EXHIBIT C GUARANTEED MAXIMUM PRICE TO THE CONTINUING CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES/RFQ #14-Q-009-KR BY AND BETWEEN

Size: px
Start display at page:

Download "EXHIBIT C GUARANTEED MAXIMUM PRICE TO THE CONTINUING CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES/RFQ #14-Q-009-KR BY AND BETWEEN"

Transcription

1 EXHIBIT C GUARANTEED MAXIMUM PRICE TO THE CONTINUING CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES/RFQ #14-Q-009-KR BY AND BETWEEN THE SCHOOL BOARD OF BREVARD COUNTY, FLORIDA 2700 Judge Fran Jamieson Way Viera, Florida Phone: (321) Fax: (321) AND HEARD CONSTRUCTION, INC. FOR THE CONSTRUCTION OF: SCHOOL: Titusville High School PROJECT: Kitchen Renovation Exhibit C- Project Assignment Page 1 of 4

2 ARTICLE 1. GUARANTEED MAXIMUM PRICE (GMP) Guaranteed Maximum Price (GMP): Construction Manager guarantees that it shall not exceed a Guaranteed Maximum Price (GMP) of Seven Hundred Sixty-Two Thousand, Eight Hundred Fifty- Eight Dollars and Ninety-Five Cents ($762,858.95) for the identified Sub-Project. 1.2 Basis of the GMP: Construction Documents: The Scope of Work for the GMP shall be as defined in the Construction Documents, prepared by Architects RZK, Inc., titled Titusville High School Food Service Remodel and dated April 16, List of Contract Documents attached as Exhibit C Exceptions, Clarifications and Exclusions: The Scope of Work defined in the Contract Documents shall be modified and/or clarified as shown in attached Exhibit C Truth-In-Negotiation: The Construction Manager certifies that the wage rates and other factual unit costs supporting the compensation are accurate, complete and current at the time of execution of each Sub-Project of which this certificate is a part. The original price and any additions thereto shall be adjusted to exclude any significant sums by which the Owner determines the Sub-Project amount was increased due to inaccurate, incomplete or non-current wage rates and other factual unit costs and that such original Sub-Project adjustments shall be made within one year following the end of the Agreement. ARTICLE 2. PROJECT TIME 2.1 Substantial Completion Date: Substantial Completion of the Work as defined in Article of the General Conditions to the Continuing Contract for Construction Management Services shall be achieved by August 2, Final Completion Date: Final Completion for the Work as defined in Article of the General Conditions to the Continuing Contract for Construction Management Services shall be achieved by November 2, Project Schedule: Attached to this Amendment will be a schedule identifying the above noted completion times and intermediate milestone dates estimated for the Project. The proposed schedule shall be integrated into the Construction Manager's CPM Schedule upon approval of its Guaranteed Maximum Price Amendment. ARTICLE 3. CONSTRUCTION MANAGEMENT FEE 3.1 Construction Management Fee: The Construction Management Fee for the Project shall be either a Lump Sum or Not-To-Exceed Fee (Check Correct Type Reference Sub-Project Work Request (Exhibit B) which identifies the Fee type) of Fifty-Two Thousand, One Hundred Eighty-Nine Dollars and Fifty-Four Cents ($52,189.54). Exhibit C- Project Assignment Page 2 of 4

3 ARTICLE 4. REIMBURSABLE GENERAL CONDITIONS COSTS 4.1 General Conditions: General Conditions costs for the Project shall not exceed Fifty-Eight Thousand, Seven Hundred Thirteen Dollars and Forty-One Cents ($58,713.41). General Conditions costs shall be reimbursed at Construction Manager's negotiated lump sum for Projects with a GMP under $1,000,000. General Condition costs shall be in compliance with the General Conditions to the Construction Management Contract (Exhibit A) and are identified in the attached document, prepared by the Construction Manager titled CM Proposal for Titusville High School Kitchen and dated April 17, ARTICLE 5. LIQUIDATED DAMAGES 5.1 Substantial Completion: Construction Manager shall pay Owner One Thousand Dollars ($1,000.00) as liquidated damages for each day that Substantial Completion extends beyond the Substantial Completion Date. 5.2 Final Completion: Construction Manager shall pay Owner Five Hundred Dollars ($500.00) as liquidated damages for each day that Final Completion extends beyond the Final Completion Date. ARTICLE 6. PROJECT REPRESENTATIVES 6.1 Owner s Representative: Owner designates the individual listed below as its Owner s Representative to provide direct interface with Construction Manager with respect to Owner s responsibilities: David Martin, Owner s Project Manager. 6.2 Construction Manager's Representative: Construction Manager designates the individual listed below as its Construction Manager's Representative to provide direct interface with Owner with respect to Construction Manager's responsibilities: Brianna Burton, Construction Manager's Project Manager. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) Exhibit C- Project Assignment Page 3 of 4

4

5 EXHIBIT C-1 CONTINUING CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES FOR CONSTRUCTION PROJECTS NOT TO EXCEED $2,000,000 & FOR STUDIES WITH A FEE NOT TO EXCEED $200,000 OR AS ALLOWED BY SCHOOL BOARD POLICY RFQ #14-Q-009-KR THE SCHOOL BOARD OF BREVARD COUNTY, FLORIDA Date: April 19, 2018 Project Name/Number: Kitchen Renovation Project Location(s): Titusville High School LIST OF CONTRACT DOCUMENTS Number Title Date LS-0.0 Life Safety Code Compliance Information April 16, 2018 LS-0.1 Life Safety Code Compliance Information April 16, 2018 LS-0.2 Life Safety Code Compliance Information April 16, 2018 LS-1.0 Life Safety Plan April 16, 2018 A-0.0 Demolition Floor Plan April 16, 2018 A-1.0 New Dimension Plan April 16, 2018 A-1.1 New Reference Floor Plan April 16, 2018 A-1.2 New Equipment Plan April 16, 2018 A-1.3 Foundation Plan and Details April 16, 2018 A-1.4 New Finishes Plan April 16, 2018 A-2.0 Reflected Ceiling Plan April 16, 2018 A-3.0 Exterior Elevations April 16, 2018 A-3.1 Building Section and Details April 16, 2018 A-3.2 Interior Elevations April 16, 2018 A-4.0 Door Schedule Types and Details April 16, 2018 A-5.0 Wall Types April 16, 2018 SP-1.0 Architectural Specifications April 16, 2018 SP-1.1 Architectural Specifications April 16, 2018 SP-1.2 Architectural Specifications April 16, 2018 SP-1.3 Architectural Specifications April 16, 2018 Exhibit C-1 List of Contract Documents Page 1 of 1

6 EXHIBIT C-2 CONTINUING CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES FOR CONSTRUCTION PROJECTS NOT TO EXCEED $2,000,000 & FOR STUDIES WITH A FEE NOT TO EXCEED $200,000 OR AS ALLOWED BY SCHOOL BOARD POLICY RFQ #14-Q-009-KR THE SCHOOL BOARD OF BREVARD COUNTY, FLORIDA Date: April 19, 2018 Project Name/Number: Kitchen Renovation Project Location(s): Titusville High School EXCEPTIONS, CLARIFICATIONS AND EXCLUSIONS TO CONTRACT DOCUMENTS. 1. All Building Official requirements not specifically included in the proposal are excluded. 2. Only work described in the proposal scope of work is included in this project. Exhibit C-2 Exceptions, Clarifications and Exclusions Page 1 of 1

7 April 17, 2018 HCI Project PO# School Board of Brevard County BPS Titusville HS Kitchen Renovation 2700 Judge Fran Jamieson Way Viera, FL Attn: Dave Martin Subject: CM Proposal for Titusville HS Kitchen Dear Dave, At your request we are providing our proposal for Construction Management Services for the subject project. All work will be subject to terms and conditions as stipulated in the Continuing Contract for Construction Management Services between Heard Construction Inc. and the School Board of Brevard County and RZK Architects, Inc./DDC Engineering, Inc. drawings and specifications dated 4/16/18 outlining the following scope of work: 1. Demo and remove existing walls and ceilings per plan. 2. Removal and replacement of concrete slab to accommodate new wall, plumbing & electrical installations. 3. Installation of new partition and exterior walls per plan. 4. Installation of new doors, frames and hardware. 5. Installation of new floor and wall finishes. 6. Installation of new acoustical & drywall ceilings and soffits. 7. Patching and painting. 8. Installation of specified accessories and corner guards. 9. Completion of new serving line handrails and overhead roll-up security gates. 10. Installation of new door signage. 11. Installation of new plumbing per plan. 12. Installation of new HVAC per plan. 13. Installation of new electrical and Fire Alarm per plan. 14. Installation of new conduit for Data Drops at Serving lines. HCI s GMP to provide Construction Management Services is $762, We have enclosed our SBBC GMP Estimate detailing the costs for the project. We have included supervision for the duration of the project. A $50, Project Contingency Allowance without fee markup is included. This work will begin on receipt of your Authorization to Proceed and will be substantially completed during the upcoming summer recess. It is our intention to substantially complete the project by 8/2/18. The Preliminary Project Schedule is as follows: Board approval: 5/8/18 Notice To Proceed issued - 5/9/18 Purchase Order Issued - 5/21/18 Start construction - 5/29/18 Substantial Completion - 8/2/18

8 We acknowledge that if Substantial Completion is not attained before 8/2/18 Liquidated Damages in the amount of $ per day will be imposed. If HCI fails to attain Substantial Completion the Final Completion Date shall be reset to the ninetieth (90th) day after the date of actual Substantial Completion and Liquidated Damaged will be imposed at $ per day. QUALIFICATIONS, CLARIFICATIONS AND EXCLUSIONS 1. Any Building Official requirements not specifically included in this proposal are excluded. 2. Only work described in the above scope of work is included in this project. We thank you for this opportunity and look forward to your approval to proceed with this project. If you have any questions please give me a call at (321) at your earliest convenience. Sincerely, Brianna Burton Heard Construction, Inc.

9 Project No BPS Titusville HS Kitchen Renovation Estimate Type: Bid Estimate Status: Preliminary Item Description Qty Unit Unit Price Extended Amount CSI Division 0 - General Conditions Project Manager (PM) 100 hrs Superintendent 320 hrs Dumpster 10 each PM Vehicle.5 months Superintendent Vehicle 2 months PM Phone 1 months Superintendent Phone 2 months Superintendent - Over Time 120 hrs Administration 16 hrs CSI Division 0 - General Conditions Total 6, , , , , CSI Division 1 - General Requirements Soils and concrete testing 1 allowance 1, Document reproduction 1 ls Temporary barricades and barriers 1 allowance 4, O & M Manuals 1 ls As-Builts 1 ls Close out documents 1 ls Final Cleaning 1 ls 2, CSI Division 1 - General Requirements Total 1, , , , CSI Division 2 - Existing Conditions General Works Subcontractor 1 allowance 19, All demolition listed on sheet A-0.0 includes concrete, includes moving existing equipment to cafeteria General Works Subcontractor 1 allowance Protection of existing facilities, includes visqueen over stored owner equipment in cafeteria Demolition Subcontractor 9570 sf 0.45 Removal of existing acoustical ceilings General works contractor 1 allowance 9, Remove existing slab & pour back to accommodate new underground mechanical and electrical CSI Division 2 - Existing Conditions Total 19, , , ,606.50

10 Item Description Qty Unit Unit Price Extended Amount CSI Division 3 - Concrete Cast-in-Place Concrete Subcontractor 1 allowance 4, Walk In Cooler General works contractor 1 ls 1, Cut holes for HVAC Contractor to accommodate new AHU s CSI Division 3 - Concrete Total 4, , , CSI Division 5 - Metals Miscellaneous Metals Subcontractor 150 lf Pipe queue installations (fab & install) Structural Steel Subcontractor 1 allowance 2, Structural steel support allowance for electrical and mechanical CSI Division 5 - Metals Total 14, , , CSI Division 6 - Wood and Plastics Architectural Casework 1 allowance 5, CSI Division 6 - Wood and Plastics Total 5, , CSI Division 8 - Openings Doors, Frames and Hardware Subcontractor 2 allowance 2, New double door systems Doors, Frames and Hardware Subcontractor 11 each 1, Installation of new single leaf doors/frames/hardware CSI Division 8 - Openings Total 5, , , CSI Division 9 - Finishes Plaster and Gypsum Board Subcontractor 400 lf Metal stud and drywall partition walls/includes insulation where required General Works Contractor 1 allowance 10, Installation of overhead security roll up grills Ceilings Subcontractor 9570 sf 2.35 new acoustical ceilings General Works Contractor 1 allowance 5, Metal Framing and drywall finishes for security grills Painting and Coatings Subcontractor 1 allowance 8, Flooring Subcontractor 1 allowance 90, New floor tile General Works Contractor 1 allowance 3, Counter tops at serving lines Ceilings Subcontractor 1 allowance 2, Hard Ceiling Allowance Tile Subcontractor 1 allowance 25, Wall Tile 44, , , , , , , , ,000.00

11 Item Description Qty Unit Unit Price Extended Amount CSI Division 9 - Finishes Total 210, CSI Division 10 - Specialties Overhead security roll up grills 1 allowance 56, ea. per plan. Corner guards 1 allowance 2, Based on 20 each corner guards installed. Signage 1 allowance 2, Accessories 1 ls 1, Labor to install BPS provided soap & paper towel dispensers CSI Division 10 - Specialties Total 56, , , , , CSI Division 21 - Fire Suppression Fire Extinguishing System Subcontractor 1 allowance Fire Extinguishers Fire Suppression Subcontractor 1 allowance Ansul System Lockout CSI Division 21 - Fire Suppression Total , CSI Division 22 - Plumbing Plumbing Subcontractor 1 allowance 50, CSI Division 22 - Plumbing Total 50, , CSI Division 23 - HVAC HVAC Subcontractor 1 allowance 75, Includes Test & Balance Instrumentation and Control for HVAC Subcontractor 1 allowance 15, CSI Division 23 - HVAC Total 75, , , CSI Division 26 - Electrical Electrical Subcontractor 1 allowance 100, Electrical Subcontractor Safing andtie back lights during construction and reinstall in new grid (in electrical above) CSI Division 26 - Electrical Total 100, , CSI Division 27 - Communications Data Communications Subcontractor 1 allowance 3, CSI Division 27 - Communications Total 3, , CSI Division 28 - Electronic Safety and Security Fire Detection and Alarm Subcontractor 1 allowance 0.00 Fire alarm remove/relocate and new (in electrical above) CSI Division 28 - Electronic Safety and Security Total Subtotal ,123.64

12 Item Description Qty Unit Unit Price Extended Amount Notes Estimated Cost Subtotal 649, General 0.30% 1, Professional 0.20% 1, Subtotal 652, % 0.00 Subtotal 652, % 52, Subtotal 704, Contingency 50, Pre-construction/Design 0.00 Subtotal 754, % 8, Total 762,858.95

EXHIBIT C GUARANTEED MAXIMUM PRICE TO THE CONTINUING CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES/RFQ #14-Q-009-KR BY AND BETWEEN

EXHIBIT C GUARANTEED MAXIMUM PRICE TO THE CONTINUING CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES/RFQ #14-Q-009-KR BY AND BETWEEN EXHIBIT C GUARANTEED MAXIMUM PRICE TO THE CONTINUING CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES/RFQ #14-Q-009-KR BY AND BETWEEN THE SCHOOL BOARD OF BREVARD COUNTY, FLORIDA 2700 Judge Fran Jamieson Way

More information

EXHIBIT C GUARANTEED MAXIMUM PRICE TO THE CONTINUING CONTRACT FOR CONSTRUCTION MANGEMENT SERVICES/RFQ #14-Q-009-KR BY AND BETWEEN

EXHIBIT C GUARANTEED MAXIMUM PRICE TO THE CONTINUING CONTRACT FOR CONSTRUCTION MANGEMENT SERVICES/RFQ #14-Q-009-KR BY AND BETWEEN EXHIBIT C GUARANTEED MAXIMUM PRICE TO THE CONTINUING CONTRACT FOR CONSTRUCTION MANGEMENT SERVICES/RFQ #14-Q-009-KR BY AND BETWEEN THE SCHOOL BOARD OF BREVARD COUNTY, FLORIDA 2700 Judge Fran Jamieson Way

More information

EXHIBIT C GUARANTEED MAXIMUM PRICE TO THE CONTINUING CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES/RFQ #14-Q-009-KR BY AND BETWEEN

EXHIBIT C GUARANTEED MAXIMUM PRICE TO THE CONTINUING CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES/RFQ #14-Q-009-KR BY AND BETWEEN EXHIBIT C GUARANTEED MAXIMUM PRICE TO THE CONTINUING CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES/RFQ #14-Q-009-KR BY AND BETWEEN THE SCHOOL BOARD OF BREVARD COUNTY, FLORIDA 2700 Judge Fran Jamieson Way

More information

Melbourne Bus Depot - BUDGET

Melbourne Bus Depot - BUDGET Melbourne Bus Depot - BUDGET Replacement of U.S.Tanks Description Budget COMMENTS Design/Build GMP $420,799.00 Canaveral Construction General Conditions Sub-Total Overhead @ 10% Profit @ 5% Contingency

More information

Minneapolis Community and Technical College T-Building Floor 2 Student Affairs Cost Estimating Form Templates - Exhibit C

Minneapolis Community and Technical College T-Building Floor 2 Student Affairs Cost Estimating Form Templates - Exhibit C 2 3 4 5 6 7 8 9 0 2 3 4 5 6 7 8 9 20 2 22 23 24 25 26 27 28 29 30 3 32 33 34 35 36 37 38 39 40 4 42 43 44 45 46 DIVISION 02 EXISTING CONDITIONS Demolition; Removal & Disposal: CMU Partitions AD Quan UM

More information

3401 N. Courtenay Pkwy. Merritt Island, Florida TEL: (321) FAX: (321)

3401 N. Courtenay Pkwy. Merritt Island, Florida TEL: (321) FAX: (321) Attachment 1 May 7 th, 2013 School Board of Brevard County Facilities Services 2700 Judge Fran Jamieson Way Viera, FL 32940 Attn: David Martin 3401 N. Courtenay Pkwy. Merritt Island, Florida 32953 TEL:

More information

PHASE I ACADEMIC BUILDING CORE RENOVATIONS RCNJ Project No C

PHASE I ACADEMIC BUILDING CORE RENOVATIONS RCNJ Project No C PHASE I ACADEMIC BUILDING CORE RENOVATIONS RCNJ Project No. 20140101C CONSTRUCTION ESTIMATE AND PROJECT BUDGET Dated June 7. 2014 Estimated Cost HARD COSTS $ 1,560,284 Core Renovations (Toilet Rooms, Ceilings

More information

Addendum #1. January 22, 2018

Addendum #1. January 22, 2018 Addendum #1 January 22, 2018 Building B 8500 Public Works Drive Renovation for City of Manassas Water & Sewer Department 8500 Public Works Drive Manassas, VA 20110 Job Description Renovation of the existing

More information

Attachment F. Campus Capital Needs Sales Surtax Funded Detail Report

Attachment F. Campus Capital Needs Sales Surtax Funded Detail Report Facility Attachment F Campus Capital Needs Sales Surtax Funded Detail Report Facilities Services 2700 Judge Fran Jamieson Way Viera, Florida 32940-6601 Condition Code Estimate Melbourne High 1.80 $8,893,982

More information

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT TABLE OF CONTENTS INTRODUCTORY INFORMATION 00 00 10 Title Page 00 00 20 Table of Contents DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT Section 00 02 00 Notice to Bidders

More information

Attachment F. Campus Capital Needs Sales Surtax Funded Detail Report

Attachment F. Campus Capital Needs Sales Surtax Funded Detail Report Facility Attachment F Campus Capital Needs Sales Surtax Funded Detail Report Facilities Services 2700 Judge Fran Jamieson Way Viera, Florida 32940-6601 Condition Code Estimate Rockledge High 1.18 $5,548,952

More information

Architectural Services

Architectural Services Architectural Services 2016 Capital Improvement Program Request for Proposal Number: 18-20 Title of the Projects: Renovations to Weaver Middle School Procurement Department Bibb County School District

More information

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT TABLE OF CONTENTS INTRODUCTORY INFORMATION 00 00 10 Title Page 00 00 20 Table of Contents DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT Section 00 02 00 Notice to Bidders

More information

TECHNICAL QUESTIONS FOR ITB-DOT-17/ LV DEMOLITION AND CONSTRUCTION OF DISTRICT SEVEN OFFICE SPACE

TECHNICAL QUESTIONS FOR ITB-DOT-17/ LV DEMOLITION AND CONSTRUCTION OF DISTRICT SEVEN OFFICE SPACE TECHNICAL QUESTIONS FOR ITB-DOT-17/18-7004LV DEMOLITION AND CONSTRUCTION OF DISTRICT SEVEN OFFICE SPACE Question 1: Question 2: Question 3: Question 4: Question 5: Question 6: When area configurations

More information

Attachment F. Campus Capital Needs Sales Surtax Funded Detail Report

Attachment F. Campus Capital Needs Sales Surtax Funded Detail Report Facility Attachment F Campus Capital Needs Sales Surtax Funded Detail Report Facilities Services 2700 Judge Fran Jamieson Way Viera, Florida 32940-6601 Condition Code Estimate Palm Bay Elementary 1.69

More information

University of Central Florida Downtown Campus / Dr. Phillips Academic Commons Pre-Bid Phase II Package Structural, Architectural and MEP

University of Central Florida Downtown Campus / Dr. Phillips Academic Commons Pre-Bid Phase II Package Structural, Architectural and MEP University of Central Florida Downtown Campus / Dr. Phillips Academic Commons Pre-Bid Phase II Package Structural, Architectural and MEP Agenda Introduction (5 minutes) UCF Introduction (5 minutes) Project

More information

SECTION PAYMENT PROCEDURES

SECTION PAYMENT PROCEDURES SECTION 012900 PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract including General and Supplementary Conditions and other Division 01 Specifications Sections apply

More information

DOCUMENT B. 2. The low bidder shall submit this Expanded Subcontractors Listing to the Owner within 24 hours after the bid opening.

DOCUMENT B. 2. The low bidder shall submit this Expanded Subcontractors Listing to the Owner within 24 hours after the bid opening. DOCUMENT 00 43 36B EXPANDED SUBCONTRACTORS LISTING TO: CLARK COUNTY SCHOOL DISTRICT hereinafter called "Owner" FROM: ~AU;)"''"-' Oeve\,(;p,-...e,.,,... IA... t. ~o~ t>.m..e>u,i-j (Print Company Name) Pe-Mo1..,,,-t,:;>.tJ

More information

Construction Summary

Construction Summary Construction Summary Project Name Item of Work Base Building Add-ons Total Cost Code Site Development $ 18,150.00 $ - $ 18,150.00 Landscaping $ 500.00 $ - $ 500.00 Cast-in-place Concrete $ 7,806.00 $ -

More information

Invitation to Bid. RLS Construction Group requests your firm to submit a quotation on the following project:

Invitation to Bid. RLS Construction Group requests your firm to submit a quotation on the following project: RLS CONSTRUCTION GROUP Phone: 717-502-6680 Fax: 717-502-6681 www.rlscg.com Invitation to Bid RLS Construction Group requests your firm to submit a quotation on the following project: Project: Location:

More information

Franklin Hall Renovation TABLE OF Document Indiana University Bloomington

Franklin Hall Renovation TABLE OF Document Indiana University Bloomington VPS Project No. 2013022.00 Page 1 SPECIFICATIONS VOLUME I INTRODUCTORY INFORMATION Document 000010 - Table of Contents... 6 Document 000011 - Certification and Seals... 2 Document 000012 - Project Directory...

More information

Job Cost Summary 11/27/08

Job Cost Summary 11/27/08 by Division with % Complete Job# = 186 Sample Company 2005 Job Cost Summary 186 Williams Post Office 1 General Requirements 1000.000 GENERAL REQUIREMENTS % COMPLETE 25 % COMPLETE % COMPLETE % COMPLETE

More information

WEST YELLOWSTONE SIEGEL LEARNING CENTER REQUEST FOR QUALIFICATIONS / PROPOSALS FOR CONSTRUCTION MANAGER AT RISK (CM-AR) SERVICES

WEST YELLOWSTONE SIEGEL LEARNING CENTER REQUEST FOR QUALIFICATIONS / PROPOSALS FOR CONSTRUCTION MANAGER AT RISK (CM-AR) SERVICES 1. Introduction WEST YELLOWSTONE SIEGEL LEARNING CENTER REQUEST FOR QUALIFICATIONS / PROPOSALS FOR CONSTRUCTION MANAGER AT RISK (CM-AR) SERVICES The Town of West Yellowstone (Town) is seeking a qualified

More information

PROJECT MANUAL FOR: HUMPHREYS CO. SHERRILL BUILDING RENOVATIONS: NEW URGENT CARE CLINIC & EXTENSION SERVICE OFFICE

PROJECT MANUAL FOR: HUMPHREYS CO. SHERRILL BUILDING RENOVATIONS: NEW URGENT CARE CLINIC & EXTENSION SERVICE OFFICE PROJECT MANUAL FOR: HUMPHREYS CO. SHERRILL BUILDING RENOVATIONS: NEW URGENT CARE CLINIC & EXTENSION SERVICE OFFICE HUMPHREYS COUNTY BOARD OF SUPERVISOR BELZONI, MISSISSIPPI APRIL 20, 2016 EMILY POOLE ARCHITECTURE,

More information

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4 RE: ITB: PORTLAND COMMUNITY COLLEGE 12000 SW 49 th Avenue Portland, Oregon 97219 Sylvania Campus Bookstore Remodel Dated: February 22, 2017 April 11, 2017 ADDENDUM NO. 4 This addendum, together with the

More information

TOWN OF EAST HADDAM INVITATION TO BID EAST HADDAM COMPANY #1 FIREHOUSE INTERIOR RENOVATIONS ADDENDUM NO. 1 TO CONTRACT DOCUMENTS

TOWN OF EAST HADDAM INVITATION TO BID EAST HADDAM COMPANY #1 FIREHOUSE INTERIOR RENOVATIONS ADDENDUM NO. 1 TO CONTRACT DOCUMENTS TOWN OF EAST HADDAM INVITATION TO BID EAST HADDAM COMPANY #1 FIREHOUSE INTERIOR RENOVATIONS ADDENDUM NO. 1 TO CONTRACT DOCUMENTS The Town of East Haddam is seeking bids from qualified contractors who will

More information

JMU Capital Projects SWaM Outreach Event Presentations

JMU Capital Projects SWaM Outreach Event Presentations JMU Capital Projects SWaM Outreach Event Presentations Kjellstrom + Lee Contact: Jessica Marcus jmarcus@kjellstromandlee.com Project: College of Business Renovation/Expansion Please contact Kjellstrom

More information

A. Remove Table of Contents and insert new attached Table of Contents.

A. Remove Table of Contents and insert new attached Table of Contents. ADDENDUM NO. 01 PROJECT Colby Glass E.S. Window Upgrades and ADA Work PROJECT NO. 16043 DATE February 07, 2018 TO: All Prime Contract Bidders and all others to whom Drawings and Specifications have been

More information

How to Estimate the Cost of a Medical Office Building Using Conceptual BIM (DProfiler)

How to Estimate the Cost of a Medical Office Building Using Conceptual BIM (DProfiler) How to Estimate the Cost of a Medical Office Building Using Conceptual BIM (DProfiler) CPE Candidate No. 0115805 July 2015 1 P age How to Estimate the Cost of a Medical Office Building Using Conceptual

More information

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT TABLE OF CONTENTS INTRODUCTORY INFORMATION 00 00 10 Title Page 00 00 20 Table of Contents DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT Section 00 02 00 Notice to Bidders

More information

Subcontractor Qualification Form

Subcontractor Qualification Form Subcontractor Qualification Form Date Submitted: General Information Company Name: Mailing Address: Physical Address: Email: Primary Contact: License Number (if applicable): Contracting Specialty: Street/PO

More information

CITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS STATEMENT OF QUANTITIES. Item No. Description Quantity Estimated Mobilization 1 LS

CITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS STATEMENT OF QUANTITIES. Item No. Description Quantity Estimated Mobilization 1 LS 010100-01 Mobilization 1 LS 010500-01 Construction Surveying 1 LS 015000-01 Temporary Construction Fence 1 LS 029100-01 Tree Retention and Protection 1 LS 015150-01 Erosion and Sediment Control 1 LS Division

More information

New Ringgold Middle School. Project Slideshow August 26, 2017

New Ringgold Middle School. Project Slideshow August 26, 2017 New Ringgold Middle School Project Slideshow August 26, 2017 Aerial Photo from West Provided by Hudson Group Taken 8.16.2017 Aerial Photo from North Provided by Hudson Group Taken 8.16.2017 Aerial Photo

More information

INVITATION TO TENDER ITT No. PS RODDAN LODGE CONSTRUCTION ADDENDUM NO. 16

INVITATION TO TENDER ITT No. PS RODDAN LODGE CONSTRUCTION ADDENDUM NO. 16 FINANCE, RISK AND SUPPLY CHAIN MANAGEMENT Supply Chain Management August 2, 2018 INVITATION TO TENDER ITT No. PS20180883 RODDAN LODGE CONSTRUCTION ADDENDUM NO. 16 RE: REVISIONS TO BASE PRICE TABLE IN SCHEDULE

More information

TABLE OF CONTENTS Public Safety Building

TABLE OF CONTENTS Public Safety Building DOCUMENT 00 01 10 - TABLE OF CONTENTS VOLUME I DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS 00 01 10 Table of Contents 00 31 32 Geotechnical Data DIVISION 01 GENERAL REQUIREMENTS 01 10 00 Summary

More information

Farmington Public Schools 2015 Bond Issue Bid Package 9- Beechview & Kenbrook Elementary School Remodeling Project Wednesday, January 24, 2018

Farmington Public Schools 2015 Bond Issue Bid Package 9- Beechview & Kenbrook Elementary School Remodeling Project Wednesday, January 24, 2018 Farmington Public Schools 2015 Bond Issue Bid Package 9- Beechview & Kenbrook Elementary School Remodeling Project Wednesday, January 24, 2018 POST-BID ADDENDUM 1 CONSTRUCTION MANAGEMENT PACKAGE - Bidding

More information

APPLICATION AND CERTIFICATE FOR PAYMENT

APPLICATION AND CERTIFICATE FOR PAYMENT AND CERTIFICATE FOR PAYMENT TO OWNER: MASTER TEMPLATE - SAVE PROJECT FILE 1 DATE: 10/5/2012 PERIOD TO: ARCHITECT: PROJECT NO: CONTRACTOR'S FOR PAYMENT Application is made for payment, as shown below, in

More information

City of Warrenville, IL

City of Warrenville, IL CONSTRUCTION CODE SERVICES, INC. Building & Fire Protection Plan Review Training Inspections Code Consulting City of Warrenville, IL PROPOSAL FOR PLAN REVIEW, INSPECTION and ADMINISTRATIVE SERVICES SUBMITTED

More information

Project Manual Index of Specifications Shenandoah Schools Concession Building

Project Manual Index of Specifications Shenandoah Schools Concession Building INDEX OF SPECIFICATIONS Division 0..BIDDING AND CONTRACT REQUIREMENTS 00 11 13 Advertisement for Bids 00 21 13 Instructions to Bidders 00 41 00 Bid Forms 00 43 13 Bid Security Form 00 72 00 General Conditions

More information

TEXAS TECH UNIVERSITY HEALTH SCIENCES CENTER MEDICAL SCIENCE BUILDING II EARLY GMP SUB SELECTION REQUEST FOR PROPOSAL

TEXAS TECH UNIVERSITY HEALTH SCIENCES CENTER MEDICAL SCIENCE BUILDING II EARLY GMP SUB SELECTION REQUEST FOR PROPOSAL TEXAS TECH UNIVERSITY HEALTH SCIENCES CENTER MEDICAL SCIENCE BUILDING II El Paso, Texas EARLY GMP SUB SELECTION REQUEST FOR PROPOSAL for the BUILDING CONCRETE GLASS AND GLAZING FIRE SPRINKLER MECHANICAL

More information

Update on FCPS Construction/Renovation Projects. June 2016

Update on FCPS Construction/Renovation Projects. June 2016 Update on FCPS Construction/Renovation Projects Squires Elementary -- Renovation Architect: General Contractor: JRA Architects D.W. Wilburn, Inc. GC Contract Sum: $12,166,000 Total Project Cost: $15,207,000

More information

B. RESIDENTIAL MASTER PLUMBER $ $ $

B. RESIDENTIAL MASTER PLUMBER $ $ $ FEE SCHEDULE FOR LICENSE Res. Non-Res. Out of State BUILDING CATEGORIES A. GENERAL CONTRACTOR (Unlimited Scope) B. BUILDING CONTRACTOR $ 100.00 $ 150.00 $ 300.00 Limited to construction and remodeling

More information

TABLE OF CONTENTS VOLUME 1. DIVISION 00 - INTRODUCTORY INFORMATION, BIDDING REQUIREMENTS, CONTRACT FORMS & CONDITIONS OF THE CONTRACT Pages

TABLE OF CONTENTS VOLUME 1. DIVISION 00 - INTRODUCTORY INFORMATION, BIDDING REQUIREMENTS, CONTRACT FORMS & CONDITIONS OF THE CONTRACT Pages TABLE OF CONTENTS VOLUME 1 DIVISION 00 - INTRODUCTORY INFORMATION, BIDDING REQUIREMENTS, CONTRACT FORMS & CONDITIONS OF THE CONTRACT Pages SCHEDULE OF DRAWINGS...... 1 PROJECT PERSONNEL & DIRECTORY......

More information

Delta Gamma Sorority Renovation Budget Scope 3/7/2018

Delta Gamma Sorority Renovation Budget Scope 3/7/2018 Delta Gamma Sorority Renovation Budget Scope 3/7/2018 PROJECT: Barbara Cerni Delta Gamma Sorority Tallahassee, Fla. This scope is based on the 50% Construction Documents drawn by BKJ Architecture dated

More information

Carter's Oshkosh (SIS) # The Center at Pearland Parkway - Pearland, TX Scope Of Work / Bid Qualifications

Carter's Oshkosh (SIS) # The Center at Pearland Parkway - Pearland, TX Scope Of Work / Bid Qualifications Carter's Oshkosh (SIS) #1185 - The Center at Pearland Parkway - Pearland, TX 77581 - Scope Of Work / Bid Qualifications Please fill out the blanks associated with your trade scope or work with the words

More information

ADDENDUM NO Refer to Specifications Section Alternates. Clarifications to alternate descriptions are as follows:

ADDENDUM NO Refer to Specifications Section Alternates. Clarifications to alternate descriptions are as follows: ADDENDUM NO. 1 TO THE DRAWINGS AND SPECIFICATIONS FOR THE New Dishman-McGinnis Elementary School Bowling Green Independent Schools Bowling Green, Kentucky BG 12-256 RTA 1209 March 11, 2013 To All Plan

More information

SPECIFICATION OF REPAIRS

SPECIFICATION OF REPAIRS SPECIFICATION OF REPAIRS HUD CASE NUMBER: Applicant Name: test applicant 2 Property Address: County: 1451 S. Rimpau Ave. Ste 105, Corona, CA 92879 Riverside Contact Name: Contact Phone No: Best Time to

More information

CAPITAL CONSTRUCTION MANAGEMENT

CAPITAL CONSTRUCTION MANAGEMENT Dear Contractors: would like to invite you to provide a proposal for our new Salata Restaurant - 3411 Nelson Rd suite 400 lake Charles LA 70605. A complete bid package can be obtained from CCM This document

More information

C. Type of Selective Demolition Work: Demolition requires the selective removal and subsequent off-site disposal of:

C. Type of Selective Demolition Work: Demolition requires the selective removal and subsequent off-site disposal of: 02070 - SELECTIVE DEMOLITION PART 1 - GENERAL 1.1 STIPULATIONS A. The specifications sections " General Conditions of the Construction Contract ", "Special Conditions", and "Division 1 - General Requirements"

More information

RIVERSIDE CHURCH OF CHRIST. Lafayette, LA

RIVERSIDE CHURCH OF CHRIST. Lafayette, LA SECTION 000010 INVITATION FOR BIDS Bids for will be received in the office of Church Development Construction Services, 708 S. Rosemont Road, Suite #101,, until 12:00 noon Local Prevailing Time on Friday,

More information

4.1.3 Project Manual

4.1.3 Project Manual 4.1.3 Project Manual (*Section requires Filed Sub-Bid) PROCUREMENT AND CONTRACTING REQUIREMENTS GROUP Division 00 Procurement and Contracting Requirements Section 00 01 03 Project Directory Section 01

More information

Prequalification Form

Prequalification Form 1.0 General Information Date: 1.1 Name of Firm _ County Telephone Toll Free Fax Website _ for Bid Purposes: Name Phone 1.2 Legal Identity: Sole Proprietorship Partnership Corporation Limited Liability

More information

DOCUMENT BID DOCUMENT

DOCUMENT BID DOCUMENT DOCUMENT 00 40 00 BID DOCUMENT 1 Submit bids in compliance with Document 00 21 00Instructions to Bidders. Fill in blanks which pertain to the project or indicate N/A. The Owner reserves the right to reject

More information

PURCHASE CONTRACT FLA15-

PURCHASE CONTRACT FLA15- Florida Lifts LLC FLORIDA LIFFS P.O. Box 7478 Boynton Beach, FL. 33474-78 LLC YOUR ELEVATOR AND LIFT EXPERTS Ph: 56-353-5438 Fax: 56-244-758 info@floridalifts.com FLA5- This contract dated as of is entered

More information

ADDITIONS, RENOVATIONS AND IMPROVEMENTS AT BEAUREGARD HIGH SCHOOL FOR THE LEE COUNTY BOARD OF EDUCATION OPELIKA, ALABAMA

ADDITIONS, RENOVATIONS AND IMPROVEMENTS AT BEAUREGARD HIGH SCHOOL FOR THE LEE COUNTY BOARD OF EDUCATION OPELIKA, ALABAMA McKee and Associates Architecture and Interior Design Addendum No. THIRTEEN Date: 02.23.18 Project: RE-BIDDING OF THE ADDITIONS, RENOVATIONS AND IMPROVEMENTS AT BEAUREGARD HIGH SCHOOL FOR THE LEE COUNTY

More information

PROPOSAL NOTE: ALL SURFACES TO BE PROTECTED AT ALL TIMES. WE ALSO REMOVE AND REHANG DRAPES, MOVE ALL FURNITURE AND PUT IT BACK WHEN JOB COMPLETED.

PROPOSAL NOTE: ALL SURFACES TO BE PROTECTED AT ALL TIMES. WE ALSO REMOVE AND REHANG DRAPES, MOVE ALL FURNITURE AND PUT IT BACK WHEN JOB COMPLETED. 11424 Mercury Dr. Manassas, VA 20112 Thursday, May 13, 2010 George & Carol Proctor 65 Main St. Sperryville, VA 22740 (555) 555-9999 Phone: (703) 738-4674 Fax: (703) 349-3831 CUSTOMER ID: GP012010 PROJECT

More information

ADDENDUM NO. 2 Consisting of 3 pages and Attachments

ADDENDUM NO. 2 Consisting of 3 pages and Attachments 10404-125 Street, Edmonton, AB. T5N 1T2 Tel: 780.455.5975 Fax: 780.454.2397 info@cdyarchitect.com ADDENDUM NO. 2 Consisting of 3 pages and Attachments PROJECT: Maina Centre Ville Phase II, Beaumont, Alberta

More information

Completed. Project. Melbourne High School. Comprehensive Additions and Renovations

Completed. Project. Melbourne High School. Comprehensive Additions and Renovations Project Update Project Update September 8, 2006 January 06, 2010 Project Manager Project Manager Anibal Caussade Dennis Bonny Field Coordinator Field Coordinator Bud Ball Paul Friel Project Budget Project

More information

G703 Continuation Sheet Minimum Schedule of Values Please use the breakdown listed below when submitting your billing for the project

G703 Continuation Sheet Minimum Schedule of Values Please use the breakdown listed below when submitting your billing for the project Billing Requirements G703 Continuation Sheet Minimum Schedule of Values Please use the breakdown listed below when submitting your billing for the project Sitework / Paving Excavation and Grading Labor

More information

Henderson County High School Career and Technical Education Addition and Renovation Addendum # 1

Henderson County High School Career and Technical Education Addition and Renovation Addendum # 1 Henderson County High School Career and Technical Education Addition and Renovation Addendum # 1 Date: April 24, 2015 Attached Pre Bid Agenda Attached Pre Bid Sign In Sheet Attached Addendum # 1 from RBS

More information

INVITATION TO TENDER ITT No. PS RODDAN LODGE CONSTRUCTION ADDENDUM NO. 17

INVITATION TO TENDER ITT No. PS RODDAN LODGE CONSTRUCTION ADDENDUM NO. 17 FINANCE, RISK AND SUPPLY CHAIN MANAGEMENT Supply Chain Management August 3, 2018 INVITATION TO TENDER ITT No. PS20180883 RODDAN LODGE CONSTRUCTION ADDENDUM NO. 17 1) RE: REVISIONS TO BASE PRICE TABLE IN

More information

Rebuilding your Home after the storm? Adding on, renovating, or remodeling your home? Here's information YOU need to know about the 50% Rule.

Rebuilding your Home after the storm? Adding on, renovating, or remodeling your home? Here's information YOU need to know about the 50% Rule. FEMA 50% RULE - SUBSTANTIAL IMPROVEMENT SUBSTANTIAL IMPROVEMENT/DAMAGE Z101-0410 NOTICE TO PROPERTY OWNERS Rebuilding your Home after the storm? Adding on, renovating, or remodeling your home? Here's information

More information

--*6 S CONSTRUCTION GROUP, INC SW 87 Avenue Miami, FL Phone:

--*6 S CONSTRUCTION GROUP, INC SW 87 Avenue Miami, FL Phone: --*6 S,.- CONSTRUCTION GROUP, INC. FLORIDA STATE CERTIFIED GENERAL CONTRACTOR CGC 1 508637 9505 SW 87 Avenue Miami, FL 33176 Phone: 305-219-6046 Email: jrossel@rosselconstruction.com PRELINIARY ESTIMATE

More information

CONCURRENT ADVERTISEMENT FOR SUBCONTRACTOR PREQUALIFICATION AND BIDS

CONCURRENT ADVERTISEMENT FOR SUBCONTRACTOR PREQUALIFICATION AND BIDS CONCURRENT ADVERTISEMENT FOR SUBCONTRACTOR PREQUALIFICATION AND BIDS (August 28, 2018) PIERCE HALL IMPROVEMENTS PROJECT NO. 950511-950532 UNIVERSITY OF CALIFORNIA, RIVERSIDE PREQUALIFICATION PROCESS ALL

More information

Division 00 Procurement and Contracting Requirements

Division 00 Procurement and Contracting Requirements SECTION 00 01 10 TABLE OF CONTENTS Division SECTION NO. VOLUME ONE Title SECTION TITLE Division 00 Procurement and Contracting Requirements 00 11 00 Invitation to Bidders 00 21 00 Instructions to Bidders

More information

University of Akron. Addendum No. 2. For. Zook Hall Renovation Phase 2A Abatement & Demolition Project #: UAK120015

University of Akron. Addendum No. 2. For. Zook Hall Renovation Phase 2A Abatement & Demolition Project #: UAK120015 University of Akron Addendum No. 2 For Zook Hall Renovation Phase 2A Abatement & Demolition Project #: UAK120015 University of Akron Capital Planning & Facilities Management Lincoln Building Akron, Ohio

More information

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT TABLE OF CONTENTS INTRODUCTORY INFORMATION Section 00 00 10 Title Page 00 00 20 Table of Contents DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT Section 00 02 00 Invitation

More information

EXHIBIT C GUARANTEED MAXIMUM PRICE TO THE CONTINUING CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES/RFQ #14-Q-009-KR BY AND BETWEEN

EXHIBIT C GUARANTEED MAXIMUM PRICE TO THE CONTINUING CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES/RFQ #14-Q-009-KR BY AND BETWEEN EXHIBIT C GUARANTEED MAXIMUM PRICE TO THE CONTINUING CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES/RFQ #14-Q-009-KR BY AND BETWEEN THE SCHOOL BOARD OF BREVARD COUNTY, FLORIDA 2700 Judge Fran Jamieson Way

More information

SERIES 0 BIDDING REQUIREMENTS AND CONTRACT FORMS

SERIES 0 BIDDING REQUIREMENTS AND CONTRACT FORMS SERIES 0 BIDDING REQUIREMENTS AND CONTRACT FORMS INDIANA UNIVERSITY BIDDING REQUIREMENTS NOTICE TO BIDDERS BID FORM INSTRUCTIONS TO BIDDERS CONTRACTOR S BID FOR PUBLIC WORK - FORM 96 (REVISED 2005) MINORITY,

More information

PROCUREMENT AND CONTRACTING DOCUMENTS GROUP

PROCUREMENT AND CONTRACTING DOCUMENTS GROUP PROCUREMENT AND CONTRACTING DOCUMENTS GROUP DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 00 11 00 Notice To Bidders 00 21 00 Instructions To Bidders 00 22 00 Supplementary Instructions To Bidders

More information

See attached answers to questions and requests for clarification received.

See attached answers to questions and requests for clarification received. Office of the Vice President 971 Elmore Drive and Chief Financial Officer PO Box 115250 Procurement Services Gainesville, FL 32611-5250 http://procurement.ufl.edu/ (352) 392-1331 Fax 352-392-8837 June

More information

DESIGN & CONSTRUCTION GUIDELINES

DESIGN & CONSTRUCTION GUIDELINES DESIGN & CONSTRUCTION GUIDELINES EDITION: USF FACILITIES MANAGEMENT - DC 5 DCG FACILITIES MANAGEMENT DESIGN & CONSTRUCTION PHONE: (813) 974-2845 4202 E. FOWLER AVENUE, OPM 1000 TAMPA, FLORIDA 33620-7550

More information

Lather (Interior Systems Mechanic) Level 3

Lather (Interior Systems Mechanic) Level 3 Level 3 Lather/Interior Systems Mechanic (ISM) Unit: B3 Blueprint Reading and Specifications 3 Duration: 35 hours 20 hours 15 hours This unit is designed to provide the apprentice with the knowledge and

More information

REQUEST FOR QUALIFICATIONS STATEMENT (RFQ) CONSTRUCTION MANAGEMENT AT RISK SERVICES FOR THE GREENWOOD HIGH SCHOOL GYMNASIUM GREENWOOD, SOUTH CAROLINA

REQUEST FOR QUALIFICATIONS STATEMENT (RFQ) CONSTRUCTION MANAGEMENT AT RISK SERVICES FOR THE GREENWOOD HIGH SCHOOL GYMNASIUM GREENWOOD, SOUTH CAROLINA REQUEST FOR QUALIFICATIONS STATEMENT (RFQ) CONSTRUCTION MANAGEMENT AT RISK SERVICES FOR THE GREENWOOD HIGH SCHOOL GYMNASIUM GREENWOOD, SOUTH CAROLINA GENERAL INFORMATION Greenwood School District 50 is

More information

DALLAS-FORT WORTH INTERNATIONAL AIRPORT

DALLAS-FORT WORTH INTERNATIONAL AIRPORT DALLAS-FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 2 TO THE REQUEST FOR BIDS Contract No. 9500445 Restroom Rehabilitation at Terminal B (Phase 3 & 4) December 20, 2010 THE REQUEST FOR BIDS (RFB) FOR

More information

RENOVATION OF THE VIA BUILDING FOR THE GUELPH TRANSIT TERMINAL FROM THE PRE- QUALIFIED GENERAL CONTRACTORS Reference Number:

RENOVATION OF THE VIA BUILDING FOR THE GUELPH TRANSIT TERMINAL FROM THE PRE- QUALIFIED GENERAL CONTRACTORS Reference Number: RENOVATION OF THE VIA BUILDING FOR THE GUELPH TRANSIT TERMINAL FROM THE PRE- QUALIFIED GENERAL CONTRACTORS Reference Number: 13-146 A D D E N D U M NO. 1 The following shall form part of the tender documents

More information

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT TABLE OF CONTENTS INTRODUCTORY INFORMATION Section 00 00 10 Title Page 00 00 20 Table of Contents DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT Section 00 02 00 Invitation

More information

FOR IFB #PC436 Exterior Improvements at Colton Public Housing Complex

FOR IFB #PC436 Exterior Improvements at Colton Public Housing Complex HOUSING AUTHORITY OF THE COUNTY OF SAN BERNARDINO PROCUREMENT AND CONTRACTS DEPARTMENT 715 E. BRIER DRIVE, SAN BERNARDINO, CA 92408 (909) 890-0644 FAX (909) 890-2349 http://www.hacsb.com/procurement.htm

More information

Watercrest - Sand Hill - Columbia, SC TABLE OF CONTENTS PROCUREMENT AND CONTRACTING REQUIREMENTS

Watercrest - Sand Hill - Columbia, SC TABLE OF CONTENTS PROCUREMENT AND CONTRACTING REQUIREMENTS Watercrest - Sand Hill - Columbia, SC 00 0110-1 TABLE OF CONTENTS DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS INTRODUCTORY INFORMATION Document 00 0101 Document 00 0110 Project Title Page CONTRACTING

More information

ADDENDUM 1 August 28, Construction & Facility Management Office 1636 Gold Star Drive Raleigh, NC 27607

ADDENDUM 1 August 28, Construction & Facility Management Office 1636 Gold Star Drive Raleigh, NC 27607 Nashville Readiness Center Building Renovation Smith Sinnett / 2013024 North Carolina National Guard SCO ID#: 130999902-E ADDENDUM 1 August 28, 2017 NASHVILLE READINESS CENTER BUILDING RENOVATION SCO#:

More information

Lather/Interior Systems Mechanic (ISM) Level 3

Lather/Interior Systems Mechanic (ISM) Level 3 Level 3 B3 Blueprint Reading and Specifications 3 Duration: 35 hours 20 hours 15 hours This unit is designed to provide the apprentice with the knowledge and skills of blueprint reading and specifications.

More information

AMENDMENT OF SOLICITATION

AMENDMENT OF SOLICITATION Metropolitan Washington Airports Authority PROCUREMENT AND CONTRACTS DEPT. AMENDMENT OF SOLICITATION PAGE 1 Metropolitan Washington Airports Authority 1A. AMENDMENT OF SOLICITATION NO. 1B. DATED Procurement

More information

Report No. 419-F Meeting Date: November 22, 2011 BOARD OF EDUCATION PASADENA UNIFIED SCHOOL DISTRICT PASADENA, CALIFORNIA

Report No. 419-F Meeting Date: November 22, 2011 BOARD OF EDUCATION PASADENA UNIFIED SCHOOL DISTRICT PASADENA, CALIFORNIA Report No. 419-F Meeting Date: November 22, 2011 BOARD OF EDUCATION PASADENA UNIFIED SCHOOL DISTRICT PASADENA, CALIFORNIA Topic: AMENDMENT NO. 1 TO INCREASE CONTRACT WITH WLC ARCHITECTS FOR RE-DESIGN OF

More information

FRANKLIN VILLAGE APARTMENTS Building I Franklin Street Morristown, NJ Block: 3901 Lots: 4,5,6

FRANKLIN VILLAGE APARTMENTS Building I Franklin Street Morristown, NJ Block: 3901 Lots: 4,5,6 PROJECT MANUAL for: FRANKLIN VILLAGE APARTMENTS Building I Morristown, NJ 07960 Block: 3901 Lots: 4,5,6 Owner: Atlantic Health Investment Corp. 200 American Road Morris Plains, NJ 07950 Architect NETTA

More information

DOCUMENT BID FORM - STIPULATED SUM (MULTIPLE-PRIME CONTRACTS) Bidder:.

DOCUMENT BID FORM - STIPULATED SUM (MULTIPLE-PRIME CONTRACTS) Bidder:. DOCUMENT 004120 - BID FORM - STIPULATED SUM (MULTIPLE-PRIME CONTRACTS) BID INFORMATION Bidder:. Project Name: Remodeling for Urban Style Apartments 409 N. Broadway Green Bay, WI 54303 Owner: Architect:

More information

J~e~~r Senior Director of Construction Services Facilities Design and Construction UNIVERSITY OF CALIFORNIA, SAN DIEGO.

J~e~~r Senior Director of Construction Services Facilities Design and Construction UNIVERSITY OF CALIFORNIA, SAN DIEGO. BERKELEY DAVIS IR VINE LOS ANGELES MERCED RIVERSIDE SAN DIEGO SAN FRANCISCO SAN!' A BARBARA SANT A CRUZ OFFICE OF THE ASSIST ANT VICE CHANCELLOR CAMPUS ARCHITECT - FACILITIES DESIGN & CONSTRUCTION TEL:

More information

Budget Estimate Basic Tenant Improvement

Budget Estimate Basic Tenant Improvement Building work rules, conditions and insurance: 1. Review the work rules. If they are not available no budget should be provided. 2. Hours available for construction 3. Insurance requirements 4. Entities

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 4 DATE: March 30, 2016 RE: BID/RFP #: BID/RFP TITLE: ITB-DOT-15/16-4013JR Districtwide Right of Way Asbestos Abatement Services for the Florida Department

More information

Cafeteria Modernization

Cafeteria Modernization United States Department of the Interior Cafeteria Modernization Michael Gorman Construction Management Dr. RILEY Department of the Interior Cafeteria Modernization 1849 C Street NW, Washington D.C. October

More information

ADDENDUM 2 - JULY 14, 2015

ADDENDUM 2 - JULY 14, 2015 7/9/2015 The Professional(s) of Record above has signed for the following specification sections: DIVISION 1 GENERAL REQUIREMENTS Section 01 10 00 Summary of Work Section 01 25 00 Substitution Procedures

More information

ADDENDUM NO. 3, February 8, Renovations to the Existing Shelby County Center Architect s job no. 2598/BN

ADDENDUM NO. 3, February 8, Renovations to the Existing Shelby County Center Architect s job no. 2598/BN ADDENDUM NO. 3, February 8, 2013 RE: Renovations to the Existing Shelby County 9-1-1 Center Architect s job no. 2598/BN FROM: TurnerBatson 1950 Stonegate Drive, Suite 200 Birmingham, Alabama 35242 (205)

More information

TABLE OF CONTENTS SECTION TITLE PAGE. Bidder s Signature Page List of Subcontractors Construction Agreement Guaranty...

TABLE OF CONTENTS SECTION TITLE PAGE. Bidder s Signature Page List of Subcontractors Construction Agreement Guaranty... TABLE OF CONTENTS SECTION TITLE PAGE Forms Notice to Contractors... 1 Bid Proposal... 4 A. Unit Price Schedule... 5 B. Bid Form... 10 C. Reservation... 10 D. Subcontractors... 10 E. Notice... 10 F. Disclosure...

More information

Dr. David R. Riley October 30, 2006 TABLE OF CONTENTS. Executive Summary.1. Detailed Project Schedule Site Layout Planning 4

Dr. David R. Riley October 30, 2006 TABLE OF CONTENTS. Executive Summary.1. Detailed Project Schedule Site Layout Planning 4 Dr. David R. Riley October 30, 2006 TABLE OF CONTENTS Executive Summary.1 Detailed Project Schedule..2 3 Site Layout Planning 4 Assemblies Estimate 5 Detailed Structural Estimate..6 7 General Conditions

More information

SAVE YOURSELF TIME AND MONEY! PLEASE READ THE FOLLOWING INFORMATION:

SAVE YOURSELF TIME AND MONEY! PLEASE READ THE FOLLOWING INFORMATION: TOWN OF SURFSIDE BEACH, SC SUBSTANTIAL IMPROVEMENT NOTICE TO PROPERTY OWNERS Rebuilding your Home or Non-residential structure after the storm? Adding on, renovating, or remodeling your home or business?

More information

Michael Teller, CBI Consulting Inc. Gymnasium & Auditorium Restoration at South Middle School

Michael Teller, CBI Consulting Inc. Gymnasium & Auditorium Restoration at South Middle School A D D E N D U M # 1 DATE: TO: FROM: PROJECT: All Bidders Michael Teller, CBI Consulting Inc. Gymnasium & Auditorium Restoration at South Middle School CBI JOB NO.: 11063 The following items shall modify

More information

Gramercy Place Condo Association, Inc.

Gramercy Place Condo Association, Inc. E-Mail to fiona@ymginc.com Print Document Gramercy Place Condo Association, Inc. UNIT MODIFICATION REQUEST Date of Application: Name of Owner (s): Telephone: (Home) ````````````````````````` (Cell) E-Mail

More information

Modifications or clarifications to original plans and specifications: 1. ATTENDEES OF THE PRE-BID CONFERENCE ARE ON THE ATTACHED LIST

Modifications or clarifications to original plans and specifications: 1. ATTENDEES OF THE PRE-BID CONFERENCE ARE ON THE ATTACHED LIST 209 North Pierce voice 501.219.1614 Little Rock Arkansas, 72205 fax 501.219.1613 www.andrewhicksarchitect.com Andrew Hicks: Project Manager Phone: (501) 219-1614 FAX: (501)219-1613 andrew@andrewhicksarchitect.com

More information

Dick s Sporting Goods Demolition Package

Dick s Sporting Goods Demolition Package REQUEST FOR PROPOSAL FOR COMPETITIVE SEALED PROPOSALS TO PROVIDE: Dick s Sporting Goods Demolition Package at Salt Lake City, UT 2425 E. Camelback Rd. Suite 750 Phoenix AZ 85016 Notice of Extended Payment

More information

PAULDING COLLEGE & CAREER ACADEMY

PAULDING COLLEGE & CAREER ACADEMY PAULDING COLLEGE & CAREER ACADEMY 000110 OF THE PROJECT MANUAL FOR THE CONSTRUCTION OF: PAULDING COLLEGE & CAREER ACADEMY DALLAS, GEORGIA DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 000101 TITLE

More information

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING SERVICES

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING SERVICES I. PURPOSE REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING SERVICES The Greensboro Housing Authority (GHA) invites qualifications for the Architectural/Engineering Services for RAD Renovations at

More information