CONSTRUCTION MANAGER/GENERAL CONTRACTOR SERVICES 1: 20, 2015 TABLE OF CONTENTS 1.0 GENERAL INFORMATION

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

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

Construction Management At-Risk

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

GENERAL CONTRACTOR / CONSTRUCTION MANAGER SERVICES

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

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

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

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

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

REQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS DELIVER SEALED PROPOSALS TO:

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

GREENBURGH CENTRAL SCHOOL DISTRICT No. 7 REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES

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

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

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents

Eanes Independent School District

Request for Qualifications (Design-Build Contract) State of Ohio Standard Forms and Documents

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

Mid Michigan Community College

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

QSP INFORMATION AT A GLANCE

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSTRUCTION MANAGEMENT SERVICES

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

ADVERTISEMENT FOR BIDS

REQUEST FOR PROPOSALS

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

Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents

Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents

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

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

ATTACHMENT A. Ozarks Technical Community College Pre-Established Criteria for Construction Management and Design Build Construction Projects

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

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER-AT-RISK

IDALIA SCHOOL DISTRICT RJ-3 REQUEST FOR QUALIFICATIONS (RFQ) CONSTRUCTION MANAGEMENT/GENERAL CONTRACTING (CM/GC) SERVICES DECEMBER 14, 2011

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

Capital Projects Construction Manager At-Risk (CMR) Guaranteed Maximum Price (GMP) Best Value Selection Procedure Manual

FABENS INDEPENDENT SCHOOL DISTRICT FABENS, TEXAS. REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES Risk) FOR

Request for Qualifications & Proposal. Architectural Team. Lake County School District R-1. On-Call Services. For

REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES Various Projects RFQ/RFP No

REQUEST FOR PROPOSAL Procurement of Landscaping Services

Warner Robins Housing Authority

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY ARCHITECTURAL SERVICES RELATED TO THE HADDONFIELD LIBRARY REQUEST FOR PROPOSAL

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

ON-TIME AND ON-BUDGET: KEY ISSUES IN NEGOTIATING CONSTRUCTION CONTRACTS

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

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

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

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

MT. SAN ANTONIO COMMUNITY COLLEGE DISTRICT

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

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

Purchases from $750 $1,500 requires 3 Verbal Quotes. Purchases from $1,501 $24,999 requires 3 Written Quotes

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES. PASSENGER SCREENING CHECKPOINT CONSOLIDATION PROJECT PROJECT No.

Fire Damage Repairs, 2510 Burton Street

THE TOWN OF NORTH SMITHFIELD

Merchant Account Services

Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents

Adrian Public Schools

Village of Nakusp RFQ Source Protection Plan

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

Canterbury Park Pool Chamber Replacement

Robla School District

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA

REQUEST FOR QUALIFICATIONS PROJECT / PROGRAM MANAGEMENT CONSULTANT

St. Andrews Public Service District

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT Request for Qualification

CITY OF COMMERCE CITY BID BOND

Request for Proposal Permitting Software

Atrium Skylight Repair Carleton Lodge

Request for Qualifications. Owner s Project Manager. Design and Construction of a New School Facility. K~8 Charter School

RESOLUTION NO

NOTICE TO POTENTIAL BIDDERS

Sidewalk Rehabilitation Program

NOTICE TO CM/GC Companies

Norsouth Construction Company of Georgia, Inc. Bid Information and Requirements To Whom it May Concern:

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

MCR Health Services Inc. Request for Proposal For Air Conditioning Unit Replacement Authorized Vendor

Request of Qualification Proposal for Construction Management Services

Warner Robins Housing Authority

Memorandum Potentially Affected AIA Contract Documents AIA Document A AIA Document B Important Information

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

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

Transcription:

Request for Proposal CONSTRUCTION MANAGER/GENERAL CONTRACTOR SERVICES for the Clark Atlanta University Brawley Hall Phase 1: Fourth Floor Interior Improvements April 20, 2015 TABLE OF CONTENTS 1.0 GENERAL INFORMATION 1.1a Invitation to Bid 1.1 Background 1.2 Budget 1.3 Scope of Work 1.4 Location 1.5 Contacts 1.6 Schedule of Events 1.7 Proposal Deadlines 1.8 Documents 1.9 Selection Criteria 1.10 Insurance & Bonding 2.0 PROPOSAL SUBMITTAL REQUIREMENTS 2.1 Requirements 2.2 Proposal Form 2.3 General Conditions Spreadsheet (.xls format) 3.0 ATTACHMENTS 3.1 Construction Documents for the Brawley Hall Phase 1: Fourth Floor Interior Improvements project (.pdf format) 3.2 General Conditions and Fees Worksheet (.xls format) 3.3 Sample Contract Forms

GENERAL INFORMATION 1.1A INVITATION TO BID REFERENCE: Brawley Hall Phase 1: Fourth Floor Interior Improvements Sealed bids for the Brawley Hall Phase 1: Fourth Floor Interior Improvements project will be received by the Clark Atlanta University (CAU) Office for Business Services, Atlanta, GA, 30314, until Friday, May 08, 2015 at 2:00 p.m. CAU shall not be responsible for bids that are not received at the specific office location indicated by the above stated deadline. It is the bidder s responsibility to ensure adequate lead times are allowed for delivery. A Pre-bid meeting will be held on Wednesday, April 22, 2015 at 1:00 p.m. at the Brawley Hall Residential Dormitory, 67 James P. Brawley Drive, Atlanta, GA. 30314. (There is no parking at the resident hall. The CAU Parking Deck is located on the corner of Mildred and Atlanta Student Movement Boulevard. See attached campus map for exact location). Prices will be F.O.B. DELIVERED and INSTALLED, Clark Atlanta University, 223 James P. Brawley Drive, S.W., Atlanta, GA 30314. Prices must be firm. No bids will be accepted on the basis of price prevailing at time of shipment. Awards will be made to the lowest responsible bidder on an item by item or a total package basis, whichever is best for the University. Brand or trade names on the front end documents are used for identification purposes only; however, any deviation from them must have prior written approval. No bid shall be withdrawn for a period of forty five (45) days after the bid opening date without the consent of CAU. The following contract documents are included as part of this Invitation to Bid: INVITATION TO BID REQUEST FOR QUALIFICATIOND AND PROPOSAL SCOPE OF WORK BID PROPOSAL FORM FEE & GC WORKSHEET - GENERAL SPECIFICATIONS Bid package documents are distributed electronically. Bidders are reminded of the following: All questions during the bidding period should be referred to Bonita Dukes, AVP for Business Services, and shall be submitted via e-mail at bdukes@cau.edu no later than 2:00 p.m., Friday, May 01, 2015. The Proposal Form must be filled out completely. Bids must be complete and include all work in accordance with the bid documents. Bids are to include the cost of 100% Performance and 100% Labor and Material Payment Bond. Bids are to include the cost of insurance. Clark Atlanta University will hold the Contract Agreement with the successful General Contractor. Sincerely, Bonita Dukes Associate Vice President for Business Services Clark Atlanta University 223 James P. Brawley Drive Atlanta, GA 30314 404.880.8490 bdukes@cau.edu Q:\2014-15CAU Projects\Brawley Phased Improvements\Contractor\Brawley Interior Improvements_RFP.docx 2

GENERAL INFORMATION 1.1 BACKGROUND Clark Atlanta University (CAU) has approved funding and intends to design and renovate portions of the fourth floor resident suites of Brawley Hall. The fourth floor interior improvements is the 1 st phase of a 4- Phased project and will consist of new flooring, cabinetry, painting, appliances and furniture in the residential suites. Furniture, new blinds and appliances will be provided by owner and contractor installed. Please see plans for complete scope of work. CAU has retained the services of The Sizemore Group to design and provide specifications for the Project. The Owner is requesting proposals from CM/GCs who have proven experience with projects similar in scope and complexity, sustainable building practices, and high quality construction for preconstruction and construction services.. 1.2 BUDGET The construction budget for the project is $250,000. 1.3 SCOPE OF WORK The scope of services will include immediate pre-construction services through completion of construction and punch list/warranty work. The scope includes, but is not necessarily limited to: 1. Review the Owner s needs, goals and requirements; 2. Assist the project team in the preparation of a construction schedule for the project. Maintain a specific CPM schedule for the construction phase of the project. Identify planned milestones and major events as necessary; 3. Assist the project team in defining project costs and major cost variables. Prepare and maintain a detailed project construction budget during the design phases; a. Permit - not needed; b. Provide cost comparisons of alternate construction systems and materials. Provide recommendations to the design team for value engineering options and economies where appropriate. Analyze proposed materials and building systems with respect to quality, availability and price; c. Prepare a trade by trade construction cost estimate based upon the Construction Document drawings. Be prepared to convert estimate to a Guaranteed Maximum Price (GMP); d. Prepare a final detailed, measured quantity, cost estimate from the final construction documents and compare against the GMP. Estimate to include all building construction and sitework improvements. 4. Identify, recommend and expedite the procurement of materials and/or equipment that require long lead times to ensure delivery to maintain the construction schedule. 5. Provide periodic constructability reviews in conjunction with design team. 6. During preparation of final documents, provide a Quality Control (QC) review to minimize conflicts, overlaps and omissions. Prepare list of trade/bid packages identifying the specific scope of work for each trade/subcontract. 7. Prepare bid forms and documents for solicitation of competitive subcontractor bids. A minimum of three bids are required per subcontractor except as specifically approved by Owner. Review with the project team and advise accordingly. Evaluate and analyze bids for adequacy and completeness. Conduct scope reviews with low bidders and make recommendations to the project team for contract award. Prepare and execute construction contracts for each trade or category of work. 8. Provide construction services for the project to include but not be limited to: project management, on site supervision and coordination, labor, materials and equipment, scheduling, temporary facilities and utilities, debris removal, protection and safety measures, insurance, and related items. 9. Perform such post construction services as necessary to ensure successful issuance and close-out of all required certificates, perform such warranty work as required by contract. 10. Provide for a two (2) year warranty period. Q:\2014-15CAU Projects\Brawley Phased Improvements\Contractor\Brawley Interior Improvements_RFP.docx 3

1.4 LOCATION The site for the Brawley Hall Phase 1: Fourth Floor Interior Improvements Project is the Brawley Residential Hall located on the campus of Clark Atlanta University, 67 James P. Brawley Drive, Atlanta, Georgia 30314. 1.5 CONTACTS Owner (Primary Contact): Clark Atlanta University Bonita Dukes, Associate Vice President for Business Services 223 James P. Brawley Drive Atlanta, GA 30314 Email: bdukes@cau.edu Tel: 404-880-8490 (Secondary Contact): Clark Atlanta University Foroud Azimi, Projects and Utilities Manager DTZ South Region, Clark Atlanta University 650 Larkin Street Atlanta, GA 30314 Email: foroud.azimi@dtz.com Tel: 404-880-6090 1.6 CONSTRUCTION SCHEDULE The Brawley Hall fourth floor Construction Zone will be vacant as of May 19, 2015 and must be ready for occupancy no later than August 08, 2015. Construction is expected to begin immediately on or after May 19, 2015. A construction schedule will be established prior to contract award. Contractors are expected to perform their work in a timely manner and in accordance with their proposed schedule. 1.7 PROPOSAL DEADLINES 1. Proposals are to be received as defined in Section 2 below. Proposals received after this time may be returned unopened at the Owner s sole discretion. 2. All inquiries and requests for clarifications shall be submitted via email to Bonita Dukes no later than 2:00 PM, May 01, 2015. 3. Proposals shall be valid for 60 days. 4. We are currently scheduled to meet and select our shortlist of firms within a few days of receipt and expect to notify those firms as soon as possible. 1.8 DOCUMENTS 1. Any design documentation or other documentation issued in connection with this RFP is subject to change. 2. We have provided the following documents for your use in preparing your proposal a. Brawley Hall Phase 1: Fourth Floor Interior Improvements 100% Construction Documents (attachment); b. Sample Construction Contract Forms We intend to use a standard AIA A102 Contract Form, AIA 201, CAU Contract Addendum. If you have specific questions, please submit them for clarification by the deadline for questions indicated in section 1.7. No revisions or modifications will be accepted after that deadline. 1.9 SELECTION CRITERIA 1. Owner reserves the right to reject any or all Proposals. Final selection will be on the basis of CM/GC s apparent ability to best meet the overall expectations of the Owner, as determined solely by the Owner. The Owner reserves the absolute right to conduct investigations as it deems necessary for the evaluation Q:\2014-15CAU Projects\Brawley Phased Improvements\Contractor\Brawley Interior Improvements_RFP.docx 4

of any proposal and to establish the experience, responsibility, reliability, references, reputation, business ethics, history, qualifications and financial ability of the firm responding. The purpose of such investigation is to satisfy the Owner that the GC/CM has the experience, resources and commercial reputation necessary to perform the work and to support any warranties in accordance with the contract documents. 2. The following items will be reviewed to provide a basis for selection: a) Demonstrated ability to provide, and cost to provide, acceptable surety by bond or letter of credit (to be determined by Owner); b) Experience and availability of key personnel designated for this project; c) Demonstrated ability to successfully complete projects of comparable scope and complexity; d) Demonstrated ability to provide comprehensive and accurate pre-construction cost estimating, value engineering services and constructability reviews. Examples are encouraged; e) Approach and demonstrated ability to administer a separate, competitive bid process for selection of subcontractors, based upon construction documents prepared by the Architect f) Proposed percentage fee for profit and overhead on all Cost of the Work g) Lump sum proposal for general conditions; h) Proposed scope of work to be included within general conditions and fees vs. cost of the work; i) Response from references and review of other information submitted; j) Proposed schedule; k) Demonstrated experience with sustainable building practices, and/or LEED certified projects. 3. Final acceptance of any proposal is expressly contingent upon the execution of a satisfactory contract between Contractor and Owner. Contractor is advised that such contract may include provisions concerning insurance, bonding, indemnification, provisions concerning use of local and/or regional labor or materials, and a provision concerning contracting with illegal aliens. Such contract may differ in form and/or substance from the guidelines outlined in this RFP/RFQ. Owner reserves the right to reject any proposal if a satisfactory contract is not agreed to and executed by all parties. 1.10 INSURANCE & BONDING The Contractor shall secure and maintain the following minimum insurance coverage throughout the life of the project, with certificates listing such additional insureds as required by Owner: a) Comprehensive general liability including property damage insurance with minimum amounts of One Million Dollars ($1,000,000.00) each occurrence. Umbrella coverage of at least Two Million Dollars ($2,000,000); b) Comprehensive automobile liability in the amount of Two Million Dollars ($2,000.00.000) each person and One Million Dollars ($1,000,000.00) each occurrence; c) Workers Compensation insurance per statutory limits; d) Builders Risk insurance for the Project Limit per occurrence during construction; e) Contractor will also be required to present satisfactory surety, as determined by Owner. Contractor should recommend a type and amount within the proposal. 2.0 PROPOSAL SUBMITTAL REQUIREMENTS 2.1 Submit one (1) copy via email to Bonita Dukes at: bdukes@cau.edu no later than 2:00 pm on May 08, 2015 OR submit two (2) complete hard copies of the proposals to Bonita Dukes, AVP, Office for Business Services. Hard Copies can be hand-delivered or must be postmarked by no later than 5:00 PM on May 07, 2015. Proposal shall contain both an all inclusive single PDF of the proposal and the XLS file of the General Conditions spreadsheet (not a pdf of the spreadsheet). Proposals must include, but are not limited to, the following items: A. Describe at least three CM/GC projects completed in the last five years similar in size and complexity. Include SF of project, staff involved, GMP, date when GMP was issued, and final construction cost. Reference information for both the client and architect with current email and phone numbers is required; B. Highlight your proposed teams experience with sustainable design and construction practices; C. Resumes for Estimator, Project Manager, and Project Superintendent. Include Owner references and telephone numbers; D. Describe current workload of proposed staff and overlapping project responsibilities; E. List of other contracts on hand with schedules that overlap this project, including contract amount and anticipated date of completion along with contact information for the Owner; F. List of dollar value of construction put in place during each of the past three years from Georgia operations; Q:\2014-15CAU Projects\Brawley Phased Improvements\Contractor\Brawley Interior Improvements_RFP.docx 5

G. Statement of available bonding capacity for this project and preferred surety type and amount (per 1.10 above); H. Completed AIA A305 including financial statements; I. Proposed construction schedule for this project including indication of submittal of Guaranteed Maximum Pricing (GMP); J. Completed Proposal Form (ref. 2.2 of this document); K. Complete the attached General Conditions and Fees Spreadsheet. All applicable line items are required to be identified on worksheet: a) Insert company name at the top; b) Fill in amounts, as appropriate for general conditions; c) Mark NA or In above as deemed necessary. Do not leave lines blank; d) Insert schedule duration, coordinate with included schedule; e) Insert proposed mark up on Change Orders including subcontractor changes; f) Insert proposed preconstruction service fees, if applicable; g) As appropriate, insert additional general conditions items not listed, at bottom of document; h) Indicate if your proposed fee is to be a fixed fee or a percentage of actual construction costs; l) Write-up describing what uniquely distinguishes your firm as best able to complete this Project. Q:\2014-15CAU Projects\Brawley Phased Improvements\Contractor\Brawley Interior Improvements_RFP.docx 6

2.2 BID PROPOSAL FORM COMPANY NAME: COMPANY ADDRESS: PHONE: FAX: CONTACT PERSON NAME: CONTACT PERSON PHONE: CONTACT PERSON EMAIL: Acknowledgment that the CM/GC carries (or will carry) all license(s) required in the jurisdiction(s) of the project. (YES/NO) Acknowledgment that the firm meets or exceeds insurance requirements as outlined in Section 1.10 (above). (YES/NO) Firms submitting a proposal to provide General Contractor/Construction Manager services shall describe what, if any, subcontract work it would propose to self-perform. Said firms shall submit a separate bid for such subcontract work at the time of subcontract bidding, so that said bid may be evaluated by the Owner against other competitive bids. List of all construction subcontract work anticipated to be self-performed: By submitting a proposal, each firm responding represents that it has inspected the site, familiarized itself with local conditions under which the work is to be performed, and has read and is thoroughly familiar with the project documents, including any clarifications. It is the intention of the Owner to enter into an agreement with the selected Construction Manager/General Contractor. The undersigned proposer hereby offers, in the amounts stated below, to furnish all services for both the Preconstruction Phase and Construction Phase and to furnish all labor, materials, tools, equipment, apparatus, facilities, transportation for the construction of the Brawley Hall Phase 1: Fourth Floor Interior Improvements at Clark Atlanta University in accordance with all the requirements of the Request for Proposals and to the satisfaction of the University. The proposer also hereby agrees to enter into contract for said Project if the University accepts this proposal. The Direct Construction Cost Budget for this project is $400,000. Q:\2014-15CAU Projects\Brawley Phased Improvements\Contractor\Brawley Interior Improvements_RFP.docx 7

2.2 BID PROPOSAL FORM 2 TOTAL FEE PERCENTAGE: % TOTAL FEE IN DOLLARS: $ (Lump Sum) (Fee Percentage multiplied by (Use figure only) (Direct Construction Cost Budget) PRINTED NAME SIGNATURE & DATE Q:\2014-15CAU Projects\Brawley Phased Improvements\Contractor\Brawley Interior Improvements_RFP.docx 8