60
I Agenda Item: 3 F1 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 - Date

I 3 F 1 - pbcgov.com

  • Upload
    others

  • View
    6

  • Download
    0

Embed Size (px)

Citation preview

Page 1: I 3 F 1 - pbcgov.com

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

Page 2: I 3 F 1 - pbcgov.com

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)

Page 3: I 3 F 1 - pbcgov.com

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# --------

Page 4: I 3 F 1 - pbcgov.com

(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)

Page 5: I 3 F 1 - pbcgov.com

Phase 1 Restroom Renovations Palm Beach International Airport

West Palm Beach, FL

GMP Closure Document March 20, 2014

Page 6: I 3 F 1 - pbcgov.com

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

Page 7: I 3 F 1 - pbcgov.com

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

Page 8: I 3 F 1 - pbcgov.com

WEIT'Z BUILD IN GOOD COMPANY.

¢

SECTION 1: GMP ESTIMATE

G;:fiA

Page 9: I 3 F 1 - pbcgov.com

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

Page 10: I 3 F 1 - pbcgov.com

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

Page 11: I 3 F 1 - pbcgov.com

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

Page 12: I 3 F 1 - pbcgov.com

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

Page 13: I 3 F 1 - pbcgov.com

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

Page 14: I 3 F 1 - pbcgov.com

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

Page 15: I 3 F 1 - pbcgov.com

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

Page 16: I 3 F 1 - pbcgov.com

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

Page 17: I 3 F 1 - pbcgov.com

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

Page 18: I 3 F 1 - pbcgov.com

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

Page 19: I 3 F 1 - pbcgov.com

' 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

Page 20: I 3 F 1 - pbcgov.com

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

Page 21: I 3 F 1 - pbcgov.com

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../

Page 22: I 3 F 1 - pbcgov.com

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

Page 23: I 3 F 1 - pbcgov.com

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

Page 24: I 3 F 1 - pbcgov.com

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

Page 25: I 3 F 1 - pbcgov.com

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

Page 26: I 3 F 1 - pbcgov.com

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

Page 27: I 3 F 1 - pbcgov.com

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

Page 28: I 3 F 1 - pbcgov.com

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

Page 29: I 3 F 1 - pbcgov.com

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

Page 30: I 3 F 1 - pbcgov.com

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

Page 31: I 3 F 1 - pbcgov.com

WEl'T"Z BUll.llll IN GOOD COMIPAll'IIY.

SECTION 2: CLARIFICATIONS

Gifif¾

61

Page 32: I 3 F 1 - pbcgov.com

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

Page 33: I 3 F 1 - pbcgov.com

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

Page 34: I 3 F 1 - pbcgov.com

WEITZ BUILD IN GOOD COMPANY.

SECTION 3: CONSTRUCTION SCHEDULE

Page 35: I 3 F 1 - pbcgov.com

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

Page 36: I 3 F 1 - pbcgov.com

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

Page 37: I 3 F 1 - pbcgov.com

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

Page 38: I 3 F 1 - pbcgov.com

WEl"l'"Z BUILD 11111 GOOD COMPANY.

SECTION 4: DOCUMENT LIST

o,a,a

Page 39: I 3 F 1 - pbcgov.com

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

Page 40: I 3 F 1 - pbcgov.com

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

Page 41: I 3 F 1 - pbcgov.com

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

Page 42: I 3 F 1 - pbcgov.com

WEITZ BUILD IN GOOD COMPANY.

jidiii

SECTION 5: DBE

(.)1

0 IJCi m

Page 43: I 3 F 1 - pbcgov.com

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

Page 44: I 3 F 1 - pbcgov.com

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)

Page 45: I 3 F 1 - pbcgov.com

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)

Page 46: I 3 F 1 - pbcgov.com

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)

Page 47: I 3 F 1 - pbcgov.com

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)

Page 48: I 3 F 1 - pbcgov.com

PUBLIC

CONSTRUCTION BOND

AND

CERTIFICATE OF INSURANCE

Page 49: I 3 F 1 - pbcgov.com

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

Page 50: I 3 F 1 - pbcgov.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

Page 51: I 3 F 1 - pbcgov.com

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

Page 52: I 3 F 1 - pbcgov.com

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 -

Page 53: I 3 F 1 - pbcgov.com

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

Page 54: I 3 F 1 - pbcgov.com

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

Page 55: I 3 F 1 - pbcgov.com

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

Page 56: I 3 F 1 - pbcgov.com

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

Page 57: I 3 F 1 - pbcgov.com

;: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

Page 58: I 3 F 1 - pbcgov.com

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

Page 59: I 3 F 1 - pbcgov.com

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

Page 60: I 3 F 1 - pbcgov.com

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