Loading...
2003-25281 ResoRESOLUTION NO. 2003-25281 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, RATIFYING STANDING ORDERS IN THE TOTAL AMOUNT OF $43,450, TO LANGO EQUIPMENT SERVICE, INC., TO PROVIDE FOR DEMOLITION SERVICES IN THE BYRON CARLYLE THEATER. WHEREAS, during the programming and design of the Phase II space of the Byron Cadyle Theater, it was determined that major demolition of the existing interior walls, acoustical ceilings, and concrete floors would be required to accommodate the new performing arts theater size requirements; and WHEREAS, The Mayor and City Commission, at the November 28, 2001 Commission meeting, adopted Resolution No. 2001-24677, which authorized the Property Management Director to serve as the Certified General Contractor for the renovations of the Byron Carlyle Theater; and WHEREAS, the Property Management Director exercised the authority given to him by the City Manager and City Commission, and prepared a scope of work and a base demolition plan for bid; and WHEREAS, after the base demolition plan was complete, three certified demolition contractors were contacted to provide quotes for the scope of the work which resulted in three separate bid submittals for the project; and WHEREAS, the Property Management Director, after reviewing the bids, checking references, licensing, and insurance requirements determined that Lango Equipment Services, Inc. provided the lowest responsive responsible bid for the work; and WHEREAS, Lango Equipment Service, Inc. is a Miami-Dade County approved vendor (#6742-4-05-2CW OTR) for demolition services, a standing order was created to cover the base bid amount of $31,500; and WHEREAS, the design of the performing arts theater changed to incorporate additional space, additional demolition was required that resulted in an increase to the standing order to Lango Equipment Service, Inc. in the amount of $11,950, that brought the cost of demolition services performed in the Byron Carlyle Theater to the total amount of $43,450; and WHEREAS, as required by Resolution No.2001-24677, the Administration herein requests that the Mayor and City Commission ratify the aforestated contract; said contract deemed necessary to continue the prosecution of work on the Byron Carlyle Theater. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission ratify standing orders in the total amount of $43,450, to Lango Equipment Service, Inc. to provide for demolition services in the Byron Carlyle Theater. .APPROVED AS TO PASSED and ADOPTED this 30th of  CITY CLERK (~ CITY OF MIAMI E~EACH COMMISSION ITEM SUMMARY Condensed Title: Ratification of a contract awarded to Lango Equipment Service, Inc, in the amount of $43,450, for demolition services performed in the Byron Carlyle Theater. Issue: Shall the City commission ratify a contract awarded in the amount of $43,450 to Lango Equipment Service, Inc. for demolition services performed in the Byron Carlyle Theater? Item Summary/Recommendation: In accordance with Resolution No. 2001-24677 adopted by the City Commission on November 28m, 2001 the Administration, through its Property Management Director, is providing General Contracting services including bidding, the award of contracts for work, and change orders on the Byron Carlyle Theater. Under the provisions of the Resolution, contracts exceeding $25,000 must be brought back before Commission for Ratification. After a base bid process that was specific to the design needs of the Byron Carlyle Theater, Lango Equipment Service, Inc. was the lowest responsive responsible bidder for the scope of work outlined in the bid. After the base demolition work began, additional demolition services were required to facilitate design changes of the Theater. A standing order increase was issued for the additional work bringing the total for demolition services required at the Byron Carlyle Theater to $43,450. The Administration recommends that the Mayor and City Commission ratify the contract awarded to Lango Equipment Service, Inc. in the amount of $43,450, for demolition services performed at the Byron Carlyle Theater. As requested by the City Commission, the total project budget cost to date is shown in the attachment. Advisory Board Recommendation: · 'inancial Information: Amount to be expended: Source of ~0Uh~ Ac~Oust APProVed Funds: '1 $43,500 # 161.6235.000676 2 ( NBDC Quality of Life Funds ) Finance Dept. Total $43,500 Si n-Offs: DATE 7-3d - CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 http://ci.miami-beach.fl.us TO: FROM: SUBJECT: COMMISSION MEMORANDUM NO. DATE: July 30, 2003 Mayor David Dermer and Members of the City Commission Jorge M. Gonzalez City Manager A RESOLUTION OF THE MAYOR AND MEMBERS OF THE CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, RATIFYING A CONTRACT AWARD IN THE TOTAL AMOUNT OF $43,450, TO LANGO EQUIPMENT SERVICE, INC., TO PROVIDE FOR DEMOLITION SERVICES IN THE BYRON CARLYLE THEATER. ADMINISTRATION RECOMMENDATION Ratify the resolution. ANALYSIS During the design of the Phase II interior space of the Byron Cadyle Theater, it was determined that major demolition of the existing interior walls, acoustical ceilings, and concrete floors would be required to accommodate the performing arts theater size requirements. The Mayor and City Commission, at the November 28, 2001 Commission meeting, adopted Resolution No. 2001-24677, which authorized the Property Management Director to serve as the Certified General Contractor for the renovations of the Byron Carlyle Theater. The Property Management Director exercised the authority given to him by the City Manager and City Commission, and developed a base demolition plan for bid. Three certified demolition contractors were contacted to provide quotes for the base demolition work. Of the three (3) firms that received bid packages, two (2) submitted quotes for the project. After reviewing the quotes, and after checking background references, licensing, and insurance requirements, the Property Management Director determined that Lango Equipment Service, Inc., was the lowest responsive responsible bidder on the project. As Lango Equipment Services, Inc., is a current approved Miami-Dade County vendor (#6742-4-05-2CW OTR) for demolition services, a standing order was made to Lango Equipment Services, Inc., in the amount of $31,500, to provide for the base demolition requirements for the Byron Carlyle Theater. During the course of the demolition, it was determined that additional demolition was required to facilitate the addition of the mezzanine area to the design of the performing arts theater. The additional demolition was for the demolition, removal, and disposal of additional floor carpet, wall draperies, acoustical ceilings, wall carpeting, insulation, metal framing, and drywall materials. Lango Equipment Services, Inc., provided an estimate of $11,950 for the additional demolition costs. A standing order increase of $11,950 was made to the existing standing order with Lango Equipment Services, Inc., bringing the total to $43,450 for demolition service requirements at the Byron Carlyle Theater. As requested by the City Commission, the total project budget cost to date is shown in the attachment. The Administration recommends that the Mayor and Members of the City Commission of The City of Miami Beach ratify the Property Management Director's contract award to Lango Equipment Services, Inc., in the total amount of $43,450, for demolition services performed in the Byron Carlyle Theater. JMG/RCM/FB/BAJ C:V~fy Files~Commemo~ByronRatifyDemolitionMerno. DOC 169 · MBCDC Pres. & Rehab Prog. Rehab of B-C $100,000 06/02 Miami-Dade CDBG (via NBDC) Purchase Equipment $ 50,000 6/13/02 Miami-Dade Cultural Affairs Grant $16,096 9/18/02 State Cultural Facilities Program Grant FY 01/02 (to reimburse us for expenditures incurred after 9/18/02. Must beexpended by4/1/04) $460,000 10/1/03 Miami-Dade Department of Cultural Purchase Equipment $12,500 Affairs Capital Development Grant (after 10/01/03) TOTAL FUNDING OBTAINED TO DATE FOR RENOVATIONS .............................................. $1,738,596 The City has also applied for a Phase II grant from the State of Flodda for an additional $500,000 for the FY 03/04 grant cycle. The probability of receiving this award is uncertain at this time and will be determined during the 2003 legislative session. CONSTRUCTION EXPENDITURES TO DATE · Completion of Phase I - renovation of 3,400 sf of lobby space into office space · Remodeling of the lobby restmoms into full ADA compliance · Commencement of Phase II (lobby and theater space) · Replacement of roof and HVAC equipment TOTAL EXPENDITURES WHICH APPLY TO THE 50% RULE $589,062 ANTICIPATED COSTS FOR THE REMAINDER OF PHASE II Estimates for requirements imposed by the building and fire codes: · Fire Sprinkler System $89,750 Required for the entire building base on occupancy. Quote provided by a licensed fire sprinkler contractor. · Fire Alarm System $56,305 Required by Fire Code for the entire building. · ADA Wheelchair Lift (Stairway to mezzanine) $26,000 Required to provide ADA "path of travel" to the mezzanine area. · Acoustical Ceilings (Lobby and Theater areas) $21,000 Estimated @ $5.00 per square foot x 7600 sq. ft. · Floor Finish (Lobby and Theater) $22,500 Estimated @ $25 per square Yard x 900 sq. yd. · Concrete Work $30,000 Lobby floors, concrete stairs, mezzanine barrier wall extensions, and saw cut and fill for electrical lines in the Theater floor. Total = $245,555 (under contract) (bid process complete) (specifications complete) (specifications complete) (in design) (85% complete} Estimates for additional costs for completion of Phase I1: · Electrical/Lighting/Fixtures (Not including Stage lighting) · Plumbing/Fixtures (Existing and new ADA Unisex restroom) · HVAC (installation and existing duct cleaning) · Carpentry (concrete forming, interior walls, doors, cabinetry, ceramic tile, wall treatments, tdm drywall and finishing etc.) · Paint · ADA Compliant Entry Doors and Handrails · Other interior Finishes Total = $70,000 (work underway) $20,000 (work underway) $20,000 (cleaning complete) $65,000 (work started includes) * Partition Framing * Concrete $12,000 (design phase) $8,000 (design phase) $70,383 (design phase) $265,383 ANTICIPATED COSTS FOR THE REMAINDER OF PHASE II $510,938 TOTAL CONSTRUCTION COSTS THROUGH PHASE II ........................................... $1,100,000 REMAINING RENOVATION FUNDS Any remaining renovation funds (currently estimated at $638,596) may be utilized for costs associated directly with the Theater's operational design needs, finishes, and other design requirements. Items such as the theater stage, stage lighting, sound system, seating, theater curtains or drapes, and some decorative finishes are being considered fixtures of the building rather than part of the construction project that would count against the 50% rule. WORK ACOMPLISHMENTS Work accomplished on the Byron Carlyle Theater Renovation Project as of the date of th is report include the following: 1) Design, engineering, and construction permitting: Base floorplans that reflect the theater design to include lobby, public restrooms, ADA requirements including path of travel, theater seating, stage, dressing rooms, fire prevention systems, acoustical ceilings, plumbing, HVAC, and necessary structural changes to floors, stairs, and wall openings have been completed. These plans have been reviewed by all regulatory agencies and a building permit was obtained for the required construction work. 2) Demolition: All intedor demolition of the existing building finishes and necessary structure has been completed to facilitate the construction of the performing arts theater. 3) m HVAC: Due to the age and condition of the existing HVAC system in place when the facility was purchased, and to meet the needs of the performing arts theater, it was required that all NC units in the renovation space had to be replaced with new equipment. In addition, existing ductwork required cleaning and sanitation to be used in the project. Specification and required construction documents for the NC system replacements and required ductwork cleaning requirements were developed and the project was bid for construction. This work has been completed. 4) Roof Replacement: Due to the condition of the existing roof of the facility, the roof areas above the project boundaries has been replaced with a new modified bitumen roof system that provides for a twenty year warranty. In addition to the roof replacement, the current Building Code required additional structural reinforcing of the roof support elements to meet post Hurricane Andrew wind up-lift code requirements. Specifications were developed, the project was contracted, and the work has also been completed. 5) Concrete Work: To facilitate the plan design, required the removal of structural elements including raised floor areas, relocation and the construction of new concrete stairs, and the leveling of floors in the Theater space to provide for dressing rooms and the required accessible ramps to meet ADA path of travel requirements, engineered structural plans were developed to meet these needs. Areas in the Lobby including the stairs and structural floor slab needs have been completed. Areas in the Theater space are currently under construction. 6) Sanitary System and Roof Drain Systems: The sanitary lift station in the facility required and received a complete renovation of the system. Problems with the roof drain system, that was inoperative and caused water intrusion into the facility, has also been resolved by means of extensive placement and repair corrections. The work on these issues has been completed and both systems are now working properly. 7) Fire Protection Systems: Due to current Fire Code occupancy requirements, the design of the space requires the installation of a fire sprinkler system and fire alarm system in the facility. Engineered construction documents were developed for both systems. Both systems were bid and contracts for the installations have been awarded. The installation of the fire sprinkler system is currently underway. The installation of the fire alarm system will take place as the project construction proceeds. 8) Lobby Area: Interior wall framing is currently underway. Electrical and plumbing elements have progressed and have received preliminary inspections as required by the Building Department. Specifications for the installation of the acoustical ceilings, NC ductwork reconfigurations, and wheelchair lift to the mezzanine area to comply with ADA requirements have been developed. Construction of an ADA compliant restroom in the Lobby area is currently underway. Interior finishes such as flooring, lighting, decorative wall finishes, and trim are currently being developed. 9) Theater Area: In addition to the concrete work and fire sprinkler system installation that are currently underway, the following are other work accomplishments in the Theater space: · Stage: The design requirements for the theater stage have been completed. This included the stage itself, support columns to support the motorized overhead stage light rigging equipment, stage curtains, required accessible ramps, stage lights, and front of stage lighting needs. Contracts for these items have been awarded and construction and installations is planned to coordinate with the project's installation date requirements. · Interior Finishes: Elements of the decorative finishes to the interior of the theater spaces are currently being developed. These include wall curtains, floor finishes, sound system, accessible egress floor lighting, theater seating, railings, and theater house lighting and dimming systems. Construction plans for the dressing rooms and other interior room construction requirements are complete and are under current building permit scope. Acoustical ceiling specifications are complete and a bid documents are being prepared to allow for the contract award. Installation or construction of these items will also be determined by the installation date requirements as dictated by the project's scheduled flow of construction. This is required due to the need to complete of some elements before others can be started. 10)Project Schedule: Although some significant delays were experienced due to plan review revisions that were required by the Fire and ADA regulatory agencies, the project is currently under approved building permits and proceeding as planned. The Administration is now expecting the completion of the project by March 2004. OPERATING COSTS The budgeted general maintenance expenses have been: · FY 2001/2002 from general fund · FY 2002/2003 from general fund $40,000 $75,000 Unanticipated maintenance repair needs (unbudgeted) · Sanitary Sewer Lift Station: to repair the existing lift station. · Repairs and replacement of existing building roof drains. $24,924 (complete) $ 6,500 (complete) Following the completion of Phase I, four tenants occupied space in the office portion of the facility. These tenants each paid $1 per year as rent, plus the following operating expenses: · February 1,2002 through September 30, 2002 (FY 01/02) · October 1, 2002 through January 30, 2003 $10,400 $11,340 In March,2003, due to the difficulties adsing from water intrusion and roof replacement construction, three tenants were relocated and their payments were abated. The fourth tenant, North Beach Development Corporetion, chose to relocate to another location in North Beach, and consequently, did not enter into a new lease with the City. Although the theater is not yet operational, we are projecting building maintenance at $75,000 for FY 2003/2004. The theater completion (Phase II) is projected for early 2004. SUMMARY OF FUNDING SOURCES AND EXPENSES TOTAL FUNDING OBTAINED TO DATE FOR RENOVATIONS ........................................................... $1,738,596 EXPENDITURES TO DATE WHICH APPLY TO THE 50% RULE ANTICIPATED COSTS FOR THE REMAINDER OF PHASE II TOTAL CONSTRUCTION COSTS THROUGH PHASE II $589,062 $510,938 $1,100,000 AVAILABLE FUNDS FOR MAINTENANCE/OPERATIONS, AND PURCHASE OF FURNITURE, FIXTURES, AND EQUIPMENT, ETC. $638,596 BALANCE AVAILABLE FOR FUTURE RENOVATIONS ........................................................................ $0' *In the event that the State does not award the $500,000 Phase II grant for FY 03/04. CONCLUSION Due to the restrictions and limitations imposed by the 50% Rule, the design and construction must conform with the known property appraisals of replacement costs that determine construction funding limitations. Any requests for changes in the design or construction that would exceed the restrictions and limitations imposed bythe 50% Rule is not being considered. The on-going development of the project, that is being designed, permitted, and constructed by the Property Management Division, continues to be done within the current and available funding that is in-place for the project. JMG/CC/baj BYRON-CARLYLE CONSTRUCTION BUDGET Original Budget Expenditures Revised Budget ~ CONSTRUCTION EXPENDITURES TO DATE March 26, 2003 to Date July 30, 2003 I · Completion of Phase I - renovation of 3,400 sf of lobby space into office space 115,967 115,967 '. Partial Roof and HVAC Replacement 467,346 467,346 Commencement of Phase II (lobby and theater space) 5,749 5,749 TOTAL ACTUAL COSTS FOR PHASE I 589,062 589,062 $ 589,062 ANTICIPATED COSTS FOR THE REMAINDER OF PHASE II Estimates for requirements imposed by the building and fire codes: Fire Sprinkler System 100,000 3,500 89,750 Required for the entire building base on occupancy. Quote provided by a licensed fire sprinkler contractor. · Fire Alarm System 30,000 3,200 56,305 Required by Fire Code for the entire building. · ADA VVheelchair Lift (Stairway to mezzanine) 26,000 26,000 Required to provide ADA "path of travel" to the mezzanine area. · Aceusticel Ceilings (Lobby and Theater areas) 38,000 21,000 Estimated ~ $5.00 per square foot x 7600 sq. ft. · Floor Finish (Lobby and Theater) 22,500 22,500 Estimated (~ $25 per square Yard x 900 sq. yd. · Concrete Work 30,000 23,000 30,000 Lobby floors, concrete stairs, mezzanine barrier wall extensions, and saw cut and fill for electrical lines in the Theater floor. 4 · Sanitary Sewer Lift Station to repair the existing lift station 27,000 $ 273,500 $ 29,700 $ 245,555 Estimates for additional costs for completion of Phase Ih · Electrical/Lighting/Fixtures (Not including Stage lighting) 70,000 5,362 70,000 · Plumbing/Fixtures (Existing and new ADA Unisex restroom) 25,000 3,227 20,000 · HV^O (installation and existing duct cleaning) 25,000 20,000 · Carpentry 75,000 3,814 65,000 (cen~ete forming, intedor walls, doors, cabinetry, ceramic tile, wall treatments, trim d~,vail and finishing etc,) , Paint 15,000 12,000 ADA Compliant Entry Doors and Handrails 8,000 8,000 Other interior Finishes 19,436 3,450 70,363 $ 237,438 $ 15,853 $ 265,383 [_ TOTAL COSTS FOR PHASE II $ 510,938 $ 45,553 $ 510,938 .~2 TOTAL CONSTRUCTION COSTS (PHASE I + PHASE II) $ 1,t00,000.00 $ 634,615.15 $ 1,100,000.00 AVAILABLE FUNDS FOR MAINTENANCEJOPERATIONS, AND PURCHASE OF FURNITURE, FIXTURES, AND EQUIPMENT, ETC. $ 626,096.00 $ 50,000.00 $ 638,596 TOTAL FUNDING OBTAINED TO DATE FOR RENOVATIONS $ 1,726,096 $ 684,615 $ 1,738,596 I - $89,750 - Falcon Fire Protection, Inc. 2 - $43,450 - Lango Equipment Service (applies to several budgetary line items i.e. wheelchair lift, floor finish, concretework, etc.) 3 - $134,430 - Sound Concept, Inc. 4 - Sanitary Sewer Lift Station is now categorized as a maintenance repair and removed from construction cost, as reflected in memorandum. 5 - Acoustical Ceilings were originally estimated at $5.00/sf but quote has been obtained for a cost of $21,000. F.*~crngr~$ALLICHRISTiNtB-C Funding-Costs Finance&Citywide,xl$ ConstCost - Phasell Lango EqUipment Service, Inc. P.O, Box 22637 / Hiale~, FL 33002-~37 Tel (305) 822..4646 · Fax (305) 822-9572 DATE: 08/22/2002 ATT: MS. VIVIANA ALEMANEY CONSTRUCTION MANAGER CITY OF MIAMI BEACH 1245 MICHIGAN AVENUE MIAMI BEACH, FL 33139 RE: BYRON CARLYLE THEATER LOCATED AT 500 71 STREET, MIAMI BEACH. WE HEREBY SUBMIT SPECIFICATIONS AND ESTIMATE FOR: 1- REMOVAL AND DISPOSAL OF THE FOLLOWING: - CARPET AND RED DRAPERIES FROM THE MEZZANINE. - BLACK CARPET OF BOTH WALLS. - WHITE PARTITION HANGING FROM THE CEILING. - YELLOW INSULATION OF THE WALL. - WOOD ACOUSTIC CEILING AT THE MEZZANINE. 2- PRICEe $ 11,950.00 ACCEPTED BY 07/17/2002 14:53 3058229572 L~GO EQUIP PAGE 01 Lango Equipment Service, Inc. P.O. Box 2.2~37 / HMleah. FL 3300~-2637 TM (30~) 822-4646. Fax (305) 8224~J72 POS L JUNE 26, 2002 ATT: MS. VIVIANA ALEMANY CONSTRUCTION MANAGER PHONE NO. CITY OF MIAMI BEACH 124S MICHIGAN AVENUE MIAHI BEACH, FL 33139 RE: BYRON CARLYLE THEATER LOCATED AT 500 71 STREET, MIAHI BEACH. WE HEREBY SUBMIT SPECIFICATIONS AND ESTIMATE FOR: 1- AS PER DRAWINGS, REMOVAL OF CONCRETE SLAB OF 2' HEIGHT AND THE STAIRS. 2- REMOVE CEILING AT CORRIDORS, BATHROOMS AND AUDITORIUM. 3- REMOVE DIVING WALL OF THE AUDITORIUM. 4- REMOVE CARPET OF LOBBY AND CORRIDORS. 5- REMOVE METAL STRUCTURE AND UPPER PARTITIONS. 6- REMOVE FRAME CEILING OF THE AUDITORIUM. 7- ALL DEMOLITION DEBRIS WILL BE HAULED AWAY AND DISPOSED. 8- ASBESTOS REMOVAL IS NOT INCLUDED. 9- ELECTRIC, PLUMBING AND MECHANICAL WORKS ARE NOT INCLUDED. 10- COMPLETION OF JOB: TWO WEEKS AFTER WE OBTAIN ALL PERMITS REQUIRED AND ALL UTILITIES DISCONNECTED BY THE CITY OF MIAHI BEACH. 11- PRICE: $ 31,§00.00 SUBMXTTED BY / ~ ACCEPTED BY 0~/05/02 City of Miami Beach Procurement Division 1700 Convention Center Drive Miami Beach FL 33139 Telephone: (305) §7~7490 (305) 873-~'051 010209 LA.I~'GO EQUZP~NT SE~VIOE INC. 6561 W. 12 AVENUE HI~r,~z~H, FL 33012 TO: "SH~P TO" ADD~'~'~'B?rH COPY TO: CIT)' OF MIAMI BEACH, ACCOUNTS PAYABLE, ITI~ CONVENTION CENTER DRIt/E, MIAMI BEACH, FLORIDA PI~SO NUMBER ~O- 0oo01~25'7 DATE OR~,=RE~ O~i/27/2002 GHEGK I~i~i~;RIPTION/~BA FOR &DOITION~. OR /U. TEI~IATE 5HtP TO LOCA11(~: H ! PR01~ERTY MANAGEM~'NT MIAMI B~ACH, FL ~3139 T O IPAUE '1 (DE 3. DATE REGUII~D 08/27/2002 MARTA FEP, NANDRZ R~IO~ (305) 673-7490 ~T 30 ~,~9~NG DE~NT I SHIP~ F.O.~ ~KO~R~ ~S~] BEST WA~ DESTI~TI~ **~E ORDER** - DEP~ CO,ACT: VIVI~A ~E~ - ~L. 305-673-7630 0 D~OLITION S~VICES- 43, ~0 - 00 ST~ING O~R ~ P~VI~ D[MOGITI~ gERVICES TO INCL~E: ~OV~ OF EXISTI~ 2~ HIgH CONCRE~ S~, ~E~ ~T~O0~ & A~ITORI~, ~MO~ F~ C~ILING OF ~E A~ITOR~, RE~V~ OF C~T ~ ~BBY ~ CORRIDORS. BYROm ~L~ ~, 500 ?1ST ET~ET, MI~= BEA~, FL 33141. ~ pER YO~ ~O~S~ DATED ~ 26, 2002. A~HORI~, ~gOL~ION 2001-24677. ~ USE: AC~ 1~1.6235. 000676. *C~GE O~EH INCR~E IN ~ ~ OF $11,950 FOR ~DITION~ WORK, ~ PER QUOTE DAT~ 8/12/02. ORIGIN~ O~R W~ $31,500. u.g. TR@A!~URY DEPT. TA3( EXEMPTION UNDER REG. NO. F59-5000372, $TATE OI= FLORIDA TAX EX~iMPTION CERTIFICATE 32987t-64C