Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
3rd Change Order 03/28/2025
a�,��,�r BOARD OF COUNTY COMMISSIONERS County of MonroeMayor James K.Scholl,District 3 The Florida Keys Mayor Pro Tem Michelle Lincoln,District 2 Craig Cates,District 1 �. David Rice,District 4 Holly Merrill Raschein,District 5 Memorandum DATE: 3/24/2025 TO: BOCC Digitally signed by Kevin FROM: Kevin G. Wilson, P.E., Assistant Count Administrator ' ' '> < %� D.te:202Wilson P.E. �. y � ) "�^"��"- Date:2025.03.24 12:45:49-04'00' Christine Digitally signed by THRU: Christine Hurley, County Administrator Christine Hurley H u rl e Date:2025.03.24 Y 16:48:46-04'00' SUBJECT: Proposed Change Order to be Approved Attached is proposed Change Order Memo #3 Big Pine Community Park Amphitheater project. This change order increases the final contract sum by$69,389.74. The substantial completion date is increased 170 days to 8/11/2025. Monroe County Ordinance 027-1998 and subsequent amendments provide authority for the Administrator to approve change orders within specified limits after providing Board of County Commissioners with at least 24 hours to review them and pose any questions or objections that they may have. It is the Administrator's intent to approve the attached change order under that authority after the 24- hour BOCC notification time. MONROE COUNTY/ENGINEERING/ PROJECT MANAGEmENT CONTRACT CHANGE ORDER PROJECT TITLE: Big Pine Community Park Amphitheater CHANGE ORDER NO: 03 INITIATION DATE: 0311912025 CONTRACT DATE: 03/20/2024 TO CONTRACTOR: Pedro Falcon Contractors, Inc. 31160 Avene 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) prior 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 order and justification: This change order address two Items. The orr final design called for a new stonrrwater swale to be installed however the Parks and Beaches die artrrrent requested that the storrnwaterDlan be revised to increase the exisjt n s a/e instead of constructing a new one. The second iteQ2 is the Installation of four 4 Mbsco Sports LED Lighttg fixtures as re Tested by the larks and Beaches lie aftment in order to better serve the public and future events at the arrrohitheater: The contractor is re uestin an additional 170 days be added to the contract time in order to cons kite this work. The previous substantial corn let/on date was February 22 2025. Change order is: .2 4 of Qdgingi contract 12rice. Not valid until signed by Owner Architect IN a llcable and Contractor ARCHITECT: N/A N/A Date CONTRACTOR: ."""" .,..,. Pedro Falcon Contractors, Inc. ate Digitally signed by Cary Vick Car Vick Date:2025.03.24 11:54:43 DEPARTMENT DIRECTOR: y _ -04'00' Cary Vick Date Project Management Director Christine Digitally signed by Christine Hurley H u rl e Date:2025.03.28 COUNTY ADMINISTRATOR: y 09:03:00-04'00' Christine Hurley Date 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: PEDRO FALCON f IF CONTRACTORS, INC. 31160 Avenue c, Big Pine Key, FL 33 43- 51 (305)672-2200-Fax(305)872-2219 EC 13003416/cGc 1507617 www.pedrofalcon.com Request for Change Order Revised18 March Project: Big Pine Community Park Amphitheater Number:PCO 003 Description:Added MuscoLights and Relocate Swale Subcontractors Musco Lighting (less sales tax per Monroe County Calculations)........................................................................................................$40,240.67 Designer Change Swale...... Subcontractor tot ...................................................................$40,74o.67 FalconPedro ors — Direct Work Powerto New lighting. ........................................................................................$12,227.50 Repairsto Site......................................................................................................... 7,113.31 Disposal....................................................................................................................$892.00 Direct Supervision 16 @ $62.10.............................................................................. 993.60 SUBTOTAL .......................................................................................$21,226.41 Overhead %...............................................................................$1,o6l.32 °%.....................................................................................$1,o6l.32 Manage e ............................................................................... 2, 7.03 Sales Tax Musco (per Monroe County Calculations)........................................... 2,816.85 SalesTax PFEC........................................................................................................$1.87e8.8 Sales Tax Equipment Rental..................................................................................... 97.01 SUBTOTAL SALES TAX .................................................................... $31262 :)8 Page 1 of Industrial-Commercial-Institutional- i i 1-Utility Established 1984 m 9 ,- . ...... .. .... ExtensionTime Proposal Excludes any Design Other Than That Provided by Musco Lighting (i.e. no special 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 permitfee cost in a subsequent change order. 69y w1: ° 4 Amount:Total Requestfor Change Order „..................................... . "sped 1 l Submitted, Ken r Project Managr v m o O o M v n O u+ -tr rl Ol N Ol a-I J V1 O V1 O l0 O Ol O Il ❑ O �'1 v1 00 ~ rl ill?t/}vZ N ~ L' L' M tin VL tin VL Gl lG iA aoa o' o n a or d W t � o H l7 a Z z u b U C � 00 h O oo M tD tD tD M: M. O. O F- n, n a ;e m Q Ln a ti � a a w t5 / N ❑ � M UY UY O O O � W O O u 0 l°l h 'olD O Do N O N o0 o0 W U?U? )oo m I' l N Ln Q O M O Iq O lC O W�.y N cM-i m m N kD � 0 7 oo dl N N V1 n m ti M N G to QM K Q to K to O O LU r m m 0 _ _ 0 0 W N O 1-1 W O W U N V J L.(1 c-I Vcl N L!1 a • • a z Q z a z n o0 = � o o t, � v a �t O M N O N O O 0 W M h m d O o o o a v m O 0 0 N.. 21 u N N oo Ot ° = 4 C d J T tvj ih ih c cl ' o z {n{n v m � Z 0 m 0 bo ° ° 7 7 4 C L1.. U t+ � U � L L v a o v m£� Y o L '..3 T a*° C C L'I L 4 a a J C G; m o Q '..fr U o a1 -p F aj 76 0 o o o O 2 r z n 2 N C0 v O o he u co O v a o c ❑, u v F- in2 C F m ° E c N a y L O a U' y n u J u E w m H N ,�: O O W O ❑ W _ X �fl M O Q d g, 1] u ❑ L ` vNi V] W N N N N m w Q ii ° u a m v m o u v m ° m o ~ r _ m d' © vi s �' OF o a�i v o rco O 'a m wiz �t- `—": {, ~ a F ~ vl in O a �Wn O o z y a O a to VI ,A F p U p z u o o m OV v=i U F����ent INNIMININIMMMEMMIN I 1 1 Date:February 10,2025 Project Name:Big Pine Key Park Phase 3 Project#:242195 1. SELLER NAME AND ADDRESS: 2. BUYER NAME AND ADDRESS: Musco Sports Lighting, LLC ("Musco") Pedro Falcon Contractors, Inc. (the"Buyer") 100 1 st Avenue West—PO Box 808 31160 Ave C Oskaloosa, IA 52577 Big Pine Key, FL 33043 Attn: Josie Sanger Attn: Ken Bygler Email: josie.sanger@musco.com Email: kenbygler@bellsouth.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 Dr Key West, FL 33040 Big Pine Key, FL 33043 Attn: Attn: Chuck Floyd Email: Email: ecsinc25@aol.com 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 Attn: Email: Telephone: 7. EQUIPMENT DESCRIPTION—Musco shall sell, transfer, and deliver to Buyer, and Buyer will purchase, accept, and pay for the following goods(the"Equipment") in accordance with the"Total Price"paragraph of this Agreement: SportsCluster'O 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—Buyer/Third Party agrees to: Refer to responsibilities listed 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 10Tm 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 from date of shipment • Monitoring, maintenance&control services • Light levels—as specified in Musco design documents • Spill light control—as specified in Musco design documents • Energy consumption: as specified in Musco design documents 1999,2023 Musco Sports LighRinq,LLC•M-1010anUS-06 • • • • . • Page 1 of 6 AgreementJPurchase Date:February 10,2025 Project Name:Big Pine Key Park Phase 3 Project#: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 30 days from invoice date 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 (1%%) 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 any 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 responsible 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? ❑Yes ❑ No Principal Bond Holder: Bonding Company Name: Bonding Company Address: Bonding Company lompany Address Phone Number: Bond Number: 14. DELIVERY—Normal delivery to the shipping address indicated above is 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 performance 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 Buyer's ability to pay. Failure to provide such assurances shall entitle Musco to cancel this contract without further liability or obligation to Buyer. 1999,2023 Musco Sports Lighting,LLC•M-1 01 0-anUS-46 WWW.MLISCO.001n . . w Page 2 of 6 • reement Date: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 (877-347-3319). 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 and/or 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 PERIOD—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("Default") 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 UPON 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. 1999,2023 Musoo Sports Lighting,LLC•M-1010-enUS-06 • • • • . W • Page 3 of 6 [purchase Agreement 77 Date:February 10,2025 Project Name:Big Pine Key Park Phase 3 Project#: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 41 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. EXPENSES/REMEDIES—Buyer 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 Musco. 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 any term, 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 20_ Signature Signature Ken Bygler, Project Manager Name and Title Name and Title Please remember to return all pages of this agreement. 1999,2023 Musco Sports Lighting,LLC•M-1010-enUS-46 w Page 4 of 6 Date:February 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 2. Provide SportsCluster®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 the 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 LED®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 Musco 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 megger 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. 1999,2023 Musm Sports Lighting,LLC•M-1010-enUS-46 0 Page 5 of 6 e Agreement 77 7 71 Date:February 10,2025 Project Name:Big Pine Key Park Phase 3 Project M 242195 Electrical: 1. Provide materials and equipment 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 CentralTM at 877-347-3319. 1999,2023 Musoo Sports Lighting,LLC•M-1010-enUSA6 w Page 6 of 6 MAIL TO: Nautilus Drafting and Design Services Jonathan Tavarez DATE: January 22, 2025 21460 Overseas hwy suite 3 INVOICE# 1 Cudjoe Key, F1 33042 Phone(305)906-1530 FOR:BPK Amphitheater BILL TO: Pedro Falcon INC. DESCRIPTION HOURS RATE AMOUNT Swale Revision 500.00 Ohecks caii,i tm n4led t(:) addi ess fisted above SUBTOTAL 500.00 Zefle nieirit is accq)ta�:flle ( n a ifil usd raft Bung l ) TAX RATE *Oiiflllne Ilpayinieirt is acceptaU:e, addiflonal 31/o chairge 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 DATE RECAPULATION PEDRO FALCON SHEET ELECT.CONTRS,INC FOR SILEET'NO.ANIIDC ;.AI_)!Q. Materials Labor Hours Malctlal%ofcou Labor%of coat —..—. _ LIGHTING 51 - 0.00 IJ Dl1°4, iU14j',, Branch Power $ - 0.,00 9.(P4P"io 41,100' Switch Gear $ 2,155,00 115.00 1,^';,5 8J91.L GENERATOR S 0.00 fl.41P S, f)W)"4 FireAlarm S „- 0 0JIW7 , ^I.IJU'%6 Security Systems S 0.00 flljjfG,, CommJData S - 0 CCTV S - 0 fum, lD.4Dll";, Lightning Protection 5 0.00 4,?I4/ Public Address % - 0.00 00(1yq il00"', Cathodic Protection S. - 0.,00 Ml, . S 10&W 40.00 TOTAL MATERIAL&MANHOURS $ 2 2$5.00 $55,00 lom00%, INADIA MISCELLANEOUS MATERIAL SUBTOTAL MATERIAL. 5 2,505,00 TAX ON MATERIAL(7-1/2%) $ •- TOTAL MATERIAL COST S 2,505.00 FOREMAN HOURS @ S RATE $ SIR d%C4 2325 S 1,162.50 JOURNEYMAN HOURS @ S RATE s aye 155„00 1 5,425.00 LABOR HOURS @ S RATE $ S 01'§ S TRAVEL/NONPRODUCTIVE/OVERTIME S DIRECT LABOR-TOTAL COST S 6,597.50 PAYROLL TAXES&INS-RATE 4,Wdl. 5 2,635.00 PERMIT AND WSPRCTION FEE S AFLNI'IWI I 0 MCNIR t RATI 50 ^& 5,00 S t$. FREIGHT EXPRESS AND CARTAGE S SPECIAL EQUIPMENT $ - DRAWINGS $ SANITARY S - s - $ EXPENSES,LODGING.MEALS S .. PROJECT TRAVEL(X OF TRIPS @ RATE) S TOOLS(%OF LABOR) - TOTAL JOB E.'SI.PENSK S 3,135.00 TOTAL PRIME COST(MATERIAIAABOR/JOB EXP.) S 12,227.50 OVERHEAD•/. 05t, S S 12„22750 SUB-CONTRACTOR OTF9 FIRE ALARM LIGHTNING PROTECTION COMMUNICATIONS CATHODIC PROTECTION MISC.QUOTES M:ISC.q UOTES SUB-CONTRACTOR TOTAL $ -. Tax 7.5% $ - SUBCONTRACTOR GRAND TOTAL S Sub Contractor Mark up 0004 0,00 0"00 TOTAL NET COST S 12,227.50 PROFIT% 0°t5 S SUBTOTAL 5 12,227.50 BOND SELLING PRICE ll l.''T?,5fl —Foots a daformrll�e SQ.ROOTAGE SQ.FL'.. S2 IT COS T' "w SQ,FT. Starl.Date Com letion Date __am Da. 9 Total Do ratio.for Cnnslrurtion fv 'Wk, Mnv u� Taatnl'Wnxk.Iln a 'lil i" Day. AvcragaLionsI Wvek tf Iifoura T'olul Diilect Labor Hours ,.�!'1 Hlaorrs Ares c Pirml I,abor Crew Mr.& dil,Fp Mon Job Name Subcontractor Mat Unit No.of Labor unit Other Direct Subtotals by or PFEC ❑ESCRIPTION Unit No. Cost Mat.Cost Hours Cost Labor Cost Costs Division General Conditions $n.n9 $1.J J $D9n 1 $"0. $9.99 $9.99 $...0 1 $n.D $0.00 $0.00 $0.00 $0.00 Division 2 Site Work Re airs[.Si[e-S.d Irn ation.P-hn LS 1 $3.1.-1 $3.150.00 67.70 $35.00 $236950 $0.00 $4.-,0 T,-h.r R-W Week 1 $0.00 $0.00 0.00 $0.00 $0.00 $1.300.00 $1.300.00 Tr.ncM1cr Dctrvcry&Fccs $0.00 $0.00 $...0 $0.00 $493.40 $493.40 0�36 61.'!0 hem d $2,i5D.DD $2,369.50 $1,693.40 $6,212.90 ay Division 3 Concrete $a.n9 $'9n $1- $6.99 $a.n9 $9.99 $...0 $...0 $n.D9 $n.99 $0.00 $0.00 $0.00 $0.00 ey Division 4 Masonry $o.00 $o.00 o.00 $o.00 $o.00 $0.09 30.0 o $o.00 $o.o0 0.00 $0.00 .00$o $0.00 .00 c e;d $0.00 $0.00 $0.00 $0.00 �9y Division 5 Metals $0.00 $o.00 o.00 $o.00 $o.00 $0.09 30.00 o $0.00 $o.o0 0.00 $o.00 1 0.00 $0.00 $0.00 c e`a $0.00 $0.00 $0.00 $0.00 vsG Division 6 Wood&Plastics $0.00 $o.00 o.00 $0.00 1 .00 $0.09 30.00 o $o.00 $o.00 o.00 $o.00 $0.00 c e%d $0.00 $0.00 $0.00 �sy Division 7 Thermal&Moisture Protection $n.n9 $1.J $19n 1 $6.99 $0.0. $...0 $...0 1 O 6 $0.00 $0.00 $0.00 $0.00 ay Division 8 Doors&Windows $o.00 $o.00 o.00 $1.00 $o.00 $0.09 30.00 o $0.00 $0.00 0.00 $-0 10.- c e;a $0.00 $0.00 $0.00 -sy Division 9 Finishes $'9n I $6.99 $9.99 $9.99 $...0 1 $n.D $n.99 $9.9n O 6 $0.00 $0.00 $0.00 $D.DD ay Division 10 Specialties $o.00 $0.00 M. $o.00 $o.00 $0.09 30.00 o $o.00 $o.o0 0.00 c e;a $0.00 $0.00 $0.00 $0.00 �sy 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% 1 38%i $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 1 SUNBELT© I! RENTALS What are you Illcckiiuip for Florida Keys Overseas Heritage Trail, Marathon, FL, USA Ilr:didi: Delivery - 3/21-3/28 Cart Rentals 35-49 HP Ride-On Trencher $1,200 1 Eeirriuove m m . Order summary Rental subtotal $1,200 Purchases subtotal - Round-trip delivery ('D $400 Rental protection plan (D - Prepay Fuel Option ,D Environmental Service Service Fee ('D - nthpr fdnpq fiAR An Estimated subtotal: $1,790.41 Rental + Delivery/Fees: $1,693.40 Taxes: $ 97.01