attachment f - brevard public schoolseagendatoc.brevardschools.org/12-17-2019 school board... ·...
Post on 24-Mar-2020
2 Views
Preview:
TRANSCRIPT
Facilities Services2700 Judge Fran Jamieson WayViera, Florida 32940-6601
Campus Capital Needs Sales Surtax Funded
Attachment F
Estimate
Detail ReportCondition CodeFacility
Longleaf Elementary 1.78 $1,705,621District School Security $28,9801.00
Perimeter/Entry Fencing and Gates $2,137Pedestrian Access and Safety (Fencing) 1.00 $2,137
Building Access Security Equipment $26,843Public Access Control 1.00 $26,843
Educational Technology $511,3252.25
Technology Building Cabling $347,844Structured Cabling 1.00 $347,844
Technology Equipment Renewal $113,771Computer Replacement 3.00 $28,700Server Replacement 1.00 $28,364Switch Replacement 1.00 $25,199Telephone System Replacement 1.00 $21,284Wireless Access Points Replacement 1.00 $10,223
Classroom Technology Infrastructure (Electrical, HVAC and Data) $49,711Student Stations Data Drops 5.00 $49,711
Facility Renewal $1,165,3151.50
Central Mechanical Plant Renewal $646,476Booster Pumps, Chilled Water, VFD's and Recirculation pumps 1.00 $98,425Chillers 1.00 $548,050
Cooling and Heating Control System Renewal $182,311Building Automation System 1.00 $182,311
Air Conditioning and Air Distribution Equipment Renewal $123,032HVAC Systems EPA Non Compliant Refrigerant 1.00 $123,032
Exterior Building Wall Finish System Renewal $54,424Expansion / Control Joints 2.00 $16,059Sealants 2.00 $38,364
Electrical Distribution System Renewal $159,074TSS Surge Suppression 2.00 $159,074
July 22, 2014
Exhibit F- Design Build Preconstruction Services AmendmentPage 1 of 3
EXHIBIT F
DESIGN BUILD PRECONSTRUCTION SERVICES AGREEMENT
TO THE CONTINUING CONTRACT FOR
DESIGN BUILD SERVICES/RFQ #17-Q-078-DR
BY AND BETWEEN
THE SCHOOL BOARD OF BREVARD COUNTY, FLORIDA
2700 Judge Fran Jamieson Way
Viera, Florida 32940-6601
Phone: (321) 631-1911
Fax: (321) 633-4646
AND
WHARTON-SMITH, INC.
FOR THE CONSTRUCTION OF:
SCHOOL: Longleaf Elementary School
PROJECT: Facility Renewal
Exhibit F- Design Build Preconstruction Services AmendmentPage 2 of 3
ARTICLE 1. GUARANTEED MAXIMUM PRICE (GMP)
1.1 Guaranteed Maximum Price (GMP): Not applicable until construction phase. Preconstruction services only based on Design Criteria Package to be prepared by OCI Associates, Inc.
ARTICLE 2. PROJECT TIME
2.1 Project Schedule: Attached to this Amendment will be an attachment noting completion times and intermediate milestone dates estimated for the preconstruction phase.
ARTICLE 3. DESIGN/BUILD FEE
3.1 Design Build Preconstruction Cost Proposal: The Design Builder’s Preconstruction Cost Proposal for the Project shall be a Lump Sum in the amount of One Hundred Fifty-Eight Thousand, Nine Hundred Two Dollars ($158,902.00). NOTE: Allowance for HVAC Systems Pre-Test and Balance will be on a Not-To-Exceed basis. All unused funds will be returned to the School District at the time of preconstruction close-out. Fee will be paid only on cost of work for this item.
ARTICLE 4. REIMBURSABLE GENERAL CONDITIONS COSTS
4.1 General Conditions: General Conditions costs for the Project shall be determined at the time of the Guaranteed Maximum Price Amendment.
ARTICLE 5. LIQUIDATED DAMAGES
5.1 Liquidated Damages: Liquidated damages for the Project shall be determined at the time of the Guaranteed Maximum Price Amendment.
ARTICLE 6. PROJECT REPRESENTATIVES
6.1 Owner’s Representative: Owner designates the individual listed below as its Owner’s Representative to provide direct interface with Design/Builder with respect to Owner’s responsibilities:
Johnathan Wilkes, Owner’s Project Manager.
6.2 Design/Builder Representative: Design/Builder designates the individual listed below as its Design/Builder's Representative to provide direct interface with Owner with respect to Design/Builder's responsibilities:
David Martin, Design Builder's Project Manager.
(REMAINDER OF PAGE INTENTIONALLY LEFT BLANK)
Exhibit F- Design Build Preconstruction Services AmendmentPage 3 of 3
SIGNATURES (FOR PROJECTS OVER $50,000) IN WITNESS THEREOF, the above parties have executed this instrument, the name of each party being affixed and these present duly signed by its undersigned representative, pursuant to authority of its governing body.
THE SCHOOL BOARD OF WHARTON-SMITH, INC. BREVARD COUNTY, FLORIDA (Owner): (Consultant)
By: _______________________________ By: ____________________________ Misty Belford, Chairperson Print Name: _____________________ Date Approved: _____________________ Title: ___________________________
Date: ___________________________
ATTEST (WITNESS): By: _______________ ATTEST (WITNESS): Mark W. Mullins, Ed.D., Superintendent By: _____________________________
Print Name: ______________________ Title: ____________________________
SIGNATURES (FOR PROJECTS UNDER $50,000) IN WITNESS THEREOF, the above parties have executed this instrument, the name of each party being affixed and these present duly signed by its undersigned representative, pursuant to authority of its governing body.
THE SCHOOL BOARD OF BREVARD COUNTY, FLORIDA (Owner): (Consultant)
By: _______________________________ By: ____________________________ Susan Hann, P.E., AICP Print Name: _____________________ Assistant Superintendent/Facilities Services Title: ___________________________ As Designee for Mark W. Mullins, Ed.D., Sup. Date: ___________________________
Date Approved: _____________________
ATTEST (WITNESS): ATTEST (WITNESS):
By:______________________________ By: _____________________________ Print Name: ______________________ Title: ____________________________
END OF EXHIBIT F
Darin A. CraftonExecutive Vice President11/26/19
Kimberly A. MurrayAdministrative Manager
750 Monroe Road, Sanford, FL 32771 I Phone: (407) 321-8410 I Fax: (407) 829-4453
Mailing Address: P.O. Box 471028, Lake Monroe, FL 32747-1028
AL – 45684 I FL - CG C032669 I GA – GCCO 001333 I LA – 52227 I MS – 18232MC I NC – 38755 I SC – G97817 I TN – 62419 I VA – 2705121584A
November 26, 2019
Mr. David K. Martin
School Board of Brevard County
2700 Judge Fran Jamieson Way
Viera, FL 32940-6699
Re: RFQ #17-Q-078-DR Continuing Design Build Services for Longleaf Elementary School Facility Renewal
Design & Preconstruction Proposal
Sir:
We are pleased to provide our Design & Preconstruction Proposal regarding the Design Build Services
for Longleaf Elementary School in the amount of One Hundred Fifty-Eight Thousand Nine Hundred Two
Dollars and Zero Cents ($158,902.00). We have included within our proposal a breakdown of all major tasks,
assigned personnel, and hours and rates. Our proposal includes the following Scope of Services:
1. Only those items delineated in the attached Pre-Construction Services Proposal detail dated
November 26, 2019 are included by Wharton-Smith.
2. Design and Professional Engineering Services are included as delineated by TLC Engineering
Solutions Proposal dated November 22, 2019.
3. Pre-Design Phase Services / Program Verification / Budget Estimates
4. Design Development / Construction Document Phase Services
5. Construction Bid / GMP Phase Services
6. Scheduling / Permitting Services
We look forward to working with Brevard Public Schools on this project. Should you have any questions,
please do not hesitate to contact me at (407) 321-8410 or (407) 314-8652.
Sincerely,
Wharton-Smith, Inc.
Johnathan Wilkes
Project Executive
Cont’d…
750 Monroe Road, Sanford, FL 32771 I Phone: (407) 321-8410 I Fax: (407) 829-4453
Mailing Address: P.O. Box 471028, Lake Monroe, FL 32747-1028
AL – 45684 I FL - CG C032669 I GA – GCCO 001333 I LA – 52227 I MS – 18232MC I NC – 38755 I SC – G97817 I TN – 62419 I VA – 2705121584A
Mr. Dave K. Martin
November 26, 2019
Re: RFQ #17-Q-078-DR Continuing Design Build Services for Longleaf Elementary School Facility Renewal
Design & Preconstruction Proposal
Page 2 of 2
Attachments-
Proposal Summary Page
Wharton-Smith Preconstruction Services Proposal
TLC Engineering Solutions Professional Services Proposal
Exhibit B Sales Surtax Summary Form
Exhibit D Hourly Rate Schedule
Exhibit E Design & Permitting Schedule
Licenses and Insurance Certificates
Cc: Darin Crafton
Tom Murphy
File: C-02 Estimate-BidSheets
LINE DESCRIPTION TOTAL
1 Facility Renewal Preconstruction Services 49,671
2 Facility Renewal Professional Design Services 79,200
3 Reimbursable Direct Costs 21,966
FACILITY RENEWAL PRECONSTRUCTION & DESIGN FEE SUB-TOTAL 150,837
4 General Liability Insurance (.33%) 4985 Sub-Total Cost 151,3356 Fee (5%) 7,567
FACILITY RENEWAL PRECONSTRUCTION & DESIGN FEE TOTAL $158,902
Longleaf Elementary School Facility Renewal
RFQ #17-Q-078-DR Continuing Design Build Services for:
SCHOOL BOARD OF BREVARD COUNTY
PROPOSAL SUMMARY PAGE
RFQ #17-Q-078-DR Continuing Contract Design Build Services for Longleaf Elementary School Facility Renewal
11/26/19 Page 1 of 16
DESCRIPTION QTY UNIT FEE
WHARTON-SMITH PRECONSTRUCTION SERVICES 1 LS 49,671
TLC ENGINEERING PROFESSIONAL SERVICES 1 LS 79,200
TOTAL DESIGN/PROFESSIONAL SERVICES
REIMBURSABLE DIRECT COSTS
DESCRIPTION QTY UNIT UNIT PRICE TOTALS
HVAC Systems Pre-Test Allowance 1 EA 15,000 15,000
Advertising 1 EA 600 600
Plans and specifications 1 LS 1,200 1,200
Office supplies 1 LS 350 350
Cellular Phones (1 Unit at 4 Months) 1 EA 62 248
Computers/IT (1 Unit at 4 Months) 1 EA 148 592
Internet access (1 Unit at 4 Months) 1 EA 75 300
Vehicles (1 Unit at 4 Months) 1 EA 919 3,676
TOTAL REIMBURSABLE DIRECT COSTS 21,966$
EQUIPMENT CALCULATION
DESCRIPTION HRS MOS HRS/MO UNITS/MO
Total Personnel Hours (Based on 174 hours per month) 678 4 170 1.00
TOTAL UNITS PER MONTH 1
Pre-Construction Duration (Months)
Anticipated Overall Project Value (with Contingency)
TOTALS
DESIGN/PROFESSIONAL SERVICES
SCHOOL BOARD OF BREVARD COUNTY
RFQ #17-Q-078-DR Continuing Design Build Services for:
Longleaf Elementary School Facility Renewal
WHARTON-SMITH CONSTRUCTION GROUP
Design Build Services : Design and Preconstruction Services Proposal
128,871$
$ 1,300,000.00
4
49,671$
79,200$
RFQ #17-Q-078-DR Continuing Contract Design Build Services for Longleaf Elementary School Facility Renewal
11/26/19 Page 2 of 16
PRE-CONSTRUCTION SERVICES
Project value factor 0.82 Preconstruction Sr. Precon Precon Sr. Project Project Asst. Superintendent LABOR TOTALS
Difficulty factor value 1.60 Director Rate Manager Rate Coord. Rate Manager Rate Manager Rate PM Rate Rate
DESCRIPTION 1.00 Hrs 100.80 Hrs 87.50 Hrs 40.60 Hrs 90.30 Hrs 70.70 Hrs 53.90 Hrs 75.60 Hrs $
Pre-Design Phase (Field Survey / 30% Design) FREQUENCY
Pre-Design kick-off meeting 1 ea 0.00 0.00 0.00 4.00 361 0.00 4.00 216 4.00 302 12.00 879
Project setup / PMIS system 1 ea 0.00 0.00 4.00 162 2.00 181 2.00 141 2.00 108 0.00 10.00 592
Initial site visit 1 ea 0.00 0.00 0.00 4.00 361 4.00 283 4.00 216 4.00 302 16.00 1,162
Attend program verification meetings 1 ea 0.00 4.00 350 0.00 4.00 361 4.00 283 0.00 4.00 302 16.00 1,296
Develop preliminary project schedule 1 ea 0.00 0.00 0.00 1.00 90 2.00 141 2.00 108 4.00 302 9.00 642
Quantity take-offs / estimates / initial budget review 1 ea 2.00 202 16.00 1,400 0.00 2.00 181 4.00 283 4.00 216 0.00 28.00 2,281
Evaluate program verification estimate vs sales surtax funded detail report 1 ea 0.00 0.00 0.00 1.00 90 2.00 141 2.00 108 0.00 5.00 340
Review / discuss value management options 1 ea 0.00 2.00 175 0.00 2.00 181 2.00 141 0.00 0.00 6.00 497
Revise program to match available funding 1 ea 0.00 4.00 350 2.00 81 2.00 181 4.00 283 2.00 108 0.00 14.00 1,002
Adjust program vs Owner's budget 1 ea 0.00 0.00 0.00 4.00 361 4.00 283 0.00 0.00 8.00 644
Program verification review & approval 1 ea 2.00 202 4.00 350 0.00 2.00 181 4.00 283 4.00 216 0.00 16.00 1,231
Pre-Design Phase Subtotal 4.00 403 30.00 2,625 6.00 244 28.00 2,528 32.00 2,262 24.00 1,294 16.00 1,210 140.00 10,566
Conceptual Design Phase (60% Design)
Manage document generation / review comments 1 ea 0.00 0.00 0.00 2.00 181 4.00 283 2.00 108 0.00 8.00 571
Site investigation / verify existing systems 1 ea 0.00 0.00 0.00 2.00 181 4.00 283 2.00 108 2.00 151 10.00 722
Safety program implementation / site logistics 1 ea 0.00 0.00 0.00 1.00 90 2.00 141 2.00 108 2.00 151 7.00 491
Attend Conceptual Design progress review meetings 1 ea 0.00 0.00 0.00 4.00 361 0.00 0.00 4.00 302 8.00 664
Update design schedule 1 ea 0.00 0.00 0.00 2.00 181 4.00 283 0.00 0.00 6.00 463
Develop construction schedule / phasing plan 1 ea 0.00 0.00 0.00 2.00 181 4.00 283 0.00 4.00 302 10.00 766
Constructability reviews 1 ea 0.00 0.00 0.00 1.00 90 2.00 141 2.00 108 2.00 151 7.00 491
Further site investigation 1 ea 0.00 0.00 0.00 2.00 181 4.00 283 4.00 216 4.00 302 14.00 981
Develop bidders prequalification list 1 ea 0.00 1.00 88 1.00 41 1.00 90 2.00 141 2.00 108 2.00 151 9.00 619
Distribute prequalification packages 1 ea 0.00 2.00 175 4.00 162 2.00 181 4.00 283 4.00 216 0.00 16.00 1,016
Select subcontractors for bidding 1 ea 0.00 1.00 88 1.00 41 2.00 181 1.00 71 2.00 108 2.00 151 9.00 638
Review long lead items & owner direct purchases 1 ea 0.00 0.00 0.00 0.00 2.00 141 2.00 108 0.00 4.00 249
Distribute Conceptual Design documents 1 ea 0.00 2.00 175 4.00 162 0.00 4.00 283 2.00 108 0.00 12.00 728
Update budgets / alternates 1 ea 2.00 202 8.00 700 0.00 4.00 361 6.00 424 4.00 216 4.00 302 28.00 2,205
Develop estimate solutions if budget over runs 1 ea 0.00 4.00 350 0.00 4.00 361 6.00 424 4.00 216 0.00 18.00 1,351
Maintain PMIS system during Conceptual Design Phase 1 ea 0.00 0.00 0.00 0.00 0.00 8.00 431 0.00 8.00 431
Conceptual Design milestone review & approval 1 ea 2.00 202 2.00 175 0.00 2.00 181 2.00 141 2.00 108 0.00 10.00 806
Conceptual Design Phase Subtotal 4.00 403 20.00 1,750 10.00 406 31.00 2,799 51.00 3,606 42.00 2,264 26.00 1,966 184.00 13,192
Construction Document Phase (90-100% Design)
Manage document refinement / review comments 1 ea 0.00 4.00 350 0.00 2.00 181 4.00 283 4.00 216 4.00 302 18.00 1,331
Site visit 1 ea 0.00 4.00 350 0.00 0.00 4.00 283 4.00 216 4.00 302 16.00 1,151
Quality control program implementation 1 ea 0.00 0.00 0.00 2.00 181 2.00 141 0.00 4.00 302 8.00 624
Attend Construction Document final review meeting 1 ea 0.00 4.00 350 0.00 4.00 361 4.00 283 4.00 216 4.00 302 20.00 1,512
Update design schedule 1 ea 0.00 0.00 0.00 2.00 181 4.00 283 0.00 0.00 6.00 463
Review phasing plans with operations personnel 1 ea 0.00 0.00 0.00 2.00 181 4.00 283 2.00 108 2.00 151 10.00 722
Review long lead items vs construction documents 1 ea 0.00 4.00 350 0.00 2.00 181 4.00 283 2.00 108 0.00 12.00 921
Update budget / alternates 1 ea 0.00 4.00 350 0.00 2.00 181 4.00 283 2.00 108 0.00 12.00 921
Develop estimate solutions if budget over runs remain 1 ea 0.00 2.00 175 0.00 2.00 181 4.00 283 0.00 0.00 8.00 638
Maintain PMIS system during CD Phase 1 ea 0.00 0.00 2.00 81 0.00 0.00 4.00 216 0.00 6.00 297
CD milestone review & approval 1 ea 2.00 202 2.00 175 0.00 2.00 181 2.00 141 2.00 108 0.00 10.00 806
Construction Document Phase subtotal 2.00 202 24.00 2,100 2.00 81 20.00 1,806 36.00 2,545 24.00 1,294 18.00 1,361 126.00 9,386
Bidding / GMP Phase
Document CD review comments 1 ea 0.00 0.00 2.00 81 2.00 181 4.00 283 0.00 0.00 8.00 545
Develop bidders' construction schedule 1 ea 0.00 2.00 175 0.00 2.00 181 4.00 283 4.00 216 4.00 302 16.00 1,156
Develop GMP estimate 1 ea 2.00 202 4.00 350 2.00 81 2.00 181 8.00 566 8.00 431 0.00 26.00 1,810
Develop estimate solutions if budget over runs 1 ea 0.00 4.00 350 0.00 4.00 361 8.00 566 0.00 0.00 16.00 1,277
Discuss & approve GMP 1 ea 0.00 2.00 175 0.00 4.00 361 4.00 283 0.00 0.00 10.00 819
Prepare sub-contract bidding documents 1 ea 0.00 4.00 350 2.00 81 2.00 181 4.00 283 4.00 216 2.00 151 18.00 1,261
Develop procedure for dissemination of bids 1 ea 0.00 2.00 175 2.00 81 0.00 4.00 283 0.00 0.00 8.00 539
Prepare detailed scope packages & documents 1 ea 0.00 4.00 350 2.00 81 2.00 181 4.00 283 8.00 431 4.00 302 24.00 1,628
Conduct pre-bid conferences 1 ea 0.00 4.00 350 0.00 4.00 361 8.00 566 8.00 431 8.00 605 32.00 2,313
Manage issuance of addenda 1 ea 0.00 0.00 4.00 162 2.00 181 0.00 0.00 0.00 6.00 343
Receive and analyze bids 1 ea 0.00 4.00 350 2.00 81 4.00 361 4.00 283 8.00 431 8.00 605 30.00 2,111
Document bidders VE items 1 ea 0.00 2.00 175 0.00 2.00 181 2.00 141 0.00 0.00 6.00 497
Incorporate bidders VE into documents 1 ea 0.00 2.00 175 0.00 2.00 181 4.00 283 0.00 0.00 8.00 638
Recommend award of contracts 1 ea 0.00 0.00 0.00 4.00 361 4.00 283 0.00 4.00 302 12.00 946
Participate in negotiation of final contracts 1 ea 0.00 0.00 0.00 4.00 361 4.00 283 0.00 0.00 8.00 644
Bidding / GMP Phase Subtotal 2.00 202 34.00 2,975 16.00 650 40.00 3,612 66.00 4,666 40.00 2,156 30.00 2,268 228.00 16,527
FACILITY RENEWAL TOTAL 12 1,210 108 9,446 34 1,378 119 10,746 185 13,080 130 7,007 90 6,804 678 49,671$
SCHOOL BOARD OF BREVARD COUNTY
RFQ #17-Q-078-DR Continuing Design Build Services for:
Longleaf Elementary School Facility Renewal
WHARTON-SMITH CONSTRUCTION GROUPDesign Build Services : Design and Preconstruction Services Proposal
RFQ #17-Q-078-DR Continuing Contract Design Build Services for Longleaf Elementary School Facility Renewal
11/26/19 Page 3 of 16
November 22, 2019 Mr. Johnathan Wilkes Sr. Project Manager Wharton-Smith, Inc. 750 Monroe Road Sanford, FL 32771 Delivered via email: jwilkes@whartonsmith.com Re: Longleaf Elementary School Professional Engineering Services Proposal Dear Mr. Wilkes: TLC Engineering is pleased to submit the following proposal to provide engineering services for the project referenced above. We appreciate your consideration and look forward to working with you and your staff on this project. PROJECT SCOPE
We understand the project is to consist of addressing the Brevard County School Assessment, Attachment “F”, maintenance logs and information gained in a field visit of November 8, 2019, of the Longleaf Elementary School located in Melbourne, Florida. The project will also include converting building 5 to a chilled water system. Capital Needs Sales Surtax Funded Attachment F budget along with the addition of adding building 5 to the chilled water system is estimated to have a budget of $1,300,000.00. BASIC SCOPE OF SERVICES
Basic Scope of Services shall be as outlined in TLC’s Continuing Contract for MEP/FP Professional Engineering Services with Brevard Public Schools unless specifically modified by this proposal. TLC shall provide professional engineering and design services for:
a. Heating, Ventilating and Air-Conditioning (HVAC) Engineering b. Plumbing Engineering c. Electrical Engineering d. Structural Engineering (as support for mechanical systems)
Design TLC anticipates submittals at the following design stages:
Schematic Design Design Development 90% Construction Documents 100% Construction Documents
Schedule Our schedule for the design effort is 10 working weeks from receipt of Purchase Order and notice to proceed. The design effort will be based on the following:
2 Week(s) – Field verify existing systems
RFQ #17-Q-078-DR Continuing Contract Design Build Services for Longleaf Elementary School Facility Renewal
11/26/19 Page 4 of 16
Mr. Johnathan Wilkes November 22, 2019 Page 2 of 3
6 Week(s) – Development of Bid Documents 2 Week(s) – Internal QA/QC, provide S/S drawings
PROPOSED CONSTRUCTION PHASE SERVICES
Construction Phase Services are as outlined in AIA Document C401 – 2007 Edition – Standard Form of Agreement Between Architect and Consultant, Article 4.5. Additional Construction Phase Services provided for this project shall include:
1. Response to bidder questions. 2. Response to local permitting officials’ comments. 3. Response to Contractor’s Request for Information (RFI) and submittal review during the
construction period. 4. The design team will take part of a weekly construction meetings and to become generally
familiar with the progress and quality of the construction work in order to determine if the work is being performed in general accordance with the construction documents; project construction is to take place over the summer break of 2020.
ADDITIONAL SERVICES
Additional services, when requested in writing by Wharton-Smith, Inc shall be performed at TLC’s approved hourly rates as outlined in our continuing services contract. Additional Services include those items shown in Attachment A. TLC shall submit the estimated additional services cost for approval and authorization prior to proceeding with a design. FEE
TLC is prepared to provide services as outlined above for a not to exceed fee of Design: $79,200.00 Construction Administration: $19,870.00 based on the terms of our current continuing services contract. See Attachment B for detailed breakdown of fee. If our proposal is acceptable, please submit appropriate authorization (notice to proceed) to allow schedule and completion of proposed scope. Sincerely, TLC Engineering for Architecture Jim Mullen, PE Principal / Mechanical Engineer Gary C. Krueger, PE, CM, LEED AP BD+C Principal / Division Director Attachments
RFQ #17-Q-078-DR Continuing Contract Design Build Services for Longleaf Elementary School Facility Renewal
11/26/19 Page 5 of 16
CA Service to be captured in GMP Proposal.
Mr. Johnathan Wilkes November 22, 2019 Page 3 of 3
ATTACHMENT A
ADDITIONAL SERVICES
Professional Engineering Services Proposal
1. Construction site visits or attendance at design review meetings, as requested by the Owner or Architect, in excess of site visits per discipline as defined in our proposal.
2. Value Engineering meetings and subsequent engineering or design revisions to incorporate extensive accepted value engineering items, including changes to system design after construction documents have been completed.
3. Significant revisions to the program, design philosophy or Architectural plans after 100% Design Development approval, or to systems selected following schematic phase, and which result in redesign expenses.
4. Document reproduction beyond those required for in-house coordination and submittals as outlined above.
5. Development of “as-built” drawings. TLC will be responsible for creating record drawings of construction documents marked up by the construction manager.
6. Detailed cost estimating services.
RFQ #17-Q-078-DR Continuing Contract Design Build Services for Longleaf Elementary School Facility Renewal
11/26/19 Page 6 of 16
I.
II.
III. WORK ORDER COMPENSATION/SCHEDULE
HOURS TOTAL
4 $580.00
12 $1,620.00
12 $1,620.00
100 $12,000.00
30 $2,700.00
2 $110.00
$18,630.00
HOURS TOTAL
4 $580.00
18 $2,430.00
20 $2,700.00
160 $19,200.00
60 $5,400.00
2 $110.00
$30,420.00
HOURS TOTAL
4 $580.00
18 $2,430.00
18 $2,430.00
160 $19,200.00
60 $5,400.00
2 $110.00
$30,150.00
TOTAL DESIGN FEE PROPOSAL AMOUNT $79,200.00
HOURS TOTAL
4 $580.00
38 $5,130.00
16 $2,160.00
60 $7,200.00
50 $4,500.00
4 $220.00
$19,790.00SUBTOTAL
Professional Engineer $120.00
Professional Engineer $120.00
Professional Engineer $120.00
Professional Engineer $120.00
Senior Engineer $135.00
Designer $90.00
Admin/Word Processing $55.00
CONSTRUCTION ADMINISTRATION
POSITION HOURLY RATE
Principal $145.00
Project Manager $135.00
SUBTOTAL
Admin/Word Processing $55.00
$90.00
Project Manager
POSITION HOURLY RATE
DESIGN DEVELOPMENT
Designer
$135.00
Senior Engineer
Principal $145.00
$135.00
$145.00
$135.00
Admin/Word Processing
SUBTOTAL
Project Manager
$55.00
Design per the Attachement F and the Facility Assessments of Longleaf Elementary School
Senior Engineer
Designer
$135.00
CONSTRUCTION DOCUMENTS (100%CD)
POSITION HOURLY RATE
$90.00
SUBTOTAL
Principal
Admin/Word Processing $55.00
Designer
Attachment B
POSITION
Project Manager
HOURLY RATE
Senior Engineer $135.00
Principal $145.00
$135.00
$90.00
PROJECT: Brevard County - Longleaf Elementary School
SCOPE OF WORK:
FEE PROPOSAL
The statement of fees under this Service Agreement shall be based on the Standard HourlyRate Schedule for the following work phases:
FIELD SURVEY / SCHEMATIC DESIGN
RFQ #17-Q-078-DR Continuing Contract Design Build Services for Longleaf Elementary School Facility Renewal
11/26/19 Page 7 of 16
Exhibit B -- Sales Surtax Summary Form
Longleaf Elementary School
Wharton-Smith Preconstruction Services
Date: November 26, 2019
DISTRICT SCHOOL SECURITY
60 01 Perimeter/Entry Fencing and Gates -
60 02 Building Access and Security Equipment -
EDUCATIONAL TECHNOLOGY
65 01 Technology Building Cabling -
65 02 Technology Equipment Renewal -
65 03 Classroom Technology Infrastructure (Electrical, HVAC, Data) $6,501
FACILITY RENEWAL
51 01 Safety and Building Code Deficiency Corrections -
51 02 ADA Code Deficiency Correction -
51 03 Fire Alarm System Renewal -
52 04 Central Mechanical Plant Renewal $84,547
52 05 Cooling and Heating Control System Renewal $23,843
52 06 Air Conditioning and Air Distribution Equipment Renewal $16,090
53 07 Roofing System Renewal -
53 08 Exterior Building Wall Finish System Renewal $7,118
53 09 Exterior Door/Window/Louver System Renewal -
52 10 Building Water and Sanitary Piping System Renewal -
52 11 Water Heating System Renewal -
54 12 Electrical Supply System (Transformers, Switchgear, Wiring) Renewal -
54 13 Electrical Distribution System Renewal $20,804
54 14 Electrical Components (Lightning Protection, Intercom, Generator) Renewal -
54 15 Interior and Exterior Lighting Equipment Renewal -
52 16 Air Supply and Exhaust System Renewal -
52 17 Site Utility Systems (Gas, Electric, Storm, Water, Sanitary) Renewal -
Contingency
50 00
TOTAL $158,902
Group/Category Description Proposed Price
RFQ #17-Q-078-DR Continuing Contract Design Build Services for Longleaf Elementary School Facility Renewal
11/26/19 Page 8 of 16
NOT TO EXCEED
CLASSIFICATION HOURLY RATE PERSONNEL
Pre-Construction Director $100.80 Andy Duthie (Wharton-Smith)
Senior Pre-Construction Manager $87.50 John Lunsford (Wharton-Smith)
Pre-Construction Coordinator $40.60 Carly Burleson(Wharton-Smith)
Senior Project Manager $90.30 Johnathan Wilkes (Wharton-Smith)
Project Manager $70.70 Nick Hare (Wharton-Smith)
Asst. Project Manager $53.90 Greg Cimeno (Wharton-Smith)
Area Superintendent $75.60 Frank Sagarese (Wharton-Smith)
Principal $145.00 Gary Krueger (TLC)
Project Engineer $135.00 Jim Mullen (TLC)
Senior Engineer $135.00 Moncef Jadiji (TLC)
Professional Engineer $120.00 Bill Pryse (TLC)
Engineer $90.00 Aaron Hammons (TLC)
Engineer $90.00 Stewart Scott (TLC)
Senior Engineer $135.00 Dave Miller (TLC)
Design Engineer $90.00 Drake Saenger (TLC)
Design Engineer $90.00 Alex Rea (TLC)
Design Engineer $90.00 Alan Jensen (TLC)
Senior Engineer $135.00 Cathy Tiedge (TLC)
Administrative Assistant $55.00 Danielle Eberhardt (TLC)
RFQ #17-Q-078-DR Continuing Contract Design Build Services for Longleaf Elementary School Facility Renewal
11/26/19 Page 9 of 16
EXHIBIT D
HOURLY RATE SCHEDULE
CONTINUING CONTRACT FOR DESIGN BUILD SERVICES
LONGLEAF ELEMENTARY SCHOOL – FACILITY RENEWAL
RFQ #17-Q-078-DR
Activity Name Start Finish
DESIGN BUILD SERVICES FOR FACILITIES RENEWAL - LONGLEAF ESDESIGN BUILD SERVICES FOR FACILITIES RENEWAL - LONGLEAF ESDESIGN BUILD SERVICES FOR FACILITIES RENEWAL - LONGLEAF ES
FACILITY RENEWAL DESIGNFACILITY RENEWAL DESIGNFACILITY RENEWAL DESIGN
SBBC Design / Pre-Construction Board Approval Dec-17-19*
Notice to Proceed Dec-18-19 Dec-18-19
Pre-Design: Verification of Existing Conditions Dec-19-19 Jan-02-20
Pre-Design: Generate Budget Estimate Template Jan-03-20 Jan-09-20
Pre-Design: Confirmation of Design Criteria / Program Requirements Jan-03-20 Jan-09-20
Pre-Design: Owner Authorization for Schematic Design Jan-10-20
Schematic Design: Generate Schematic Design Studies Jan-13-20 Jan-17-20
Schematic Design: Progress Review / Budget Review Update Jan-20-20 Jan-20-20
Schematic Design:Refine Schematic Design Concepts Jan-21-20 Jan-24-20
Schematic Design: Owner Authorization for DD/CD's Jan-27-20
DD/CD's: Generate DD/CD's Jan-28-20 Jan-31-20
DD/CD's: Progress Review Feb-03-20 Feb-03-20
DD/CD's: Owner Approval of Bidding / Permit Documents Feb-04-20
FACILITY RENEWAL PRE-CONSTRUCTIONFACILITY RENEWAL PRE-CONSTRUCTIONFACILITY RENEWAL PRE-CONSTRUCTION
Construction Bid / Qualify Subcontractors Feb-04-20 Feb-26-20
Prepare GMP - Facility Renewal Package Feb-18-20 Feb-28-20
GMP Presentation / Board Approval Mar-02-20 Mar-24-20
Owner Direct Purchase Order Process Mar-25-20 Apr-14-20
Update Drawings To Reflect GMP Mar-25-20 Apr-07-20
Permit Application Review Apr-08-20 Apr-28-20
Material Procurement / Construction Planning Apr-10-20 May-29-20
FACILITY RENEWAL CONSTRUCTIONFACILITY RENEWAL CONSTRUCTIONFACILITY RENEWAL CONSTRUCTION
Facility Renewal Construction Commencement Jun-01-20
Selective Demolition Jun-01-20 Jun-12-20
Mobilize Temporary Facilities Jun-02-20 Jun-04-20
Classroom Techology Infrastructure Jun-02-20 Jul-21-20
Electrical / Low Voltage Upgrades Jun-02-20 Jul-21-20
Mechanical Upgrades Jun-04-20 Jul-23-20
Final Inspections Jul-24-20 Jul-30-20
Test & Balance / Punchlist Activities Jul-24-20 Aug-25-20
Inspections (Partials) Jul-27-20 Jul-27-20
Substantial Completion Jul-31-20
Close-Out & Commissioning Aug-03-20 Oct-01-20
Project Complete Oct-02-20*
Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec
2020
SBBC Design / Pre-Construction Board Approval
Notice to Proceed
Pre-Design: Verification of Existing Conditions
Pre-Design: Generate Budget Estimate Template
Pre-Design: Confirmation of Design Criteria / Program Requirements
Pre-Design: Owner Authorization for Schematic Design
Schematic Design: Generate Schematic Design Studies
Schematic Design: Progress Review / Budget Review Update
Schematic Design:Refine Schematic Design Concepts
Schematic Design: Owner Authorization for DD/CD's
DD/CD's: Generate DD/CD's
DD/CD's: Progress Review
DD/CD's: Owner Approval of Bidding / Permit Documents
Construction Bid / Qualify Subcontractors
Prepare GMP - Facility Renewal Package
GMP Presentation / Board Approval
Owner Direct Purchase Order Process
Update Drawings To Reflect GMP
Permit Application Review
Material Procurement / Construction Planning
Facility Renewal Construction Commencement
Selective Demolition
Mobilize Temporary Facilities
Classroom Techology Infrastructure
Electrical / Low Voltage Upgrades
Mechanical Upgrades
Final Inspections
Test & Balance / Punchlist Activities
Inspections (Partials)
Substantial Completion
Close-Out & Commissioning
Project Complete
DESIGN-BUILD SERVICES FOR FACILITIES RENEWAL
LONGLEAF ELEMENTARY SCHOOL
PRELIMINARY DESIGN-BUILD SCHEDULE
Actual Work
Remaining Work
Critical Remaining Work
Milestone
Page 1 of 1
Project ID: PS-146-01
RFQ #17-Q-078-DR Continuing Contract Design Build Services for Longleaf Elementary School Facility Renewal
11/26/19 Page 10 of 16
RFQ #17-Q-078-DR Continuing Contract Design Build Services for Longleaf Elementary School Facility Renewal
11/26/19 Page 11 of 16
INSR ADDL SUBRLTR INSR WVD
DATE (MM/DD/YYYY)
PRODUCER CONTACTNAME:
FAXPHONE(A/C, No):(A/C, No, Ext):
E-MAILADDRESS:
INSURER A :
INSURED INSURER B :
INSURER C :
INSURER D :
INSURER E :
INSURER F :
POLICY NUMBERPOLICY EFF POLICY EXP
TYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY)
COMMERCIAL GENERAL LIABILITY
AUTOMOBILE LIABILITY
UMBRELLA LIAB
EXCESS LIAB
WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
AUTHORIZED REPRESENTATIVE
INSURER(S) AFFORDING COVERAGE NAIC #
Y / N
N / A
(Mandatory in NH)
ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED?
EACH OCCURRENCE $
DAMAGE TO RENTED$PREMISES (Ea occurrence)CLAIMS-MADE OCCUR
MED EXP (Any one person) $
PERSONAL & ADV INJURY $
GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG $
$
PRO-
OTHER:
LOCJECT
COMBINED SINGLE LIMIT$(Ea accident)
BODILY INJURY (Per person) $ANY AUTO
OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS
AUTOS ONLYHIRED PROPERTY DAMAGE $
AUTOS ONLY (Per accident)
$
OCCUR EACH OCCURRENCE $
CLAIMS-MADE AGGREGATE $
DED RETENTION $ $
PER OTH-STATUTE ER
E.L. EACH ACCIDENT $
E.L. DISEASE - EA EMPLOYEE $If yes, describe under
E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below
POLICY
NON-OWNED
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS.
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIODINDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THISCERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESBELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZEDREPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement onthis certificate does not confer any rights to the certificate holder in lieu of such endorsement(s).
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
CERTIFICATE HOLDER CANCELLATION
ACORDTM CERTIFICATE OF LIABILITY INSURANCE
Amerisure Insurance Company
Liberty Insurance Underwriters
Starr Indemnity & Liability Co
XL Specialty Insurance Co
Berkley Assurance Company
4/04/2019
Bouchard Insurance, Inc.
101 N Starcrest Dr.
Clearwater, FL 33765
727 447-6481
727 447-6481 727 449-1267
certificates@bouchardinsurance.com
Wharton-Smith, Inc.
PO Box 471028
Lake Monroe, FL 32747
19488
19917
38318
37885
39462
A X
X
X Contractual Liab
X XCU Included
X
Y Y GL20361081401 04/01/2019 04/01/2020 1,000,000
1,000,000
10,000
1,000,000
2,000,000
2,000,000
A
X
X X
Y Y CA20361071401 04/01/2019 04/01/2020 1,000,000
B
C X
X Y
Y
Y
Y100008433606
1000585014191
04/01/2019
04/01/2019
04/01/2020
04/01/2020
20,000,000
20,000,000
A
N
Y WC203610913 04/01/2019 04/01/2020 X
1,000,000
1,000,000
1,000,000
D
E
E
Rented Equipment
Pollution Liab
Professional Liab
Y
UM00024961MA19A
PCADB50083340419
PCADB50083340419
04/01/2019
04/01/2019
04/01/2019
04/01/2020
04/01/2020
04/01/2020
$2,500,000
$5,000,000
$5,000,000
Certificate holder is additional insured as respects General Liability, Automobile Liability, Pollution
Liability and Excess/Umbrella Liability only if required by written contract, and subject to the terms,
conditions and exclusions as specified in the policy.
Coverage is primary as respects to General Liability & Automobile Liability and non-contributory as subject
(See Attached Descriptions)
The School Board of Brevard County, Florida
2700 Judge Fran Jamieson Way
Viera, FL 32940-6601
WHARTONSClient#: 26140
RFQ #17-Q-078-DR Continuing Contract Design Build Services for Longleaf Elementary School Facility Renewal
11/26/19 Page 12 of 16
RFQ #17-Q-078-DR Continuing Contract Design Build Services for Longleaf Elementary School Facility Renewal
11/26/19 Page 13 of 16
ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED?
INSR ADDL SUBRLTR INSD WVD
PRODUCER CONTACTNAME:
FAXPHONE(A/C, No):(A/C, No, Ext):
E-MAILADDRESS:
INSURER A :
INSURED INSURER B :
INSURER C :
INSURER D :
INSURER E :
INSURER F :
POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY)
AUTOMOBILE LIABILITY
UMBRELLA LIAB
EXCESS LIAB
WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
AUTHORIZED REPRESENTATIVE
EACH OCCURRENCE $DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence)
MED EXP (Any one person) $
PERSONAL & ADV INJURY $
GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $
PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT
OTHER: $COMBINED SINGLE LIMIT
$(Ea accident)
ANY AUTO BODILY INJURY (Per person) $OWNED SCHEDULED
BODILY INJURY (Per accident) $AUTOS ONLY AUTOS
HIRED NON-OWNED PROPERTY DAMAGE$AUTOS ONLY AUTOS ONLY (Per accident)
$
OCCUR EACH OCCURRENCE
CLAIMS-MADE AGGREGATE $
DED RETENTION $
PER OTH-STATUTE ER
E.L. EACH ACCIDENT
E.L. DISEASE - EA EMPLOYEE $If yes, describe under
E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below
INSURER(S) AFFORDING COVERAGE NAIC #
COMMERCIAL GENERAL LIABILITY
Y / NN / A
(Mandatory in NH)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS.
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIODINDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THISCERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESBELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZEDREPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement onthis certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
CERTIFICATE HOLDER CANCELLATION
CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)
$
$
$
$
$
8/16/2019
(703) 827-2277 (703) 827-2279
20508
TLC Engineering Solutions, Inc.255 South Orange AveSte 1600Orlando, FL 32801
204273528919437
A 1,000,000
X X 4029282666 3/30/2019 3/30/2020 1,000,00015,000
1,000,0002,000,0002,000,000
1,000,000B
X X 4029282778 3/30/2019 3/30/2020
10,000,000CX X 6024385012 3/30/2019 3/30/2020 10,000,000
10,000A
X 4029282814 3/30/2019 3/30/2020 1,000,000N 1,000,000
1,000,000D Professional Liab. 027015035 3/30/2019 Per Claim 8,000,000
Professional Liability Aggregate Limit: $10,000,000
RE: ALL WHARTON SMITH PROJECTS
Wharton-Smith, Inc. and Owner are included as additional insured with respect to General Liability, Automobile Liability and Umbrella Liability when required by written contract. General Liability, Automobile Liability, Workers Compensation and Umbrella Liability policies include a waiver of subrogation in favor of the additional insureds where permissible by state law and when required by written contract. 30-day Notice of Cancellation will be issued for the General Liability, Automobile Liability, Umbrella Liability, Workers Compensation and Professional Liability policies in accordance with policy terms and conditions.
Wharton-Smith, Inc.Attn: Risk ManagementPO Box 471028Lake Monroe, FL 32747
TLCENGI-01 KGODWIN
Ames & Gough8300 Greensboro DriveSuite 980McLean, VA 22102
admin@amesgough.com
Valley Forge Insurance Company A(XV)American Casualty Co of Reading, PA A(XV)Continental Insurance Company A(XV)Lexington Insurance Company A, XV
X
3/30/2020
XX
X
X
X
X
X
RFQ #17-Q-078-DR Continuing Contract Design Build Services for Longleaf Elementary School Facility Renewal
11/26/19 Page 14 of 16
FORM NUMBER:
EFFECTIVE DATE:
ADDITIONAL REMARKS
ADDITIONAL REMARKS SCHEDULE
FORM TITLE:
Page of
THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM,
AGENCY CUSTOMER ID:LOC #:
AGENCY NAMED INSURED
POLICY NUMBER
CARRIER NAIC CODE
Ames & Gough
TLCENGI-01
SEE PAGE 1
1
SEE PAGE 1
ACORD 25 Certificate of Liability Insurance
1
SEE P 1
TLC Engineering Solutions, Inc.255 South Orange AveSte 1600Orlando, FL 32801
SEE PAGE 1
KGODWIN
1
Description of Operations/Locations/Vehicles:waiver of subrogation in favor of the additional insureds where permissible by state law and when required by written contract. 30-day Notice of Cancellation will be issued for the General Liability, Automobile Liability, Umbrella Liability, Workers Compensation and Professional Liability policies in accordance with policy terms and conditions.
RFQ #17-Q-078-DR Continuing Contract Design Build Services for Longleaf Elementary School Facility Renewal
11/26/19 Page 15 of 16
Facilities Services2700 Judge Fran Jamieson WayViera, Florida 32940-6601
Campus Capital Needs Sales Surtax Funded
Attachment F
Estimate
Detail ReportCondition CodeFacility
Longleaf Elementary 1.78 $1,705,621District School Security $28,9801.00
Perimeter/Entry Fencing and Gates $2,137Pedestrian Access and Safety (Fencing) 1.00 $2,137
Building Access Security Equipment $26,843Public Access Control 1.00 $26,843
Educational Technology $511,3252.25
Technology Building Cabling $347,844Structured Cabling 1.00 $347,844
Technology Equipment Renewal $113,771Computer Replacement 3.00 $28,700Server Replacement 1.00 $28,364Switch Replacement 1.00 $25,199Telephone System Replacement 1.00 $21,284Wireless Access Points Replacement 1.00 $10,223
Classroom Technology Infrastructure (Electrical, HVAC and Data) $49,711Student Stations Data Drops 5.00 $49,711
Facility Renewal $1,165,3151.50
Central Mechanical Plant Renewal $646,476Booster Pumps, Chilled Water, VFD's and Recirculation pumps 1.00 $98,425Chillers 1.00 $548,050
Cooling and Heating Control System Renewal $182,311Building Automation System 1.00 $182,311
Air Conditioning and Air Distribution Equipment Renewal $123,032HVAC Systems EPA Non Compliant Refrigerant 1.00 $123,032
Exterior Building Wall Finish System Renewal $54,424Expansion / Control Joints 2.00 $16,059Sealants 2.00 $38,364
Electrical Distribution System Renewal $159,074TSS Surge Suppression 2.00 $159,074
July 22, 2014RFQ #17-Q-078-DR Continuing Contract Design Build Services for Longleaf Elementary School Facility Renewal
11/26/19 Page 16 of 16
top related