attachment to contract change ordereagendatoc.brevardschools.org/07-11-2017 school board meeting...

20

Upload: buidat

Post on 04-May-2018

226 views

Category:

Documents


4 download

TRANSCRIPT

Rev. 8/5/2015 Page 2 of 2

ATTACHMENT TO CONTRACT CHANGE ORDER

School Board of Brevard County, Florida

Re: Change Order Number: ONE (1)

School/Facility Name: Jackson Middle School

Change Order Summary:

Addition of air conditioning to the existing gymnasium. Full scope of services in attached proposal from Gilbane

Building Company dated June 27, 2017.

The Date of Substantial Completion for the original scope of work (not including this Change Order) remains

July 31, 2017.

The Date of Substantial Completion for the Change Order only is October 31, 2017.

June 27, 2017 Mr. Arthur Johnson Facilities Program Manager Brevard Public Schools 1254 S Florida Ave Rockledge, Florida 32955 Re: Jackson MS Gym A/C Addition Change Order Request Dear Mr. Johnson: Gilbane Building Company is pleased to submit this change order request to add A/C to the existing Gymnasium at Jackson Middle School. The cost for the design portion of this work was in the original GMP. The cost for this change request represents the total cost of construction. The General Conditions and General Requirements for this scope of work in the original GMP are sufficient. The total cost of this change is $272,206. Please refer to the backup provided for a detailed breakdown of the cost. Due to the lead time of the equipment a portion of this work will take place during the 2017/2018 school year. This work will be done on weekends or after school hours so as not to interfere with school activities. It is our intent to install the available material this summer to minimize the amount of work that needs to be accomplished during the school year. The current lead time for the roof top unit is approximately 12 weeks from approved shop drawings. This would put the delivery of this unit around mid-October 2017 with installation immediately following. At this point in time this is an estimated date. Actual ship dates from the manufacturer will not be published until submittals are approved and a purchase order is received by the manufacturer. This work will add 92 calendar days to the current GMP contract completion time. Based on this the revised substantial completion date will be October 31st, 2017. We recognize that other long lead equipment from the base contract will be late and this contract completion extension will relieve us from liquidated damages but we reaffirm our commitment to return the campus with a fully operational system by August 1st, 2017 using existing equipment in-place. The retrofit will occur expeditiously on weekends and second/third shifts with no additional cost to the owner. It is understood that if these terms are breached by the contractor, Brevard Public Schools reserves the right to access liquidated damages starting from the current substantial completion date of July 31st, 2017 for the base scope of work. This request is for your review and approval. If approved, please issue a formal change order so that we can proceed. Thank you for this opportunity. Sincerely,

Eric Dodson Project Executive Gilbane Building Company

Date: June 27, 2107

Owner: Brevard County Schools 27,052 A/E: SGM Engineering

Section Description Est. Unit GMP GMP

Qty Estimate %/Total 06/27/07

01000 General Conditions (construction phase)

Personnel cost covered in GMP 1 ls

Division 1 Total

09000 General Trades

Allowances 1 ls $38,250 14.05%

Division 09 Total $38,250 14.05%

23000 HVAC

Energy Air 1 ls $164,235 60.33%

Division 23 Total $164,235 60.33%

26000 Electrical

Diversified Electric 1 ls $38,696 14.22%

Division 26 Total $38,696 14.22%

Subtotal $241,181 14.05%

Project Facilities (Gen. Req & Field Off Suppt) 1 ls

Project Ins (GL, WC CDI & Builders Risk) $4,775 1.75%

Fee $12,298 4.52%

Payment & Performance Bond $1,893 0.70%

Construction Contingency $12,059 4.43%

Total Amount $272,206 100.00%

5%

0.70%

BPS - Jackson MS Gym A/C

Titusville, FL

Change Order Detailed Cost Breakdown

1.98%

5.00%

Bid Evaluation and Scope Review SummaryLEGEND

Base Bid Alternates

Y - Item included in Base Bid; Does not sum in Total A - Accepted Alternate; Sums in Total

N - Item not included in Base Bid; Does not Sum in Total R - Rejected Alternate; Does not Sum in Total

B - Breakout number, not included in Base Bid; Sums in Total

P - Plug number, not included in Base Bid; Sums in Total

BPS Jackson MS Gym A/C Change Order ALLOWANCES

Titusville FL

09A - General Trades

Eric Dodson

Spec Scope Item Description

1

2

3

4

5

6 CMU & Glass Block

7 Glass Block at Existing Wall Mount Exhaust Fan Openings P 10,000$

8 CMU In-fill at Louver Removal Locations P 4,000$

9

10

11

12 Misc CMU/Concrete Cutting & Patching

13 CMU Cutting at Transfer Grille Locations (4ea) P 2,500$

14 CMU Coring at Electrical/Fire Alarm Penetrations P 1,500$

15

16

17 Misc Structural Steel

18 Cut & Remove Roof Decking at New RTU Location P 750$

19 Steel Framing & Joist Reinforcement at New RTU Location P 8,000$

20 Patch Decking at Removed Ventilator Location P 2,000$

21

22 Acoustical Ceilings

23 Misc Ceiling Tile/Grid Removal & Replacement P 1,500$

24

25 Caulking & Painting

26 Paint CMU patches P 1,000$

27 Caulking at Glass Block Perimeter P 1,000$

28

29 Roofing

30 Roof Flashing at New RTU Curb (1ea) P 2,500$

31 Roofing Patch at Removed Ventilator Location (1ea) P 1,500$

32 Roof Curb Removal at Existing Ventilator Locations (2ea) P 2,000$

33

34

35

36

37

38

39

40

41

42

43

44

45 Total Adjustments ("B" and "P") -$ 38,250$ -$ -$ -$ -$ -$ -$

46 Base Bid with Adjustments -$ 38,250$ -$ -$ -$ -$ -$ -$ -$

47 MBE/DBE

48 ALTERNATES

49 1

50 2

51 3

52 4

53 5

54 6

55

56 Total ACCEPTED Alternates ("A") -$ -$ -$ -$ -$ -$ -$ -$ -$

57 Total Base Bid including ACCEPTED Alternates -$ 38,250$ -$ -$ -$ -$ -$ -$ -$

TOTAL EXPOSURE P 38,250$

<<Do not insert rows below this cell. Formulas will not adjust.

<<Do not insert rows below this cell. Formulas will not adjust.

Job Name -

QuanitiesLocation -

Bid Package -

BASE BID

Evaluator -

Page 1 of 1

Filename - BPS Jackson MS Gym AC OCO Summary 6.22.17

Report Print - 6/23/2017, 11:29 AM

B - Sub Bid/Breakout

P - Gilbane Plug

Y/N - Included/Excluded in Base Bid Scope

Bid Evaluation and Scope Review SummaryLEGEND

Base Bid Alternates

Y - Item included in Base Bid; Does not sum in Total A - Accepted Alternate; Sums in Total

N - Item not included in Base Bid; Does not Sum in Total R - Rejected Alternate; Does not Sum in Total

B - Breakout number, not included in Base Bid; Sums in Total

P - Plug number, not included in Base Bid; Sums in Total

BPS Jackson MS Gym A/C Change Order Schwenn Services Energy Air CES Johnson Controls Inc Company Name Company Name Company Name Company Name

Titusville FL Jeff Schwenneker Ryan Shoemaker Ted West Steven Peters Contact Contact Contact Contact

23A - Roofing Phone Number Phone Number Phone Number Phone Number Phone Number

Eric Dodson

Spec Scope Item Description

149,900$ 147,000$ 241,614$ 10,385$

1

2 Demolition

3 Remove existing gravity ventilators and roof curbs Y Y Y

4 Remove existing wall mounted exhaust fans Y Y N

5 Demo existing ductwork as required Y Y Y

6 Demo existing EF 19 & 22 with ductwork as required Y Y Y

7 New Work

8 F&I AHU 8.1 and new roof curb Y Y Y

9 F&I new EF 19 & 22 with associated ductwork Y Y Y

10 F&I new transfer ductwork & grilles at locker roof area Y Y Y

11 F&I new hard round duct per drawings Y Y Y

12 F&I new grilles per drawings Y Y Y

13 Cut holes in masonry walls for duct penetrations as required Y Y N

14 F&I fabric duct per drawings Y Y Y

15 F&I Chilled water piping and tie in to existing per drawings Y Y Y

16 F&I Dampers per drawings Y Y Y

17 F&I Insulation of ductwork and chilled water piping Y Y Y

18 F&I condensate piping Y Y Y

19 F&I tie down of new AHU per drawings Y Y N

20 F&I bipolar ionization Y Y Y

21 Instal duct detectors (furnished by EC/FAC) Y Y Y

22 Test & Balance Y Y Y

23 DDC Controls (number given by JCI) P 10,385$ P 10,385$ P 10,385$

24 Warranty Y Y Y

25 Sales Tax Y Y Y

26 Payment & Performance Bond (not required, CDI) N N N

27 Startup & Commissioning Cooperation Y Y Y

28 2 crane mobilizations Y Y Y

29 Extend Ductwork 16' to revised RTU location P 3,350$ B 3,350$ P 3,350$

30 Masonite Gym Floor Protection P 3,500$ P 3,500$ P 3,500$

31

32

33 Total Adjustments ("B" and "P") -$ 17,235$ 17,235$ 17,235$ -$ -$ -$ -$ -$

34 Base Bid with Adjustments -$ 167,135$ 164,235$ 258,849$ 10,385$ -$ -$ -$ -$

35 MBE/DBE

36 ALTERNATES

37 1

38 2

39 3

40 4

41 5

42 6

43

44 Total ACCEPTED Alternates ("A") -$ -$ -$ -$ -$ -$ -$ -$ -$

45 Total Base Bid including ACCEPTED Alternates -$ 167,135$ 164,235$ 258,849$ 10,385$ -$ -$ -$ -$

TOTAL EXPOSURE

UN

HID

E C

OL

UM

NS

AT

TO

P O

F P

AG

E T

O A

DD

MO

RE

SU

BC

ON

TR

AC

TO

RS

-

U

NH

IDE

CO

LU

MN

S A

T T

OP

OF

PA

GE

TO

AD

D M

OR

E S

UB

CO

NT

RA

CT

OR

S

-

UN

HID

E C

OL

UM

NS

AT

TO

P O

F P

AG

E T

O A

DD

MO

RE

SU

BC

ON

TR

AC

TO

RS

Job Name -

Gilbane EstimateLocation -

Bid Package -

Evaluator -

BASE BID

<<Do not insert rows below this cell. Formulas will not adjust.

<<Do not insert rows below this cell. Formulas will not adjust.

8256 Exchange Drive, Suite 228 Orlando, FL 32809 407-895-7550 Fax 407-895-7556

Gilbane Building Company June 20, 2017 315 E. Robinson st. Suite 680

Orlando, FL 32801

Re: Andrew Jackson Middle School (2nd REVISION)

Dear Eric:

We are pleased to provide this revised proposal for the above referenced project. The darkened line items are what’s

has been added per our phone conversation. The following is included in our scope includes only the clouded areas on plans and notes;

• Demo and remove existing ductwork shown on Demo drawings

• Demo all areas clouded for new work to connect

• Demo (3) Large Intake hoods on the back of the gym room

• Demo and Remove (2) Wall fans

• Provide & Install AHU - 8.1 (1) New Trane CW Air handler unit with associated roof curb

• New Sheetmetal ductwork and exterior wrap insulation

• (1) Fabric Duct System in Gym with all support and hanging brackets

• New Spiral ductwork in gym area with gripple support

• (2) New roof mounted exhaust fans with associated ductwork above looker room area

• Chillwater piping , piping specialties, & Support stands

• (2) Chillwater wet taps

• Foamglass insulation and aluminum jacketing on CW pipe

• GPS Ionization for new Unit

• Systems start up and commissioning

• Concrete cutting near locker room area for transfer wall grilles

• Certified Test and Balance

• O&M manuals

• (2) Crane lifts

• Selected scope of work over the summer

• Factory assisted start ups

• Sales Tax and Warranty

TOTAL: $ 149,900.00 We do not include the following in our scope of work;

• Grid or tile work of any kind

• Concrete patching any wall

• Electrical work, starters or disconnects

• Painting of any kind

• Drywall or chase work

• Premium time labor

• Engineering

If you should have any question please feel free to contact me

Sincerely,

Jeff Schwenneker

 

Orlando • Tampa • Daytona

 

 

 

Commercial Education Healthcare Multi-Family Mixed-Use Religious Retail Office Hospitality Entertainment Industrial • Preconstruction and Design Development • Budgeting • Fast-Track • Value-Added Engineering • Design Build • Plan and Spec • New Construction • Renovation • Planned Maintenance • Service and Repair • Replacement • Temporary Cooling Orlando Area 5401 Energy Air Court Orlando, FL 32810 (407) 886-3729 phone (407) 884-0155 fax Tampa Area 2009 Airport Road Plant City, FL 33563 (813) 750-1283 phone (813) 750-1288 fax www.EnergyAir.com CAC018270

 

 

 

Page 1 of 3 

 

June 16, 2017 Eric Dodson Gilbane 315 E. Robinson Street Orlando, Florida 32801 Phone: 407-541-5886 Fax: 407-541-5930 Email: [email protected]

HVAC PROPOSAL BCPS Andrew Jackson Middle School Gym Upgrade

Drawings Dated: June 16, 2017

Specifications Dated: N/A

Addendums Acknowledged: N/A

We are pleased to offer our cost proposal for the HVAC portion of the above referenced project. Our experience, reputation, trained team, safety program and exceptional financial standing make us the top choice for completing this HVAC scope. Please find listed below our proposed scope of work along with qualifications. KEY QUALIFICATIONS AND COMPETITIVE ADVANTAGES

Employee owned Approximately $75 million in annual revenue $90 million bonding capacity Experience with projects in all major market segments Ability to self-perform the entire HVAC scope In-house fabrication facility Trained field team with in-house F.A.C.T. training programs Zero-accident approach; OSHA-certified team. EMR at .85 In-house CADD / BIM team

“Energy Air's team put forth a quality management effort while maintaining the utmost attention to field workmanship. Energy Air's commitment to relationship, reliability and craftsmanship is greatly appreciated by our team and evident throughout the project. Thank you.”

 

Orlando • Tampa • Daytona

 

 

 

Commercial Education Healthcare Multi-Family Mixed-Use Religious Retail Office Hospitality Entertainment Industrial • Preconstruction and Design Development • Budgeting • Fast-Track • Value-Added Engineering • Design Build • Plan and Spec • New Construction • Renovation • Planned Maintenance • Service and Repair • Replacement • Temporary Cooling Orlando Area 5401 Energy Air Court Orlando, FL 32810 (407) 886-3729 phone (407) 884-0155 fax Tampa Area 2009 Airport Road Plant City, FL 33563 (813) 750-1283 phone (813) 750-1288 fax www.EnergyAir.com CAC018270

 

 

 

Page 2 of 3 

 

SCOPE OF WORK

Furnish and install 1 chilled water roof top air handling unit as scheduled or equal. Furnish and install 1 bi-polar ion generator. Furnish and install 2 exhaust fans as scheduled or equal. Demolition of 3 existing sidewall fans. Furnish and install air distribution as scheduled or equal. Furnish and install internally insulated galvanized sheet metal ductwork for new supply air systems.

Furnish and install internally insulated galvanized sheet metal ductwork for new return air systems. Furnish and install non-insulated galvanized sheet metal ductwork for new exhaust air systems. Furnish and install duct sox runs in the gymnasium area. Furnish and install externally insulated schedule 40 PVC pipe for all new HVAC condensate drain

systems. Furnish and install externally insulated schedule 40 A53 ERW steel pipe for all chilled water systems 2

½” in diameter and larger. Furnish and install externally insulated type L copper pipe for all hot water systems 2” in diameter and

smaller. Install smoke detectors per mechanical documents. Demolition. Provide test and balance. Permit, tax, and warranty.

GENERAL QUALIFICATIONS

Electrical, line voltage, interlocks by others. Roof opening and flashing by others. Concrete housekeeping pads by others. After hours labor excluded. Alarm interlock, wiring, and relays by others. Structural steel for roof mounted equipment by others. Painting of HVAC system and associated components by others. Plumbing by others. Gas piping by others. Weather proofing of exterior penetrations by others. Cleaning of all new and existing HVAC systems is excluded.

 

Orlando • Tampa • Daytona

 

 

 

Commercial Education Healthcare Multi-Family Mixed-Use Religious Retail Office Hospitality Entertainment Industrial • Preconstruction and Design Development • Budgeting • Fast-Track • Value-Added Engineering • Design Build • Plan and Spec • New Construction • Renovation • Planned Maintenance • Service and Repair • Replacement • Temporary Cooling Orlando Area 5401 Energy Air Court Orlando, FL 32810 (407) 886-3729 phone (407) 884-0155 fax Tampa Area 2009 Airport Road Plant City, FL 33563 (813) 750-1283 phone (813) 750-1288 fax www.EnergyAir.com CAC018270

 

 

 

Page 3 of 3 

 

PROJECT SPECIFIC QUALIFICATIONS

Smoke detectors furnished and wired by others. Air flow measuring stations for roof top units are excluded. Cleaning of all new and existing HVAC systems is excluded. Chain link fencing by others. Demolition other than described above is excluded. Wet tapping of existing chilling water lines. It is assumed that the existing chilled water system is sized to handle the additional load of the

Gymnasium. Warranty and/or repair of the existing HVAC equipment and systems is excluded. Ceiling removal, repair and/or replacement is excluded but required. Roofing, repair and/or replacement is excluded but required. Structural steel is excluded but required. Engineering is excluded, we can provide a price if required. Access doors as indicated on mechanical documents only. Draining of chilled water system is excluded. Chemical treatment of chilled water system is excluded. DDC controls are excluded and provided under a separate contract.

BASE BID: $147,000.00

Add 1% of contract for bond. Pricing is firm for 30 days.

Sincerely,

Ryan Shoemaker Ryan Shoemaker Director of Preconstruction / Design Build Direct: 407-781-1738 Cell: 407-416-4063 Email: [email protected]  

Johnson Controls, Inc. Building Efficiency Division 41 Skyline Drive Suite 1025 Lake Mary, FL 32746 Tel. 407.291-1971 FAX: 407.548-3644

Proposal

INITIALS: ________

To: Gilbane Building Company DATE: June 18, 2017

Project: Jackson Middle School Gym Air Handling Unit

Johnson Controls is pleased to propose the following pricing:

BUILDING AUTOMATION

1 .......... GYM ROOFTOP AIR HANDLER 8.1 Includes BACnet DDC controller Includes Return Air CO2 Sensor Includes Return Air Damper Actuator. Damper Supplied and Installed by others. Includes Bi-Polar Ionization Status. Bi-Polar Ionization Supplied and Installed by others. Includes Chilled Water Control Valve. Installed by others. Includes Electric Duct Heater Enable Includes Supply Fan Enable, Status Includes Supply Air Temperature Sensor Includes Wall Mounted Temperature and Humidity Sensor Does not include providing smoke dampers and smoke damper actuators or associate wiring

to smoke dampers

SYSTEM GRAPHICS Includes floor plan graphics with equipment locations Includes system graphics for each type of HVAC system being controlled by the DDC

system.

CLARIFICATIONS Wiring in exposed areas will be in installed in conduit all other wiring will be installed with

plenum rated cable.

NOT INCLUDED Payment or Performance Bonds 120Vac or 277Vac Power Wiring 120VAC for Fire/Smoke Dampers (120VAC Power and associated wiring) Fire or Smoke Dampers Providing and installing any fire alarm modules and duct smoke detectors. Fire or Smoke Dampers or associated wiring Installation of Valves, Dampers or other in-line devices Any cost for mechanical contractor’s installation tasks required for controls (i.e. wells, taps,

damper installation, thread-o-lets, valve install, etc) JCI to coordinate with contractor as required to identify locations.

Demolition of any kind Starters, Variable Speed Drives, disconnects or their installation

JOHNSON CONTROLS, INC. PAGE 2 OF 4

INITIALS: ________

Speed drives start-up and warranties Access doors and/or panels Any and all work associated with the fire alarm system • Factory mounting charges for the VAV box controls

PRICING SUMMARY Price in accordance to Johnson Controls standard terms and conditions, Tax as Indicated Below, Freight included FOB Factory, and standard delivery.

PRICE FOR BAS CONTROLS LISTED ABOVE (USE TAX INCLUDED)…………………………….. $10,385.00

SIGNATURES

(Important: this proposal incorporates by reference the terms and conditions on the last page of this document)

This proposal is hereby accepted, and Johnson Controls, Inc. is authorized to proceed with the work, subject however, to credit approval by Johnson Controls, Inc., Milwaukee, Wisconsin.

This proposal is valid until

30 Days from Proposal Date

Johnson Controls, Inc.

Signature

_____ ____

NAME: NAME: STEVEN PETERS

P.O. #: TITLE: ACCOUNT EXECUTIVE

DATE:

JOHNSON CONTROLS, INC. PAGE 3 OF 4

INITIALS: ________

TERMS AND CONDITIONS

By accepting this proposal, Purchaser agrees to be bound by the following terms and conditions:

1. SCOPE OF WORK. This proposal is based upon the use of straight time labor only. Plastering, patching and painting are excluded. “in-line” duct and piping devices, including, but not limited to, valves, dampers, humidifiers, wells, taps, flow meters, orifices, etc., if required hereunder to be furnished by Johnson shall be distributed and installed by others under Johnson’s supervision but at no additional cost to Johnson. Purchaser agrees to provide Johnson with required field utilities (electricity, toilets, drinking water, project hoist, elevator service, etc.) without charge. Johnson agrees to keep the job site clean of debris arising out of its own operations. Purchaser shall not back charge Johnson for any costs or expenses without Johnson’s written consent.

Unless specifically noted in the statement of the scope of work or services undertaken by JCI under this agreement, JCI’s obligations under this agreement expressly exclude any work or service of any nature associated or connected with the identification, abatement, clean up, control, removal, or disposal of hazardous or dangerous materials, to include but not be limited to asbestos or PCBs, discovered in or on the premises. Any language or provision of the agreement elsewhere contained which may authorize or empower the purchaser to change, modify, or alter the scope of work or services to be performed by JCI shall not operate to compel JCI to perform any work relating to hazardous or dangerous materials without JCI’s express written consent.

2. INVOICING & PAYMENTS. Johnson may invoice Purchaser monthly for all materials delivered to the job site or to an off-site storage facility and for all work performed on-site and off-site. Ten percent (10%) of the contract price is for engineering, drafting and other mobilization costs incurred prior to installation. This 10% shall be included in Johnson’s initial invoice. Purchaser agrees to pay Johnson the amount invoiced upon receipt of the invoice. Waivers of lien will be furnished upon request, as the work progresses; to the extent payments are received. If Johnson’s invoice is not paid within 30 days of its issuance, it is delinquent.

3. MATERIALS. If the materials or equipment included in this proposal become temporarily or permanently unavailable for reasons beyond the control and without the fault of Johnson, then in the case of such temporary unavailability, the time for performance of the work shall be extended to the extent thereof, and in the case of permanent unavailability, Johnson shall (a) be excused from furnishing said materials or equipment, and (b) be reimbursed for the difference between the cost of the materials or equipment permanently unavailable and the cost of a reasonably available substitute thereof.

4. WARRANTY. Johnson warrants that the equipment manufactured by it shall be free from defects in material and workmanship arising from normal usage for a period of one (1) year from delivery of said equipment, or if installed by Johnson, for a period of one (1) year from installation. Johnson warrants that for equipment furnished and/or installed but not manufactured by Johnson, Johnson will extend the same warranty terms and conditions which Johnson from the manufacturer of said equipment. For equipment installed by Johnson, if Purchaser provides written notice to Johnson of any such defect within thirty (30) days after the appearance or discovery of such defect, Johnson shall, at its option, repair or replace the defective equipment. For equipment not installed by Johnson, if Purchaser returns the defective equipment to Johnson within thirty (30) days after the appearance or discovery of such a defect, Johnson shall, at its option, repair or replace the defective equipment and return said equipment to the Purchaser. All transportation charges incurred in connection with the warranty for equipment not installed by Johnson shall be borne by Purchaser. These warranties do not extend to any equipment which has been repaired by others, abused, altered or misused, or which has not been properly and reasonably maintained. THESE WARRANTIES ARE IN LIEU OF ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCULDING, BUT NOT LIMITED TO, THOSE OF MERCHANTABILITY AND FITNESS FOR A SPECIFIC PURPOSE.

5. LIABILITY. Johnson shall not be liable for any special, indirect or consequential damages arising in any manner from the equipment or material furnished or the work performed pursuant to this agreement.

6. TAXES. The price of this proposal does not include duties, sales, use, excise, or other similar taxes, unless required by federal, state or local law. Purchaser shall pay, in addition to the stated price; all taxes not legally required to be paid by Johnson or, alternatively, shall provide Johnson with acceptable tax exemption certificates. Johnson shall provide purchaser with any tax payment certificate upon request and after completion and acceptance of the work.

7. DELAYS. Johnson shall not be liable for any delay in the performance of the work resulting from or attributed to acts or circumstances beyond Johnson’s control, including, but not limited to, acts of God, fire, riots, labor disputes, conditions of the premises, acts or omissions of the Purchaser, Owner or other Contractors or delays caused by suppliers or subcontractors of Johnson.

8. COMPLIANCE WITH LAWS. Johnson shall comply with all applicable federal, state and local laws and regulations and shall obtain all temporary licenses and permits required for the prosecution of the work. Licenses and permits of a permanent nature shall be procured and paid for by the Purchaser.

9. DISPUTES. All disputes involving more than $15,000 shall be resolved by arbitration in accordance with the rules of the American Arbitration Association. The prevailing party shall recover all legal costs and attorney’s fees incurred as a result. Nothing here shall limit any rights under construction lien laws.

10. INSURANCE. Insurance coverage in excess of Johnson’s standard limits will be furnished when requested and required. No credit will be given or premium paid by Johnson for insurance afforded by others.

11. INDEMNITY. The Parties hereto agree to indemnify each other from all liabilities, claims, expenses, losses or damages, including attorney’s fees, which may arise in connection with the execution of the work herein specified and which are caused, in whole or in part, by the negligent act or omission of the Indemnifying Party.

12. OCCUPATIONAL SAFETY AND HEALTH. The Parties hereto agree to notify each other immediately upon becoming aware of an inspection under, or any alleged violation of, the Occupational Safety and Health Act relating in any way to the project or project site.

13. ENTIRE AGREEMENT. This proposal, upon acceptance, shall constitute the entire agreement between the parties and supersedes any prior representations or understandings.

JOHNSON CONTROLS, INC. PAGE 4 OF 4

INITIALS: ________

14. CHANGES. No change or modification of any of the terms and conditions stated herein shall be binding upon Johnson unless accepted by Johnson in writing.

Bid Evaluation and Scope Review SummaryLEGEND

Base Bid Alternates

Y - Item included in Base Bid; Does not sum in Total A - Accepted Alternate; Sums in Total

N - Item not included in Base Bid; Does not Sum in Total R - Rejected Alternate; Does not Sum in Total

B - Breakout number, not included in Base Bid; Sums in Total

P - Plug number, not included in Base Bid; Sums in Total

BPS Jackson MS Gym A/C Change Order Diversified Electric Company Name Company Name Company Name Company Name Company Name Company Name Company Name

Titusville FL Contact Contact Contact Contact Contact Contact Contact Contact

26A - Electrical Phone Number Phone Number Phone Number Phone Number Phone Number Phone Number Phone Number Phone Number

Eric Dodson

Spec Scope Item Description

38,696$

1

2

3 Exhaust Fan Disconnects and Cuircuting Y

4 New RTU N4R Disconnects and Cuircuting (Roof Mount) Y

5 Grounding Y

6 Roof Top Recepticles Y

7 Misc Fire Alarm/Duct Detectors Y

8 Motor Starters N

9 P&P Bond (not needed, will enroll in CDI) N

10 Sales Tax Y

11 Warranty Y

12 Payment & Performance Bond (not required - CDI) Y

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

29

30

31

32

33

34

35

36

37

38

39

40 Total Adjustments ("B" and "P") -$ -$ -$ -$ -$ -$ -$

41 Base Bid with Adjustments -$ 38,696$ -$ -$ -$ -$ -$ -$

42 MBE/DBE

43 ALTERNATES

44 1

45 2

46 3

47 4

48 5

49 6

50

51 Total ACCEPTED Alternates ("A") -$ -$ -$ -$ -$ -$ -$ -$ -$

52 Total Base Bid including ACCEPTED Alternates -$ 38,696$ -$ -$ -$ -$ -$ -$ -$

TOTAL EXPOSURE P -$

BASE BID

Evaluator -

Bid Package -

Location -

<<Do not insert rows below this cell. Formulas will not adjust.

<<Do not insert rows below this cell. Formulas will not adjust.

Job Name -

Gilbane Estimate

DATE: 6/21/2017 BUDGET PRICING

Gilbane Building Company 315 E. Robinson Street, Suite 280 Orlando, FL 32801

Attn. Eric Dodson Jr.

RE: Brevard School Renewal-Andrew Jackson MS-ADD #01 06/16/17

Diversified Proposal Request DPR#02 BUDGET

Please Find Attached, Budget for DPR # 02 (Electrical Revisions Included within Andrew Jackson Middle School Addendum#1 Dated 6/16/17). These Revisions Will Result in a Net Add to Our Contract, In the Amount of: $ 38,695.50 Thirty Eight Thousand Six Hundred Ninety-Five Dollars and Fifty Cents. Inclusions Within this Proposal are the Following:

1. Power to AHU 8.1, Includes Conduit, Wire, Disconnect and Breaker. 2. Associated Fire Alarm.

Exclusions or Notes from this Proposal are the Following:

1. ANY OVERTIME. 2. ANY ROOF PENETRATIONS. 3. Any Cutting & Patching of Wall 4. Any Finish-Restorations of Walls, Floors, or Painting. 5. Any “Over-Time” to Perform This Work.

PLEASE NOTE: A Time Extension of Five (5) Days will be Necessary for Satisfactory Completion of these Changes. Furthermore, This Quote is Subject to Change if Not Accepted Within (30) Thirty Days. Respectfully Submitted, Tim Byrnes Project Estimator The Work Covered by This Proposal Shall Be Performed under the Same Terms and Conditions As That Included in Original Contract, Unless Stated Otherwise Above.

Cc: John Wehle Scott Eccleston Estimator File t:\_c o letters\brevard schools apollo jackson pinewood\brevard schools- andrew jackson ms renewal dpr #02 budget.docx

4283 SW High Meadows Ave. Palm City, FL 34990 Phone (772) 219-9942 Fax (772) 219-9718