Attachment F. Campus Capital Needs Sales Surtax Funded Detail Report

Similar documents
Croton E.S. - BUDGET

PAYMENT/PERFORMANCE BOND. This is the front page of the payment/performance bond issued in compliance with Florida Statutes

Sample Company SECTION GENERAL COMMISSIONING REQUIREMENTS PART 1 GENERAL 1.1 SUMMARY AND CONTRACT RESPONSIBILITIES

Attachment 5 Electrical Engineering

PERFORMANCE BOND LABOR AND MATERIAL PAYMENT BOND

REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSTRUCTION MANAGEMENT SERVICES

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE

AGENDA ITEM November 17, 2015

corporation with its principal place of business in the City of

corporation with its principal place of business in the City of

RFQ # MECHANICAL ENGINEERING DESIGN SERVICES 201 POPLAR HVAC RETROFIT

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES. Part I: Proposal Information

Energy Design Resources Commissioning Plan Outline Template

A. The Commissioning Authority (CxA) has been contracted or will be contracted directly with the Owner for this project.

CONSTRUCTION AGREEMENT FOR

OBJECTIVE To establish procedures for administration of construction manager agreements, including negotiation, contracting and payments.

BID BOND CITY OF EAST POINT, GEORGIA

AC Proposal Texarkana Regional Airport Airport Operations Director 201 Airport Drive Texarkana, AR 71854

CONTRACTOR REGISTRATION

ADDENDUM No. 3 May 25, 2016

INSTRUCTIONS FOR PROVIDING PROFESSIONAL CONSULTING SERVICES

Exhibit C: Scope of Work and Schedule of Deliverables

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS Phone Bill.Kroll@snco.us

ITEM DOCUMENT CONTROL MANAGEMENT DESCRIPTION:

388 Blohm Ave. PO Box 388 Aromas CA (831) FAX (831) ADDENDUM NO. 1

St. Andrews Public Service District

REQUEST FOR PROPOSAL (RFP) Facility Condition Assessment Services and Capital Planning and Management Software (CPMS)

CLAY COUNTY UTILITY AUTHORITY, FLORIDA REQUEST FOR PROPOSALS FOR

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PINE TRAIL ELEMENTARY HVAC, CEILING & LIGHTING PROJECT NO

HEATING VENTING AND AIR CONDITIONING (HVAC) SUBCONTRACTING SERVICES FOR THE MACON COUNTY HOUSING DEPARTMENT

Independent School District No. 1 Strive Achieve Succeed Go Beyond Lewiston, Idaho

Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR:

GENERAL ASSEMBLY OF NORTH CAROLINA SESSION 2015 H 1 HOUSE BILL 255. Short Title: Building Code Reg. Reform. (Public)

AGREEMENT. between BROWARD COUNTY. and. Turner Construction Company. for CONSTRUCTION MANAGEMENT SERVICES FOR VARIOUS AIRPORT PROJECTS (TBD)

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

said subcontractor initiates his work.

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

AGREEMENT FOR PROFESSIONAL DESIGN SERVICES

WITNESSETH. That Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows:

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

NOTICE INVITING BIDS. CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No

AVOIDING RISK AND SAVING MONEY ON YOUR MODERNIZATION PROJECT

This request for qualifications seeks the following type of service providers:

MASTER ROAD REPAIR AGREEMENT STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF HOOD

MANTON CONSOLIDATED SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation

BID BOND. are held firmly bound unto the LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY, hereinafter called Metro, DOLLARS.

HEATING, VENTILATION & AIR CONDITIONING PREVENTATIVE MAINTENANCE & REPAIR WORK (NO WIN PROJECT) MAINEDOT 66 INDUSTRIAL DRIVE FACILITY AUGUSTA

February 18, FC-7893; Downtown Traffic Operations Program (DTOP)

VILLAGE OF ARLINGTON HEIGHTS

Delaware Community Schools

CITY OF BOCA RATON POLICE & FIREFIGHTERS RETIREMENT SYSTEM AND [CONSULTANT] CONSULTING SERVICES AGREEMENT

Construction Management At-Risk

Ohio Department of Transportation

REQUEST FOR PROPOSALS. Professional Consultant Retainer Contract

AGREEMENT BETWEEN OWNER AND COMMISSIONING AGENT

REQUEST FOR PROPOSAL RFP GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538

SERVICE PROVIDER AGREEMENT WITNESSETH. WHEREAS, the COUNTY desires to obtain the services of said PROVIDER as further described herein referred to as

MAINTENANCE AND PERFORMANCE BONDS

CONSULTING SERVICES AGREEMENT

Submittal Guidelines RFQ Building 230 Remodel

Mechanical Contractor Pre-Qualification Packet. SPSC N180 Computer Data Room Phase II. Project No. CP Notice No. Notice

NC General Statutes - Chapter 44A Article 3 1

Services Agreement. Rev 12/10/08 TC v08 1

TruexCullins Architecture Fairfield Center School Bid Documents Kitchen and Bathroom Renovation March 1, 2015

ARCHITECTURAL SERVICES AGREEMENT

CONSULTANT AGREEMENT

SAMPLE CONTRACT FOR CONSTRUCTION WITH GUARANTEED MAXIMUM PRICE (GMP) BETWEEN

SUBCONTRACTOR LABOR AND MATERIAL PAYMENT BOND ("Bond") SURETY Address

Contract for Capital Purchase N [reference of the COMPANY]

Scope Statement for North Carolina State University. Administrative Computing Services. Disaster Recovery Services

SWITCH BUSINESS SOLUTIONS, LLC FIRST AMENDMENT TO REVOCABLE RIGHTS-OF-WAY LICENSE AGREEMENT

RFQ REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGEMENT (AT RISK) SERVICES

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR

Request for Proposals Westchase District Monument Signs Repaneling Date Issued: August 10, 2015

Request for Qualifications

How To Work With The City Of Riverhead

Adrian Public Schools

Gas Fired Water Heater Installation

Request for Qualifications & Proposal. Architectural Team. Lake County School District R-1. On-Call Services. For

Request for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE

PERFORMANCE BOND. That we, (operator name as established by Office of Conservation and address) (hereinafter called the Principal ), and

REQUEST FOR QUALIFICATIONS/PROPOSAL (RFQ/P) FOR A ROOF CONSULTANT

REQUEST FOR PROPOSALS BUILDING ENVELOPE, LIGHTING, & HVAC TESTING/RESTORATION SERVICES

SPECIFICATIONS FOR SANITARY SEWER LINE REPLACEMENT IN PIONEER PARK. City of Des Peres, Missouri Manchester Road. Des Peres, Missouri 63131

CITY OF BONITA SPRINGS, FLORIDA RFP #

CITY OF AVENTURA PERMIT APPLICATION W Country Club Drive 4 th Floor Aventura, FL Tel (305) Fax (305)

EXHIBIT A-1 PERFORMANCE BOND AGREEMENT. THIS AGREEMENT is entered into by and between GARLAND GRIFFIN HOMES,

Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents

CUESTA COLLEGE SAN LUIS OBISPO COMMUNITY COLLEGE DISTRICT

KS 60, (785) (785) E-

THIRD AMENDMENT AGREEMENT. between BROWARD COUNTY. and ALLIED MEDICAL TRANSPORT, INC. for PARATRANSIT TRANSPORTATION SERVICES. Bid Number V B1

SARATOGA FIRE DISTRICT EARLY WARNING FIRE ALARM SYSTEM STANDARDS AND REQUIRMENTS CONTENTS

SARASOTA COUNTY GOVERNMENT HUMAN SERVICES PROGRAM CONTRACT

Transcription:

Facility Attachment F Campus Capital Needs Sales Surtax Funded Detail Report Facilities Services 2700 Judge Fran Jamieson Way Viera, Florida 32940-6601 Condition Code Estimate Bayside High 2.30 $2,567,194 District School Security 1.00 $87,586 Building Access Security Equipment $87,586 Public Access Control 1.00 $87,586 Educational Technology 3.29 $1,410,712 Technology Building Cabling $912,350 Structured Cabling 2.00 $912,350 Technology Equipment Renewal $173,565 Computer Replacement 3.00 $74,192 Server Replacement 4.00 $79,995 Switch Replacement 3.00 $12,590 Telephone System Replacement 5.00 $3,394 Wireless Access Points Replacement 5.00 $3,394 Classroom Technology Infrastructure (Electrical, HVAC and Data) $324,797 Student Stations Power/ Technology HVAC 1.00 $324,797 Facility Renewal 1.83 $1,068,897 Cooling and Heating Control System Renewal $299,251 Building Automation System 2.00 $299,251 Air Conditioning and Air Distribution Equipment Renewal $401,434 HVAC Systems EPA Non Compliant Refrigerant 1.00 $401,434 Building Water and Sanitary Piping System Renewal $17,288 Tanks 2.00 $17,288 Electrical Distribution System Renewal $350,924 TSS Surge Suppression 1.86 $350,924 July 22, 2014

THE SCHOOL BOARD OF BREVARD COUNTY 2700 Judge Fran Jamieson Way Viera, Florida 32940-6601 Phone: (321) 631-1911 Fax: (321) 633-4646 Exhibit C Project Assignment For MEP AND FIRE PROTECTION SERVICES/RFQ #14-Q-008-KR I. PURPOSE This is a Project Assignment to the Continuing Contract for Professional Services between the School Board of Brevard County, Florida (Owner) and OCI Associates (Consultant) and made a part thereof. The purpose of this Project Assignment is to specify the required services of the Consultant to provide MEP & Fire Protection Services when and as authorized by the School Board s Representative, when School Board approval is required in accordance with School Board policy. II. METHOD OF COMPENSATION Consultant shall provide a proposal that identifies all costs to be incurred by the Owner for the professional services to be performed, to include a detailed breakdown of material and labor required to complete the Scope of Services detailed in this Project Assignment. All labor and material costs for each project shall be complete and detailed, and shall, without limitation, include and identify the number of hours of work by the title and responsibility of workers/professionals performing the service, while adhering to the Hourly Rate Schedule & Reimbursable Expenses Schedule in Exhibit B to the Agreement for professional services. Payment shall be in accordance with the above referenced agreement for professional services. Compensation for all services, material, supplies, training and any other items or requirements necessary to complete the work as described herein, for a total cost of Eighty One Thousand Forty Dollars ($81,040) allowing an additional Two Thousand Dollars ($2000) payable at the rates attached hereto. At no time shall work fees exceed said amount of compensation herein without a written and executed Project Assignment. Exhibit C- Amendment Page 1 of 4

III. PROJECT/LOCATION Performance of services will be for MEP Upgrades at Bayside High School located at 1901 Degroodt Rd SW, Palm Bay, Florida 32908. IV. SCOPE OF SERVICES Scope of services shall be as outlined in the attached fee proposal. V. PROJECT SCHEDULE This project Assignment shall commence upon receipt of a Purchase Order, fully executed Project Assignment and Notice to Proceed issued by School Board and continue until the Scope of Services is completed and accepted by the School Board s Representative. Said project shall maintain schedule as provided. If schedule is altered due to unforeseen delays, the School Board s Representative shall be notified at once in writing. The School Board s Representative and Consultant shall negotiate a proposed schedule for the successful and timely completion of the project. The Project Schedule shall include at a minimum the proposed start date and final completion date. The Consultant s Scope of Services shall begin upon receipt of a Purchase Order, fully executed Project Assignment and Notice to Proceed, and shall be completed within 12 calendar weeks. VI. CONSULTANT S PROJECT TEAM MEMBERS Consultant shall provide the name, title and responsibility for each of the Consultant s and Subconsultant s employees proposed to complete the Scope of Services identified in this Project Assignment. All personnel listed herein or on the Consultant s attached proposal must be cleared before entering School Board property, pursuant to Florida Statute 1012.465. The Consultant s Project Team Members must cooperate with school personnel to provide suitable identification to demonstrate the prior approval of the Office of District & School Security before entering any campus. Exhibit C- Amendment Page 2 of 4

VII. CONSULTANT S PROPOSAL Consultant s Proposal must include the following detail specific to this Project Assignment: 1. A complete Scope of Work to be performed. 2. A complete description of each phase of Work. 3. A time schedule for the Work. 4. All costs to be incurred by the Owner for the professional services to be performed. 5. An estimate of the Project Construction Budget, where appropriate. 6. Proposed Staff. 7. Proposed Sub-Consultants. 8. No terms shall be stated in the letter of understanding which are contrary to, or stated as superceding, the terms of this Agreement unless expressly approved by the Owner in writing. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) Exhibit C- Amendment Page 3 of 4

SIGNATURES (FOR PROJECTS OVER $50,000.00): 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 BREVARD COUNTY, FLORIDA (Owner): OCI ASSOCIATES (Consultant) By: By: Andrew J. Ziegler, Chairman Date Approved: Print Name: Jason Smith ATTEST (WITNESS): Title: Principal By: Date: 12/11/15 Desmond K. Blackburn, Ph.D., Superintendent ATTEST (WITNESS): By: Print Name: Title: Randy Stewart Principal SIGNATURES (FOR PROJECTS UNDER $50,000.00): 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): Choose an item. (Consultant) By: By: Dane Theodore, AIA, CGC Assistant Superintendent/Facilities Services As Designee for Desmond K. Blackburn, Ph.D., Sup. Date Approved: Print Name: ATTEST (WITNESS): Title: By: Date: Susan Hann, P.E., ACIP Director, Planning & Management ATTEST (WITNESS): By: Print Name: Title: Exhibit C- Amendment Page 4 of 4

11 December 2015 Dave Martin Project Manager Brevard Public Schools 2799 Judge Fran Jamieson Way Viera, FL 32940 Re: MEP Engineering Fee Proposal Bayside High School HVAC Upgrades OCI Associates, Inc., is pleased to present our fee proposal for the above referenced project. If the proposal is acceptable, please sign and return a copy for our files. Scope of Work: Provide professional mechanical and electrical engineering services for various upgrades for the mechanical systems at Bayside High School. The design scope will include the following elements: 1. Air cooled chiller replacement. (a) Replace two existing 400 ton air cooled chiller with new. Chiller sizing to be adjusted based on new load requirements incorporating air purification and outdoor air reduction. (b) Replace chilled water piping connections and piping specialties at each chiller connection. (c) Upgrade electrical services for new equipment connections. 2. Air purification system retrofit. (a) A complete evaluation of the existing outdoor air ventilation system will be completed. (b) Air purification systems will be provided where applicable in the existing air handling systems to allow for outside air reduction. (c) The existing dedicated outdoor air units will be modified as required to achieve the reduced outdoor air flow rates. (d) The existing exhaust fans that are being used for building relief only will be modified to reduce the amount of exhaust air for air balance purposes. (e) Control upgrades and modifications will be included to accommodate the air purification equipment and equipment modifications. 3. A complete replacement of the existing direct digital control (DDC) system. 4. Electrical panel upgrades with surge suppression. 5. Replacement of the existing kitchen water heater / storage tanks. Orlando Ft. Pierce West Palm Beach Ft. Myers 427 Centerpointe Circle, Suite 1825, Altamonte Springs, Florida 32701 Phone: 407-332-5110 Fax: 407-332-7704 www.ociassociates.com

Compensation For Services: (per the attached task / cost breakdown) Task 1: Verification $ 14,520 Task 2: Design $ 46,000 Task 3: Permitting $ 2,040 Task 4: Bidding $ 2,160 Task 5: Construction Administration $ 16,320 Our total design fee for the work will be Eighty One Thousand Forty Dollars ($81,040.00). Estimated Construction Budget: The estimated total construction cost for this project is approximately $1,870,000. See attached Estimate of Probable Cost for detail. Our design efforts shall include the following services: 1. Design team meetings as necessary 2. Development of specifications and construction documents 3. Permit submittal and responses to review comments 4. Bidding assistance including pre-bid meetings, pre-bid RFI responses, coordination with contractor or CM 5. Construction administration services including RFI responses, shop drawing review and site visits for observation of work 6. Provide electronic record drawings based on contractor's as-builts Project Schedule: It is estimated that the design effort for this project will be completed within twelve weeks of the receipt of the approved agreement. Staff Assigned to This Project: Project Manager: Mechanical Engineer: Electrical Engineer: Electrical Designer: Senior Autocad Technician: Administrative / Tech: Clerical: Jason Smith Jason Smith Keith Liatsos James Burchard Luis Hernandez Jacque Adams Alisan Smith Exclusions: All work not specifically indicated in the scope items above is excluded.

Reimbursable Expenses: Costs associated with printing/ reproduction shall be a reimbursable expense and will be billed at 1.1 x actual cost against the not to exceed value carried. Additional Expenses: Services requested or required beyond the indicated scope of work shall be negotiated on an as needed basis at which time a proposal for additional services will be provided. Thank you very much for this opportunity. Should you have any questions or require further clarification, please do not hesitate to call. Respectfully, Accepted By: Jason Smith, PE, LEED AP Principal Director of Mechanical Engineering Signature: Name/Title (printed): Date:

Task 1: Field Verification / Existing Design Review Bayside High School HVAC Upgrades 12/11/15 HVAC Senior Professional Engineer $120 per hour x 32 hours = $3,840 HVAC EI / Designer $90 per hour x 60 hours = $5,400 ELEC EI / Designer $90 per hour x 32 hours = $2,880 ELEC Senior Professional Engineer $120 per hour x 12 hours = $1,440 PM Project Manager $120 per hour x 8 hours = $960 Task 1: Subtotal $14,520 Task 2: Design HVAC Senior Professional Engineer $120 per hour x 80 hours = $9,600 HVAC EI / Designer $90 per hour x 160 hours = $14,400 ELEC EI / Designer $90 per hour x 80 hours = $7,200 ELEC Senior Professional Engineer $120 per hour x 48 hours = $5,760 CAD Senior Autocad Tech $75 per hour x 72 hours = $5,400 PM Project Manager $120 per hour x 24 hours = $2,880 ADMIN Administrative Tech $50 per hour x 8 hours = $400 Clerical Clerical $45 per hour x 8 hours = $360 Task 2: Subtotal $46,000 Task 3: Permitting HVAC Senior Professional Engineer $120 per hour x 8 hours = $960 ELEC EI / Designer $90 per hour x 4 hours = $360 ELEC Senior Professional Engineer $120 per hour x 2 hours = $240 PM Project Manager $120 per hour x 4 hours = $480 Task 3: Subtotal $2,040 Task 4: Bidding HVAC Senior Professional Engineer $120 per hour x 4 hours = $480 ELEC EI / Designer $90 per hour x 8 hours = $720 ELEC Senior Professional Engineer $120 per hour x 4 hours = $480 PM Project Manager $120 per hour x 4 hours = $480 Task 4: Subtotal $2,160

Bayside High School HVAC Upgrades 12/11/15 Task 5: Construction Administration General CA PM Project Manager $120 per hour x 48 hours = $5,760 ADMIN Administrative Tech $50 per hour x 12 hours = $600 CLERICAL Clerical $45 per hour x 8 hours = $360 Shop Drawing Review HVAC Senior Professional Engineer $120 per hour x 24 hours = $2,880 ELEC EI / Designer $90 per hour x 12 hours = $1,080 ELEC Senior Professional Engineer $120 per hour x 8 hours = $960 Construction Meetings / Progress Inspections - 4 Hours Each HVAC Senior Professional Engineer $120 per hour x 16 hours = $1,920 ELEC EI / Designer $90 per hour x 12 hours = $1,080 Final Inspections / Punchlists HVAC Senior Professional Engineer $120 per hour x 8 hours = $960 ELEC EI / Designer $90 per hour x 8 hours = $720 Task 5: Subtotal $16,320 Project Total $81,040

Bayside High School HVAC Upgrades Estimate of Probable Cost Project Properties Prepared by: Air Cooled Chiller Replacement 800 Tons OCI Associates, Inc. Quanity of Chillers 2 Chiller 12/11/15 Direct Project Costs Cost Unit Total Air Cooled Chillers $230,000 Chiller $460,000 Piping Specialties $10,000 Chiller $20,000 Chilled Water Piping $10,000 Chiller $20,000 Piping Insulation $7,500 Chiller $15,000 Air Purification System Equipment $100,000 L.S. $100,000 OA AHU Modifications $50,000 L.S. $50,000 Exhaust Fan Modifications $30,000 L.S. $30,000 DDC System Replacement $540,000 L.S. $540,000 Panel Upgrades / Surge Supression $350,000 L.S. $350,000 Kitchen Water Heater Repacement $15,000 L.S. $15,000 Demolition $10,000 L.S. $10,000 Direct Costs Subtotal $1,610,000 Indirect Project Costs Insurance / Bond 1.50% $24,150 General Conditions 6.00% $96,600 Contingency 3.00% $48,300 Indirect Costs Subtotal $169,050 Subtotal $1,779,050 CM Fees / Contractor OH&P 5.00% $88,953 Project Total Construction Costs $1,868,003 L.S. = Lump sum from current RS Means On-line. Includes subcontractor OH&P.