ADDENDUM NUMBER ONE (1)

Size: px
Start display at page:

Download "ADDENDUM NUMBER ONE (1)"

Transcription

1 Page 1 of 1 MINNESOTA DEPARTMENT OF TRANSPORTATION Office of Maintenance: Building Services Section ADDENDUM NUMBER ONE (1) ADDENDUM DATE: 19 October 2012 Request for Proposals for Designer Selection for Project Addition and Renovations to Minnesota Department of Transportation Crookston District 2B Headquarters, Crookston, Minnesota THIS ADDENDUM IS INCORPORATED AS A PART OF THE REQUEST FOR PROPOSAL DOCUMENTS The Respondent shall acknowledge the receipt of ADDENDUM NUMBER ONE (1) in the Cover Letter submitted with the Proposal. Failure to comply may result in the Proposal being rejected. To All Responders: All of the original terms, conditions, and this Addendum Number One (1) are incorporated by reference with the following changes: Attachment A: Informational Meeting Agenda A.1. The mandatory informational meeting will be held on Tuesday 23 October 2012 at 1:00pm CDT at the Crookston District 2B Headquarters, 1320 Sunflower Street, Crookston, MN. Agenda is attached herein. A.2. Correction to RFP Proposal dates: (RFP Corrected and Re-posted) Project Proposals Due: Tuesday 13 November by noon Project Shortlist: Tuesday 27 November Attachment B: Sample Documents referenced in the RFP B.1. Example of : is attached herein. Attachment C: Existing Building Drawings (separate attachment due to file size) C.1. A PDF File of the existing MNDOT Crookston District 2B Headquarters drawings is attached herein. It is part of the work of this contract to field verify existing building information and incorporate it into the Final Construction Drawings for this project. The Consultant is to provide MNDOT a complete digital set of drawings for the entire building that are compatible with or readily converted to Bentley Microstation Version 8I. See The Minnesota Department of Transportation makes no representation or warranties, express or implied, with respect to the reuse of the data provided herewith, regardless of its format or the means of its transmission. There is no guarantee or representation to the user as to the accuracy, currency, suitability or reliability of this data for any purpose. The user accepts the data as is and assumes all risks associated with its use. By acceptance of this data, the user agrees not to transmit this data or provide access to it or any part of it to another party unless the user shall include with the data a copy of this disclaimer. The Minnesota Department of Transportation assumes no responsibility for actual or consequential damage incurred as a result of any user s reliance on this data. END OF ADDENDUM #1

2 MINNESOTA DEPARTMENT OF TRANSPORTATION Office of Maintenance: Building Services ADDENDUM NUMBER ONE (1) ADDENDUM DATE: 18 October 2012 Request for Proposals for Designer Selection for Project Minnesota Department of Transportation, Addition and Renovations to the existing MNDOT Crookston District 2B Headquarters Crookston, Minnesota Attachment A: A.1. Informational Meeting Agenda A.2. Correction to RFP Dates (Re-posted to website) Proposals Due: Tuesday 13 November by noon Shortlist Meeting: Tuesday 27 November

3 Minnesota Department of Transportation Office of Maintenance: Building Services MS 715 Transportation Building, 2 nd Floor South 395 John Ireland Boulevard St. Paul, Minnesota October 18, 2012 Crookston District 2B Headquarters Mandatory Informational Meeting and Site Visit Meeting Agenda 1. Sign-In / Introductions MNDOT BSS Staff Crookston District 2B Staff 2. SDSB Schedule for A/E Selection David Schilling Brad Scott Dan Trickey Mark Motschke Mandatory Meeting and Site Visit: Tuesday, 23 October 2012, 1:30 pm CDT Questions Due: Friday, 2 November 2012, 12:00 pm CDT Answers Posted: Wednesday, 7 November 2012, 4:30 pm CT Proposals Due: Tuesday 13 November 2012, 12:00 noon CT Shortlist: Tuesday, 27 November 2012 Interviews and Award Tuesday, 4 December Contract Document Schedule Phase Begin Complete Programming/Building Assessment 15 January February 2013 Schematic Design/Cost Estimates 22 January March 2013 Design Development/Cost Est. 25 March May 2013 Construction Documents/Cost Est. 31 May August Estimated Building Program a. Building New Construction/Remodeling Warm Storage Addition Wash Bay Addition Repair/Tire/Radio/Sign Shop Total b. Infrastructure Improvements Sprinklering Existing Building Water Main Service Replacement 4. Site Walk-Thru a. Site Information b. Warm Storage Garage c. Repair/Tire/Radio/Sign Shop 10,800 sf 1,200 sf 3,200 sf 15,200 sf Building Services Section Minnesota Department of Transportation CC Posted to Addendum #1

4 MINNESOTA DEPARTMENT OF TRANSPORTATION Office of Maintenance: Building Services ADDENDUM NUMBER ONE (1) ADDENDUM DATE: 18 October 2012 Request for Proposals for Designer Selection for Project Minnesota Department of Transportation, Addition and Renovations to the existing MNDOT Crookston District 2B Headquarters Crookston, Minnesota Attachment B: B.1. Example of.

5 MnDOT Contract No. Addition and Renovations to the MNDOT Crookston District 2B Headquarters Crookston, Minnesota Project # 13-TZ CONSULTANT S RESPONSIBILITIES GENERAL A. DEFINITIONS 1.1 Consultant used herein shall be comparable to the term Contractor used in the Professional Technical Services Agreement. a. The term Consultant shall be construed to include the Prime Consultant and its Subconsultants. 1.2 Sub-Consultant used herein shall be comparable to term Sub-Contractor used in the Professional Technical Services Agreement. B. STANDARD OF CARE The Consultant shall provide the professional services set forth in this Agreement consistent with the professional skill and care ordinarily provided by Design Professionals practicing in the same or similar locality under the same or similar circumstances. The Consultant shall perform its services as expeditiously as is consistent with such professional skill and care and the orderly progress of the Project. C. THE CONSULTANT S BASIC SERVICES shall consist of those described below and include usual and customary Architectural, Landscaping, Cost Estimating and Energy Modeling services and Civil, Structural, Mechanical, and Electrical Engineering services. 1.1 The Consultant shall arrange for the reproduction of all documents required for Deliverables, MnDOT s internal reviews, and for the Consultant s use for the Project. The cost of reproduction will be reimbursed as scheduled in the Consultant s contract. 1.2 The Consultant shall engage a Land Surveyor licensed by the state of Minnesota and arrange for the preparation of surveys to describe physical characteristics, legal limitations and utility locations for the Site of the Project. The cost of the Surveyor Services will be included as scheduled in the Consultant s contract. Survey deliverables shall include: a. Written legal property description and boundary survey of the Site. b. Certified Survey indicating: i. existing utilities surrounding the Site ii. existing utilities and structures on the Site iii. topography of the Site showing limits of significant vegetation iv. Property Lines, Roadways, R.O.W. and Monuments. D. SCHEDULE FOR PERFORMANCE OF THE CONSULTANT S SERVICES 1.1 The Consultant shall submit for MnDOT s approval a Project Design Schedule for the performance of the Consultant s services. The time limit established by the Project Design approved by MnDOT shall Page 1 of 20

6 not, except for reasonable cause, be exceeded by the Consultant or MnDOT. Any unreasonable delay may be justification for termination of the Consultant s contract. 1.2 The Project Design Schedule shall outline anticipated completion dates for Phases of the Design work and incorporate review time for MnDOT and governmental approvals as required to meet the approved time limit for the Design. 1.3 With MnDOT s approval, the Consultant shall adjust the schedule, if necessary to meet the time limit, as the Project proceeds until the commencement of construction. E. APPROVAL OF GOVERNMENTAL AUTHORITIES The Consultant shall assist MnDOT in connection with MnDOT s responsibility for filing documents required for the approval of governmental authorities having jurisdiction over the Project including the Environmental Protection Agency (EPA) / Minnesota Pollution Control Agency (MPCA). F. ESTIMATES OF THE COST OF THE WORK 1.1 The Cost of the Work shall be the total cost to MnDOT to construct all elements of the Project designed or specified by the Consultant and shall include contractors general conditions costs, overhead and profit. 1.2 It is recognized that the Consultant cannot and does not warrant or represent that bids will not vary from MnDOT s budget for the Cost of the Work or from any estimate of the Cost of the Work or evaluation prepared or agreed to by the Consultant 1.3 If the Consultant s Preliminary, Interim or Final Estimates of the Cost of the Work exceed MnDOT s budget for the Cost of the Work, the Consultant shall make appropriate recommendations to MnDOT to adjust the Project and the Cost of the Work to meet MnDOT s budget. a. MnDOT shall cooperate with the Consultant in making such adjustments. b. The Consultant s Basic Services shall include Services to make such adjustments to the Documents. 1.4 If MnDOT s budget for the Cost of the Work is exceeded by the lowest bona fide bid, MnDOT may: a. give written approval of an increase in the budget for the Cost of the Work. b. authorize rebidding of the Project within a reasonable time. c. terminate the Project. d. in consultation with the Consultant, revise the Project program, scope, or quality as required to reduce the Cost of the Work. e. implement any other mutually acceptable alternative. f. If MnDOT chooses to revise the Project program, scope, or quality as required to reduce the Cost of the Work, the Consultant, without additional compensation, shall modify the Construction Documents as necessary to comply with MnDOT s budget for the Cost of the Work. G. MINNESOTA SUSTAINABLE BUILDING GUIDELINES 1.1 The Consultant shall follow and incorporate Minnesota Sustainable Building Guidelines (MSBG) to improve the ongoing performance of this facility towards the lowest lifetime costs and to promote design and operational decisions based on improving environmental, human and economic conditions. H. MEETINGS: 1.1 The Consultant shall arrange and attend all Design Meetings, Construction Progress and Preinstallation Meetings and other meetings required by the jurisdiction and MnDOT. a. The Consultant shall timely prepare agendas for these meetings and distribute them to all attendees and to MnDOT prior to the meetings. 1.2 The Consultant shall attend all Pre-bid and Pre-construction Meetings. 1.3 The Consultant shall prepare Record Minutes of these meetings and distribute them to all attendees and to MnDOT, timely subsequent to the meetings. Page 2 of 20

7 I. REVIEWS AND RESPONSES 1.1 The Consultant shall provide timely written responses to MnDOT s Review comments and redlines in accordance with the Project Design Schedule, including providing to MnDOT specific, itemized records of the redlines indicating incorporation of MnDOT comments and/or communication of responses regarding comments which are not incorporated. 1.2 The Consultant is responsible for all MnDOT Review comments and redlines requiring action or response. 2. MnDOT s OWNER REPONSIBILITIES GENERAL A. DEFINITIONS 1.1 MnDOT as used herein shall be the Minnesota Department of Transportation. a. The Office of Maintenance Building Services and its Project Manager shall act as MnDOT s authorized representative where referenced herein. B. PROJECT INFORMATION 1.1 Requirements and Limitations MnDOT shall provide information in a timely manner regarding requirements and limitations on the Project, not limited to: a. Overall Budget for the Project. b. Legal, accounting, contract, labor compliance and insurance information required for the Project. c. MnDOT s requirements for mechanical, electrical, civil, voice, data communications, building automation systems and security systems. d. MnDOT s requirements for energy use and other State agency s requirements for building performance for the Project. e. Contact information for MnDOT personnel and their assignments for this Project. 1.2 Written Program: MnDOT shall provide MnDOT s objectives, schedule, constraints and criteria, including function, space requirements and relationships, flexibility, expandability, special equipment, systems and Site requirements. a. A statement of values and concerns. b. Issues regarding expansion and flexibility. c. Physical comfort requirements. d. Equipment and Personnel Worksheet for each space. e. MnDOT s proposed Outbuildings f. List of spaces including function, size, quantity, relationships, adjacencies and external requirements. 1.3 Site Information: It is the responsibility of this consultant under this contract to provide the following: a. Written legal property description of the site. b. Certified Survey of the site. c. MnDOT shall make arrangements for and furnish the services for all other testing and investigative services which are reasonably required by the scope of the Project. Page 3 of 20

8 1.4 Tests, Inspections and Reports: MnDOT shall furnish tests, inspections and reports required by law or the Contract Documents, such as Special Inspections required for structural, mechanical, and chemical tests; and any tests for air and water pollution and for hazardous materials. 1.5 Products, Manufacturers and Materials: a. MnDOT may provide Specification sections and/or a list of requirements, products, manufacturers and materials to be incorporated into Consultant s Specification sections 2 thru 48. b. Where Specification sections and/or a list of products, manufacturers and materials are provided by MnDOT, no additional products, manufacturers or materials may be added to the Project Manual or approved as Substitutions without approval of MnDOT. 1.6 MnDOT s Vehicles and Equipment: a. MnDOT shall provide schedules, placement, power and connection requirements of MnDOT s Equipment which will be installed in Project. b. MnDOT shall provide a schedule of Vehicles and turning schematics for vehicles which will be required to access the Site and Building. C. REVIEWS AND RESPONSES 1.1 MnDOT shall provide timely written reviews and responses to Consultant s inquiries and submittals in accordance with the Project Design Schedule. 1.2 MnDOT shall provide a written acknowledgement of receipt of Deliverables of each Phase which shall include: a. Enumerated general approval of Deliverables. b. Itemized comments and exceptions to the Deliverables. 1.3 MnDOT shall provide timely written Notice to Proceed with the subsequent Phase. D. NOTICE OF DEFECTS MnDOT shall provide prompt written notice to the Consultant if MnDOT becomes aware of any fault or defect in the Project, including errors, omissions or inconsistencies in the Consultant s Instruments of Service. E. COMMUNICATION 1.1 MnDOT shall designate a Project Manager to facilitate communications of the Consultant with the Agency, MnDOT Building Services Engineers and the Building Users. 1.2 MnDOT shall endeavor to communicate with the Construction Contractor only through the Consultant about matters arising out of or relating to the Contract Documents and Construction of the Project. 3. FACILITY ASSESSMENT / PROGRAMMING / SCHEMATIC DESIGN PHASE A. FACILITY ASSESSMENT 1.1 Conduct a thorough and extensive survey of the existing building. It is part of the work of this contract to field verify existing building information and incorporate it into the Final Construction Drawings. The Consultant is to provide MNDOT a complete digital set of drawings for the entire building that are compatible with or readily converted to Bentley Microstation Version 8I. 1.2 Review and document existing mechanical, electrical, fire protection, data and plumbing systems. 1.3 Identify and evaluate: a. Potential building code issues. b. Potential building envelope issues. c. Existing site pedestrian and vehicular circulation. d. Existing site plant materials, utilities, drainage and paving. Page 4 of 20

9 B. FINAL PROGRAM REQUIREMENTS The Schematic Design Phase of the Project will establish the final requirements for area and space allocation, and set the quality standards for architectural, civil, structural, mechanical and electrical components and establish the construction cost to meet MnDOT s budget. C. MNDOT S SCHEMATIC DESIGN RESPONSIBILITIES 1.1 Coordinate attendance of MnDOT representatives to all review meetings. 1.2 Solicit and facilitate comments from Building Users. 1.3 Provide input and review. 1.4 Review proposed adjustments to the Project Scope, if required. 1.5 Building Services Engineers shall provide direction regarding air-handling, automated control systems, lamping, security systems and system commissioning requirements. 1.6 Building Services Engineers shall suggest parameters for envelope energy performance, daylighting concepts and applicability of alternative energy sources. D. MECHANICAL AND ELECTRICAL ENGINEERS MEETING Before the Mechanical and Electrical Consulting Engineers begin working on the Project they shall meet with MnDOT s Building Services Engineers to review MnDOT s requirements for the design of the mechanical and electrical systems. E. CONSULTANT S PROGRAMMING / SCHEMATIC DESIGN RESPONSIBILITIES 1.1 The Consultant shall review MnDOT s program, schedule, budget for the Cost of the Work, Project Site, and alternative approaches to design and construction of the Project, including the feasibility of incorporating environmentally responsible design approaches. 1.2 The Consultant shall develop a Program for the Project including function, space requirements and relationships, adjacencies to existing programmed space, flexibility, expandability, special equipment, systems and Site requirements. 1.3 The Consultant shall consider the relative value of alternative materials, building systems and equipment, together with other considerations based on the program and aesthetics in developing a design for the Project that is consistent with MnDOT s schedule and budget for the Cost of the Work. 1.4 Project Design Schedule: The Consultant shall develop a Project Design Schedule incorporating the RFP schedule, outlining review dates, anticipated completion dates for Phases of the Design work and incorporating review time for MnDOT in the schedule. 1.5 Initial Building Code Analysis: The Consultant shall review laws, codes, and regulations applicable to the Project and develop an Initial Building Code Analysis and a report on planning and zoning issues and other regulatory constraints. 1.6 The Consultant shall prepare: a. Site Design Concepts including MnDOT s proposed outbuildings, vehicle turning schematics, general grading, drainage and retention; and recommend preferred concepts. b. Building Design Concepts including preliminary materials selections; and recommendations of preferred concepts. c. Building Systems Design Concepts for HVAC, Plumbing and Electrical Systems. Page 5 of 20

10 i. Develop initial analysis of envelope energy performance, daylighting concepts and applicability of alternative energy sources. ii. Develop initial schematic control systems, lamping, and system commissioning requirements. iii. Investigate applicability of utility company energy rebate programs. d. Design Concept Narrative description of proposed building systems, including building envelope materials and brief descriptions of structural, mechanical, electrical, and grading/drainage system concepts. e. Preliminary Estimate of Cost of Construction based on Building and Site area. F. PROGRAMMING / SCHEMATIC DESIGN DELIVERABLES The Consultant shall provide electronic (pdf) files of all Deliverables. Provide drawings one (1) at full size and six (6) half size paper copies. 1.1 Project Design Schedule for Design Reviews and Consultant Services. 1.2 Statement of key Project issues based on program, budget, schedule and MnDOT s Site(s). 1.3 Initial Building Code Analysis and report on planning and zoning issues and regulatory constraints. 1.4 Programming Documents a. List of spaces including function, size, quantity, relationships, adjacencies and external requirements. b. Equipment and Personnel Worksheet for each space. 1.5 Design Concept Drawings Appropriately scaled as follows: a. Site Design Concepts i. Utilities, Grading and Drainage ii. Site Access and Vehicle maneuvering schematics b. Building Design Concepts i. Floor plan(s) ii. Principal exterior elevations iii. Two building sections iv. Typical exterior wall sections 1.6 Design Concept Narrative 1.7 Preliminary Estimate Cost of Construction 1.8 Meeting Minutes. 4. DESIGN DEVELOPMENT PHASE A. THE DESIGN DEVELOPMENT PHASE of the Project will commence upon MnDOT s written approval of the Schematic Design Documents. 1.1 The Work of this Phase shall incorporate MnDOT s itemized Review comments and providing to MnDOT specific, itemized records of the redlines indicating incorporation of MnDOT comments and/or communication of responses regarding comments which are not incorporated. 1.2 The Work of this Phase shall respond to adjustments required to accommodate budget constraints. Page 6 of 20

11 B. MNDOT S DESIGN DEVELOPMENT RESPONSIBILITIES 1.1 Coordinate attendance of MnDOT representatives and Building Users to review meetings. 1.2 Solicit and facilitate comments from Building Users. 1.3 Provide input and review. 1.4 Respond to requests for information from the Consultant. C. CONSULTANT S DESIGN DEVELOPMENT RESPONSIBILITIES 1.1 The Consultant shall prepare Design Development Documents for MnDOT s approval consisting of Drawings and other documents appropriate for the Project. 1.2 The Consultant shall document progress with the Project Design Schedule and inform MnDOT of the status of progress. 1.3 Architectural Design Development a. Develop roof and floor plans, elevations, building sections, room finishes and door information. b. Coordinate locations and layout of Building Systems into design. c. Prepare Outline Specifications for all materials and equipment. d. Coordinate locations of MnDOT Equipment. 1.4 Structural Design Development a. Develop roof framing, wall framing and foundation systems. b. Prepare Outline Specifications for all materials. 1.5 Mechanical Design Development Develop schematics which indicate all Heating Ventilation and Air Conditioning (HVAC) equipment, major duct layouts, temperature control system concept, all fire and life safety equipment and all plumbing system layouts, control system schematics, lamping and system commissioning requirements. a. Perform analysis of envelope energy performance and applicability of alternative energy sources. b. Determine the applicability of utility company energy rebate programs. c. Develop 1/4" scale drawings of equipment rooms with all equipment laid out to scale. d. Coordinate all hook-ups required for MnDOT s equipment. e. Procure catalog cuts of all proposed equipment and fixtures. f. Develop Outline Specifications for all materials and equipment. g. Prepare Outline Commissioning Plan. 1.6 Electrical Design Development Develop schematics which indicate primary and secondary service, fire alarm systems, light fixtures and lamping, outlet locations for power, phone and data and cable distribution. a. Prepare analysis of daylighting concepts. b. Determine the applicability of utility company energy rebate programs. c. Develop 1/4" scale drawings of equipment rooms with all equipment laid out to scale. d. Coordinate all hook-ups required for MnDOT s equipment. e. Procure catalog cuts of all proposed equipment and fixtures. f. Prepare Outline Specifications for all materials and equipment. Page 7 of 20

12 1.7 Civil and Sitework Design Development Develop site designs for: a. Conceptual Storm Water Pollution Prevention Plan. (SWPPP) b. Grading, drainage and retention. c. Public utility access and Site distribution. d. Vehicle Turning Schematic. e. MnDOT s proposed outbuildings. f. Landscaping concepts. g. Site Lighting. 1.8 Interim Estimate of the Cost of the Work The Consultant shall prepare and submit to MnDOT an Interim Estimate of the Cost of the Work, more detailed than a square footage estimate, based upon proposed materials, equipment, component systems and types of construction. a. In preparing the Interim Estimate of the Cost of Work, the Consultant shall be permitted to include contingencies for design, bidding and price escalation. b. The Consultant s Interim Estimate of the Cost of the Work shall be based on generally-accepted conceptual estimating techniques. D. DESIGN DEVELOPMENT PHASE DELIVERABLES Provide electronic (pdf) files of all Deliverables. Provide drawings one (1) at full size and six (6) half size paper copies. 1.1 Updated Project Design Schedule for Design Reviews and Consultant Services. 1.2 Building Code Analysis and report on planning and zoning issues and regulatory constraints. 1.3 Design Development Building Drawings: Appropriately scaled drawings to indicate: a. Roof, floor and ceiling plans, elevations, wall sections. b. Locations and layout of Building Systems. c. Roof framing, wall framing and foundation systems. d. Layout of equipment rooms. e. Locations of MnDOT s equipment. 1.4 Design Development Site Drawings: a. Conceptual Storm Water Pollution Prevention Plan. b. Grading, drainage and retention plan. c. Utility and Site Lighting Plan. d. Paving Plan with Vehicle Turning Schematic. e. Landscaping concepts. 1.5 Design Development Informational Submittals: a. Catalog cuts of all proposed equipment. b. Materials, finish and color schedules for proposed interior and exterior products. c. Analysis of daylighting concepts. d. Analysis of envelope energy performance and applicability of alternative energy sources. Page 8 of 20

13 1.6 Outline Specifications for all proposed materials and equipment. 1.7 Interim Estimate Cost of Construction. 1.8 Meeting Minutes. 5. CONSTRUCTION DOCUMENT PHASE A. THE CONSTRUCTION DOCUMENT PHASE of the Project will commence upon MnDOT s written approval of the Design Development Documents. 1.1 The Work of this Phase shall incorporate MnDOT s itemized Review comments and providing to MnDOT specific, itemized records of the redlines indicating incorporation of MnDOT comments and/or communication of responses regarding comments which are not incorporated. 1.2 The Work of this Phase shall respond to adjustments required to accommodate budget constraints. B. MNDOT S CONSTRUCTION DOCUMENT RESPONSIBILITIES 1.1 Coordinate attendance of MnDOT representatives to all review meetings. 1.2 Solicit comments from Building Users regarding requests by the Consultant. 1.3 Provide input and review. 1.4 Respond to requests for information from the Consultant. 1.5 Provide Project Manual Documents: a. Division 00 Procurement and Contracting Requirements: including Bidding Requirements, Insurance Requirements, Labor and Wage Rate Requirements, Conditions of the Contract and forms of agreement between the State / MnDOT and the Construction Contractor. b. Division 01: General Requirements: including Price and Payment Procedures, Administrative Requirements; Quality, Performance and Product Requirements; Temporary Facilities and Controls; Execution and closeout Requirements. C. CONSULTANT S CONSTRUCTION DOCUMENTS PHASE RESPONSIBILITIES 1.1 Construction Contract Documents a. The Consultant shall prepare Construction Contract Documents for MnDOT s approval consisting of Drawings and Project Manual setting forth the requirements for the construction of the Work. b. Coordinate placement and connection requirements of MnDOT s equipment which will be installed in Project. c. Coordinate the work of the Sub-Consultants. d. Coordinate with MnDOT s responsibilities for providing Bidding Requirements, Conditions of the Contract and forms of agreement between MnDOT and the Construction Contractor. e. Assist in the development of Unit Prices, Alternates and Allowances. 1.2 Project Design Schedule The Consultant shall maintain, update and document progress with the Project Design Schedule and inform MnDOT of the status of progress. Page 9 of 20

14 1.2.1 The Consultant shall incorporate into the Construction Documents the design requirements of governmental authorities having jurisdiction over the Project Prepare final building code analysis Assist MnDOT in preparing and filing documents necessary for government approvals The Consultant shall compile Final Estimate of Construction Costs The Consultant shall obtain acceptance of the Construction Documents from appropriate Agency authorities, as required The Consultant shall prepare applications for utility company energy rebate programs. 1.3 THE PROJECT MANUAL shall contain the Bidding Requirements, General Conditions of the Contract for Construction (Division 00), and General Requirements (Division 01) and other provisions and requirements as furnished by MnDOT MnDOT will provide Division 00 and Division 01 of the Project Manual in CSI Three-part Format The Consultant may use their standard master specifications formatted to conform with CSI Master Format 2004 for Divisions 2 through 48. Use of MasterSpec program is preferred for coordination with MnDOT Division 00 and Division Project Information: Title Page shall bear the Project name, the State Project ID #, the MnDOT Building Number and the address of MnDOT Building Services Section Subsequent sheets shall bear the Project name, the State Project ID # and the MnDOT Building Number. 1.4 CONSTRUCTION DRAWINGS shall be created on a Computer Aided Design Drafting (CADD) system which may be readily converted to Bentley Systems Microstation Version 8i, unless otherwise approved by MnDOT Project Information: Title Page shall bear the State Project ID #, the MnDOT Building Number and the address of MnDOT Building Services Section Subsequent sheets shall bear the Project name, the State Project ID # and the MnDOT Building Number Layering and Sheet Organization shall conform to the UDS the United States National Cad Standard (latest version) The Consultant shall submit a sheet scheduling plan for approval Sheet Sizes: Drawings shall be prepared on MnDOT s approved size sheets (11x17 or 22x34), or other as approved by MnDOT Drafting and Lettering on Drawings shall be of such a size and quality to permit legible reproduction at one half size Lettering shall be no smaller than 14 point (approximately 1/8") when reduced to one half size. (11x17) Page 10 of 20

15 Graphic scales and North Arrows shall be provided on all Drawings Abbreviations and Symbols shall be recognized industry-standard Notes: ConDoc style keynote system (Specification Section based) shall not be used unless accompanied by full notations on the details Numbered notes are not permitted unless accompanied by full notations on the details Exterior Wall Sections shall be provided for each wall type condition, cut through openings where possible, at such scale as to communicate of the relationships of the elements of the full wall Room Numbers and Equipment Identification may be coordinated with MnDOT to be consistent with MnDOT s Archibus Planned Maintenance System Building Code Information shall appear on the Title Page or Sheet 1 of the Drawings: Building Occupancy Classification(s) Occupant Loads Construction Type Snow Load Allowable Floor Areas vs Actual Frost Depth Required Separations IBC Edition applicable to Jurisdiction Plumbing Fixture Requirements Fire Protection Requirements 1.5 FINAL ESTIMATE OF THE COST OF THE WORK The Consultant shall prepare and submit to MnDOT a Final Estimate of the Cost of the Work based specified materials, equipment, component systems and types of construction The Final Estimate of the Cost of the Work shall be based on detailed quantity estimating techniques and presented in a format corresponding to Specification Sections In preparing the Final Estimate of the Cost of Work, the Consultant shall be permitted to include contingencies for bidding and price escalation. 1.6 BUILDING CODE REVIEW AND SUBMITTALS Submittals at 75% Document Completion: When the Construction Documents are approximately 75% complete the Consultant shall submit the "Initial Application for Plan Review" form to the Department of Labor and Industry, Construction Codes and Licensing, Building Codes and Standards (DLI Building Codes) If a local Jurisdiction is designated subsequently by DLI to perform the review, the Consultant shall provide documents and coordinate preliminary reviews and meetings with the designated Jurisdiction Submittals at the completion of the Construction Documents: The Consultant shall submit the "Application for Plan Review" form and send it along with two complete sets of construction documents to DLI Building Codes, if they are performing the plan review, or the Consultant shall submit as required by the local Jurisdiction designated by DLI to perform the review The Mechanical Sub-Consultant shall submit two copies of the Plumbing Drawings and Specifications to the Department of Labor and Industry, Construction Codes and Licensing, Plumbing Plan Review and Inspections (DLI Page 11 of 20

16 Plumbing) for review The Civil Sub-Consultant shall provide the documents and submissions for the Storm Water Pollution Prevention Plan. 1.7 REVIEW BY MNDOT AND BUILDING USERS Review at 75% Document Completion: When the Construction Documents are deemed 75% complete, the Consultant shall submit a minimum of (four) 4 sets 11x17 and 1 set 22x34 of Drawings and four (4) sets of Project Manuals for review by MnDOT The Consultant shall submit to MnDOT a Draft Final Estimate of the Cost of the Work based specified materials, equipment, component systems and types of construction Within two weeks after MnDOT receives the Drawings a meeting will be scheduled with all Consultants working on the Project to review the documents with MnDOT Review at 95% Document Completion: When the Construction Documents are deemed 95% complete, the Consultant shall submit a minimum of (four) 4 sets 11x17 and 1 set 22x34 of Drawings and four (4) sets of Project Manuals for review by MnDOT Consultant shall submit the Final Cost Estimate based specified materials, equipment, component systems and types of construction Within two weeks after MnDOT receives the Drawings a meeting will be scheduled with all Consultants working on the Project to review the documents with MnDOT. 1.8 CONSTRUCTION DOCUMENT PHASE DELIVERABLES Provide electronic (pdf) files of all Deliverables. Provide drawings one (1) at full size and six (6) half size paper copies and as indicated for Reviews and Bidding Updated Project Design Schedule for Design Reviews and Consultant Services Project Manual and Drawings for construction of the Project Electronic submittals as indicated in Appendix Storm Water Pollution Prevention Plan Approval of Construction Documents from appropriate code authorities Final Estimate of Construction Costs Final Building Code Analysis and report on planning and zoning issues and regulatory constraints Applications for utility company energy rebate programs. 2 BIDDING PHASE SERVICES 2.1 MNDOT S BIDDING PHASE RESPONSIBILITIES MnDOT will arrange for the Advertisement for Bids to be placed on-line with the Minnesota Department of Administration, Materials Management Division as outlined in the Digital Web Based Distribution System Instructions attached hereto in Attachment Review with the Consultant on: Requests for Prior-approval Substitutions Questions from prospective bidders and provide clarifications and interpretations Page 12 of 20

17 2.1.3 Authorize and pay for the printing of bidding documents Attend and assist in the pre-bid conference as requested Receive and evaluate the bids Review and approve required insurance, bond or similar documents Forward recommendation of the award of the contract Issue the notice to proceed. MnDOT Contract No. 2.2 CONSULTANTS RESPONSIBILITIES FOR BIDDING ASSISTANCE The Consultant shall assist MnDOT in bidding the Project Printed Document Distribution The Consultant shall provide as follows: To the MnDOT Project Manager and to the MnDOT Building User (each): two (2) full size sets of Drawings, three (3) half size sets of Drawings three (3) Project Manuals Digital Web-Based Distribution Digital Web Based Distribution System Instructions to the Consultant are attached hereto in Attachment The Consultant shall not distribute the Project Manual, Drawings or Addenda to any parties other than MMD, MnDOT s Project Manager, and the User agency Pre-bid Conference: If it is required, the Consultant shall coordinate with MnDOT to arrange and conduct a Pre-bid Conference Responses and Clarifications: The Consultant shall prepare responses to questions from prospective bidders and provide clarifications and interpretations of the Bidding Documents in the form of Addenda Prior-approval Substitutions: The Consultant shall consider requests for Prior-approval Substitutions and prepare Addenda identifying approved substitutions to all prospective bidders Addenda The Consultant shall prepare all necessary addenda using the format provided by MnDOT Addenda may be sent out up until 5 working days before the bid opening The Addenda will be posted on the Digital Web Based Distribution System The Consultant shall not distribute addenda to any parties other then MMD, MnDOT s Project Manager, and the User agency. 2.3 BID OPENING AND AWARD OF CONTRACT The bids will be received and opened in public at the location, date and time indicated in the Solicitation for Bids. The Consultant is not required to attend the bid opening The official bid results will be posted after MnDOT s Bid qualification compliance evaluation review has been completed The Consultant shall review the bids and direct a letter to MnDOT: - either recommending the Award of the Contract Page 13 of 20

18 - or recommending of rejecting the bids and citing reasons for such recommendation. 2.4 BIDDING PHASE DELIVERABLES Provide electronic (pdf) files of all Deliverables. Provide drawings as indicated for Bidding Digital Web-Based Files Addenda Pre-bid Conference Minutes Responses and Clarifications Prior-approval Substitutions Recommendation on Award of the Contract. 3 CONSTRUCTION ADMINISTRATION SERVICES 3.1 MNDOT S CONSTRUCTION ADMINISTRATION RESPONSIBILITIES General: Attend all scheduled Construction Progress meetings Provide timely response to all items requiring MnDOT s actions Coordinate all work by MnDOT s own forces Coordinate and provide required testing during construction Review and approve required insurance bond or similar documents Contractor s Applications for Payment: Review with Consultant all Applications for Payment Execute the Certificate for Payment Coordinate all required payments Changes in the Work Review all Requests for Substitutions and authorize acceptance if appropriate Review all Requests for Proposals Review and execute Construction Change Directives Prepare and execute Supplemental Agreements Substantial Completion Attend the Pre-substantial and substantial Completion Inspections Approve Certificate of Substantial Completion Obtain Certificate of Occupancy Contract Close-Out Receive and review all written warranties and related documents Attend the 10-Month Inspection Receive Final Commissioning Tests documentation Receive As-built Drawings and Project Manual. 3.2 CONSULTANT S CONSTRUCTION CONTRACT ADMINISTRATION PHASE RESPONSIBILITIES General: The Consultant shall provide Architectural and Consultant services indicated by AIA A201 General Conditions of the Contract The Consultant shall administer the Contract for Construction according to the Conditions of the Contract; interpret the requirements of the Contract Documents; and advise MnDOT concerning performance of the Prime Construction Contractor. Page 14 of 20

19 The Consultant shall review and respond to written requests for information about the Contract Documents in writing with reasonable promptness. If appropriate, the Consultant shall prepare and issue supplemental Drawings and Specifications in response to requests for information Construction Documents Upon award of the Contract, the Consultant shall provide to the Prime Construction Contractor a complete digital Project Manual and Drawings set During the course of construction, the Consultant shall provide documentation of changes and modifications in a PDF digital file format to the Prime Construction Contractor for its use Pre-Construction Meeting Consultant shall schedule the Pre-Construction Meeting with MnDOT and the Prime Construction Contractor, selected Subcontractors and Suppliers MnDOT will manage the Pre-Construction Meeting Consultant shall prepare agenda and record minutes and distribute them to all attendees Construction Progress Meetings will be scheduled at the Pre-Construction Meeting Pre-Installation Meetings Consultant shall schedule the Pre-Installation Meetings with the Prime Construction Contractor, selected Subcontractors and Suppliers The Consultant will manage the Pre-Installation Meetings Consultant shall prepare agenda and record minutes and distribute them to all attendees Consultant s Observations of the Work The Consultant, and Sub-Consultants as needed, shall attend Construction Progress Meetings, record minutes and distribute them to all attendees The Consultant and Sub-Consultants shall visit the Site at intervals appropriate to the stage of construction, and as otherwise required, to become generally familiar with the progress and quality of the Work, and to determine, in general, if the Work observed will be in accordance with the Contract Documents when fully completed Upon receipt of the Contractor s Schedule for Construction, the Consultant and Sub-Consultants shall prepare and submit to MnDOT for approval a Schedule of Observations based upon critical activities and stages of the Work peculiar to each discipline The Consultant shall prepare and distribute Jobsite Observation Reports about the progress and quality of the portion of the Work in progress or completed The Consultant shall report to MnDOT: Known deviations from the Contract Documents Deviations from the most recent construction schedule submitted by the Contractor Defects and deficiencies observed in the Work The Consultant shall have the authority to reject Work that does not conform to the Contract Documents. Page 15 of 20

20 Whenever MnDOT considers it necessary or advisable, MnDOT may require inspection or testing of the Work in accordance with the provisions of the Contract Documents, whether or not such Work is fabricated, installed or completed Interpretations of the Contract Documents: The Consultant shall interpret and make recommendations to MnDOT regarding matters concerning performance under, and requirements of, the Contract Documents on written request of either MnDOT or Contractor Interpretations and recommendations of the Consultant shall be consistent with the intent of and reasonably inferable from the Contract Documents and shall be in writing or in the form of drawings When making such interpretations and recommendations, the Consultant shall endeavor to secure faithful performance by both MnDOT and the Contractor, and shall not show partiality to either Storm Water Pollution Prevention Plan The Consultant shall observe implementation of the Storm Water Pollution Prevention Plan (SWPPP) for compliance The Commissioning Plan The Consultant shall observe implementation of the Commissioning Plan for compliance Changes in the Work The Consultant may, with the concurrence of MnDOT, authorize minor Changes in the Work that are consistent with the intent of the Contract Documents and that do not involve an adjustment in the Contract Sum or an extension of the Contract Time The Consultant shall review all Requests for Substitutions and make recommendations to MnDOT regarding acceptance The Consultant shall prepare all Requests for Proposals and Construction Change Directives (CCD) for the Project MnDOT may, through Supplemental Agreement, authorize Changes in the Work that involve an adjustment in the Contract Sum or an extension of the Contract Time The Consultant shall issue revised Drawings and Specifications and prepare documentation required for Requests for Proposals, Construction Change Directives and Supplemental Agreements Submittals The Consultant shall review and approve or take other appropriate action upon the Contractor s submittals such as Shop Drawings, Product Data and Samples The Consultant will develop and maintain a Log of Submittals The Consultant s review is for the limited purpose of checking for conformance with requirements and the design concept expressed in the Contract Documents The Consultant s review is not for the purpose of determining the accuracy and completeness of other information which are the Contractor s responsibility Consultant shall retain two (2) record copies of each shop drawing and submittal for MnDOT If the Contract Documents specifically require the Contractor to provide professional design services or certifications by a design professional related to systems, materials or equipment, the Consultant shall review the submittals designed or certified by the design professional retained by the Contractor that bear such professional s seal and signature. Page 16 of 20

21 Mock-ups Consultant shall schedule review and approval of Mock-ups with the Prime Construction Contractor, selected Subcontractors and Suppliers The Consultant will manage the review and approval meetings Consultant shall record minutes and approval results and distribute them to all attendees Applications for Payment The Consultant shall review the Applications for Payment and recommend to MnDOT the amounts due the Contractor The Consultant s recommendation for payment shall constitute a representation to MnDOT, based on the Consultant s evaluation of the Work, that, to the best of the Consultant s knowledge, information and belief, the Work has progressed to the point indicated and that the quality of the Work is in accordance with the Contract Documents The Consultant shall forward to MnDOT all forms documenting Wage Rate Compliance submitted with the Applications for Payment Substantial Completion The Consultant and Sub-Consultants shall schedule a Pre-substantial Completion Inspection with MnDOT, the Prime Construction Contractor and selected Subcontractors to prepare a Punch List of Incomplete or Defective Items. The Consultant will prepare and distribute the Punch List to all parties The Consultant shall review implementation of the Commissioning Plan for compliance The Consultant shall schedule the Substantial Completion Inspection with MnDOT, all Sub-Consultants, the Prime Construction Contractor and selected Subcontractors to review status of items on the Punch List of Incomplete or Defective Items and determine the date of Final Completion The Consultant shall prepare the Certificate of Substantial Completion and forward to MnDOT and the Prime Construction Contractor for execution Contract Close-Out At the completion of the Project, the Consultant and Sub-Consultants shall prepare electronic As-built Drawings and Project Manual Prime Construction Contractor shall provide marked up documents from the Job Site for transfer to electronic As-built Drawings and Project Manual The Consultant shall provide MnDOT with one hard copy full size and one (CD) disk copy or external memory flashdrive of all electronic As-built Drawings and Project Manual The Consultant shall receive from the Prime Construction Contractor and forward to MnDOT, written warranties and related documents required by the Contract Documents as assembled by the Construction Contractor Consultant shall provide two (2) record copies of each shop drawing and submittal for MnDOT The Consultant shall review results of the Final Commissioning Tests for compliance and provide documentation of tests to MnDOT. Page 17 of 20

22 The Consultant shall schedule the 10-Month Inspection at approximately 10 months after the Date of Substantial Completion with MnDOT and the Prime Construction Contractor. The Consultant will prepare and distribute a final Punch List to all parties as necessary. 3.3 CONSTRUCTION CONTRACT ADMINISTRATION PHASE DELIVERABLES Electronic As-built Drawings and Project Manual Schedule of observations based upon critical activities and stages of the Work peculiar to each discipline Construction Progress Meeting Minutes Pre-Installation meeting Minutes Mock-up review and approval reports Jobsite Observation Reports Log of Submittals Project Documentation and Records End of Page 18 of 20

ADDENDUM NUMBER TWO (2)

ADDENDUM NUMBER TWO (2) Page 1 of 1 MINNESOTA DEPARTMENT OF TRANSPORTATION Office of Maintenance: Building Services Section ADDENDUM NUMBER TWO (2) ADDENDUM DATE: 1 November 2012 Request for Proposals for Designer Selection for

More information

AGREEMENT FOR PROFESSIONAL DESIGN SERVICES

AGREEMENT FOR PROFESSIONAL DESIGN SERVICES AGREEMENT FOR PROFESSIONAL DESIGN SERVICES This Professional Design Services (this "Agreement"), made as of 20 by and between the University of Cincinnati (the "University") by the Division of Administration

More information

Document Comparison. AIA Documents A134 2009 and A131CMc 2003

Document Comparison. AIA Documents A134 2009 and A131CMc 2003 Document Comparison AIA Documents A134 2009 and A131CMc 2003 AIA Document A134 2009 is in the right-hand column. Corresponding sections of AIA Document A131 CMc 2003 are in the left-hand column. Sections

More information

REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES (PS-0748-A) Appendix 1 Project Information. PS-0748-A Page 1 5/4/2016 Appendix 1

REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES (PS-0748-A) Appendix 1 Project Information. PS-0748-A Page 1 5/4/2016 Appendix 1 REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES (PS-0748-A) Project Information PS-0748-A Page 1 5/4/2016 Table of Contents Project Budget Worksheet Program Plan Project Location (Site Plan) Scope of Services

More information

Revised Work Scope Dated April 23 rd, 2015

Revised Work Scope Dated April 23 rd, 2015 Revised Work Scope Dated April 23 rd, 2015 2.4 SCOPE OF SERVICES The following combines the Scope of Services included in RFQ No. 671 dated March 12, 2015 and the Invitation to Interview letter dated March

More information

Notes. Score. 1 Basic Services 1.1. A few instances; could have been more proactive

Notes. Score. 1 Basic Services 1.1. A few instances; could have been more proactive Jacobs Contract performance Tracking spreadsheet = Excellent 2 = Meets performance standards 1 = Improvement needed 0= Unsatisfactory Report for the time period: Annual report 210 Total average score 2.86

More information

AGREEMENT BETWEEN OWNER AND ARCHITECT (Where Contractor is a Construction Manager at Risk)

AGREEMENT BETWEEN OWNER AND ARCHITECT (Where Contractor is a Construction Manager at Risk) AGREEMENT BETWEEN OWNER AND ARCHITECT (Where Contractor is a Construction Manager at Risk) This Agreement made as of the effective date set forth below. Between: Austin Community College District 9101

More information

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES. Responsibilities of Construction Manager Scope of Construction Manager s Basic Services

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES. Responsibilities of Construction Manager Scope of Construction Manager s Basic Services AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES Article I Article II Article III Article IV Article V Article VI Article VII Article VIII Article IX Responsibilities of Construction Manager Scope of Construction

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document 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 2014 (In words, indicate day, month and year.) BETWEEN the Architect s client identified

More information

Attachment 5 Electrical Engineering

Attachment 5 Electrical Engineering A. Phase 1, Preliminary Design: The CONSULTANT shall: Attachment 5 Electrical Engineering 1. Ascertain the requirements for each project through a meeting with the Capital Projects Division Manager or

More information

Request for Qualifications 2015-162

Request for Qualifications 2015-162 Kitsap County Human Services Department Request for Qualifications 2015-162 Architectural and Project Management Services - Kitsap County Work Release Facility Remodel Response Deadline: November 17, 2015

More information

Agreement between Owner and Architect

Agreement between Owner and Architect Agreement between Owner and Architect This AGREEMENT is made as of the - day of - in the year - BETWEEN the Owner: Drexel University - 3141 Chestnut Street - Philadelphia, Pa 19104 - - - and the Architect:

More information

TABLE OF CONTENTS. Article 1ARTICLE 1 -- ARCHITECT/ENGINEER S BASIC SERVICES

TABLE OF CONTENTS. Article 1ARTICLE 1 -- ARCHITECT/ENGINEER S BASIC SERVICES - Architect/Engineer sa/e Scope of Services (General Contracting Project) State of Ohio Professional Services Agreements for Public Facility Construction TABLE OF CONTENTS ARTICLE 1 - BASIC SERVICES...

More information

Note: All terms which are defined and which are used throughout this document appear in italicized text beginning with a CAPITAL letter.

Note: All terms which are defined and which are used throughout this document appear in italicized text beginning with a CAPITAL letter. SCHEDULE OF CONSULTANT S SERVICES Note: All terms which are defined and which are used throughout this document appear in italicized text beginning with a CAPITAL letter. Project (Insert name and description

More information

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 For PROJECT : Renovation and Repair of Atlanta Jewish Academy

More information

LOUISIANA CAPITAL IMPROVEMENT PROJECTS PROCEDURE MANUAL FOR DESIGN AND CONSTRUCTION

LOUISIANA CAPITAL IMPROVEMENT PROJECTS PROCEDURE MANUAL FOR DESIGN AND CONSTRUCTION LOUISIANA CAPITAL IMPROVEMENT PROJECTS PROCEDURE MANUAL FOR DESIGN AND CONSTRUCTION 1985 Edition INCLUDING ADDENDA ONE AND TWO M.J. AMike@ Foster, Jr. Governor Mark C. Drennen, Commissioner of Administration

More information

CONTRACT FOR DESIGN SERVICES. Appendix 2 Contract Documents Design Services. PS-0748-A Page 1 5/4/2016 Appendix 2

CONTRACT FOR DESIGN SERVICES. Appendix 2 Contract Documents Design Services. PS-0748-A Page 1 5/4/2016 Appendix 2 CONTRACT FOR DESIGN SERVICES Contract Documents Design Services PS-0748-A Page 1 5/4/2016 Table of Contents Design Services Contract Contract references Attachments described below that will be provided

More information

TOWN OF MILFORD REQUEST FOR QUALIFICATIONS DESIGNER SERVICES FOR LIBRARY ROOF REPLACEMENT

TOWN OF MILFORD REQUEST FOR QUALIFICATIONS DESIGNER SERVICES FOR LIBRARY ROOF REPLACEMENT TOWN OF MILFORD REQUEST FOR QUALIFICATIONS DESIGNER SERVICES FOR LIBRARY ROOF REPLACEMENT The Milford Board of Library Trustees, as the Awarding Authority, invites the submission of qualifications by responsible

More information

Exhibit C: Scope of Work and Schedule of Deliverables

Exhibit C: Scope of Work and Schedule of Deliverables Exhibit C: Scope of Work and Schedule of Deliverables Project Scope of Work Phases: A City Hall Envelope Renovations B City Hall Skylight Replacement C City Hall Chiller Replacement D City Hall Annex Plaza

More information

REQUEST FOR ARCHITECTURAL SERVICES (RFS)

REQUEST FOR ARCHITECTURAL SERVICES (RFS) REQUEST FOR ARCHITECTURAL SERVICES (RFS) For the Development of three parcels into affordable housing: Highland Ave Site, 9 Manahan Street in Chelmsford and 173 Carlisle Rd. in Westford CHOICE Inc., an

More information

REQUEST FOR PROPOSALS (RFP) - Construction Management Services. Germantown School District Office

REQUEST FOR PROPOSALS (RFP) - Construction Management Services. Germantown School District Office REQUEST FOR PROPOSALS (RFP) - Construction Management Services From: Germantown School District Project: Germantown School District Addition & Renovations to Rockfield Elementary School N132 W18473 Rockfield

More information

CITY COLLEGE OF SAN FRANCISCO May 2008 PROJECT INSPECTION SERVICES

CITY COLLEGE OF SAN FRANCISCO May 2008 PROJECT INSPECTION SERVICES REQUEST FOR QUALIFICATIONS Project Number 105A, 106A City College of San Francisco DSA - Inspector of Record Services for: Balboa Reservoir Development Site Work Academic Joint Use Facility (Revised 5/12/08)

More information

NORTH COLONIE CENTRAL SCHOOL DISTRICT 91 FIDDLERS LANE LATHAM, NEW YORK 12110-5349 INVITATION FOR CONSTRUCTION MANAGEMENT PROPOSALS

NORTH COLONIE CENTRAL SCHOOL DISTRICT 91 FIDDLERS LANE LATHAM, NEW YORK 12110-5349 INVITATION FOR CONSTRUCTION MANAGEMENT PROPOSALS NORTH COLONIE CENTRAL SCHOOL DISTRICT 91 FIDDLERS LANE LATHAM, NEW YORK 12110-5349 INVITATION FOR CONSTRUCTION MANAGEMENT PROPOSALS The North Colonie Central School District invites your firm to submit

More information

EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF ARCHITECT TABLE OF CONTENTS

EXHIBIT 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 information

REQUEST FOR PROPOSAL FOR ARCHITECTURAL DESIGN SERVICES. The Battery Conservancy

REQUEST FOR PROPOSAL FOR ARCHITECTURAL DESIGN SERVICES. The Battery Conservancy REQUEST FOR PROPOSAL FOR ARCHITECTURAL DESIGN SERVICES The Battery Conservancy Issue Date: March 23, 2012 Responses Due: April 20, 2012 Introduction The Battery Conservancy ( TBC ) is a 501(c)(3) not-for-profit

More information

ARCHITECTURAL SERVICES AGREEMENT

ARCHITECTURAL SERVICES AGREEMENT ARCHITECTURAL SERVICES AGREEMENT This AGREEMENT is made and entered into this 10th day of May in the year 2013 by and between the ST. HELENA UNIFIED SCHOOL DISTRICT, hereinafter referred to as DISTRICT,

More information

REQUEST FOR PROPOSAL MECHANICAL, ELECTRICAL, PLUMBING ENGINEERING SERVICES VARIOUS BUILDING RENOVATIONS AND NEW CONSTRUCTION

REQUEST FOR PROPOSAL MECHANICAL, ELECTRICAL, PLUMBING ENGINEERING SERVICES VARIOUS BUILDING RENOVATIONS AND NEW CONSTRUCTION REQUEST FOR PROPOSAL For MECHANICAL, ELECTRICAL, PLUMBING ENGINEERING SERVICES For VARIOUS BUILDING RENOVATIONS AND NEW CONSTRUCTION CITY OF ROCHESTER November 2009 TABLE OF CONTENTS GENERAL INFORMATION

More information

AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER

AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER Project: BT Project Name: Architect/Engineer: April 2016 Edition AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER This Agreement Between Owner and Architect/Engineer

More information

GEORGETOWN PUBLIC SCHOOLS REQUEST FOR PROPOSALS. Perley Elementary School Roof Replacement Project DESIGN SERVICES

GEORGETOWN PUBLIC SCHOOLS REQUEST FOR PROPOSALS. Perley Elementary School Roof Replacement Project DESIGN SERVICES GEORGETOWN PUBLIC SCHOOLS REQUEST FOR PROPOSALS Perley Elementary School Roof Replacement Project DESIGN SERVICES The Georgetown School Committee seeks proposals for Design Services in connection with

More information

PROJECT MANUAL INCLUDING SPECIFICATIONS FOR OXNARD SCHOOL DISTRICT EDUCATIONAL SERVICE CENTER DATA ROOM ALTERATION. Oxnard, CA

PROJECT MANUAL INCLUDING SPECIFICATIONS FOR OXNARD SCHOOL DISTRICT EDUCATIONAL SERVICE CENTER DATA ROOM ALTERATION. Oxnard, CA PROJECT MANUAL INCLUDING SPECIFICATIONS FOR OXNARD SCHOOL DISTRICT Oxnard, CA Client Project Number: ARCHITECT MVE INSTITUTIONAL, INC. 3 MacArthur Place, Suite 850 Santa Ana, CA 92707 Telephone: 949.809.3380

More information

How To Get Construction Procurement Services

How To Get Construction Procurement Services Construction Procurement William C. Charvat, AIA, CSI Excerpt from The Architect s Handbook of Professional Practice, 13th edition 2000 The procurement of construction services brings together the team

More information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information Memorandum Important information related to requirements of state or local laws to include additional provisions in residential construction contracts Potentially Affected AIA Contract Documents AIA Document

More information

AGREEMENT BETWEEN OWNER AND PROFESSIONAL (FOR USE ON CONSTRUCTION MANAGEMENT PROJECTS)

AGREEMENT BETWEEN OWNER AND PROFESSIONAL (FOR USE ON CONSTRUCTION MANAGEMENT PROJECTS) BUSINESS AFFAIRS FACILITIES PLANNING AND CONSTRUCTION (FOR USE ON CONSTRUCTION MANAGEMENT PROJECTS) This Agreement between Owner and Professional (the Agreement ) is made and entered into this day of Month,

More information

Post Occupancy Evaluation (POE) Technical Instructions

Post Occupancy Evaluation (POE) Technical Instructions 1.0 Purpose These technical instructions define the typical steps required by HHS personnel in the use of the. The POE consists of a detailed and systematic assessment of a facility that is operational

More information

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 Sealed bids are due by 10:30 am on Friday, January 30, 2015 Bid Specs are

More information

THE GLOCESTER SCHOOL DEPARTMENT Request for Proposals G-2015-01 Architectural Services RIDE 5 Year Capital Plan

THE GLOCESTER SCHOOL DEPARTMENT Request for Proposals G-2015-01 Architectural Services RIDE 5 Year Capital Plan The Glocester School Department is accepting sealed proposals for Architectural Services RIDE 5 Year Capital Plan. Proposals for Architectural Services -RIDE 5 Year Capital Plan are due at the Treasurer

More information

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES. Part I: Proposal Information

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES. Part I: Proposal Information REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES Part I: Proposal Information A. General Information The Berwick Area School District is soliciting proposals for construction management services

More information

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT The WALTON COUNTY SCHOOL DISTRICT will receive

More information

Sample Company SECTION 019113 GENERAL COMMISSIONING REQUIREMENTS PART 1 GENERAL 1.1 SUMMARY AND CONTRACT RESPONSIBILITIES

Sample Company SECTION 019113 GENERAL COMMISSIONING REQUIREMENTS PART 1 GENERAL 1.1 SUMMARY AND CONTRACT RESPONSIBILITIES SECTION 019113 GENERAL COMMISSIONING REQUIREMENTS PART 1 GENERAL 1.1 SUMMARY AND CONTRACT RESPONSIBILITIES A. The Owner will contract separately and directly for the majority of the commissioning work

More information

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER RFP #2016-02 REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES FOR SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER RELEASE DATE: January 29, 2016 DUE DATE: February

More information

CITY OF BELL PROFESSIONAL CONSULTING SERVICES FOR ROOF REPAIRS TO CITY OWNED FACILITIES

CITY OF BELL PROFESSIONAL CONSULTING SERVICES FOR ROOF REPAIRS TO CITY OWNED FACILITIES CITY OF BELL 6330 PINE AVENUE BELL, CA 90201 PH: (323) 588-6211 FAX: (323) 771-9473 CITY OF BELL PROFESSIONAL CONSULTING SERVICES FOR ROOF REPAIRS TO CITY OWNED FACILITIES I. INTRODUCTION City of Bell

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document 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 th day of in the year 2014 (In words, indicate day, month and year.) BETWEEN the Architect s client

More information

Mandatory Addendum to the Owner/Architect Contract For Projects Funded in Whole or in Part with State Capital Outlay Funds

Mandatory Addendum to the Owner/Architect Contract For Projects Funded in Whole or in Part with State Capital Outlay Funds Page 1 of 5 Mandatory Addendum to the Owner/Architect Contract For Projects Funded in Whole or in Part with State Capital Outlay Funds The Owner may use any form of agreement mutually agreed upon by the

More information

MASTER AGREEMENT CONSTRUCTION MANAGEMENT SERVICES

MASTER AGREEMENT CONSTRUCTION MANAGEMENT SERVICES MASTER AGREEMENT CONSTRUCTION MANAGEMENT SERVICES This Master Agreement made this 11 day of December, 2012, by and between the St. Lucie County School Board (hereinafter referred to as the School Board

More information

Animal Health Center for Reid Park Zoo, Tucson, Arizona

Animal Health Center for Reid Park Zoo, Tucson, Arizona Reid Park Zoological Society Request for Qualifications Professional Architectural and Engineering Services for Animal Health Center for Reid Park Zoo, Tucson, Arizona SUBMITTAL DUE DATE: March 21, 2014

More information

THIS AGREEMENT is made effective as of this day of in the year of.

THIS AGREEMENT is made effective as of this day of in the year of. STANDARD FORM OF CONSTRUCTION MANAGEMENT AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER (Where the basis of payment is Cost of the Work with a guaranteed maximum price) THIS AGREEMENT is made effective

More information

Invitation to Bid FIRE ALARM & DETECTION SYSTEM

Invitation to Bid FIRE ALARM & DETECTION SYSTEM Invitation to Bid FIRE ALARM & DETECTION SYSTEM Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066

More information

Request for Proposal Permitting Software

Request for Proposal Permitting Software Request for Proposal Permitting Software Date Issued: October 7, 2015 Proposals Due no later than: 2:00pm EST on November 10, 2015 Page 1 of 10 Revised 10/5/2015 TABLE OF CONTENTS Section I Introduction

More information

CAD Standards Guideline For Facility Documentation and Construction Projects

CAD Standards Guideline For Facility Documentation and Construction Projects CAD Standards Guideline For Facility Documentation and Construction Projects Page 1 of 12 Table of Contents A. Software B. CAD Methods 1. Layer Standards 2. Font 3. Lineweights 4. External References 5.

More information

ELECTRICAL CONTRACTORS THE UNIVERSITY OF TENNESSEE KNOXVILLE, TENNESSEE SECTION 16050 PAGE 1

ELECTRICAL CONTRACTORS THE UNIVERSITY OF TENNESSEE KNOXVILLE, TENNESSEE SECTION 16050 PAGE 1 KNOXVILLE, TENNESSEE SECTION 16050 PAGE 1 PART 1 - GENERAL 1.01 RELATED DOCUMENTS: SECTION 16050 A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1

More information

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS DATE RFQ RELEASED July 13, 2013 1 PURPOSE OF THIS REQUEST FOR

More information

GUIDELINES FOR AUGUST 1995

GUIDELINES FOR AUGUST 1995 GUIDELINES FOR ELECTRICAL ENGINEERING SERVICES AUGUST 1995 PUBLISHED BY: PROFESSIONAL ENGINEERS AND GEOSCIENTISTS OF NEWFOUNDLAND & LABRADOR (PEGNL) P.O. Box 21207, St. John's, NL A1A 5B2 Telephone: (709)

More information

Design Development Quality Management Phase Checklist Project Phase Checklist Series

Design Development Quality Management Phase Checklist Project Phase Checklist Series Best Practices Design Checklist Project Phase Checklist Series Contributed by Micheal J. Lough, AIA, Principal, Integral Consulting The AIA collects and disseminates Best Practices as a service to AIA

More information

Construction Management At-Risk

Construction Management At-Risk Oconee County Schools P.O. Box 146, 34 School Street Watkinsville, GA 30677 706-769-5130 706-769-3513 REQUEST FOR PROPOSALS ISSUE DATE: March 10, 2016 RFP REF: Construction Management At-Risk Construction

More information

TruexCullins Architecture Fairfield Center School Bid Documents Kitchen and Bathroom Renovation March 1, 2015

TruexCullins Architecture Fairfield Center School Bid Documents Kitchen and Bathroom Renovation March 1, 2015 Fairfield Center School Kitchen and Bathroom Renovation Project Specifications Owner: Fairfield Center School, 57 Park Street, Fairfield VT 05455 Franklin Central Supervisory Union, 28 Catherine Street,

More information

Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN

Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN The Delmar School District (DSD) is seeking the professional services of a Construction Management (CM) firm for the

More information

CAD Standards Guideline For Facility Documentation and Construction Projects

CAD Standards Guideline For Facility Documentation and Construction Projects CAD Standards Guideline For Facility Documentation and Construction Projects Implemented March 2010 Page 1 of 9 Table of Contents A. Software B. CAD Methods 1. Layer Standards 2. Font 3. Lineweights 4.

More information

EXAM GUIDE. Construction Documents & Services

EXAM GUIDE. Construction Documents & Services RE EXAM GUIDE Construction Documents & 2 Knowledge / 3 5 Choice Answers 15 16 Sample Passing Solution 18 Sample Failing Solution 19 20 Copyright 2015 This document, effective August 2015, supersedes all

More information

Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation

Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation Purpose The purpose of this Request for Proposal (RFP) is to invite prospective vendors to submit a proposal to supply

More information

City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308

City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308 City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308 PURPOSE: The purpose for this specification is to establish a 36 month service contract for maintenance and

More information

Members, Council of Presidents. Advertisements for Architect/Engineer and Construction Manager Services and Calls for Bid

Members, Council of Presidents. Advertisements for Architect/Engineer and Construction Manager Services and Calls for Bid July, 2003 MEMORANDUM UCF-05.01-07/03 TO: Members, Council of Presidents FROM: SUBJECT: Advertisements for Architect/Engineer and Construction Manager Services and Calls for Bid AUTHORITY: Sections 240.209(3)(p),

More information

AGREEMENT FOR DESIGN/BUILD SERVICES WITH GUARANTEED MAXIMUM PRICE

AGREEMENT FOR DESIGN/BUILD SERVICES WITH GUARANTEED MAXIMUM PRICE BUSINESS AFFAIRS PLANNING, DESIGN & CONSTRUCTION AGREEMENT FOR DESIGN/BUILD SERVICES WITH GUARANTEED MAXIMUM PRICE THIS AGREEMENT FOR DESIGN/BUILD SERVICES (the Agreement ) is made and entered into this

More information

N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP")

N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS (RFP) N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP") January 7, 2016 N.I.C.E. Community School District A. Instructions REQUEST FOR PROPOSAL FOR PRELIMINARY

More information

ALABAMA STATE DEPARTMENT OF EDUCATION

ALABAMA STATE DEPARTMENT OF EDUCATION ALABAMA STATE DEPARTMENT OF EDUCATION CONSTRUCTION REQUIREMENTS FOR COUNTY AND CITY PUBLIC SCHOOLS PROJECTS TOTALLY FUNDED WITH LOCAL FUNDS AND SUBMITTAL OF ALL PLANS AND SPECIFICATIONS Thomas R. Bice,

More information

CONSTRUCTION MANAGER-AT-RISK AGREEMENT. between. Houston Independent School District. and. [insert legal name of firm] for

CONSTRUCTION MANAGER-AT-RISK AGREEMENT. between. Houston Independent School District. and. [insert legal name of firm] for DRAFT CONSTRUCTION MANAGER-AT-RISK AGREEMENT between Houston Independent School District and [insert legal name of firm] for [insert name of school or project] CONSTRUCTION MANAGER-AT-RISK AGREEMENT TABLE

More information

THE TEXAS STATE UNIVERSITY SYSTEM OWNER /ARCHITECT-ENGINEER AGREEMENT. (Construction Manager-At-Risk)

THE TEXAS STATE UNIVERSITY SYSTEM OWNER /ARCHITECT-ENGINEER AGREEMENT. (Construction Manager-At-Risk) Please note that this document is a draft contract and that modifications should be expected. THE TEXAS STATE UNIVERSITY SYSTEM OWNER /ARCHITECT-ENGINEER AGREEMENT (Construction Manager-At-Risk) THIS AGREEMENT

More information

BIDDING REQUIREMENTS, CONTRACT FORMS, CONDITIONS OF CONTRACT

BIDDING REQUIREMENTS, CONTRACT FORMS, CONDITIONS OF CONTRACT BIDDING REQUIREMENTS, CONTRACT FORMS, CONDITIONS OF CONTRACT 1. General Information 1.1. Preparation of Bidding Documents: The owner s representative shall provide master documents (these documents are

More information

Moyer Heavy Use Area Project Hollenback Township Luzerne County, PA. Bid Package. Contracting Officer: Joshua Longmore, District Manager 570-674-7991

Moyer Heavy Use Area Project Hollenback Township Luzerne County, PA. Bid Package. Contracting Officer: Joshua Longmore, District Manager 570-674-7991 Moyer Heavy Use Area Project Hollenback Township Luzerne County, PA Bid Package Contracting Officer: Joshua Longmore, District Manager 570-674-7991 1. PROPOSALS INSTRUCTIONS TO BIDDERS A. The Drawings

More information

Request for Proposal Architectural/Engineering Services. Adapt/SouthRiver CHC. P a g e 1

Request for Proposal Architectural/Engineering Services. Adapt/SouthRiver CHC. P a g e 1 P a g e 1 Request for Proposal Architectural/Engineering Services Adapt/SouthRiver CHC RFP for Architectural/Engineering Services P a g e 2 Introduction (SRCHC), a Federally Qualified Health Center, is

More information

BUILDING PERMIT APPLICATION APPLICABLE TO CITY LIMITS AND ETJ CHAPTER 18, General

BUILDING PERMIT APPLICATION APPLICABLE TO CITY LIMITS AND ETJ CHAPTER 18, General BUILDING PERMIT APPLICATION APPLICABLE TO CITY LIMITS AND ETJ CHAPTER 18, General Property Address: Property Owner: Lot: Block: Subdivision: Lot Size: Scope of Work: Note: Please attach copies of all general

More information

Request for Proposal East Tower Nursing Unit and Infrastructure Upgrade Grossmont Hospital

Request for Proposal East Tower Nursing Unit and Infrastructure Upgrade Grossmont Hospital Request for Proposal East Tower Nursing Unit and Infrastructure Upgrade Grossmont Hospital June 21, 2007 The Grossmont Healthcare District (GHD) will accept proposals for Architectural and Engineering

More information

REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING SERVICES ELECTRICAL ENGINEERING SERVICES MECHANICAL ENGINEERING SERVICES STRUCTURAL ENGINEERING SERVICES

REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING SERVICES ELECTRICAL ENGINEERING SERVICES MECHANICAL ENGINEERING SERVICES STRUCTURAL ENGINEERING SERVICES REQUEST FOR QUALIFICATIONS ANNUAL CONTRACT FOR CIVIL ENGINEERING SERVICES ELECTRICAL ENGINEERING SERVICES MECHANICAL ENGINEERING SERVICES STRUCTURAL ENGINEERING SERVICES CONSTRUCTION PROJECTS NOT TO EXCEED

More information

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m.

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m. Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 contractingservices@seattleschools.org REQUEST FOR PROPOSAL NO. RFP09503

More information

1. Upon receipt of a signed Budgetary Estimate, including an index number, the work of creating a Project begins as follows:

1. Upon receipt of a signed Budgetary Estimate, including an index number, the work of creating a Project begins as follows: Project Development Revised 4/17/13 Process PROJECT INITIATION PHASE 1. Upon receipt of a signed Budgetary Estimate, including an index number, the work of creating a Project begins as follows: PRE-DESIGN

More information

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES ISSUED BY: INGLEWOOD UNIFIED SCHOOL DISTRICT Issued: November 20, 2015 Due: December 18, 2015 SCHEDULE OF EVENTS INGLEWOOD UNIFIED SCHOOL

More information

Independent School District No. 1 Strive Achieve Succeed Go Beyond Lewiston, Idaho

Independent School District No. 1 Strive Achieve Succeed Go Beyond Lewiston, Idaho Independent School District No. 1 Strive Achieve Succeed Go Beyond Lewiston, Idaho REQUEST FOR QUALIFICATIONS Independent School District No. 1, Lewiston, Idaho ( District ) is seeking responses from individuals

More information

Construction Management Standards of Practice

Construction Management Standards of Practice Construction Management Standards of Practice 2010 Edition Advancing Professional Construction/ Program Management Worldwide. 7926 Jones Branch Drive, Suite 800 McLean, VA 22102-3303 USA 703.356.2622 703.356.6388

More information

Volume II- Project Development Processes

Volume II- Project Development Processes Volume II- Project Development Processes This section outlines the procedures that are expected of capital projects at The University of Chicago. These requirements supplement the planning procedures required

More information

AGREEMENT BETWEEN THE BOARD OF REGENTS OF THE TEXAS A&M UNIVERSITY SYSTEM AND EVOLVE INFRASTRUCTURE SOLUTIONS, LLC, DESIGN-BUILD CONTRACTOR

AGREEMENT BETWEEN THE BOARD OF REGENTS OF THE TEXAS A&M UNIVERSITY SYSTEM AND EVOLVE INFRASTRUCTURE SOLUTIONS, LLC, DESIGN-BUILD CONTRACTOR DB-BIM Contract No. 5890 07/14 Project No. 02-3210 AGREEMENT BETWEEN THE BOARD OF REGENTS OF THE TEXAS A&M UNIVERSITY SYSTEM AND EVOLVE INFRASTRUCTURE SOLUTIONS, LLC, DESIGN-BUILD CONTRACTOR 1 DB-BIM Contract

More information

This request for qualifications seeks the following type of service providers:

This request for qualifications seeks the following type of service providers: ANNOUNCEMENT REQUEST FOR STATEMENT OF QUALIFICATIONS NOTICE SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES DESIGN AND CONSTRUCTION ARCHITECTURAL SERVICES The San Francisco Unified School District Facilities,

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS ADVERTISEMENT FOR BIDS Bids will be received at the office of the Niles City School District, 100 West Avenue, Niles, Ohio, 44446 until 12:00 PM on Friday, March 22, 2013 and will be opened and read immediately

More information

Manage Deliverables - Construction Step 6. July 12, 2012

Manage Deliverables - Construction Step 6. July 12, 2012 Manage Deliverables - Construction Step 6 July 12, 2012 Project Management Concept Step 1: Needs Development Step 2: Scope Development Step 3: Procurement of Design Team Step 4: Design Step 5: Bid/Procurement

More information

DGS-30-300 (VCCS Rev. 04/15) Page 1 of 7 REQUEST FOR PROPOSALS

DGS-30-300 (VCCS Rev. 04/15) Page 1 of 7 REQUEST FOR PROPOSALS (VCCS Rev. 04/15) Page 1 of 7 REQUEST FOR PROPOSALS Issue Date: July 10, 2015 RFP: LFCC-F-18161AE Title: Virginia Community College System Lord Fairfax Community College, Fauquier Campus Construct Academic

More information

AGREEMENT BETWEEN OWNER AND ARCHITECT/ ENGINEER

AGREEMENT BETWEEN OWNER AND ARCHITECT/ ENGINEER AGREEMENT BETWEEN OWNER AND ARCHITECT/ ENGINEER Project Name: Continuing Services Architect/Engineer: April 2016 Edition AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER This Agreement Between Owner and

More information

City of Royal Oak. Request for Proposal (RFP) Building Energy Efficiency Retrofits. on a Performance Contracting Basis

City of Royal Oak. Request for Proposal (RFP) Building Energy Efficiency Retrofits. on a Performance Contracting Basis City of Royal Oak Request for Proposal (RFP) on a Performance Contracting Basis under the Energy Efficiency Block Grant (EECBG) Program Contract No. ITB-SBP-PLAN-11-002 Request for Proposal (RFP) on a

More information

THE TOWN OF NORTH SMITHFIELD

THE TOWN OF NORTH SMITHFIELD THE TOWN OF NORTH SMITHFIELD SPECIFICATIONS FOR REQUEST FOR PROPOSALS FOR EMERGENCY PLANNING, DISASTER RECOVERY, DEBRIS MANAGEMENT, AND HAZARD MITIGATION PROGRAM SERVICES SEPTEMBER 2014 FINANCE DIRECTOR

More information

PRIME CONSULTANT SERVICES

PRIME CONSULTANT SERVICES GUIDELINES FOR Professional Engineers providing PRIME CONSULTANT SERVICES 1.0 INTRODUCTION 1.1 PURPOSE OF GUIDELINES The "Guidelines for Professional Engineers providing Prime Consultant Services" have

More information

Eanes Independent School District

Eanes Independent School District EANES INDEPENDENT SCHOOL DISTRICT 601 Camp Craft Road Austin, Texas 78746 Request for Qualifications Construction Manager at Risk Services Eanes Independent School District Construct a District Operations

More information

Request of Qualification Proposal for Construction Management Services

Request of Qualification Proposal for Construction Management Services Request of Qualification Proposal for Construction Management Services Dated June 10, 2014 Table of Contents Overview 3 Introduction 4 Scope of Construction Managers Services 4 Submission of Qualifications

More information

INTERIOR DESIGN/PROGRAMMING GOVERNOR S MANSION CARRIAGE HOUSE IMPROVEMENTS

INTERIOR DESIGN/PROGRAMMING GOVERNOR S MANSION CARRIAGE HOUSE IMPROVEMENTS STATE OF UTAH - DEPARTMENT OF ADMINISTRATIVE SERVICES Division of Facilities Construction and Management DFCM Solicitation for Architect / Engineer Services Value Based Selection Method July 27, 2007 INTERIOR

More information

North Central Texas College Board of Regents Meeting October 20, 2014. Consideration of Approving Fees for Owner s Representative

North Central Texas College Board of Regents Meeting October 20, 2014. Consideration of Approving Fees for Owner s Representative North Central Texas College Board of Regents Meeting October 20, 2014 AGENDA ITEM: Consideration of Approving Fees for Owner s Representative At the December, 2013, meeting of the Board of Regents, the

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ARTICLE 1 PROPOSAL REQUIREMENTS AND CONDITIONS 1.1 Contract Documents The documents that comprise the Contract Documents are set forth in the Agreement and the definition of "Contract

More information

TRANSMITTAL: Request for Qualifications

TRANSMITTAL: Request for Qualifications TRANSMITTAL: Request for Qualifications To: Architect or Interior Design Firm Sent Via: N/A From: David Yoo Date: N/A Re: Request for Architect or Interior Design Qualification Pages: (47) Pages Grady

More information

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas Request For Proposal Furnish Schneider Business Park Signs Design Build Services For the Cibolo Economic Development Corporation Cibolo, Texas The City of Cibolo, Texas Economic Development Corporation

More information

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR) REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR) For the Project: CITY OF KATY NEW KATY FIRE STATION #2 Issued: August 13, 2015 Katy Fire Station #2 August 13, 2015 Page 1 of 17 Request

More information

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE SPECIFICATIONS AND BID FORMS FOR RFP VOICE OVER IP PHONE SYSTEM MANDATORY WALK-THRU ON THURSDAY, MARCH 13 th from 1:00 P.M. to 3:00 P.M. LOCATION TO BE DETERMINED. BID: #14-012- BOE Due on or before 11:00

More information

Construction Management Agency (CMa) Services Request for Qualifications Hermantown Schools ISD #700

Construction Management Agency (CMa) Services Request for Qualifications Hermantown Schools ISD #700 Construction Management Agency (CMa) Services Request for Qualifications Hermantown Schools ISD #700 Response Due: February 21, 2014 4:00 PM Submit to: Brad Johnson, Superintendent Hermantown Schools ISD

More information

2012 BIM Guidelines and Standards (Rev. 00) University at Albany

2012 BIM Guidelines and Standards (Rev. 00) University at Albany A. Building Information Modeling (BIM) Guidelines: The Office of AECM will require the submission of BIM modeling files as part of an electronic file submission to the AECM project manager as requested

More information

Request for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE

Request for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE Request for Quote Inland Lakes School Indian River, Michigan For Phone System BID PACKAGE The deadline for sealed bids is May 26, 2016 at 12:00 PM at the following location: Inland Lakes School 4363 South

More information

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 Bill.Kroll@snco.us

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 Bill.Kroll@snco.us SECTION I Shawnee County is requesting qualifications/proposals for the renovation of 2600 SW East Circle Drive, Topeka, Kansas 66606 which will be utilized by the Shawnee County Health Agency per the

More information