Facilities Services2700 Judge Fran Jamieson WayViera, Florida 32940-6601
Campus Capital Needs Sales Surtax Funded
Attachment F
Estimate
Detail ReportCondition CodeFacility
Roy Allen Elementary 1.93 $1,146,761District School Security $74,6511.00
Perimeter/Entry Fencing and Gates $50,360Pedestrian Access and Safety (Fencing) 1.00 $50,360
Building Access Security Equipment $24,292Public Access Control 1.00 $24,292
Educational Technology $147,9612.86
Technology Building Cabling $10,000Structured Cabling 4.00 $10,000
Technology Equipment Renewal $103,087Computer Replacement 3.00 $42,004Server Replacement 2.00 $23,168Switch Replacement 2.00 $7,196Telephone System Replacement 2.00 $19,039Wireless Access Points Replacement 2.00 $11,680
Classroom Technology Infrastructure (Electrical, HVAC and Data) $34,873Student Stations Data Drops 5.00 $34,873
Facility Renewal $924,1491.17
Fire Alarm System Renewal $19,738Fire Alarm System 1.00 $19,738
Central Mechanical Plant Renewal $557,695Chillers 1.00 $495,954Heating Boilers 2.00 $61,741
Cooling and Heating Control System Renewal $164,980Building Automation System 1.00 $164,980
Air Conditioning and Air Distribution Equipment Renewal $111,337HVAC Systems EPA Non Compliant Refrigerant 1.00 $111,337
Roofing System Renewal $70,400Relocatable Covered Walkways (SREF) 1.00 $70,400
July 22, 2014
Exhibit B ‐‐ Sales Surtax Summary Form
Roy Allen Elementary (3101)Design Build Firm Name: Gilbane Building Company Date: Updated March 10, 2016
DISTRICT SCHOOL SECURITY60 01 Perimeter/Entry Fencing and Gates60 02 Building Access and Security Equipment
EDUCATIONAL TECHNOLOGY65 01 Technology Building Cabling65 02 Technology Equipment Renewal65 03 Classroom Technology Infrastructure (Electrical, HVAC, Data)
FACILITY RENEWAL51 01 Safety and Building Code Deficiency Corrections51 02 ADA Code Deficiency Correction51 03 Fire Alarm System Renewal52 04 Central Mechanical Plant Renewal $571,494.00 $153,147.79 $724,641.79 $0.00 $724,641.79 $557,695.00 $52,823.51 $32,584.46 $724,641.79 ‐$252,354.7652 05 Cooling and Heating Control System Renewal $130,060.00 $34,853.21 $164,913.21 $0.00 $164,913.21 $164,980.00 $0.00 $7,415.54 $164,913.21 ‐$7,348.7552 06 Air Conditioning and Air Distribution Equipment Renewal53 07 Roofing System Renewal53 08 Exterior Building Wall Finish System Renewal53 09 Exterior Door/Window/Louver System Renewal52 10 Building Water and Sanitary Piping System Renewal52 11 Water Heating System Renewal54 12 Electrical Supply System (Transformers, Switchgear, Wiring) Renewal54 13 Electrical Distribution System Renewal54 14 Electrical Components (Lightning Protection, Intercom, Generator) Renewal54 15 Interior and Exterior Lighting Equipment Renewal52 16 Air Supply and Exhaust System Renewal52 17 Site Utility Systems (Gas, Electric, Storm, Water, Sanitary) Renewal
Contingency $40,381.00 $40,381.00 $40,381.00 ‐$40,381.00
Non Sales Tax
TOTAL $701,554.00 $188,001.00 $929,936.00 $0.00 $929,936.00 $722,675.00 $52,823.51 $40,000.00 $0.00 $929,936.00 ‐$300,084.51
ODP Net POAdminBalance (F ‐ total ‐ spent ‐
admin)Total Attachment F Spent & EncumberedDesign FeeGroup/Category Description Proposed Price
General Conditions, Fee, Insurance and
BondSubtotal
Updated 3/15/20162:14 PM
Gilbane Building Company | 315 E. Robinson Street, Suite 680, FL 32801 | Tel: 407.541.5904 | Fax: 407.541-5930
March 14, 2016
School Board of Brevard County
1254 S. Rockledge Ave.
Rockledge, Florida 32955
Attention: Art Johnson
Re: Roy Allen Elementary School, Mechanical Renewal
Subject: Construction Services Proposal
Mr. Johnson:
The Gilbane Building Company is pleased to submit our Construction Services proposal for the Mechanical Renewal
Project at Roy Allen Elementary School in Melbourne, Florida. Our fee proposal is based on the work occurring this
coming summer break, with an estimated completion date of August 2, 2016. This Proposal, in the amount of $929,937,
includes a Guaranteed Maximum Price (GMP) consisting of the following:
1) Comparison of all bids and the associated bids received
2) Allowances for any items in which bids were received
3) Bond, insurance, and Builder’s Risk costs
4) A 5% project contingency
5) CM fee based on 7% of construction value
We appreciate the opportunity to participate in this endeavor. Please contact me should you have any questions or
require clarification of any of these costs.
Respectfully submitted,
John Abbott
John Abbott
Operations Manager
Enclosure
Date: March 10, 2016
Owner: Brevard County Schools #REF! 27,052
A/E: DDC #REF! #REF!
GMP Cost Summary
GMP GMP
Estimate
03/10/16
01000 Exhibit A - General Conditions 1 ls $38,880 4.2%
01000 Exhibit A - General Requirements 1 ls $12,692 1.4%
03000 Concrete repair / replacement 1 ls $7,500 0.8%
09000 Finishes 1 ls $41,500 1.1%
15000 Mechanical 1 ls $680,554 59.2%
16000 Electrical (Allowance) 1 Alow $21,000 2.3%
Subtotal $802,126 65.8%
Construction Contingency $40,381 4.3%
Payment & Performance Bond 1 ls $7,124 0.8%
Contractor Default Insurance (CDI) $10,400 1.1%
General Liability $7,568 0.8%
Builders Risk 1 ls $1,500 0.2%
Fee $60,837 6.5%
Total-Lump Sum Amount $929,937 100.0%
1.33%
0.88%
7%
5.00%
Brevard County Schools - Roy Allen Elementary HVAC Modifications
Melbourne Florida
Section Description Estimated
Quantity
Unit
%/Total
Date: March 10, 2016
Owner: Brevard County Schools 27,052 A/E: DDC Engineering Inc
Section Description Est. Unit GMP GMPQty Estimate %/Total
03/10/16
01000 General Conditions (pre-con & const. phases)Exhibit A - General Conditions 1 ls $38,880 4.18%
Exhibit A - General Requirements 1 ls $12,692 1.36%
Division 1 Total $51,572 5.55%
02000 FencingWith Mechanical 1 ls $0.00 0.00%
Division 2 Total 5.55%
03000 Concrete & masonry repair / replacementGilbane Allowance 1 ls $7,500 0.81%
Division 3 Total $7,500
09000 FinishesPainting - Gilbane allowance 1 ls $10,000 1.08%
Wall patching - Gilbane allowance 1 ls $2,500 0.27%
Ceiling removal / replacements - Esco Services 1 ls $29,000 3.12%
Division 9 Total $41,500 1.08%
15000 MechanicalMerrit Island Air 1 ls $550,494 59.20%
Demo Existing Chillers, Pumps, Heat Exch, Piping 1 ea Inc. Above
F&I New Trane 400-ton Chiller 1 ea Inc. Above
F&I pumps with hydronic specialties 4 ea Inc. Above
F&I heat exchanger 1 ea Inc. Above
F&I chiller water piping to reconnect new devices 1 ls Inc. Above
Install only control valves and devices 1 ls Inc. Above
F&I supports 1 ls Inc. Above
Insulate piping 1 ls Inc. Above
F&I GPS devices 4 ea Inc. Above
F&I ABB vfd’s and disconnects for pumps 2 ea Inc. Above
T&B chiller and pumps 1 ls Inc. Above
Hoisting 1 ls Inc. Above
GMP Detailed Cost Breakdown
Date: March 10, 2016
Owner: Brevard County Schools 27,052 A/E: DDC Engineering Inc
Section Description Est. Unit GMP GMPQty Estimate %/Total
03/10/16
GMP Detailed Cost Breakdown
15000 ControlsSiemens 1 ls $130,060 13.99%
VAV AHU Controls 4 ea Inc. Above
Exhaust Fan Controls 12 ea Inc. Above
VAV Box Controls 58 ea Inc. Above
Division 15 Total $680,554 59.20%
16000 ElectricalGilbane Allowance 1 ls $21,000 2.26%
Demo of Existing Electrical to PTAC 1 ls Inc Above
F&I New N4X 100A/3P Disconnect for PTAC Unit and
Electrical Connection from Disconnect to Unit1 LS Inc. Above
Providing and Installing New 20A/1P Beaker, Conduit
and Wire to Power New HVAC GPS
Devices from Existing Panel LN3
1 LS Inc. Above
Disconnecting Existing Electrical Connection for
Chiller and Reconnecting Electrical for
New Chiller
1 LS Inc. Above
Demo of Existing Electrical for Mechanical Pumps per
sheet E-31 LS Inc. Above
Installation of New VFDs & Duplex Motor Starter 1 LS Inc. Above
New Power to CHWS1 & 2 Including 50A/3P
Breakers, N4X J-Boxes, Conduit and Wire1 LS Inc. Above
New Power Connections to CHWP1 & 2 from Motor
Starter (FBO) to Pumps1 LS Inc. Above
120V Power to HVAC Controllers per documents 1 LS Inc. Above
Division 16 Total $21,000 2.26%
Subtotal $802,126 65.82%
Construction Contingency $40,381 4.34%
Payment & Performance Bond 1 ls $7,124 0.77%
Contractor Default Insurance (CDI) $10,400 1.12%
General Liability $7,568 0.81%
Builders Risk 1 ls $1,500 0.16%
Fee $60,837 6.54%
Total Amount $929,937 100.00%
7.00%
5%
$13 / 1000
0.88%
Date: March 10, 2016Owner: Brevard County Schools
Architect: Roy Allen
No. Discipline Description Value Accepted Rejected Pending Review/Confirmed By:
1 Mech Chill water to P-Tac $ 96,950 $96,950
2 Mech Refurbish (2) ice tanks (no bid, have requested ROM) 137,097$ 137,000$
3 Mech Test and Balance VAV's and AD 15,250$ 15,250$
4 Mech P-TAC @ Buildling 3 (need $$ from Diversified) 3,355$ 3,355$
5 Mech P-TAC @ Building 3 (need $$ from Schwenn) 43,476$ 43,476$
6 Controls PTAC controls if DX 2,745$ 2,745$
7 Controls PTAC Controls if water 8,095$ 8,095$
8 Controls Chill water piping ceiling work 24,000$ $24,000
9 Electrical
TOTAL $330,968 $330,871
ORLANDO, FL
Additive Alternates
Bid Evaluation and Scope Review SummaryLEGEND
Base Bid Alternates
Y - Item included in Base Bid; Does not sum in Total A - Accepted Alternate; Sums in Total
N - Item not included in Base Bid; Does not Sum in Total R - Rejected Alternate; Does not Sum in Total
B - Breakout number, not included in Base Bid; Sums in Total
P - Plug number, not included in Base Bid; Sums in Total
HVAC Modifications - Roy Allen Elementary Acousti KHS&S Triangle Construction
Melbourne, FL Carlos Vasquez James Daniel Michael Purtz
9A - ACT 407.425.3467 (813) 716-1447 407.846.8274
Scott Boyatt [email protected] [email protected] [email protected]
Spec Scope Item Description
29,000$ DID NOT BID DID NOT BID
1 Pressure wash / clean equipment pad and interior spaces N
2 Demo partition wall at chiller location N
3 Patch demo'd partition (SOG, stucco, paint, all trade caulking) N
4 Remove / reinsatll ACT were required (base bid) Y
5 Patch all gypsum non-rated / rated partitions (base bid) N
6
Paint / patch all exterior stucco demolition and penetrations (base
bid) N
7
8 Per Plans and Specifications
9 Addenda acknowledged
10 Cleaning and protection of finished work
11 Material and Labor escalation included
12 Hoisting and handling of materials
13 Removal of all waste and debris
14 Sales Tax included
15
16
17
18
19 Total Adjustments ("B" and "P") -$ -$ -$ -$ -$ -$ -$ -$ -$
20 Base Bid with Adjustments -$ 29,000$ -$ -$ -$ -$ -$ -$ -$
21 MBE/DBE
22 ALTERNATES
23 1 Chill water piping w/o ceiling work 24,000$
24 2
25 3
26 4
27 5
28 6
29
30 Total ACCEPTED Alternates ("A") -$ -$ -$ -$ -$ -$ -$ -$ -$
31 Total Base Bid including ACCEPTED Alternates -$ 29,000$ -$ -$ -$ -$ -$ -$ -$
Job Name -
Gilbane Estimate
Esco Services
Location - Brett Spencer
Bid Package - 407.985.5072
BASE BID
<<Do not insert rows below this cell. Formulas will not adjust.
<<Do not insert rows below this cell. Formulas will not adjust.
Evaluator - [email protected]
Page 6 of 10
Filename - Roy Allen GMP Summary REVISED 3~14~16
Report Print - 3/14/2016, 4:58 PM
B - Sub Bid/Breakout
P - Gilbane Plug
Y/N - Included/Excluded in Base Bid
Bid Evaluation and Scope Review SummaryLEGEND
Base Bid Alternates
Y - Item included in Base Bid; Does not sum in Total A - Accepted Alternate; Sums in Total
N - Item not included in Base Bid; Does not Sum in Total R - Rejected Alternate; Does not Sum in Total
B - Breakout number, not included in Base Bid; Sums in Total
P - Plug number, not included in Base Bid; Sums in Total
HVAC Modifications - Roy Allen Elementary Merritt Island Air Southeast Services Hill York Services Air Mechanical Company Name Company Name Company Name Company Name
Melbourne, FL Robert Mollica Jake Harrell Paul Dekany Jason Bouck Contact Contact Contact Contact
15A - Mechanical 321-508-9276 321-632-6869 321.752.7184 407.699.0454 Phone Number Phone Number Phone Number Phone Number
Scott Boyatt
Spec Scope Item Description
625,400$ 545,494$ DID NOT BID DID NOT BID DID NOT BID -$ -$ -$ -$
1
2
Demo and removal of mechanical equipment (core drilling,
anchoring, all trade caulking, patching, and fireproofing associated
with this scope)
3 Provide and install all new mechanical equipment
4 Provide and install controls
5 Recover / Replace refigerant
6 T&B all AHU's, chillers, pumps as per base bide
7 Provide and install new global plasma solutions
8 Remove / replace existing controllers
9
Remove / replace temperature sensors and provide larger backer
plate as required.
10 Remove existing / replace valves as indicated
11 Remove existing replace air separator
12
Provide / install all required supports and anchoring (including
repairs to existing slab and / or an extension to the slab)
13 Provide and install all insulation, jackets, fittings, and accessories
14 Provide and install all labeling
15 Provide and install new EMS controls
16 Reconnect all existing to remain to the new systems
17 Complete color graphics pakcage with AUTOCAD or VISIO
18 Dwg M-10 details
19 Project specifrications
20 Overtime / Schedule Expediting $5,000.00
21 Per Plans and Specifications
22 Addenda acknowledged
23 Cleaning and protection of finished work
24 Material and Labor escalation included
25 Hoisting and handling of materials
26 Removal of all waste and debris
27 Sales Tax included
28
29
30 Total Adjustments ("B" and "P") -$ -$ -$ -$ -$ -$ -$
31 Base Bid with Adjustments 625,400$ 550,494$ -$ -$ -$ -$ -$ -$ -$
32 MBE/DBE
33 ALTERNATES
34 1 Chill water to P-Tac 96,950$ DID NOT BID
35 2 Refurbish (2) ice tanks 137,097$ DID NOT BID
36 3 Test and Balance VAV's and AD 15,250$ DID NOT BID
4 Electrical 34,800$ DID NOT BID
5 P-TAC @ Building ) 43,476$ DID NOT BID
Replace (2) ice tanks 131,000$ DID NOT BID
41
42 Total ACCEPTED Alternates ("A") -$ -$ -$ -$ -$ -$ -$ -$
43 Total Base Bid including ACCEPTED Alternates 625,400$ 550,494$ -$ -$ -$ -$ -$ -$ -$
Job Name - Schwenn Services
Location - Jeff Schwenneker
Bid Package - 407-895-7550
BASE BID
<<Do not insert rows below this cell. Formulas will not adjust.
<<Do not insert rows below this cell. Formulas will not adjust.
Evaluator -
Page 7 of 10
Filename - Roy Allen GMP Summary REVISED 3~14~16
Report Print - 3/14/2016, 4:58 PM
B - Sub Bid/Breakout
P - Gilbane Plug
Y/N - Included/Excluded in Base Bid Scope
Bid Evaluation and Scope Review SummaryLEGEND
Base Bid Alternates
Y - Item included in Base Bid; Does not sum in Total A - Accepted Alternate; Sums in Total
N - Item not included in Base Bid; Does not Sum in Total R - Rejected Alternate; Does not Sum in Total
B - Breakout number, not included in Base Bid; Sums in Total
P - Plug number, not included in Base Bid; Sums in Total
HVAC Modifications - Roy Allen Elementary Company Name Company Name Company Name Company Name Company Name Company Name
Melbourne, FL Contact Contact Contact Contact Contact Contact
15B - Controls Phone Number Phone Number Phone Number Phone Number Phone Number Phone Number
Scott Boyatt
Spec Scope Item Description
130,060$ 130,936$
1 VAV AHU Controls
2 VAV Box Controls
3 Exhaust fan controls
4 Chilled water system controls
5 "Other" controls equired for a turn key system
6
7 Per Plans and Specifications
8 Addenda acknowledged
9 Cleaning and protection of finished work
10 Material and Labor escalation included
11 Hoisting and handling of materials
12 Removal of all waste and debris
13 Sales Tax included
14
15
16
17
18 Total Adjustments ("B" and "P") -$ -$ -$ -$ -$ -$ -$ -$ -$
19 Base Bid with Adjustments -$ 130,060$ 130,936$ -$ -$ -$ -$ -$ -$
20 MBE/DBE
21 ALTERNATES
22 1 PTAC unit if DX Package AHU 2,745$ 5,169$
23 2 Single Zone AHU Controls 8,095$ -$
24 3 -$
25 4
26 5
27 6
28
29 Total ACCEPTED Alternates ("A") -$ -$ -$ -$ -$ -$ -$ -$ -$
30 Total Base Bid including ACCEPTED Alternates -$ 130,060$ 130,936$ -$ -$ -$ -$ -$ -$
BASE BID
<<Do not insert rows below this cell. Formulas will not adjust.
<<Do not insert rows below this cell. Formulas will not adjust.
Evaluator - [email protected] [email protected]
321.231.8697
Job Name -
Gilbane Estimate
Siemens Automated Logic
Location - Chris Lock Jack Lafferty
Bid Package - 407.462.7349
Page 8 of 10
Filename - Roy Allen GMP Summary REVISED 3~14~16
Report Print - 3/14/2016, 4:58 PM
B - Sub Bid/Breakout
P - Gilbane Plug
Y/N - Included/Excluded in Base Bid
Bid Evaluation and Scope Review SummaryLEGEND
Base Bid Alternates
Y - Item included in Base Bid; Does not sum in Total A - Accepted Alternate; Sums in Total
N - Item not included in Base Bid; Does not Sum in Total R - Rejected Alternate; Does not Sum in Total
B - Breakout number, not included in Base Bid; Sums in Total
P - Plug number, not included in Base Bid; Sums in Total
HVAC Modifications - Roy Allen Elementary Florida East Coast Jamerson Elect New Energy Service Sena Tech Company Name Company Name
Melbourne, FL Doug Bress Coy Jamerson John Petty Steve Terry Contact Contact
16A - Electrical 321.635.9566 407.830.9200 321.269.1124 321.600.4990 Phone Number Phone Number
Scott Boyatt [email protected] [email protected] [email protected] [email protected]
Spec Scope Item Description
20,670$ 28,100$ DID NOT BID DID NOT BID DID NOT BID DID NOT BID
1
Provide all coring, drilling, anchoring, all trade caulking, patching, and
fireproofing associated with this scope
2 Remove conduit and preserve existing as indicated
3 Remove wire and preserve existing as indicated
4 Provide and install new electrical services as indicated
5 Provide, install, and preserve all existing conduit as indicated
6 Provide power ot the HVAC GPS system (connection by Mech)
7 Disconnect feeders as indicated
8
Remove existing and associated conduit and feeders that had fed
that CHWS (removed by Div 15), VFD’s, and junction boxes. Load
side feeders to junction box from MDP2 shall remain
9
Existing CHWP pumps shall be removed (Div 15). Disconnect load
side feeders from duplex motor starter. Remove motor starter and
feeder conduits to pumps. Remove existing load side conduit and
feeders to serve new pumps.
10
11 Per Plans and Specifications
12 Addenda acknowledged
13 Cleaning and protection of finished work
14 Material and Labor escalation included
15 Hoisting and handling of materials
16 Removal of all waste and debris
17 Sales Tax included
18
19
20
21
22 Total Adjustments ("B" and "P") -$ -$ -$ -$ -$ -$ -$ -$ -$
23 Base Bid with Adjustments -$ 20,670$ 28,100$ -$ -$ -$ -$ -$ -$
24 MBE/DBE
25 ALTERNATES
26 1 All work associated with the PTAC 3,355$ DID NOT BID
27 2
28 3
29 4
30 5
31 6
32
33 Total ACCEPTED Alternates ("A") -$ -$ -$ -$ -$ -$ -$ -$ -$
34 Total Base Bid including ACCEPTED Alternates -$ 20,670$ 28,100$ -$ -$ -$ -$ -$ -$
BASE BID
<<Do not insert rows below this cell. Formulas will not adjust.
<<Do not insert rows below this cell. Formulas will not adjust.
Evaluator - [email protected] [email protected]
321.473.3143
Job Name -
Gilbane Estimate
Diversified Boys Electrical
Location - Tim Byrnes Sean Gouveia
Bid Package - 772.219.9942 125
Page 9 of 10
Filename - Roy Allen GMP Summary REVISED 3~14~16
Report Print - 3/14/2016, 4:58 PM
B - Sub Bid/Breakout
P - Gilbane Plug
Y/N - Included/Excluded in Base Bid
EXHIBIT B - SUB-PROJECT WORK REQUEST Page 1 of 1
EXHIBIT B
SUB-PROJECT WORK REQUEST
CONSTRUCTION MANAGEMENT CONTRACT FOR MINOR PROJECTS UNDER $2,000,000.00
THE SCHOOL BOARD OF BREVARD COUNTY, FLORIDA RFP # 14-Q-009-KR
Issue Date: March 10, 2016
Work Request Due Date: Roy Allen Elementary School
Project Name/Number: HVAC Modifications at Roy Allen Elementary School
Project Location(s):2601 Fountainhead Blvd., Melbourne, FL 32935
Project Schedule: Work to Commence on May 26, 2016; Substantial Completion August 2, 2016
Proposal Requested Pre-Construction � GMP � Study �
Construction Management Fee Lump Sum � NTE �
General Conditions Lump Sum � NTE �
Pre-Construction Compensation Lump Sum � NTE �
Performance/Payment Bond Required YES � NO �
Prof. Liability Insurance Required YES � NO �
Instructions to Contractors: Identified below you will find the proposed Scope of Work for the above referenced Project. In addition to this document, Drawings and Specifications may also be provided as noted below which establishes the full Design/Construction Documents. The Work includes, but is not limited to the following:
HVAC Modifications LIST OF DESIGN DOCUMENTS PROVIDED (Date 03/10/16)
See Exhibit C-1 DISTRICT REPRESENTATIVE CONTACT INFORMATION: Printed Name: Arthur Johnson Title: Project Manager Department: Facilities Phone/Fax Number: 321-633-3580 x 13062 Email Address: [email protected]
Exhibit C- Project Assignment Page 1 of 4
EXHIBIT C
GUARANTEED MAXIMUM PRICE
TO THE CONTINUING CONTRACT FOR
CONSTRUCTION MANGEMENT SERVICES/RFQ #14-Q-009-KR
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
GILBANE BUILDING COMPANY
FOR THE CONSTRUCTION OF:
SCHOOL: Roy Allen Elementary
PROJECT: Roy Allen Elementary School HVAC Modifications
Exhibit C- Project Assignment Page 2 of 4
ARTICLE 1. GUARANTEED MAXIMUM PRICE (GMP)
1.1.1 Guaranteed Maximum Price (GMP): Construction Manager guarantees that it shall not exceed a
Guaranteed Maximum Price (GMP) of Nine Hundred and Twenty-Nine Thousand Nine Hundred and
Thirty-Seven Dollars ($929,937.00) for the identified Sub-Project.
1.2 Basis of the GMP:
1.2.1 Construction Documents: The Scope of Work for the GMP shall be as defined in the
Construction Documents, prepared by DDC, titled HVAC Modifications at Roy Allen
Elementary School – 90% design review and dated February 15, 2016.
1.2.2 List of Contract Documents attached as Exhibit C-1.
1.2.3 Exceptions, Clarifications and Exclusions: The Scope of Work defined in the Contract
Documents shall be modified and/or clarified as shown in attached Exhibit C-2.
1.2.4 Truth-In-Negotiation: The Construction Manager certifies that the wage rates and other
factual unit costs supporting the compensation are accurate, complete and current at the
time of execution of each Sub-Project of which this certificate is a part. The original price
and any additions thereto shall be adjusted to exclude any significant sums by which the
Owner determines the Sub-Project amount was increased due to inaccurate, incomplete or
non-current wage rates and other factual unit costs and that such original Sub-Project
adjustments shall be made within one year following the end of the Agreement.
ARTICLE 2. PROJECT TIME
2.1 Substantial Completion Date: Substantial Completion of the Work as defined in the Sub-Project
Work Request (Exhibit B) shall be achieved by August 2nd, 2016 contingent upon April 12th, 2016
School Board approval of the GMP.
2.2 Final Completion Date: Final Completion for the Work as defined in the Sub-Project Work Request
(Exhibit B) shall be achieved within ninety (90) calendar days from the date established for
Substantial Completion.
2.3 Project Schedule: Attached to this Amendment will be a schedule identifying the above noted
completion times and intermediate milestone dates estimated for the Project. The proposed
schedule shall be integrated into the Construction Manager's CPM Schedule upon approval of its
Guaranteed Maximum Price Amendment.
ARTICLE 3. CONSTRUCTION MANAGEMENT FEE
3.1 Construction Management Fee: The Construction Management Fee for the Project shall be either a
☒Lump Sum or ☐Not-To-Exceed Fee (Check Correct Type – Reference Sub-Project Work Request
(Exhibit B) which identifies the Fee type) of sixty one thousand and thirty Dollars ($61,030.00).
Exhibit C - Guaranteed Maximum Price Amendment Page 2 of 4
Exhibit C- Project Assignment Page 3 of 4
ARTICLE 4. REIMBURSABLE GENERAL CONDITIONS COSTS
4.1 General Conditions: General Conditions costs for the Project shall not exceed thirty-eight thousand
and eight hundred and eighty Dollars ($38,880.00.00). General Conditions costs shall be
reimbursed at Construction Manager's actual cost. General Condition costs shall be in compliance
with the General Conditions to the Construction Management Contract (Exhibit A) and are
identified in the attached document, prepared by the Construction Manager titled HVAC
Modifications for Roy Allen Elementary School and dated April 8, 2014.
ARTICLE 5. LIQUIDATED DAMAGES
5.1 Substantial Completion: Construction Manager shall pay Owner zero Dollars ($1,000.00) as
liquidated damages for each day that substantial Completion extends beyond the Substantial
Completion Date.
5.2 Final Completion: Construction Manager shall pay Owner zero Dollars ($500.00) as liquidated
damages for each day that Final Completion extends beyond the Final Completion Date.
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 Construction Manager with respect to Owner’s
responsibilities:
Arthur Johnson, Owner’s Project Manager.
6.2 Construction Manager Representative: Construction Manager designates the individual listed
below as its Construction Manager's Representative to provide direct interface with Owner with
respect to Construction Manager's responsibilities:
Gary Chadeayne, Construction Manager's Project Manager.
(REMAINDER OF PAGE INTENTIONALLY LEFT BLANK)
Exhibit C-1 – List of Contract Documents Page 1 of 1
EXHIBIT C-1
CONTINUING CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES
FOR CONSTRUCTION PROJECTS NOT TO EXCEED $2,000,000 &
FOR STUDIES WITH A FEE NOT TO EXCEED $200,000 OR AS ALLOWED BY SCHOOL BOARD POLICY
RFQ #14-Q-009-KR
THE SCHOOL BOARD OF BREVARD COUNTY, FLORIDA
Date: 3/10/16
Project Name/Number: HVAC Modifications Roy Allen Elementary School
Project Location(s):Roy Allen Elementary School, Melbourne FL
LIST OF CONTRACT DOCUMENTS
See following page (attached)
(REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK)
March 10, 2016
Sheet No Description Date
G-1 Cover Sheet 2/15/2016M-1 Mechanical Legend & Abbreviations 2/15/2016M-2 Mechanical Schedules 2/15/2016M-3 Mechanical Demolition Plan - Buildling 6 2/15/2016M-4 Mechanical Demolition Plan - Buildling 3 & 8 2/15/2016M-5 Mechanical Plan - Buildilng 6 2/15/2016M-6 Mechanical Plan - Buildling 3 & 8 2/15/2016M-7 Mechanical Controls - Air Side 2/15/2016M-8 Mechanical Controls - Water Side 2/15/2016M-9 Mechanical Controls Site Plan 2/15/2016M-10 Mechanical Details 2/15/2016MS-1 Mechanical Specifications 2/15/2016MS-2 Mechanical Specifications 2/15/2016
E-1 Electrical Key Plan 2/15/2016E-2 New Electrical Plan 2/15/2016E-3 Electrical Chiller Plan 2/15/2016E-4 Electrical Panels & Diagram 2/15/2016ES-1 Electrical Specifications 2/15/2016
Enumeration of the Contract Documents
Page 5 of 9
Exhibit C-2 – Exceptions, Clarifications and Exclusions Page 1 of 1
EXHIBIT C-2
CONTINUING CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES
FOR CONSTRUCTION PROJECTS NOT TO EXCEED $2,000,000 &
FOR STUDIES WITH A FEE NOT TO EXCEED $200,000 OR AS ALLOWED BY SCHOOL BOARD POLICY
RFQ #14-Q-009-KR
THE SCHOOL BOARD OF BREVARD COUNTY, FLORIDA
Date: 3/10/16
Project Name/Number: HVAC Modifications Roy Allen Elementary School
Project Location(s): Roy Allen Elementary School, Melbourne FL
EXCEPTIONS, CLARIFICATIONS AND EXCLUSIONS TO CONTRACT DOCUMENTS.
See following page (attached)
(REMAINDER OF PAGE INTENTIONALLY LEFT BLANK)
The following is a summary of all qualifications and assumptions.
1. No guarantee exists on any single line item within the GMP, and savings on a particular line item may be
transferred to cover overruns of another line item expect general conditions.
2. Gilbane specifically excludes any costs caused by Errors and Omissions by the Engineers as cost of the
work.
3. We have assumed the cost of the following items are to be paid by the owner and are not included in this
proposal.
a. Impact or special assessment fees
b. Furniture, Fixtures & Equipment
c. Utility and power company fees and charges.
d. Security and watchmen during construction if required.
e. Removal and/or handling of asbestos, contaminated or hazardous materials.
4. Changes to the contract scope will not be annotated on shop drawings or submittals without first being
issued through the contract document change process.
5. This proposal is based on the mutually agreed to contract terms between Gilbane Building Company and
The School Board of Brevard County, Florida, as of April 8, 2014.
6. With the exception of the items specifically identified in this proposal, repairs to existing systems beyond
the point of connection of the new work have not been included. We have not included any warranty of
existing equipment. We have not included code required upgrades to existing installations, equipment, &
systems not shown on drawings.
7. We have assumed that all work performed by the Owner, i.e. asbestos abatement, will be completed in
accordance with the overall project schedule. In the event it is not, the overall project duration and cost
will be increased in accordance with the terms and conditions included in the contract agreement.
8. We have not included any costs for utility fees for power, water, sewer, or any other utility usage during
the course of construction or any other time thereof.
9. We have excluded any warranties & guarantees for all existing materials, installations, equipment, and
systems.
10. We have not included any costs for permits.
11. We have excluded any removal or abatement of any asbestos, mold, or other contaminated, hazardous or
toxic substances.
12. We have included a concrete allowance in this GMP.
13. We have included a wall patching allowance in this GMP.
14. We have included an electrical allowance in this GMP>
15. We have included limit ceiling removal and repair.
16. Fee will be added to contingency use. Fee will be included in underruns such as buyout savings from
allowances or unspent general conditions and transferred to contingency.
17. Descriptions of alternate in scope:
a. Chill water to P-Tac
b. Refurbish (2) ice tanks
c. Test and Balance VAV's and AD
d. P-TAC @ Building 3
e. PTAC controls if DX
f. PTAC Controls if water
g. Chill water piping ceiling work