Upload
others
View
6
Download
0
Embed Size (px)
Citation preview
I
Agenda Item: 3 F 1 PALM BEACH COUNTY
BOARD OF COUNTY COMMISSIONERS
AGENDA ITEM SUMMARY
--====---=== ---===--========'---===,========= Meeting Date: May 6, 2014
Department:
Submitted By: Department of Airports
Submitted For:
[x] Consent [ ] Workshop
[ ] Regular [ ] Public Hearing
=,====--,==============--===--,===--======== I. EXECUTIVE BRIEF
Motion and Title: Staff recommends motion to approve:
(A) Amendment No. 1 to the Construction Manager (CM) at Risk Contract with The Weitz Company, LLC for CM at Risk Services for Terminal Improvements at Palm Beach International Airport (PBIA) in the amount of $2,097,138 and 185 Calendar Days for Terminal Restroom Renovations Phase 1 at PBIA; and
(B) A Budget Transfer of $254,153 in the Airport Improvement and Development Fund to provide budget for the Contract, plus an additional 10% for permit and inspection fees, and unforeseen renovations. This includes a transfer from Reserves of $254,153.
Summary: The CM at Risk Contract with The Weitz Company, LLC for CM at Risk Services for Terminal Improvements at PBIA was approved by the Board on June 4, 2013 (R-2013-0664). The Contract is for 2 years with 3 one (1) year renewal options and is a task order based contract for CM at Risk Services at PBIA. The Weitz Company, LLC is an Iowa based firm; however, the work will be directly managed by their local South Florida office in Palm Beach County. Approval of Amendment No. 1 in the amount of $2,097,138 and 185 Calendar Days will provide funds to complete Task W-1: Terminal Restroom Renovations Phase 1 at PBIA. This task authorization includes interior renovations to seven (7) restrooms in the Terminal and Concourses. Passenger Facility Charge (PFC) funding of $2,087,526 is being utilized to fund this project. The Disadvantaged Business Enterprise (DBE) goal for this contract was established at 13%. The total anticipated DBE participation for this project is 13.29%. Countywide (JCM)
Background and Justification: This project is part of the ongoing terminal improvemenVenhancement project at PBIA. Over the past several years, the County has initiated multiple projects to enhance and improve the facilities at PBIA including new signage and flooring. Approval of Amendment No. 1 will enable the Department of Airports to complete the interior improvements to the first phase of the renovation of the twelve public restrooms in the Terminal and Concourses at PBIA. Phase 1 includes renovation of seven restrooms in Concourses B and C to be completed during the off-peak travel period. Improvements include reconfiguration of the space as necessary to meet current code, replacement of plumbing fixtures, replacement of toilet partitions, new finishes, and modifications to the fire alarm, electrical, plumbing and mechanical systems as required. Existing Family restrooms are to have plumbing fixtures replaced and new finishes provided. The remaining restrooms in the Terminal Area are to be completed in a future Phase 2 project. Builder's Risk Insurance for Task W-1 will be provided by the contractor.
Attachments: 1. Amendment No. 1 to the Contract with The Weitz Company LLC. - (3 originals) 2. Budget Transfer
----- = = = =
y u // y Date
- ✓1-:4~> Date
II. FISCAL IMPACT ANALYSIS
A. Five Year Summary of Fiscal Impact:
Fiscal Years
Capital Expenditures Operating Costs
External Revenues (Grants) Program Income (County) In-Kind Match (County)
NET FISCAL IMPACT
# ADDITIONAL FTE POSITIONS (Cumulative)
2014
$2,306,852
$2.306.852
2015
Is Item Included in Current Budget? Yes No ~
2016 2017
Budget Account No: Fund 4111 Department 121 Unit A324 Object 6211/6504
Reporting Category
B. Recommended Sources of Funds/Summary of Fiscal Impact:
2018
Approval of this item provides budget for The Weitz Company contract amendment and a 10% contingency for a total of $2,306,852. Funding sources consist of PFC revenues of $2,087,526 and airport revenue of $219,326. Also included is a transfer from reserves of $25t./i I S'3 A portion of the project has been previously budgeted in the above referenced accounts.
C. Departmental Fiscal Review:
Ill. REVIEW COMMENTS
al and/or Contract Development and Control Comments:
B. Legal Sufficiency:
C. Other Department Review:
Department Director
REVISED 9/03 ADM FORM01 (THIS SUMMARY IS NOT TO BE USED AS A BASIS FOR PAYMENT)
AMENDMENT !_TO CONTRACT BETWEEN
PALM BEACH COUNTY DEPARTMENT OF AIRPORTS AND THE WEITZ COMP ANY, LLC FOR
CONSTRUCTION MANAGEMENT SERVICES TERMINAL IMPROVEMENTS
PROJECT NO. PB 12-14
WHEREAS, the Owner and Construction Manager acknowledge and agree that the Contract between Owner and Constrnction Manager dated June 4. 2013 {R-2013-0664) is in full force and effect and that this merely supplements said Contract;
WHEREAS. the parties hereto entered into a Contract between Owner and Constrnction Manager whereby the Construction Manager has rendered or will render pre-construction services as specified therein; and
WHEREAS, the parties have negotiated a Guaranteed Maximum Price, including Construction Managers fees for construction and waiTanty services and other services as set forth herein and in the Contract;
WHEREAS, the Constr1.1ctio11 Manager represents that the Constrnction Manager, Snbcontr·actors, material and equipment suppliers have compared Phasing, Demolition, Architectural, Structnral, Mechanical, Electrical, Plumbing, Civil and Site Drawings and Specifications and have compai·ed and reviewed all general and specific details on the Drawings and that all conflicts, discrepancies, e1TOrs and omissions, which ai·e within the commonly accepted knowledge based of a licensed general contractor, subcontractor, trades persons, manufacturers or other parties required to CaI1)' out the Work involved in this Amendment, have been corrected or clarified prior to execution of this GMP Amendment to the Contract, and therefore Construction Manager warrants that the GMP ( exclusive of contingency) includes the cost of correcting all conflicts, discrepancies, enors, or omissions which Construction Maiiager identifies, or should have identified tlrrough the exercise ofreasonable skill and care, during the preconstruction phase of this Contract.
WHEREAS, the Construction Manager's review and comparison of all Drawings has taken into consideration the total and complete functioning of all systems and therefore the Construction Manager represents that the GMP represents the total cost for complete and functional systems.
NOW THEREFORE, in exchange for the mutnal covenants and promises set forth herein and the sums of money agreed to be paid by tl1e Owner to the Construction Manager, the parties agree as follows:
(1)
(2)
GUARANTEED MAXIMUM PRICE
Pnrsuant to Article 2.2 and Article 6 of the Contr·act between Owner and Construction Manager, the parties have agreed to the establishment of a Guaranteed Maximum Price of $ 2,097,138.00 for the construction costs of Task Wl Terminal Restroom Renovations - Phase 1. Refer to Exhibit A.
SCHEDULE OF TIME FOR COMPLETION
Pnrsuant to A1ticle 5.3, Constr1.1ctio11 Manager shall substantially complete tl1e project within 185 Calendar days of receiving the Notice to Proceed with construction work from the Owner. Liquidated Damages are $1,000.00/day for failnre to complete within the contr·act time or approved extension thereof. Final Completion shall be within 30 Calendar Days from Substantial Completion. There are no Liquidated Damages associated between Substai1tial ai1d Final Completion.
Attachment# --------
(3) ATTACHMENTS: Exhibit A - GMP Proposal - dated March 20, 2014
IN WITNESS WHEREOF, the Board of County Commissioners of Palm Beach County, Florida
has made and executed this Amendment on behalf of the COUNTY and CONSTRUCTION MANAGER
has hereunto set its hand the day and year above written.
ATTEST: SHARON R. BOCK, CLERK & COMPTROLLER
By: ______ _ Deputy Clerk
APPROVED AS TO FORM AND LEGAL SUFFICIENCY
By: _____ _ County Attorney
WITNltS: FOR CONSTRUCTION MANAGER
Z'~t,. Signature/
CJn\JlX,. Coi-J l~ ,;,or-J Name (type or print)
PALM BEACH COUNTY, FLORIDA Political Subdivision of the State of Florida BOARD OF COUNTY COMMISSIONERS
By: ___________ _ Priscilla A. Taylor, Mayor
APPROVED AS TO TERMS AND CONDITIONS
CONSTRUCTION MANAGER: The Weitz Company LLC
(~~~ ,f1/--
fx tt c.-. Vi""" ·~ ,ti' .1 ; cl ,<1,, J Title
(Corporate Seal)
Phase 1 Restroom Renovations Palm Beach International Airport
West Palm Beach, FL
GMP Closure Document March 20, 2014
March 20, 2014
Ms. Cynthia Portnoy, P .E. Project Manager Palm Beach County Department of Airports Planning and Development 846 Palm Beach International Airports West Palm Beach, Florida 33406-1491
REFERENCE: GMP ESTIMATE PHASE 1 RESTROOM RENOVATIONS PALM BEACH COUNTY DEPARTMENT OF AIRPORTS
Dear Ms. Portnoy:
The Weitz Company is pleased to present our GMP Estimate for the above referenced project. The attached documentation includes a detailed breakdown of costs based on Contract Documents dated June 7, 2013 by Colome & Associates, Inc. We have also included clarifications, construction schedule and document list for your review.
The Weitz Company is pleased to be working with Palm Beach County Department of Airports and look forward to assisting with this project. Once you have reviewed the enclosed documents, please contact me directly at 561.687.4821 to set up a time to answer any questions regarding our GMP estimate.
s1 reJLr/ huck Congdon
Sr. Project Manage
Cc: Will Stricklin, Estimator
WEITZ BUILD••IN>GOOD••·C.OMPANV.
PHASE 1 RESTROOM RENOVATIONS PALM BEACH INTERNATIONAL AIRPORT
WEST PALM BEACH, FL
GMPCLOSUREDOCUMENT March 20, 2014
TABLE OF CONTENTS
SECTION 1
SECTION 2
SECTION 3
SECTION 4
SECTION 5
GMP ESTIMATE
CLARIFICATIONS
CONSTRUCTION SCHEDULE
DOCUMENT LIST
DBE
SINCE// '1855
WEIT'Z BUILD IN GOOD COMPANY.
¢
SECTION 1: GMP ESTIMATE
G;:fiA
BUILD BN w1,,,., GOOD COMPANY.
Project: PBI Restroom Renovations Date: 3/20/2014
Document Date·
]1 • ~ Trade Description < ::J
~
in
1 01A General Conditions (per Article 8)
2 01A Construction Mngmt Services (per Article 7)
3 02A Demolition
4 03A Concrete
5 04A Masonry
6 05A Structural Steel
7 06A Rough Carpentry
8 DOE Countertops
9 07B Fireproofing
10 08A Doors, Frames & Hardware
11 09C Diywall
12 090 Tllework
13 09E Acoustical Treatment
14 09K Painting
15 100 Signage
16 10L Toilet Accessories & Partitions
17 21A Fire Protection
18 22A Plumbing
19 23A HVAC
20 26A Electrical
21 SUBTOTAL
22 Mlsc Cost of the Work
23 Sub Bonds or Subguard Total
24 Permits (by Owner) 0.00%
25 General Liabll!ty Insurance 0.950%
26 Warranty Services 0.250%
27 Builders Risk Insurance 0.340%
28 Builders Risk Insurance Deductible
29 Performance Bond 1.000%
30 Tax Savings (Allowance) 0.000%
31 Escalation 0.000%
32 Contractor Contingency 4.000%
33 Construction Manager's Fee (per Article 7)
34 Pre-Construction Services 1.000%
35 Overhead & Profit 5.000%
36 TOTAL PROJECT
Job#:
6/7/2013
Base Bid
$ 12,780
$ 254,650
$ 69,832
$ 3,962
$ 4,195
$ 49,254
$ 11,965
$ 161,175
$ 6,090
$ 17,993
$ 142,100
$ 226,388
$ 71,761
$ 12,875
$ 2,000
$ 146,769
$ 15,733
$ 261,363
$ 47,586
$ 330,513
$ 1,848,983
w/Tickets
$ -$ 19,923
$ 5,243
$ 7,130
$ 20,971
$ -$ -$ 73,959
$ 22,118
$ 98,810
$ 2,097,138
J:\EST..JOBS\PBI Terminal Restrooms\C.06 Est & Cost\Estimates\Eslimate Summary\PBI Restroom Renovations 2014-03-20
PHASE 1 GMP Estimate Summary
F113400
Sub Bond Sub Bond or or
DBE Value Subcontractor Spec Sections Subguard Rate Subguard
Value
0.00% w/Ticket $ 0.00% w/Ticket $ -1.50% w/Ticket $ 55,800 Sagoma
0.00% w/Ticket $ Weitz
0.00% w/Ticket $ - Weitz
1.50% w/Ticket $ - Skyline
0.00% w/Ticket $ - Weitz
1.50% w/ Ticket $ Artisan
1.50% w/Ticket $ State-Line
1.50% w/Ticket $ Atlantic D&H
1.50% w/Ticket $ 135,000 Cooper Const
1.50% w/Ticket $ - Zaharion's
1.50% w/Ticket $ Atlantic Interior
1.50% w/Ticket $ 12,685 Cooper Const
1.50% w/Ticket $ 970 Baron
1.50% w/Ticket $ - Lotspeich
1.50% w/ llcket $ - Fred McGi!vray
1.50% w/ Ticket $ Healey Plumb
1.50% w/ Ticket $ - M Advance Air
1.50% w/ Tlcket $ 74,329 Davco
$ - $ 278,785
DBE% 13.29%
1 of 1 3/26/2014 3:43 PM
6't'i%ifJ aUILD IN GOOD COMPANY. General Conditions Worksheet - Ticket 01A
Project: PBIA-Restroom Renovations Seclli>n 4: Estimate Formals, process, Types, Approach
Date: March 20, 2014 Prepared by; cc 4.3.1.3: General Conditions
1 010605 I Project Executive I week $ - 6,800.00 $ - - i $ - - $ - - $ - $ -
2 010606 Sr. VP / Construction Manager week $ $ $ $ $ $ 3 010607 VP/ Construction Manager week $ $ $ - $ - $ - $ -4 010608 Construction Manager week $ 6,200.00 I $ $ - $ - $ - $ -5 010610 Senior Project Manager 4 week $ 19,200 4,800.00 $ 19,200 $ - $ - 1$ - $ 19,200
6 010615 Project Manager 12 week $ 48,000 4,000.00 $ 48,000 - $ - $ - - $ - $ 48,000 --7 010616 Special Projects Director week $ 3,400.00 $ - $ - $ - $ $ -8 010617 Special Projects Manager week $ $ - - $ - $ $ - $ -9 010619 Ass't Project Manager week $ - 2,800.00 $ - - $ $ - $ - $ ---·
10 010620 Project Engineer 3 week $ 7,800 2,600.00 $ 7,800 - $ $ - $ - $ 7,800 --11 010623 Ass't Project Engineer week $ 2,000.00 $ - - $ - - $ - $ - $ ---- --·~-12 010629 Project Engineer - Intern week $ - $ - - $ $ - $ - $ -----· 13 010630 Director of Precon - Estimating week $ 6,200.00 $ - $ $ - $ - $
·-14 010640 Sr Preconslruction Manager week $ 4,200.00 $ - $ $ $ - $ .
15 010645 Preconstruction Manager week $ 4,000.00 $ $ - $ - - $ - $ -16 010646 M.E.P. Manager week $ 3,600.00 $ $ - $ - $ - $
-· 17 010650 Chief Estimator week $ 4,400.00 $ - $ $ - $ - $
18 010651 Sr. Estimator week $ 4,000.00 $ $ $ - $ $ -19 010652 Estimator week $ $ $ - $ - $ - $ 20 010654 Lead Estimator week $ 2,800.00 $ $ $ - $ - $ -21 010658 Estimator - Intern week $ $ - $ $ - $ $ -22 010660 Quality Control Manager week $ - $ - $ - $ - $ - $ ---~--23 010670 Schedule Manager week $ - $ - $ $ - $ - $ -24 010671 Modeling Manager week $ 2,800.00 $ $ - $ - $ - $
25 010705 Sr. Project Superintendent week $ - 5,200.00 $ - $ $ - $ - $ 26 010710 Project Superintendent 24 week $ 96,000 4,000.00 $ 96,000 $ - 1$ - $ $ 96,000
27 010711 General Superintendent week $ - 4,800.00 $ - $ $ $ $ 28 010715 Field Superintendent week $ - 2,800.00 $ $ $ - $ - $ -29 010720 Field Engineer week $ 2,200.00 $ - $ $ - $ $ -30 010721 Carpenter Foreman 24 week $ 36,000 1,500.00 $ 36,000 $ $ - $ - $ 36,000
31 010725 Labor Foreman week $ - $ - $ $ - $ - $ -32 010801 Preconstruction Coordinator week $ 1,800.00 $ - $ $ - $ - $ 33 010802 Project Coordinator 12 week $ 21,600 1,800.00 $ 21,600 $ - - $ - $ - $ 21,600
34 010805 BU Controller week $ - $ - $ - $ $ - $ -35 010806 BU Project Accountant - week $ 1,800.00 $ - $ $ - $ $ 36 010808 Sr. BU Project Accountant
. week $ - $ - $ - $ - $ - $
37 010809 BU Accounting Supervisor ·.
week $ $ $ - $ - $ - $ 38 010810 Admln Receptionist week $ - $ - $ - - $ - $ $ 39 018505 Safety Officer week $ - $ $ - $ - - $ $ -40 $ $ - - $ - $ - $ -41 $ $ - $ - $ - $ -
J:\E:ST-JOBS\PBI Tenninal Restrooms\C.06 Est & Cost\Estimales\E:stimate Summary\PBI Restroom Renovatlons 2014.03-20 Page 1 3/20/2014 2:33 PM
/0
i'kiHifJ BUILD IN GOOD COMPANY. General Conditions Worksheet~ Ticket 01A
Project: PBIA~Restroom Renovations Sac!ion 4: Estimate Formats, prooess, Types,Approach
Date: March 20, 2014 Prepared by: cc 4.3.1.3: General Conditions
42 011010 Subsistence & Incentive (!vi 7-9) mnth $ $ - $ - $ - - $ - $
43 011010 Subsistence & Incentive (lvl 11-13) mnth $ - $ $ - $ - - $ - $ 44 011010 Monthly Staff Travel - Out of Town mnth $ - $ $ - $ - - $ - $
45 011015 Admin. Travel 24 week $ 840 $ - $ - 35.00 $ 840 $ - $ 840
46 011020 Jobsite Travel & Field Staff Mileage week $ - $ - $ - - $ - - $ $
47 011300 Warehousing In & Out hour $ $ - 60.00 $ - $ - - $ - $ 48 011405 Temp Electric Service each $ - - $ ,$ - 1,000.00 $ - - $ - $
49 011405 Temp Water Connection each $ - $ - $ - 200.00 $ - - $ - $
50 011411 Temporary Generator mnth $ - $ - $ - $ - $ - $
51 011411 Temporary Generator Fuel!ng mnth $ $ $ - $ - $ - $
52 011415 Job Water Costs mnlh $ - $ 50.00 $ - - $ $ $ -53 011420 DSL installation each $ - $ 700.00 $ - $ - $ - $
54 011420 DSL Router each $ $ 250.00 $ $ - - $ - $ 55 011420 DSL Service mnth $ - $ 50.00 $ - $ - $ - $ 56 011420 Phone System Rental mnth $ $ $ - $ - - $ $ -57 011420 Job Telephone Service mnth $ - $ 400.00 $ - $ - - $ $ ---58 011421 Cell Phones/Radios - Field Staff 18 mnth $ 2,700 $ - $ $ - 150.00 $ 2,700 $ 2,700
59 011421 Cell Phones - Office Staff mnth $ $ - 150.00 $ - - $ $ - $ -60 011425 Chemical Toilet Rental mnlh $ - - $ - $ - 95.00 $ - $ $ -61 011425 Toilet Holding Tank mnth $ - $ - - $ - 325.00 $ - $ $ -62 011505 Office Trailer (list sizes available) mnth $ - $ - $ $ - 400.00 $ - $ -- --·-63 011505 Office Trailer (list sizes a'f<!i!able) mnth $ $ - $ - $ - 400.00 $ - $ -64 011505 Office Trailer (!!st siZ?S available) mnth $ - $ $ - - $ - 400.00 $ $ -
·-"·-65 011505 Security System for Trailer mnth $ - $ $ - $ - - $ - $ -66 011510 Jobsite Demobilization 1 each $ 1,700 1,200.00 $ 1,200 3,000.00 $ 500 - $ - - $ - $ 1,700 -~-----67 011510 Jobsile Mobilization 1 each $ 2,200 1,200.00 $ 1,200 $ 1,000 - $ - - $ $ 2,200
68 011510 Transport and Set Up Trailer each $ 917.20 $ 150,00 $ 400.00 $ - $ - $ 69 011510 Job Power Costs - Monthly mnth $ $ 400.00 $ $ $ - $ 70 011510 Job Power Costs - Start Up Months mnlh $ $ 2,500.00 $ $ $ - $ 71 011515 Office Furniture 1 L5 $ 2,500 $ $ 2,500.00 $ 2,500 $ - $ 2,500
72 011520 Project Sign - Identification 4'x8' each $ 60.00 $ 650.00 $ - $ $ - $ -73 011520 Project Signage - Dlrectional 1 lsum $ 1,200 $ $ 1,200.00 $ 1,200 $ - $ 1,200
74 011600 Computer 12 mnth $ 2,700 - $ - $ - - $ 225.00 $ 2,700 $ 2,700
75 011600 SIM Hardware & Software lsum $ - - $ - $ - $ - - $ $ 76 011600 Copier/Printer/Fax/Scanner w/ Service 6 mnth $ 3,000 - $ - $ - $ - 500.00 $ 3,000 $ 3,000
77 ,011600 Copier/Printer/Fax - no service mnth $ - - $ - $ - $ - 300.00 $ $ 78 011720 Web Camera each $ - - $ 1,500.00 $ - $ - $ $ -79 011725 EPCS Users 18 mnth $ 1,710 $ 95.00 $ 1,710 $ - - $ $ 1,710
80 011805 Printing ·. 6 mn!h $ 1,800 $ - 300.00 $ 1,800 $ $ - $ 1,800
81 011810 Aerial Photographs mn!h $ - $ 125.00 $ - $ $ - $ -82 011810 Construction Photographs mnth $ - $ 50.00 $ - $ $ - $ -83 011815 Office Supplies/Copies/Postage/UPS 6 mnth $ 2,100 - $ 350.00 $ 2,100 $ - $ - $ 2,100
84 011825 Drinking Water & Ice .•. 24 week $ 480 - $ 20.00 $ 480 $ - $ $ 480
85 011900 Data Processing Charges M$ $ - $ 2.50 $ $ - $ $
86 012005 Utility or Storage Trailer .
mnth $ - - $ $ $ - 200.00 $ $ -
J:IEST ✓OBS\PBI Terminal Restrooms\C.06 Est & Cosl\Es\imates\Estlmate Summary\PBI Restroom Renovations 2014-03-20 Page 2 3120/2014 2:33 PM
19Mifi BUILD IN GOOD COMPANY. General Conditions Worksheet - Ticket 01A
PBIA-Restroom Renovations SecUon 4: Estimate Formats, process, Tvpes, Approach
Trailer Permits $ $ $ 89 012010 Rent Off-Site Storage mnth $ $ $ $ $ $ 90 012010 Parking Fees & Meters mnth $ $ $ $ $ $ 91 012105 Construction Cleaning week $ 1,200.00 $ 40.00 $ $ $ $ 92 012105 Office Cleaning & Maintenance week $ $ $ $ $ $ 93 012110 Dumpster loads & Dump Fees each $ $ $ $ 500.00 I $ $ 94 012115 Final Cleaning 6 each $ 7,200 $ $ 1,200,00 $ 7,200 $ $ 7,200 95 012120 Glass Cleaning ,,. $ $ $ 0.05 $ $ $ 96 012125 Trash Chute for Debris moth $ $ $ $ $ $ 97 012210 Pick-Up 6 mnth $ 5,100 $ $ $ 850.00 $ 5,100 $ 5,100 98 012215 Pick-Up Fuel & Maintenance 6 mnth $ 3,600 $ 600.00 $ 3,600 $ $ $ 3,600 99 015505 Registered Surveying/Engineering LS $ $ $ 6,000.00 $ $ $
100 015510 Constructlon Layout mhc $ 30.00 $ $ $ $ $ 101 017715 Electronic Closeout Documents M$ $ $ $ 1.00 $ $ $ 102 018215 Dust Control - Bldg or Site week $ 200.00 $ $ $ $ $ 103 018300 Security Guard Service week $ $ $ 1,200.00 $ $ $ 104 018510 Accident Prevention (use backup as needed) week $ 90.00 $ 75.00 $ $ $ $ 105 018525 Temp Chain Link Fence loft $ $ $ 8.50 $ $ $ --~--~-106 018525 Maintain Temp Fence mnth $ 300.00 $ 0.50 $ $ $ $ 107 018530 Traffic Control mnth $ $ $ $ $ $ 108 018535 Lights & Barricades mnth $ 60.00 $ 250.00 $ $ $ $ 109 $ $ $ $ $ 110 Total General Conditions & Duration 6 mnth $ 12,780 I 254 I 231,000 I 11,190 I 11 11,740 ~ 11 13,soo 11 $ 2e1,430 I 111 check total $ 267,430 112 Monthly Summary:
113 Slaff $ 38,100 114 0.50% Site Services $ 6,472 115 Total Monthly Costs I 44,572
J:\EST-JOBS\PBI Terminal Restrooms\C.06 Est & Cost\Estimates\Eslimate Summaiy\PB! Restroom Renovations 2014-03-20 Page 3 3/20/2014 2:33 PM
1111••··· BUILD IN ,., err, GOOD COMPAIIIV. PBI Restroom Renovations
Demolition March 20, 2014 3 02A SQecifications: Budget 'Ticket Total
0 $69,832 DBE Value Subcontractor
$55,800 Sagoma SUBNENDOR NAME K&S AlliedBean Alen Construction Primus Sagoma
CONTACT Scott MIiis Anthony Ruben Alen Raf Jinadu Bianca Jarantow PHONE 1561) 848-5300 {954) 848-2806 1954, 252-1372 19541 817-2132 (954) 636-8560
Addenda acknowledged 0 Sub's Bond Rate %
DBE Status Yes Yes Yes
PHASE 1A $ 28,365 $ 29,600 $ 12,000 PHASE1B $ 17,050 $ 21,400 $ 8,500
BASE BID Quantity UOM Unit$ Weitz Est. $ 45,415 NO RE-BID $ 51,000 $ 20,500 $ 55,800 Per Plans & Specs (Y or N)
Monitor Adjacent Property lsum . Trash Removal lsum .
Dumpsters each . incl 10,000 10,000 10,000 Insurances . 20,000
.
. Concrete Cutting 2 each 1,500.00 3,000 3,000 3,000 3,000 3,000
Packaged Scope Requirement w/09C w/ 09C & 09D w/09C
SUBTOTAL 3,000 48,415 0 64,000 53,500 68,800
Sales Tax included 6.0% incl Sub's Bond or Subguard Default Rate - 1.5% $ 45 $ 726 $ . $ 960 $ 803 $ 1,032
I TOTAL SCOPE I I I 1$ 3,0451 $ 49,141 I$ . 1$ s4,96o I $ 54,3031 $ 69,8321
Alternates: Weitz Est. #1 - ( description l #2 - (description) #3 - (descriotion)
REMARKS:
I WEITZ OWNER
I RECOMMENDATION: APPROVAL:
J:IEST-JOBS\PBI Terminal Restrooms\C.06 Est & Cost\Estimates\Estimate Summary\PBI Restroom Renovations 2014-03-20 3/20/2014 2:34 PM
13
1111111 BUILD IN
PBI Restroom Renovations GDDD COMPANY.
I concrete I March 20, 2014 4 03A SQecifications: Budget Ticket Total
0 $3,962 DBE Value Subcontractor
Weitz SUBNENDOR NAME
CONTACT
PHONE
Addenda acknow!edaed 0 Sub's Bond Rate%
DBE Status
PHASE 1A $3,212 PHASE 1B $750.00
BASE BID Quantin UOM Unit$ Weitz Est. $ 3,962 er Plans & Specs (Y or N)
Reinforcment urnish-WWM 102 sqft 150
nstall-WWM ton
Pumo I Place I Finish 1-'Ump 1 dav 350.00 350
lace & Finish 16 mhr 32.00 512
Concrete Material 4000 PSI 1 cuvd 200 200
Concrete Patchino. 7 rms 250.00 1,750
Slab on Grade lnfills 1 areas 1,000.00 1,000
-
--
SUBTOTAL 3,962 3,962 0 0 0 0
Sales Tax included 6.0% incl Sub's Bond or Subauard Default Rate= 1.5% $ - $ - $ - $ - $ - $ -
TOTAL SCOPE I $ 3,962 $ 3,962 $ - $ - $ - $ -ulternates: Weitz Est
#1 - description) #2- descriotion) #3- descriotlon)
REMARKS:
WEITZ OWNER
RECOMMENDATION: APPROVAL:
J:\EST-JOBSIPBI Terminal Restrooms\C.06 Est & Cost\Estimates\Eslimate Summary\PBI Restroom Renovations 2014-03-20 3/20/2014 2:34 PM
Masonry Specifications:
0
Budget
DBE Value
SUBNENDOR NAMEI CONTA
PHON
Addenda acknowledged Sub's Bond Rate %
DBE Status
0
PHASE 1A PHASE 18
BASE BID Per Plans & Specs ('( or N)
Masonry - Interior Rebar - Furnish Rebar - Install Grout - Furnish Grout - Install
Night Stocking
SUBTOTAL Sales Tax included
Quantity UOM Unit$
lsum ton ton
1.5 cuvd 250.00 6 mhr 32.00
4 mhr 32.00
6.0% Sub's Bond or Subguard Default Rate= 1.5%
TOTAL SCOPE I I I I$ Alternates:
#1 - (description) #2 - (description) #3 - (description)
REMARKS:
WEITZ RECOMMENDATION:
0
Weitz Est.
3,500
375 192
128
4,195
$
4,1951$ Weitz Est
4195.00
0 incl
OWNER APPROVAL:
J:\EST-JOBS\PBI Terminal Restrooms\C.06 Es\ & Cost\Estimates\Estimate Summary\PBI Restroom Renovations 2014-03-20
PBI Restroom Renovations
March 20, 2014 5 04A Ticket Total
$4,195 Subcontractor
Weitz
.
0 0 0 0
$ $
3/20/2014 2:34 PM
IS
lli!iEJ BUILD IN
PBI Restroom Renovations GOOD COMPANY.
Structural Steel March 20, 2014 6 05A ~"'ecifications: Budget Ticket Total
0 $49,254 DBE Value Subcontractor
Skyline SUBNENDOR NAME Skyline Steel Fab
CONTACT David Davis Luis Preiss
PHONE /954) 968-1912 /954 \ 722-0440
Addenda acknowledged 0 Sub's Bond Rate%
DBE Status 0
PHASE 1A incl PHASE18 incl
BASE BID Quantih UOM Unit$ Weitz Est. $ 48,526 NO RE-BID er Plans & Specs (Y or N)
-C8x11.5 Channel lnft - incl C12x20.7 Channel lnft - inc! Channel Anchors and Bolts lsum - incl 3/8" x 1' Plate lnft - incl 1 1/2" Metal Deck s• ft - incl L3x3x1/4 Angle lnft - incl Angle Anchors lsum - incl Installation lsum - incl
-Vanity Angels -
------------------------
SUBTOTAL 0 48,526 0 0 0 0
Sales Tax included 6.0% incl Sub's Bond or Subguard Default Rate - 1.5% $ - $ 728 $ - $ - $ - $ -
TOTAL SCOPE $ - $ 49,254 $ - $ - $ - $ -lternates: Weitz Est. #1 - description) #2- descriotion) #3- descriotionl
REMARKS:
WEITZ OWNER
RECOMMENDATION: APPROVAL:
J;\EST-JOBSIPBI Terminal Restroorns\C.06 Est & Cost\Estimates\Estimats Summary\PBI Restroom Renovations 2014-03-20 3/2012014 2:34 PM
l'llill BUJLD UII
PBI Restroom Renovations aooD COMPANY.
Rouah Carpentry March 20, 2014 7 06A Snecifications: Budget Ticket Total
0 $11,965 DBE Value Subcontractor
Weitz SUBNENDOR NAME
CONTACT
PHONE .
Addenda acknowledged 0 Sub's Bond Rate %
DBE Status 0
PHASE1A 9460.00 PHASE1B . 2505.00
BASE BID Quantity UOM Unit$ Weitz Est. $ 11,965 Per Plans & Specs (Y or N)
-Accident Prevention 24 week 165.00 3,960 Clean Up Labor - Daily 24 week with GC Haul Debris to Dumpsters CY 0
0 Dumpsters 20 load with GC
0 Safety PPE, Rails, Misc Matis 1 lsum 500.00 500
0 Investigative demo 60 mhr 33.00 1,980 Temp. access provisions, repairs - Labor 125 mhr 33.00 4,125 Temp. access provisions, repairs - Mat'Js 7 area 200.00 1,400
SUBTOTAL 11,965 11,965 0 0 0 0 Sales Tax included 6.0% incl
Sub's Bond or Subguard Default Rate - 1.5% $ - $ - $ - $ -TOTAL SCOPE $ 11,965 $ 11,965 $ - $ - $ - $ -
Alternates: Weitz Est.
#1 - description) #2- description) #3- description)
REMARKS:
WEITZ OWNER
RECOMMENDATION: APPROVAL:
J:\EST-JOBSIPBI Terminal Restrooms\C,06 Est & Cosl\Estimates\Estimate Summary\PBI Restroom Renovations 2014-03-20 3/20/2014 2:34 PM
i@fofj BUILD IN GOOD COMP.A.NV. PBI Restroom Renovations
'lcountertops I March 20, 2014 8 06E
SQecifications: Budget Ticket Total
0 $161,175 DBE Value Subcontractor
Artisan SUBNENDOR NAME Artisan FL Custom
CONTACT Arnold Dan Payne
PHONE (561) 746-3737 (772) 232-2000
Addenda acknowledged 0 Sub's Bond Rate %
DBE Status 0
PHASE 1A $ 91,859 PHASE 1B $ 66,934
BASE BID Quantit. UOM Unit$ Weitz Est. $ 158,793 NO RE-BID Per Plans & Specs (Y or N)
-Quartz Countertops lnft incl
Quartz Cabinets w/ locks lnft incl
Corian Sinks incl -------------------------------
SUBTOTAL 0 158,793 0 0 0 0
Sales Tax included 6.0% incl
Sub's Bond or Subguard Default Rate - 1.5% $ - $ 2,382 $ - $ - $ - $ -TOTAL SCOPE $ - $ 161,175 $ - $ - $ - ~ -
Alternates: Weitz Est
#1 - description)
#2- description I #3- descriotion)
REMARKS:
WEITZ OWNER
RECOMMENDATION: APPROVAL:
J:IEST-JOBS\PBI Terminal Restrooms\C.06 Est & Cost\Estimates\Estimate Summary\PBI Restroom Renovations 2014-03-20 3/20/2014 2:34 PM
' IJUILD IN ·n•1,a GOOD COMPANY. PBI Restroom Renovations
IFireproofin~ I March 20, 2014 9 078 SQecifications: Budget llcket Total
0 .i6.090 DBE Value Subcontractor
State-Line SUBNENDOR NAME State-Llne
CONTACT
PHONE
Addenda acknowledged Sub's Bond Rate%
DBE Status 0
PHASE 1A $ 3,500 PHASE 1B $ 2,500
BASE BID Quantitv UOM Unit$ Weitz Est. $ 6,000 Per Plans & Specs (Y or N)
Fireproofing Patching 5 rms 1,000.00 5,000 Small Restrooms 2 rms 500.00 1,000
SUBTOTAL 6,000 6,000 0 0 0 0
Sales Tax included 6.0% incl Sub's Bond or Subnuard Default Rate = 1.5% $ 90 $ 90 $ - $ - $ - $ -
TOTAL SCOPE $ 6,090 $ 6,090 $ - $ . $ - $ -~Jternates: Weitz Est
#1 - {descriotion) #2 - {description) #3 - (descriotion)
REMARKS:
I WEITZ OWNER
I RECOMMENDATION: APPROVAL:
J:\EST..JOBSIPBI Terminal Restrooms\C.06 Est & Cosl\Estimatas\Estlmate Summaiy\PBI Restroom Renovations 2014-03-20 3/20/2014 2:34 PM
l1~111EI =~~: ~~MPANV. PSI Restroom Renovations
!Doors, Frames & Hardware I March 20, 2014 10 08A S12ecifications: Budget Ticket Total
0 $17,993 DBE Value Subcontractor
Atlantic D&H SUBNENDOR NAME Atlantic D&H Lotspeich Alen Const
CONTACT Dave Brown Davi Emch Ruben PHONE 1561 \ 968-2228 '561 \ 848-3040
Addenda acknowledged 0 Sub's Bond Rate %
DBE Status
0 PHASE 1A $ 13,865 incl PHASE 1B $ 3,862 incl
BASE BID Quantity UOM Unit$ Weitz Est. $ 17,727 NO RE-BID $ 34,600 Per Plans & Specs fr or N)
-Furnish Materials:
HM Single Frames 14 each incl incl HM Double Frames 3 each incl incl HM Doors 20 each incl incl Hardware 17 each incl incl
Installation: HM Frames - Install 17 each w/ D'"'n"all w/ Or\lwal!
HM Doors - Install 20 each incl incl
Door Hardware - Install 17 each incl above incl above
SUBTOTAL 0 17,727 0 34,600 0 0
Sales Tax included 6.0% incl Sub's Bond or Subguard Default Rate = 1.5% $ . $ 266 $ . $ 519 $ . $ .
TOTAL SCOPE $ . $ 17,993 $ . $ 35,119 $ . $ . Alternates: Weitz Est.
#1 - (description) #2 - (description) #3 - (description)
REMARKS:
WEITZ OWNER
RECOMMENDATION: APPROVAL:
J:IEST-JOBS\PBI T ermlnal Restrooms\C.06 Est & Cost\Estimates\Estimate Summary\PBI Restroom Renovations 2014-03-20 3/20/2014 2:34 PM
1m;11r1 BUILD IN PBI Restroom Renovations GOOD COMPANY.
Drywall March 20, 2014 11 09C Sgecifications: Budget Ticket Total 0 $142,100
DBE Value Subcontractor
$135,000 Cooper Const SUB/VENDOR NAME Applegate K&S Primus Cooper Const Alen Construction
CONTACT Jim Miller Scott Mills Raf Jackie Cooper Ruben Alen PHONE (561) 586-6156 (561) 848~5300 (954)817-2132 (561) 588-5222 (954) 252-1372
Addenda acknowledged 0 Sub's Bond Rate %
DBE Status YES YES YES
0 PHASE 1A $ 67,005 $ 57,230 $ 114,500 $ 73,925 $ 171,100 PHASE 1B $ 37,995 $ 34,895 $ 49,000 $ 41,933 $ 89,750
BASE BID Quantitv UOM Unit$ Weitz Est. $ 105,000 $ 92,125 $ 163,500 $ 109,800 $ 155,263 1-'er Plans & Specs <Y or N)
-Enaineerina of Ext Framina lsum - incl incl incl incl incl
-Meta! Stud Framinq - Drvwa!I saft - incl incl incl incl incl Insulation sqft - incl incl incl incl incl Wood Blocking / Backing lnft - incl incl incl incl incl
-Setting of HM Frames each - incl incl incl incl incl
-Access Panels each - incl incl $ 5,000 $ 5,000 Install Access Panels each - incl incl incl incl
-Temb Partitions - 22,000 13,875 incl 25,200 incl
--------
Packaged Scooe Requirement - w/02A w/02A w/ 02A & 09D
------------
SUBTOTAL 0 127,000 106,000 168,500 140,000 155,263
Sales Tax included 6.0% incl incl incl incl incl
Sub's Bond or Subauard Default Rate - 1.5% $ - $ 1,905 $ 1,590 $ 2,528 $ 2,100 $ 2,329
I TOTAL SCOPE I I I I$ - I$ 12s,9o5 I $ 101,590 I $ 111,02s I$ 142,100 I $ 157,592 I Alternates: Weitz Est.
#1 - {description) #2 - ( descriotion l #3 - (description)
REMARKS:
I WEITZ OWNER
I RECOMMENDATION: APPROVAL:
J:\EST-JOBSIPBI Terminal Restrooms\C.06 Est & Cost\Estimates\Estimate Summary\PBI Restroom Renovations 2014-03-20 3/20/2014 2:34 PM
Z../
11;1111 BUILD IN PBI Restroom Renovations GDOD COMPANY.
Tilework March 20, 2014 12 09D S12ecifications: Budget Ticket Total 0 $226,388
DBE Value Subcontractor
Zaharion's SUBNENDOR NAME Artisan Brian's Carpet Blueprint lndustri Zaharlon's Alen ConstructioI
CONTACT Arnold Tim Blash Larry Russ Ruben
PHONE (561) 427-3345 (561) 242-9500 (305)333-8110 {561) 848-0454 (954) 252-1372
Addenda acknowledged 0 Sub's Bond Rate%
DBE Status YES YES YES
0
PHASE 1A $ 131,363 $ 166,735 incl $ 129,331 $ 210,100 PHASE18 $ 85,935 $ 143,150 incl $ 83,711 $ 123,300
BASE BID Quantit'u UOM Unit$ Weitz Est. $ 217,298 $ 309,885 $ 245,000 $ 213,042 $ 227,813 Per Plans & Specs (Y or N)
-Prep - Floors sqft incl incl incl incl incl Waterproofing sqft 10,000 incl 10,000 10,000 10,000 Floor Tile soft incl incl incl incl incl Base lnft incl incl incl incl incl Mosaic Wall Tile sqft incl incl incl incl incl Porcelain Wal! Tile soft incl incl incl incl incl Sound Pane! Trim 1ft incl incl incl incl incl Mirror Trim lnft incl incl incl incl incl
Floor Tile Border (RR's 4,6 & 10) lnft incl incl incl incl incl
Coquina Wall Stone (RR's 1-5 & llnft 10) incl inc! incl incl incl
Attic Stock (3% or 24 min) lsum incl incl incl incl incl
----------
Packaaed Scope Requirement - w/ 02A & 09C ----------
SUBTOTAL 0 227,298 309,885 255,000 223,042 237,813 Sales Tax included 6.0% incl
Sub's Bond or Subquard Default Rate = 1.5% $ - $ 3,409 $ 4,648 $ 3,825 $ 3,346 $ 3,567
TOTAL SCOPE $ - $ 230,707 $ 314,533 $ 258,825 $ 226,388 $ 241,380
Riternates: Weitz Est.
#1 - description #2- description #3- description
REMARKS:
WEITZ OWNER
1 RECOMMENDATION: APPROVAL:
J:\EST-JOBS\PBI Terrni11al Restrooms\C.06 Est & Cost\Estimates\Estimate Summary\PBI Restroom Renovatio11s 2014-03-20 3/20/2014 2:34 PM
iMfafJ BUILD 1111 GOOP COMPANY. PBI Restroom Renovations
Acoustical Treatment March 20, 2014 13 09E SQ:ecifications: Budget Ticket Total 0 $71,761
DBE Value Subcontractor
Atlantic Interior SUB/VENDOR NAME Atlantic Interior Martin Acoustics Cooper Const Alen Constructio1 Applegate
CONTACT Greg Cox Joe Stowell Jackie Ruben Jim Miller PHONE (561) 575-4499 (772) 223-1341 (561) 588-5222 (954\252-1372 (561) 586-6156
Addenda acknowledged 0 Sub's Bond Rate %
DBE Status YES YES
0
PHASE 1A $ 37,600 incl $ 78,375 $ 15,925 $ 68,835 PHASE 18 $ 33,100 incl $ 46,457 $ 9,525 $ 40,965
BASE BID Quantitv UOM Unit$ Weitz Est. $ 70,700 $ 22,477 $ 124,832 $ 25,450 $ 109,800 n-•er Plans & Specs (Y or N)
-Ceiling Grid sqfl incl incl incl incl incl Ceiling Tile sqft incl incl incl incl incl Ceiling Mfr. Armstrona Armstrona Armstrona Armstrona Armstrono
Sound Panels incl 50,000 incl 50,000 incl
Attic Stock (2%) lsum --------------------------
SUBTOTAL 0 70,700 72,477 124,832 75,450 109,800 Sales Tax included 6.0% incl
Sub's Bond or Subauard Default Rate 1.5% $ - $ 1,061 $ 1,087 $ 1,872 $ 1,132 $ 1,647
I TOTAL SCOPE I I I I$ - I$ 71,761 I$ 73,564 I $ 126,704 I $ 76,ss2 I $ 111,447 I Alternates: Weitz Est.
#1 - description #2- description #3 - description
REMARKS:
WEITZ OWNER
RECOMMENDATION: APPROVAL:
J:\EST·JOBS\PBI Terminal Restrooms\C.06 Est & Cost\Estimates\Estlmate Summary\PBI Restroom Renovations 2014-03-20 3/20/2014 2:34 PM
SMfafJ BUILD IN GDOD CDMPANY. PBI Restroom Renovations
Paintin~ March 20, 2014 14 09K SQecifications: Budget Ticket Total
IO $12,875 DBE Value Subcontractor
$12,685 Cooper Const SUBNENDOR NAME Cooper Const Dynamic Painting Pro Painting Color Factory Alen Construction
CONTACT Jackie Jupiter Marlene Gonzale Isac Ruben
PHONE (561) 588-5222 (954) 520-9417 (954) 921-4470 (954) 978-2294 (9541252-1372
Addenda acknowledged 0 Sub's Bond Rate %
DBE Status YES YES 0
PHASE 1A $ 7,376 incl incl incl $ 22,250 PHASE 1B $ 5,309 incl incl incl $ 13,450
BASE BID Quantity UOM Unit$ Weitz Est. $ 12,685 $ 18,100 $ 18,608 $ 18,400 $ 35,700 er Plans & Soecs {Y or NI
-rxterior PaintinA sqft -nterior Paintina sqft -
Sitework Paintinq snft -_Joors & Frames saft -inish Carpentry Painting sqft -
MEP Exposed Painting sqft -unch Out / Touch Up lsum -
,rnall Covering sqft -aulking lnft -
-------------------------
SUBTOTAL 0 12,685 18,100 18,608 18,400 35,700
Sales Tax included 6.0% inc!
Sub's Bond or Subauard Default Rate= 1.5% $ - $ 190 $ 272 $ 279 $ 276 $ 536
TOTAL SCOPE $ - $ 12,875 $ 18,372 $ 18,887 $ 18,676 $ 36,236
lternates: Weitz Est.
#1 - ( descrintion #2 - ( description #3 - ( description
REMARKS:
WEITZ OWNER
RECOMMENDATION: APPROVAL:
J:\EST-JOBS\PBI Terminal Restrooms\C.06 Est & Cost\Estimates\Estimate Summary\PBI Restroom RenovaUons 2014-03-20 3/2012014 2:34 PM
5'.i/§ifJ BUILD IN 0000 COIVllPANV.
Signaae s12ecifications:
!O
Addenda acknowledged
Sub's Bond Rate % DBE Status
0
PHASE 1A
PHASE 1B
BASE BID Quantity UOM er Plans & Specs (Y or N)
Unload & Store Owner Furnished Siqnage each Install Owner Furnished Signage
Interior Signage ADA
Public Traffic Signs
SUBTOTAL Sales Tax included
Sub's Bond or Subguard
TOTAL SCOPE I Alternates:
#1 - (description) #2 - {description) #3 - (description)
REMARKS:
WEITZ RECOMMENDATION:
each
5 each 8 each
Default Rate -
PBI Restroom Renovations
March 20, 2014 15 10D Budget Ticket Total
$2,000 DBE Value Subcontractor
$970 Baron SUBNENDOR NAME BR Sign Fast Signs Baron Unisource
CONTACT
PHONE
0
Unit$ Weitz Est.
----
--------------------------
0 6.0% 1.5% $ -
I$ -Weitz Est.
Jessica Vaughn Victor
(954) 509.3791 (561) 688-9100
$ $
$
$
$
I$
640 415
1,055 NO RE-BID
250
1,000
2,305 incl
35 $
2 340 I $
OWNER APPROVAL:
0
--
Cameron Doug
(561) 863-2270 (239} 288--6951
YES YES
incl incl incl incl
$ 750 $ 1,615
$ 220 $ 250
1,000 1,000
1,970 2,865
$ 30 $ 43 $ -I$ 2000 I$ 2 908 I $ -
J:\EST-JOBS\PBI Terminal Restrooms\C.06 Est & Cosl\Estimates\Estimate Sumrnary\PBI Restroom Renovations 2014-03-20 3/20/2014 2:34 PM
0
i§i§ifJ BOU .. D IN GOOD COMPA.ftlV. PBI Restroom Renovations
Toilet Accessories & Partitions March 20, 2014 16 10L SQecifications: Budget Ticket Total 0
$146,769 DBE Value Subcontractor
Lotspeich SUBNENDOR NAME Lotspeich Mulliline CPD Direct Office
CONTACT Mark Mundell Diane Tierney Abbey Strum
PHONE (954) 978-2388 (954)791-1200 (515) 246-4600 (651) 773-9731
Addenda acknowledged 0 Sub's Bond Rate %
DBE Status
0
PHASE 1A $ 88,600 incl PHASE 1B $ 56,000 incl
BASE BID Quantiru UOM Unit$ Weitz Est. $ 144,600 NO RE-BID NO RE-BID $ 178,729 Per Plans & Specs (Y or N)
-Partitions - Furnish each - incl incl Partitions - Install each - incl incl Acces - Furnish each - incl incl Acces - Install each - incl incl Corner Guards each - incl incl
-----------------------------
SUBTOTAL 0 144,600 0 0 178,729 0 Sales Tax included 6.0% incl
Sub's Bond or Subauard Default Rate = 1.5% $ - $ 2,169 $ - $ - $ 2,681 $ -TOTAL SCOPE $ - $ 146 769 $ - $ - $ 181,410 $ -
Alternates: Weitz Est. #1 - (description) #2 - (description) #3 - (description)
REMARKS:
WEITZ OWNER
NDATION: APPROVAL:
J:\EST ..JOBS\PBI Terminal Restrooms\C.06 Est & Cost\Estimates\Estimate Summary\PBI Restroom Renovations 2014--03-20 3/20/2014 2:34 PM
111;1111 8UlLD IN PBI Restroom Renovations GOOD COMPANY.
Fire Protection March 20, 2014 17 21A ~"ecifications: Budget Ticket Total
ID .<1:15 733 DBE Value Subcontractor
Fred McGilvrav SUBNENDOR NAME Century Fire Farmer ltwin Fred McGilvray
CONTACT Tony Cortetto Rob Farmer Keith Hansen
PHONE (772\ 501-9443 (561)842-5316 (561) 471-3349
Addenda acknowledged
Sub's Bond Rate % DBE Status
0 PHASE 1A incl incl $ 10,000 PHASE 18 incl incl $ 5,500
BASE BID Quantity UOM Unit$ Weitz Est. $ 25,770 $ 28,900 $ 15,500 Per Plans & Specs (Y or N)
Demo existing Sprinkler Heads each incl incl incl New Sprinkler Heads each incl incl inc!
SUBTOTAL 0 25,770 28,900 15,500 0 0 Sales Tax included 6.0% incl
Sub's Bond or Subguard Default Rate = 1.5% $ . $ 387 $ 434 $ 233 $ . $ -TOTAL SCOPE $ - $ 26,157 $ 29,334 $ ·1::>,t.j3 $ - $ -
Alternates: Weitz Est. #1 - (descriotion) #2 - {description) #3 - (description)
REMARKS:
WEITZ OWNER RECOMMENDATION: APPROVAL:
J:\EST ..JOBS\PBI Terminal Restrooms\C.06 Est & Cost\Estimates\Eslimale Summary\PBI Restroom Renovations 2014-03-20 3/20/2014 2:34 PM
.?-1
1'111111 BUILD IN PBI Restroom Renovations GOOD COMPANY.
Plumbina March 20, 2014 18 22A Soecifications: Budget Ticket Total
Jo .i261.363 DBE Value Subcontractor
Heale, Plumb SUBNENDOR NAME Custom Plumbing Farmer \twin Pinnacle Plumb Total Systems Healey Plur
CONTACT Dao Ron Bloom Eric Hammond PJ Healey PHONE (561) 533-5470 (561) 842-5316 (954) 426-5555 (954) 327-8004 (954) 788-01
Addenda acknowledged Sub's Bond Rate %
DBE Status 0
PHASE1A $ 175,675 $ 164,100 $ 174,000 $ 174,861 $ 155,500 PHASE 1B $ 102,243 $ 93,700 $ 108,950 $ 104,002 $ 102,000
BASE BID Quantity UOM Unit$ Weitz Est. $ 277,917 $ 257,800 $ 282,950 $ 278,863 $ 257,500 Per Plans & Specs (i or N) ' Permits, Fees & Inspection lsum
Water Closets each incl incl incl incl incl ADA Water Closets each incl incl incl incl incl
Urinals each incl incl incl incl incl
ADA Lavatory each incl incl incl incl incl Counter Lavatory each faucet only faucet only faucet only faucet only faucet only
Elec Water Cooler each incl incl incl incl incl
Mop Sink each incl incl incl incl incl
Spray Hose each incl incl incl incl incl
SUBTOTAL 0 277,917 257,800 282,950 278,863 257,500
Sales Tax included 6.0% inc!
Sub's Bond or Subauard Default Rate - 1.5% $ . $ 4,169 $ 3,867 $ 4,244 $ 4,183 $ 3,863
TOTAL SCOPE I 1$ . I $ 282 086 I $ 261 667 I $ 287194 I $ 283 046 I $ 261 363 I Alternates: Weitz Est.
#1 - (description) #2 - ( description l #3 - {description)
REMARKS:
I WEITZ OWNER
I RECOMMENDATION: APPROVAL:
J:\EST-JOBSIPBI Terminal Restrooms\C.06 Est & Cost\Estimates\Estimate Summary\PBI Restroom Renovations 2014-03-20 3/20/2014 2:34 PM
FM¥fi BUil.iD UII PSI Restroom Renovations GOOD COIIIIP ... >IIV-
IHVAC I March 20, 2014 19 23A SQecifications: Budget Ticket Total
0 _'{;47586 DBE Value Subcontractor
AA Advance Air SUBNENDOR NAME AA Advance Air Farmer Irwin
CONTACT Phi! Steve Lockwood
PHONE (954) 971-5801 (561 l 842-5316
Addenda acknowledged Sub's Bond Rate %
DBE Status 0
PHASE1A $ 27,468 $ 32,900 PHASE1B $ 19,415 $ 14 800
BASE BID Quantitv UOM Unit$ Weitz Est. $ 46,883 $ 47,700 Per Plans & Specs (Y or N)
Demo existing Duct inc! incl Ductwork lnft incl incl Grilles & Diffusers each incl incl Exhaust Fans 4 each incl incl
SUBTOTAL 0 46,883 47,700 0 0 0
Sales Tax included 6.0% incl
Sub's Bond or Subguard Default Rate = 1.5% $ - $ 703 $ 716 $ - $ - $ -
TOTAL SCOPE $ - $ 47,586 $ 48,416 $ - $ - $ -~lternates: Weitz Est.
#1 - (description) #2 - (description) #3 - (description)
REMARKS:
WEITZ OWNER RECOMMENDATION: APPROVAL:
J:\EST-JOBSIPBI Terminal Restrooms\C.06 Est & Cost\Eslimates\Estimate Summary\PBI Restroom Renovations 2014-03-20 3120/2014 2:34 PM
l'~llllJ BUU.,D IN PBI Restroom Renovations GOOD COMPANY.
!Electrical I March 20, 2014 20 26A Specifications: Budget Ticket Total
0 .i330 513 DBE Value Subcontractor
$74 329 Davco SUBNENDOR NAME Current Connect Davco Stryker Bradford
CONTACT Gary Redling Jamie Starkins LE Pfeil Dale Godwin
PHONE /561) 863-0010 (561) 732-3434 f772l 219-3389 (561) 747-0656
Addenda acknowledged Sub's Bond Rate%
DBE Status
0 PHASE 1A $ 198,215 $ 189,407 PHASE 1B $ 127,414 $ 123,376
BASE BID Quantity UOM Unit$ Weitz Est. $ 399,900 $ 325,629 $ 312,783 NO RE-BID Per Plans & Specs (Y or N) Permit Fees & Inspections lsum
Constructability Review !sum incl incl incl Demo Existing Light Fixtures, fsum incl incl incl Temp Power and Lighting !sum incl incl incl Relocate Existing Lighted Signs 5 each incl incl incl Relocae Existing Flight 1 each incl incl incl Relocate Exisitng ATM each incl incl incl Light Fixtures !sum incl incl incl Fire Alarm Speaker/Strobes [sum incl incl 37,822 Panel Circuit Breakers lsum incl incl incl Wirinq and Fina! Connection of incl incl incl
SUBTOTAL 0 399,900 325,629 350,605 0 0
Sales Tax included 6.0% incl
Sub's Bond or Subquard Default Rate = 1.5% $ . $ 5,999 $ 4,884 $ 5,259 $ - $ -
TOTAL SCOPE I $ . $ 405,899 $ 330,513 $ 355,864 $ . $ -
Alternates: Weitz Est.
#1 - {description) #2 - (description) #3 - \description)
REMARKS:
WEITZ OWNER
RECOMMENDATION: APPROVAL:
J:\EST-JOBSIPBI Terminal Restrooms\C.06 Est & Cosl\Estimates\Estimate Summary\PBI Restroom Renovations 2014-03-20 3/2012014 2:34 PM
WEl'T"Z BUll.llll IN GOOD COMIPAll'IIY.
SECTION 2: CLARIFICATIONS
Gifif¾
61
WEl"'lmZ BUILD IN GOOD COMPANY.
PBI Terminal Restroom Renovations GMP Clarifications March 20, 2014
Clarifications
The Weitz Company Estimate Proposal is based on drawings and specifications by Colome & Associates, Inc. dated June 7, 2013. Unless otherwise already specifically noted, any/all changes having cost impact will be presented to Owner for approval. Scope of work is limited specifically to the following:
Division 1 - General Requirements 1. Scope of work includes only Restrooms 1, 4, 5, 8, 9, 10 and 12. All other restrooms are excluded. 2. Project duration is based on a twenty-four (24) week schedule. The project is to be completed in two phases with
one continuous mobilization. Phase la includes restrooms 1, 5, 8 and 9. Phase lb includes restrooms 4, 10 and 12. 3. Work to be performed Monday thru Friday; 7:00AM to 3:30PM and 7:00PM to 4:00AM. 4. Weekend and/or holiday work is excluded. 5. Jobsite temporary utility costs (i.e., temporary power & water consumption) are excluded. By Owner. 6. Parking for construction staff and workers is not included. Owner to provide parking at no cost. 7. Owner to provide area on site for storage of construction tools and materials. 8. All contractors will be granted access to work areas within the gate concourses through the airport employee lane
at the TSA security checkpoints. 9. Contractor will be allowed to stage dumpsters on the airport tarmac near the work areas. 10. We assume that permanent water, power and toilet facilities will be provided to us from existing utilities currently
serving the site. 11. Permit Fees are excluded. 12. Additional cost for work related Permit Comments are not included. 13. Staff rates are included as follows:
a. Sr Project Manager: $4,800/week b. Project Manager: $4,000/week c. Project Engineer: $2,600/week d. Project Superintendent: $4,000/week e. Carpenter Foreman: $1,500/week f. Project Coordinator: $1,800/week
14. The cost of Builders Risk Insurance premiums is included per paragraph 70-11.1 of the CMR contract. The cost of deductibles for claims related to windstorm is not included.
Division 2 - Demolition 1. Abatement/removal of any /all hazardous and/or unsuitable materials, are not anticipated and thereby excluded.
Re-locating of owner's furnishings, including but not limited to office furniture, computers, pictures, etc that occupies the area to be demolished is excluded.
2. Estimate includes removal of existing interior finishes including interior walls, tile flooring, ceilings, mechanical ductwork, plumbing fixtures, and electrical fixtures. No structural demolition is included.
Division 3 - Concrete 1. Only concrete patching is included in scope of work. No structural concrete is included.
Division 4 - Masonry 1. No new masonry work is included.
Division s - Structural Steel 1. Steel angle is included for vanity supports. 2. No structural steel is included.
Division 6 - Countertops 1. Solid quartz surfaces are to be Cambria Natural Quartz in colors of Burnbury and Dover from manufacturer's
standard range. Custom colors quartz are not included.
Page I of2
WElrrF:Z BUU.D IN GOOD COMPANY.
PBI Terminal Restroom Renovations GMP Clarifications March 20, 2014
Clarifications
2. Custom Dupont Corian sinks are from manufacturer's standard range of colors. Custom Corian colors are not included.
Division 7 - Fireproofing 1. Patching of fireproofing of structural steel under restrooms is only included at locations where plumbing fixtures are
relocated.
Division 8 - Openings 1. Per RF! #008, access doors 201, 212, and 213 are to be 6'0" instead of 6'8" as this is the largest available size.
Division 9 - Finishes 1. Structural framing or engineering is not included. 2. Insulation above acoustical ceiling is not included.
Division 21 - fire Protection 1. Raising or lowering of existing main is not included.
Division 22 - Plumbing 1. Per RF! #001, fixture sensors are to be hard wired, not battery powered.
Division 23 - HVAC 1. Elevation adjustments to existing ductwork not shown on plans is not included. 2. Cleaning of existing ductwork is not included.
Division 26 - Electrical 1. No Primary cabling, switches, or transformers are included. Existing to remain in place. 2. No Security or CCTV is included.
Page 2 of2
WEITZ BUILD IN GOOD COMPANY.
SECTION 3: CONSTRUCTION SCHEDULE
35
Description
Develo GMP
Submit Draft GMP
Submit Phase 1 Revised GMP
Task W1 Notice to Proceed
Task W1 Mobilization
Tern Walls and Secure Area
Demo Finishes and Existin Walls
Frame for New Walls and Soffits
Han D wall and Finish
Prime and First Coat
Install Ceilin Grid
Install Tile
MEP Trim and Fixtures
Install Toilet Partitions and Accessories
Final Paint Punch/ Clean U / Remove Tern Wall
2400 Tern Walls and Secure Area Demo Finishes and Existin Walls
Frame for New Walls and Soffits
Prime and First Coat
Install Ceilin Grid
Install Tile Install Vanit
2530 Final Paint
2540 Punch/ Clean U / Remove Tern Wall Bathroom #4
Start date Finish date Data date Run date
14JUN13 23OCT14 20MAR14 26MAR14
Pa e number 1A
g Primavera S stems, Inc
Orig Rem Dur Dur
Early Start
25d 0 03JUN13
0 0
36d 0 19MAR14
0 0
3d 3d 07MAY14 0 0 12MAY14
5d 12MAY14
2d 2d 19MAY14
5d 5d 21MAY14
5d 5d 28MAY14
5d 5d 04JUN14
5d 5d 11JUN14
2d 2d 18JUN14
2d 2d 20JUN14
10d 10d 24JUN14
2d 2d 09JUL 14
3d 3d 11JUL 14
7d 7d 11JUL 14
5d 5d 22JUL 14
1d 1d 29JUL 14
3d 3d 30JUL 14
2d 2d 04AUG14
2d 2d 19MAY14
5d 5d 21MAY14
5d 5d 28MAY14
5d 5d 04JUN 14
5d 5d 11JUN14
2d 2d 18JUN14
2d 2d 20JUN14
10d 10d 24JUN14
2d 2d 09JUL 14
3d 3d 11JUL 14 7d 7d 11JUL 14
5d 5d 22JUL 14
1d 1d 29JUL 14
3d 3d 30JUL 14
2d 2d 04AUG14
Early Finish
29AUG13
20NOV13
20MAR14
06MAY14 * 09MAY14
16MAY14
20MAY14 27MAY14
03JUN14
10JUN14
17JUN14 19JUN14
23JUN14
08JUL 14
10JUL 14
15JUL14
21JUL 14 28JUL 14
29JUL 14
01AUG14
05AUG14
20MAY14
27MAY14
03JUN14
10JUN 14
17JUN14
19JUN14
23JUN14
08JUL 14
10JUL 14
15JUL 14 21JUL 14
28JUL 14
29JUL 14
01AUG14 05AUG14
Total Float
0
0 0
0
0
0
0
0
0
0
0
0
0
4d
0 0
0
0
0
0
0
0
0 0
0
0
0 0
4d 0
0
0 0
0
100
100
100
0
0 0
0
0
0
0
0
0
0
0
0
0 0
0
0
0
0 0
0
0
0
0
0
0
0
0
0
0 0 0
0
0
0
APR MAY Actual Start
Actual Finish 07 14 21 28 05 12 19 26 15 22 29 06
03JUN13 29AUG13 20NOV13
19MAR14 20MAR14 Submit Phase 1 Revised GMP
The Weitz Company PBIA Bathroom Renovations
Draft Schedule 'Exhibit E'
<> Board Iii Prep
•T
Approval of Task W1 GMP
re Task W1 Notice to Proceed sk W1 Notice to Proceed
ask W1 Mobilization Task W1 Material Procurem
Temp Walls and Secure Area liiiil Demo Finishes and Existing Walls
liiiiil Frame for New Walls and Soffits
!&iii Rough in MEP
liiiiil Hang Drywall and Finish a Prime and First Coat
i. Install Ceiling Grid
liiiiiiiiiiii I nsta II Ti le
a Install Vanity an Tops
ei Tile Backspl sh liiaiiiil MEP Tri and Fixtures
u=::J lnsta I Toilet Partitions and Accessories
Ceiling Tile
I Paint 11 unch / Clean Up / Remove Temp Wall
Temp Wal ls and Secure Area liiiiil Demo Finishes and Existing Walls
liiiiii Frame for New Walls and Soffits
liiiiil Rough in MEP liiiiil Hang Drywall and Finish
a Prime and First Coat
i. Install Ceiling Grid
liiiiiiiiiii Install Tile
a Install Vanity an Tops
i.a::i Tile Backspl sh liiiiiiiiiiil MEP Tri and Fixtures
liiiiii'l lnsta I Toilet Partitions and Accessories
Ceiling Tile
I Paint
Ii unch / Clean Up / Remove Temp Wall
IE=:I Early bar
'-ii Progress bar
1i!iE1 Critical bar
- summary bar
• Start m ilestone poir
• Finish milestone po
36
5d 5d 11AUG14 15AUG14 5d 0 1a Demo Finishes and Existing Walls
Frame for New Walls and Soffits 5d 5d 18AUG14 22AUG14 5d 0 ia Frame for New Walls and Soffits
Rou h in MEP 5d 5d 25AUG14 29AUG14 5d 0 re=! Rough in MEP
Han Dr wall and Finish 5d 5d 01SEP14 05SEP14 5d 0 ia Hang Drywall and Finish
Prime and First Coat 2d 2d 08SEP14 09SEP14 5d 0 Iii Prime and First Coat
Install Ceilin Grid 2d 2d 10SEP14 11SEP14 5d 0 Iii Install Ceiling Grid
Install lile 7d 7d 12SEP14 22SEP14 5d 0 ~ Install Tile
and To s 2d 2d 23SEP14 24SEP14 5d 0 o Install Vanity and Tops
3d 3d 25SEP14 29SEP14 9d 0 121 Tile Backsplash
MEP Trim and Fixtures 7d 7d 25SEP14 03OCT14 5d 0 1=:1 MEP Trim and Fixtures
Install Toilet Partitions and Accessories 5d 5d 06OCT14 10OCT14 5d 0 121 Install Toilet Partition
1d 1d 13OCT14 13OCT14 5d 0 1 Drop Ceiling Tile
Final Paint • 1d 1d 14OCT14 14OCT14 5d 0 1 Final Paint
Punch / Clean U / Remove Tern Wall 2d 2d 15OCT14 16OCT14 5d 0 Iii Punch / Clean Up
Bathroom #10
Tern Walls and Secure Area 2d 2d 07AUG14 08AUG14 5d 0 Temp Walls and Secure Area
I
Demo Finishes and Existin Walls 5d 5d 11AUG14 15AUG14 5d 0 ia Demo Finishes and Existing Walls
Frame for New Walls and Soffits 5d 5d 18AUG14 22AUG14 5d 0 1a Frame for New Walls and Soffits
Rou h in MEP 5d 5d 25AUG14 29AUG14 5d 0 e Rough in MEP
5d 5d 01SEP14 05SEP14 5d 0 1a Hang Drywall and Finish
Prime and First Coat 2d 2d 08SEP1 4 09SEP14 5d 0 Ii Prime and First Coat
Install Ceilin Grid 2d 2d 10SEP14 11SEP14 5d 0 Iii Install Ceiling Grid
Install TIie 7d 7d 12SEP14 22SEP14 5d 0 lii==:I Install Tile
and To s 2d 2d 23SEP14 24SEP14 5d 0 o Install Vanity and Tops
lile Backs lash 3d 3d 25SEP14 29SEP14 9d 0 1a Tile Backsplash
MEP Trim and Fixtures 7d 7d 25SEP14 03OCT14 5d 0 ~ MEP Trim and Fixtures
Install Toilet Partitions and Accessories 5d 5d 06OCT14 10OCT14 5d 0 IE:I Install Toilet Partition
Dro Ceilin lile 1d 1d 13OCT14 13OCT14 5d 0 1 Drop Ceiling Ti le
Final Paint 1d 1d 14OCT14 14OCT14 5d 0 1 Final Paint
Punch/ Clean U / Remove Tern Wall 2d 2d 15OCT14 16OCT14 5d 0 Iii Punch / Clean Up
Tern Walls and Secure Area 1d 1d 19MAY14 19MAY14 35d 0 Temp Walls and Secure Area
Demo Finishes and Existin Walls 2d 2d 20MAY14 21MAY14 35d 0 o Demo Finishes and Existing Walls
Frame for New Walls and Soffits 1d 1d 22MAY14 22MAY14 35d 0 1 Frame for New Walls and Soffits
1d 1d 23MAY14 23MAY14 35d 0 1 Rough in MEP
3d 3d 26MAY 14 28MAY14 35d 0 liJ Hang Drywall and Finish
Prime and First Coat 1d 1d 29MAY14 29MAY14 35d 0 1 Prime and First Coat
Install Ceilin Grid 1d 1d 30MAY14 30MAY14 35d 0 I Install Ceiling Grid
Install TIie 2d 2d 02JUN14 03JUN14 35d 0 o Install Tile
and To s 1d 1d 04JUN14 04JUN14 35d 0 • Install Vanity and Tops
lile Backs lash 2d 2d 05JUN14 06JUN14 36d 0 o Tile Backsplash
MEP Trim and Fixtures 3d 3d 05JUN14 09JUN14 35d 0 ll:;;:I MEP Trim and Fixtures
Install Toilet Partitions and Accessories 2d 2d 10JUN14 11JUN14 35d 0 o Install Toilet Partitions and Acces ories
Dro Ceilin lile 1d 1d 12JUN14 12JUN14 35d 0 1 Drop Ceiling Tile
Final Paint 1d 1d 13JUN14 13JUN14 35d 0 1 Final Paint
Punch/ Clean U / Remove Tern Wall 1d 1d 16JUN14 16JUN14 35d 0 1 Punch / Clean Up / Remove empWall
Start date 14JUN13 IE::::5 Early bar
Finish date 23OCT14 The Weitz Company liiiiiil Progress bar Data date 20MAR14 PBIA Bathroom Renovations 1c::E1 Critical bar Run date 26MAR14 Pa e number 2A Draft Schedule - summary bar
'Exhibit E' • Start milestone poir
ID Primavera S stems Inc • Finish milestone po
387
Tern Walls and Secure Area 2d 2d 19MAY14
Demo Finishes and Existin Walls 5d 5d 21MAY14
Frame for New Walls and Soffits 5d 5d 28MAY14
Rou h in MEP 5d 5d 04JUN14
Han D wall and Finish 5d 5d 11JUN14
Prime and First Coat 2d 2d 18JUN14
Install Ceilin Grid 2d 2d 20JUN14
Install Tile 10d 10d 24JUN14
Install Vanit and To s 2d 2d 09JUL 14
3d 3d 11JUL 14
MEP Trim and Fixtures 7d 7d 11JUL 14
Install Toilet Partitions and Accessories 5d 5d 22JUL 14
Dro Ceilin Tile 1d 1d 29JUL 14
3d 3d 30JUL 14
2d 2d 04AUG14
Bathroom #12 - Family Restroom
4000 Tern Walls and Secure Area 2d 2d 07AUG14
4010 Demo Finishes and Existin Walls 5d 5d 11AUG14
Frame for New Walls and Soffits 5d 5d 18AUG14
Rou h in MEP 5d 5d 25AUG14
Han Dr wall and Finish 5d 5d 01SEP14
Prime and First Coat 2d 2d 08SEP14
Install Ceilin Grid 2d 2d 10SEP14
Install Tile 10d 10d 12SEP14
2d 2d 26SEP14
3d 3d 30SEP14
MEP Trim and Fixtures 7d 7d 30SEP14
Install Toilet Partitions and Accessories 5d 5d 09OCT14
1d 1d 16OCT14
Final Paint 3d 3d 17OCT14
Punch / Clean U / Remove Tern Wall 2d 2d 22OCT14
I I
Start date 14JUN 13 Finish date 23OCT14 Data date 20MAR14 Run date 26MAR 14 Pa e number 3A
tD Primavera S stems, Inc
20MAY14 0 0
27MAY14 0 0
03JUN14 0 0
10JUN14 0 0
17JUN14 0 0
19JUN14 0 0
23JUN14 0 0
08JUL 14 0 0
10JUL 14 0 0
15JUL 14 4d 0
21JUL 14 0 0
28JUL 14 0 0
29JUL 14 0 0
01AUG14 0 0
05AUG14 0 0
08AUG14 0 0
15AUG14 0 0
22AUG14 0 0
29AUG14 0 0
05SEP14 0 0
09SEP14 0 0
11SEP14 0 0
25SEP14 0 0
29SEP14 0 0
02OCT14 4d 0
08OCT14 0 0
15OCT14 0 0
16OCT14 0 0
210CT14 0 0
23OCT14 0 0
The Weitz Company PBIA Bathroom Renovations
Draft Schedule 'Exhibit E'
Temp Walls and Secure Area
liiil Demo Finishes and Existing Walls
liiioil Frame for New Walls and Soffits
liiiil Rough in MEP liiiil Hang Drywall and Finish
o Prime and First Coat
lill Install Ceiling Grid
Install Tile
liiiiiiiiiiil MEP Tri liiiiiiil lnsta
Ii
and Fixtures I Toilet Partitions and Accessories
Ceiling Tile
I Paint unch / Clean Up / Remove Temp Wall
Temp Walls and Secure Area
IE! Demo Finishes and Existing Walls IEI Frame for New Walls and Soffits
m:::J Rough in MEP
1c1 Hang Drywall and Finish
Ii Prime and First Coat
Ii Install Ceiling Grid he r 1 Install Tile
ICl Install Vanity and Tops
m Tile Backsplash
1==1 MEP Trim and Fixture
~ Install Toilet Partiti , 1 Drop Ceiling Tile
~ Final Paint
o Punch / Clea
IE=:! Early bar liiiii Progress bar
Critical bar
- summary bar
• Start milestone poir • Finish milestone po
WEl"l'"Z BUILD 11111 GOOD COMPANY.
SECTION 4: DOCUMENT LIST
o,a,a
Palm Beach International Airport Palm Beach County, Florida PBIA - Restroom Renovations Permit Documents June 7, 2013
'Exhibit B'
This presentation is based upon the following documents and communications:
Drawings dated June 2013:
Cover Sheet Cover A-1 A-1.1 A-1.1.1 A-1.2 A-1.2.1 A-1.3 A-1.3.1 A-1.4 A-2 A-2-LS A-2.1 A-2.1.1 A-2.2 A-2.2.1 A-2.3 A-2.3.1 A-2.4 A-2.4.1 A-2.5 A-2.5.1 A-2.6 A-2.7 A-2.7.1 A-3 A-3.1 A-3.1.1 A-4.1
Concourse A Level 1 Restroom #1 Concourse A Level 1 Restroom #1 Concourse A Level 1 Restroom #1 Terminal West Side Level 1 Restroom #2 Terminal West Side Level 1 Restroom #2 Terminal East Side Level 1 Restroom #3 Terminal East Side Level 1 Restroom #3 Terminal East Side Level 1 Stair Removal Terminal Level 2 Overall Floor Plan Concourse B Life Safety Plan Concourse B South Level 2 Restroom #4 Concourse B South Level 2 Restroom #4 Concourse B North Level 2 Restroom #5 Concourse B North Level 2 Restroom #5 Terminal West Side Level 2 Restroom #6 Terminal West Side Level 2 Restroom #6 Terminal East Side Level 2 Restroom #7 Terminal East Side Level 2 Restroom #7 Concourse C North Level 2 Restroom #8 Concourse C North Level 2 Restroom #8 Concourse C Level 2 Family Restroom #9 Concourse C South Level 2 Restroom #10 Concourse C South Level 2 Restroom #10 Terminal Level 3 Overall Floor Plan Terminal Level Restroom #11 / #12 Terminal Level 3 Restroom #11 / #12 Door Schedule and Details
A-4.2 Casework Details A-4.3 Details
Drawings dated May 2013:
S-1 MFP-0.1 MFP-0.2 MFP-1 MFP-1.1 MFP-1.2 MFP-1.3 MFP-2 MFP-2.1 MFP-2.2 MFP-2.3 MFP-2.4 MFP-2.5 MFP-2.6 MFP-3 MFP-3.1 MFP-4.1 P-0.1 P-0.2 P-1 P-1.1 P-1.2 P-1.3 P-2 P-2.1 P-2.2 P-2.3 P-2.4 P-2.5 P-2.6 P-2.7 P-3 P-3.1
Terminal East Side Level 1 Stair Removal Legend, Schedules and General Notes Mechanical Schedule Overall Plan Concourse A Level 1 Restroom No. 1 Terminal West Side Level 1 Restroom No. 2 Terminal East Side Level 1 Restroom No. 3 Overall Plan Concourse B South Level 2 Restroom No. 4 Concourse B North Level 2 Restroom No. 5 Terminal West Side Level 2 Restroom No. 6 Terminal East Side Level 2 Restroom No. 7 Concourse C North Level 2 Restroom No. 8 Concourse C South Level 2 Restroom No. 10 Overall Plan Terminal Level 3 Restroom No. 11 and No. 12 Mechanical Details Legend, Schedules and General Notes Plumbing Details Overall Plan Concourse A Level 1 Restroom No. 1 Terminal West Side Level 1 Restroom No. 2 Terminal East Side Level 1 Restroom No. 3 Overall Plan Concourse B South Level 2 Restroom No. 4 Concourse B North Level 2 Restroom No. 5 Terminal West Side Level 2 Restroom No. 6 Terminal East Side Level 2 Restroom No. 7 Concourse C North Level 2 Restroom No. 8 Concourse C South Level 2 Restroom No. 9 Concourse C South Level 2 Restroom No. 1 O Overall Plan Terminal Level 3 Restroom No. 11 and No. 12
Drawings dated June 2013:
E-0.0 General Electrical Notes E-0.1 Electrical Legend and Notes E-1.0 1st Level Electrical Key Plan E-1.1 Restroom #1 Electrical Plan E-1.2 Restroom #2 Electrical Plan E-1.3 Restroom #3 Electrical Plan E-1.4 1st Level Stair Removal Electrical Plan E-2.0 2nd Level Electrical Key Plan E-2.1 Restroom #4 Electrical Plan E-2.2 Restroom #5 Electrical Plan E-2.3 Restroom #6 Electrical Plan E-2.4 Restroom #7 Electrical Plan E-2.5 Restroom #8 Electrical Plan E-2.6 Restroom #9 Electrical Plan E-2.7 Restroom #10 Electrical Plan E-3.0 3rd Level Electrical Key Plan E-3.1 Restroom #11 / #12 Electrical Plan E-4.1 Level 2 Electrical Room Layouts E-5.1 Electrical Panel Schedules E-5.2 Electrical Panel Schedules E-5.3 Electrical Panel Schedules E-5.4 Electrical Panel Schedules E-6.1 Electrical Notes, Risers and Details E-6.2 Electrical Schedules, Risers & Details E-6.3 Fire Alarm Risers & Details E-6.4 Fire Alarm Schedules
Specifications
Specifications June 2013
WEITZ BUILD IN GOOD COMPANY.
jidiii
SECTION 5: DBE
(.)1
0 IJCi m
Project/Bid Name: PBIA Restroom Renovations
Name of Prime Bidder: The Weitz Comapny
Contact Person: Chuck Congdon
SCHEDULE 1 LIST OF PROPOSED DBE FIRMS (Attachment __ to Bid Form)
Project/Bid No: -~F~1~1~3~40~0'---------------------
Change Order/Task/Amendment No. (if applicable): _________ _
Bid Opening Date: ~3/~4~/2=0~1~4 ________________ _
Address: 1720 Centrepark Drive East, West Palm Beach, FL 33401 Department: ________________________ _
Phone No.: 561-687-4821 Fax No: 561-681-3321
Cooper Construction Management Painting & Drywall 3000 High Ridge Road, Suite 7 Boynton Beach, FL 33426 561-588-5222 Sagoma Construction Demolition 3116 S Andrew Ave Fort Lauderdale, FL 33316 954-636-8560 Baron Sign Manufacturing Interior Signage 900 West 13 St Riviera Beach, FL 33404 561-863-7446 Tl Electric Electrical Supply 2724 Shawnee Ave West Palm Beach, FL 33409 561-686-3928
Total Price: $_2,097,138 __ ~---(Jnsert: Base Bid/Bid+ Alternate, etc.)
Notes:
E-mail Address: [email protected]
• Prime Contractor X Subcontractor $147,685 $ $ $147,685 • Supplier • Manufacturer • Prime Contractor X Subcontractor $55,800 $ $ $55,800 • Supplier • Manufacturer • Prime Contractor • Subcontractor $ $ $970 $ 970 • Supplier • Manufacturer • Prime Contractor • Subcontractor $ $123,882 $ 60% = $74,329 X Supplier • Manufacturer
Total Value of DBE Participation: $_278,785_or_13.29%_
1. The amounts listed on this form for each DBE Firm must be supported by the price included on Schedule 2, "Letter of Intent to Perform as a Disadvantaged Business Enterprise", in order to be counted toward attainment of the DBE goal.
2. Firms identified on this form must be certified as a DBE by the State of Florida's Unified Certification Program. 3. If materials or supplies are proposed to be purchased from a DBE regular dealer, sixty percent (60%) of the proposed expenditure is counted toward attainment of the DBE goal. Reduce dollar
o 60% of supplier's quote for purposes of determining value of DBE participation. Amounts listed on Schedule "2" should reflect the full expenditure (i.e., do not reduce supplier's quote).
g his form the dersigned Prime Bidder is committing to utilize the above referenced DBE Firms on the Project and that the Prime Bidder will monitor nsu e t at the work is ctually performed by the by the DBE Firms.
*Additional sheets may be used if necessary. Schedule 1 (v.11-8-11)
./3
SCHEDULE 2 (Attachment_ to the Bid Form)
LETTER OF INTENT TO PERFORM AS A DISADVANTAGED BUSINESS ENTERPRISE
Project/Bid No.:---'---F_,_11,_,3e::,4:><0,,_0 _______ _ Project/Bid Name: PBIA Restroom Renovations
Change Order/Task/Amendment No. (if applicable): _____________________ _
Name of Prime Bidder: _.,_T'-'he"----'W_,_e,,_i"'tz'----"C"'o'-'m-"p"'a"-n"'y ________________________ _
Name of DBE Firm: Sagoma Construction Services. Inc.
The undersigned is certified as a Disadvantaged Business Enterprise by the State of Florida's Unified Certification Program. Check one or more classifications as applicable:
V Black • Hispanic • Women • Other {Please Specify) ____ _
v Prime Contractor v Subcontractor • Manufacturer • Supplier
The undersigned is prepared to perform the following described work in connection with the above-referenced project (specify in detail the particular work and/or parts thereof to be performed):
Additional Sheets may be used as necessary.
01732 Selective Demolition $55,800 $ $ $ $
at the following price 1
: $, _ __,5,,5,.:8,e0e,0'--------------------------{Subcontractor/Supplier's Quote)
and will enter into a formal agreement for work with you conditioned upon your execution of a contract with Palm Beach County.
If the undersigned intends to subcontract any portion of !he work described above to another subcontractor, please complete the following:
____ _,N-'"/,:oA~ _______ $, __________ _ (Name of Subcontractor) (Amount of Subcontract)
____ _,N.,,/,_,A~ _______ $. __________ _ {Name of Subcontractor) (Amount of Subcontract)
• DBE Certified • Non-DBE • DBE Certified D Non-DBE
The undersigned affirms that it has the resources necessary to perform the work described above without subcontracting the work to another subcontractor, except as noted above. The undersigned subcontractor/supplier understands that the provision of this form to the Prime Bidder does not prevent the subcontractor from providing quotations to other bidders.
Brian Powell Printed Name of DBE Subcontractor
By: _ ___,_i_f<? __ _ Signature
Date: 3/20/2014
1 Do not reduce supplier's quote on this Schedule. Adjustments for purposes of determining the value of a supplier's participation should be reflected on Schedule 1 only. See "Note 3" on Schedule 1.
Schedule 2 (v.11-08-11)
SCHEDULE2 (Attachment_ to the Bid Form)
LETTER OF INTENT TO PERFORM AS A DISADVANTAGED BUSINESS ENTERPRISE Project/Bid No.:_F113400 _______ _ Project/Bid Name:_PBIA Restroom Renovations __ _
Change Order/Task/Amendment No. (if applicable): _____ _.\\),,,,,_,/'-""--------------
Name of Prime Bidder: _The Weitz Company ______________________ _
Name of DBE Firm: / ,oei fe:/L. LnU?l(\? \il:fl,pU \'141 l4h\?Maq $ L,oµ.sµg:i.,.16, t,11.t., The undersigned is certified as a Disadvantaged Business Enterptise by the State of Florida's Unified Certification Program. Check one or more classifications as applicable:
l>l'tlack • Hispanic • Women • Other (Please Specify) ____ _ • Prime Contractor ...-$ubcontractor • Manufacturer • Supplier
The undersigned is prepared to perform the following described work in connection with the above-referenced project {specify in detail the particular work and/or parts thereof to be performed):
Additional Sheets may be used as necessary.
Line Item/Lot No. Item Description Qty/Units Unit Price Total Price D'f9 l'1... Yih· ~--.. ~ i .. - $ $ \1 ,.i;,c,,,:,t>
.0 ,e, :I,. I., 0 .;,,t"'-"" u.. $ $ l 'i!. :5 , lll:tl>• OD $ $
at the following price': $ • .L~7, IP i?5 ,-ov(OJJ,L 1fa.tJ'Dilf.D (Bll!'i•S[VEJJ 1~fol.¼#tll Su YL\J.,,Dl2£1) £u.~n:1· f1~~ v~ei;) (Subcontractor/Supplier's Quote)
and will enter into a formal agreement for work with you conditioned upon your execution of a contract with Palm Beach County.
If the undersigned intends to subcontract any portion of the work described above to another subcontractor, please complete the following:
---""'J...f."-________ $. ___ .:,,,,__,_,_~----(Name of Subcontractor) (Amount of Subcontract) __ .""-'}'-">. _______ $. __ _...,_,,. ____ _ (Name of Subcontractor) (Amount of Subcontract)
o DBE Certified • Non-DBE D DBE Certified • Non-DBE
The undersigned affirms that it has the resources necessary to perform the work described above without subcontracting the work to another subcontractor, except as noted above. The undersigned subcontractor/supplier understands that the provision of this form to the Prime Bidder does not prevent the subcontractor from providing quotations to other bidders.
1 Do not reduce suppliers quote on this Schedule. Adjustments for purposes of dete1111ining the value of a suppliers participation should be reflected on Schedule 1 only. See "Note 3" on Schedule 1.
Schedule 2 (v.ll-08-1 l)
SCHEDULE2 (Attachment_ to the Bid Form)
LETTER OF INTENT TO PERFORM AS A DISADVANTAGED BUSINESS ENTERPRISE
Project/Bid No.:_F113400. _______ _ Project/Bid Name:_PBIA Restroom Renovations. __ _
Change Orderffask/Amendment No. (if applicable): ____________________ _
Name of Prime Bidder: _The Weitz Company ______ -=--.----------------
Name of DBE Firm: "R afe.o r' S ~ ~ The undersigned is certified as a Disadvanta ed Business Enterprise by the Program. Check one or more classifications as applicable:
of Florida's Unified Certification
o Black • Hispanic )fNomen •Other {Please Specify) ____ _
• Prime Contractor o Subcontractor o Manufacturer o Supplier
The undersigned is prepared to perform the following described work in connection with the above-referenced project ( speclfy in detail the particular work and/or parts thereof to be performed):
Additional Sheets may be used as necessary.
,')7019, at the following price 1: $, ______ -, ___ ~-,--~~~~~--,-~------------
(Subcontractor/Supplier's Quote)
and will enter into a formal agreement for work with you conditioned upon your execution of a contract with Palm Beach County.
If the undersigned intends to subcontract any portion of the work described above to another subcontractor, please complete the following:
------+-+-!+------$. _____ ......__,__,_._ __ ctor) t)
___ _,_ _ _,__,_~ _____ $. __ ~----I--'--'---
D DBE Certified o Non-DBE o DBE Certified • Non-DBE
The undersigned affirms that il has the resources necessary to perform the work described above without subcontracting the work to another subcontractor, except as noted above. The undersigned subcontractor/supplier understands that the provision of this form to the Prime Bidder does not prevent the subcontractor from providing quotations to other bidders.
Printed Name of DBE Subcontractor
By:_~---------Signature
Date: _________ _
1 Do not reduce supp Ile r's quote on thls Schedule. Adjustments for purposes of determining the value of a supplier's participation shoutd be reflected on Schedule 1 only. See "Note 3" on Schedule 1.
Schedule2 (v.l l-OR-11)
SCHEDULE2 (Attachment_ to the Bid Form)
LETTER OF INTENT TO PERFORM AS A DISADVANTAGED BUSINESS ENTERPRISE
Project/Bid No. :_F113400 _______ _ Project/Bid Name:_PBIA Restroom Renovations __ _
Change Order/Task/Amendment No. (if applicable): ____________________ _
Name of Prime Bidder: _The Weitz Company ______________________ _
NameofDBEFirm: 1:r ~-1.,-/U-T/2-lv 7Vj'f?t.--y The undersigned is certified as a Disadvantaged Business Enterprise by the State of Florida's Unified Certification Program. Check one or more classifications as applicable:
• Black :,{ Hispanic • Women • Other (Please Specify) ____ _ • Prime Contractor • Subcontractor • Manufacturer }(Supplier
The undersigned is prepared to perform the following described work in connection with the abov&-referenced project (specify in detail the particular work and/or parts thereof to be performed):
Additional Sheets may be used as necessary.
$ I •7:;, ?, "6 2, Zv $ I '2- "'< ,;,; ,g ..,_ 7--0 $ $ $ $
at the following price':$ ________ _,,_========-;-------------(Subcontractor/Supplier's Quote)
and will enter into a formal agreement for work with you conditioned upon your execution of a contract with Palm Beach County.
If the undersigned intends to subcontract any portion of the work described above to another subcontractor, please complete the following: ______________ $ __________ _
o DBE Certified (Name of Subcontractor) (Amount of Subcontract) • Non-DBE _____________ $ _________ _ • DBE Certified (Name of Subcorrtractor) (Amount of Subcontram) • Non-DBE
The undersigned affirms that it has the resources necessary to perform the work described above without subcontracting the work to another subcontractor, except as noted above. The undersigned subcontractor/supplier understands that the provision of this fonm to the Prime Bidder does not prevent the subcontractor from providing quotations to other bidders.
/..OMUS'/-1 /'V'lrJJ.IAS JR Print Name of DBE subcontractor
~u,J-
1 Do not reduce supplier's quote on this Schedule. Adjustments for purposes of determining the value of a supprier's participation should be reflected on Schedule 1 only_ See ~Note 3~ on Schedule 1.
Schedule2 (v.11-08-1 I)
PUBLIC
CONSTRUCTION BOND
AND
CERTIFICATE OF INSURANCE
March 31, 2014
Palm Beach County
846 Palm Beach International Airport
West Palm Beach, Florida 33406
RE: The Weitz Company, LLC
Project: Task Wl Terminal Restroom Renovations-Phase 1
Bond Number: 09134692
Bond Amount: $2,097,138.00
:o Whom It May Concern:
As bonding agents for The Weitz Company, LLC, we have prepared and executed performance and
payment bonds required for the above captioned project. Since the contract date is not available at this
time, we have not inserted the contract date.
Please accept this letter as our consent for you to insert and/or correct the contract dates. Please note,
once the contract date is determined the bonds and powers of attorney should be dated the same date
or later than the date of the contract. Once this date is inserted we will need a copy of the bond for our
file and for the delivery to the bonding company.
Sincerely,
'f:rvALC~ Tanya d,1nc~, Surety Acc:unt Manager
tel: 925.244.7700 po box 5003, san ramon, ca 94583 ca license 0B29370 edgewoodins.com
PUBLIC CONSTRUCTION BOND
BOND NUMBER: 09134692 --'----'--'-------'--'---------------------
BOND AMOUNT: ~$~2,~0~97~,~13~8~.o~o _______________ _
CONTRACT AMOUNT: __::,:$2::..e.,0::..:9_:_72.:, lc:.3.:::8·c::_00::.._ ___________ _
CONTRACTOR'S NAME: --"T--"h"-e_,W_,_.e"itz~C"'o""m'-"p"'a"'ne1-Y~, LecL'=-C"'-------------
CONTRACTOR' S ADDRESS: I 720 Centerpark Drive East West Palm Beach FL 33401
CONTRACTOR'S PHONE: _ _o.:(5:...:6c:.l'-) 6::_:8:__:_7~-4:..::8...:_4:_l _________ _
SURETY COMPANY: Fidelity and Deposit Company of Maryland
SURETY'S ADDRESS: 1400 American Lane, Tower!, 18th Floor Schaumburg, IL 60196-1056
OWNER'S NAME: PALM BEACH COUNTY
OWNER'S ADDRESS: c/o Department of Airports 846 Palm Beach International Airport West Palm Beach, Florida 33406-1470
OWNER'S PHONE: (561) 471-7400
DESCRIPTION OF WORK: Restroom Renovations (Phase 1) at Palm Beach International Airport
PROJECT LOCATION: Palm Beach International Airport, Palm Beach County, Florida 3200 Belvedere Rd
LEGAL DESCRIPTION:
Federal Front End - CMR PB 12-14 Terminal Improvements ·Palm Beach International Airport
West Palm Beach Fl 33406
Project No. PB12-14 (Task W-1) Restroom Renovations (Phase !) at Palm Beach International Airport Property Control Number 00-43-43-31-01-001-0010
Public Construction Bond - 1 -
Contract Documents December 2012
This Bond is issued in favor of the County conditioned on the full and faithful performance of the
Contract.
KNOW ALL MEN BY THESE PRESENTS: that Contractor and Surety, are held and firmly bound unto
Palm Beach County Board of County Commissioners 301 N. Olive Avenue West Palm Beach, Florida 33401
as Obligee, herein called County, for the use and benefit of claimant as herein below defined, in the
amount of Two million ninety-seven thousand one hundred thirty-eight and 00/100 Dollars
($2,097,138.00) for the payment whereof Principal and Surety bind themselves, their heirs, personal
representatives, executors, administrators, successors and assigns, jointly and severally, finnly by these
presents.
WHEREAS,
Principal has by written agreement dated ________ , 20_, entered into a contract with the
County for
Project Name: Terminal Improvements at Palm Beach International Airport
Project No.: PB 12-14 (Task W-1)
Project Description:
Project Location:
Renovations to (7) restrooms located in the Terminal and Concourses
Palm Beach International Airport
in accordance with Design Criteria Drawings and Specifications prepared by
Colome & Associates, Inc dated June 7, 2013
which contract is by reference made a part hereof in its entirety, and is hereinafter referred to as the
Contract.
THE CONDITION OF THIS BOND is that if Principal:
1. Performs the contract dated _______ , 20_ between Principal and County for the
construction of Restroom Renovations (Phase I) at PBIA , the contract being made a part of this bond
by reference, at the times and in the manner prescribed in the contract; and
2. Promptly makes payments to all claimants, as defined in Section 255.05, Florida Statutes,
supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal in the
prosecution of the work provided for in the contract; and
3. Pays County all losses, damages (including liquidated damages), expenses, costs, and attorneys'
fees, including appellate proceedings, that County sustains because of a default by Principal under the
contract; and
Federal Front End - CMR PB12-14 Terminal Improvements Palm Beach International Airport
Public Construction Bond - 2 -
Contract Documents December 2012
4. Performs the guarantee of all work and materials furnished under the contract for the time
specified in the contract, then this bond is void; otherwise it remains in full force.
5. Any changes in or under the contract documents and compliance or noncompliance with any
formalities connected with the contract or the changes does not affect Surety's obligation under this bond
and Surety waives notice of such changes.
6. The amount of this bond shall be reduced by and to the extent of-any payment or payments made
in good faith hereunder, inclusive of the payment by Surety of construction liens which may be filed of
record against said improvement, whether or not claim for the amount of such lien be presented under and
against the bond.
7. Principal and Surety expressly acknowledge that any and all provisions relating to consequential,
delay and liquidated damages contained in the contract are expressly covered by and made a part of this
Performance, Labor and Material Payment Bond. Principal and Surety acknowledge that any such
provisions lie within their obligations and within the policy coverages and limitations of this instrument.
8. Section 255.05, Florida Statutes, as amended, together with all notice and time provisions
contained therein, is incorporated herein, by reference, in its entirety. Any action instituted by a claimant
under this bond for payment must be in accordance with the notice and time limitation provisions in
Section 255.05(2), Florida Statues. This instrument regardless of its form, shall be construed and deemed
a statutory bond issued in accordance with Section 255.05, Florida Statues.
9. Any action brought under this instrument shall be brought in the state court of competent
jurisdiction in Palm Beach County and not elsewhere.
Witness
l~C;t{/J \___ 1tness
Federal Front End - CMR PB12-14 Terminal Improvements Palm Beach International Airport
/
The Weitz Company, LLC
Principal (Seal)
Fidelity and Deposit Company of Maryland
Surety (Seal)
Title
Contract Documents December 2012
Public Construction Bond - 3 -
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT ,g:,'9<','§Z.~'\X~¾¾'l\½~',K,'Wv~~,,\'.x©>?i;ii&'Z~~~~~"®~-'<eR-"®'10,~~
STATE OF CALIFORNIA
County of _ _,C'--'o"-n"'tr-=a_,C"'o'-'s"'ta'-------------- }
"1 , /,, ,"11 ·1 r1,I) On ,'jf! i(/' ,fl '.)/ , I U ,I i before me, ---=L,,is,,,a'--'M=. ,,,L,,uc,,,,a,,,se.,.,-'N"-'o~t!'a'-'ry\-'-P,,u~bl:,,ic'-_____________ _
Date ll Here Insert Name and Title of the Officer
personally appeared __ ....cTcca.:..:n,_ya=-=C.:..:hc::.in:..:c.:..:hccill.::a _____ --.=====--------------Name(sJ ot Signer(s}
LISA M. LUCAS COMM. #1917379 !!I:
NOTARY PUBLIC e CALIFORNIA ~ CONTRA COSTA COUNTY "'°
Comm. Exp. JAN. 13, 2015
Place Notary Sea! Above
who proved to me on the basis of satisfactory evidence to be the person(,() whose name()() is/OOi!_ subscribed to the within instrument and acknowledged to me that Xelshe/~ executed the same in J@ll/her/~ authorized capacity~). and that by N'S/herllOelt signature(X) on the instrument the person(l'(), or the entity upon behalf of which the person(),) acted, executed the instrument
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct.
Witness my hand and official seal.
Signature ~rrJ, ~ Signature of Notary Public , Lisa M. Lucas
OPTIONAL-----------Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document
Description of Attached Document
Tille or Type of Document: ________________________________ _
Documeni Date: ____________________ Number of Pages: ________ _
Signer(s) Other Than Named Above: _________________________ _
Capacity(ies) Claimed by Signer(s)
Signer's Name: ______________ _
• Individual D Corporate Officer-Title(s): ________ _ D Partner- D Limited D General IZJ Attorney in Fact D Trustee D Guardian or Conservator D Other: _______ _
Signer Is Representing:
Top of thumb here
Signer's Name.: ______________ _
• Individual D Corporate Officer-Title(s)~: ________ _ D Partner - D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator
D Other: ·--------
Signer Is Representing:
Top of thumb here
¼V/j:;,~"@.'Q$~'§,<,~~~~4&,,~'§Z,4&,,~~~~~ © 2007 Nation a! Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toll•Free i-800-876-6827
ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMP ANY OF MARYLAND POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMP ANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUAL TY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMP ANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by JAM:ES M. CARROLL, Vice President, in pursuance of authority granted by Article V, Section 8, of the By-Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,, do hereby nominate, constitute, and appoint D. llichard STINSON, Lisa M. LUCAS, William PHILLIPS JR., A.W. BROWN and Tanya CHINCHILLA, all of San Ramon, California, EACH its true and lawful agent and Attorney-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: -any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMP ANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMP ANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons.
The said Vice President does hereby certify that the extract set. forth on the reverse side hereof is a true copy of Article V, Section 8, of the By-Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMP ANY OF MARYLAND, this 17th day of September, A.D. 2012.
By:
Assistant Secretary Eric D. Barnes
State of Maryland City of Baltimore
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
Vice President James M Carroll
On this 17th day of September, A.D. 2012, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, JAMES
M. CARROLL, Vice President, and ERIC D. BARNES, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Coiporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. ,1111111,,,
(!~~;:;:ii1 t11 1mu''
Constance A. Dunn, Notary Public My Commission Expires: July 14, 2015
POA-F 016-0064C
EXTRACT FROM BY-LAWS OF THE COMPANIES
nArticle V, Section 8, Attorneys-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time."
CERTIFICATE
I, the undersigned, Vice President of the ZURJCH AMERICAN INSURANCE COMP ANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By-Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMP ANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED:· "That the signature of the President or a Vice President and the attesting signature of a Secr~tary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Po_wer of Attorney and Certificate may be signed by facsimile under and by authority of the following reso_lution of the Board, of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMP ANY OF MARYLAND at a
meeting duly called and held on the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this __ day of _______ ~ 20 __ .
Geoffrey Delisio, Vice President
A.BRO® CERTIFICATE OF LIABILITY INSURANCE61112014 I DATE {MM/OD/YVVV}
3/31/2014 THIS CIERTiflCATli: IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE OOIES NOT AFFIRMATIVELY OR NEGATIVELY AI\IIEND, EXTEND OR ALTER THIE COVERAGE AFFORDED SY THE POLICIES SELOW. THIS CERTIFICATE Of II\ISURANCIE DOES NOT CONSTITUTE A CONTRACT BElWIEIEN THE ISSUING INSUl!ER(S), AUTHORIZED RIEPR\ESENTATME Olli PIIIODUCIER, AND THE CERTIFICATE HOLDIEII.
IMPORTANT: 11 ihe oertilioale holder is an AODITnONAL INSUIIEI!, the polioy(les) must be endorsed. 11 SUBROGATION IS WAIVED, subject to the terms and conditions of the. policy, certain polic6es; may require a.n endorsement. A statement on this certificate does not confer rights to the certificate !loldler in lieu ot svch enuforsemenit(s),
Pl'llOIDUCER Lockton Companies, LLC-1 Kansas City CONTACT NAME:
444 W. 47tl1 Street, Suite 900 ~~2"!.i!' "'ltl:': lf~Nol: Kansas City MO 64112-1906 e.w!AIL (8 I 6) 960-9000 AI1D1"1ESS:
iNSURERIS\ AFFORDING COVERAGE NAIC#
1asuRERA,ACE Americ-- 1•1smance Comnanv 22667 ;;s;;;:6
Tiffi WEITZ COMPANY, LLC INSURERS: YI .~ ... r 37<.N,;;. WEl1Z FLORIDA 1wsuRER c : ACE Fire Underwriters Insurance Comnanv 20702 5901 THORNTON A VE. INSURE.RD: DES MOINES IA 50321
INSUR.IERE:
INSURER F:
COVIERAGES CERTIFICATE NUMBER· 12338061 111:VISION NUMBER· xxxxxxx THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT Wlll-1 RESPECT TO WHICH THIS CERTIFICATE 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.
INSR TYPE Of INSURANICE! ADD 1..SUBR
1 i:3hl%M~~\ ~g,~irv~, LTR !NS~ WVD POLICY NUMBER LIMITS
A i-§_ENJERAL UA!BIUTY y y 024553474 6/1/2013 6/1/2014 i "'ACH OCCURREW- I 11: ,, t\rtn finn
cX t:JMMERCIAL GENERAWBILITY DAMAGE TO RENTED
1 100 000 PREMISES (Eaoccurrence}
'- CLA\MS-MADE X OCCUR MED EXP 'AA" one nerson' ,i, 5 nn.n.
L. PERSONAL & ADV INJURY $ 2,000,000 GENERAL AGGREGATE I 4000 "00 ------
'7N'L AGGRE~E LIMIT AnES PER: PRODUCTS - COMP/OP AG0. !f; A 1111t1 QQO
POLICY X )f2T LOC $
A AUTOMOBILE LIABILITY N y H08725032 6/1/2013 6/1/2014 "'"'" , 2.0 0.000 - (Ea accid0nt)
X ANY AUTO BODILY INJURY (Per person} $ ' 1( !< ':!{ ll' -ALL OWNED SCHEDULED
BODILY INJURY IPer acclden1 ' ' .. V
--- AUTOS - AUTOS X X NON-OWNED F_ROPEf:!lY DAMAGE
$ xxxxxxx ~ HIREDAlJTOS - AUTOS
$ xxxxxxx B X !JMBl'iELI.A L!AIS l40CCUR y y US00064579LI13A 6/1/2013 6/1/2014 EACH OCCURRENCE $ 10000 000 •=
ElCCESS UAB CLA!MS-MADE AGGREGATE ; 1 o o=. 110" DED I I RETENTION$ $ X K lt' 'X y 1( y
WORKIERS COMPENSATION y C47016617 fi1l 6/1/2013 6/1/2014 TWCSTATY;J 10,H-
A AND IEMPll.OYERS' L.IABILITV YIN X TORYUMIT ER A ANY PROPRIETOR/PARTNER/EXECUTIVE [ii] C47016599 AOS) 6/1/2013 6/1/2014 E.L. EACH ACCIDENT I l 000 000 OFFICER/MEMBER EXCLUDED? NIA
(Mandatory in NH) E.L. DISEASE - EA EMPLOYEE I l 000 000 gI~c~FtffJ~ ~~:SPERATIONS below E.L DISEASE - POLICY UMJT $ 1 1\1111 000
C BUILDERS RISK N N I2109891700l 6/1/2013 6/1/2015 SEE BELOW
DESCAIPTION OF OPERATIONS/ LOCATION$/ \'Eli/OLES {Atlach ACORD 101, Addlfiot111il RemE'!rks Schedule, If more sp~ce Is required) THIS CERTIFICATE SUPERSEDES ALL PREVIOUSLY ISSUED CERTIFICA'TES FOR THIS HOLDER, APPLICABLE TO THE CARRIERS LISTED AND THE POU CY TERM.!,S) REFERENCED. RE: PALM BEACH INTERNATIONAL AIRPORT. 3200 BELVEDERE ROAD, WEST PALM BEACH. FL 33406; CO"<TRACT AMOUNT: $2,097.138.00, TYPE OF CONSTRUCTION: RENOVATION TO 7 RESTROOMS LOCATED JN TERMINAL Al\'D CONCOURSES. ESTIMATE START AND COMPLETION - 05/07/14 - 11/07/14. *'''' SEE ATTACHMENT*··'
CIERTIFICA TIE !-llOWl;R
12338061 PALM BEACH COUNTY C/O DEPARTMENT OF AIRPORTS 846 PALM BEACH llNTERNAT!ONAL AIRPORT WEST PALM BEACH FL 33406
CANCIElLATION See Attachmellls
SHOULD ANY OF THE ABOVE DESCRIBED IPOLIC!ES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE Will BE DELIVERED IN ACCORDANCE Willi THE POLICY PROVISIONS.
AIJTHOFliZED REPRESENTATIVE
;:ONTINUATION DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS {Us~ only It more space Is req1,1ired}
PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS, A POLffiCAL SUBDIVISION OF THE STA TE OF FLORIDA, ITS OFFICERS, EMPLOYEES AND AGENTS. ARE ADDED AS ADDITIONAL INSURED ON A PRIMARY AND NON-CONTRIBUTORY COVERAGE BASIS AS RESPECTS GENERAL AND UMBRELLA LIABlUTY COVERAGE AND SUBROGATION IS WAIVED AS RESPECTS WC, GL, AUTO AND EXCESS COVERAGE FOR THIS PROJECT AS PERMITTED BY STATE. INSURANCE SHOWN APPLIES ONLY TO EXTENT OF WRITTEN CONTRACT AND SUBJECT TO THE TERMS AND CONDITIONS OF THE POLICY.
\CORD 25 (2010/05) Certificate Holder ID: 12338061
11
POUCV il!Ul\ll!:IER: G24553474 COMMERCIAL GENERAL UABIUllf
CG 24 04 05/09
WAIVER OIF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
SCHEDULE
Name Of ll"erson Or Organization:
WHERE REQUIRED BY WRITTEN CONTRACT.
Information reauired to complete this Schedule, ii not shown above, will be shown in the Declarations.
The following is added to Paragraph 8. fransfor Of RigMs Of Recovel'lf Against Others i"o Us of Section IV - Conditions:
We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations on "your work" done under a contracl with lhat person or organization and included in the "products-completed operations hazard." This waiver applies only to the person or organization shown in the Schedule above,
CG 24 04 05 09
Attachmenl Code: D484034 Certificate ID: 1233806!
Copyright, Insurance Services Office, Inc., 2008 Page 1 of 1
l"OUCY IIIUMIBIER: C-47016617 (WI) C47016!i99 (AOS)
WORKERS COl\/ll'EIIISATION AND IEMl'lOYIERS UABlllTY !IIISIIJRANCE l'OUCY
WAIVER OF OUR RIGHT TO RIECOVIER FROl\/l OTHERS IEIIIDORSEMENT
We have the right lo recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against person or organization named in the Schedule. (This agreement applies only to the extent that you preform work under a written contract that requires you to obtain this agreement from us.)
This agreement shall not operate directly or indireclly to benefit anyone not named in the Schedule.
AS RIEQUIRIED BY WRITTEN COI\IITRACT
This endorsement changes the policy to which it is attached ancl is effective on the date issued unless otherwise staled.
Attachment Code: D48311 i Certifica!e ID: 12338061
14
Use this form to provide budget for items not anticipated in the budget.
ACCT.NUMBER
Expenditures
121-A324-6504 121-A900-9909
ACCOUNT NAME
lotb Non lnfrasructure Reserves Improvement Program
Total Appropriations & Expenditures
Airports
INITIATING DEPARTMENT/DIVISION
Administration/Budget Department Approval
OFMB Department - Posted
BUDGET TRANSFER
BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY, FLORIDA
Fund 4111
ADOPTED BUDGET
2,092,308 24,263,243
Signatures
Airport Improvement & Developement Fund
CURRENT BUDGET INCREASE
1,984,200 254,153
DECREASE
23,056,094 254,153
.254,153 254,153
Date
ADJUSTED BUDGET
2,239,200 22,801,094
Page 1 of 1 pages
Advantage Document Numbers:
BGEX 032714/1163
EXPENDED/ ENCUMBERED
AS OF 03/27/2014
116,127
REMAINING BALANCE
2,123,073 22,801,094
By Board of County Commissioners
At Meeting of
May 6, 2014
Deputy Clerk to the Board of County Commissioners