Loading...
HomeMy Public PortalAboutAmendment No 14RESOLUTION NO 2004-2 A CAPITAL PROJECT AUTHORIZING RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF KEY BISCAYNE, FLORIDA, CONCERNING THE VILLAGE OF KEY BISCAYNE CIVIC CENTER PROJECT, AUTHORIZING CONSTRUCTION EXPENSE ITEMS DESCRIBED HEREIN, AUTHORIZING AMENDMENT NO 14 TO AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER CONCERNING MATTERS DESCRIBED THEREIN, PROVIDING FOR EFFECTIVE DATE WHEREAS, pursuant to Section 3 07(b) of the Village Charter, the Village Council desires to authonze the expenditure of Village funds for additional construction items for the Village's Civic Center Project (the "Project") as descnbed in the Village Manager's Memorandum, marked as Exhibit "N' and attached hereto, and WHEREAS, it is necessary to amend the Agreement between the Village and Construction Manager to implement expenditures for the work authonzed herein, and WHEREAS, the Village Council finds that it is in the best interest of the Village to proceed as indicated in this resolution NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE VILLAGE OF KEY BISCAYNE, FLORIDA, AS FOLLOWS Section 1 Recitals Adopted That each of the recitals stated above is hereby adopted and confirmed Section 2 Work Authorized, Specification Of Funds A That the construction activities for the matters descnbed in Amendment No 14 and in Exhibit "A", attached hereto, are each hereby approved and authonzed B That the fund amount and source for the work items are hereby authonzed and approved as described in Exhibit "A " Section 3 Amendment To Agreement Approved. That Amendment No 14 to the Agreement between Village and Construction Manager, in substantially the form attached hereto, is hereby approved and the Village Manager and Village Clerk are hereby authonzed, in their respective capacities, to execute the Amendment to Agreement on behalf of the Village, once approved as to legal form and sufficiency by the Village Attorney Section 4. Implementation That the Village Manager is hereby authorized to take any and all action necessary to implement the purposes of this resolution and the Amendment to Agreement Section 5 Effective Date. That this resolution shall become effective upon its adoption PASSED AND ADOPTED this 13th day of January, 2004 440 ilete„c6N 6.----N CONCHITA H ALVAREZ, CMC, VILLAGE CLERK APPROVED AS TO F � RM AND LEGAL SUFFICIENCY VILLAGE A TO :Y F \103001\Resolutions\authornzing construction expense item No 14 12 24 03 2 MAYOR ROBERT OLDAKOWSKI AMENDMENT TO AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PROJECT NO PROJECT NAME AND LOCATION VKB-98069000 Village Community Center (Recreation Center) Village Fire Station, Police Station, and Administrative Office of the Village of Key Biscayne, Florida (the "Project") AMENDMENT NUMBER #14 (Revised Civil & Site Work for Site Infrastructure Phases 4 and 6 ) THIS AMENDMENT made this 4th Day of November in the year Two Thousand and Three By and between the Village of Key Biscayne, Florida, a Florida municipality, (the "Owner") and James A Cummings, Inc a Florida Corporation 3575 Northwest 53rd Street Ft Lauderdale, FL 33309 Phone (954) 733-4211, Fax (954) 485-9688, Federal Tax I D Number 59-2098732, (the "Construction Manager") WHEREAS, the Owner (as a direct signatory and through its former agent, the Department of Management Services of the State of Florida (the "DMS")) has previously entered into the Agreement between the Owner and Construction Manager, and WHEREAS, the Agreement has previously been revised by Amendment Nos 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11, 12 and 13, WHEREAS, it is now necessary to revise the Agreement to include Civil and Site Work for Site Infrastructure Phases 4 and 6 NOW, THEREFORE, in recognition of the good and valuable consideration provided by the covenants hereof between the parties, the Owner and the Construction Manager hereby covenant and agree to amend the Agreement to include Civil and Site Work for Site Infrastructure Phases 4 and 6 and to identify its funding source, to identify the drawings, specifications and other documents upon which the GMP is based, and to otherwise revise the Agreement, as follows (1) Guaranteed Maximum Price — the Guaranteed Maximum Price (GMP) for construction of Project VKB-98069000, Village Community Center, Village Fire Station, Village Police Station, and Administrative Office of the Village, as defined in Article 7 1 of said Agreement shall be $22,177,298 59 (which includes the $400,092 00 GMP for the Civil and Site Work for Site Infrastructure Phases 4 and 6 as listed below in item 2 a for the Village Fire Rescue, Police and Administration and Community Center Buildings ) (2) Drawings and Other Supporting Documents - in addition to the drawings, specifications and other supporting documents identified in previous amendments (No 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11, 12 and 13) to the Agreement, the Guaranteed Maximum Price (GMP) for construction of the Project, is based upon the following drawings and other supporting documents a Proposal #R -16I to the Village of Key Biscayne from James A Cummings, Inc , dated October 7, 2003, delineating Civil and Site Work for Site Infrastructure Phases 4 and 6, which are attached hereto as Exhibit "A 1 " b Spillis Candela DMJM revised Civil Drawings, as delineated in sheets C 1 1 03, Cl 1 05, C2 1 02, C2 1 03, C2 1 05, C3 1 02, C3 1 03, C3 1 05, C4 1 02, C4 1 03, C4 1 05 dated March 27, 2003 c Spillis Candela DMJM revised Site Electrical Drawings, as delineated in sheet EE1 1 04 dated August 14, 2003 d Fuster Design Associates, Inc revised Landscape & Irrigation Drawings, as delineated in sheets L 1 & L2, dated April 7, 2003 and 11, I2 & I3, dated June 16, 2003 e The revised Project Budget, which is attached hereto as Exhibit "B " (3) Changes m Agreement - various changes are required to the exhibits and articles of the Agreement to reflect the amendments described herein It is agreed that the articles and exhibits of the Agreement shall be deemed to be amended, to provide the following a Establishment of the GMP for Civil and Site Work for Site Infrastructure Phases 4 and 6 in the amount of $400,092 00, and establishment of the GMP for the Project of $22,177,298 59 (4) Effect On Agreement - except as provided above the articles and exhibits of the Agreement which are not affected by the amendments provided for herein shall remain in full force and effect IN WITNESS WHEREOF, the parties have executed this Amendment the day and year first written above JAMES A CUMMINGS, INC Attest BY PuvvvN-.tw trait") Corporate Secretary Witn sed By By A (print nam ) (print name) By tJell1/4j21 n William R Derrer, Corporate President James A Cummings, Inc VILLAGE OF KEY BISCAYNE (Corporate Seal) Village Clerk r �•�,eM-gager miI "' j -, ' Approved as to form and eal sufficiency By Village Attorney 103001\agreements\amendment to .gree ent between owner and construction manager EXHIBIT B OWNER S CONSTRUCTION BUDGET ITEM DESCRIPTION CONSTRUCTION BUDGET CONSTRUCTION MANAGERS PRECONSTRUCTION PHASE FEE $113 190 00 SUBTOTAL OWNER S TOTAL PRECONSTRUCTION PHASE FEE $113 190 00 VILLAGE FIRE RESCUE DEPARTMENT & ADMINISTRATION AND POLICE FACILITY CONSTRUCTION MANAGER S CONSTRUCTION PHASE FEE $527 392 00 CONSTRUCTION MANAGER S OVERHEAD & PROFIT $457 223 00 CONSTRUCTION BUDGET BALANCE $9 878 355 00 AMENDMENT NO 09 - OWNER REQUESTED CHANGES $232 893 00 SUBTOTAL CONSTRUCTION COSTS $11 095 863 00 ANTICIPATED OWNER SALES TAX SAVINGS ($159 266 00) SUBTOTAL $10 936 597 00 OWNER S CONTINGENCY $256 924 00 OWNERS GMP BUDGET FIRE RESCUE & ADMINISTRATION/POLICE $11 193 521 00 OWNER S CONSTRUCTION BUDGET FIRE RESCUE & ADMINISTRATION/POLICE WITH PRECONSTRUCTION FEE $11,306,711 00 VILLAGE CIVIC CENTER SITE & SITE INFRASTRUCTURE WORK ELECTRICAL DUCT BANK AND WATER MAIN CONSTRUCTION MANAGER S CONSTRUCTION PHASE FEE $119 226 00 CONSTRUCTION MANAGER S OVERHEAD & PROFIT $34 521 00 CONSTRUCTION BUDGET BALANCE $647 913 00 OWNER S CONSTRUCTION BUDGET VILLAGE CIVIC CENTER SITE & SITE INFRASTRUCTURE WORK ELECTRICAL DUCT BANK AND WATER MAIN $801,660 00 VILLAGE CIVIC CENTER SITE & SITE INFRASTRUCTURE WORK PHASES 1, 2, 3, 4, 5 & 6 (INCLUDING STATE SCHOOL FF SANITARY SEWER FORCE MAIN) CONSTRUCTION MANAGER S CONSTRUCTION PHASE FEE $62 630 00 CONSTRUCTION MANAGER S OVERHEAD & PROFIT $84 541 00 CONSTRUCTION BUDGET BALANCE $1 842 045 00 OWNER S CONSTRUCTION BUDGET VILLAGE CIVIC CENTER SITE & SITE INFRASTRUCTURE WORK $1,989,216 00 VILLAGE COMMUNITY CENTER (RECREATION CENTER) CONSTRUCTION MANAGER S CONSTRUCTION PHASE FEE $771 920 00 CONSTRUCTION MANAGER S OVERHEAD & PROFIT $425 691 00 CONSTRUCTION BUDGET BALANCE $9 141 302 00 OWNER S CONSTRUCTION BUDGET VILLAGE COMMUNITY CENTER (RECREATION CENTER) $10,338,913 00 EXHIBIT B (cont d ) OWNER S CONSTRUCTION BUDGET OWNER CHANGE ORDERS OWNER CHANGE ORDER NO 1 ($1 140 899 62) OWNER CHANGE ORDER NO 2 ($1 118 301 79) SUBTOTAL OWNER S CHANGE ORDERS ($2259,201 41) OWNER S TOTAL CONSTRUCTION BUDGET (ALL PHASES) $22 177 298 59 General Contractors kiE'Jk t A.l " \.7-'-- -/ October 7 2001 SKYLINE MANAGEMENT GROUP INC 88 West McIntyre Street Key Biscayne, FL 33149 James A Cummings, Inc 3575 Northwest 53rd Street Fort Lauderdale FL 33309 Phone 954 733-4211 Fax 954-485 9688 Website wwwjarnesacummings corn TRANSMITTED VIA HAND DELIVERY ATTN Mr Paul Abbott, Project Director RE KEY BISCAYNE CIVIC CENTER — SITE INFRASTRUCTURE REQUEST FOR CHANGE ORDER PROPOSAL #R -16I SITE INFRASTRUCTURE PHASES 4 & 6 Dear Mr Abbott, James A Cummings, Inc is submitting Proposal #R -16I, in the amount of $400,092 00 This proposal incorporates furnishing and installation of Civil Equipment & Materials for Site Infrastructure Phases 4 & 6 dated April 24, 2002 Please see attached summary form and subcontractor quotations for a recapitulation of this Work The Work indicated in this Request for Change Order is limited to Spillis Candela DMJM revised Civil Drawings, as delineated in sheets Cl 1 03 C 1 1 05, C2 1 02, C2 1 03, C2 1 05, C3 1 02 C3 1 03, C3 1 05, C4 1 02, C4 1 03, C4 1 05 dated March 27, 2003, revised Site Electrical Drawings, as delineated in sheet EE 1 1 04 dated August 14, 2003 and Fuster Design Associates, Inc Revised Landscape & Irrigation Drawings as delineated in sheets L 1 & L2, dated April 7, 2003 and Il, I2 & I3, dated June 16 2003 If there are any questions and/or concerns regarding this matter please do not hesitate in contacting this office at (305) 361 9227 for discussion Sincere y, Rev e -�� & Approved JA � . CUMMINGS, INC S Il I j E MANAGEMENT GROUP, INC iti Z1 6? A der Smith Jr P • j ect Manager Pau ' bbdtt VKB/SMG Project Director Cc Roberto Lage SPILLIS CANDELA DMJM via fax 305-447-3558 Tony Schulz SPILLIS CANDELA DMJM via fax 305-447-3558 Rob Maphis, JAC Eric Squilla JAC FILE James A Cummings Inc Proposal Summary Form Village of Key Biscayne Civic Center R -16I Amendment No 3 - Site Infrastructure (Phases 4 & 6) rH. unimin s 1 SECTION DESCRIPTION OF WORK I LABOR I MATERIAL _SUBCONTRACT ** Revisions to Site Infrastructure Civil Drawings by Spillis Candela DMJM dated March 27 2003 (Only Includes Civil & Site Work for Site Infrastructure Phases 4 & 6 Pncing is broken down per the attached Phasing Plan) i 1 01 JAMES A CUMMINGS INC f Demolition $2 0001 Field Engineering $3 000 Final Survey $3 000 Permits i $2 5001 Builders Risk $3 000 Owner Contingency Allowance I $5 000 Contractor Contingency Allowance i $5 000' 02 METRO ENGINEERING INC $119 6671 02 STONE CIRCLE UNDERGROUND INC $47 100 02 LANDSCAPE SERVICE PROFESSIONALS INC $41 916 02 WINDMILL SPRINKLER CO INC $10 450, 02 HOLLYWOOD STONE INC $52 000 16 FISK ELECTRIC CO $84 439 SUBTOTAL LABOR BURDEN SALES TAX SUBTOTAL TOTAL OVERHEAD (4 5%) SUBTOTAL PROFIT (Included in Overhead above) SUBTOTAL BOND TOTAL $o $o $379 072 $o $0 $0 $0 $379 072 $379 072 $17 058 $396 130 $o $396 130 $3 961 $400 092 w me 'Ins 116 � ,/ r METRO ENGINEERING CONTRA C TARS, INC M►y7 2001 JAMES A CUMMINGS NC J575 N W 53RD STRITT CA a 1 t Lauderdale, FL 33309 Attention ALEX Rk, V IJ LAG1; 01. KEY BISCAYNE ROADWAY IMPROVEMENT u. PROPOSAL o DESCR1P TION AMOUN Qi PRASE la Mobi lvut►on L S $ 3 500 00 a Demolition of c,onc,rete sidewalks curbs and o asphalt surtic,e only I S $ 19,106 00 a To cxcavatt, grade, and prt.parc sub -base to v concrete paver areas L S $11,37400 M fo Install liiueiock base to concrete paver areas 1 S $ 33,17'0 00 ,s To install paving, Indconipucted sub -base, 1° luneroLk base and asphalt surtac,e 1 S $ y 810 00 0 To install a ncrc,tt, curbs (u7lor) o; Valley Clubs L S $ 4 940 00 0 6 ' Curb & Cutter L S $ 8,640 00 a 6 1) 1 ype L S $ 11,600 00 To install and rnanitam M 0 T L S $ 9,166 00 41, To furnish layout ►nd as ',wits 1, S $ 3,975 00 a co 1 8 PHASE la TOTAL $115 831 00 E P11A,E 1b Mobibiation L S $ 3 500 00 a Demolition of Loncrtic sidewalks cuths, and so asphalt suttact�. only S $ 16 200 00 To excavate glade ind prepare sub -Ease to uo►►ca ete paver ai ea i L S $ t, 345 00 Tu install lirneruck h Ise to u'n rete payer areas L S $ 4.4 771 00 To install paving, int,1 .impacted suh base lirncrock b Isc ind asphalt surface I. S $ 12 SOU 00 To install t,oncrctc t urbs (color) Valley Curb, L S $ 18 16() 00 ME 1 RC) ENGINEERING CONTRACTORS INC IS A CERTIFIED BLACK MINORITY CORPORATION 6 Curb & Gutter 6' D' TypL. To install and maintain M 0 1 1 o furnish layout and as-builts PHASE II Mobilization Demolition of concrete sidewalks, curbs, and asphalt surface To excavate grade and prepare sub -base to concrete paver areas To install ltinerock base to concrete paver areas To tmtal1 paving, mcl compacted sub -base, lrmerroc.k base end asphalt surface To install concrete curbs (color ) 6" Curb & Guttcr ro inst.ill and maintain M 0 T To furnish layout and as -bunts TL S L S IS I5 PI-HAST lb TOTAL LS LS T, S LS LS L 5 LS IS $ 21,840 00 S 17,100 00 $ 6 100 00 $ 7,275 00 S 160,891 00 $ 3,500 00 $ 6,670 00 $ 4,R77 00 $ 4 477 00 $ 13,055 00 $ 9,840 00 $ 2 750 00 $ 25500() PHASE IT TOTAL $47,669 00 PHASE III Mobilization L S $ 3,500 00 Demolition of concrete sidewalks, curbs and asphalt surface L S $ 2 775 00 ro excavate grade, and piepare sub -base to concrete paver at eas L S $ 2 68000 To install lirnerock base to paver suit L S $ 4 177 00 To install concrete c.ttrhti (color) Valley Curbs L S $ 610 00 6" Curb & Gutter L S $ 3,175 00 6 ' "D' Type L S $ 770 0() To install and maintain M 01 L S $ 2 120 00 To turmsh layout & as -bunts L S $ 1,840 00 PHASES 1II fO1 AL $ 21 647 00 PHASE TV Mobilization 1 S $ 3 500 00 Demohtion of concrete sidewalks curbs and asphalt surtax 1 9 $ 6,317 00 To excavate grade, and prepare sub -base To install paving, mei cornpactt d sub -base lhmeroc,k base and asphalt surface To install c,onc.rete curbs (color) 6" Curb & Gutter To install and maintain M 0 T 1 o furnish layout & as -bulks PHASE V Mobilization Demolition ol concrete sidewalks, curbs and asphalt surface To excavate, grade, and prepare sub -base to concrete paver areas Co install limerock base to concrete pavei areas To install concrete curbs (Lolor) Valley Curbs 6 ' Curb & (hotel I o install and mauctaut M 0 T lo furnish layout and as builis 1S IS LS LS LS 1'IJASl IV l01AL LS L S L S L S L S LS L S L S $ 2 304 00 $15,650 00 $ 9,94000 $ 1,94100 $ 764 00 $ 3,500 00 $ 2 700 00 $ 2 680 00 $ 3,920 00 $ 930 00 $ 1,740 00 $ 1 270 00 $ 1 714 00 PHASE V TOTAL $ 18,454 00 ..■..4110. PHASE V1 Mobilization L S $ 3,500 00 Demolition of concrete sidewalks curbs, and asphalt surface L S $ 4,430 00 Fo exc,avate grade, and prepare sub -base to concrete paver areas L S $ 11,200 00 To install limerock base to c,onc.retc paver areas L S $ 18,970 00 To instal! concrete curbs (color) Valley Curbs L S $ 9,240 00 6" Curb & Gutter L S $ 19 440 00 6" "D" 1 ype L S $ 5,320 00 To install and mauitajn M U 1 L S $ 2 975 00 To furnish layout and as -bunts L S $ 3,L5.ft00 CRANDON HJ V D Mobilization PHASE VI TO rm., LS 3 500 00 To mill cxlsting asphalt area SC haul lwav To demo & remrr concrete curbs & walks To instal paving Inc stabilized sub -bass li merock base & 1 %z' asphalt surface To overlay milled area To install concrete curb (c olor) 1 ypc I." Curb & Gutter 1 o install M O 1 To furnish layout & as-builts QUOTLJ) PRICES DO NOT INCLUDE 1 PERMITS, BONDS, OR FEES 2 DEMOLLTTON OTHER THAN SI AI ED ABOVE 3 DFMUCKING, DEWATERING, OR REPLACEMENT FILL 1 L S Is LS L S L S L S $ 10,549 00 $ 1 8/5 00 $ 5,120 00 320,200 00 54,48000 $ 5,927 00 $ 2,240 00 101 -AL $53,891 00 TOTAL BID 3538,050 00 P' ) STONECIRCLE k N.... � UNDERGROUND I N C water • sewer • drainage construction Proposal for Village of Key Biscayne Civic Center Offs March 5, 2003 Drainage - Phase IA 12 C MP 43 LF 24 C M P 95 LF 24 P C M P French Ora n 226 LF 42 Sq Catch Basin #1 1 EA 42' Sq Catch Bann #3 1 EA 3 5 x 6 Catch Basin #2 1 EA Temporary Plug Catch Basin 1 EA Connect to Catch Basin 2 EA Adjust Existing Catch Basin 1 EA Convert Existing C B Top 1 EA Remove Existing Catch Basin 3 EA Remove Existing 4 Pipe 70 LF Remove Existing 6 Pipe 90 LF Cap Existing 15 Pipe 1 EA Cap Existing 4 Pipe 1 EA Remove Existing Trench Drain 60 LF Surveyor Layout & Asbul(t 1 LS Sub -total = $42,100 00 Water Main - Phase 1B Remove Existing Meter w/ Box 4 EA Cap Existing Water Service 4 EA 12 x 8 Tapping Sleeve & valve 1 EA 8 CL-350IJ►P 185 LF Connect to Existing P pe 1 EA Sample Point 1 EA Fill & Flush 1 EA Sunroycr Layo-.t 3 rc,b...i t 1 LS Sub -total = 314,900 04 This proposal -:crt,n 107 Orl rage 2 3830 S W 30th Avenue Hollywood, Florida 33312 (954) 331 6020 Fax (954) 331 0685 License #91-1257 1 ace 2 Key BEs,--c%i r ,e -t, Cf si e ° �ccsar Drairnago P+ta se 18 12 CMD 2:: LF 15 CMP 't LF 24"CibMa ,3- Lc 24 P C M P F, erc - Ora r, 28C LF 3C CMP 6 LF 4 Da Storm MH ( 3 414 *1 '? EA 6 Dia Storm MH At 5 1 EA Type C Catch Basin (#6 *7 #8) 3 EA 42' Sq Catch Basin (#5 #13) 2 EA P-6 Curb Inlet #17 1 EA Core Existing Catch Basin 1 EA Connect to Existing 24 Pipe 1 EA Convert Existing C 8 Top to MH 2 EA Remove Existrng Catch Basin 2 EA Remove Existing 15 Pipe 40 LF Remove Existing 24 Pipe 10 LF Surveyor Layout & AsbLilt 1 LS Sub -total a $89,900 00 Water Main - Phase 2 Remove Existing Meter wl Box 1 EA Cap Existing Water Service 1 EA Sub -total = $500 00 Drainage - Phase 3 Connect to Catch Basin 24'C MP Ternporanty Cap 24 C M P ■mair. Water Main - Phase 4 Adjust Existing Meter w/ Box olim'llODralnage - Phase 8 12' CMP 24 C M P 24" P C M P French Dram 42 Sq Catct' Basin (#9 #10 #12) 3 5 x 6 Cartch Sas n #11 Connect to Catch 8aain Remove Extsttrg Catch Bas n Remove Exrst,ng Manhole Remove Existing Piping Sur -vs rcr Layct t & AsbLi t 18 proposal tint rLias cn page 3 1 EA 112 LF EA Sub total = 57,400 00 22 95 355 3 1 1 1 1 LF LF LF EA EA EA EA EA age p 1 e sc #^C C t< c Car 3,-'3 r d JCTES Air site restoration by others Al}MOT within the Oise* ofwor+ by others Wier Included wrth Structure #14 All excise spoils to be stockpiled onslte and used or removed by others /UAL!FtCATiONS Density testing is not Included .n this proposal This proposal does not include ttie cost of performancelpayrnent bond permit fees permit bond inspection fees Ir impact fees which may be required from the venous agencies or municipalities having jurisdiction All underground utilities as listed herein will be installed pnor to final sz rade This proposal makes no provision for the installation or replacement of finished subgrade Th'w proposal makes no provision for asphalt or concrete removal or restoration unless it is specified This proposal makes no provision for the removal or replacement of sod or fencing, unless rt Is specified If ursuitable material is encountered Stone -Circle Underground Inc will remove and replace as an extra to the contract on a time and maternal basis This proposal may be withdrawn if not accepted within 30 days NI work to be completed in a workmanlike manner accarcthrg to standard practices our workers are fully covered by Workman s Compensation Insurance This proposal has been prepared from plans dated 3/C8/C2 1GNATURE E�CtRC�11N (4?--5. RG 4M3O TONE-CIRCLE UNDERGROUND, INC IS A DRUG -FREE WORKPLACE Landscape Service Professionals, Inc. Landscaping, Irrigation & Maintenance 3700 NW 124"' Avenue, Ste 139 Coral Springs, Florida 33065 To ,.( From atm cat, Company . Q `� cc Fax Re 3 o c- g C4.( 5-Za`f 7 Date 6- 2 - a-2 -0...‘1-1_ Cta„.,t/t 445 --- i`01) CI: Pages including ttns cover sheet RECEIVED JUN Z 7 2003 James A Cummings, Inc Key Biscayne Civic Center Certified MWBE / SOBE Phone (954) 340.3680 Fax (954) 340-5358 landscapsp@aol Landscape Service Professionals Inc Projct Location Key Biscayne -Civic Center Miami Meterlsl / Qeucrlytlen Sand/Soil/Rock/Cloth Iliac Planting Soil' Palm Sand Tree Grate Tree Grate Weed Barrier Stakin g Tree s Palms Palms Bismarck Palm Flo rida Royal Winln Palm Coconut "Maypan" Coconut Maypan Coconut Maypan Medlool Palm Tress Gree n Buttonwood t ` t Maho9anY Ic- Live Oak A ccen t Items Crin um Ca rdboard Plan t Bo ugainvillea Shrubs Cocopium Seagrape Croton Wax Ja smine Fakahatchee Grass Passion Flower Vine Ground Cover Bid valid for 60 days P fans d atad 6/5/01rev 5/1102 kt giantmt Unit Plc, phone (9) 340-3680 fax ($54) 340-5358 itsm Totals Qualifications / Value Fns Aie errvat.�,. CY 42 5 24 00 $ 1 008 00 CY 27 5 26 00 3 702 00 No spew 5x5 0 S 681 25 5 No specs 4x4 0 5 552 50 $ Per Roll 13 5 28500 $ 3 705 00 S ods for planting pits only Total /14 T urnbuckle 363 5 2 65 $ 961 95 2'x4' 321 included 3 Total 1Q 7 8 o 45 18 GW 35 5 18' 24' oa/mulli 31 5 1 gw 7 5 5 gw 9 5 8'gw 17 $ 12'14'CT 4 5 Tel 121 10o a 4 12' 104 oa $210 00 $ 640 00 87 $220 00 $ 19140 Total i4 2 5' oa 52 5 34 00 $ 10 gallon 34 5 59 50 $ 10 gallo n 0 5 95 00 5 Total M 3 gallon 91 $ 7 00 $ 3 gallon 180 5 7 25 5 3gallon 05 850 $ 3 gallon 200 5 7 25 5 3 gallon 125 S 700 5 3 gallon/tre llia 6 5 12 00 5 KeYb+scayneKey C►vlcCtr6203 (2) Total 1 3 476 00 $ 1 890 00 $ 587 00 3 41040 $ 501 60 3 880 00 5 4 067 50 5 1 of 2 *A11 roadrock/c onstructi on debris to be rem oved by others & brought to grad e +/--1' with suitable soil f or la ndscapi ng 8 s oil spec by other 1 904 00 66,150 00 alter nate Currently &violable height 17 577 00 2 872 80 4 514 40 11 580 00 19 470 00 Orel crane 1►768 00 2 023 00 - Espalier 837 00 1 305 00 1 450 00 875 00 72 00 Espalier 1 gallon not av ailable RECEIVED JUL 1 G 2ft)4 James A Cumrnirirt. Iris Key B.sca yne Civic C Pltc r 7/10/2003 Landscape Ser vice Profe ssional s Inc Project Location Key Biscayne -Civic Center Miami Bid valid for 60 d ays Plans dated 615101 rev 5/1/02 iMita I / Die crl io Spider Lily Dune Sunflower Orange/Yeilow Lantana Annuals Impatients/Salma/Mangold or eq Annual Mix Mulch Cypress Other Sodding St Augustine Roll Sod Remove/Relocatio n/Protection lrrtgahon By O thers k! Quantity Unit Pric e 1 gallon 380 $ 3 00 $ 1 gallo n 410 $ 2 85 $ 1 gallon 240 $ 2 75 $ Total at% CY Total 3 cf bags Sq Ft Sq Ft Lump Sum 240 $ 3 $ 22 422 $ 6 00 Labor & Mat,.,IaI Tot al a 5 000 $ 5 000 $ !Germ 1 140 00 1,168 50 660 00 1 20 $ 288 00 3600 $ 10800 �. 2 532 00 0 28 $ 004 $ 0 $ flcaho /Vat 1 300 00 1" soli spec by other 200 00 By other r T -__! -^a $ 1 600 OQ s -____ .on spe c by oth er ran Total .� $ , MOT net inctude Warranty 1 ye ar with proper maintenanc e including but not limited fertilizabon pesticide, P'^"ti sot t de, h eroic 8 fungicrcfe trea tmen ts as needed and a property operating sennced S utilized irri ati Excludes Acts of Gad vandalism and relocated material however workmanship (S on raa nt system guanteed KeybizcayneKey ClvicCtr6203 (2) )\N I\A "1 ""1000 } t fit - M LA `*- (� ammur 2 of 2 3 011 t er planting pits only pho ne (954) 340-3180 fax (954) 340-5358 E nA Alt ernates -' ILA -7,' `~ wt urrorr.,e_ 7/10/2003 tkpves.41/s�.,�, 1535 West Sunrise Boulevard Ft Lauderdale, FL 33311 (954) 763-3411 Fax (954) 7639243 Your Convenient Center for Do it yourself Sprinkler System Cert Of Competency #77-CLS 14 / 91 CLS 551X State Well Drilling 0 1120 Estimate (or) Contract To James A. Cummings. Inc. Job Key Biscayne Civic Center Attn Ryan Date July 23.2003 Installation r► _ _ ._ .__.�I.. wino Including tax $ 13,500 00 es si e o Ivlc ent .r Install sleeves under walks Install Irrigation system per design for this area - Approx 23 mistheads Including tax $ 1,500 00 East Side_of Civic Center Connect to existing supply at entrance road and install Irngation system per design for this area Install approx 95 mistheads and bubblers Install sleeves under walks and drives Exclusions Irngation permit fees Irrigation meter Electrical hook up of controller and rain sensor Including tax $ 8,950 00 Purchaser Seller William J Meredith. Jr_ Sign and return upon Acceptance Windmill Sprinkler Co Inc Licersed & Insured CONTRACT no«yw000 SItt Interlocking Paver & Bullnose Coping Specialists Cire;; ‘;;$ 2110 N Dixie Hwy Hollywood F. 33020 (954) 923-6546 FAX (954) 923-9913 14146 ORDER DATE 08/14103 BILLING DAv"E JOB ESTIMATED FROM ❑ PLANS ❑ ACTUAL MEAS BILL TO J A Cummings Inc 3.575 NW 53 St Ft Lauderdale, FL JOB ADDRESS Key Biscayne Civic Center CUSTOMER PHONE 404E4-9227 AREA MATERIAL AND JOB DESCRIPTION SQUARE FEET UNIT COST AMOUNT r - - Phases 4,6 Cost of paver installation for phases 4 word 6 including 52000 00 Materials-------------- SUB TOTAL 90 5 200p Amounts not paid by due date bear interest at 18% per annum Alt cost of collection tee STATE SALES TAX Included and attorneys are the obligations of the customer Excess pavers are due to Incremental order requirements by manufacturer, and are the of Hollywood Stone TOTAL 520oQ o0 property GUARANTEE Matenal and workmanship guarantee for a period of one year from the date of substantial completion for each type of material provided that written notice of any deflect Is 0 Deposit 50°16 given by Purchaser to SELLER within one (1) year of substantial completion For the purposes of this guarantee substantial completon shall mean the date of completion of work except for any finish or seal coats hnal oarntfno or repairs This Guarantee is limited solely to the rpnlararnont Total Due upon Substantial Completion and/or repair of materials by SELL R No other express warranty or guarantee is given No otter affirmation of the S ,+ ER by words or actions shall constrhute a warrantee HO By WHITE Fie Copy t (We) accept the above proposal and contract for the same subject to all terms and conditIonS on this and the reverse side and addenda (including detail sheet end diagram) attached hereto YELLOW Customer ropy PINK Control Coot/ FISK 10125 N W 116th War Suite 14 Miami FL 33178 305-870-0988 Office 305-870-0154 Fax To JAMES A CUMMINGS, INC Attn ALEX SMITH Ref Fisk C O# CNN#138-158 Date 10/6/03 Please find attached our lump sum cost submission to provide AS PER JAMES A CUMMINGS SITE LIGHTING SHEET EE1 104 DATED 8/14/03 PHASE 6 * * * NO SAW CUTTING OR RETORATION ARE IN THIS PROPOSAL Tlus proposal reflects our costs with mark-ups The proposed Amount for the descnbed work is as follows EIGHTY FOUR THOUSAND FOUR HUNDRED THIRTY EIGHT 66/100 (84,438 66) This price does not include any amounts for changes in the sequence of work time extensions delays disruptions and rescheduling extended overhead, acceleration, and/or impact fees The nght is expressly reserved to make claim for any and all cost pnor to settlement of this contract This proposal is firm for 1.) days After 15 days we reserve the nght to reconfirm modify and/or cancel this submission Please provide formal Change Order Documentation FISK CTRIC COMPANY f / � 3 4/7 -/ arvin Spa . els Project M. . ger cc Jack Maxwell Pat Clyne Jim Kinser CHANGE NOTICE FISK ELECTRIC COMPANY 10125 NW 116th WAY SUITE 14 MIAMI FL 33178 Tel 305-884-5311 Fax 305-884-2192 Client address JAMES A.CUMMINGS,INC Attn ALEX SMITH 3575 NW 53rd ST FT LAUDERDALE FL 33309 USA Tel 305-361-9227 Fax 305-361-5647 CCN# Date (current) Job name Job number Page number 158 10/07/2003 VILLAGE KEY BISI 60 1061 1 of 2 Work Descnption AS PER REVISED SHEET EE1 1 04 DATED 8/14/03 FOR PHASE 6 OF THE SITE LIGHTING We reserve the right to correct this quote for errors and omissions This quote covers direct costs only and we reserve the nght to claim for impact and consequential costs This price is good for acceptance within 10 days from the date of receipt We request a time extension of 20 days We will supply and install all matenals labor and equipments as per your instructions on CCN #158 158 Item Descnption 3/4 PVC 1 PVC 3/4 PVC FEM ADAPTER 1 PVC FEM ADAPTER 3/4 PVC COUPLING 1 PVC COUPLING 3/4 PVC 90 ELBOW 1 PVC 90 ELBOW #10 THHN SOLID #8 THHN A -8R86 8x8x6 SCR CVR 3R A -12R126 12x12x6 SCR CVR 3R 3/4 x10 CU CLAD GRD ROD 3/4 GRD ROD CLAMP PRE -CAST POLE BASE POLE BASE AUGER 6 TRENCH (12`x3 DEEP) BROOKS BOX & COVER GARD-N-POST Qty 300 1 500 40 140 30 180 80 150 4 500 1 500 20 6 12 12 12 12 1 800 4 17 Price U 48 93 C 73 03 C 62 40 C 86 78 C 32 18 C 49 73 C 103 35 C 174 85 C 7106 M 136 46 M 35 17 E 56 25 E 29 16 E 126 38 C 275 00 E 200 00 E 175 E 249 00 E 35 17 E Hrs U Mat $ Tot Hrs 7 50 C 146 79 22 50 8 70 C 1 095 45 130 50 20 00 C 24 96 8 00 22 00 C 121 49 30 80 0 00 C 9 65 0 00 0 00 C 89 51 0 00 37 00 C 82 68 29 60 43 00 C 262 27 64 50 9 30 M 319 77 41 85 12 50 M 204 69 18 75 1 00 E 703 40 20 00 1 75 E 337 50 10 50 1 25 E 349 92 15 00 0 25 E 15 17 3 00 1 00 E 3 300 00 12 00 0 00 E 2 400 00 0 00 0 03 E 3 150 00 54 00 2 00 E 996 00 8 00 1 75 E 597 89 29 75 FISK ELECTRIC COMPANY 10125 NW 116th WAY SUITE 14 MIAMI FL 33178 CCN# 158 Date 10/07/2003 Job name VILLAGE KEY BISCAYNE Job number 60-1061 Page number 2 of 2 Item Descnption (cont) Totals Qty Pnce U Hrs U Mat $ Tot Hrs $14,207 14 498 75 Summary General Materials LIGHT FIXTURES Material Tax Material Total ELECTTRICIAN SUPERVISOR © 25% Subtotal Overhead Final Amount (' 7 000 %) (498 75 Hrs c@ $36 93) (124 69 Hrs @ $44 18) (@ 15 000 %) Total ($ ) 14 207 14 32 052 00 3 238 14 49,497 28 18 41884 5 508 80 73 424 92 11 013 74 $84,438 66 CONTRACTOR CERTIFICATION Name Date Signature Change Order # I hereby certify that this quotation is complete and accurate based on the information provided CLIENT ACCEPTANCE CCN# 158 Final Pnce $84438 66 Name Date Signature Change Order # I hereby accept this quotation and authorize the contractor to complete the above described work.