Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item #11 Approval of Change Order No. 5 for Bid No. B13-03, Community Center Replacement (Lakeshore Center), which was awarded to C&D Construction, Inc.
fIorida AGENDA ITEM COVER SHEET Meeting Date April 15, 2014 Item # Contact Name: Al Butler, Support Services Contact Number: 407- 905 -3100, ext. 1543 Reviewed By: Department Director: City Manager: Subject: Approval of Change Order No. 5 for Bid No. B13 -03, Commurfty Center Replacement (Lakeshore Center), which was awarded to C &D Construction, Inc. (Cocoa, FL). (District 2 — Wilsen) Background Summary: The City Commission awarded Bid No. B13 -03 to C & D Construction, Inc., for replacement of the Community Center at a total price of $2,165,000.00 and modified the project budget to cover the construction contract plus a 5% contingency allowance, bringing the total construction phase budget to $2,273,250. The current contract price as a result of Change Orders 1 -4 is $2,172,479.83. The Agreement included a provision for liquidated damages in the amount of $2,000 per day. The final contract completion date provided in the Agreement was November 1, 2013. The date of substantial completion was February 4, 2014. With the allowance for days when the contractor could not work, such as city holidays and the Founders' Day celebration, there were 90 days that incurred liquidated damages up to the date of substantial completion, resulting in total liquidated damages of $180,000. An earlier change order recognized 10 days ($20,000), leaving the current balance at $160,000 (80 days). Following the city's inspection of the project, the Contractor was provided with a list of almost 200 items to be addressed as a "punch list" of remaining issues to be resolved for final construction closeout. Ten of these items represented new construction components that added to the scope of the work. During the period of working on the punch list, we also experienced issues with the lighting and air conditioning systems that required additional repairs and resulted in the city returning rental fees to persons using the facility at times when problems arose. As of this date, the city believes these operational issues have been resolved. Almost all of the repair items on the punch list have been addressed by the Contractor; work remains to be done on some of the additional items, in part due to product delivery lead times. Issue: Should the City Commission approve Change Order No. 5, which allocates a portion of the liquidated damages to payment for additional work items, and return the balance to the Contractor? Recommendations The Support Services Department recommends that the City Commission approve a change order that requires no additional city funds in order to accomplish the project revisions shown on the attachment. This change order modifies the terms of the original Agreement by altering the amount levied as liquidated damages to about $775 per day based on the cost of 31 items listed in the change order. The bulk of these changes are the result of minor corrections to address issues as they arose during construction. A few items address enhancements to the original project. These enhancements include: • Adding capabilities to the facility's audiovisual system, including the ability to record and broadcast via Internet video /audio streaming • Enclosing the Banquet Room beverage service area behind closet doors • Replacing the loading dock door lock with an electronic unit that will allow the city to assign specific access codes to renters and caterers • Enhancing the Oakland Avenue entrance by adding lighting and raised lettering at the two quarter - circle brick walls • Replacing the carpet tile in the Lobby • Adding fabric awnings over the northeast and northwest exit doors, which are otherwise unprotected from the weather The change order also formally limits the period for liquidated damages by stating an ending point of substantial completion; the original Agreement put the date at final completion. This change is in recognition of the city's ability to use the facility while the punch list items were being addressed. (The city's first use of the facility for an event hosted by an outside group was on February 6, 2014.) The overall effect is to pay the Contractor the full amount of the contract, for which the City will receive goods and services valued at about $81,731.84 and for which the Contractor's out -of- pocket cost is about $67,000. Staff additionally recommends that funds recovered from the Architect for design flaws be paid to the Contractor, who has borne the cost of these flaws through rework and replacement. This money amounts to $5,100.00 for which the Architect has accepted responsibility. This money will be added to the final contract price and reduces the out -of- pocket cost to around $61,900. Attachments: Change Order No. 5. Financial Impact: The change order has no net financial impact on the city. The city retained $160,000 in liquidated damages from the amount owed to the Contractor. Funds needed to pay for the cost of changes and improvements are covered by the balance remaining from the total outstanding amount of liquidated damages. The final amount to be paid to the Contractor is the same as if there were no liquidated damages; however, the city will receive additional goods and services valued at $81,731.84. The $5,100 to be recovered from the Architect is a pass- through payment to the Contractor, who bore the additional costs of the corrective work. Type of Item: (please mark with an x') Public Hearing Ordinance First Reading Ordinance Second Reading Resolution X Commission Approval Discussion & Direction For Clerk's Dept Use: Consent Agenda Public Hearing Regular Agenda X Original Document/Contract Attached for Execution by City Clerk Reviewed by City Attorney Reviewed by Finance Dept. N/A N/A 2 \l t � florido CITY OF OCOEE 150 North Lakeshore Drive Ocoee, Florida 34761 COMMUNITY CENTER REPLACEMENT PROJECT CHANGE ORDER NO. 5 DATE: April 15, 2014 The following changes are hereby made to the CONTRACT DOCUMENTS. Original CONTRACT PRICE Current CONTRACT PRICE ADJUSTED by previous CHANGE ORDERS Net Increase (Decrease) Resulting from this CHANGE ORDER The current CONTRACT PRICE including this CHANGE ORDER Original CONTRACT COMPLETION DATE: Current CONTRACT COMPLETION DATE adjusted by previous CHANGE ORDERS Net Increase Resulting from this CHANGE ORDER Current CONTRACT COMPLETION DATE including this CHANGE ORDER $2,165,000.00 $2,172,479.83 $5,100.00 $2,177,579.83 October 25, 2013 November 1, 2013 0 days November 1, 2013 The Parties to this Contract specifically acknowledge that the Date of Substantial Completion was February 4, 2014. The tolling of liquidated damages ended on this day. Community Center Replacement Project, Change Order #5 CHANGES ORDERED: REQUIRED CHANGES AND JUSTIFICATION This change order modifies the total cost of the project by making changes that mainly resolve conflicts in the plans. It consists of the following individual actions and costs: 1. Apply liquidated damages in the amount of $160,000.00, which is a reduction in the Contract Price. The Contract provides for liquidated damages in the amount of $2,000.00 per day for each day after the Contract Completion Date, which was November 1, 2013. The Date of Substantial Completion was February 4, 2014. The first use of the facility by the City for its intended purpose occurred on February 6, 2014. For the purposes of this Change Order, the days of liquidated damages are those days between November 1, 2013 and February 4, 2014, less those days when the Contractor was prevented from working due to City events, such as Founders' Day and designated holidays. The calculated days of liquidated damages are 90 ($180,000), of which 10 ($20,000) were recognized in Change Order No. 4. 2. Move drain in the Mechanical Room at an added cost of $603.88. The structural and mechanical plans showed the floor drain for the air handler unit located in the Mechanical Room installed at a central location that was ultimately under the elevated concrete slab required to support the air handler unit. The floor drain had to be relocated to a corner location in order to not be under the concrete slab. The design flaw was not discovered until the structural floor for the building had been poured. (Change Request No. 14) 3. Supply and install emergency lights in the three restrooms at an additional cost of $899.93. The original lighting plans indicated that wall- mounted battery back -up emergency lights were to be installed in the three restrooms with the note, "Owner Provided" in the column titled "Manufacturer." This note was interpreted by the Contractor as meaning the Owner (City) would supply the fixtures. The design engineer intended the note to mean that the City would designate the product for the Contractor to supply. (Change Request No. 17) 4. Replace two 3 -pole 20 amp circuit breakers with two 3 -pole 35 amp breakers at an additional cost of $555.05. Two inline heating units for the air conditioning system were specified on the plans to be served by 20 amp circuits; however, these two units draw close to 30 amps each and must be provided a 35 amp power service circuit. (Change Request No. 21) Community Center Replacement Project, Change Order #5 5. Replace a 60 amp single -phase power disconnect unit with a 100 amp 3 -phase disconnect for the additional cost of $190.53. The plans specified a 60 amp disconnect panel for the main hot water heater in the Food Service area; however, the water heater specified has a higher power draw than can be served by this disconnect. (Change Request No. 22) 6. Enclose one mini -tank hot water heater in a cabinet, replace specified mini -tank hot water heaters with inline "instant -hot" water heater in one location, and modify the recirculation hot water distribution system to supply three locations for the additional cost of $8,548.05. There are five points for hot water service in the three restrooms. The local wall - mounted hot water heaters specified for use at restroom lavatories were judged by the City to be unsafe (pressure relief valve dumps water into inhabited space) and too large to fit under the lavatories except at one location (Women's Restroom), where the water heater could be enclosed in a cabinet ($2,611.27 in Change Request 30). The only available alternative for one location (Women's Restroom handicapped stall) was to switch to a high - capacity inline water heater that has a much smaller package size. In the remaining three locations, it was possible to supply hot water from a recirculation line located in the attic space and serving the beverage counters. This change required cutting into finished walls and ceilings. The cost of the instant - hot fixture was $2,136.78 (one -fifth of Change Request 23), while the cost of the supply line connections was $3,800.00 (Change Request 35). 7. Supply outside receptacles with the original amount of power at two locations for an additional cost of $2,046.25. Two years ago, the City installed outside power points around the perimeter of the Community Center parking lot as a means of providing power to outside activities. These units were incorrectly shown on the plans as having a single 20 amp service. One unit has a 20 amp circuit and a 30 amp circuit; the other unit has two 30 amp circuits. In order to maintain the same level of power capability as originally installed, the wiring and circuit breakers provided must be upgraded. (Change Request No. 24) 8. Replace laminated toilet partitions with a different color in the Men's and Women's Restrooms at an added cost of $3,830.39. The original colors of laminate material used to surface the toilet partitions was found to be unsuitable after being installed, as they essentially looked like they were made of corrugated cardboard. City staff selected a replacement material that was subsequently installed. (Change Request No. 25) Community Center Replacement Project, Change Order #5 9. Install two clock units on the clock tower at the additional cost of $11,070.77. The City asked that two round address sign panels near the top of the tower be replaced with backlit thermometer units that match the clock design. (Change Request 26) 10. Extend the cabinets and counter tops for two beverage counters at the additional cost of $3,617.32. After the beverage counters had been installed by the Contractor, they then mounted the beverage brewing and dispensing equipment. It was at this time the City discovered the specified products did not fit on the cabinets, which were too shallow. The counter tops had to be replaced with 10 -inch deeper units and the cabinets moved out to snatch the deeper surface. The cabinet in the Meeting Room also required a new side panel. (Change Request No. 29) 11. Add window tint to the northwest and northeast double exit door assemblies in the Banquet Room at an additional cost of $343.11. The double doors used as emergency exits in the two northern corners of the Banquet Room have glass inserts and transoms. The doors in the northwest corner open to the loading dock area; the doors in the northeast corner open directly to the outside and are not shaded. The City asked the Contractor to install a "frosted glass" window film over these door units as a means of blocking the loading dock view and softening the morning sun entering the unshaded doors. The alternative of actually installing frosted glass was about $5,000. (Change Request No. 31) 12. Repaint the lower atrium balcony wall a darker color for an additional cost of $438.14. After the originally specified colors were painted in the atrium area, the City determined that the light wall color (PT -1) behind the white balcony railing failed to provide a sufficient level of contrast. The City subsequently directed the Contractor to repaint this portion of the wall using the darker wainscoting color (PT -4) in order to provide a stronger visual impact of the railing. (Change Request No. 37) 13. Install weather seals between the two units at all exterior double doors for the additional cost of $776.31. The double doors specified for the exterior access points have a significant gap between the units in order to allow free operation of each side; i.e., there is no primary side that is free - swinging. This design provides a means for rain and wind to enter the building, particularly at those locations where there is no roof overhang protection. The City directed the Contractor to install stainless steel brush -style astragals to close these gaps but keep the free - swinging operation needed. (Change Request No. 38) Community Center Replacement Project, Change Order #5 14. Replace the locking handset on Door I I 2 with a push/pull handle and deadbolt lock at the additional cost of $339.41. The main door connecting the Kitchen to the Banquet Room was specified to have a locking lever- action handset. After installation, use of the door led to the conclusion that a push/pull handle would be better for moving food trays in and out of the food preparation area. Adding a deadbolt lock preserved the ability for the City to rent the building while preventing access to the Kitchen when it was not included in the rental arrangements. (Change Request No. 39) 15. Replace outside door pull handles for an additional cost of $1,165.08. The exterior doors were specified to use large pull handles of the type used on interior doors instead of handles that matched the appearance of the adjacent primary door. The City directed the Contractor to install matching handles. The cost of the change will be billed to the Architect for reimbursement to the City. (Change Request No. 40) 16. Add a second layer of Hardie Board trim on the exterior corners of the building for the additional cost of $3,610.04. The construction of exterior banding and waterline trim on the building, where the trim was placed on top of the banding material, resulted in a deeper structure than for the single layer of corner trim board. This meant the vertical corner trim did not cover the ends of the horizontal trim, producing an unsightly appearance. The City directed the Contractor to double the thickness of the corner trim by installing a second layer. The corner trim is now thicker than the horizontal banding. (Change Request No. 41) 17. Increase the area of the paver connection between the Lakeshore Center concrete porch and the grape arbor patio for the added cost of $350.00. City staff modified the original location of the aluminum arbor that visually extends the Lakeshore Center roofline toward the grape arbor patio and the Withers - Maguire House. This shift increased the distance from the front of the building to the back of the arbor, which increased the width of the paver connection between the Center and the grape arbor. The added cost if for base materials and labor; the pavers were reused from the original sidewalk. (Change Request No. 42) 18. Install tent tie -downs supplied by the City for an additional $300.00. City staff realized during construction that the Lakeshore Center's Plaza was large enough to support a 20 ft. by 60 ft. tent that could be used to increase the effective capacity of the facility for little additional cost. The City purchased 15,000- pound- rated tent anchors that meet local wind load codes and supplied them to the Community Center Replacement Project, Change Order #5 Contractor, who installed them in concrete footers they incorporated into the Plaza slap construction. (Change Request No. 43) 19. Add more plants on the north side of the building for an additional cost of $100.00. The landscaping plans showed a sidewalk installed along the southern edge of the Employee Parking Lot when such a sidewalk does not exist. As a result, the number of plants specified in the bid documents was insufficient to provide the required spacing over the larger area that actually existed. The cost of the change will not be billed to the Architect for reimbursement to the City, as this mistake resulted in costs that should have been incurred. (Change Request No. 44) 20. Protect the chiller plumbing system and relocate the chiller water overflow pipe to exit outside the building for an additional cost of $1,392.41. The western wall of the Chair Storage Room includes the overflow, make -up water, and pressure monitoring portion of the chilled water cooling system. City staff was concerned that this exposed piping risked damage from the movement of chair and table storage trolleys and other items in the room. To protect the main piping assembly mounted on the wall, staff directed the Contractor to fabricate and install a guardrail that prevents entry into the protected space housing the chilled water plumbing (Change Request No. 46 for $1,242.41). In addition, staff directed the Contractor to relocate the drain pipe serving the overflow release valve for the chiller water system. This pipe was originally constructed to direct the water to a floor drain located on the opposite side of the Chair Storage Room. This routing exposed the pipe to damage along three walls and on the floor next to the door. The City asked that the pipe be directed outside the building on the exterior wall where the overflow relief valve was located. (Change Request No. 45 for $150.00) 21. Furnish and install a vinyl fence around the backflow preventer and fire line riser for an additional cost of $987.36. Due to site conditions, the backflow preventer, fire line riser, and water meter were mounted above ground immediately outside the Meeting Room window and behind the grape arbor, which is used for weddings. This location resulted in a negative appearance for persons inside and outside the Lakeshore Center. Staff directed the Contractor to install a 5- foot -high solid vinyl fence around three sides of this water service area in order to shield it from view but still provide access for maintenance and use. The fence installed matches the six - foot -high fence installed to shield the loading dock. (Change Request No. 47) 22. Install a countertop in the Make -up Room at a cost of $389.00. The original design for the Make -up Room specified a wall- mounted mirror but expected the City to purchase a makeup table to put in front of the mirror. When the City directed the Contractor to provide wall outlets to support hairdryers and other Community Center Replacement Project, Change Order #5 personal appliances, we also asked the Contractor to furnish and install a fixed countertop that matched the one provided in the adjacent Women's Restroom. (Change Request No. 48, as amended) 23. Enhance the audiovisual system for an added cost of $16,728.19. After gaining some experience with use of the facility, City staff identified three actions that needed to be taken to get the most benefit of the facility's advanced capabilities. The first change involves an issue with the sound- activated switch that turns off one audio input (e.g., background music) when the microphone detects sound (e.g., someone speaking). The problem was that any small sound picked up by the microphone turned off the audio when it was not desirable to do so. To correct this problem, staff directed the Contractor to install a manual wall switch next to each microphone input that would allow users to override the automatic switch. (Change Request No. 1 for $492.77) The second modification is to provide the City with a video camera and communication system that will allow live streaming of events from the Lakeshore Center over the City's website, much as we presently do with Ocoee TV. Such a service would not only enhance the City's use of the facility but could also be provided to renters for an additional service charge. The proposed streaming video equipment includes a Sony HXR- MC2000N Shoulder Mount AVCHD Camcorder, Ravelli AVT Professional 67 -inch Video Camera Tripod with Fluid -drag Head, Audio Tee 7 -inch Shotgun Microphone, and Livestream High - definition Video Module. (Change Request No. 2 for $7,040.68) The specific products provided may be modified by the parties. The third modification is to furnish two complete audiovisual support carts for use by City staff in setting up AV elements of facility rental events. We have learned over the past month that most renters are poorly prepared to provide, connect, and operate their AV equipment, whether it is a DVD for background music or a PowerPoint presentation running on a laptop computer. The City has asked the Contractor to provide two AV carts with locking cabinet to store equipment and surface - mounted digital /analog jack with switch; an HDMI converter; handheld wireless microphone, VGA converter; and other accessories. (Change Request 2A for $9,194.74) The specific products provided may be modified by the parties. 24. Enclose the Banquet Room beverage service area with closet doors at a cost of $1,141.64. Some persons renting the facility have complained that the beverage service area is exposed to the main dining room. The City is also concerned that having the expensive brewing and dispensing equipment always open to users of the facility invites misuse and potential theft loss. Staff has proposed that the alcove in which the beverage counter was installed be enclosed with bi -fold closet doors that match the other doors in the room. (Change Request No. 3) Community Center Replacement Project, Change Order #5 25. Add door blocks on all doors in the facility at a cost of $1535.34. All but a few doors in the Lakeshore Center are equipped with door closers, which frequently present an issue for moving equipment and furnishings. They also preclude keeping the doors open during an event. The City has been using rubber door wedges to prop open the doors, but they represent a trip hazard and do not provide a suitable appearance, in addition to being misplaced. Staff directed the Contractor to install stainless steel fold -down door blocks matching the door handles on 45 doors in order to solve this problem. (Change Request No. 4) 26. Replace the loading dock door handle and lockset with an electronic unit that will allow the City to sue vendor - specific codes for access to the building at an additional cost of $882.45. The loading dock door to access the service area in the Lakeshore Center is always locked, requiring a key for entry. This design is inconvenient for use by renters and caterers, who will need to go through the door frequently. Rather than give the renters and caterers a key, the City proposes to replace the current door lock with an electronic unit that will allow the City to give a specific access code to each authorized person. Access codes can be added or deleted by City staff. (Change Request No. 5) 27. Enhance the Oakland Avenue entrance for an added cost of $9,707.62. Quarter - circle brick walls were constructed on either side of the Oakland Avenue entrance as part of the original work. This change item will add raised aluminum lettering and lighting to enhance the entrance. The lettering will be 10 -inch cast aluminum characters painted white in the Palatino font spelling out "Lakeshore Center" on each wall. Lighting for each wall will consist of two post- mounted lights matching those used on the Plaza (one at each end of the wall) plus a ground- mounted flood light. (Change Request No. 6) 28. Replace the carpet tiles in the Lobby with the same material used in the Banquet Room for an additional cost of $7,350.90. The carpet tiles specified for the Lobby were not properly installed (several carpet tiles are not adhering to the floor) and suffer from manufacturing defects, such as fraying edges. This change order will remove the defective tiles and install the same product used in the Banquet Room, which is a more expensive product. (Change Request No. 8) Community Center Replacement Project, Change Order #5 29. Add two fabric awnings to protect the exit doors located in the northwest and northeast corners of the building for a cost of $2,232.67. Wind and rain intrusion are occurring on these unprotected exterior doors that open directly into the Banquet Room. An 8 -foot awning with a fabric that matches the roof color will be installed over each door. (Change Request No. 9) 30. Construct a sidewalk leading to the power transfer switch from the loading dock area for the added cost of $600.00. A 4- inch - thick, 48- inch -wide concrete sidewalk will be constructed from the passage gate at the southwest corner of the loading dock to the power transfer switch. (Change Request No. 10) 31. Pay the Contractor funds of $5,100.00 received from the Architect as the accepted cost of repairs due to design flaws. This amount increases the final Contract Price. The Contractor is to return all hardware not installed and /or removed from the facility in relation to all of the changes described above. II. NARRATIVE OF NEGOTIATIONS The new pay items are priced using the actual cost of the materials and labor plus an allowance for 10% contractor overhead, 10% profit, and 2% for the change in payment and performance bond premium, as shown on the attachments to this Change Order. IV. PAYMENT The Contractor will be paid $165,100.00 as final payment, which is the total of the liquidated damages retained plus the funds recovered from the Architect. The total value of all listed physical changes is $81,731.84, which the City accepts as full compensation for delay in completing the project. V. APPROVAL AND CHANGE AUTHORIZATION The original project and funding allocation was established by issuance of a City purchase order, subject to the terms and conditions contained in the City's solicitation, Project Manual, Drawings, Specifications, and /or the Contractor's service and price proposal, which collectively form the terms of an agreement between the City and the Contractor for the performance of the Work. This proposed change to the agreement requires approval by the City Commission under the City's Purchasing Rules and Regulations and is consistent with any prior action by the City Commission to award the Work to the Contractor. It is expressly understood and agreed that the approval of the Change Order shall have no effect on the original agreement other than matters expressly provided herein. Community Center Replacement Project, Change Order #5 Contractor acknowledges, by its execution and acceptance of this Change Order, that the adjustments in contract price and time shown hereon constitute full and complete compensation and satisfaction for all costs and modifications of performance time incurred by the Contractor as a result of this Change Order. No other claim for increased costs of performance or modifications of time will be granted by the City for the Work covered by this Change Order. The Contractor hereby waives and releases any further claims for cost or time against the City arising from or relating to the matters or Work set forth or contemplated by this Change Order. RECOMMENDED BY: CITY OF OCOEE, FLORIDA Signature Date: Title: APPROVED BY: CITY OF OCOEE, FLORIDA Owner S. Scott Vandergrift, Mayor ACCEPTED BY: C & D CONSTRUCTION, INC. IIn Signature Date: Title: Date: Attest: Beth Eikenberry, City Clerk FOR USE AND RELIANCE ONLY BY THE CITY OF OCOEE, APPROVED AS TO FORM AND LEGALITY THIS DAY OF 1 20 C City Attorney APPROVED BY THE CITY OF OCOEE COMMISSION IN A MEETING HELD ON 20 UNDER AGENDA ITEM NO Community Center Replacement Project, Change Order #5 C&D • Co � P.O. Box 236577 • Cocoa, FL 32923 -6577 • Tel: (321) 639 -9199 • Fax: (321) 690 -2291 October 24, 2013 The City of Ocoee 1.50 N. Lakeshore Drive Ocoee, FL 34761 REFERENCE: Ocoee Community Center SUBJECT: Change Request #14 —Move Drain in Mechanical Room ATTENTION: Mr. J. Allison Butler Dear Mr. Butler: The drain in the Mechanical Room had to be moved over next to the wall. The drain was placed as the drawings called out for. Below is the additional cost to move the drain: RBM Plumbing (see attached) - $249.09 C & D Overhead & Profit - $54.79 C & D (Cut oui: and remove concrete and re -pour concrete) - $300.0 0 Total - $603.88 Sincerely, UGC_ _, l Curtis Deen, President ATTACHMENT CD/al State Certified General Contractor • CGC 026821 • State Certified MBE R B MPLUMBING SYSTEMS OF FLORIDA, Inc State Certified Plumbing Contractor 2957 West S.R. 434, Suite 400 Longwood, FL 32714 PH (407) 339 -0637 FAX (407) 569 -8147 cCl��ml � Orden° A�>lu>r�n ®lruzn9i ®nn ][.����u>«st —� - Project: Ocoee Community Center To: C R: D Construction. Inc. Re: Hub Drain For /Mechanical Equipment Request Number: 1 From (Contractor RBM Plumbing Systems Inc. Date: 9 /23/13 RBM Project Number: Contract For Plumbing This Change Order Rcqucst (C.O.R.) contains an itemized quotation for changes in the Contract Sum or Contract'1'ime in response to proposed modifications to the Contract Ducuments. Description of Change: Relocation of hub drain in mechanical room. Mnterial -- X21.60 Labor -- $195.00 Oh +P -- $32.49 Total Amount this Request: $249.09 Please sign andrehnnn. Accepted by: Date: BY: Ronald B. Mahler Nv/ RBM Plumbing Systems Date: 9/23/13 Fax: 407 -869 -8147 C&D Construction, P.O. Box 236577 • Cocoa, FL, 32923 -6577 • Tel: (321) 639 -9198 o Fax: (321) 690 -2291 November 8, 2013 The City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 REFERENCE: Ocoee Community Center SUBJECT: Change Request 417 — Emergency Lights ATTENTION: Mr. J. Allison Butler Dear Mr. Butler: Below is the cost to supply and install the emergency lights: Sincerely, Amy L sli , Assistant Project Manager ATTACHMENT State Certified General Contractor s CGC 026821 • State Certified MBE $763.88 7 63.39 Comelco (see attached) C & D Overhead (10 %) $840.27 Subtotal - 42.01 C & D Profit (5 %) _ $882.28 Subtotal 17.65 C & D Bond (2 %) $899.93 Total Cost Sincerely, Amy L sli , Assistant Project Manager ATTACHMENT State Certified General Contractor s CGC 026821 • State Certified MBE C 0 M L C CC)) commErci�l c- Ic- cttrical corn�trac�or CHANGE ORDER REQUEST DATE: 11/8/13 REQUEST NO.: 8 C & D Construction PO Box 236577 Cocoa, FL 32923 ATTN.: Amy PROJECT NAME: Ocoee Connnunity Center REFERENCE: Print E 201 and LS 201 DESCRIPTION: Supply and install 4 Bug eye emergency lights in the restrooms and supply and install 3 exit signs shone oil print LS 201 but not on print E 201. See attached spread sheet Seven hundred sixty three dollars and eighty eight cents. PRICE: $ 763.88 ADD X DEDUCT a a r e a r r a a e a e a e e a a e a a e r r e e a a r e r e r a r e e r e r a a a a■■ r a r a e a r r a 0 a e r e r e r r e a e r a e r a e a a r e e r r a a e a r a AI,I, CIIANGE ORDERS ARE TO BE SIGNED BY AN AUTHORIZED REPRESENTATIVE OF TILE GENERAL CONTRACTOR. NO WORK WILL BEGIN OR ANY MATERIALS DESCRIBED IN THE ABOVE REQUEST WILL BE ORDERED WITHOUT AN AU 111ORIZED CHANGE ORDER. PRICES ARE SUB.IECT TO CHANGE AFTER 30 DAYS FROM THE ABOVE DATE. e AUTHORIZED SIGNATURE /TITLE DALE 410 North Street. Suite 130 Longwood, FL 32750. Phone 407 -830 -5884 Fax: 407 -830 -5004 MBE Certified Lic: # FC0002783 ce) I 1 I ' I % I'1 ;1 I � I 0 x i i C Lo E a) o lu 80 cu N c) 't Lo Mlr-� co o 0 +, v) 0 +, J- " C lolk—j g, I -a0, a) - > w p 1 -5 . j E I I (/) , (1) (1) 1 On. (n1 (9 i 10 (o r co C. 0 h ( R r- r-: Cj (2 081 F- 6 69 : r 69 6�1 V) i w 69 t5 t3, � 1 0 1 11 •N_ I� I� �^ i� L L U I, Q CD I I V) E m CL ❑ 0 E Cd � M S I N Cl o co (D I I UJ 10 01 z z U) V) 10 v) C) W 2 1 0 b C) t ' : 0 C, v C, CD a IN Z 0 0 0 0 O. N . ui 0 i 0 F- �Z 1 0 :L' 0 Ln o Z , .10 C;): 10 m LU ol 0) CL v ,v 0 'c I t! ' ��Il C� i co w "' C', O r- > UJ LU (D Lu 2 , �— c "ll � 0 cu 11 69 69 64! 69 69 69 69 �_- 1 to O W O !E M OM 1 7 d' m 1 IO 1 6 m M. I— C-4 0) (0 (D (D U L Ef) to cl) v) CD (9i ("i V LU o � I V I 1 I ' I % I'1 ;1 I � I 0 x i E a) o lu 80 cu N c) 't Lo Mlr-� I ' II I % I'1 ;1 Ill co o 0 +, v) 0 +, J- " C lolk—j g, I -a0, a) - > w p 1 -5 . j E I I (/) , (1) (1) 1 On. (n1 (9 Arnm u&D Uonstruction, P.O. Box 236577 • Cocoa, FL 32923 -6577 • Tel: (321) 639 -9198 e Fax: (321) 690- -2291 December 4, 2013 The City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 REFERENCE: Ocoee Community Center SUBJECT: Change Request #21. — Replacement of Breakers ATTENTION: Mr. J. Allison Butler Dear Mr, Butler: Below is the cost for the removal of two 3 pole 20 amp breakers and replace with two 35 amp 3 pole breakers for VAV 2 and 3: Comelco (see attached) - $449.73 C & D Overhead (10 %) - 44.97 Su btota 1 - $494.70 C & D Profit (10 %) $ 43'41 Subtotal - $544.17 C & D Bond (2 %) - X 10.88 Total Cost - $555'05 Sincerely, m L s 1 i , Assist n Project Manager ATTACHMENT State Certitiect General Contractor • CGC 026821 • State Certified MBE COME L CO commercial Electrical contractor DATE: 12 C & D Construction PO Box 236577 Cocoa, FL 32923 A'FTN.: Ainy PROJECT NAME: Ocoee Cotnnumity Center REFERENCE: Print E 60 CHANGE ORDER REQUEST REQUEST NO.: 9 DESCRIPTION: Remove the two 3 pole 20 amp VAV 2 and 3 brcalccl:s a5 Shonc one panel Schedule 13 print E 601 and replace with 3 pole 35 amp breakers. See attached spread sheet Four hundred forty nine dollars and seventy three cents PRICE: $ 449.73 ADD X DEDUCT ■■■■ ■■ ■■w■■r ■■w■ ■r■■■■ a r■ ■r■ ■ ■wrr■r a rrrrrr■rrwrrwr■■ ■■■■■■r■r a ■ ■rr■rr■r■rw■rrrrrwrr■ ALL C:IIANGE ORDERS ARE TO BE SIGNED BY AN AUTHORIZED itE1'RESENI'ATIVE OF TIIE GENERAL CONTRACT OR. NO WORK WILL BEGIN OR ANY MATERIALS ERIALS DESCRIBEID IN'1 HE ABOVE REOIIEST WILL BE ORDERED WIT1101.11' AN AUTItORIZED CIIANGE ORDER. PRICES ARE SUBJECT TO CHANGE AFTER 30 DAYS FRO;U TIII ABOVE DATE. AUTI IORIZED SIGNATURE /TITLE DATE 410 North Street. Suite 130 Lonnwood, 1=L 32750. Phone 407 530 -5854 Fax: 401- 830 -5004 MBE Certified Lic: 4 EC0002783 ) E L M �� Q Q Q va u> i I � N � c u) i� M ' I L l I I r V) C: , ti ! C E CId C N to 0 i U W Q U (� r`s (6 (6 U U O C: O 01 C O W ® 1 I O O Nj a1 I o0 0 oio o I m ZI �... ,i p �p 0 0 0 0 0 0 0 m l n o oo,0 0 U Q W O o 0 o o o o �,— - -- °- h -- i o 0 0l m to L L '.N O OI .N I: 2 LL' IO Iy- W R O O O r jo .o E u 69 MII to fn I Mfn 1 — + C Q as m i : c c uul 1 �W � ! I ! I � 41 I N ' M 'd cD:N IN V IcA M M M v3 EA Uj O IM M w ' o r <t IV V � IN,b b I C , co v) v) v) v) vj V) M ffl Ki co �I� N.� - --- I o I I I , ti ! E �, �. to 0 U W m (� r`s (6 (6 I Q U C: O 01 C O I O O Nj a1 w, u) in W �.(n�(n OIL tnl C7 ., MOe . VgM1A®ffe rri OffP PIV WORLD ELECTRIC SUPPLY, INC 4680 LB MCLEOD RD ORLANDO,FI_ 32811 407 - 447 -2000 Fax407- 447 -2008 sear. johnson@worldelectricsupply,com QUOTE T0: COMELCO INC 410 NORTH ST STE 130 LONGWOOD, FL 32750 -7657 407 -830 -5884 51560 SEAN JOHNSON BID Quotation 11/26/13 J SO1754 7286 1 of 1 SHIP TO: COMELCO INC 410 NORTH ST STE 130 LONGWOOD, FL 32750 -7657 407- 830 -5884 No 111/25/13 ea 78667930335IC -H BAR3035H 35A 3P BOLT -ON CB 167.6921el 335.38 TERMS & CONDITTONS ------------ - - - - -- TAXES NOT -INCT,UDED Subtotal 335.38 This order is subject to Company Terms and Conditions of Sale, a copy of which can be S & H CHGS 0.00 obtained at wmi.worldeIectricsupply.com/ Customers /creditapplicatIon.pdf, which provisions shall govern in the event of any conflict with any Terms or Conditions of Purchaser's __-.-_._____.._____ ___......_.._.._._..___________ proposal, purchase order or other docuRnnts. All quotes /bids for Pipe and Wire are good for the date of the bid only. No extension of the pricing of these items is authorized by any Anouia.t Due 335.38 erlployee of World Electric supply without. express written consent in the form of an official - ------------- - - - - - -- --------------- - -- letter or signed acknowledgement of an Officer of World Electric Supply. U"&D Construct i on, P.O. Box 236577 • Cocoa, FL 32923 -6577 • Tel: (321) 639 -9198 • Fax: (321) 690 -2291 December 12, 2013 The City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 REFERENCE: Ocoee Community Center SUBJECT: Change Request #22— Remove 60 AMP Disconnect ATTENTION: Mr. J. Allison Butler Dear Mr. Butler: Below is the cost to remove 60 amp disconnect and replace with a 100a 3 ph NF disconnect for DWH -1. Comelco (see attached) - $154.37 - 15.44 C & D Overhead (10 %) - $169.81 Subtotal - 16.98 C & D Profit (10 %) - $186.79 Subtotal - 3.74 C & D Bond (2 %) _ $190.53 Total Cost Sincerely, A �i , Assistant Project Manager ATTACHMENT State Certified General Contractor • CGC 026821 • State Certified MBE COME L CO commErcial E1Ectr1ca1 contractor e, !. • ��C t, •, CHANGE ORDER REQUEST DATE: 12/9/13 REQUEST NO.: 10 C & D Construction PO Box 236577 Cocoa, FL 32923 ATTN.: Ant PROJECT NAME: Ocoee Community Center REFERENCE: Print E 601and E 201 DESCRIPTION: Remove 60 amp disconnect and replace with a 100a 3 ph NF disconnect for DWH - 1 See attached spread sheet One hundred fifty four dollars and thirty seven cents PRICE: $ 154.37 ADD X DEDUCT ■ ■r a rrrrr■■rrrr■rrrrr■■rr■■r■■■ a rr■■■ a rr■■■rrrr■r■ a rr■■■rrrr■ ■rrrr■■rrr■r a rr■■■rr■ ALL CHANGE ORDERS ARE TO BE SIGNED BY AN AUTHORIZED REPRESENTATIVE OF THE GENERAL CONTRACTOR. NO WORK WILL BEGIN OR ANY AIATERLILS DESCRIBED IN THE ABOVE REQUEST WILL BE ORDERED WITHOUT AN AUTHORIZED CHANGE ORDER. PRICES ARE SUBJECT TO CHANGE AFTER 30 DAYS FROM THE ABOVE DATE. ■■■■■■ rr■■■■■■■■■ rr■■■■ rrr■ r■ r■ rrrr■ �■■■■■■■■■■■■■■■ rrr■ ■■■■■ ■ ■■■■ ■■■■■■ ■■■■ ■ ■r■rr ■ ■ ■ ■■ AUTHORIZED SIGNATURE /TITLE DATE 410 North Street. Suite 130 Longwood, FL 32750. Phone 407 -830 -5884 Fax: 407 -830 -5004 MBE Certified Lic: # EC0002783 Cl) O T O O r N 3 a� U Q N L fff o 0 T O d) o p N Ci � O T L � C Q E IS7 C � 0 7 .0 Vi 69 V) 69 (A E9 (& e� U V o G i 14 U O N 0 I (n Q R L O - C O E cl C O = U W j y _ C O_ m _ E og ti.. � U U co d y W o T J m O r 0 Z z 0 W fn W ~ Q% e» V> N v, v> L Q 0 0 W CG O O O O C O O O N r N L i"- O N O N M O O O O O O O 0 O LL � 2 r0000a .. ,, — Q W n c � L • y O O O N W (Y f.9 y N 0 Z Q LL .Q C M O O M w R ix 0 = W co a U U W 0 41 •,_ v � m 7 °•' (n x dl vi C W '' m N W (7 M M N N N N C X I 3 �� L r h O C 0 {/ U .._._. M M N I- M O_ O ar U�, a t V) 69 te "q V, V) � O C-4 (D O O W T T A O O T. L E o ` z > N a : co co C N O 0+ o �, J a M 0 Q V u K Q o RS O h = m N O t�6 O O V O . o O t +a in W � in 2 A U N� a a cn C9 wwL\ Worfd Electric �i� SUPPIV eNAeU- WORLD ELECTRIC SUPPLY, INC 4680 LB MCLEOD RD ORLANDO,FL 32811 407 - 447 -2000 Fax 407- 447 -2008 phill ip. jackson @worldelectricsupply.com QUOTE TO: COMELCO INC 410 NORTH ST STE 130 LONGWOOD, FL 32750 -7657 407- 830 -5884 51560 IDISCONNECT PHILLIP JACKSON JBID - 'oaIIEF�att. .c.. - - -- - lea 78316400882 GEA TGN3323 100A- 240V -3P SW Quotation 12/06/13 IS017624793 1 of 1 SHIP T0: COMELCO INC 410 NORTH ST STE 130 LONGWOOD, FL 32750 -7657 407 - 830 -5884 No ----------------- j -------------------- ----- 1 -------------- ----------- - - - - - _ -------------------------------- TERMS & CONDITIONS TAXES NOT INCLUDE: This order is subject to Company Terms and Conditions of Sale, a copy of which can be obtained at w; Aq. worldelectricsupply. com/ Customers /creditapplication.pdf, which provisions shall govern in the event of any conflict with any Terms or Conditions of Purchaser's proposal, purchase order or other documents. All quotes /bids for Pipe and Wire are good for the date of the bid only. No extension of the pricing of these items is authorized by any employee of World Electric supply without express written consent in the form of an official letter or signed acknowledgement of an Officer of World Electric Supply. iZW]Z 01/20/14 75.915Ie1 75.92 Subtotal) 75.92 S &H CHGS 0.00 .Amount Duel _75.92 U'&D Construction, P.O. Box 236577 • Cocoa, FL 32923 -6577 • Tel: (321) 639 -9198 • Fax: (321) 690 -2291 December 12, 2013 The City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 REFERENCE: Ocoee Community Center SUBJECT: Change Request #23 — Insta Hots ATTENTION: Mr. J. Allison Butler Dear Mr. Butler: Below change circuits for six insta -hots from 20 amps to 40 amps. Install new conduit, wire and breakers from panel to locations. Includes cutting, patching and painting. Comelco (see attached) Cutting, Patching & Painting Subtotal C & D Overhead (10 %) Subtotal C & D Profit (10 %) Subtotal C & D Bond (2 %) Total Cost Sincerely, Am eelri Assistant Project Manager ATTACHMENT - $8,456.54 200.00 - $8,656.54 865.65 - $9,522.19 952.22 - $10,474.41 209.49 State Certified General Contractor CGC 026821 State Certified MBE COME L CO commerclal electrical contractor W o 0. Or W W CHANGE ORDER REQUEST DATE: 12/12/13 REQUEST NO.: 11 C & D Construction PO Box 236577 Cocoa, FL 32923 ATTN.: At PROJECT NAME: Ocoee Community Center REFERENCE: Revised Prints E — 201, E 204 and E 601 DESCRIPTION: Change circuits for six insta -hots from 20 amps to 40 amps. Install new conduit, wire and breakers from panel to locations. Opening and repair of walls done by others See attached spread sheet Eight thousand four hunched sixty five dollars and fifty four cents PRICE: $ 8,456.54 ADD X DEDUCT ■ ■ ■ ■r■■ ■ ■r■■■ a ■■■ ■■■■rrr ■■ ■rrr■r■r■ ■rrrrrrrrrr■ rrrrrrr■ ■r■■r■■r■rrr■■■■■r■rrrr■■■■rr■■ ALL CHANGE ORDERS ARE TO BE SIGNED BY AN ATITIIORIZED REPRESENTATIVE OF THIS GENERAL CONTRACTOR. NO WORK NVILL BEGIN Olt ANY MATERIALS DESCRIBED IN THE ABOVE REQUEST WILL BE ORDERED WITHOUT AN AUTHORIZED CHANGE ORDER. PRICES ARE SUBJECT TO CHANGE AFTER 30 DAYS FROM THE ABOVE DATE. rrrrr■ rrrrrrr■ r■ ■rr■rrrrrrrrrr■rrrrrrr■■■■■■■■r a r■ r■■■■ ■■■■■■rr■rrr■■■r■■■■rr■■■■rrrr■ AUTHORIZED SIGNATURE /TITLE DATE 410 North Street. Suite 130 Longwood, FL 32750. Phone 407 -830 -5884 Fax: 407- 830 -5004 MBE Certified Lie: # EC0002783 0. E N O d' O w C Q G m 0 N E w N E O N O N U d c C N U C O = y G ❑ E U U y W r 0 a °z Z _ W N D: W z 0 r 0 a W L (D w o z CL U U W LU 7 O L Y U L L uV W�W 1 1 \q i ♦� i O E v U G/ N ❑ O c r L Q O � U c O . :1 C = O U o L O .G M O) J °? � N 0 r LL N O O' LL r = w L� O Cl -0 C w J O V d Q W U w Y D cu L_ f6 C D c O Q . U N 0 J a Q CN � N I M Cl) h° P, I M IW (O IO M U) ' V T O U 1� P i9 b3 IA M E9 b9 I M I M M I m IA fA iR (t9 r 64 cy M f9 fA (9 M M I M to 169 M I O of di 69 O O O r- 00 O V O O O O V N O O O O O O O O O O O N N h� . N Oo h ( h V^ 6i V h M V' MMN (H (9 di H - u, F- -- p N O N N h (NV W M O M M aD V . U) M M M M w In 1 M10 1 1 cv I v3 v> ca I �, cn ca ca I u3 O co M T O O O T O �a��tioo 0 0 0 � :6 .�- M N V O O O O O O O O O O W P (O W V OO V O (O CO CO N O N h co f9 f9 W - M M 11 b4 iq 63 M C 000 V' CO O O Cl) N (O � (A �fA IfAH It1ll� — k� �v,tl�4,60 W 00 It 0 ° N 'o 0 V N N O o N m rn 7 N r 0 0 N O O r I O O M I O O O O O O O r- 00 O V O O O O V N O O O O O O O O O O N N h� . N Oo h ( h V^ V ro i9 r (H (9 di H u, 00 0 6% to 0 w w O a a M O O M aD V f U) M M M 6% fA w cv I v3 v> ca I �, cn ca ca I u3 O co M T O O O T O �a��tioo 0 0 0 � :6 .�- M N V O O O O O O O O O O W P (O W V OO V O (O CO CO N O N h co f9 f9 W - M M 11 b4 iq 63 M C 000 V' CO O O Cl) N (O � (A �fA IfAH It1ll� — k� �v,tl�4,60 W 00 It 0 ° N 0 (O 0 V N N O o N m rn 7 N r 0 0 O O V o 0 0 O O O O O O IT Cl O . aW� 4 a h ( f9 69 i9 i9 (H (9 di H � M c'! O a a O O Cl) 04 U) M M M 6% fA w N N 0 (O 0 V N N N O m N r N V r M M 0 -- U) C N -- _ r L C L 12 _ a cai +• a o t w m CL E p U C — 4)j d 'O +�+ N c O N O N 9 c r N o 3 m Y _ N 1p1. v a c > 0 € o N N " ° G b 3 v m p r €° � � 'C N O E GO N fy ` X O. N w N N C C y N N X N N bj m CL O 01 h W O yC u N I C C C Ol N r M C 13 O yy co a .a O N C !T L t N O p U a p N C t `) In O O _. , m O: C K G p .`n p a ca C, c o c Q rn u c; '€ w L O u d y o a' E E o O v L m c N G1 3 u v o c c �i m >, •`-_ $ 3 co v@ w n a s d ¢ a O l y E o o ° ty w # W (Q N U N 'D O O co C C M m N p N �!1 f0 N h I V' O6 > > U . LL M cu r r r m. r 3 _v_ O O N O- .1C P N T N V' G . io t6 N c l' r - Cl N O `( N M N �O M N r N M� G+ O r r r N r M r I In r cD T ` a0 r M O tom- M In l0 h h O V h Oh O O . N r h 0 O O h O m r- M M c0 O O m co � � h cq N 00 LO M w (H 1 0 1 0) 0 69 0 6D (n 60 69 M 60 Vi 0 M M t9 (A 0 64 V9 69 ffl ER O O O (0 O W m M M (D V V O V m N O� V_ V N CO V N •f W co 0 N m co N h m r � .h-• � N (.0j N N 7 <f 10 M M N 10 M 64 M V3 69 69 N M N N EA M N V9 64 ffJ O 69 69 h ••yy'� •t 0 `Q f~ '•i h q V o� 0 0 0 0 0 O M N r O >A 'Q r O V 0 O O LO d V O r d C O O O M pOj o Q r �f O V' N1 V' O O O O O O O r 7 � fV O r C 0 0 N e' R — N O VI 0 o .. _. O V V O O o O O O _ O O O O O tD h O N O o 0 O •7 '7 r N ` O O o o O V V' ( V V' O N T O M O O O O O O O O O O O O O O O O O O M C v O O o O> 0 0 E O O O N M o 0 o 0 a (O M (l! o M h M co o cV N ( r t: o O (D o O N h co r OD Q> V U `I N N N C ru 6q 69 69 69 f/i H 69 l9 69 64 6Y V) 61 M ...N cN*) - C-4 _ OR r O M N M O o 00 07 V° O V r0 0 0 0 • (V O o o � 6 (V O W � N C6 a N (� N 64 /9 67 M 6'J 69 M i9 M . M . 63 /9 69 69 N 3 m C _ l() O (MD M 0 ( ( 0 (D U m h h v V co (0 O o N N co M N r co M O 4] Cl) M (O M (!/ t` � c W N co N 60 69 69 v) M 69 N N 0 N O N CO o O -IT r N N O w — a w w ai a — w V- a a a a N i 2 0 .r c N �'I a O 0 y A o v �° �� m _� 4� � 3 0� 0 C c Q O 0 L C N Cp C O >i O- c x 0 d Q c m EL r m o Q c •� O — a C N V O N cm Cl > o Q' N — A to o v> ro c fC'€ C, ; c •U O O d C N i 0 L R U N N O N N Q X d a Y K O C N O N E tT N 0 V I N Q O> to x 07 N Y X> O O N , C71 C fC� a rxU m c c 11 -0 n c ctU c of c c n u c c_. B Q. N y sj, O ' 7 = Q N N A C O N V Y C O C U O U Od U C O . N 7 t7 N 9 V C O O Gl 0 O1 T, O N .a C O ._ .' o0 on 'C 7 tS O 6 O i=• tT U E N a. N C jp .. C ( i=• y d C Qll y U �k 3k Q N W C d O T O` ' CCM G L X O a, c .Q N C y o O E o o E 0 E N 01 c o u= a E' E m o o E N 0 a p E m :� n +� n y c N cC m to m r C N v 0 d 0 o G o O in N 10 O 4"' o E h' u�i O N N N O 3 v C o N o (t) O y O N O Q �••� •� L O O 3 M N N N V M M .� M Q D U M N �- r V M M .-• M . O 4 R s O I 0 M Y R �' 0 V N W N � D- U N N M ( M M M N M ' �t IQ C&D Construction, Inc. P.O. Box 236577 • Cocoa, FL 32923 -6577 , Tel: (32.1) 639 -9195 , Fax: (321) 690 -2291 February 26, 2014 The City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 REFERENCE: Ocoee Community Center SUBJECT: Change Request 435 — Remove 2.5 Gallon Water Heater -- Men's /Family Restrooms ATTENTION: Mr. J. Allison Butler Dear Mr. Butler: Please find below the cost to remove the 2.5 Gallon Hot Water Heaters in the Men's and Family Restroom's. Install new hot water lines in walls and patch, paint, re -tile areas. Lump Sum: $3,800.00 Sincerely, Curtis Deen, President CD/al State Certified General Contractor - CGC 026821 a State Certified MBE C&D Construction, Inc. P.O. Box 236577 • Cocoa, FL 32923 -6577 • Tel: (321) 639 -9194 • Fax: (321) 690 -2291 February 26, 2014 The City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 REFERENCE: Ocoee Community Center SUBJECT: Change Request #30 — New Cabinet in Room 111 ATTENTION: Mr. J. Allison Butler Dear Mr. Butler: Below is the cost to supply and install cabinet under double sink in Room 111 Women's Restroom: Cabinet Spectrum (see attached) - $2,115.76 C & D Overhead (10 %) - $211.58 Subtotal - $2,327.34 C & D Profit (10 %) - $232.73 Subtotal - $2,560.07 C & D Bond (2 %) - $a1.20 Total Cost - $2,611.27 Sincerely, Curtis Deen, President ATTACHMENT CD /al State Certified General Contractor • CGC 026821 State Certified MBE °� C&D Construction, Inc. P.O. Box 236577 • Cocoa, FL 32923 -6577 • Tel: (321) 639 -9198 • Fax: (321) 690 -2291 December 12, 2013 The City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 REFERENCE: Ocoee Community Center SUBJECT: Change Request #24— Circuits and Outside Event Receptacles ATTENTION: Mr. J. Allison Butler Dear Mr. Butler: Add two (2) 30 amp circuit, two (2) outside event receptacles and change one (1) 20 amp circuit to a 30 amp circuit: Comelco (see attached) - $1,657.95 C & D Overhead (10 %) - $165.8 0 Subtotal - $1,823.75 C & D Profit (10 %) - $182.38 Subtotal - $2,006.13 C & D Bond (2 %) - $A0.12 Total Cost - $2,046.25 Sincerely, A Le lie, Assi nt Project Manager ATTACHMENT State Certified General Contractor • CGC 026821 • State Certified MBE COME L CO commercial electrical contractor W 01 61 493:401-- 01010, CHANGE ORDER REQUEST DATE: 12/12/13 REMEST NO.: 12 C & D Construction PO Box 236577 Cocoa, FL 32923 ATTN.: Amy PROJECT NAME: Ocoee Community Center REFERENCE: Print E 102 DESCRIPTION: Add two 30 amp circuit two outside event receptacles and change one 20 amp circuit to 30 amp circuit. See attached spread sheet One thousand six hundred fifty seven dollars and ninety five cents PRICE: $ 1,657.95 ADD X DEDUCT ■■ rrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrr a rrrrrrrrrr a rrrrrrrrrrrrrrrrrrrrr a rrrrrrrrrr a rr■ ALL CHANGE ORDERS ARE TO BE SIGNED BY AN AUTHORIZED REPRESENTATIVE OF TI E GENERAL CONTRACTOR. NO WORK WILL BEGIN Olt ANY MATERIALS DESCRIBED IN THE ABOVE. REQUEST WILL BE ORDERED WITHOUT AN AUTHORIZED CHANGE. ORDER. PRICES ARE SUBJECT TO CHANGE AFTER 30 DAYS FRO:INI THE ABOVE DATE. ■■rrrrrrrrrrrr a rrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrr AUTHORIZED SIGNATURE /TITLE DATE 410 North Street. Suite 130 Longwood, FL 32750. Phone 407- 830 -5884 FnY: 407- 830 -5004 MBE Certified Lic: 9 EC0002783 d d U C E E O U d d O V O W Q Z U ui 7 0- a+ C d d d � a X3 � o a o a. u.. d 7 CO • V C L C E M O N M � O v w Q. �p d 'O U a� M T O N a N T ui m 0 C v (6 � O O C v � U 3 O u � c O U c O a m � J r- � N O O O G O or LL ma C J W p w ca W 2 0 -- - Z = '� a C d U � O O O N T Q Z W O O W U' Z Q U OL V V Eu i O A �I Vi U 1 r u o i U w c �O 77Ix7© o n o w o 0 0 0 0 0 0 o � M u1 00 0 0 0 0 0 0 0 h h cj N 0 0 0 0 0 0 0 t� 0 7 V O A N m V V O 0 N O � 0 0 0 0 0 o m o N M o h co m O r co N IA M 69 f9 69 O N N O M M N V 6 6q 6 64 i o :3 o M O O N 0 O cu y O 4 ry� V E N v (o �cl u) of o t0 V c4 N _� = M h C T a d T f9 fA 69 IA V3 Iff f!) In N !n (A fA fR c �O 77Ix7© o n o w o 0 0 0 0 0 0 o � M u1 00 0 0 0 0 0 0 0 h h cj N 0 0 0 0 0 0 0 t� 0 7 V O A N m V V O 0 N O � 0 0 0 0 0 o m o N M o h co m O r co N IA M 69 f9 69 O N N O M M N V 6 6q 6 64 i c 0 M O O N 0 O cu y O 4 ry� V E N D _� = =vv N C C O Q • U N d � N Q R' W Q 0 c 0 , y O 4 V E N _� V 7 N C a d a lu m c Q ~ o O ( c o ; lu O N m W Ef 1] O C o o M V F t + O 'a .O O A .O in2 ��� I to 12 i9 6'? i9 fH 69 69 V3 69 f9 /A O O o 0 0 o04 co C) CD c 0 , V E _� V 7 �. V d C m O N O C o y O t + O 'a .O +' .O in2 ��� I to loilt ) c m N d T3 N r m' t n N tD O c M N r W 6) t N 10 h M O 0 N N ~ r N .4� O i9 6'? i9 fH 69 69 V3 69 f9 /A O O o 0 0 o04 co C) CD _� O O o y O t + O 'a .O +' .O in2 ��� I to loilt ) I I C7 C&D Construction, Inc. P.O. Box 236577 • Cocoa, FL 32923 -6577 • Tel: (321) 639 -9198 • Fax: (321) 690 -2291 December 19, 209.3 The City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 REFERENCE: Ocoee Community Center SUBJECT: Change Request #25 —Toilet Compartments ATTENTION: Mr. J. Allison Butler Dear Mr. Butler: Furnish and install plastic laminate toilet cornpartments to replace laminate material only and use existing hardware. Holman, Inc. (see attached) C & D Overhead (10 %) Subtotal C & D Profit (10 %) Subtotal C & D Bond (2 %) Total Cost $3,103.54 _ 310.35 $3,413.89 $ 341.39 $3,755.28 _ 75.11 $3,830.39 Sincerely, Amy L.6slie, Assistant Project Manager ATTACHMENT State Certified General Contractor • CGC 026821 State Certified MBE co-olman, Inc, Special tl es P O Box 60332 Aicksonville, FL 32236 To: C & D CONSTRUCTION, INC P.O. Box 236577 Cocoa, FL 32923 -6577 WE PROPOSE TO: Furnish Only ❑ Install Only ❑ Quotation Date: 12/19/2013 Quotation No. 10674 Proieet /Job: Ocoee Community Center Location: Ocoee, Fl. Estimator: 1-.11f Terms: Net 30 Addendum No: Furnish & Install D CBC1258919 nk, Description Cost Model No. Total or End orsements MUST BE Requested Before Work is Performed and Will Result in Additional Costs to the Requester. Holman Inc is a Supply and Installation CompanV of Division 10 Specialty Materials for Commercial Constru Holman Inc. is a certified WMBE, D BE, and JSEB company. Visa & MasterCard Accepted - We Exclude Wall Backing, Wall Gut - outs, Sales Tax (7.0 %) -UAB 17 Wall Openings and Blocking. Total $3,103.54 C&D Construction, 11 P.O. Box 236577 • Cocoa, FL 32923 -6577 • Tel: (321) 639 -9198 • Fax: (321) 690 -2291 December 20, 2013 The City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 REFERENCE: Ocoee Community Center SUBJECT: Change Request #26 — Additional Clocks /Thermometers for Clock Tower ATTENTION: Mr. J. Allison Butler Dear Mr. Butler: Furnish and install two (2) additional 30" diameter clocks or (2) thermometers — see attached scope of work. Clock or Thermometer - Sign Design (see attached) - $8,970.00 $897.00 C & D Overhead (10 %) - - $9,867.00 Subtotal $ 986.70 C & D Profit (10 %) - - $10,853.70 Subtotal - $217.07 C & D Bond (2 %) - $11,070.77 Total Cost *Price is the same whether clocks or thermometers are selected. Sincerely, Am Les e, Ass t Project Manager ATTACHMENT State Certified General Contractor • CGC 026821 State Certified MBE _ i ignd sign OF I LIMIDA, MC, ?. ' f , '. _.... ' h • _LF (`.. F December 19, 2013 Curtis Deen C &D Constuctors Sign Design of Florida, Inc. proposes the following budget for the work listed below on the project titled: OCOEE COMMUNITY CENTER — CLOCK TOWER for the price of EIGHT THOUSAND NINE HUNDRED SEVENTY AND NO /100 DOLLARS ($8,970.00). This price includes all installation and applicable taxes. I. FURNISH AND INSTALL (QTY. 2) additional 30" dia. clocks to be affixed to opposing sides of existing tower. Clocks to be front - illuminated, architectural -style clocks; surface - mounted to aluminum plate on tower (to match clocks on east /west elevations). "ALTERNATE NO. 001: FURNISH AND INSTALL (QTY. 2) 30" dia. analog -type thermometers to be affixed to opposing sides of existing tower. Thermometers to be front - illuminated, surface - mounted to aluminum plate on tower (to match style of clocks on east /west elevations). Controlled via CATV cable from external temperature sensor mounted on tower structure. ADD ZERO DOLLARS ($0.00) to BASE PRICE ABOVE We are a UL- listed, Florida state - certified electrical sign contractor (ES12000754). Thank you for the opportunity to provide this bid. We look forward to working with you again in the near future! Richard T. Hayes President C&D Construction, Ince P.O. Box 236577 • Cocoa, FL 32923 -6577 e Tel: (321) 639 -9198 -Fax: (321) 690 -2291 February 26, 2014 The City of Ocoee 150 N. Lakeshore Drive Ocoee, Fl- 34761 REFERENCE: Ocoee Community Center SUBJECT: Change Request #29 — Solid Surface Countertops ATTENTION: Mr. J. Allison Butler Dear Mr. Butler: Below is the cost to supply and install countertops to extend 10" in banquet hall and meeting room to accept kitchen equipment. Cabinet Spectrum (see attached) - $2,930.90 C & D Overhead (10 %) - $293.09 - $3,223.99 Subtotal - $32 C & D Profit (10 %) - $3,546.39 Subtotal - 70.93 C & D Bond (2 %) _ $3,617.32 Total Cost Sincerely, J Curtis Deen, President ATTACHMENT CD /al State Certified General Contractor CGC 026821 State Certified MBE 831- W. King st, Cocoa,fl 32922. Tel 321-632903 Name: C&D Construction inc. Address: Ocoee Community Center. Tel: Proposal: Supply and install solid surface countertops for service bar in meeting room 97" x36" and 72" X 36" countertop at Service bar in Banquet hall. Remove existing Counter tops and reset cabinets to 36" deep. SUBTOTAL: $ 2765.00 Tax: $ 165.90 Total: $ 2930.90 Many Thanks Dermot Gaffney Date: 1/8/14 Terms of payment: 60% $ 40%$ Signed; C&D Construction, Inc. P.O. Box 236577 a Cocoa, FL 32923 -6577 • Tel: (321) 639 -9198 o Tax: (321) 690 -2291 February 26, 2014 The City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 REFERENCE: Ocoee Community Center SUBJECT: Change Request #31 -- Window Tint in Banquet Hall ATTENTION: Mr. J. Allison Butler Dear Mr. Butler: Below is the cost for the window tint for the NW and NE doors in Banquet Hall: Tint - $278.00 C & D Overhead (10 %) - S27.80 Subtotal - $305.80 C & D Profit (10 %) - X 30.58 Subtotal - $336.38 C & D Bond (2 %) - $6.73 Total Cost - $343.11 Sincerely, Curtis Deen, President CD/al State Certified General Contractor • CGC 026821 State Certified MBE C&D Construction, Inc. P.O. Box 236577 • Cocoa, FL 32923 -6577 • Tel: (321) 639 -9198 a Fax: (321) 690- -2291 February 26, 2014 The City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 REFERENCE: Ocoee Community Center SUBJECT: Change Request #37 -- Change Color of Lower Wall in Cupola ATTENTION: Mr. J. Allison Butler Dear Mr. Butler: Please find below the cost to change the color of the lower wall in cupola: Lump Sum: $438.14 Sincerely, i� Curtis Deen, President CD/al State Certified General Contractor CGC 026821 State Certified MBE 132 E. Colonial Drive, Stfito 203 Orlando, FL 32801 _4 407-298-0074 Fax: 407-835-7979 L 1. � 111,1 Llc!_ PAINIONGe N"w.'apexpainting-net TIME & MATERIAL 1. JOB NAME: Or.(9 DATE: PAINTER 7 7! TIME FROM i l TIME TO - �2 K -1 �D�l C�) MATERIAL USED (Q (A C I �r �' %�� �t,� i ; f; l `� -� . ' I Lt if C- _VV0_1kl_C160NE :�' ,c cw coo'l C) R"au'A- Vo ��t L��� � U t �..� -t P_'- tv t�C�� � <.:1. ()' ���C•tC. {tr��_1 - _ _ PAINTER TIME FROM J-1 TIME TO - I plq MATERIAL USED C) <j 6 WORK DONE n u'j C _u_ a�'l PAINTER TIME FROM TIME TO [ MATERIAL USED __ C � w r ` `. � Dail J� �c� r �.� r. C��: I (� � , � . I _T"AILQLC �7 WORK DONE i UUk, 4C lf>�, el pck' G C Supervisor DATE: i R r February 26, 2014 The City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 REFERENCE: Ocoee Community Center SUBJECT: Change Request #38 --Add (6) Brushed Steel Astragals between Doors ATTENTION: Mr. J. Allison Butler Dear Mr, Butler: Please find below the cost to add six (6) brushed steel astragals between doors (not included in original hardware schedule): West Orange Lumber (see attached) - $629.00 C & D Overhead (10 %) - $62.90 Subtotal - $691.90 C & D Profit (10 %) - 69.19 Subtotal - $761.09 C & D Bond (2 %) - $15.22 Total Cost - $776.31 Sincerely, Curtis Deen, President ATTACHMENT CD/al State Certified General Contractor • CGC 026821 State Certifiedl MBE PROP OSAL M ATERIAL. FURNISHED ONLY TO JOBSITE CHANGE ORDER #1 6 EACH NG BRUSHED ASTRAGALS $ 420.00 LABOR TO INSTALL :ADD $180 NOTE- WEATHER STRIPPING FOR GAP BETWEEN EXTERIOR DOUBLE DOORS NOT INCLUDED IN ORIGINAL HARDWARE SPECIFICATIONS TOTAL MATERIAL AMOUNT: $449 TAX INCLUDED LABOR $ 18100 TOTAL $ 62.9.00 GENERAL NOTES: (1. Certificate of Insurance naming additional Insured will require $ 250.00 per certificate be added to this proposal. (2. Payment by credit card will require a 2 1/2% convenince fee be added to this proposal. (3. Wcod door lead time is currently 6 to 8 weeks after receipt of approvals. (4. Exclude all glass and glazing. (5. F.O.B. jobsite- tailgate delivery only is included. (6. Exclude asphalt backpainling of frames. (7. Material furnished only unless noted otherwise. (8. Standard warranties only unless noted otherwise. 8615 JUSTICE PLACE��� QUOTED BY: Jim Jamison GROVELAND, FL 34736 HOLLOWMETAL WOOD DOORS PLANS DATED: TEL: 352 -429 -8599 FINISH HARDWARE REVISED: FAX: 352 -429 -8690 WOOD & f,4ETAL SHOP FABRICATION DATE: January 3, 2014 TO: C &D CONS TRUCTION PROJECT: COMMUNITY CENTER ATT FAX: WE ARE PLEASED TO SUBMIT THE FOLLOWING MATERIALS ESTIMATE FOR ACCEPTANCE WITHIN THIRTY DAYS PU TO T TER MS AND CONDITIONS STA I N OUR CREDIT AGRE M ATERIAL. FURNISHED ONLY TO JOBSITE CHANGE ORDER #1 6 EACH NG BRUSHED ASTRAGALS $ 420.00 LABOR TO INSTALL :ADD $180 NOTE- WEATHER STRIPPING FOR GAP BETWEEN EXTERIOR DOUBLE DOORS NOT INCLUDED IN ORIGINAL HARDWARE SPECIFICATIONS TOTAL MATERIAL AMOUNT: $449 TAX INCLUDED LABOR $ 18100 TOTAL $ 62.9.00 GENERAL NOTES: (1. Certificate of Insurance naming additional Insured will require $ 250.00 per certificate be added to this proposal. (2. Payment by credit card will require a 2 1/2% convenince fee be added to this proposal. (3. Wcod door lead time is currently 6 to 8 weeks after receipt of approvals. (4. Exclude all glass and glazing. (5. F.O.B. jobsite- tailgate delivery only is included. (6. Exclude asphalt backpainling of frames. (7. Material furnished only unless noted otherwise. (8. Standard warranties only unless noted otherwise. C&D Constructi'on, Inc. P.O. Boa 236577 « Cocoa, FL 32923 -6577 -'Tel: (321) 639 -9198 , Fax: (321) 690 -2291 February 26, 2014 The City of Ocoee 150 N. Lakeshore Drive Ocoee, FI- 34761 REFERENCE: Ocoee Community Center SUBJECT: Change Request #39 — Push and Pull Plate for Door 112A ATTENTION: Mr. J. Allison Butler Dear Mr. Butler: Please find below the cost for Door 112A. Install deadbolt, fill edge of door and strike: West Orange Lumber (see attached) - $275.00 C & D Overhead (10 %) - . 2� x•50 Subtotal - $302.50 C & D Profit (10 %) - q 25 Subtotal - $332.75 C & D Bond (2 %) - $6.66 Total Cost - $339.41 Sincerely, 0' - � (�( ( / ) 1 Curtis Deen, President ATTACHMENT CD /al State Certified General Contractor • CGC 026821 s State Certified MBE PROPOSAL VVEST ORANGE LUMBER, INC 8615 JUSTICE PLACE QUOTED BY: Jim Jamison GROVELAND, FL 34736 HOLLOWMETAL WOOD DOORS PLANS DATED: TEL: 352 -429 -8599 FINISH HARDWARE REVISED: FAX: 352 -429 -8690 WOOD & METAL SHOP FABRICATION DATE: January 13 2014 TO: C &D PROJECT: OCOEE COMMUNITY CENTER ATT: DAVE FAX: WE ARE PLEASED TO SUBMIT THE FOLLOWING MATERIALS ESTIMATE FOR ACCEPTANCE WITHIN THIRTY DAYS PURSUANT TO THE TERMS AND CONDITIONS STATED IN OUR CREDIT AGREEMENT. MATERIAL FURNISHED ONLY TO JOBSITE DOOR 112A INSTALL 4X26 PUSH AND PULL PLATE INSTALL DEADBOLT WITH SCHLAGE KEYWAY FILL EDGE OF DOOR AND STRIKE INCLUDES LABOR TO INSTALL TOTAL MATERIAL AMOUNT: $275 TAXINCLUDED GENERAL NOTES: (1. Certificate of Insurance naming additional insured will require $ 250.00 per certificate be added to this proposal. (2. Payment by credit card will require a 2 1/2% convenince fee be added to this proposal. (3. Wood door lead time is currently 6 to 8 weeks after receipt of approvals. (4. Exclude all glass and glazing. (5. F.O.B. jobsite• tailgate delivery only is included. (6. Exclude asphalt backpainting of frames. (7. Material furnished only unless noted otherwise. (8. Standard warranties only unless noted otherwise. C&D Construction, Inc. P.O. Box 236577 • Cocoa, FL 32923 -6577 e Tel: (321) 639 -9198 • Fax: (321) 690 -2291 February 26, 2014 The City of Ocoee 150 N. Lakeshore Drive Ocoee, Ft. 34761 REFERENCE: Ocoee Community Center SUBJECT: Change Request 1140 -- Replace (6) Pulls on Exterior of Doors ATTENTION: Mr. J. Allison Butler Dear Mr. Butler: Please find below the cost to replace six (6) pulls on exterior of doors to match existing on active doors: West Orange Lumber (see attached) - $944.00 C & D Overhead (10 %) . 94.4U Subtotal $1,038.40 C & D Profit (10 %) - $103.84 Subtotal - $1,142.24 C & D Bond (2 %) $ 22.84 Total Cost - $1,165.08 Sincerely, Curtis Deen, President ATTACHMENT CD /al State Certified General Contractor • CGC 026821 State Certified MBE 8615 JUSTICE PLACE GROVELAND, FL 34736 TEL: 352 - 429 -8599 FAX: 352 -429 -8690 TO: C &D PROPOSAL WEST ORANGE LUMBER, INN QUOTED BY: Jim Jamison HOLLOW METAL WOOD DOORS PLANS DATED: FINISH HARDWARE REVISED: WOOD & METAL SHOP FABRICATION DATE: January 13, 2014 PROJECT:OCOEE C.C. ATT: DAVE FAX: WE ARE PLEASED TO SUBMIT THE FOLLOWING MATERIALS ESTIMATE FOR ACCEPTANCE WITHIN THIRTY DAYS PURSUANT TO THE TERMS AND CONDITIONS STATED IN OUR CREDIT AGREEMENT. MATERIAL FURNISHED ONLY TO JOBSITE REPLACE 6 PULLS ON EXTERIOR DOORS TO MATCH EXISTING ON ACTIVE DOOR 6 EACH AETHENA 815DT US32D TOTAL MATERIAL AMOUNT: $944 TAXINCLUDED GENERAL NOTES: (1. Certificate of Insurance naming additional insured will require $ 250.00 per certificate be added to this proposal. (2. Payment by credit card will require a 2 1/2% convenince fee be added to this proposal. (3. Wood door lead time is currently 6 to 8 weeks after receipt of approvals. (4. Exclude all glass and glazing. (5. F.O.B. jobs! te- tailgate delivery only is i-icluded. (6. Exclude asphalt backpainting of frames. (7. Material furnished only unless noted otherwise. (6. Standard warranties only unless noted otherwise. C&D Construction, Inc. P.O. Box 236577 • Cocoa, PL. 32923 -6577 o Tel: (321) 639 -9198 s Pax: (321) 690 -2291 March 1.9, 2014 The City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 REFERENCE: Ocoee Community Center SUBJECT: Change Request #41— Install Hardi Board around Building and Paint (REVISED) ATTENTION: Mr. J. Allison Butler Dear Mr. Butler: Please find below the cost to install new Hardi Board corners around building and paint new boards: Material - $600.00 Labor - $800.00 Lift - $700.00 Paint - $825.00 Subtotal - $2,925.00 C & D Overhead (10 %) - { 2� 92.50 Subtotal - $3,317.50 C & D Profit (10 %) - 8321.75 Subtotal - $3,539.25 C & D Bond (2 %) - $70.79 Total Cost - $3,610.04 Sincerely, Curtis Deen, President CD /al State Certified General Contractor • CGC 026821 State Certified MBE r � U C urtis Dew rrom: Sent: To: Subject: Sent from my Whom Begin lorwarded message: David Franklin <d5franklin @yahoo.com> Wednesday, January 15, 2014 9:15 AM Curtis Deen Fwd: Ocoee Community Center From: Apex Painting LLC <a}jex Iso m> Date: January 15, 2014, 9:12:04 AM EST To: David Franklin <tl5 Subject: Ocoee Community Center Reply -To: Apex Painting LI,C <ajjq a v David: Prime, caulk, putty, paint all new inside and outside corner boards Lift provided by GC COST: $825,00 Norm Apex Painting LLC 932 E. Colonial Drive, Suite 203 Orlando, FL 32809 407 -835 -8099 407-1335 -7979 (ff r7pexpaiilrii7rl a yrnLl il. cam Rfl N M K I® R EWTALS INVOICE TO loz - 745 - 956 ff ft C & D CONSTRUCTION . PO BOX 236577 COCOA FL 32923-6577 JOB ADDRESS OCOEE COMM. CENTER 125 N LAKESHORE DRIVE OCOEE, FL 34761 321-639-9198 Or-1\1 IJ MLL riAT IVI r1\J 101 1 Id: SUNBELT RENTALS, INC. PO BOX 409211 43808407-001 ATLANTA, GA 30384-9211 5107385 1/24/14 I of 1 FRANKLIN, DAVID 43808407 I'UI 1t W,;.F. (,d IPI- F" i OCOEE J013 NO. 1 - OCOEE COMM. CENT 1ANCI I ORLANDO AWP PC077 600 E LANDSTREET RD ORLANDO, FL 32824 407-251-4313 QTY EQUIPMENT # Min Day Week 4 Week Amount I 60' ART MANLIFT W/JIB 500.00 500.00 1100.00 2550.00 1100.00 580140 Make: JLG Model: 600AJ Ser #: 0300180080 HR OUT: 4.300 HR IN: 10.800 TOTAL: 6.500 Billed from 1/14/14 thru 1/21/14 SALES ITEMS: Qty Item number Unit Price I DLPKSRCHG EA 19,000 19.00 TRANSPORTATION SURCHARGE I ENVIRONMENTAL EA 15,400 15.40 ENVIRONMENTAL 1 RF EA N/C RETURNED FULL DELIVERY CHARGE 100.00 PICKUP CHARGE 100.00 FINAL BILL: 1/14/14 08:00 AM THRU 1/21/14 07:58 AM. N -.,n A� v' (; 00 v ( REMIT TO: NET DUE UPON RECEIPT SUNBELT RENTALS, INC. Invoices not paid within 30 days may be subject PO BOX 409211 to a I-V2% per month charge. ATLANTA, GA 30384-9211 RENTAL RETURN 1,334.40 73.74 1,408.14 C&D Construction, Inc. P.O. Box 236577 • Cocoa, FL 32923 -6577 • 1el: (321) 639 -9198 - Fax: (321) 690 -2291 February 26, 2014 The City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 REFERENCE: Ocoee Community Center SUBJECT: Change Request #42 -- Increase Paver Area at Arbor ATTENTION: Mr. J. Allison Butler Dear Mr. Butler: Please find below the cost to increase paver area at arbor: Lump Sum: $350.00 Sincerely, Curtis Deen, President CD /al State Certified General Contractor • CGC 02682t • State Certified MBE C&D Construction, Inc. P.O. Box 236577 o Cocoa, FL 32923 -6577 • Tel: (321) 639-9198 Fax: (321) 690 -2291 February 26, 2014 The City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 REFERENCE: Ocoee Community Center SUBJECT: Change Request #43 — Install Owner Furnished Tie Downs in Courtyard ATTENTION: Mr. J. Allison Butler Dear Mr. Butler: Please find below the cost to install owner furnished tie downs in courtyard: Lump Sum: $300.00 Sincerely, Curtis Deen, President CD /a I State Certified General Contractor • CGC 02682t State Certified MBE C&D Construction, P.O. Box 236577 , Cocoa, FL 32923 -6577 • Tel: (321) 639 -9198 . Fax: (321) 690 -2291 February 26, 2014 The City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 REFERENCE: Ocoee Community Center SUBJECT: Change Request #44— Extra Plants North of Building in Flower Bed ATTENTION: Mr. J. Allison Butler Dear Mr. Butler: Please find below the cost for the extra plants north of building in the flower bed: Lump Sum: $100.00 Sincerely, Curtis Deen, President CD/al State Certified General Contractor e CGC 026821 State Certified MBE C&D Construction, Inc. P.O. Box 236577 a Cocoa, FL 32923 -6577 . `Iel: (321) 639 -9198 • Fax: (321) 690 -22.91 February 26, 2014 The City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 REFERENCE: Ocoee Community Center SUBJECT: Change Request 445 - Move Overflo Pipe in Room 119 ATTENTION: Mr. J. Allison Butler Dear Mr. Butler: Please find below the cost to move the overflow pipe in Room 119: Lump Sum: $150.00 Sincerely, J Curtis Deen, President CD/al State Certified General Contractor • CGC 026821 State Certified MBE C&D Construction, Inc. P.O. Box 236577 • Cocoa, FL 32923 -6577 • Tel: (321) 639 -9198 • Fax: (321) 690 -2291 February 26, 2014 The City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 REFERENCE: Ocoee Community Center SUBJECT: Change Request #46 — Install New Pipe Rail in Room 119 to Protect Water Lines ATTENTION: Mr. J. Allison Butler Dear Mr. Butler: Please find below the cost to install new pipe rail in Room 119 to protect water lines: Material - $606.65 Labor - $400.0 0 Subtotal - $1,006.65 C & D Overhead (10 %) - $ 100.67 Subtotal - $1,107.32 C & D Profit (10 %) 110.73 Subtotal - $1,218.05 C & D Bond (2 %) - 24.36 Total Cost - $1,242.41 Sincerely, Curtis Deen, President CD /a I State Certified General Contractor o CGC 026821 State Certified MBE , " 630 -600 -3600 630 - 831-9 (fax) chi.sales @mcmaster.com Billed to C & D CONSTRUCTION INC P O BOX 236577 COCOA FL 32923 -6577 I n vo icy Purchase Order 363 Total $606.65 Invoice 72433467 Invoice Date 1130114 Payment Terms 2% 10, Net 30 Deduct $12.13 on merchandise if paid by 2/9/14. 1f 7f:� Shipped to \1� . ly \ � �(� a i l M Payment to McMaster -Carr n Attention: Dave Franklin Cell # 321 6876 PO Box 7690 C & D Construction Inc Chicago IL 60680 7G90 C/O City of Ocoee '' �' 20414 Your Account EB � O J 138295500 12.5 N Lakeshore Dr Ocoee FL 34761 Curtiss placed this order. �, � D CONS INC Line Product Ordered Shipped Balance Price Total 1 4698T147 Aluminum Slip -on Rail Fittings, Floor -Mount 10 10 0 13.07 130.70 Flange, Round, Fits 1 -1/2" Pipe Size Each Each 2 4698T23 Aluminum Slip -on Rail Fittings, Cross, Fits 1 -112" 2 2 0 12.25 24.50 Pipe Size Each Each 3 4698T94 Aluminum Slip -on Rail Fittings, Tee, Fits 1 -1/2" 2 2 0 14.58 29.16 Pipe Size Each Each 4 4698T138 Aluminum Slip -on Rail Fittings, 5 -Way Cross, Fits 2 2 0 15.61 31.22 1 -1/2" Pipe Size Each Each 5 4698T114 Aluminum Slip -on Rail Fittings, 3 -Way 90 Degree 1 1 0 15.02 15.02 Elbow, Fits 1 -1/2" Pipe Size Each Each 6 4698T39 Aluminum Slip -on Rail Fittings, 3 -Way 90 Degree 1 1 0 11.89 11.89 Elbow with Through Hole, for 1 -1/2" Pipe Each Each 7 469ST174 Aluminum Slip -on Rail Fittings, Pipe Plug, for 2 2 0 3.00 6.00 1 -1/2" Pipe Size Each Each 8 4699T36 Pipe, Yellow Painted Aluminum, 1 -1/2" Pipe Size, 4 4 0 19.88 79.52 2' Length Each Each 9 4699T36 Pipe, Yellow Painted Aluminum, '1 -'1/2" Pipe Size, 2 2 0 39.80 79.60 4'L Each Each 10 4699T36 Pipe, Yellow Painted Aluminum, 1 -1/2" Pipe Size, 4 4 0 49.76 199.04 5' L �.; O; "; Each Each Merchandise 606.65 Total $606.65 Packin Li st Shipped Weight Carrier Tracking 73003'17 -01 1/30/14 31 lb UPS Next Day Air lZ6028360144694974_. , 7300317 -02 1/30/14 241b UPS Next Day Air 176028360144694983 +, Federal ID 36- 1458720 McMaster -Carr Supply Company SP 5734 Page 1 of 1 C&D Construction, Inc. P.O. Box 236577 e Cocoa, FL 32923 -6577 • Tel: (321) 639 -9198 - Fax: (321) 690 -2291 February 26, 2014 The City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 REFERENCE: Ocoee Comr11unity Center SUBJECT: Change Request 447 — Install Fence around Backflo Preventer ATTENTION: Mr. J. Allison Butler Dear Mr. Butler: Please find below the cost to install fence around Bacl<flo Preventer: Smith Fence Co. (see attached) - $800.00 C & D Overhead (10 %) - 80.00 Subtotal - $880.00 C & D Profit (10%) - 88,00 Subtotal - $968.00 C & D Bond (2 %) - 19.36 Total Cast - $987.36 Sincerely, Curtis Deen, President ATTACHMENT CD /al State Certified General Contractor a CGC 026821 State Certified MBE V� 77, noND tt D C > 'r VU OF f 6 RC V�NP40 FIC 11-71 � . - o we.= �«�-- ............ PLEASE PAY UPON Rf CIIPf STAT(MfMf WILL It UNT WAL Gown payr�►►nt ance duo upon 40"11100n V) A , 1t �e IA e ' CA r ILONIRAC, ON o I I LONS f . jo Rt OR Lj%j, MAT VIIIAL ID114itt ItAlkh A MOOJMX %%IL% SE M6 1110 OR Clk")lyto AT CUMI'll R pAOpjAjYOWNtA -,)I jiny v. W until ►iki A lu" -�<^ U �A'rna ,.,,, I_......�..� -Y 1?� �1 R �M IM'}7'a __ -... Awk� PLEASE PAY UPON Rf CIIPf STAT(MfMf WILL It UNT WAL Gown payr�►►nt ance duo upon 40"11100n V) A , 1t �e IA e ' CA r ILONIRAC, ON o I I LONS f . jo Rt OR Lj%j, MAT VIIIAL ID114itt ItAlkh A MOOJMX %%IL% SE M6 1110 OR Clk")lyto AT CUMI'll R pAOpjAjYOWNtA -,)I jiny v. W until ►iki A lu" C&D Construction, Inc. P.O. Box 236577 • Cocoa, FL 32923 -6577 , Tel: (321) 639 -9198 a Fax: (321) 690 -2291 February 26, 2014 The City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 REFERENCE: Ocoee Community Center SUBJECT: Change Request #48 — Countertop in Room 109 ATTENTION: Mr. J. Allison Butler Dear Mr. Butler: Please find below the cost to add countertop and mirror on west wall in Room 109 Make Up Room: Lump Sum: 3t'�g. 00 1 Mold p Sincerely, 5%1°'u 0 Curtis Deen, President CD/al State Certified General Contractor • CGC 026821 State Certified MBE C&D Construction, Inc. E0. Box 236577 o Cocoa, FL 32923 -6577 • Tel: (321) 639 -9198 • Fax: (321) 690 -2291 March 20, 2014 The City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 REFERENCE,: Ocoee Community Center SUBJECT: Additional Items ( #1 -10) ATTENTION: Mr. J. Allison Butler Dear Mr. Butler: Please find below for the additional 10 items, as requested: 1.) Replace wireless and wired microphones with units that include a microplhonc- mounted on /off switch: Millennium Fire & Security (see attached) - $399.26 C & D Overhead (10 %) - $39.93 Subtotal - $439.19 C & D Profit (10 %) - $43.92 Subtotal - $483.11 C & D Bond (2 %) - $9.66 Total Cost $492.77 2.) Furnish compatible digital video camera with tripod For recording events held at the facility, such as a Sony I-IXR- W2000N Shoulder Mount AVCldD Camcorder with Ravelli nVT Professional 67 -inch Video Camera Tripod and any required video signal convener to transmit signal live to data system for interact broadcast and external recording (should be able to use onboard HDMl): Millennium Fire & Security (see attached) - $5,704.65 C & D Overhead (10 %) - $570.47 Subtotal - $6,275.12 C & D Profit (10 %) - $6 27.51 Subtotal - $6,902.63 C & D Bond (2 %) - $138.05 Total Cost - $7,040.68 State Certified General Contractor e CGC 026821 e State Certified MBE 2A.) Add AV: Millennium Fire & Security (see attached) - $7,449.95 C & D Overhead (10 %) - $745.00 Subtotal - $8,194.95 C & D Profit (10 %) - $819.50 Subtotal - $9,014.45 C & D Bond (2 %) - $180.29 Total Cost - $9,194.74 3.) Furnisli & install compatible paneled bi -fold doors to close -off beverage counter area in Banquet Room; modify door opening, as required: West Orange Lumber (see attached) - $425.00 Cut down and prep /paint doors - $325.00 Tnstall door - $175.00 Subtotal - $925.00 C & D Overhead (10 %) - $92.50 Subtotal - $1,017.50 C & D Profit (10 %) - $101.75 Subtotal - $1,119.25 C & D Bond (2 %) - $22.39 Total Cost - $t,141.64 4.) Install drop -down stainless steel door stops on all doors with automatic closers, including interior side of exit doors: Drop down door steps - $692.00 Installation - $552.00 Subtotal - $1,244.00 C & D Overhead (10 %) - $124.40 Subtotal - $1,368.40 C & D Profit (10 %) - $136.84 Subtotal - $1,505.24 C & D Bond (2 %) - $30.10 Total Cost - $1,535.34 5) Replace lockset on 48" personnel door at I,oadmg Dock to provide means of unlocking for subsequent access without key: Electronic Locksct - $525.00 Install Lockset - $1 Subtotal - $715.00 C & D Overhead (10 %) - $ 71.50 Subtotal - 6786.50 C & D Profit (10 %) - $78_65 Subtotal - $865.15 C & D Bond (2 %) - $17.30 Total Cost $882.45 6.) Furnish & install 10" Gemini raised white painted cast aluminum letters (font = "Palatine ", legend = "Lakeshore Center ") and two post- mounted lights to match those use on Plaza at each of the two brief: driveway entry walls at Oakland Ave.; City to furnish plans Comelco (see attached) - $5,761.95 Signs (2 sets) - $1,650.56 Install Letters - $450.00 Subtotal - $7,865.51 C & D Overhead ( t0 %) - I786.55 Subtotal - $8,652.06 C & D Profit (10 %) - $865.2 Subtotal - $9,5 17,27 C &. D Bond (2 %) - S1903 5, Total Cost - $9,707.62 7.) Provide $5,000 allowance for furnishings in Office, Lobby, Makeup Room, and other occupied portions of the facility; specific items to be selected by City Allowance - `t* W "a 8,) Replace carpet tile in Lobby with product used in Banquet Room Carpet Lobby (Material Only) - $5,956.00 Labor (No Cost) - $0.00 Subtotal - $5,956.00 C & D Overhead (10 %) - $5 9 5 . 60 Subtotal - $6,551.60 C & D Profit (10 - $6 55.16 Subtotal - $7,206.76 C & D Bond (2 %) - 144.14 Total Cost - $7,350.90 9.) Fabricate and install awnings over NE and NW exit doors per plans and specification provided by City; preferred vendor is L, & J Awnings & Shade Structures, Inc. (Orlando, FL) in order to match awnings that will be installed at City l fall: L & J Sighs (see attached) - $1,809.00 C & D Overhead (10 %) - $180.90 Subtotal - $1,989.90 C & D Profit (10 %) - $19899 Subtotal - $2,188.89 C & D Bond (2 %) - $43,75 Total Cost - $2,2:32.67 10.) Install 48 "x48 "x4" concrete slab in front of transfer switch door; connect to loading dock: gate by constructing a 48 "x4" concrete sidewalk: Lump Siam - $600.00 If you have any clucstions or need any additional information, please contact me at (321) 639 -9198 ext. 15. Sincerely, JAI CU Curtis Deen, President Attachments CD /al U iI i. NFRIt � wrnr�w Fire & Security, Inc. EF20000429 SO/UtJO17S Tor / &I 4340 Edgewater Drive A Orlando, FL 32804 A 407.253.7373 A. 407.253.7073 fax PROPOSAL Date: 3/19/2014 Proposal #: 41717 To: Project Name: Ocoee AV Attn : Project Location: Job description: Pro Camcorder Tel : 0 Fax: Millennium Fire & Security, Inc. presents for your consideration our lump sum Proposal in the amount of $399.26 to furnish materials, labor, programming and expenses necessary to AV System at the above referenced project: 3 Install On /Off Mic Switch 00 00 00 00 00 00 00 00 00 ❑ 50% down payment, or purchase order, upon acceptance with balance due upon completion. A 1-1/2% monthly late fee will be added to invoices over 30 days. yl 30% down payment, or purchase order, upon acceptance with progress billing and balance due upon completion. A 1 -112% monthly late fee will be added to invoices over 30 days. PROPOSAL BASED ON: LJ All proposed equipment, class "B" non- plenum wiring, permitting, labor, drawings, submittals, training on equipment, and acceptance testing. ❑ Electrical to furnish 120 vac circuit to the alarm equipment. ❑ [lectrical to provide lift, if one is required. ❑ Installation during normal business hours, 7 am — 3:30 pm, monday — friday, excluding holidays. ❑ RACEWAYS: E Equipment and wire to be installed to your complete raceway / conduit / pull string / boxes / fire caulking. 0 Equipment and wire to be installed to your stub -ups. Stub -ups / sleeves / boxes / fire caulking by electrical contractor. The scope of this proposal covers only those services listed above, in a workmanlike manner, complying with NFPA Codes and Standards. Millennium Fire & Security provides a one year warranty covering materials and labor, excluding vandalism, acts of God, theft, tampering by unauthorized personnel or fire. Any changes, deviations, additional materials or labor will be quoted as a change order. Proposal is valid for 30 days. The above price and conditions are satisfactory and are hereby accepted. Seller is authorized to proceed with work as specified. date Authorized Signature P.O. # Toni Jardone M illenni UM NFPA Fire & SCCUrity, Inc;. �-.._` Fr- 2ooaoa2s 5b/ulfat7s far li {e 4340 Edgewater Drive A Orlando, FL 32804 A 407.253.7373 ® 407.253.7073 fax Date: 3/19/2014 To: Attn Tel : 0 Fax: PROPOSAL Proposal #: 41717 AWM A39opATNNt Of Project Name: Ocoee AV Project Location: Job description: Pro Camcorder Millennium Fire & Security, Inc. presents for your consideration our lump sum Proposal in the amount of $5,704.65 to furnish materials, labor, programming and expenses necessary to AV System at the above referenced project: 1 Sony camra HXRNX3 1 Livestrem HD Module 1 Daveis Sanford Tripod I Audio Teo 7" Shoutgun MIC 00 00 00 00 0Q 00 ❑ 50% down payment, or purchase order, upon acceptance with balance due upon completion. A 1 -101 monthly late fee will be added to invoices over 30 days. p 30% down payment, or purchase order, upon acceptance with progress billing and balance due upon completion. A 1 1/2% monthly late fee will be added to invoices over 30 days. PROPOSAL BASED ON: L) All proposed equipment, class "B" non - plenum wiring, permitting, labor, drawings, submittals, training on equipment, and acceptance testing. Ll Electrical to furnish 120 vac circuit to the alarm equipment. U Electrical to provide lift, if one is required. ❑ Installation during normal business hours, 7 am — 3:30 pm, monday — friday, excluding holidays. RACEWAYS: C Equipment and wire to be installed to your complete raceway / conduit / pull string / boxes / fire caulking. 0 Equipment and wire to be installed to your stub -ups. Stub -ups / sleeves / boxes / fire caulking by electrical contractor. The scope of this proposal covers only those services listed above, in a workmanlike manner, complying with NFPA Codes and Standards. Millennium Fire & Security provides a one year warranty covering materials and labor, excluding vandalism, acts of God, theft, tampering by unauthorized personnel or fire. Any changes, deviations, additional materials or labor will be quoted as a change order. Proposal is valid for 30 days. The above price and conditions are satisfactory and are hereby accepted. Seller is authorized to proceed with work as specified. Authorized Signature date P.O. :# Tom Jardone Mill nniUI M ttdFPA Fire & Security, Inc. - Sa /ulions For ciF 4340 Edgewater Drive A Orlando, FL 32804 A 407.253.7373 ♦ 407.253.7073 fax Date: 3/19/2014 To: Attn Tel : 0 Fax: PROPOSAL Proposal #: 41717 Project Name: Ocoee AV Project Location: Job description: Add AV Millennium Fire & Security, Inc. presents for your consideration our lump sum Proposal in the amount of $7,449.95 to furnish materials, labor, programming and expenses necessary to AV System at the above referenced project: 2 Adjustable AV Carts With locking doors 2 digital Analog Auto Switch for AV carts 1 hdmi converter for Convenience room 1 Wireless handheld microphone 1 VGA converts for info monitors 1 AV case 00 00 00 00 ❑ 50% down payment, or purchase order, upon acceptance with balance due upon completion. A 1 -1/2% monthly late fee will be added to invoices over 30 days. xp 30% down payment, or purchase order, upon acceptance with progress billing and balance due upon completion. A 1 -1/2% monthly late fee will be added to invoices over 30 days. PROPOSAL BASED ON: Q All proposed equipment, class "W non- plenum wiring, permitting, labor, drawings, submittals, training on equipment, and acceptance testing. Q Electrical to furnish 120 vac circuit to the alarm equipment. Q Electrical to provide lift, if one is required. U Installation during normal business hours, 7 am -- 3:30 pm, monday — friday, excluding holidays. U RACEWAYS: 13 Equipment and wire to be installed to your complete raceway/ conduit/ pull string /boxes/ fire caulking. 0 Equipment and wire to be installed to your stub -ups. Slub -ups / sleeves / boxes / fire caulking by electrical contractor. The scope of this proposal covers only those services listed above, in a workmanlike manner, complying with NFPA Codes and Standards. Millennium Fire & Security provides a one year warranty covering materials and labor, excluding vandalism, acts of God, theft, tampering by unauthorized personnel or fire. Any changes, deviations, additional materials or labor will be quoted as a change order. Proposal is valid for 30 days. The above price and conditions are satisfactory and are hereby accepted. Seller is authorized to proceed with work as specified. Authorized Signature date P.O. # Tom Jardone } SALES QUOTATION WEST ORANGE LUMBER COMPANY, INC PCO# 8601 JUSTICE PLACE GROVELAND, FL 34736 HOLLOWMETAL QUOTED BY: Jim Jamison WOOD DOORS PLANS DATED: TEL: 352 - 429 -8599 FINISH HARDWARE REVISED: FAX: 352- 429 -8690 WOOD & METAL SHOP FABRICATION DATE: Marc 20, 2.014 TO: C &D ATT: DAVID FAX: WE ARE PLEASED TO SUBMIT THE FOLLOWING MATERIALS ESTIMATE FOR ACCEPTANCE WITHIN THIRTY DAYS PURSUANT TO THE TERMS AND CONDITIONS STATED IN OUR CREDIT AGREEMENT. MATERIAL FURNISHED O NLY TO JOBSITE 1 EACH SCHLAGE CO -100 ELECTRONIC LOCK $ 525.00 1 EACH 6 -0X7 -0X1 3/8 2 PANEL MDF BIFOLD $ 425.00 ABOVE PRICES INCLUDE TAX ADD: INSTALL LOCKSET $190.00 ADD: INSTALL BIFOLD $ 175.00 GENERAL NOTES: WOOD DOOR FACTORY LEAD TIME IS CURRENTLY 6 TO 8 WEEKS EXCLUDE ALL GLASS AND GLAZING F.O.B. JOBS ITE-TAILGATE DELIVERY ONLY IS INCLUDED EXCLUDE ASPHALT BACKPAINTING OF FRAMES MATERIAL FURNISHED ONLY STANDARD WARRANTIES ONLY UNLESS STATED OTHERWISE PROJECT:000EE C.C. L C -D r 0) to C) c'o nl C0 ®100 Standalone Electronic Lock The CO- Series is the ideal solution for customers seeking the added security and convenience of electronic access control withotit the cost or complexity of a fully networked system. The CO -100 is a standalone lock that is manually programmable. User rights for the CO -100 are stored on the lock. Unique PIN codes can be assigned to each user. This minimizes the number of mechanical keys issued which protects the integrity of your key system. PIN codes can be easily added or deleted at anytime right at the door. The CO -100 from Schlage offers you many choices. Cylindrical, mortise, and exit min chassis options are available as well as a .vide variety of finishes and levers to suite with your existing hardware. Mechanical key override is standard and compatible with nrtrltiple cylinder types. The CO- Series is also compatible with R1,11 popular brands of exit devices. Images shown aic ncr to 5t 'V Features and Benefits Manually Programmable Up to 500 unique 3 -6 digit PIN codes stored on the lock ANSI /BHMA At 56.25, ANSI /BHMA Grade 1 certified and UL 294 listed Classroom /Storeroom function and Office function available Chassis options include cylindrical, mortise, and exit trim Compatible with most major brands of key systems and exit devices Normal, toggle, pass through, and freeze credential attributes available Tlie CO- Series has been tested the highest standards in the industry to ensure quality and reliability you have come to expect from Schlage. The CO- Series is ANSI /BHMA A] 56.25, 1� =J i Doors are made from high quality Medium Density Fiberboard. Over 500 standard architectural designs to choose from. Customization available. Made to your size specifications in 1 3/8" oi 1 3/4" thickness. Hinge strip comprised of face grain MDF inserted the full length of both sides of the door to deliver holding power, location flexibility and stability. Premium grade factory primer is "quick- baked" in 45 seconds for a superior finish and seal. Stiicline (SL) Stileline Raised Moulding (SR) Stileline Diniensiorr (SIB) Solid core MDF routed profile series. Solid core MDF routed profile doors Ultra high end solid core MDF, with the added luxury and depth of with an added "Dimension" of a Si.il,aine Apex (SA) applied moulding. recessed raised panel and applied Solid core MDF routed profile doors architectural moulding. with applied sticking to provide Stileline Classic (SC) squared panel corners. The simple elegance of a solid core ;Lileline. Shaker ( ) MDF flush door, with an applied Unique "Old Horne" look with stile L3til ;line V- Groove (SV) architectural moulding. and rail construction that offers flat Solid core MDF routed profile doors, panels and clean lines. with an added V groove to give the Stileline Plontermy tongue and groove look. Routed solid core MDF door with an S1a�elir�c. 1'rarlition t; " " applied inlayed moulding. Traditional stile and rail constructed '` i ' "" Plank ('l') doors offering the architectural Solid core MDF door with carved detail of true squared panel corners. lines to create a tongue and groove plank look with square sticking. I I I i i e r, J ; I STILELINE SERIES CROSS SECTION OPTIONS St_ -SEMES SL— SERIES 61-FOLD a r, t1' Ll a ILI i iM 9, SL/SA1010 SL/SA1020 SL/SA1020R SL/SA1030 SL/SA1040 SL/SA1040R SL/SA1050 SL/SA1060 El IL/SA1060R SL/SA1070 SL/SA1070IR SL/SA08 SL/SA109 SL/SA1100 SL/SA2010 SL/SA2020 F�l LJ -- L.. - -- - L L/SA2020R S Sl-/SA2030R SL/SA2040 SL/SA2040R SL/SA2050 SL/SA2060 SL/SA2060R Li SL/SA2110 SL/SA2120 SL./SA2120R SL/SA2070 SL/SA2070R SL/SA2080 SL/SA2090 SL/SA2100 J` `t PROPOSAL VVEST ORANGE LU6l1 UR, INC D 8615 JUSTICE PLACE QUOTED BY: Jim Jamison GROVELAND, FL 34736 HOLLOWMETAL WOOD DOORS PLANS DATED: TEL: 352- 429 -8599 FINISH HARDWARE REVISED: FAX: 352- 429 -8690 WOOD & METAL SHOP FABRICATION DATE: TO: C &D CONSTRUCTION ATT: DAVE PROJECT:OCOEE C.0 FAX: WE ARE PLEASED TO SUBMIT THE FOLLOWING MATERIALS ESTIMATE FOR ACCEPTANCE WITHIN THIRTY DAYS PURSUANT TO TH E TERMS AND CONDITIONS STATED IN OUR CREDIT AGREEMENT. MATERIAL FURNISHED ONLY TO JOBSITE 46 EACH KICK DOWN STOPS INCLUDES TAX $ 692.00 LABOR TO INSTALL $ 552.00 TOTAL $ 1,244.00 GENERAL NOTES: (1. Certificate of Insurance naming additional insured will require $ 250.00 per certificate be added to this proposal. (2. Payment by credit card will require a 2 1/2% convenince fee be added to this proposal. (3. Wood door lead time is currently 6 to 8 weeks after receipt of approvals. (4. Exclude all glass and glazing. (5. F.O.B. jobsite - tailgate delivery only is included. (6. Exclude asphalt backpainting of frames. (7, Material furnished only unless noted otherwise. (8. Standard warranties only unless rioted otherwise. COME CHANGE ORDER REQUEST DATE: , 2/4/14 _REQUI ±,S`I' NO.: 14 C & D Construction PO Box 236577 Cocoa, FL 32923 ATTN.: Amy, David PROJECT NAME: Ocoee Community Center REFERENCE: Add (4) Kichler post lip "hts and two Focus flood lights at the front entrance to Oco CommunityCent_er. DESCRIPTION: Supply and install four Kichler #49207131M, post light fixtures on (4) #49907 posts and two Focus industries FFL- 26- 120V -B1,T mounted on C/FA- 25' ?- 26 /BRS. Run 3 /a underground conduits to in ground to existing power source approx. 30 ft. on one side and 120 ft. on the other. This change request includes labor, conduit, wire, fittings, light fixtures, boxes and circuit breakers required for a complete and working installation. See attached spread sheet Five thousand seven hundred sixty four dollars and ninety five cents PRICK: $5,764.95 ADD X DEDUCT i ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ • ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ • ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ . ■ ■ ■ ■ ■ ■ ■ ■ ■ 1 ALL CHANGE ORDERS ARE TO BE SIGNED BY AN AUTHORIZED REPRESENTATIVE. OF THE GENERAL. CONTRACTOR. NO WORK WILL BEGIN OR ANY MATERIALS DESCRIBED IN THE ALCOVE REQUEST WILL BE ORDERED wI'motIT AN AUTHORIZED CHANGE ORDER. PRICES AREE, SUBJECT TO CHANGE; AFTER 30 DAYS FRONI'THE ABOVE DATE. t ■ • ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ 1 AUTHORIZED SIGNATURE /TITLE DATE 410 North Street. Suite 130 Longwood, FL 32750. Phone 407 - 830 -5884 Fax: 407- 830 -5004 MBF Certified Lie: 4 EC0002783 � I 'b• I i I I ', � I ! I � ' I I � I i i I I 1 I I ! j I I � I I ' a.. I Q Q1 !M!� C: 10 VjO U)_I. i ° I ° � O I V a) U) N V f 0 V (O O O V7 O of U) r ! V. I U) N U) N (6iI V r'iU) V I�''h W 0 M : N Mj o IN vl ( NI • O IN ca f Ul O •� G ) I � � I 'o O V) � � I I ++ +•, 10- en � 0 en en n en , rn ' era v) l en en e9 v> ua u) Y> � U +`• d w v 4 o I 0 VSO '.. O !S L M.M r- N h f) .- m: N T IN ; h d' N hi U)'M Nl r,,h co W o d O �( N O, � �m Q a Z N Z O ! o o 0 o v o° 0- 0 0l Y -- 0 °''o N Q.m �O 0 0 0 Q p o, nlu� n h °.' o to �;° 0 0 o q F"i i W f- S oic iV to o,Mly v'o oI° o o w o h w i Q j O o &-o 8 0 o rnlo °lo o M li -- m 11 - ! - - k^ Z u)! 011 01010'0 0 o�h!ro o:o o d m O Z 'Q LL Q C O N NM MIN N O � 1 0 r: lo O h m O U ! 0 0 0 O 0 0 0 0 N, CL M O M1h 10 MN.N h: 'OM N �O V N N 01 COO O en O O�O v I O C r N ( °(o loenrnrn o 00 O ! v, `bi L N N M IO N'. W (, lD ! O W GJ N SIN I o? hl .I as � 1 Z fAi di eA l V3 M M! " ! I c° X Q U) nlN N� D o u m h:o o o to a Z ({5 M h CO h VT r , O) O O l o C' o o ri c5! o V M ni w � . ro' fP. v) ff) fn M en En ( Vi .- O e0 _... P M lam' � emu) 69 1 I L- � L u �' o a o I c v I d s c }' o vi U l i oO N,.NINN N e0_ 't 04 M.i -- *`-- C' '. 1 O N (AI O O I i I u j m�ml m'm f m m mIm m m m m m U) m wi v o a) w. ro- d a): w w o L I I I C 7I ! Q" C 1 v > mrom�: Y -I (v yen m O- L L i o - - Rf - L • L U ai N � i .{.J E Q jI CI N! 0 Q' d rn o a' o o -J ! ai0 O ' t] m"01 u N G7 U x OI N L ro iC) a) NI.O! X JW._i �IM Ca CL � M - tk �1N t_i m O! E _ • O � O ~ O :L ai o nit E o ,cn ` a o m v- Q N m M Q+ i , 1. N .Q i d p 'I M N '�)n cfl h,m,c, •-N N:'N N W, lnl�',J fA fn v�0!0. fJ)! SPECIFICATIONS 3" 8,25' 6Amn 218mm CONSTRUCTION: Extruded aluminum floodlight with cast aluminum adjustable swivel. Heavy-duty stamped aluminum Hood Extension available (add -HE to part number) r Ir r(,t[�wJ,1i 17 LENS: High impact clear acrylic REFLECTOR: Highly polished specular aluminum FFL -26 BALLAST: 2 xType 1 outdoor magnetic clamped core. 120v primary amp draw of 0.165, not including lamp wattage. 240v & 277v options available - consult factory for details. - LAMP SUPPLIED: 2 x 13w CFLT4 single tube, 4100K,10,000 hour (26w max) a- !b i i SOCKET: 2 x GX23 2 -pin �( WIRING: Standard 120v Black, White and Ground MOUNTING: None supplied.5ee Mounting Accessories below for options FINISH: Black texture polyester powder coat. Optional finishes available 23mm1� ORDERING INFORMATION CATALOG NO. DESCRIPTION FFL 26 -12OV -BLT Aluminum Floodlight FFL- 26HE -12OV -BLT Aluminum Floodlight, hood extension LAMP SHIP WEIGHT 2X13w,4100KCFL 3.01bs. 2x 13w, 4100K CFL 3.0 lbs. 3" 8.35' E9m illmm FFL -26 -HE I-- FFL -26 -BLT mounted on FA -26 -BLT IP44 C E MOUNTING ACCESSORIES - 3.5• a- !b i i l �( p 23mm1� FA- 111 -TREE FA -22 -TREE - - - -_ FA 241BRS (10 " -41 ") (10 " -41 ") FA -111 20^ 508mm 26 20 FA -22-CSTI -BRS FA -221 BRS 26' Gbomm 660mm 508mm fl• — 3" 76mm T. 3" 583mm 76mm 76mm 4y]S 16 13• 4Wmm 1 �- 330mm O — O O 251 n 1 2.ms" 2.65" tI7I — IFA- 25 1BRS C /FA- 26 -GF(C /BRS C /FA -39 1BRS S 67 m � 67m \m I 1 � Ir 36mm — C� .FS• - 0.875. "•^' I t h�p 36mm F ® FAdO FA-31 FA-32 FA-33 FA-34 FA- 241GCSrf-BRS FA- 24 -LG- SPUN 1-8RS FA•24•h1D- CST- PU -5115 FA- 24-M1ID- CST( -ORS - -r, M.,T, Wro.r Ple ) STEM EXTENSIONS BEAM /GLARE CONTROL ACCESSORIES JOB INFORMATION FA -06 -26 1/4" Milli Hex Cell Louver Type: Date: FA -09 -26 -BLUE Blue Plastic Gel Job Name: FA -09- 9,13 -GREEN Green Plastic Gel CaLNo.: -HE Add to catalog number for Hood Extension Lamp(s): - - - - - -- — - - specifier: Contractor: Notes: FOCUS INDUSTRIES INC. www.focusindtistries.com 25301 COMMERCENTRE DRIVE sales @focusindustrles.com LAKE FOREST, CA 92630 (949) 830.1350 • FAX (949) 630.3390 LIGHT DISTRIBUTIONS AND PHOTOMETRICS foot - candles Feet (10y) Meters F 10 3.0 9 25 8 7 20 6 S C is (SQ 4 1.0 3 14A 2 77A ua 91291 Os 1 (7100 0 0 1 2 3 4 5 6 7 8 9 1 Feet O 0 OS 1.0 IS 3.0 2.5 3.0 Meters 0 FFL -26 Halfspread PhOtomeUla foot - candles Feet 0111) Meters F 10 3.0 9 25 8 7 za 6 - 4 71 124 10 3 4.6 2 9A (161 63.0 (971 0.5 1 199031 II- 0 0 1 2 3 4 S 6 7 8 9 1 Feet 0 0 0.5 1.0 IS 21 23 3.0 6leters 0 FFL -26-HE Half SpreadPhotametrlcs foot - candles 'Aeters F 30 1.5 2.0 IS 1.0 05 0 1 2 3 4 5 6 7 8 9 10 Feet OS 1.0 IS 2.0 1S 3.0 Meters FFL -26 Half Spread Pholomclria foot - candles Aeters F 3.0 25 2.0 1.5 1.0 OS 0 1 2 3 4 5 6 7 8 9 1 Feet OS 1.0 1.5 20 23 3.0 Metres FFL -26 -HE HalfSprcad PhO tines foot - candles Aeters 3.0 2.5 10 1S 1.0 OS 0 0 1 2 3 4 5 6 7 8 9 10 Feet 0 OS 1.0 IS 2.0 IS 3.0 6lerers FFL - 26 HalfSprcad Photomelrla foot-candles Aeters 3.0 25 2.0 IS 1.0 O.S 0 0 1 2 3 4 5 6 7 8 9 1 Feet 0 0.5 1.0 IS 2A 2S 3.0 Melds FFL -2 6 -HE Half Spread Photomettics Zi L ignletters.c metal castplaclues.coIII trafficsi(;nsOnirce.com fac ebool :.cotn!p cs /(icil�ini �i!»s- and -l..c ticr ,'1 15(1(�7ti 15 1318 o uiube. corn % user /G ea»ir�iSi;r�i etters _ _ From: David Franklin [iiiailto d5franklin(a)vali Sent: Wednesday, March 19, 2014 10:58 AM To: evan acem inisignletters.co m Subject: Fwd: 10" Gemini letter submittal l'he font Palatino, legend Sent from my iPhone Begin forwarded message: From: David Franklin <d_St i•anl:lin (a >yal i oo.com > Date: March 19,2014,10:39:56 AM EDT To: " cu sto me rservice ;ii „s4iminilettersdii•ect.co < customerserv ice ( i;, - ,i,m illilettersdi re ct.com > _ Subject: 10" Gemini letter submittal Gus Please send me a description and a lay out of the 10" Gemini raised cast atunlinum white letters. Thanks David Sent From my iPhone Curtis Deen From: David Franklin <d5franklin @yahoo.com> Sent: Wednesday, March 19, 2014 11:17 AM To: Curtis Deen Subject: Fwd: 10" Gemini letter submittal Best price i can find. Two week delivery dine. Sent from my Whone Begin forwarded message: From: "Evan Batcheller" < evanr ii ..?getninisi(-j Date: March 19, 2014, 11:06:13 AM EDT To: "'David Franklin "' < d5fratiklin ((i>yal oo.coti�> Subject: R1: 10" Gemini letter submittal Letter Type Font Style Material/ Finish Color Upper Case Size Lower Case Size Mounting Method Sign Text Sign Cost Template Cost Cast Metal Letters Helvetica (Palatino is not available in lower case letters) Aluminum- Painted Color 5687 White 10 in. 7 1/2 in. Flush Lakeshore Center $676.50 $63.75 Subtotal: Tax: (State: Other) S &H Charge: Total: Thank You Evan Batcheller Office (508) 485 -3343 Fax (508) 485 -9972 128 South Bolton Street Marlborough, Massachusetts 01752 og ninisionletters.corn 'eminist ?n_ S_conl $740.25 $0.00 $85.03 $825.28 1 Shaw Contract Flooring Services, Inc. d /b /a Spectra Contract Flooring - Central Florida 100 South Lake Destiny Drive Orlando, FI.. 32810 SPECTRA CONTRACT FLOORING A Rarkchira Hathawav Cninnanv Phone: (407) 475 -1144 Fax: (407) 475 -1140 Proposal Submitted To Attention Phone Fax Date C & D CONSTRUCTION Curtis Deen (321) 639 -9198 (321) 690 -2291 03/20/14 action -bac carpet. One layer only. Job Name Job # Ocoee Community Center 66497 Street Job Street Proposal ID P. O. Box 236577 125 N. Lakeshore Drive 107950 City, State and Zip Architect Date of Plans Add # Job City, State and Zip Customer Job # Customer PO Cocoa, FL 32923 commercial carpet tile for direct glue down. OCOEE, FL 34761 None None We hereby submit specifications ana estimates Tor: Item Description _ Color Qty UOM Unit Price Extended Price Provide labor for removal of existing glue down 130.00 SY $1.77 $230.00 action -bac carpet. One layer only. Scarify slab prior to installing new flooring for 1,170.00 SF $0.45 $525.00 warranty purposes. Install J &J 'Baroque" 24" x 24" 27 oz. 1465 /Shine 152.00 SY $39.25 $5,966.00 commercial carpet tile for direct glue down. (8sy /ctn) Supply J &J TriSeal encapsulant for warranty 1.00 4 Gal $170.00 $170.00 measures per the manufacturer. This is required when existing multipurpose adhesive exists. (130 sy / 4 Gallon) Supply and install recommended J &J "Nexus 2.00 4 Gal $110.00 $220.00 Modular Tile Adhesive" for a vinyl bac carpet installation. (4 Gallon/ 100 -120 sy). Supply and install BASF CX levelprep floor 2.00 10 Lb. $35.00 $70.00 patch. (10 lb bag). Material Labor Breakdown Material: $5956.00 Labor: $1225.00 Base Bid Total: $7,181.00 Proposal Inclusions and Exclusions: 1. "Credit Application Required For All New Customers - 2. No Furniture Removal included. 3. Spectra does not include any moisture mitigation due to moisture readings beyond the acceptable range for specified flooring. 4. Floor prep shown in proposal is projected amount only. Unforeseen conditions will result in an itemized breakdown showing Time & Materials for all floor prep performed. 5. 20 tiles of attic stock is included. Customer: C & D CONSTRUCTION Signed: Date: Page 1 of 2 Shaw Contract Flooring Services, Inc. d /b /a Phone: (407) 475 -1144 Specha Contract flooring - Central Florida Fax: (407) 475 -1140 100 South Lake Destiny Drive Orlando. FL 32810 SPECTRA Proposal ID: 107950 CONTRACT FLOORING A Berkshire Hathaway Company We PROPOSE to perform the work complete in accordance with the specifications and as described above for the SUM of: Signature: Mark Saso Mark Saso ext. 237 $7,181.00 Email: marl(.saso @spectracf.com Conditions of Proposal: 1. This proposal may be withdrawn if not accepted within 30 days of its issuance. Spectra will consider reasonable requests to engage in negotiations for revisions to this Proposal, including signing a subcontract that incorporates the terms of this Proposal. A proposal not accepted within 30 days will be subject to price escalalion for materials. 2. This proposal is subject to credit review and approval. Payment terms are net 30 days. Past due invoices are subject to service charges of 1.5% per month (18% per annum). In the case of any default, Customer shall pay Spectra's reasonable attorney fees and costs, including those on any appeal, even if no suit or action is filed. 3. All work shall be performed in a workmanlike manner according to industry standards. Areas to receive flooring shall be free and clear of debris. Any changes to the work shall be performed only after execution of a written change order. 4. Prior to commencement of Spectra's work: (a) Customer shall lest all concrete sub floors receiving flooring for vapor emission levels and alkalinity per ASTM F -1869 and provide written results to Spectra, including a list of any sealers applied to the concrete sub floor; (b) If Customer does not provide such reports at least 10 days prior to commencement of Spectra's work, then Customer shall provide Spectra with access to all concrete sub floors for appropriate testing and Customer shall be responsible for the costs of such testing; and (c) Any concrete sub floors not meeting manufacturers' requirements for installation will require correction or the execution of a separate waiver agreement. 5 All work is contingent upon strikes, accidents or delays beyond Spectra's control. Customer shall carry insurance for all hazards, including fire. Spectra's workers are fully covered by Worker's Compensation and Liability Insurance. 6. Customer represents and warrants that: (a) the project site contains no hazardous or other dangerous substances, either exposed or concealed; or (b) Customer has given written notice to Spectra of all such substances and their location(s). To the fullest extent permitted by law, Customer shall indemnify, defend and hold Spectra harmless from any damage, claim, loss, expense and attorney fees related to Spectra's liability, if any, including any federal or state statute related to hazardous or other dangerous substances. 7 Spectra is fully licensod, bonded, and insured. This proposal does not include participation in any OCIP /CCIP or related programs. Requests for Spectra to participate in such programs may result in additional costs. ACCEPTANCE OF PROPOSAL: The above prices, specifications, and conditions are satisfactory and are hereby ACCEPTED. You are authorized to do the work as specified. Customer C & D CONSTRUCTION Signed: Date: Page 2 of 2 C ` i ll I J Amy Leslie From: jeff @Injsigns.com Sent: Wednesday, March 19, 2014 2:16 PM To: Amy Leslie Subject: RE: Ocoee Community Center Attachments: C &D Const. City of Ocoee - Awning Proposal.pdf; CITI OF OCOEE RV1.pdf Importance: High Amy, Here is the quote you requested. This is just for the 2 new awnings at the new Community Center. I have also quoted the recovers for the main building. I have also included the detail for your convenience. Thank you. L & J AWNINGS & SHADE STRUCTURES INC, dba L & J SIGNS 1333 West Michigan Street Orlando, Florida 32505 Romans 6:23(NIV) 23 For the wages of sin is death, but the gift of God is eternal life in Christ Jesus our Lord. Romans 10:9 (NIV) 9 If you declare with your mouth, "Jesus is Lord," and believe in your heart that God raised him from the dead, you will be saved. Definition of LORD 1: one having power and authority over others: A: a ruler by hereditary right or preeminence to whom service and obedience are due Jeffrey A. Rowlen Project Manager & Estimator 407.650.9939 Fax 407.650.9940 www.LNJsigns.com www.LN3awnings.com -- - - - - -- Original Message -- - - - - -- Subject: Ocoee Community Center From: Amy Leslie <amy @c -d construction. corn > Date: Wed, March 19, 2014 12:53 pm To: "jeff @Injsigns.com" <jeff @lnjsigns.com> Jeff - Thanks for taking the time to speak with me today. Please send over your price for the awnings at your earliest convenience. Thanks! Thank you, Amy Leslie Administrative Assistant C & D Construction, Inc. P.O. Box 236577 Cocoa, FL 32923 -6577 (321) 639 -9198, extension 10 Fax: (321) 690 -2291 Email: amy(cDc- dconstruction.com Website: www.c- dconstruction.com r PROPOSAL CONTRACT Date Proposal # 3/19/14 JR14 -119 Name: C & D Construction Q}ty - Project: New Convex Awnings Address: P.O. Box 236577 Address: City of Ocoee Cocoa, Fl., 32923 -6577 150 Lakeshore Dr. 2 $904.5ea Ocoee, Fl., 34761 Phone N: 321 - 639 -9198 ext. 10 - Ainy Leslie Rep: Jeff Rowlen F #: frame w /Patio 500 Summer Ivy fabric use wrap and tek E -mail: ieff0iLN si Lis.com E'-mail: amy(Y)c- dconstruction.com method. Seal Awning w /silicone. Terms: 50% DEPOS — 50r% UPON COMPLETION Com 3 - 4 ti-Veeks from permit approval Descript Q}ty - Rate Total Fabricate 2 new 48" x 48" x 96" Convex Awning on new 2 $904.5ea $1,809.00 Building @ D /Doors. Use 1" sq..062 welded ahtniinunl frame w /Patio 500 Summer Ivy fabric use wrap and tek method. Seal Awning w /silicone. Re -lace or Wrap and Tek attachment method. 1 INC Permit details, drawings, expediting and engineering included. Does not include permit fees if any apply they will be added after permit fees assessed. I L S J Awnings & Shed ShucNres, Inc. else L 3 J Signs vnll not install its ins before the per nil Ii are obtainorl. To avold r!sk of manufacturing signage that cannot be I have L B J begin before the are 5jihtotill $7. ,809.00 Leyaly installed, our policy is to noI to begin manufacu(ing until permits) are sc- cured. clienI wishes to manufacturing permil(s) Secured, they can instructus to do so (in vaiting) at their cem risk. Deposit 50'%o $909.00 2. Shipping, Engineering, Permit and Inspection fees will be documented and added to final invo!ce unless specidcaly noted othen•Aso on th ; proposal. 3. Requests for expedited lead- rnte(s)ond(or addiocnal silo visits above the quantity noted will requite additional charges. 4. Prices are valid for 30 days. Any changes to scope work, including quantity, may require re- esb'mating, — 5. When permif(s) are needed, you Will receive a list outlining the exact documents our frm veil need to submitrobta!n pernilgS) 6. customer gives L &J Avmlr,gsR Shade Stnictures Inc. dha L& I Signs permisslan to use pholos ofviork done for us ter ptomotlonal purposes and more. Taal $ 900,00 y. Final pernut inspacUcns aff not be schedu'ad until payment in full has been made. Customer Signature:. Date: (B y signing you are consenting to the terms & conditions on both the first and second page of contract) L & 1 Awnings & Shade Structures, Inc. dba. L & J Signs 1333 W. Michigan Street, Orlando, FL 32805 tctcw.t.Nfsi;,ns.com �,tvta.LNfawninAS.com Phone: (407) 650 -9939 Fax: (497) 650 -9940 PROPOSAL /CONTRACT TERMS OF SALE No represemtatioms, agreements, or warranties, expressed or implied, shall be binding oil either customer or seller unless written or printed in this order. This and all orders are subject to the approval of L & ,1 Awnings & Shade St Lie, (lba L & ,1 Signs hereafter the seller. Cancellation ofthis order by the buyer is permissible only if the seller has made no material or labor investment in filling the order and it is still cancelable provided the seller is protected against all labor and/or material costs which may have been incurred before cancellation was requested . Time will be charged at the normal hourly rate. Modifications to this order may not be made by telephone but will be accepted in person or in x +Tiling. provided the buyer indenutilies the seller against any loss in materials or labor pursuant to the execution of this order prior to the (ime ol'notification of the desired modifications. In regards to all jobs that require a permit, the allotted completion time will not begin until tite required permit is signed and approved. It' permitting floes not approve the project to be done the buyer can only have a change in Sign or Awning type of equal value or a Credit to tie used at a later date or other location, All L & J Awnings & Shade Structures Jne. dba L & .J Signs products are unconditionally guaranteed as to quality and workmanship at the time of deliver%. Dimensional errors ill fabrications by L & J Amiings & Shade Structures Ine. dba L & J Signs personnel will be corrected as soon as practicable. Dimensional errors directly related to changes in the mounting surface after the original measurements were made will be corrected at the huyer's expense. 1, & J Awnings & Shade Structures Ire. dba L & J Signs will correct subsequent discove of (letccts as to either quality of materials or workmanship within one year of the delivery (late, at our option, through alterations and / or repair. - fhe seller accepts no liability for tardy deliveries resulting from circumstances beyond his control including, but not limited to, tires, strikes, acts of God, etc. The seller assumes no liability lbr failure of suppliers to male timely deliveries of raw materials, which are necessary to fill this order where the seller has exercised ordinary and reasonable care in ordering such materials. The amount of this order is due and payable at the oflices off. & J Awnings & Shade Strnchu•es Lte. dba L & J Signs within the specified terms following the Completion of the work, or as may be specified on the invoice and /or statement. Delinquent accounts will be subject to an interest charge of 2% per month. The buyer agrees to pay all costs and expenses reasonably incurred by the seller in collcction of delinquent accounts including attorney's fees. A deposit W50%. the total amount of this order, is required on all custom-built signs and awnings. PAYMENT UPON COMPLETION All merchandise is properly oft, & J Awnings & Shade Structures, Inc. L &.1 Sigirs until paid in full and can be removed if not paid according to terns or all invoices unpaid after 15 days will be place for collection and the purchaser accepts liability I'm court costs and reasonable attorney's fees in connection with the_ collection of these charges. After 15 ila } +s, interest charges oft ".o per month will be added to the unpaid balance. MATPRIAL (RIARANTEI All material is guaranteed to be as speeilied. All �wrk to be completed in a workmanlike manner according to standard practices. Any alteration or deviation from the above specifications involving extra costs will become an extra charge over and above the estimale. All agreements contingent upon strikes, accidents, or delays beyond our C0111101. Owner to carry lira, tornado, and other necessary insurance. Our workers are f illy covered by Workmtm's Compensation Insurance. JR14 -118 PRINTNANIE C'ON'TRACT NUMBER ATURL DATE L Sr J Awnings & Shade Structures, Inc. dba. L. & J Signs 1333 W. Michigan Street, Orlando, PL 32505 %vww.LNlsigns.com w I'hone: (407) 650 -9939 Pax: (407) 650 -9940 CITY OF�Q E 48" QUARTER BARREL AWNING SIZE: 96" LONG X 48" DROP X 4K PROJECTION FRAME: 1"X 1 "ALUMINUM TUBING MIG WELDED COVER MATERIAL: PATIO 500, FLAME RETARDANT COLOR: #570 SUMMER IVY 2211 m ar ■,m11 BEEN NOTE: THESE STRUCTURES HAVE BEEN DESIGNED SO THATTHE FABRIC WILL BREAK AWAY DURING PERIODS OF TIME AS DESIGNATED BYTHE U.S. WEATHER BUREAU AS BEING A HURRICANE WARNING OR ALERT IN ACCORDANCE WITH _ SECTION 3105.4.2.1 OF THE 2010 FLORIDA .,., BUILDING CODE PROJECT NAME: CITY OF OCOEE DRAV'ANG: ADDRESS: SCALE; CITY/STATE: DRAWING BY: MADELINE TELEPHONE DESIGN DATE: JANUARY 23, 2014 EMAIL: SALES PERSON: I JEFF IMPORTANT NOTE CUSTOMER TO PROVIDE PRIMARY ELECTRICAL SERVICE WIIMN V OF SIGN ELECTRICAL CONNECTION REVISION Ns 1 _� Chad S. Linn, P.E. P. E. #57524 P.O. Box 140024 Orlando, Florida 32814 Phone: 407-252-6433 Fax: 407-392-2776 Email: clinn @linnengineering.com CATELORYL 1418, N 11.0 L�J�1 INTERNAL PRESSURE COEFFICIENT: =.18 0 PER CE 7 1311 W. &4chipan Sveet YV; 407.650.9939 INTERNAL CODES IN EFFEC FI NATIONAL ELECTR 7 CODE OAaMU, FLA1Na 32805 :1407.650.9940 I 2070 FLORIDA I11ILDINGCODENEC /NFPA702006 2010 FLORIDA FIRE PREVENTION CODE: APPLICABLE 2004 EDITION OF NFPA 701, STATE, FEDERAL AND LOCAL CODES & ORDINANCES COMPONENTS & SIGNAGE: ALL SIGNAGE ATTACHED TO OUTSIDE OF BUILDING WILL BE DONE MATH YES, I APPROVE FASTENERS IQUALLY SPACED AROUND PERIMETER AND WILL MEET 150 MPH WIND RESISTANCECODE COMPONENTS B SIGNAGE DESRfN PRESSURE: 25.9 PSF, -34.7 PSF CONTRACTOR RESPONSIBLE FOR ALL VIATERPROOFMIG CITY OF OCOEE DO V ' GALVANIZED Z BRACKETS, EVERY 2' -4', ATTACH WITH HARDWARE SEE TYPE WALL ATTACHMENT SCHEDULE 10 X 3l4" HEAX HEAD SELF TAPPING CREWS INTO ALUM. TUBING SEE TYPE WALL ATTACHMENT SCHEDULE X 1"X.090 ALUMINUM FRAME TYR WALLTYPE ATTACHMENT SCHEDULE 2•- - % - %MB PCIVCR WEDGE ADDRESS: PDIVERTAPCON Lf—'— MASOMM r - P % Ua'D1NA I. - V X IN CITYISTATE: ANCHOY. FICDIAM.AU. H EAD %LFAIG7N S1UCL0 /EDAM ASREQUIREDWYANGLESiPoNGER L TNamo . 3 /a'DOUI STUCCO /EDAM TOGGLE TocoLT UiHiSTUOMNEN sTrmwuNDT R[DUIHID r -r K IWO" STUCCD /WOOD LAGBOLT Q LATH&STW r- C % 1A.'DMAI ALUNINMISELFTAMMSCREW IJJ E} --M r•P..12SHUrNOTALTNRFAD I HEX READ UK COATED SCRN/S w' STUCCO/ WOOD r-6'1ACTD3TBOlTWRH WASHER E HUTS , PROJECT NAME CITY OF OCOEE DRAWING: ADDRESS: SCALE CITYISTATE: DRAWING BY: MADELINE TELEPHONE: DESIGN DATE 1ANUARY23,20 EMAIL SALES PERSON: JEFF — IMPORTANT NOTE: CUSTOMER TO PROVIDE PRIMARY ELECTRICAL SERVICE VMIN 6' OF SIGN ELECTRICAL CONNECTION No ONE MEN MEN IN ■ W SIGNS 0 1333 W. Mlc dW Si ? OAe11D9, Flarlda 32WS F, 407b5 MQ YES, I APPROVE WRAP &TEC FABRIC ATTACHMENT METHOD 1" X 1'SQUARE ALUM,INUMTUBE 810X3 /4'HEX HEAD SELF TAPPING SCREWS EVERY 2 "7010" ' FABRIC Chad S. Linn, P.E. P.E. 9 57524 P.O. Box 140024 Orlando, Florida 32814 Phone: 407-252-6433 Fax: 407 -392 -2776 Email: clinnoinnengineering.com DING CODE DATA: ANCYTYPE COMMERCIAL RUCTION TYPE: 11, VB STORIES; ;PEED: ISO MPH, RBK CAT - eGORY 411, M, IV MPORTANCE FACTOR: 1,0 2010 FLORIDA BUILDING CODE NEC/ NFPA 70'2006 2010 FLORIDA FIRE PREVENTION CODE APPUCABLE 2004 EDITION OF NFPA 701, STATE, FEDERAL AND LOCAL CODES & ORDINANCES COMPONENTS & SIGNAGE: ALL SIGNAGE ATTACHEDTO OUTSIDE OF BUILDING WILL BE GONE WITH FASTENERS EQUALLY SPACED AROUND PERIMETER AND WILL MEET 150 MPH WIND RESISTANCE CODE COM PONENTS &SJCNAGEDESIGN PRESSURE: 25.9 PSF. -34.7 PSF CONTRACTOR RESPONSIBLE FOR ALL WATERPROOFING