Attachment F. Campus Capital Needs Sales Surtax Funded Detail Report
|
|
- Nelson Malone
- 5 years ago
- Views:
Transcription
1 Facility Attachment F Campus Capital Needs Sales Surtax Funded Detail Report Facilities Services 2700 Judge Fran Jamieson Way Viera, Florida Condition Code Estimate Rockledge High 1.18 $5,548,952 District School Security 1.00 $67,171 Perimeter/Entry Fencing and Gates $2,995 Pedestrian Access and Safety (Fencing) 1.00 $2,995 Building Access Security Equipment $64,176 Public Access Control 1.00 $64,176 Educational Technology 1.83 $1,946,397 Technology Building Cabling $1,762,159 Structured Cabling 1.00 $1,762,159 Technology Equipment Renewal $184,238 Computer Replacement 3.00 $51,795 Server Replacement 4.00 $58,507 Switch Replacement 1.00 $21,606 Telephone System Replacement 1.00 $49,843 Wireless Access Points Replacement 1.00 $2,487 Facility Renewal 1.12 $3,535,384 Safety and Building Code Deficiency Corrections $85,487 Fire Safety / Sanitation / Code Compliance 1.00 $85,487 Fire Alarm System Renewal $47,805 Fire Alarm System 2.00 $47,805 Central Mechanical Plant Renewal $189,853 Heating Boilers 2.00 $163,113 Refrigeration Room Monitoring and Ventilation 1.00 $26,740 Air Conditioning and Air Distribution Equipment Renewal $294,139 HVAC Systems EPA Non Compliant Refrigerant 1.00 $294,139 Roofing System Renewal $84,800 Relocatable Covered Walkways (SREF) 1.00 $84,800 Building Water and Sanitary Piping System Renewal $186,634 Sanitary Piping 1.00 $83,513 Supply Piping 1.00 $103,121 Electrical Distribution System Renewal $312,818 Devices Switches and Receptacles 1.00 $9,426 Feeders 1.00 $3,046 Panel Boards 1.00 $88,278 Panel boards Condition / Capacity 2.00 $49,564 Transformers 2.00 $11,999 TSS Surge Suppression 1.40 $150,506 Electrical System Components (Lightning Protection, Intercom and Generators) Renewal $65,175 Equipment 1.00 $65,175 Interior and Exterior Lighting Equipment Renewal $63,421 Corridor / Common Area Lighting 1.00 $13,998 Emergency Lighting 1.00 $8,349 Exterior Perimeter Building Mounted Lighting 1.00 $4,982 Lighting Controls Building Level 1.00 $16,698 July 22, 2014
2 Facility Attachment F Campus Capital Needs Sales Surtax Funded Detail Report Facilities Services 2700 Judge Fran Jamieson Way Viera, Florida Condition Code Estimate Rockledge High 1.18 $5,548,952 Facility Renewal 1.12 $3,535,384 Interior and Exterior Lighting Equipment Renewal $63,421 Restroom Lighting 1.00 $19,394 Air Supply and Exhaust System Renewal $1,837,031 Ductwork Renewal 1.00 $1,837,031 Site Utility Systems (Gas, Electrical, Stormwater, Water, Sanitary) Renewal $368,220 Storm Water Management 1.00 $368,220 July 22, 2014
3 THE SCHOOL BOARD OF BREVARD COUNTY 2700 Judge Fran Jamieson Way Viera, Florida Phone: (321) Fax: (321) Exhibit C Project Assignment For MEP AND FIRE PROTECTION SERVICES/RFQ #14-Q-008-KR I. PURPOSE This is a Project Assignment to the Continuing Contract for Professional Services between the School Board of Brevard County, Florida (Owner) and OCI Associates (Consultant) and made a part thereof. The purpose of this Project Assignment is to specify the required services of the Consultant to provide MEP & Fire Protection Services when and as authorized by the School Board s Representative, when School Board approval is required in accordance with School Board policy. II. METHOD OF COMPENSATION Consultant shall provide a proposal that identifies all costs to be incurred by the Owner for the professional services to be performed, to include a detailed breakdown of material and labor required to complete the Scope of Services detailed in this Project Assignment. All labor and material costs for each project shall be complete and detailed, and shall, without limitation, include and identify the number of hours of work by the title and responsibility of workers/professionals performing the service, while adhering to the Hourly Rate Schedule & Reimbursable Expenses Schedule in Exhibit B to the Agreement for professional services. Payment shall be in accordance with the above referenced agreement for professional services. Compensation for all services, material, supplies, training and any other items or requirements necessary to complete the work as described herein, for a total cost of Fifty-Nine Thousand Nine Hundred Twenty Dollars ($59,920.00) payable at the rates attached hereto. At no time shall work fees exceed said amount of compensation herein without a written and executed Project Assignment. Exhibit C- GMP Amendment Page 1 of 4
4 III. PROJECT/LOCATION Performance of services will be for Design Criteria Package for Facility Renewal at Rockledge High School located at 220 Raider Road, Rockledge, Florida IV. SCOPE OF SERVICES The detailed scope of work for this Project Assignment is outlined in the attached MEP Engineering Fee Proposal V. PROJECT SCHEDULE This project Assignment shall commence upon receipt of a Purchase Order, fully executed Project Assignment and Notice to Proceed issued by School Board and continue until the Scope of Services is completed and accepted by the School Board s Representative. Said project shall maintain schedule as provided. If schedule is altered due to unforeseen delays, the School Board s Representative shall be notified at once in writing. The School Board s Representative and Consultant shall negotiate a proposed schedule for the successful and timely completion of the project. The Project Schedule shall include at a minimum the proposed start date and final completion date. The Consultant s Scope of Services shall begin upon receipt of a Purchase Order, fully executed Project Assignment and Notice to Proceed, and shall be completed by 8 calendar weeks from that date. VI. CONSULTANT S PROJECT TEAM MEMBERS Consultant shall provide the name, title and responsibility for each of the Consultant s and Subconsultant s employees proposed to complete the Scope of Services identified in this Project Assignment. All personnel listed herein or on the Consultant s attached proposal must be cleared before entering School Board property, pursuant to Florida Statute The Consultant s Project Team Members must cooperate with school personnel to provide suitable identification to demonstrate the prior approval of the Office of District & School Security before entering any campus. Exhibit C- GMP Amendment Page 2 of 4
5 VII. CONSULTANT S PROPOSAL Consultant s Proposal must include the following detail specific to this Project Assignment: 1. A complete Scope of Work to be performed. 2. A complete description of each phase of Work. 3. A time schedule for the Work. 4. All costs to be incurred by the Owner for the professional services to be performed. 5. An estimate of the Project Construction Budget, where appropriate. 6. Proposed Staff. 7. Proposed Sub-Consultants. 8. No terms shall be stated in the letter of understanding which are contrary to, or stated as superceding, the terms of this Agreement unless expressly approved by the Owner in writing. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) Exhibit C- GMP Amendment Page 3 of 4
6
7 May 20, 2015 Art Johnson Project Manager Brevard Public Schools 2799 Judge Fran Jamieson Way Viera, FL Re: MEP Engineering Fee Proposal Design Criteria Package for Rockledge High School OCI Associates, Inc., is pleased to present our fee proposal for the above referenced project. If the proposal is acceptable, please submit for Board approval. Scope of Work: This project is to develop a Design Criteria Package detailing the project requirements to implement the facility renewal scope contained in the Attachment F for Rockledge High School. The estimated project costs are approximately $3.55M per the estimates contained in the Attachment F related to Facility Renewal. The scope of services for this project will include the following elements: 1. Field Verification / Design Criteria Development Phase (a) Applicable scope items outlined in the Attachment F Campus Capital Needs Sales Surtax Funded Detail Report will be confirmed. (b) An evaluation of the existing as-built documents and field verification of existing conditions will be performed as related to the scope items outlined in the Attachment F. (c) The Design Criteria Package will be developed based on the confirmed project requirements to include the following: 1. Project scope of work utilizing design narratives, diagrams and drawings as required to fully outline the project requirements 2. Design Guidelines including outline specifications, references to The School Board of Brevard County Design Standards, applicable code requirements 3. Estimate of probable cost for the confirmed project scope 4. Inclusion of applicable documentation as appendices such as Sales Surtax Attachments, as-built documents, FISH reports, asbestos analysis and reports, etc. 2. Bidding / Design Build Team Selection Phase (a) Organize and lead pre-rfp project orientation and walk through on site Orlando Ft. Pierce West Palm Beach Ft. Myers 427 Centerpointe Circle, Suite 1825, Altamonte Springs, Florida Phone: Fax:
8 with participating design build contracting teams (b) Respond to questions and requests for information from bidding design build contractors (c) Attend design build team short list interviews and provide recommendations to the selection committee 3. Design / Construction Support Phase (a) Participate in the initial design build team s kick-off meeting (b) Design criteria package conformance review of design build team s design documents at Schematic Design, Design Development and Construction Document phases (c) Construction review for conformance to design criteria package and pay application evaluation. As many as one field visit per month during construction. (d) Review of close out documentation and substantial completion Compensation for Services: (per the attached task / cost breakdown) Task 1: Verification / DCP $ 31,380 Task 2: Bidding / Selection $ 8,520 Task 3: Design / Construction $ 17,520 Reimbursable Expense Allowance: $ 2,500 Our total design fee is based on a time and material basis as a not to exceed cost of Fifty-Nine Thousand Nine Hundred Twenty Dollars ($59,920.00). Project Schedule: Task 1: Task 2: Task 3: The Design Criteria Package will be completed within 8 weeks of the receipt of purchase order / notice to proceed. 6 weeks of document review, field verification and Owner review and 2 weeks for generating the final DCP. As directed by Brevard Public Schools per their bidding and selection schedule As determined by the project construction schedule
9 Staff Assigned to This Project: Project Manager: Mechanical Engineer: Mechanical Designer: Plumbing Designer: Electrical Engineer: Electrical Designer: Administrative / Tech: Clerical: Senior Architect: Civil Engineer: Jason Smith, PE Jason Smith, PE Art Munns Gabriel Coello Keith Liatsos, PE James Burchard Jacque Adams Alisan Smith TBD John Moody, PE, Osceola Engineering Exclusions: All work not specifically indicated in the scope items above is excluded. Reimbursable Expenses: Costs associated with printing / reproduction shall be a reimbursable expense and will be billed at 1.1 x actual cost against the not to exceed value carried. Additional Expenses: Services requested or required beyond the indicated scope of work shall be negotiated on an as needed basis at which time a proposal for additional services will be provided. Thank you very much for this opportunity. Should you have any questions or require further clarification, please do not hesitate to call. Respectfully, Accepted by: Jason Smith, PE, LEED AP Principal (printed): Director of Mechanical Engineering Signature: Name/Title Date:
10 Task 1: Field Verification / Design Criteria Package Development Phase Rockledge High School Design Criteria Package 5/19/2016 Project Manager $120 per hour x 40 hours = $4,800 MECH Senior Professional Engineer $120 per hour x 72 hours = $8,640 MECH EI / Designer $90 per hour x 48 hours = $4,320 ELEC Professional Engineer $105 per hour x 12 hours = $1,260 ELEC EI / Designer $90 per hour x 48 hours = $4,320 ARCH Senior Architect $105 per hour x 32 hours = $3,360 CIVIL Senior Professional Engineer $120 per hour x 24 hours = $2,880 Clerical $45 per hour x 40 hours = $1,800 Task 2: Bidding / Design Build Team Selection Phase Task 1: Subtotal $31,380 Project Manager $120 per hour x 8 hours = $960 MECH Senior Professional Engineer $120 per hour x 24 hours = $2,880 MECH Professional Engineer $105 per hour x 12 hours = $1,260 ELEC Professional Engineer $105 per hour x 12 hours = $1,260 ARCH Senior Architect $105 per hour x 8 hours = $840 CIVIL Senior Professional Engineer $120 per hour x 8 hours = $960 Clerical $45 per hour x 8 hours = $360 Task 3: Design / Construction Support Phase Task 2: Subtotal $8,520 Project Manager $120 per hour x 32 hours = $3,840 HVAC Senior Professional Engineer $120 per hour x 40 hours = $4,800 ELEC Professional Engineer $105 per hour x 32 hours = $3,360 ARCH Senior Architect $105 per hour x 24 hours = $2,520 CIVIL Senior Professional Engineer $120 per hour x 16 hours = $1,920 Clerical $45 per hour x 24 hours = $1,080 Task 3: Subtotal $17,520 Reimbursable Expenses $2,500 Project Total $59,920
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 329406601 Condition Code Estimate Fairglen Elementary 1.50 $3,249,654
More informationEXHIBIT 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 informationMelbourne 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 informationEXHIBIT 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 informationEXHIBIT 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 informationSubject: Fee Proposal; Audubon Elementary School, Equipment Replacements
1059 Maitland Center Commons Blvd., Suite 200 Maitland, Florida 327517431 407 / 659 0553 407 / 659 0609 fax www.graefusa.com February 25, 2014 School Board of Brevard County Mr. Arthur C. Johnson Project
More informationReport 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 informationEXHIBIT 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 informationAttachment 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 informationADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018
ADDENDUM 1 Date: June 13, 2018 Bid No.: Title: 18-11/AL Repair and Maintenance of Landfill Gas Chiller System Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018 This Addendum
More informationREQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado
REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,
More informationAmounts Fee: $ Reimbursement: Reimbursables: $
[INSTRUCTIONS FOR COMPLETING THIS FORM ARE IN RED-COLORED ITALICS AND BRACKETS. COMPLETE EVERY FIELD AND DELETE ALL RED-COLORED TET INSTRUCTIONS, INCLUDING THE SHADING & BRACKETS.] B101 PROJECT ATTACHMENT
More informationSCHOOL BOARD OF BREVARD COUNTY, FLORIDA BOARD AGENDA ITEM April 26, 2016
SCHOOL BOARD OF BREVARD COUNTY, FLORIDA BOARD AGENDA ITEM April 26, 2016 DEPARTMENT/SCHOOL INITIATED AGREEMENT SSA #16-629-DP - EFI (BW) Bids Waived (CA) Consultant Agreement (SSA) Sales and Services Agreement
More informationBUILDING PERMIT APPLICATION - MECHANICAL, PLUMBING, AND GAS
7101 F6/page 1 of 8 BUILDING PERMIT APPLICATION - MECHANICAL, PLUMBING, AND GAS SBBC Office use only Project Manager: Projc./W.O. No.: BUILDING PERMIT APPLICATION (MECHANICAL, PLUMBING, AND GAS) Account
More informationADDITIONS, 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 informationAttachment to Standard Form of Agreement Between Owner and Architect AIA Document B (Date)
Attachment to Standard Form of Agreement Between Owner and Architect AIA Document B103 2007 () Appropriation Year(s): Cost Center: Object Codes: Fee: Reimbursement: Amounts Fee: $ Reimbursables: $ Vendor
More informationDayton Metropolitan Housing Authority Rosemont/Hoch Electrical Upgrades
Dayton Metropolitan Housing Authority 111071 Rosemont/Hoch Electrical Upgrades Addendum No. 3 August 10, 2011 DMHA 400 Wayne Ave. Dayton, OH 45410 Re: 1432-1438 Rosemont oh5-12b 261 Hoch Street oh5-18d
More informationAttachment 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 informationNewport News Public Schools
PURCHASING DEPARTMENT Newport News Public Schools 757-591-4525/ FAX 757-591-4634 12465 WARWICK BOULEVARD NEWPORT NEWS, VIRGINIA 23606-3041 Addendum #2 TO: RE: ALL BIDDERS IFB #012-0-2016LC Carver ES HVAC
More informationDIRECTIVE 15H-9 Issue date: October 2018 COMMISSIONING
DIRECTIVE 15H-9 Issue date: October 2018 COMMISSIONING Purpose: The purpose of this Directive is to describe, in outline, the requirements of Commissioning on SUCF Projects. 1. Applicability a. New York
More informationTownship of Severn REQUEST FOR PROPOSAL. Architectural & Professional Services Fire Station Replacement
Township of Severn REQUEST FOR PROPOSAL Architectural & Professional Services Fire Station Replacement Deadline for proposal submission is June 15, 2017 at 2:00 p.m. Contact Person: Tim Cranney Director
More informationFair Oaks Water District
Fair Oaks Water District Request for Proposal To develop a set of construction drawings, construction specifications and bid documents for a Skyway Well in Fair Oaks. (FOWD Job #C19WTSTSTHD) Prepared by:
More informationLAKELAND AREA MASS TRANSIT DISTRICT (LAMTD) Office of Purchasing and Contracts P.O. Box 1687, Lakeland Florida AMENDMENT OF SOLICITATION
LAKELAND AREA MASS TRANSIT DISTRICT (LAMTD) Office of Purchasing and Contracts P.O. Box 1687, Lakeland Florida 33802 AMENDMENT OF SOLICITATION 1. SOLICITATION No. 12-006 2. AMENDMENT No. 1 3. EFFECTIVE
More informationMicrosoft Consulting Services Work Order
Microsoft Consulting Services Work Order (For Microsoft Internal Purposes Only) MCS (WO Type 1)- (Public Sector) Work Order Number: 20080318 Project Code: 1-F0ZY1C Client ID: U6914902 Client Type: Major
More informationSCHOOL BOARD OF BREVARD COUNTY PURCHASING DEPARTMENT 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated Amount Awarded
RFP #08007/BM HVAC Contractors II Maintenance VENDOR RECOMMENDED FOR AWARD: SCHOOL BOARD OF BREVARD COUNTY PURCHASING DEPARTMENT 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 Vendor Name Estimated
More informationNOTICE TO APPLICANT WARNING TO OWNER AND AFFIDAVIT
TELEPHONE (850) 243-3566 EXT.16 195 CHRISTOBAL ROAD N. MARY ESTHER, FL 32569 FAX (850) 243-0736 EMAIL: CODE@CITYOFMARYESTHER.COM RESIDENTIAL AND COMMERCIAL BUILDING PERMIT APPLICATION Jobsite Address:
More informationMemphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee
Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee 38105-5029 ADDENDUM NO. 2 Issued: March 6, 2018 This addendum shall become and form a part of the
More informationCOMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT
COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT RFP # 1710005 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later
More informationFor Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.
Section BF Bid Form For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Bid Proposals will be received at the office of the Owner. Identified
More informationRequest for Proposal. for. Building Commissioning Services
Page 1 of 11 Request for Proposal for Building Commissioning Services State College Area School District High School Project December 15, 2014 Page 2 of 11 Request for Proposal for Building Commissioning
More informationTASK ORDER FOR CONTINUING CONTRACT CONSTRUCTION MANAGEMENT
TASK ORDER FOR CONTINUING CONTRACT CONSTRUCTION MANAGEMENT FORM INSTRUCTIONS 1) The task order form including attachments is intended to stand alone as an authorization for construction management work
More informationNorthwest Business Park, Building 5, Bay 3. Issued for Tender: August 24, Substantial Date: November 17, 2017
Exterior Alterations and New Office/ Warehouse for All Weather Shelters Northwest Business Park, Building 5, Bay 3 13459-149 Street Edmonton, AB Issued for Tender: Site Visit: Available upon request. Closing
More informationArchitectural 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 informationAMENDMENT #1 TO AGREEMENT BETWEEN OWNER AND ARCHITECT FOR DESIGN AND CONSTRUCTION ADMINISTRATION SERVICES
AMENDMENT #1 TO AGREEMENT BETWEEN OWNER AND ARCHITECT FOR DESIGN AND CONSTRUCTION ADMINISTRATION SERVICES Fruitville Elementary School Classroom Wing Addition THIS AMENDMENT #1 to Agreement between Owner
More informationTOWN OF WINTER PARK REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER / GENERAL CONTRACTOR
February 5, 2018 SUMMARY OF CM/GC SELECTION PROCESS FOR DIMMIT II APARTMENT BUILDING The Town of Winter Park requests proposals from qualified Construction Manager / General Contractor (CM/GC) firms for
More informationEXHIBIT "A" RESPONSIBILITIES AND SERVICES OF ARCHITECT TABLE OF CONTENTS
EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF ARCHITECT TABLE OF CONTENTS A. SCOPE OF PROJECT... 1 B. BASIC SERVICES... 1 C. PRE-DESIGN AND START-UP SERVICES... 4 D. SCHEMATIC DESIGN PHASE... 7 E. DESIGN
More informationEXHIBIT "A" RESPONSIBILITIES AND SERVICES OF ARCHITECT TABLE OF CONTENTS
EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF ARCHITECT TABLE OF CONTENTS A. SCOPE OF PROJECT... 1 B. BASIC SERVICES... 1 C. PRE-DESIGN AND START-UP SERVICES... 4 D. SCHEMATIC DESIGN PHASE... 7 E. DESIGN
More informationREVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:
REVISED BID FORM SEALED BIDS WILL BE RECEIVED at the Department of Procurement Services, City Hall, 900 E. Broad Street, Rm. 1104, Richmond, Virginia 23219, UNTIL BUT NOT LATER THAN 2:30 P.M. ON February
More informationA D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary
A D D E N D U M 1 TO All Plan Holders ISSUE DATE 20 January 2017 PROJECT # 15-028 REGARDING Switchgear Replacement NARRATIVE PAGES 1 15-02812 KVa Switchgear Replacement Project SPECIFICATION PAGES 10 DRAWING
More informationGUIDELINES FOR SUBDIVISION PERMITTING
GUIDELINES FOR SUBDIVISION PERMITTING To provide information to owner and /or developer, contractor, and engineering desiring to obtain Subdivision constructions permit. Step 1 - Development Review Meeting
More informationSAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1
SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1 SOLICITATION NO.: B-10-031-MF SAWS JOB NO. 07-6500 DESCRIPTION: DOS RIOS WATER RECYCLING
More informationDocument B101 TM. Standard Form of Agreement Between Owner and Architect
Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES OCTOBER 09, 2014 EAST BAY REGIONAL PARK DISTRICT Atlas Road Extension Improvements POINT PINOLE REGIONAL SHORELINE PROPOSALS DUE: 2:00PM, NOVEMBER
More informationOffice of Superintendent of Schools April 1, 2019 Board Meeting of April 17, 2019
Office of Superintendent of Schools April 1, 2019 Board Meeting of April 17, 2019 Office of School Facilities Jaime G. Torrens, Chief Facilities Officer SUBJECT: COMMISSION OF SILVA ARCHITECTS, L.L.C.,
More informationMain Building Auditorium
Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform
More informationPART I PERTAINING TO THE SPECIFICATIONS: Specification section (0.04) o Page 4, The bid form has been revised to include Alternate 4.
Addendum # 1 October 9, 2017 Sarasota Manatee Airport Authority Renovation of SRQ Airport Authority Boardroom, Police Department & Badging Area The following items represent clarifications, additions,
More informationRFQ for Architectural Services - Attachment 5 North Campus Student Housing Phase IV(b) Haggett Hall Replacement and Oak Hall Project No.
SPECIAL CONDITIONS Article I, Section A delete this paragraph in its entirety and replace it with the following language: Owner s representative to act on its behalf with respect to this Agreement shall
More informationWUPRPM Regulations and Procedures Effective: November 11, 2005 R. Purchasing and Financial Obligations Revision Date: July 1, 2015.
Table of Contents 1. Purpose... 3 2. Definitions... 3 3. Limits and Thresholds... 4 4. Competitive Bidding... 4 5. Request for Quotation/Request for Proposal... 5 6. Bid Information... 5 7. Bid Bonds...
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations
More informationREQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019.
NOTE: In the event an interested firm has downloaded these specifications from the TPA website, you are responsible for providing the TPA via email at Trentonparkingph@aol.com your contact information,
More informationSCHOOL BOARD OF BREVARD COUNTY PURCHASING DEPARTMENT 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Item Nos. Amount Awarded Indeterminate Part 2
SCHOOL BOARD OF BREVARD COUNTY PURCHASING DEPARTMENT 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 RFP #05003/BM HVAC Contractors Maintenance 2004/05, 2005/06, 2006/07 VENDOR RECOMMENDED FOR RE-AWARD:
More informationPASCO COUNTY ENGINEERING SERVICES DEPARTMENT TASK ORDER NO. SM
PASCO COUNTY ENGINEERING SERVICES DEPARTMENT TASK ORDER NO. SM009-002 PASCO COUNTY LONG TERM STORMWATER MONITORING PROGRAM WATER QUALITY MONITORING FOR THE PERIOD JANUARY 1,2009, TO DECEMBER 31,2009 The
More informationSTATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC
STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC PREPARED BY: Metropolitan Washington Airports Authority Washington Dulles International Airport Engineering
More informationAGREEMENT FOR DESIGN CONSULTANT SERVICES BETWEEN NEW HANOVER COUNTY BOARD OF EDUCATION. hereinafter referred to as the Owner AND
AGREEMENT FOR DESIGN CONSULTANT SERVICES BETWEEN NEW HANOVER COUNTY BOARD OF EDUCATION hereinafter referred to as the Owner AND hereinafter referred to as the Design Consultant PROJECT: OWNER'S PROJECT
More informationMEMORIAL HERMANN REQUEST FOR PROPOSAL PROJECT:
MEMORIAL HERMANN REQUEST FOR PROPOSAL FOR GENERAL CONTRACTOR PROJECT: MEMORIAL HERMANN HOSPITAL SYSTEM MEMORIAL HERMANN MEMORIAL CITY CLINICAL LAB RENOVATION 921 GESSNER RD. HOUSTON, TEXAS 77024 MHMC Clinical
More information3401 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 informationFlorida Army National Guard Construction Facilities Management Office. Scope of Work:
Florida Army National Guard Construction Facilities Management Office Florida Armory Revitalization Program (FARP) Design Guidelines October 2008 Scope of Work: To provide complete design for the renovation/alterations
More informationREQUEST FOR QUALIFICATIONS
Issue Date: August 11, 2013 Title: Issuing Agency & Address Location of Work: RFQ#: SWaM-2013-15 Pre-Qualified Contractors Term Small, Women, and Minority Owned (SWaM) Contractors for Renovation, Replacement
More informationRequest for Qualifications (Architect / Engineer) State of Ohio Standard Forms and Documents
Request for Qualifications (Architect / Engineer) Administration of Project: Local Higher Education Project Name Technolgy Building Related Infrastructure Response Deadline Oct. 5, 2018 11:00 am local
More informationEXHIBIT "A" RESPONSIBILITIES AND SERVICES OF ARCHITECT/ENGINEER. A. Basic Services... A-2. B. Architectural Programming... A-5
EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF ARCHITECT/ENGINEER A. Basic Services... A-2 B. Architectural Programming... A-5 1. Project Initiation... A-5 C. Design Services... A-6 1. Schematic Design Phase...
More informationRequest for Qualifications (Architect / Engineer) State of Ohio Standard Forms and Documents
Request for Qualifications (Architect / Engineer) State of Ohio Standard Forms and Documents Administration of Project: Local Higher Education Project Name Olscamp Central Chiller Plant CCP-3 Response
More informationCITY OF ROHNERT PARK CITY COUNCIL AGENDA REPORT
Item No. 6.C.2 Mission Statement We Care for Our Residents by Working Together to Build a Better Community for Today and Tomorrow. CITY OF ROHNERT PARK CITY COUNCIL AGENDA REPORT Meeting Date: March 24,
More informationINSTRUCTIONS FOR DIVISION 00 DOCUMENTS
INSTRUCTIONS FOR DIVISION 00 DOCUMENTS Division 00 is the first section of the specifications for construction. For each advertised bid project, the College/University must direct the Architect/Engineer
More informationSCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated SOLICITATION SUMMARY
SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 BID #10-005/BM Metal Roof Repair Contractors - Maintenance VENDORS RECOMMENDED FOR 6-MONTH
More informationAttachment 1 Architectural Services
A. Phase 1, Programming and Schematic Design: 1. Ascertain the requirements for each project through a meeting with the COUNTY, and a review of an existing schematic layout of each project, if such layout
More informationREQUEST FOR PROPOSALS. Construction Manager CM Services Pre-Construction and Construction Services
REQUEST FOR PROPOSALS Construction Manager CM Services Pre-Construction and Construction Services Big Sky Fire Department Station 1 Project Big Sky Fire District OWNER Big Sky, Montana November 2016 Request
More informationConstruction Guidelines
Construction Guidelines INTRODUCTION These Construction Guidelines are intended to layout the general rules and regulations for all construction and projects performed at Redmond Town Center. Our primary
More informationREQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.
REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: August 10, 2017 DUE DATE: August 23, 2017 Issued by: Trenton Parking Authority NOTE: In the event an interested
More informationRequest for Qualifications (Design-Build Contract) State of Ohio Standard Forms and Documents
Request for Qualifications (Design-Build Contract) State of Ohio Standard Forms and Documents Administration of Project: Local Agency Project Name Stadium Project Response Deadline 1/9/14 12 pm local time
More informationRequest for Proposal for Annual Financial Audit Services
Request for Proposal for Annual Financial Audit Services RFP # 19_001 Jan 10, 2019 Page 1 I. RFP Timeline The following Timeline has been defined to efficiently solicit multiple competitive proposals,
More informationAttachment 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 Stone Middle 1.71 $6,123,113
More informationADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE
ADDENDUM NO. B TO THE BID DOCUMENTS, dated 1/5/16 FOR THE CVUSD M&O/WAREHOUSE/PRINTING SERVICES TENANT IMPROVEMENT 667 Building & 750 Building #DO-15C1024 & #DO-15C1026 CONEJO VALLEY UNIFIED SCHOOL DISTRICT
More informationEXHIBIT A SCOPE OF SERVICES
EXHIBIT A SCOPE OF SERVICES 1.0 INTRODUCTION & DESCRIPTION Real property that is acquired for a planned transportation project or real property acquired for a project but that is not used requires maintenance
More informationPre-construction and Construction services for the construction of the Grand Street Settlement
Pre-construction and Construction services for the construction of the Grand Street Settlement Table of Contents Part A I. Introduction and Background II. Owner Goals and Objectives III. Key Dates, Contract
More informationPROFESSIONAL SERVICES DESCRIPTION FOR THE POSITION OF: Building Commissioning Services
PROFESSIONAL SERVICES DESCRIPTION FOR THE POSITION OF: Building Commissioning Services SUBMISSION DEADLINE: October 23, 2009 11:00am FAIR AND OPEN PUBLIC SOLICITATION PROCESS FOR PROFESSIONAL SERVICES
More informationAIA Document B105TM 2007
AIA Document B105TM 2007 Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project AGREEMENT made as of the Twenty-Third day of January in the year Two Thousand
More informationFlorida Army National Guard Construction Facilities Management Office. Scope of Work:
Florida Army National Guard Construction Facilities Management Office Florida Armory Revitalization Program (FARP) Design Guidelines September 2011 Scope of Work: To provide complete design for the renovation/alterations
More informationNew York State Contract Reporter
The New York State Contract Reporter NYS' official source of contracting opportunities Bringing business and government together Statements of Qualifications are sought from engineering firms to provide
More informationTO: MEMBERS, BOARD OF EDUCATION AMENDED APPROVE AMENDMENT NO. 1 TO SOLAR POWER DESIGN/BUILD CONTRACT WITH SK SOLAR INC. (PROJECT 14-29F) ACTION
TO: MEMBERS, BOARD OF EDUCATION AMENDED FROM: DR. ANTHONY W. KNIGHT, SUPERINTENDENT DATE: AUGUST 19, 2014 SUBJECT: ISSUE: BACKGROUND: ALTERNATIVES: APPROVE AMENDMENT NO. 1 TO SOLAR POWER DESIGN/BUILD CONTRACT
More informationGOREE ARCHITECTS, INC Bellaire Blvd., Suite 105 Bellaire, TX Tel (713)
GOREE ARCHITECTS, INC. 4710 Bellaire Blvd., Suite 105 Bellaire, TX 77401 Tel (713) 660-6102 DATE: February 22, 2016 FROM: TO: RE: Goree Architects, Inc. General Contractors of Record Tomball Ford Image
More informationFLORIDA DEPARTMENT OF TRANSPORTATION
FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 DATE: June 20, 2016 RE: BID/RFP #: BID/RFP TITLE: ITB-DOT-15/16-4016JR District-Wide Board-Up, Locksmith, and Fencing Services OPENING DATE: June 28,
More informationThis Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, 2016.
ADDENDUM NUMBER ONE - June 15, 2016 CITY OF CLARKSVILLE TO: All Bidders of Record This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8,
More informationJEFCO GYM HVAC ADDITIONS TO ARCHITECT'S NO AES, BES, CES, PGES, SRES B.C. NO
JEFCO GYM HVAC ADDITIONS TO ARCHITECT'S NO. 2825 AES, BES, CES, PGES, SRES B.C. NO. 2018554 DOCUMENT 00 9113A - ADDENDUM NO. A 1.1 PROJECT INFORMATION A. Project Name: JEFCO Gym HVAC Additions to AES,
More informationCareer Center Advance Planning/Design Services Code Item 321
The University of North Carolina at Charlotte Temporary Office Space Facilities Management - Capital Projects Hickory Building (Building #536 on Campus Map) 9316 Mary Alexander Road Charlotte, NC 28223
More informationBerlin School RFQ / RFP: Clerk of the Works/Owner s Rep Berlin, Vermont
Request for Qualifications The Berlin School District requests submissions of Qualification Statements and Salary Requirements for the position of Clerk of the Works/Owner s Representative for building
More informationRequest for Qualifications (Criteria Architect/Engineer, Architect/Engineer) State of Ohio Standard Forms and Documents
Request for Qualifications (Criteria Architect/Engineer, Architect/Engineer) State of Ohio Standard Forms and Documents Administration of Project: School District Board + OFCC Project Name West Clermont
More informationCity 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 informationSANTA ANA COLLEGE FACILITIES COMMITTEE MEETING OCTOBER 18, 2016
FACILITIES COMMITTEE MEETING OCTOBER 18, 2016 1 ACTIVE PROJECTS Santa Ana College Central Plant, Infrastructure and Mechanical Upgrades 2 COMPLETED PROJECTS Santa Ana College Perimeter Site Improvements
More informationSCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated TOTAL $48,600.
SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 BID #09-004/BP - Maintenance & Landscaping Services - Astronaut High School & Madison Middle
More informationAddendum No. 2 February 19, 2014 City University Construction Fund Engineering Design Services Requirements Contracts RFQ Project No.
Facilities Planning, Construction, and Management Office of Financial Management Procurement Services 555 West 57 th Street 16 th Floor New York, NY 10019 Tel: 646-664-2700 Addendum No. 2 February 19,
More informationTRIAD ENGINEERING CONSULTANTS, INC.
TRIAD ENGINEERING CONSULTANTS, INC. 2638 Willard Dairy Rd Providing High Point, NC Suite 100 Plumbing, Mechanical and 27265 (336) 454-0225 Electrical Engineering Services Since 1984 admin@triadengmep.com
More informationOak Park and River Forest High School District North Scoville Avenue Oak Park, IL
Oak Park and River Forest High School District 200 201 North Scoville Avenue Oak Park, IL 60302-2296 TO: FROM: Board of Education Tod Altenburg, Chief School Business Official DATE: October 14, 2015 RE:
More informationACCOUNTING SYSTEM/PROMPT PAYMENT
ACCOUNTING SYSTEM/PROMPT PAYMENT FILE: DIA TITLE: Timely Settlement of District Liabilities POLICY: Each principal or other person in charge of district funds used for external procurement of goods or
More information(TO) TASK ORDER AMENDMENT TO CSC AGREEMENT (PROFESSIONAL CCNA SERVICES) Clerk Tracking No. /f,p -ooo 7'K
(TO) TASK ORDER AMENDMENT TO CSC AGREEMENT (PROFESSIONAL CCNA SERVICES) Clerk Tracking No. /f,p -ooo 7'K I THIS TASK ORDER AMENDMENT (the "Amendment") to the (CSC) Continuing Services ~act for Professional
More informationOVERHEAD SEWER PROGRAM
OVERHEAD SEWER PROGRAM OVERHEAD SEWER PROGRAM TABLE OF CONTENTS INTRODUCTION 1 PROGRAM DESCRIPTION 2 APPLICATION FORM 5 MINIMUM SYSTEM REQUIREMENTS 7 INSTALLATION SKETCH CHECKLIST 8 INSTALLATION SKETCH
More informationICOC Procurement Briefing
ICOC Procurement Briefing How we acquire goods and services Overview Procurement of Professional Services Engineering, architecture, design build, construction manager Projects < $2 million use continuing
More informationChapter 4 State Requirements for Educational Facilities Section 4.1
providential cause, other impending danger to life safety, or pursuant to Section 1013.46(1)(b), F.S., the board can declare an emergency, can negotiate a contract with a design-build firm, design professional,
More informationREQUEST FOR PROPOSALS AUDIT
REQUEST FOR PROPOSALS 2017-18 AUDIT PROFESSIONAL AUDIT SERVICES ANNUAL FINANCIAL STATEMENT PROPOSAL DEADLINE DATE Tuesday, February 6, 2018 at 3:00pm SUBMIT PROPOSAL TO: Ahmad Sheikholeslami Chief Business
More informationREQUEST FOR QUALIFICATIONS DESIGN BUILD SERVICES FACILITY IMPROVEMENTS AT MUSIC HALL, AFRICAN AMERICAN MUSEUM & AQUARIUM ANNEX FAIR PARK DALLAS, TEXAS
REQUEST FOR QUALIFICATIONS for DESIGN BUILD SERVICES for FACILITY IMPROVEMENTS AT MUSIC HALL, AFRICAN AMERICAN MUSEUM & AQUARIUM ANNE at FAIR PARK DALLAS, TEAS ISSUED: MARCH 8, 2018 DUE: APRIL 6, 2018
More information