive) drainage structure due to harmonization with homeowner gated boat access gravel driveway elevation not to exceed lump sum amount of$3,414.87. 2. Ditch bottom inlet grates (31)to be galvanized and traffic rated not to exceed lump sum amount of$55,050.86. 3. FKEC fee for deenergize of electrical lines on Adams Drive not shown on plans not to exceed lump sum amount of $1352.39 4. Increase contract time: 11 weather days added - King Tide 9.20,9.23,9.24,9.25 TS Helene 9.26, 9.27, Hurricane Milton 10.8,10.9, 10A0,10-1 1, 10.14.2024; The project commencement was 7.15.24. Original contract substantial completion (660 calendar days 5.5,26). This change order 3 adds 11 weather days and 0 change order days and revises substantial completion to 5.16.26. This Change Order No. 3 is a net increase of $59,818.12 and represents .275 % 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 Re ord - FOR (WSW USA, Inc) and the Construction Engineering and Inspection Services-CEI (HDR Constructior�"Engineer arp,44 ncur with this change order, Not valid untit-sonnoved tvv�g r ,I V�Iwe f licable and Contractor ............... Z'4 CONTRACTOR— V)........... Date Dig ita I I ysigned by Judith Clarke,P.E. Judith Clarke, RE 1 EINGIN11:-ERING SERVICES DI ECT01R. Date*2025.03.13 4:10:29-0400' Date Christine Hurley Digitally signed by Christine Hurley Date:2025.03.17 21:02:19-0400' COUNTY ADMINISTRATOR,-.,- ................fYa—te Approval by, FKAA.....................not applicable MONROE COUN YY ArrORNEY David 1--lackworth, Director of[:::'ngineenng Date APPROVED AS TO FORM ,Ua �HRISTINL UMBERT.-SARROWS SR.ASSISTANT Cgyty DATEc..... 749 Change Order Attachment per Ordinance No. 004-1999 • Change Order was not included in the original contract specifications. Yes ® No ❑ If yes, explanation: (See attached additional information) Item 1 — Ditch bottom inlet elevation issue — Due to homeowner use of 2nd gravel driveway for boat trailer access, Ditch bottom inlet S-50 needs to be raised 7 inches from elevation .56 to elevation 1.14. Item 2 — Ditch bottom inlet grates —WSP plans and FOR approved type D - not galvanized and not traffic rated. The location conditions in Twin Lakes requires traffic rated (vehicles drive over them) and type G galvanized (for salt water conditions). Item 3 — FKEC deenergize lines — underground electrical lines at 1037 Adams Drive needed to be deenergized in order for 24 inch drainage pipe from structure S-48 to S-49 to be installed. Item 4—Weather days from fall 2024 storms were omitted from previous change order. • Change Order was included in the original specifications. Yes ❑ No If yes, explanation of increase in price: • Change Order exceeds $25,000 or 5% of contract price (whichever is greater). Yes ❑ No If yes, explanation as to why it is not subject for a calling for bids: Change Order 3 is $59,818.12 increase and represents .275 % increase (less than 1%)to the original contract price. • Project engineer/architect approves the change order. Yes ® No ❑ If No, explanation of why: • Change Order is correcting an error or omission in design document. Yes ❑No Should a claim under the applicable professional liability policy be made? Yes ❑ No ❑ Explain: Existing conditions 750 j N Ind\ dj l c h DoL cam i ilic..l.: Extra Work Coat 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#03 Proposal Date:3/5/2025 Description: Change of inlet grates to be galvanized and traffic rated. LABOR Description Net Hourly Hours No. Name(T&M Only) Class. WC Code Burden% Rate STD. I OT. Amount Total 1 0.00 1 0.00 1 $0.001 $0.00 Subtotal-Bare Labor: 1 $0.001 $0.00 MATERIALS,' INo.1 Description Quantity Unit Price UOM Amount 1 16626 USE Grate Galvanized&Traffic rated 31 $1,508.78 1 EA $46,772.18 Subtotal Materials: $46,772.18 Sales Tax%: 7.00% $3,274.05 11 Subtotal Materials: $50,046.23 EQUIPMENTS Description Rates(Blue Book) Hours Rental per. Amount No. Make/Model Mo./176 Cos/Hr. Oper. Standby 1 0.00 0.00 Subtotal Equipment: $0.00 SUBCONTRACT INo.1 Description Quantity UOM11 Unit Price Amount 1 $0.00 Subtotal Subcontract: CONTRACT UNIT ITEMS; INo.1 Item Description Rate Quantity UOM Amount I $0.00 Total Contract Items: $0.00 INDIRECT COSTS, EXP'ENSES,AND PROFIT (1)Mark-up(10%)on the payments in Labor,Materials,Equipment,Subcontractor,and contract items: a) Total Labor $0.00 b) Total Materials $50,046.23 c) Total Equipment $0.00 Subtotal Mark-Ups: $5,004.65 (it) Subcontractor markup $0.00 (in) Contract Items markup $0.00 Total Mark-Up Amount: $5,004.62 Extra Work Breakdown Summary: LABOR+BURDEN $0.00 MATERIALS $50,046.23 EQUIPMENT $0.00 SUBCONTRACT $0.00 CONTRACT ITEMS $0.00 MARKUP $5,004.62 TOTAL AMOUNT 1 $55,050.86 751 � Quotation a n o n ra�+� Date Estimate# 2/28/2025 TJ P-24-051 Project Name 6600 NW 32 Avenue TWIN LAKES FLOOD MITIGATION Miami, FL 33147 Ph: (305) 696-7904 Fax: (305) 220-1019 Icustomer/Address FERREIRA CONSTRUCTION SOUTHER DIVISION CO., Ph: (305) 805-6900 9455 NW 104 ST, MEDLEY, FL 33178 Fax: ( ) - email: ap@ferreiraconstruction.com Item Description Qty Unit Price Total 6626 6626 USF GRATE GALVANIZED &TRAFFIC RATED 31 1,508.78 46,772.24 46,772.24 Page 1 of 2 752 Quotation a n o n ra�+� Date Estimate# 2/28/2025 TJ P-24-051 Project Name 6600 NW 32 Avenue TWIN LAKES FLOOD MITIGATION Miami, FL 33147 Ph: (305) 696-7904 Fax: (305) 220-1019 Icustomer/Address FERREIRA CONSTRUCTION SOUTHER DIVISION CO., Ph: (305) 805-6900 9455 NW 104 ST, MEDLEY, FL 33178 Fax: ( ) - email: ap@ferreiraconstruction.com TJ Precast Corp. is a manufacturer of pre-cast contract products. Payments are due upon the terms stated on this invoice / quote, regardless of the terms of any Contract under which the Customer may be performing works. Sales taxes are not included in the prices shown above. These prices are F.O.B. Jobsite location. Prices quoted herein are tendered based on the entire purchase of all quoted products shown in this estimate and are valid for 30 calendar days. After this time, prices may change. TJ Precast reserves the right to withdraw this proposal. Resale items (rings, covers, grates, frames, etc.) are subject to price modification by our supplier. Should this occur, the prices quoted herein will be adjusted accordingly. Cast iron products will be furnished unpainted. Structural calculations and the signature, seal and certification by a FL Licensed Professional Engineer are not included in these prices. Shop drawings will be produced only upon receipt of an executed/signed proposal by a duly authorized representative of the Customer. Before any structures are put in production, the Customer must submit in writing a desired production/delivery sequence request. Deliveries are only performed Mondays through Fridays between 7:00 AM and 3:30 PM. Deliveries outside this schedule may be accommodated, subject to additional charges and only provided they are requested at least 72 hours in advance. Materials must be off-loaded by the Customer, within 1 (one) hour of arrival at the agreed delivery site. After this time, an hourly rate of$225 will be applied for each hour or fraction thereof that the offloading is delayed. Specially fabricated items cannot be returned. Stock items may be returned subject to a 15% restocking fee. TJ Precast can only store requested products for up to 60 days from their production date. Any structure not delivered by this time will incur a$50 charge per week or fraction thereof. All deliveries are subject to a fuel surcharge. Accepted on Behalf of Buyer Accepted on Behalf of Seller Tittle Quoted By Date Date Page 2 of 2 753 I 1 ACw:l U1r Sabbag, Anthony A. From: Sabbag,Anthony A. Sent: Monday,January 27, 2025 12:09 PM To: 'Andres Perez';Joel Hitchman; Sergio Lacayo Cc: Alequin Rodriguez, Samuel; Soto, Luis; Corning, Gregory; London-Debra Subject: RE:Twin Lakes - Grates Andres: Thanks for the quick turnaround. Once you have it, please provide a cost proposal to replace all 31 DBI grates with USF 6626 (galvanized). Can we have a credit for return less restocking(if any) cost on the ones purchased and delivered? Thanks, Aii,iC�,imi,iy Sallbllbaq, CG ,CCRII Project Fngine"e,r 100410 Overseas f 6ic,hway, Suite 204 Key I....argo F I.... 33037 IIM 305.796.8600 III-111111D III �udiriiin airnP/FaIIII�rw a s. ........................................................................................................... From:Andres Perez<APerez@ferreiraconstruction.com> Sent: Monday,January 27, 2025 10:30 AM To:Sabbag, Anthony A. <Anthony.Sabbag@hdrinc.com>;Joel Hitchman <J Hitch man@ferreiraconstruction.com>; Sergio Lacayo <SLacayo@ferreiraconstruction.com> Cc:Alequin Rodriguez, Samuel <Samuel.AlequinRodriguez@hdrinc.com>; Soto, Luis <Luis.Soto1@wsp.com>; Corning, Gregory<Greg.Corn ing@wsp.com>; London-Debra <London-Debra@MonroeCounty-FL.Gov> Subject: RE:Twin Lakes-Grates AULVTL C .........EXT.ER.NA.L......Th.1.s...e.ma.'.l originated zatio.n....D.o....not...c.l.1.c.k...l.'.nkS...o.r...o.......e.n............................................ [EXTERNAL] g g p attachments unless you recognize the sender and know the content is safe. Tony, I asked our supplier for the traffic rated and galvanized grates (see attached).These have a lead time of 4-5 weeks. I also asked about pricing, and these are around $1,700 each.Theywill provide an official quote shortly. Let me know if this is what the county is looking for. Thanks, Andres C Perez i 754 PrQaject. a.n..ager 305.506.7028 //P 305.805.6900 Ext. 690 61..01.. INw'74111 Ave, Miami, 11:1331..66 Il:::erreiraConstrucIJon.com �� FERREIRA I;i�il�.'rir,,� Il,�> l� ire i�r� w,.�ill, l�rir�r✓ From: Sabbag,Anthony A. <Anthony.Sabbag@hdrinc.com> Sent: Monday,January 27, 2025 8:13 AM To:Andres Perez<APerez@ferreiraconstruction.com>;Joel Hitchman <J Hitch man@ferreiraconstruction.com>; Sergio Lacayo <SLacayo@ferreiraconstruction.com> Cc:Alequin Rodriguez, Samuel <Samuel.AlequinRodriguez@hdrinc.com>; Soto, Luis <Luis.Soto1@wsp.com>; Corning, Gregory<Greg.Corn ing@wsp.com>; London-Debra <London-Debra@MonroeCounty-FL.Gov> Subject: RE:Twin Lakes-Grates Caution:This is an external email. Please be mindful when clicking links or opening attachments. .. .. Andres: ) galvanized.As discussed, after further discussion with the County, we want all grates to be both traffic rated and � Please review and advise. %. % „ Thanks, Aiivfl°ioiiiiy S a llb llb aq, CG ,CCINII Project Fngine"e,r 100410 Overseas f 6ic,hway, Suite; 204 Key I....argo F I.... 33037 IIM 305.796.8600 0 114-III III III .h.diriinc.cairnu/FaIIIIaw ua ........................................................................................................... From: Sabbag, Anthony A. < !ri„th.oir�y.. pll 11 �.1Ljir!iir�c.coirn> Sent: Monday,January 20, 2025 1:06 PM To:Andres Perez<AP coirn>;Joel Hitchman <,flHiitdhirnain.a....fee .. . .. . .. .. .t.........o................................a .................e ....... ...................................................................................................ro ............. ................................................................ .u.0 c .rst.:u°...�c co ..>; Sergio io LacsYo<&Ia ..Y�p.0�. �L!:e6u°acoinst:u°uct:uoin.coirn> , ... .'. .:.............................................................................................................................. Cc:Ale uin Rodriguez, Samuel <Sairau�ell.Alle. u�6irol3odu°6u�e2 atl�odu°6iroc.coira>; Soto Luis <II...u�6s.Sot:oJ.. atws .coin>; Corning, q g q.............................................................................. .......................................................................... ......................Ip................................ g, Gregory<Gi e .Cou°iro6iro atws .coin>; London-Debra <II...oindoin-IC�ell a°'a atll oirou°oeCou�irot: Ii II....Gov> g Y ....................................................................... ......................p............................... .......................................................................................... ,............................................................................................y............................................... Subject: RE:Twin Lakes-Grates Andres: 2 755 Thanks for your response and I agree with you that galvanizing is not required because Alt. G grates are not specified. However, many of the grates arrived to the site in an already advanced corrosive state and these cannot be accepted as is. The shop drawing does state, "STEEL PAINTED TO FDOT SPECIFICATIONS" (see below).The FDOT applicable specs 504, 460, 560, and 561 regarding "steel painting" would therefore apply for the steel coating requirements. Please discuss with your supplier as to the coating that was applied (QC, SSPC, additives, procedures, etc.). Sections 560- 561 are attached. e��x9 0 .... r no ux'n'e'ro'x F, y nJ IY IY x'ny www Jp t d>7 wu ITV y U 149r..�....wr..^rvsy R r ^^w IffI It+O( ;IV ullb r.:1 M�� 4m IW Tr fcl 4TB61]m 6r� 1Ha 'I Wd6 JI R.76 Md� LII�tlAI� 1 1% l � p ��c r p . 1 ti N PO rF�IAL Sr b II r�, �I�',f1 1O 0J, � r D r Inft1P�� 4- FRAf Rl,' 4 ea GA PA',,: aa,._ Y )(!U a IP,4 qa �g r ,l'b X ;offj t ,680 c,rri'a 1°t5 —,61 l"A Id`fill VIN R q (r° rn), .i'...k� ...�.... ':. .... .. ....� °�.k..il xtl �ih �x�¢"n✓„^� �lr Y""r' 54`id �., kf,.A.. 3 756 Thanks, AiivCI,ioiiiiy Sa�b�baqooGo.CCm Project Fngineer 1OO41O Overseas Highway. Suite 2O4 Key Lergm. FL 55057 IIM5O5.78858OO 111.-111111)IIR From:Andres Perez< ? Sent:Thursday,January 16, �U2SO:47AM To:Sabba0, Anthony A. < ��]ne| Hitchman � �c� 'Lnndnn'Debra' >; A|equin Rodriguez, Samuel � Ser0inLacayn Subject: RE:Twin Lakes Grates CAILJT�ON- [EXTERNAL] This email originated from outside of the organization. Do not click links or open attachments unless you recognize the sender and know the content is safe. Good morning Tony, The plans or specifications do not call for galvanized grates on this project.The following are some comments justifying the grates used in the project: 1. The plans on sheets#SD-1 A and SD-2A call for"INLETS AND MANHOLES TO BE PER F.D.O.T INDEX NO. 425-OO1 &425-01O.". The plans call for"IN LETS, DTB(]T' TYPE D' <1O'". This type of inlet is described on spec 425-052. 1 am attaching the plans sheet spec for you r reference. 2. The specification 425-3.2 from the specifications package we received for this project describes the gratings, covers, and frames. It mentions that WHEN "Alt. G" grates are specified in the plans the grates should be galvanized; however, the plans do NOT call for'^Ait. G" grates. 3. In your email,you attached specifications 962-8.9 and 962-9 which are not part of the specifications package that vve received for this project. 4. The approved shop drawing ofthe grates clearly specifies that this in a painted grate' not galvanized. See highlighted below. s 757 VI d ap..� y,a,9rrr'O a ...... oiCY �...:... ......,� 1 H — �, "'" ryry "' r a7ey r ur» r P u Carr aid,P"Miami,�I„8tS 9rtia 4 w f r�Ya�r l l r Ycer n La�r�rni�tl �Yrc7�pny d:F�MUM. YIUAX�x�d ' ,� fli X�.:.Ff 1��11d rrti14:FW �,� ICM It.f.l"EVA �yt „ a c,..rraTc. A)I-F, Ftw. rer sr.NO'r r 4 i { rya I r I f ^ ry y lip amvm 4 y N I —I'.U'A F U"�.(��'L. r L, P�^4I�V C 4, I p�o,.f a o mm. uudke'�w kamw i�.... rnmuum r;�.„ �:.�. ,I ...�l ADI 6Nid kd..,TE �sV�R . : �r""y�uJL�PHdF�' r,, ',.UN (,' f A ,Y9 r�.l i).UN 0 . ""'ALL I+W�I1 M6 9P,,4 9PJH nfE.", WITH EnE-J la", ;"QUINN DJ f rnraj Let me know if you have any questions or comments. Thank you, Andres C Perez Project. a.�a.ager 305.506.7028 //P 305.805.6900 Ext. 690 61..01.. INW'74"'Ave.. Miami, 11:1331..66 EH If'If'H 0If'aC.H:�Imst',If'�Act';IIH:�i.n H:�I ................................................................................................................................................ FERREIRA From: Sabbag, Anthony A. < !r�„th.oir�y.. 11 11 .. r!iir�c.coirn> Sent:Wednesday,January 15, 2025 12:26 PM To:Andres Perez<AlPeu,.e � eu°u°eliu°ac:plrost:u°u�ct:liolro.colrn>;Joel Hitchman <flHiitdhirnalr.C.f f, u°eliu°ac:plrost:u°:uct:liolro.colr > ............................................. ................................................................................................................................................................ .................................................................. ................................................................................................................................................................ Cc: 'London-Debra' <Io of e.0 Alequin Rodriguez, Samuel „ b: C y rrr I. lq� r � p !r!ji .. .�.I�i! .. . .. .. . i : !! r .c prrr > Subject:Twin Lakes-Grates Caution:This is an external email. Please be mindful when clicking links or opening attachments. ---------------------------------------------------------------------- 758 Andres: Good afternoon. Can you look into the issue we have with some of the inlet grates on Twin Lakes (pics attached). Seems like some were sent to site already with corrosion and rusting. Maybe a supplier issue with the galvanizing. I've attached the specs and shop drawings for the review. urn, r ------ .... .......... a Y i ...m. ,� yy i w, l a, r'"" {{w + n�"Mm ✓,� �� X x /4.;, P N .;! W J+" 'M u ✓ .�d/ ry�Y�r., i�✓i V W 0 ( inn li AJv= f yff 0 r r ���'�Y� ... .. MIr , �* r 1 8 F.r,Ytrlla � (f 8 �1 ,A ` J v 7 VA. rn .,A „to 1Or"4`o 1 �•' YI°� III✓ ,I' Vd Ili I l ➢d w p pi l ..... V,�� ,, u j ,^o I} .. iVa n �,A n0.I J IND �,'J,01415 PEP rda4Y r id �.�..... ...... IrS i✓P�; „C, �` 9f4,L e R ,F r ,. 1d V„ PG+N a•v d n,o ' JW Io ire .. L rp r 1Z,5 AD rr,D prr X7 Y�t L � �Nu o r�� X Nd'fl�' T 1 " l ll y° r 0 or' IV',>t r P 0"�W p �" x_V 0 XICm 9rk k rP rdo LNvr "�" �q,. 'E i N b A W; "M Mn'00"It1, (lo�1,Qvu f U M�4A 47 iGm OFN "PSUD! I J+;'vN 4 W a U V,"RN V 9 f i�p a f( a Ir i,fw�'s,u�,t ul ,b arc,ru.xN 0,.ou0r j.� �m u;�,�� 42 -fi.2 G`rafinp, Clovierg, and Fram"- Usegratings and,, fraines ffxbr°iicated fixm:`n stntarrrarl S1M Or Cast iron as designated in the;.allparopri,,iw tr nd'ard Plans Index. When "A.It. ('I " grates are :"pecif led irr this Plans, provide str'i wC,amall titer°awl grates that:are gualva nized ir°t arr,cord-a ize with the rqu irQrnents (A'A TNI A123 and hrrrr;lwrira: galvani7ed in aiccokkt�ijce with the require,m rits of°ASTM Al. 3, 6 - , Steel (3rat". Provide Grade 50sa.eel per ASTN1 A242)A.242 N1, e"572,,1.A572 ,>t or A 5 /A "l f6rr grates, (rally anize grates in accordance with 962-9 %vherij "A I r, C,.u" gr ate s are ~erg ecifred in 111'e Plan". 7 759 ca„..... 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. Estimate#5 Proposal Date:3/10/2025 Description: Additional work to adjust the elevation of drainage structure S-50. LABOR Description Net Hourly Hours No. Name(T&M Only) Class. WC Code Burden% Rate STD. OT. Amount Total 1 Foreman Foreman 82.64% $42.60 6.00 0.00 $466.83 $466.83 2 Operator Operator 82.64% $30.80 6.00 0.00 $337.52 $337.52 3 Laborer Laborer 82.64% $22.30 6.00 0.00 $244.37 $244.37 4 Laborer Laborer 82.64% $22.30 6.00 0.00 $244.37 $244.37 5 0.00 0.00 $0.00 $0.00 Subtotal-Bare Labor: 1 $1,293.091 $1,293.09 MATERIALS,' INo.1 Description I Quantity Unit Price UOM Amount 1 Pallet of 2X4 brick 1 1.00 $858.60 1 EA 1 1 $858.60 2 Portland Cement 1 10.001 $16.75 1 EA 1 $167.50 17 Molding Plaster 1 5.00 1 $35.34 1 EA $176.70 18 1 1 1 $0.00 Subtotal Materials: $1,202.80 Sales Tax%: 7.00% $84.20 Subtotal Materials: $1,287.00 EQUIPMENT! Description Rates(Blue Book) Hours Rental Per. Amount NoF- Make/Model (Mo./176 Cost/Hr. Oper. Standby 1 Excavator Deere 245 $87.39 6.00 0.00 $524.34 Subtotal Equipment: $524.34 SUBCONTRACT INo.1 Description Quantity UOM Unit Price Amount 1 $0.00 Subtotal Subcontract: $0.00 CONTRACT UNIT ITEMS; INo.1 Item Description Rate Quantity UOM Amount 1 $0.00 Total Contract Items: $0.00 IN➢IRECT COSTS, EXP'ENSES,AND PROFIT (1)Mark-up(10%)on the payments in Labor,Materials,Equipment,Subcontractor,and contract items: a) Total Labor $1,293.09 b) Total Materials $1,287.00 c) Total Equipment $524.34 Subtotal Mark-Ups: $310.44 (ii) Subcontractor markup $0.00 (in) Contract Items markup $0.00 Total Mark-Up Amount: $310.44 Extra Work Breakdown Summary: LABOR+BURDEN $1,293.09 MATERIALS $1,287.00 EQUIPMENT $524.34 SUBCONTRACT $0.00 CONTRACT ITEMS $0.00 MARK UP $310.44 TOTAL AMOUNT $3,414.87 760 El P14w-mm"I 'mmi- PROJECT: TWIN LAKES (KEY LARGO) FLOOD MITIGATION PROJECT#: FDEM B0200 AND FDEP 22SRP57 LABOR AND BURDEN CERTIFICATION FICA FUTA SUTA Medical HOLIDAY Retirement Workers General =TOTALVAC/SICK Benefits Com Liabilit7.65% 0.60% 5.40% 29.20 13.0% 4.0% 10.69% 12.10% LABOR CODE LABOR DESCRIPTION BASE BURDEN - TOTAL RATE 82.64% AA20 SUPERINTENDED $69.20 $57.19 $126.39 AA30 PROJECT ENGINEER $46.20 $38.18 $84.38 AA36 PROJECT SAFETY $40.86 $33.77 $74.63 AA37 QUALITY CONTROL TECH $32.25 $26.65 $58.90 AA39 CHIEF SURVEYOR $56.90 $47.02 $103.92 AA41 JR SURVEYOR $32.80 $27.11 $59.91 LB10 LAB FOREMAN GENERAL $42.60 $35.20 $77.80 LB12 LAB BASIC 1 GENERAL $22.30 $18.43 $40.73 LB16 LAB PIPELAYER $25.00 $20.66 $45.66 OP102 OPERATOR BACKHOE $30.80 $25.45 $56.25 OP103 OPERATOR DOZER $27.00 $22.31 $49.31 OP104 OPERATOR LOADER $25.60 $21.16 $46.76 OP105 OPERATOR GRADER $30.00 $24.79 $54.79 OP111 OPERATOR PAVER $22.00 $18.18 $40.18 OP112 OPERATOR ROLLER $22.30 $18.43 $40.73 TM14 TEAMSTER TRUCK $25.60 $21.16 $46.76 In agreement with FDOT Specification section 4-3.2.1. As an officer or director of Ferreira Construction I certify the above rates to be true and accurate. Please let this serve as timely certification as noted under section 4-3.2.1 for any future compensations i.e. additional work. DANNY GARCIA VICE PRESIDENT Name and Title 3-16 - Z,s' Signature Date 6101 NW 74T"AVE, MIAMI, FL 33166 Phone: (305) 805-6900 www.ferreiraconstruction.com Fax: (786) 8-117 An EgUal Opportunity ErmjAoyer 1 I' A ge;a 761 www.eq ui pmentwatch.com Rental Rate Blue Book"', O&O Rates Report for EX2526 in FCC Master November 12, 2024 Deere 245G LCm Crawler Mounted Hydraulic Excavators a Size Class: nett`Rw� 24.5-28.4 mt Weight: NIA Configuration for 245G LC Horsepower 159.0 hp Blue Book Rates FHWA Rate is equal to the monthly ownership cost divided by 176 plus the hourly estimated operating cost. Ownership Costs Estimated Operating FHWA Rate— Costs Monthly Weekly Daily Hourly Hourly Hourly Published Rates USD$11,375.00 USD$3,185.00 USD$795.00 USD$120.00 USD$33.36 USD$97.99 Adjustments Region(100%) - - - - Model Year(1995:83.6%) (USD$1,865.38) (USD$522.31) (USD$130.37) (USD$19.68) Adjusted Hourly Ownership - - Cost(100%) Hourly Operating Cost(100%) - Total: USD$9,509.62 USD$2,662.69 USD$664.63 USD$100.32 USD$33.36 USD$87.39 Non-Active Use Rates Hourly Standby Rate USD$31.71 Idling Rate USD$65.06 Rate Element Allocation Element Percentage Value Depreciation(ownership) 31.51% USD$3,583.99/mo Overhaul(ownership) 41.31% USD$4,698.53/mo CFC(ownership) 16.96% USD$1,929.07/mo Indirect(ownership) 10.23% USD$1,163.41/mo Fuel(operating)@ USD 3.65 33.06% USD$11.03/hr Revised Date:4th quarter 2024 All material herein©2003-2024 Randall-Reilly All rights reserved. Page 1375 of 2964 762 FERGUSON, FEL-MIAMI WATERWORKS#1216 eliver To: 10810 S.W.184TH ST. rom: Harry Sosnoff WATERWORKS MIAMI,FL 33167-6737 harry.sosnoff@ferguson.com omments: Phone:786-673-7140 Fax:306-969-0361 06:58:19 MAR 10 2025 Page 1 of 1 FEL-POMPANO BEACH, FL WW#125 Price Quotation Phone: 786-573-7140 Fax: 305-969-0361 Bid No: B586552 Cust Phone: 305-805-6900 Bid Date: 03/10/25 Terms: NET 10TH PROX Quoted By: HS Customer: FERREIRA CONSTRUCTION CO IN Ship To: FERREIRA CONSTRUCTION CO IN 9455 NW 104 ST 9455 NW 104 ST TWIN LAKES TWIN LAKES MEDLEY, FL 33178 MEDLEY, FL 33178 Cust PO#: 4473-2024-005 Job Name: TWIN LAKES Item Description Quantity Net Price UM Total FS11111 CORED WHOLE BRIC 1060 0.810 EA 858.60 TILPC TYPE 1 L PLND CMNT 94 LB BAG'X 10 16.750 EA 167.50 NCL4900 MOLDING PLASTER 5 35.340 EA 176.70 Net Total: $1202.80 Tax: $84.20 Freight: $0.00 Total: $1287.00 Quoted prices are based upon receipt of the total quantity for immediate shipment(48 hours). SHIPMENTS BEYOND 48 HOURS SHALL BE AT THE PRICE IN EFFECT AT TIME OF SHIPMENT UNLESS NOTED OTHERWISE. QUOTES FOR PRODUCTS SHIPPED FOR RESALE ARE NOT FIRM UNLESS NOTED OTHERWISE. Due to the uncertain impact of potential tariffs, Ferguson's quotation/proposal has not included any provision or contingency for future tariffs or increase of existing tariffs. Ferguson reserves the right to adjust prices to reflect the impact of any new or increased tariffs that affect our costs at the time of shipment. Ferguson will provide notice of any such adjustments along with documentation supporting the changes. CONTRACTOR CUSTOMERS: IF YOU HAVE DBE/MBE/WBE//VBE/SDVBE/SBE GOOD FAITH EFFORTS DIVERSITY GOALS/REQUIREMENTS ON A FEDERAL, STATE, LOCAL GOVERNMENT, PRIVATE SECTOR PROJECT, PLEASE CONTACT YOUR BRANCH SALES REPRESENATIVE IMMEDIATELY PRIOR TO RECEIVING A QUOTE/ORDER. Seller not responsible for delays, lack of product or increase of pricing due to causes beyond our control,and/or based upon Local,State and Federal laws governing type of products that can be sold or put into commerce. This Quote is offered contingent upon the Buyer's acceptance of Seller's terms and conditions,which are incorporated by reference and found either following this document,or on the web at https://www.ferguson.com/content/website-info/terms-of-sale Govt Buyers: All items are open market unless noted otherwise. LEAD LAW WARNING: It is illegal to install products that are not"lead free"in accordance with US Federal or other applicable law in potable water systems anticipated for human consumption. Products with'NP in the description are NOT lead free and can only be installed in non-potable applications. Buyer is solely responsible for product selection. HOW ARE WE DOING? WE WANT YOUR FEEDBACK! Gl�;I., ® Scan the QR code or use the link below to bol complete a survey about your bids: https://survey.medallia.com/?bidsorder&fc=1216&on=74281 763 k \ \ / \ « � .� , c « 0 � 0 > § � � k k \ � \ t � / \ k \ 2 0 \ 0 \ ■ ( _2 2 3 c R j 0 ? \ (U r_ ) / o e 0 k # - \ \ > cn > / / ¢ / 2 \ / ƒ ° m 7 ƒ 7 [ � n e o E \ \ E 3 $ 3 0 u 2 > ■ g g E < / 3 5 & 2 3 Cr- / 0 0 E \ � 00 A & u e o \ S + c , t J + 4- _ 2 $ = f \ ƒ / § \ cu \ k j k / > p @j L c f = > ƒ� ƒ 3 CIA _ ® J 5 ° o 2 = o e E m ° 2 0 § ƒ \ 2 < \ \ E CIA @ / E I q E f / 0 \ 2 & 2 E ® m / @ o 2 k % $ § ° 9 \ � \ » 9f7 / § / i � k 0 / 0 < % § 2_ f = v , « \ e / < — c 2f / c \ k \ » / \ LU k / / v >Zm0 � \ � / ° / & \ 0 f •- R u .@ 8 @ f \ e = / x F L a = b = = e « § 9 4-1OM4 ± q $ / § \ 2 = § \ / ■ - , 2 a- ° ' _ -0 � ® @ " d / / 2 0 0 / < ° § � 5 / 2 k 0) o m e Q m ® w ® — % @ o aj u 5 k { � s 2 § .m > % 7 E { Ln � V) I � LA � $ d c / § ¥ / . -j U) � q � $ �0- d C=n z 764 rIx.. .Y..............Y..............Y............. .............,%.............. CL 0 cu 4, u 5 c cuQn cu 0 0 0 ..v 0 c cu cu E I? c u 0 O 0 cu cu CL -@ 0 0 E O 0 0 y (A u 0 4� 0 u 4J 46 (a Ln 0 O -0 0 0 lu c cu E C; 0 < cu A --a a) E cu cu (a V) cu 0 r4 .4) v 0 41 =3 .11 0 Qn 4Ul 0 0 E Qn >� m -0 Ln 0 cu 0 cu CU C > >- 4� CL u 0 0 M 4� =3 L� 0 cu % cu 4 J u = Z U (a . 0 LIP % 0 " %::::� 0 2 -54J U Ln 4� o 4 0 Q u 0) CU cu L- A 5. 0 4� E E m c 4� 4� 0 cr cr- =3 1A " C::: I E— cu A CL cu u 0 0 u E < 4-; U CU 4- 0 ., �:::iE cr- u = C: A ai a y & 4� 0 u E E CL C 0 00 4� 2 u + 0 -0 cu cu .11 1 � cu Ln E Lr*Q w m u 4J .T < .n CL U 7 CU u ro 4 =3 0:t 4� lu Ln =3 CU V) co 0 CU to r-I 0 c m 0 0 CU CU 0 ai 0 Ln % to cu K E ro 4� CO a lu ..2 0 -0 4� u c U co < CU M ro ro v M, = = u 4� 0 < to lu u > A >- ai C CO a) U-h .11 0 cu 3: 0 V Qn 0 ro Ln 4� V CU 0 cu =3 I u E u , cu C'u ro a) ro cu rn 4� o to ro cu C: c c- 0 c E CU Lr- " (D 0— 4� CU 0 .0 cu ctb -.- . . ....... z 0 c 0 Ln to QC1 o .5; 0 u 4� .4) CU co u QJ cu u cu "Un ro < cu " CO o a -0 CL > ro .4 CL cu Li cn H U O cn u cu < < 765 �bNl'Yil1Ul % ' � 141 l f� I . a. 1Lu II W u, ,� �� �.• K�s�rr�rd ,� '_ I s 69Zr d 9Ir a v w th X 0 .. �, ry ,,,..a. 4p,CY Y I i G d d d d I � a I I p m Ark tt,0 16� ��/=P, ., rtl r J x' L n I I J V;Q 5)L' 0 ,K j wr II u C s I j u v JZ'd dd t, x Y. K I V YA b x Y q I b ILI i �" WAd rI RIE'l Lid 2 0 dIN � `r ! 6 ff I ul na—I s X3Lid ,p I I u q yl Fti I � I I I I II I I t 2'Prd 00"OG`4E,—,' _ .VJ. rlllr�rP J`�� I 2'" III 766 1 I ECw pass L r u c:osL cat: 1 I"EC:. uiid&t c) coua iid i i iie ouLage aL 1..037 Adams )r: . Lod i ns� u i p't-opo ed 2 4 °° p �..pe m :t cam S 48 t o 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#03 Proposal Date: H/l/2024 Description: Fee from FKEC for the outage of some electrical lines that were not shown in the plans on Adams Dr. LABOR Description Net Hourly Hours No. Name(T&M Only) Class. WC Code Burden% Rate STD. I OT. Amount Total 1 0.00 1 0.00 1 $0.001 $0.00 Subtotal-Bare Labor:1 1 $0.001 $0.00 MATERIALS,' INo.1 Description Quantity Unit Price UOM Amount 1 $0.00 Subtotal Materials: $0.00 Sales Tax%: 7.00% $0.00 11 Subtotal Materials: $0.00 EQUIPMENT: Description Rates(Blue Book) Hours Rental per. Amount No. Make/Model Mo./176 Cos/Hr. Oper. Standby 1 0.00 0.00 Subtotal Equipment: $0.00 SUBCONTRACT INo.1 Description Quantity UOM Unit Price Amount 1 Florida Keys Electric Cooperative-Outage fee 1.00 LS $1,287.99 $1,287.99 Subtotal Subcontract:F $1,287.99 CONTRACT UNIT ITEMS; INo.1 Item Description Rate Quantity UOM Amount 1 $0.00 2 $0.00 3 $0.00 4 $0.00 Total Contract Items: $0.00 IN➢IRECT COSTS, EXP'ENSES,AND PROFIT (1)Mark-up(5%)on the payments in Labor,Materials,Equipment,Subcontractor,and contract items: a) Total Labor $0.00 b) Total Materials $0.00 c) Total Equipment $0.00 Subtotal Mark-Ups: $0.00 (it) Subcontractor markup $64.40 (in) Contract Items markup �EE2%1440 Total Mark-Up Amount: Extra Work Breakdown Summary: LABOR+BURDEN $0.00 MATERIALS $0.00 EQUIPMENT $0.00 SUBCONTRACT $1,287.99 CONTRACT ITEMS $0.00 MARK UPI I $64.40 TOTAL AMOUNT $1,352.39 767 Florida Keys Electric Cooperative Association, Inc. I I +�w���w ��� 25 P Box 7`7 T" veunE r FL 33070 w ,,,v w.%ec cot n Invoice Dal: � 10/ 0/7t124 Terr s: NET 15 Due Date, 11/14/ t1 2 4 AMOu nt Due: 1„2 7.99 FERREEIRA CONSTRUCTION CO INC 61,01 NW 74T H AVE E IAMI FL 33166 Account: 102915 Dewiptaon°n 15C SALES Page 1 of 1 l .J Now*i- CATAL G ETEW 4E7 SCHEDULED OUTAGE LABOR FEE 1.00L1 EACH 1,287,91900 1,287,99 SCHEDULED OUTAGE LABOR FEE ��a�'J1037 ADAMS DR Subtotal: 1,2837 9 Tarr: `aa tl 00 Totak $ 1.,787. AMOUnr P i& $ 0,00 ArrmUnt: Clue: 1„287. 9 �1 � a11nIp Acmr'naUnt: 10291.5 Envoir c 9 3547 5 Florida Keys Electric DUe Date. 11/1 4/2�024 Cooperative Association, Inc. Amount Due: PC Box 377' « 91630 Overseas HE ghww yw 30 • C 24H31 Tavernier, FL 33070 wv+swWflk C n*OM Arnournt Of Payrnent: C"R n'n ii t:To: FERREI RA CC Ns,r UCT"ION C01 VNC FLORIDA KEYS, ELECTRIC CO OP 61101, NW 7 4TH AVE PO BOX 377 IEAMI FL 33155 TAVERNIER FL '3,307 - 577 768 From: RFI# 13 To: Monroe County Engineering 1 100 Simonton Street Ferreira Construction Co. Key West, Florida 33040 aperez@ferreirac Phone: 305-506-7028 Email:onstructlon.com Phone: (305)295-4329 Fax:(305)295-4321 Project Name:TWIN LAKES(KEY LARGO) FLOOD MITIGATION Receipt Logged: Submitted By:Andres Perez Date:9/27/24 D'g/spee No./Revision/Detaivseet No.#R D-17A Drawing No. Subject:Conflict with existing Electric boxes at Sta 24+95 on Adams Dr. Problem&suggested solution: During the excavation for the installation of the 24" drainage pipe by Sta 24+95 on Adams Dr., it was noticed that there is an existing electric box that is in conflict with the proposed drainage pipe. The existing electric box is within the alignment of the proposed 24" drainage pipe. This existing electric box is not shown in the plans, and it is marked by the 811 locators as active. Please provide directions on how to proceed. Engineering Dept. Review Solution: As per our field meetings and your coordination with FKEC, the underground electrical services can be de-energized and line/pull box supported so that the 24' drainage pipe can be installed. END OF SECTION 01395 10.18.23 REQUEST FOR INFORMATION 01395-2 769 .......................... ............. '01 77:7:;�........... i, E3 ................... I.AJ LL 0 LIJas uwm "I'lI'llI'll'll""I'll""I'll",lc_-�.............................................................. F- 0 LLJ 9: 1 - cr- C,Y CL Of UJ im CL 770 a d 4- co ra J 4- c N (D (moo O :a rn } > a) ,4 r N IL " •fOl� a 1 u L "". U C) O n cn V O i O i1 �") w ra 3 V a1 (6 Q O +� """ V am co cu co cu a) L y Q X o N @j ra Nco L aJ E f6 Q N 4m Y O C a O E + E v Ln a) + a t a) 0!� N > V to O L � Q — Y n3 x O O n3 00 w a) X O O ^ cn LL Q N ID 0 C N Q LL O � C7 � J (6 O n3 Q ra LJ ura 0 X O w Oi O cllQ a) O ri O N O a p � n cn " D co O Q > Q-t O O 2i an•— C w ra *' N n3 O 0 w O r O L a) (a V L (D v �' Q I n N Q a) C: n O O 00 E — � Ol L V y > O O (v ro N O V V X aJ Q ++ .— O V ra 4) +' O O ro E 0, O J V L LJ N C Vl w C � y +- (a � L CD U � � = •X 7 +N+ a) cu N aJ L O ra aJ ) O aJ O 7 O �, L aJ X ra Q >+ O Lap o w a) u E OL O a) V t Ol Lu w (o a) O io L C OCOC c6 O u 0 d O E cr a O aU � LU a) ro u �_ o v o' xQ +, �a a c i co Q a O u rn n v Q 0Q0!� u (c u a; x $ � @j E d mo co o v N t v ,......, o O — N � 1D @j N �' a, "' `� a ai o ., v H a ....... O +J V V s Lwo co LL a� v p � � . r () ("I'll +- '4`9 as 45, i L sfu mo_ O c; a �` O > C 4) C6 S � - N O "". CO om t/1 O u" O w m O r.: E 0 t = � a+ Iv Y " O O ~ 0O aJ U t u O _ C 4) (CD,, O M c L a1 0 u �" J r� O �.„ 4...g QJ m O V 7 (C >j ',',,, t..CY r�f�s LL (n H V U V1 V1 H U V1 Q .....""""".... 771 MoNwE Cc y E c ,E G/ PROJECT MMAGEMENT oNT, Acr CHMGE ORDER PROJECT TITLE: Big Pine Community Park Amphitheater CHANGE ORDER NO: 03 INITIATION BATE: 0311912025 CONTRACT©ATE: 03/2012024 TO CONTRACTOR: Pedro Falcon Contractors,Inc. 31160 A±vene C Big Pine Key,FL 33040 The Contract is changed as follows: The original(Contract Sum)(Guaranteed Maximum Price)... ...... ................ ......... $ 186,393.00 Net change by previously authorized Change Orders,-- ...-. .......... ........................... 23,551.02 The (Contract Sum)(Guaranteed Maximum Price)pricer to this Change order was,.,.... $209,944.02 The(Contract Sum) (Guaranteed Maximum Price)will be(increased)(decreased) (unchanged)by this Change Order......-. ........ $ 69,389.74 The new(Contract Sum).(Guaranteed Maximum Price) including this Change Order is. $279,333.76 The Contract Time will be(increased)(decreased)(unchanged)by__..................... 170 days The date of substantial Completion as of the date of this Change Order is ................. 08/11/2025 Detailed description of change carder and justification: This clears e order address two items. The on` final design called for a new stormwrvater,swvale to be installed however the Parks and Beaches lie artrrrent m uested that the storrrrw rater Tarr be rewi it as the gLLgtkg swale instead of constructing a now one, The second fits is the installation callous 4 lUlusco sports FC Lighting fixtures as reguested by the Parks d beaches Department in order to better sgnLe the Dublic and future eZonts at the amphitheater. The contractor is reauestina an additional 1.70 days be added to the contract time in order to cony fete this work. Th'e revious substantial corm letion date was Epbruaty 22 2025 Cbgjwe order! %of odginal Matrggi pLiM Not valid until signed by Owner Architect 'if applicable), and Contractor ARCHITECT: N/A N/A 'Cate ot— CONTRACTOR: J- i "� � Pedro Falcon Contractors, Inc. bate Digitally signed by Cary Vick Cary Vick Date:2025.03.2411:54:43 DEPARTMENT DIRECTOR: -04'00' Cary Vick _ Date Project Management Director Christine Digitally signed by Christine Hurley H u rl ay Date 2025.03.28 COUNTY ADMINISTRATOR. 09:03:00-04'00' Christine Hurley Date 772 Change Order Attachment per Ordinance No. 005-2023 • Change Order was not included in the original contract specifications. Yes ® No ❑ If Yes, explanation: This change order includes additional work, materials, and labor for the relocation of the stormwater Swale and installation of additional lighting fixtures. • Change Order was included in the original specifications. Yes ❑ No If Yes, explanation of increase in price: • Change Order exceeds $100,000 or 5% of contract price (whichever is greater). Yes ❑ No If Yes, explanation as to why it is not subject for a calling for bids: • Project architect approves the change order. Yes ❑ No If no, explanation of why: N/A—no architect on file • 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: 773 PEDRO FALCON f/ CONTRACTORS, INC. 31160 Avenue C,Bid Pine Key, FL 3043- 515 05) -2200..Fax 5 872-2219 www.pedrofalcon.com Request for Change Order Revised 18 March 2025 Project: Big pine Community Park Amphitheater Description:Added Mus,co Lights and.Relocate!Swale Subcontractors Musco Lighting(Less sales tic per Mo�nroe County Calculations) ................................................................................ .......................$40,24o.67 Designer sign z°.Chan Swale......, ............................................................. ...,...................rv.m �500. cl.. ... 67 SubcontractorSubtotal.,sw........ ....wwaew......... .w.......ww.w..........roswwwra..........-...wwv 40, a Pedro eon Contractors— Direct Work Power to New lighting ...........$12,227- Repairsto Site— .. .................... .........................-.................-- ............. ........... 7,11 .3 Disposal..................... .................. ...... ....... ... ....................................... ................$892.00 Direct Supervision 16 6 .10..........................,...............................,......................4993.6o, s ■/■ ..........................ww................................................... 21,226.4.1 Overhead @ 5/ .i-......w......................................-.w....i........w.....M............ .d.,,�0ryy�61. jN.�� Profl „�N� ...............w........................................,............,....w.........w..�..... '..�,5�a,.r�J'.1.32, Management F ..............wwww.w........................w........w.......---.............42,037. Sales Tax Mu s,co (per Monroe County Calculations)............................................... , 'i6. , SalesTax P .......... .................. ........................................................ ................ $ 49 3 Sales Tax Equipment ipmentRental.,..,...,.............,.......,..,.. ....................... ............................ ,.,.............,..... "7u ,.. . '1 SUBTOTAL,S ES TAX.......,.....w..................w................................... .' 3.',. •A' 3,262 98 Page'I of 2 Industrial. Commercial.Institutional.Residential-utility Established 1984774 $ 6 9,N"I"I'll 81119 11 SUBTOTAL TOTAL COST..................................................................$69�,.32S'497 l'ime Extension of One Hundred Seventy Calendar Days Proposal Excludes anyDesign Other Than That Provided by Musco Lighting(i.e. nospecial light studies) Proposal Excludes Permit Fees. Permit Fees to be paid directly by Owner or jfPaid by Contractor actual cost Plus 5% Overhead and 5%Profit on actual permitfiee cost in a subsequent change order. $ 69,389 74, of Request for Change Order Amount:........................................ 6", 2ik-49 Respectfully Submitted, Ken Bygler Prqject Manager Paige 2 of 2 775 J m o o 10 m v n O u+ -tr 01 N Ol a-I J V1 O V1 rl o dl V1 o ,o O O I- p 0 �+1 v1 00 ~ r vDoi v�i nMi t. ~ to mom': m GWc Vl U}I 4IH.. L C f C J as � � C ,-a ct X, 2 Q V C N Ih O o N'. N M l0 to to m m Q F " J LL U a o J 0 In o 8 ❑ Lo m to 1n a'.. . C m o > „o p - w a Ln �o m o .. o] N O r W o0 1-o Noo 1p lD lO W m N oo o0 W ! yr v} {n. ni N i. Ur) o ti 0 o a-I I, O Il oo Q m o �o a to O to O W N cm-I Ol Ol N ;3- O a to N c-I oo Ot N N L!1 Il Oi N 1� It, ei V O It, O c-I N �t a to N a V} ih Q th ih th O F- LU N m m 0 > n o o rl o O o o 0 0 �T W y) 0 V1 W �T O W u N u J V U N V z N F F H Q ' a a�i a o D a U v o a d ru o vi F o m f�U sy I`V 4J D_ W � lD '..3 N v} 0 . � L C 8 � O N O O N C _ A! -M h00 U N lD dl dl N N W dl 4J C m 0 cCA OI,. u v _ D u y N a � G Y U U a; N � L 4 a > a J - m oa to aG v � .2 Y c p o p z s z Z N m v. v o ocL Y o v a to m CC F a 3 °' '` O a vi oo ° v_ ._ u oofC ao N,..L +�+ W C Vl N L L N o o o � Z O d u pp U Lu m O a NL'i, L U ❑ W N W W J N f6 N N N N O to o p v C a`� g n u U ° urn o .� oc O Vi 7i. L O W O d a W c� j O rc6 O M W'...z `z ='.S D V ~ d 0 0 F ~ G O V] V] o d G `Lu QO p .-I N....M.. �A p y Ln co r a o = 776 u a o m u u AgreementPurchase Date:February 10„2025 Project Name:Big Pine Key Paris Phase 3 Project#:242195 1. SELLER NAME AND ADDRESS: BUYER NAME AND ADDRESS: Musco Sports Lighting, LLC("Musco") Pedro Falcon Contractors, Inc. (the"Buyer„') 100 1$1 Avenue West—PO Box 808 31160 Ave C Oskaloosa, IA 52577 Big Pine Key, FL 33043 Attn: Josle Sanger Attn: Ken Bygler Email: josie.sanger@musco.corn Email. kenbygler@bell,south.net Telephone: 641-673-0411 Telephone: 305-872-2200 800-825-6020 Ext 4103 3, OWNER NAME AND ADDRESS: 4. SHIPPING NAME AND ADDRESS: Monroe County Big Pine Key Community Park 1100 Simonton St 31009 Atlantis Car Key West, FL 33040 Big Pine Key, FL 33043 Attn: Attn: Chuck Floyd Email: Email: ecsinc25@aol.ccm Telephone: Telephone: 786-412-0752 5, WARRANTY CONTACT: 6. FACILITY NAME AND ADDRESS: Monroe County Big Pine Key Community Park 1100 Simonton St 31009 Atlantis Dr Key West, FL 33040 Big Pine Key,FL 33043 Attw Email: Telephone: T. EQUIPMENT DESCRIPTION—Musco shall sell, transfer„ and deliver to Buyer, and Buyer will purchase, accept, and play for the following goods(the"Equipment") in accordance with the"Total Price"paragraph of this Agreement: SportsClusterl Lighting System • Poletop luminaire assemblies with: 4—Total Light ControlTm TLC-LED-900 factory-aimed and assembled luminaires Pole length factory assembled wire harnesses Factory wired and tested remote electrical component enclosures • Mounting hardware for poletop luminaire assemblies and electrical components enclosures Disconnects 8. RESPONSIBILITIES OF THE BUYER AND/OR THIRD PARTY—BuyerfThird Patty agrees to: Refer to responsibilities Misted in the Installation Scope of Work in. Exhibit A. 9, MUSCO SERVICES Musco,agrees to provide,itself or through its subcontractors, design, layout,testing and commissioning for the Equipment and the following (collectively, the"Services"): Installation_..refer to the Installation Scope of Work in Exhibit A. 10.. CONSTANT 1 OTm WARRANTY&,MAINTENANCE PROGRAM(the"Warranty")—Musco shall provide parts,labor and all services outlined in the Musco Constant 10 Agreement to maintain operation of lighting equipment for 10 years as follows: • Warranty service begins On the date of product shipment • Expiration date: 10 years frorn date of shipment • Monitoring,maintenance:&control services • Light levels,as specified in Musco design docuiments • Spill light control_as specified in Musco design documents • Energy consumption: as specified in Musco design documents Ems,2023 Musto Spons L1,rSrtin arLe W 6wA 1p1U,=119 777 Purchase Agreement Date:February 10,2025 Project Name:Big Pine Key Park Phase 3 Protect#-.242195 11. TOTAL PRICE—Buyer will pay for the above-described'Equipment and, if applicable, Services, The Total Price of$43,057.52 includes sales tax and is payable as follows. * $43,057.52 within 3�g days from invoice date A copy of the payment and performance bond (if applicable) is required prior to shipment. Monthly progress invoicing and payments will apply. Final payment shall not be withheld by Buyer on account of delays beyond the control of Musco. Price includes delivery, unloading, and fixture installation to the address indicated in item #4 of this Agreement. Price does not include electrical installation. Payments not paid when due are subject to a carrying charge for each month past due or will be pro- rated for the portion of the month there is an unpaid balance.Carrying charges shall accrue in the amount of one and one half percent (11/2%) per month of any overdue unpaid balance, or the maximum rate permitted by law,whichever is less,. Source of Funds: Buyer agrees that Buyers payment to Musco is not contingent upon Buyer getting paid by the Owner/End User. Buyer may not hold back or set off any amounts owed to Musco in satisfaction of airy claims asserted by Buyer against Musco. No partial payment by Buyer shall constitute satisfaction of the entire outstanding balance of any invoice of Musco,notwithstanding any notation or statement accompanying that payment. The Total Price was calculated utilizing parameters outlined in the project specifications. In the event soil conditions vary from those relied upon, or if the soil cannot be readily excavated, Buyer shall be responsibile for Musco's additional associated costs, including but not limited to the cost of design, alternate foundations, additional materials, and labor. 12. TAXES — Buyer shall pay all applicable state and local sales taxes, use or any similar tax invoiced appropriately by Musco. Taxable Non-Taxable (Copy of resale or exemption certificate must be attached. Note: Just holding a sales tax permit does not, in and of itself, qualify for a non-taxable sale.), 13. PAYMENTIPERFORMANCE BONDING—Is there a bond on this project? 0 Yes E] No �rinci al Bond Holder: Bonding Company Name'. Bonding.Company Address: Borndi�ca�r1 Address Phone Number', L.Bond Nqmber�. , 14. DELIVERY—Normal delivery to the shipping address indicated above iis 10 to 12 weeks after submittal approval or release of order, if later. If the Equipment is shipped in multiple lots, Musco shall prepare a separate invoice for the price of the Equipment shipped at the time of each shipment. Buyer shall pay the amount of each such invoice upon the same terms as set out in the "Total Price" paragraph of this Agreement. All deliveries shall be made by means of a common carrier or some other reasonable means chosen by Musco. All risk of loss to Equipment sold shall pass to Buyer upon Musco's substantial completion of the Services. Delivery is subject to Buyer maintaining credit satisfactory to Musco. Musco may suspend or delay performaince or delivery at any time pending receipt of assurances, including full or partial prepayment or payment of any outstanding amounts owed adequate to Musco in its discretion, of Buyei's ability to pay. Failure to provide, such, assurances shall entitle Musco to cancel this contract without further liability or obligation to Buyer, 190,2023 W"m Spoft Ugh#ng,LLC-M-10IG-OnU3-46 www.musco,cmn lig�iting@rnuscoxom vi S 778 ............. Purchase Agreement iDate:February 10,2025 Project Name'.Big Pine Key Park Phase 3 Project#:242195 15. NO,RETAINAGEMARRANTY—Buyer acknowledges payment in full is required within the agreed terms. 'Warranty claims and back charges shall not be deducted from contract payments without prior approval of Musco's Warranty Department (877-347-331I9). Musco's Equipment and its performance are sold subject to Musco's written warranty. The Warranty provided by Musco shall be in lieu of all other representations, warranties and conditions of any kind, in respect of the Equipment or the Services and Musco disclaims any other representation, warranty or condition whatsoever, whether written or oral, express or implied, statutory or otherwise, including, but not limited to, the, implied warranties and conditions of merchantability and fitness for a particular purpose. Buyer acknowledges that any warranty and/or maintenance guarantee contained within payment/performance bonds issued on Musco's behalf pursuant to this Agreement and the corresponding liability on behalf of the issuing surety shall apply only to the first 12 months of any warranty and/or maintenance obligation of Musco specified in the written Warranty to be delivered to Buyer. The balance of any warranty andlor maintenance obligation greater than 12 months shall be the sole responsibility of Musco and shall not be guaranteed by a third party. 16. EXCLUSION OF SPECIAL DAMAGES — In no event shall Musco be liable for incidental, special or consequential damages,including without limitation lost revenues and profits,in respect of this Agreement or the Equipment and, if applicable, Services provided hereunder. 17. LIMITATIONS IPERIQ D—Unless otherwise specified in the Warranty to be delivered to Buyer,any action or proceeding against Musco arising out of or relating to the Equipment or Services will be forever barred unless commenced within the earlier of: (a)one (1)year after delivery of the Equipment or if applicable, completion:of the Services;or(b) the period prescribed by the applicable statute of limitation or repose. 18. SECURITY AGREEMENT—In consideration of the promises contained herein, Buyer hereby grants and conveys to Musco,to secure payment and performance of all obligations in full,a purchase money security interest in the Equipment, including all repairs, replacements and accessions thereto and proceeds thereof(collectively referred to as the"Secured Property"). Buyer hereby irrevocably authorizes,Musco at any time to register in any registration office in,any province(including personal property registries and if applicable, land titles or real property registries) any initial financing statements, financing change statements, notices of security interest or other documents relating to this security interest or this transaction. Buyer further agrees to promptly furnish any information requested by Musco to effectuate the terms of this Agreement.Buyer further agrees to execute any document reasonably required by Musco to perfect the security interest granted herein and,to assure the preservation, priority, and enforcement of such security interest. Buyer agrees that value has been given for this security interest and that the parties have not agreed to postpone the time for attachment of the security interest. 19. DEFAULT—Each of the following shall constitute a default("Defaulr)under this Agreement: a)failure to pay,in full, any payment when due hereunder;b)Buyer becomes the subject of a bankruptcy, receivership or insolvency proceeding;c)any warranty, representation or statement made or furnished to Musco by or on behalf of the Buyer proved to,have been false in any material respect when made or furnished); d)loss, theft, damage, destruction or encumbrance to, or of, the Secured Property or the making of any levee, seizure or attachment thereof or thereon prior to payment in full; or e)the occurrence or non-occurrence of any event or events which causes Musco, in good faith, to deem itself insecure for any reason whatsoever. 20. REMEDIES UPONI DEFAULT—In the event of Default, Musco may, at its option, and without notice or demand: a) declare the entire unpaid balance owing hereunder due and payable at once; b) proceed to recover judgment for the entire unpaid balance due; c) exercise all rights provided to Musco under this Agreement, any applicable personal property security act (or similar legislation), at law or in equity including but not limited to entering the Buyer's premises and taking possession of the Secured Property. All the remedies described herein are cumulative and may be exercised in any order by Musco. Buyer agrees to pay all costs (including reasonable attorney's fees and court costs), incurred by Musco in disposing of the Secured Property and collecting any amounts owing hereunder, and such costs shall be part of the obligations secured hereunder. 19%,2023 iMusoo Sports UghUnq,LLC-M-1010,�nUS46 www,muscoxom - lighting@musco,com Psat 779 Purchase Agreement Date:February 10,2025 Project Name:dig Pine Key Park Phase 3 ProjectM.242195 21. FORCE MAJEURE-Musco shall not be liable for delays or failure to perform in respect of the Equipment or the Services due, directly or indirectly, to (i) causes beyond Musco's reasonable control, or(ii)acts of God or nature,acts(including failure to act)of any governmental authority,wars(declared or undeclared), strikes or other labor disputes, fires, and natural calamities (such as floods, earthquakes, storms, epidemics). 22. EEO COMPLIANCE - 'When applicable, Musco and Subcontractor shall comply with the EEO Clause in Section 202 of Executive Order 11246, as amended, which is incorporated herein by specific reference. When applicable,Musco and Subcontractor shall abide by the requirements of 41 CFR 60-741.5(a) and 411 CFR 60-300.5(a). These regulations prohibit discrimination against qualified individuals on the,basis of disability and against qualified protected veterans,and require affirmative action by covered prime contractors and subcontractors to employ and advance in employment qualified individuals with disabilities and qualified protected veterans. 23. CONDITIONS OF AGREEMENT a. APPLICABLE LAW - This, Agreement shall be governed by the laws, including the Uniform Commercial Code, adopted in the State of Iowa as effective and in force on the date of this Agreement. b. EXPENSESIREMEDIES-IBuyer shall pay to Musco the reasonable expenses,including court costs, legal and administrative expenses, and reasonable legal fees (on a solicitor and client basis), paid or incurred by Musco in endeavoring to collect amounts due from Buyer to Musco. It is further understood that if Buyer does,not make a payment as due,Musco has the right to forward appropriate notices or claims on jobs with owners, bonding companies, general contractors, or the like, as deemed appropriate by Mlusco. c. ENTIRE AGREEMENT -This Agreement, the written Warranty to be delivered to Buyer, and any invoice issued by Musco, pursuant to this Agreement constitute the entire agreement between the parties and supersede all prior statements of any kind,made by the parties or their representatives. No representative or employee of Musco has any authority to bind Musco to anyterm,representation, or warranty other than those specifically included in this written Agreement or the written Warranty to be delivered to Buyer in connection with this Agreement.This Agreement may not be amended or supplemented except by written agreement executed'by Musco and Buyer. d. ACCEPTANCE-This Agreement is subject to the approval of Musco's Credit Department and the written acceptance of this Order by Musco. Pedro Falcon Contractors,Inc. MUSCO SPORTS LIGHTING, LLC Acceptance Acceptance this day of 20 this day of 201 Signature Signature Ken B ler, Project Manager Name and Title Name and Title Please remember to return all pages of this agreement. I M,2D23 Musm Spods Ughkg,LLC-M-1 0 1 0-anUS46 .... ...................................................................... www.n1L1SC0.00111 - hghting@muscoxom Frage,4 of 6 780 Purchase Agreement ........... T— Date:Febmary 10,2025 Project Name:Big Pine Key Park Phase 3 Project .242195 EXHIBIT A. Customer Responsibilities: 1. Complete access to the site for construction using standard 2-wheel drive rubber tire equipment. 2. Locate existing underground utilities not covered by your local utilities. (i.e.water lines, electrical lines, irrigation systems, and sprinkler heads). Subcontractor will not be responsible for repairs to unmarked utilities. 3. Ensure existing poles are structurally adequate to handle new fixture loading. 4. Ensure usability of existing underground wiring. 5. Pay all necessary permitting fees. Musco,Responsibilities: 1. Provide required fixtures, electrical enclosures, mounts, hardware and wire harnesses Z Provide SportsClusterO poletop assembly for poles 3. Provide fixture layout and aiming diagram. 4. Provide Project Management as required. 5. Assist our installing subcontractor and ensure our responsibilities are satisfied. Musco Subcontractor Responsibilities General: 1. Contact local utilities for locating public utilities,and confirm they have been clearly marked. 2. Contact the facility owner/manager to confirm the existing private underground utilities and irrigation, systems have been located and are clearly marked to avoid damage from construction equipment, Repair any such damage during construction. 3. Provide labor,equipment,and materials to off load equipment at jobsite per scheduled delivery. 4. Provide storage containers for material, (including electrical components enclosures), as needed. 5. Provide necessary waste disposal and daily cleanup. 6. Provide security to protect Musco products from theft, vandalism, or damage during thee installation. 7. Keep all heavy equipment off playing fields when possible. Repair damage to grounds which exceeds that which would be expected. Indentations caused by heavy equipment traveling over dry ground would be an example of expected damage. Ruts and sod damage caused by equipment traveling over wet grounds would be an example of damage requiring repair. 8. Jobsite to be returned to condition prior to;installation. 9. Provide startup and aiming as required to provide complete and operating sports lighting system. 10. Installation to commence upon delivery and proceed without interruption until complete. Musco to be immediately notified of any breaks in schedule or delays, Retrofit Musco Equipment to Existing Poles: 1, Provide labor, materials, and equipment to assemble and install Musco TLC for LEDO equipment on existing poles and terminate grounding and power feed. Power feed may need to be reworked to adapt to the new Musco equipment. 2. Ensure grounding components meet minimum,standards required by NEC and NFPA780. 3. Provide new ground rod and pole bonding conductor per NFPA Annex A.1.6. 4. Down conductor shall be converter to copper wire for any underground runs and bonded to ground rod(s). 5. Ensure all Miusco,components are bonded to both equipment and lightning grounds. No upward sweeps allowed for lightning down conductor or bonding jumper(s). See installation instructions for further information. 6. Test ground resistance with 3-point miegger and confirm 25 ohms or less for each pole. Install additional ground rods or create grounding grid until resistance of 25 ohms or less is achieved. I M,2023 MusmSpculaUghfirq,LLC-M-1010-enUS46 WWWA11LISCO,COM fighting@musco,com Rzico. ................. Page 5 of 6 781 Purchase Agreement Date;Febnjary 10,2025 Project Name:8ig Pine Key Park Phase 3 Project 9:242195 Electrical: 1. Provide materials and equlipment to reuse existing electrical service panels as required. 2. Provide materials and equipment to reuse existing electrical wiring as permitted. 3. Provide as built drawings on completion of installation, (If required). Control System: 1. Provide labor, equipment,and materials to terminate all necessary wiring at existing controls cabinet, 2. Check all zones to make sure they work in both auto and manual mode. 3. Commission Control-Link@ by contacting Control-Link Central"" at877-347-33,19. 19",2023 Mus=Spoft UgMng,U.0-M-101�enUS-46 www-aivsco-com - iicilitijig@tnusco.com Page 6 of 6 782 MAIL TO: Nautilus Drafting and Design Services Jonathan Tavarez DATE: January 22, 2025 21460 Overseas hwy suite 3 INVOICE# 1 Cudjoe Key, Fl 33042 Phone(305)906-1530 FOR:BPK Amphitheater BILL TO: Pedro Falcon INC. DESCRIPTION HOURS RATE AMOUNT Swale Revision 500.00 can bo nta led, l�:o address ViSted abi�)ve SUBTOTAL $ 500.00 zffllk" paym('�"nt us r�iim;eqA,aWe ( nautHii,,ksdraffinq@ CC)1111) TAX RATE "Onkno p,,,ayrnent is accrptaUc, adcfiflonal 391"1", charge SALES TAX - OTHER TOTAL $ 500.00 Make all checks payable to Nautilus Drafting and Design Services Payment is due within 14 days. If payment is not received within 14 days additional 10%will be added for every 7 days past due THANK YOU FOR YOUR BUSINESSI 783 DArE RECAPULATION PEDRO FALCON SHEET ELECT.CONTRS INC FOR SIMET Na,AN"jLl9,'pjf9"jN LA-NT-��q I LIGH'FING 0.00 ful'u", If i 6, bmad Power 0,00 if I'll Swilah Geor $ 2A 55 00 IMOO GENERATOR s O 00 iI,Mill I I Wj Fire Afam s 0 ojill, HAI'l smudly sy3tems $ 0,00 If 10 c'mojDas s 0 ('V MM" CCTV s 0 ri,110, flIfl, Liolai.m Froiftt,".. 5 0,00 fl k" 11 sir , Put&Address 0,00 If fl,, Calbodle Proleclion 0,00 as OW MIANQ 40A0 4 1f 11 TOTAL MATERIAL do MANIHOURS S IMX0 155,40 100AV4 l(W00% IM MISCELLANEOUS MATERIAL S 136.00 SUBTOTAL MATERIAL S TAX ON MATEW AL(7-1 C%), 5 TOTAL MATERIAL COST $ 2,91&00 FOREMAN HOURS S RATE s 30- 23,25 S N.t6lso JOURNEYMAN HOURS $RATE tss 00 $ 5,425.00 LABOR HOURS R S RATE 3 W TRAVEL I NON PRODUCTIVE/OVERTIME I. DIRECT LABOR-TOTAL COST 6.$07.54 PAYROLL TAXES&INS.-RATE 2,6),5,00 PL4M,rr A NO �RqtfEL........... NMI, -511AKEJ�T $0 FREIGHT EXPRESS AND CARTAGE SPECIAL EQUIPMENT $ I.VRAVnNGS $ SANITARY I FXPENSF,S,lAX)GING',,MF,Al-1 PROJECT TRA VEL(4 OF TRIPS 0)RAT`fJ TOOI,%'(%OF LABOR) T(YFAL JOB E KfE'NSF,! S 311,35,00 TOTAL PRIME COST(MATERIAIA.ABOR)JOB;EXP.) OVERHEAD% $ $ =2 7 541 SUO-CONTRACTOR rNIMES FIRE ALARM LIGHTNiN41 PROTECTION COMMUNICATIONS ZATHODIC PRO11=053 ....... MISC.QuOTES kmac.QU(YTF.S SUR-CONTRAC'TOR TOTAL S • SUR-CONTKAcl'0R CRAND TOTAL SobCont"tiorMarkup 3 0,00 TOTALNE,rcosT S ]Za27.50 PROFIT% SUBTOTAL BOND $ SELLING PRICE 11 MI 9.F(O�WOTAGE SQ,FT, S. Coyr eMk Sim Unit Irn I Wk. 5 ('--Rkfta Rate ............................ f1m f pax 1: II TOW Duraiiam Apir(Umsimuclion TOW Work U* AvgmSg0*wrs?Wcvh TOW Iflml Labmr fle,ury Avenge,Rural Labor Crew Sim In eh Mrra 784 Job Name Subcontractor Mat Unit No.of Labor unit Other Direct Subtotals by or PFEC ❑ESCRIPTION Unit N. Cost Mat Cost Hours Cost Labor Cost Costs ❑ivision General Conditions 0 $0.00 $0.a0 0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 s q�y�ae $0.00 0.00 $0.00 $0.00 $0.00 s Division 2 Site Work R--to Site-Sod.irriatien.Pet.hln LS 1 $2150.00 $2150.00 5].]0 $3s.00 $3.350s0 $0.00 $451950 Trencher Rentd Week 1 $0.00 $0.00 0.00 $0.00 $0.00 $1.300.00 $1300.00 TrencM1er Ddrvcry&Fccs $0.c0 $0.c0 $0.00 $0.00 $403.40 $403.4. Ovs6 s�,yd9 $2,150.00E7E-� $2,3fi9.5D $1,693.40 $6,212.90 s Division 3 Concrete 1 $0.00 $0.00 0.00 $0.00 $a.a $0.0 4 e6 d $0.00 $0.00 $0.00 $0.00 sG Division 4 Masonry O�6 ey Division 5 Metals O�6 ay Division 6 Wood&Plastics $a.a $a.a U- $.a $q..a $a.a O�6 haoq $D.00 $0.0D $D.00 $0.00 ay Division 7 Thermal&Moisture Protection D $0.00 $0.00 0.00 $0M $. $0.00 $0M 0 $0.00 $0.00 0.00 $0.00 $0.00 $0.00 $0.00 4 e6 a $0.00 $0.00 $0.00 $O.DD G Division 8 Doors&Windows $a.a. $a.a $a.a $a.a $0.0 O 6 $0.00 $D.DD $D.DD $D.DD ay Division 9 Finishes D $0.00 $0.00 0.00 $0.00 $0.00 $0.00 $0.00 D $0.00 $0.00 0.00 $0.00 $0.00 $0.00 $0.00 4 e6 a $0.00 $0.00 $0.00 $0.00 �sG Division 10 Specialties $a.a U-1 K a $a.a. O�6 ha.g $D.00 $0.0D $D.00 $0.00 785 Other Direct&Subcontractor DESCRIPTION MATERIAL LABOR Costs General Conditions $0.00 $0.00 $0.00 Division 2 Sitework $2,150.00 $2,369.50 $1,693.40 Division 3 Concrete $0.00 $0.00 $0.00 Division 4 Masonry $0.00 $0.00 $0.00 Division 5 Metals $0.00 $0.00 $0.00 Division 6 Wood&Plastics $0.00 $0.00 $0.00 Division 7 Thermal&Moisture Protection $0.00 $0.00 $0.00 Division 8 Doors&Windows $0.00 $0.00 $0.00 Division 9 Finishes $0.00 $0.00 $0.00 Division 10 Specialties $0.00 $0.00 $0.00 Division 11 $0.00 $0.00 $0.00 Division 12 $0.00 $0.00 $0.00 Division 13 Special Construction $0.00 $0.00 $0.00 Division 15 Mechanical $0.00 $0.00 $0.00 Division 16 Electrical $0.00 $0.00 $0.00 TOTAL MATERIAL $2,150.00 TAX ON MATERIALS 1 0.00% $0.00 TOTAL MATERIAL $2,150.00 TOTAL DIRECT LABOR-SUBTOTAL COST $2,369.50 PAYROLL TAXES&INS.-RATE 38% 38-1 $900.41 TOTAL LABOR $3,269.91 OTHER DIRECT/SUBCONTRACTOR-SUBTOTAL COST $1,693.40 TAXES/INSURANCE/ADDITIONAL EXPENSES 1 0% $0.00 TOTAL OTHER DIRECT&SUBCONTRACTOR COSTS $1,693.40 BASE BID SELLING PRICE $7,113.31 786 1 SUNBELT© 'tj RENTALS What alr'e YOU Illoolkilllp i"olr? Q, Florida Keys Overseas Heritage Trail, Marathon, FL, USA IIC:�i lCi llf: Delivery - 3/21-3/28 Cart Rentals 35-49 HP Ride-On Trencher $1,200 1 V°Ie rrii yr; Order summary Rental subtotal $1,200 Purchases subtotal - Round-trip delivery D $400 Rental protection plan D - Prepay Fuel Option Environmental Service Fee D - thor f -,qon An Estimated subtotal: $1,790.41 Rental i 1 elivcry[Fees- $1,693.40 I axes: $ 97.0.1 787 MONROE COUNTYANGINEERING/ PROJECT MANAGEMENT CONTRACT CHANGE ORDER PROJECT TITLE: East Martello Hurricane Ian Repairs CHANGE ORDER NO: 02 INITIATION DATE: 02/24/2025 CONTRACT DATE: 05/30/2024 TO CONTRACTOR: Sea Tech of the Florida Keys 131 Palomino Horse Trail Big Pine Key, FL 33043 The Contract is changed as follows: The original (Contract Sum) (Guaranteed Maximum Price)..................................... $ 75,395.00 Net change by previously authorized Change Orders.................................................... $ 0.00 The (Contract Sum) (Guaranteed Maximum Price) prior to this Change order was....... $ 75,395.00 The (Contract Sum) (Guaranteed Maximum Price)will be (increased) (decreased) (unchanged) by this Change Order................... ($24,320.00) The new (Contract Sum_(Guaranteed Maximum Price) including this Change Order is. $ 51,075.00 The Contract Time will be (increased) (decreased) (unchanged) by........................... 70 days The date of Substantial Completion as of the date of this Change Order is ................. 02/07/2025 Detailed description of change order and justification: The or4ginal scope of work included repairs that were either not caused by Hurricane Ian or not identified in the FEMA damacae description and therefore not elicrible for reimbursement. This chancae order deducts these items from the scope of work and deducts the cost from the contract. A time extension of 70 days to the contract time was also needed in order to complete the repairs to a historic licrht fixture. The previous substantial completion date was November 29, 2024. Chancae order is-32.3% of oricainal contract price. Not valid until signed by Owner,Architect(if applicable), and Contractor ' ^A1 HttgaN4aa ."a ARCHITECT: Bender&Associates Arch U s Date Robin Szm a n s ky Digitally signed by Robin Szmansky CONTRACTOR: Date:2025.02.25 15:36:32-05'00' Sea Tech of the Florida Keys, Inc. Date Digitally signed by Cary Vick Cary Vick Date:2025.02.25 16:00:48 DEPARTMENT DIRECTOR: -05 '00' Cary Vick Date Project Management Director Digitally signed by Christine Christine Hurley Hurley COUNTY ADMINISTRATOR: Date:2025.03.0613:29:33-06'00' Christine Hurley Date 788 Change Order Attachment per Ordinance No. 024-2015 • Change Order was not included in the original contract specifications. Yes ® No ❑ If Yes, explanation: Additional time needed to restore historic light fixture. Removal of some items from the scope of work that were not identified as part of the hurricane damage. • Change Order was included in the original specifications. Yes ❑ No If Yes, explanation of increase in price: • Change Order exceeds $50,000 or 5% of contract price (whichever is greater). Yes ❑ No If Yes, explanation as to why it is not subject for a calling for bids: • Project architect approves the change order. Yes ® No ❑ If no, explanation of why: • Change Order is correcting an error or omission in design document. Yes ❑No Should a claim under the applicable professional liability policy be made? Yes ❑ No Explain: 789 se ea °� _ Illlli�lll�lll OF THE FLORIDA KEYS LICENSED BUILDING CONTRACTORS February 18, 2025 Monroe County Project Management Department Office: (305)292-4426 Attn: Matt Howard, Project Manager Re: East Martello Hurricane Ian Repairs Subject: Change Order 402—Remove Items from Contract 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 CONTRACTOR EXPENSES/DIRECT COSTS UNIT 5% ITEM DESCRIPTION UOM CITY PRICE SUBTOTAL(S) 5%O/H 5%P MGMT TOTALS Sea Tech Remove Clean Out Storm Drain -$14,500.00 Remove Repair Stair Landing/Guardrail -$4,850.00 Remove Patch/Paint Metal Gate -$2,515.00 Remove Repair Fixed Door Panel -$2,455.00 Subtotal -$24,320.00 CHANGE ORDER GRAND TOTAL $-24,320.00 -Twenty-four Thousand, Three Hundred Twenty and 00/100 Dollars.................$-24,320.00 Progress Payments in full upon completion. Any alteration or deviation from the 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 the above work will be taken out by SEA TECH, INC.—This change will add 14 calendars days to the duration of the project. 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. Signature Date Page 1 of 1 790