Untitled


[PDF]Untitled - Rackcdn.comd0a5726d3848a57dbf55-f9b6e4a1aac9d1d600e177fd0406dfb4.r4.cf2.rackcdn.com/...

5 downloads 111 Views 763KB Size

REQUEST FOR PROPOSALS ARCHITECTURAL / ENGINEERING DESIGN SERVICES For REPLACEMENT of CHICKEN COOP and RESTROOM UPGRADE at HECKSCHER FARM STAMFORD MUSEUM & NATURE CENTER

1.0 GENERAL INFORMATION 2.0 PROJECT SCOPE 3.0 PROPOSAL INSTRUCTIONS 4.0 PROPOSAL EVALUATION Appendix A – Fee Proposal Form

1

1.0 GENERAL INFORMATION 1.1 INTRODUCTION This Request for Proposals (RFP) was prepared to solicit proposals from responsible architectural and engineering firms licensed to practice in the State of Connecticut for the replacement of the chicken coop and upgrade of the restroom finishes and fixtures at the Heckscher Farm of the Stamford Museum & Nature Center, 39 Scofieldtown Road, Stamford, Connecticut. 1.2 ISSUING OFFICE This RFP is being issued by the Purchasing Department of the City of Stamford on behalf of the Office of Operations Engineering Bureau. The issuing officer is the Purchasing Agent or her designee. 1.3 INQUIRIES All inquiries regarding this RFP must be in writing and must be emailed or faxed prior to Monday, April 14, 2014, and be addressed to: Nancy Ormsby-Flynn, RA Engineering Bureau, Office of Operations City of Stamford 888 Washington Boulevard Stamford, Connecticut 06901 FAX 203-977-4137 [email protected] The City’s Engineering Bureau will respond in writing to all written inquiries through the Purchasing Department in the form of Addenda. 1.4 INCURRING COST The City of Stamford will not be held responsible for any costs incurred by the proposer for work performed in preparation and production of a proposal or for any work performed prior to the issuance of a contract. 1.5 REJECTION OF PROPOSALS The City of Stamford reserves the right to refuse for any reason deemed to be in the City's best interest any and/or all proposals submitted under this RFP. 1.6 ADDENDA TO RFP Amendments to this RFP may be necessary prior to the closing date and will be furnished to all prospective proposers. Failure to acknowledge receipt of amendments in accordance with the instructions contained in the amendment may result in the proposal not being considered. 1.7 SUBMISSION OF PROPOSALS Each proposer must submit one (1) original and five (5) copies of the proposal in a sealed envelope bearing on the outside the name of the firm, full address, name of the project for which the proposal is submitted and the date and time the proposal is due to: Beverly Aveni Purchasing Agent City of Stamford Purchasing Department 888 Washington Boulevard Stamford, CT 06901 Attn: Architectural/Engineering Design Services Replacement of Chicken Coop and Restroom Upgrade – SM&NC

2

These proposals must be received by the City no later than Thursday, April 24, 2014, at 4:00 p.m. Proposals received after the date and time prescribed shall not be considered for contract award and shall be returned to the proposer. Neither faxed nor emailed RFP responses will be accepted as qualified RFP submission. PLEASE NOTE THAT A MANDATORY PRE-PROPOSAL WALK THROUGH IS SCHEDULED FOR TUESDAY, APRIL 8, 2014, AT 10:00 A.M., AT THE STAMFORD MUSEUM & NATURE CENTER, HECKSCHER FARM, 39 SCOFIELDTOWN ROAD. Park at the meadow and proceed over the bridge to the red Heckscher Barn with white silo. 1.8 PROPRIETARY INFORMATION The City of Stamford will not disclose any portion of the proposals except to members of the proposal evaluation team prior to contract award. The City of Stamford retains the right to disclose the name of the successful proposer, the financial considerations, and any other information in the proposal that is pertinent to the selection of the proposer. 1.9 INDEPENDENT PROJECT COST DETERMINATION AND GRATUITIES By submission of a proposal, the proposer certifies, that in connection with its procurement: The financial data in this offer has been arrived at independently, without consultation, communication, or agreement, for the purposes of restricting competition, as to any matter relating to such prices with any other proposer or competitor. The financial data quoted in this offer will not change for a period of one hundred twenty (120) days after the receipt date at the City of Stamford of this offer. Unless otherwise required by law, the financial data which has been quoted in this offer have not been knowingly disclosed by proposer and will not knowingly be disclosed by the proposer prior to award, directly or indirectly to any other proposer or to any competitor. No attempt has been made or will be made by the proposer to induce any other person or firm to submit or not to submit an offer for the purpose of restricting competition. No elected official or appointed official or employee of the City of Stamford shall benefit financially or materially from this contract. 1.10 PRIME PROPOSER RESPONSIBILITY Proposers submitting responses to this RFP may utilize the services of sub-consultants or partners. If sub-consultants or partners are planned to be used, this should be clearly explained in the proposal. The prime proposer will be responsible for the entire contract performance whether or not a sub-contractor or partner is to perform. All corporate information required in this RFP must be included for each proposed sub-contractor or partner. The proposal must also include copies of any agreements to be executed between the prime proposer and any sub-contractors or partners in the event of contract award. Under this RFP, the Office of Operations retains the right to approve all subconsultants or partners. 1.11 KEY PERSONNEL The personnel and commitments identified on any proposer's proposal will be considered essential to the work to be performed under this RFP. Prior to diverting any of the specified individuals to other programs or changing the level of effort of the specified individuals, the proposer must notify the Office of Operations fourteen (14) days in advance and will be required to submit justification, including proposed substitutions, in sufficient detail, to permit evaluation of the impact on the project. The proposer will make no deviation without the prior written consent of the Office of Operations. Replacement of personnel will be with personnel of equal ability and qualifications.

3

Any employee of the proposer, who in the sole opinion of the Office of Operations is unacceptable, shall be removed from the project pursuant to the request of the Office of Operations. The proposer will have fourteen (14) calendar days to fill the vacancy with another employee of acceptable technical experience and skills subject to the written approval of the Office of Operations. The City shall have the right to reject or terminate any of the staff provided by the proposer with 24-hour notice, and the proposer shall be able to provide immediate, temporary replacement and within 30 days, provide permanent replacement. 1.12 AVAILABILITY OF FUNDS The contract award under this RFP is contingent upon the availability of funds to the Office of Operations for this project. In the event that funds are not available, any contract resulting from this RFP will become void and of no force and effect. 1.13 PAYMENT The proposer will bill the Office of Operations Engineering Bureau, Attn: Nancy Ormsby-Flynn based on the submission of monthly invoices in a format to be determined by the City. 1.14 TERMINATION FOR DEFAULT OR FOR THE CONVENIENCE OF THE CONTRACTING AGENCY Performance under any contract resulting from this RFP may be terminated by the Office of Operations whenever: The proposer, in the sole opinion of the City, is in default in the performance of the contract and shall fail to correct such default within the period specified by the contracting officer in a notice specifying default; or, the contracting office shall determine that termination is in the best interest of the Office of Operations or of the City of Stamford. Termination will be effected by delivery to the proposer of a notice to terminate, stating the date upon which the termination becomes effective. Upon receipt of the notice to terminate, the proposer shall:  stop all work;  assign to the Office of Operations all rights, title and interest in the work being developed;  deliver forthwith to the Office of Operations all completed work and work in progress;  preserve and protect, until delivery to the Office of Operations, all material, plans, and documents related to this contract, which, if the contract had been completed, would have been furnished to the Office of Operations or necessary to the completion of the work. 1.15 AMBIGUITY IN THE REQUEST FOR PROPOSAL (RFP) Prior to submitting the proposal, the proposer is responsible to bring to the City's attention any ambiguity in this RFP. Not to do so shall result in the proposer forfeiting any claim for adjustment based on such ambiguity as should have been noted by a prudent proposer. 1.16 OWNERSHIP INFORMATION The Office of Operations shall have unlimited rights to use, disclose, or duplicate, for any purpose whatsoever, all information developed, derived, documented or furnished by the proposer under any contract resulting from this RFP. In the event of contract award, all data collected and other documentation produced as part of the contract will become the exclusive property of the Office of Operations and may not be copied or removed by any employee of the proposer without written permission of the Office of Operations.

4

1.17 NEGOTIATED CHANGES In the event negotiated changes occur after the awarding of the contract, any policies called for in the original contract will remain in effect. 1.18 CONTRACT AGREEMENT The selected proposer will be required to agree to and sign a formal written contract agreement between the City of Stamford and the proposer, prepared by the Law Department of the City of Stamford (sample attached.) 1.19 COMPETITION INTENDED It is the City’s intention that this RFP permit competition. It shall be the proposer’s responsibility to advise the City in writing if any language, requirement, scope, specification, etc., or any combination thereof, inadvertently restricts or limits the requirements in this RFP to a single source. Such notification must be received by the City not later than seven (7) days prior to the date set for acceptance of proposals. 1.20 TAX EXEMPT The City of Stamford is exempt from the payment of taxes imposed by the Federal Government and/or State of Connecticut. Such taxes must not be included in the bid price. 1.21 INSURANCE REQUIREMENTS The selected proposer, upon the signing of the formal contract, will be required to deliver an insurance certificate in amounts, companies, and terms acceptable to the Risk Manager of the City of Stamford. See attached insurance requirements. 2.0 PROJECT STATEMENTS These projects are to be independent of each other, as far as billing, schedule, documents and construction. It is anticipated that the Restroom Upgrade can be completed swiftly. The Restroom Upgrade is an important project however it should not diminish the resources needed for the design and documentation of the new Chicken Coop, which is the main project. Project 1 - The Stamford Museum & Nature Center seeks to build a new chicken coop on Heckscher Farm. The new coop will have an indoor coop area for up to 50 chickens, outside runs, a teaching and storage space, opportunities for the public to view chickens, good ventilation, and access to running water. The building shall function as a working example of sustainable building components: green roof, solar, rainwater harvesting, reclaimed/recycled materials, etc. The building itself will serve as an educational tool for the SM&NC. Existing coop will be demolished after the construction of the new coop. Project 2 – The Heckscher Farm Restrooms require new fixtures and finishes. The upgrade should include demolition down to studs and slab, plus adjustments to entry porch for ADA access. SITE LOCATION Stamford Museum & Nature Center Heckscher Farm 39 Scofieldtown Road Stamford, CT Project 1 - The new coop will be adjacent to the existing coop, closer to the existing pond. Project 2 - Restrooms are part of the Heckscher Farm Office with their own entrance. See attached site plan for both buildings.

5

2.1 PROJECT SCOPE Project 1 o Interior coop – 2 sf per chicken for approx. 50 chickens o

Exterior chicken run – 8 sf per chicken for approx. 50 chickens

o

Classroom Facility – Room for thirty (30) people (mostly children) to stand

o

Storage – area to store two garbage can sized bins of food plus shelves

Project 2 o New finishes and fixtures to be durable and easily maintained o Same fixture count and placement o Address any deteriorated wiring, piping and valves o New walls, floors, ceilings, doors, hardware and windows o Adjustments to adjacent porch for ADA access o New light fixtures o New signage o New exhaust fans Building Aesthetic: Project 1 and Project 2 - New England Farm style to match existing buildings on site. 2.2 FUNCTIONAL PROGRAM: Project 1 o Divided chicken coops to house various breeds o Provide a chicken run for each coop o Feeders and waters should be placed conveniently throughout the pen for birds' access o Provide perches for each coop (high shelves for chickens to stand on) 6” -10” of perch space per bird o Included nesting boxes for egg layers o Adjacent space, accessible from main entry door, for staff to access each coop o Provide classroom area for presentations to groups of up to 30 people (mostly children) standing o The building shall function as a working example of sustainable building components: green roof, solar, rainwater harvesting, reclaimed/recycled materials, etc. o The building itself will serve as an educational tool for the SM&NC Construction: o Green roof or other natural strategies to avoid roof runoff from affecting surrounding area o It is important to provide protection from rodents, snakes and other predators o Use reclaimed materials where possible o Construction materials should be environmentally (and animal) friendly HVAC Requirements: o One through-wall exhaust fan o Natural ventilation should be considered, while providing protection from prevailing winds Electrical: o Approx. one lamp per every 40 sf. (may vary with ceiling height) o Heat lamp for each indoor coop area o Provide solar panel to supplement power Plumbing: o Tie in to nearby City water supply (water from rain water harvesting is encouraged) o Provide sink o Provide floor drain in coop area o Provide exterior hose bib o Tie in to nearby septic system

6

The scope of professional services shall be the AIA Architects’ Services from Schematic Design through the Construction Administration Phase, including Professional Engineers for building systems Project 1. The Engineering Bureau does not have an up-to-date survey. It may be necessary for the selected firm to perform a survey and verify as-built conditions/documents for the site and septic system. The selected firm will work with the City to prepare a Project Development Schedule and Total Project Budget including estimates of related costs, such as consultant fees, construction, utilities and services. These shall be updated and submitted prior to progressing into the next phase along with progress drawings and specifications. 2.3 SCHEMATIC PHASE The selected firm shall schedule a kickoff meeting with all of the representatives that the City feels will be integral to the development of the project. From this meeting an organizational flow chart shall be developed to streamline the decision making process. At all times the proposer’s primary contact will be the Engineering Bureau who will be the contract administrator. The firm shall then prepare schematic designs which will indicate the sustainable features. The City will share previous designs that illustrate the space requirements of the new building. A site survey is required that identifies all of the existing utilities and systems serving the area. Once the schematic design is complete, the design shall be estimated by a professional cost estimator. These documents shall be submitted to the Engineering Bureau and presented to the SM&NC Executive Director for approval prior to proceeding into the next phase. 2.4 DESIGN DEVELOPMENT PHASE Prepare design development documents and specifications for the proposed facility. These documents should be developed in sufficient detail as required for 50% and 90% submittals of the project for review. Documents shall include, but not be limited to, the following:        

Code Data and Envelope Compliance Certificate Site and Utilities Plan Demolition and Removals Architectural, Structural Foundation and Framing Plans Mechanical, Plumbing and Electrical Plans Equipment and Fixture Specifications and Schedules Casework Details and Finish Plans Project Technical Specifications, including General, Supplemental Conditions and Bid Form

Update the project cost estimate and proposed construction schedules at all design submittals to reflect scope changes as the project documentation is developed. Attend meetings as required regarding the above scope of work, utilities coordination and administration oversight. 2.5 CONSTRUCTION DOCUMENTS through BIDDING PHASE Prepare final Construction Documents of drawings, specifications and other applicable documents as necessary, to a level suitable for competitive bidding of the project as well as all necessary approvals for a building permit. Final AIA Documents latest addition for A201 General Conditions of the Contract for Construction, A312 Performance Bond, A310 Bid Bond, A701 Instruction to Bidders, must be included in Project Manual complete with Project location, Owner’s name and Architect’s name incorporated. No draft copies will be accepted.

7

Prepare and submit a final professional construction cost estimate based upon the drawings to be bid. Identify any Alternates or Unit Price items on documents and on Bid Form. Provide all Construction Documents on AutoCAD 2011 and PDF on a CD for the City’s records. Attend pre-bid walk-through, answer contractor questions, respond to contractor’s RFI’s, and prepare addenda for distribution through the City’s E-Bid System. Prepare construction phasing documents for construction purposes only and implementation of the project as quickly as possible, and with the least amount of disruption to the occupants. Assist in the review of contractor bids and the award of the contract. Evaluate contractors’ and sub-contractors’ references, make recommendations to City. 2.6 CONSTRUCTION ADMINISTRATION PHASE Review and comment on contractor’s construction schedule and schedule of values. Provide periodic project observation and issue a detailed field report, including but not limited to, photographs (to include all disciplines) of on-site construction activities to ensure that they are being performed in accordance with the Contract Documents (minimum of twice a month depending upon magnitude of work being performed). Attend and prepare minutes of project meetings (bi-weekly) and onsite inspections. Evaluate contractor’s work performance, adherence to contract documents, good construction practices/industry standards and to schedule. Review and make recommendations for approval of contractor’s payment requisitions, review and negotiate change order proposals. Prepare field sketches as required to respond to RFI’s, regarding field or unforeseen conditions. Review shop drawings and other submittals for approval and compliance with construction documents, industry standards and utility company requirements. Prepare and maintain punch list of completed construction and work deficiencies until project is completed and closed out. Assist the City with Project Close-Out, “As-Built” drawings, warranties, manuals, training, etc. and issuance of final payment to contractor. Provide commissioning services for all new mechanical and electrical equipment installed. 2.7 A/E FIRM TIME REQUIREMENT Project 1 - Final Construction Bid Documents are expected within 4 months from the contract execution date. All local regulatory officials including Fire Marshal, EPB, Health and Building Departments of the City of Stamford shall have had the opportunity to review, make comments and have them addressed prior to bidding so that a building permit can be readily obtained. Coordination of these approvals shall be the sole responsibility of the proposing A/E firm. Project 2 - Final Construction Bid Documents are expected within 2 months from the contract execution date. 2.8 DELIVERABLES Construction Documents are to be prepared and provided to the City in electronic format, on AutoCAD 2011 and PDF. The firm shall also provide contractor three complete sets of drawings, stamped and signed by a Connecticut licensed Architect/Engineer. Specifications and professional cost estimates are to be prepared utilizing CSI format and Excel respectively. Project schedule including Phasing shall utilize Microsoft Project or Primavera. Construction Documents and As-built drawings are to be as hard copy and disk. Three sets of Bid Documents shall be signed & sealed and delivered to contractor(s) for permitting.

8

2.9 FEE The projects shall be proposed under each lump sum, including all consultants. The specific phases shall be broken out as shown on the Fee Proposal Form. No adjustment will be made for construction change orders, except in the event of a change in the original scope of work. All meetings required for each phase, schematic, design development, contract documentation, bidding, construction administration and closeout are to be incorporated into the fee and not billed separately. Reimbursable expenses shall be broken out of the total fee and set at a not to exceed amount. This shall include customary costs for printing, distribution and expenses directly related to this project. They shall not include travel, meals or taxes. Back up shall be provided with all invoices. Additional services, if necessary and agreed to, will be negotiated based upon average hourly rates. Accompanied with the fee shall be hourly rates for all personnel involved including consultant hourly rates. 3.0 PROPOSAL INSTRUCTIONS The consultant shall follow the guidelines given below to allow for the efficient evaluation and selection process. 3.1 CONTENT AND FORMAT Proposal is to be submitted in three (3) parts: 1. Letter of Transmittal. 2. Proposal response which includes qualifications and work plan. 3. The proposed fees for each project. One (1) original and five (5) copies of the three parts described above are to be submitted to the office contact specified in Section 1.7. Faxed or Emailed copies of the response will not be accepted. The proposals must be bound in such a manner that any updates can be incorporated into the original proposal without much difficulty. The name of the contractor must appear on the outside front cover of each copy of the proposal. Each page of the proposal must be numbered consecutively from the beginning of the proposal through all appended material. In case there is a need for updating the proposal of the selected firm, the firm will accomplish the need by insertion of the updated pages submitted for all copies. All new or corrected pages must show the date of revision and indicate the portion of the page, which has been changed. This later requirement is to be met by drawing vertical lines down both margins of all affected pages. The City of Stamford reserves the right to reject any unsolicited modifications or additions received between the date of submission and proposal selection, including the substitution of subcontractors or of staff. 3.2 LETTERS OF TRANSMITTAL The cover letter must specify the following: The corporation's name and address of the prime contractor. Name, title and telephone number of the individual within the corporation who is authorized to commit the company to this contract. The name, title and telephone number of the individual whom the Office of Operations should contact regarding questions, and clarifications.

9

The corporation name and address of all proposed subcontractors, consultants or partners. The time for validity of the offer must be one hundred twenty (120) days from the due date of the proposal. Proposer shall also provide a statement specifying the following qualifications:  Experience as an Architect / Engineer providing professional services for a minimum of ten (10) years.  Experience as an Architect / Engineer providing professional services for an urban/suburban environment totaling more than $1,000,000 in construction value within the last five (5) years.  Availability of professional staff to be able to work from an office within the area that would allow the assigned professionals to be available on a full time basis. 3.3 PROPOSAL RESPONSE FORMAT SUMMARY The summary should include significant features of proposal including the proposer's experience, and project team. It must include all background information related to the proposer's understanding of the requirements and procedures adopted by the City for successful completion of this project. PROJECT SCOPE The proposer shall address all items detailed in Section 2.0 through Section 2.9. Project 1 – Chicken Coop and Project 2 – Restrooms Upgrade, are to be treated as separate and distinct projects. They are to run on separate schedules and have separate Bid Documents. PROJECT MANAGEMENT PLAN The project management plan shall include sufficiently detailed information to identify the proposer's organization, responsibilities and internal reporting requirements. Where subcontractors are to be used, their names, qualifications, specific tasks and control elements must be specified, as well as the firms’ control elements on subcontractor’s performance. Finally, the project management plan must show the relationship between this project and other corporate commitments, the provision for backup personnel and the total corporate resources potentially available to this project. PROJECT STAFF A detailed resume must be included for each individual to whom the proposer plans to assign or commit to the project. Where individual resumes for backup or non-assigned personnel are included, they must be clearly marked as "SECONDARY RESOURCES". For each individual whom the proposer plans to assign to the project, the proposer must designate the individual's status such as full time regular employee, part time regular employee, consultant, etc., and must specify the number of years that the individual has been employed by the proposer. EXPERIENCE AND CAPABILITIES This section should include detailed information regarding previous projects successfully completed by the proposer and general information related to offering organization to allow the Office of Operations to assess overall capabilities. The contractor must provide information regarding the following items related to past performance: History of contract performance History of labor relations Reliability of services Public interaction

10

The total number of full time employees and total number of professional employees in the offering organization should be specified. Do not include part time employees or consultants. In the event that subcontractors or partners are proposed, this information should be included for each. CORPORATE FINANCIAL CAPABILITIES The proposer should include an annual report for the previous year and banking references. In addition, if proposer plans to have the revenues from this contract assigned to any bank or other institution, the reason for such assignment must be specified and the assignee designated. REFERENCES Include at least three (3) references from other organizations or agencies for which the contractor has provided similar services. APPENDICES The proposer may provide any additional information that is deemed to be useful to the Office of Operations in evaluating the proposal in Appendices. Generally, this may include examples of prior work products and methods. 4.0 PROPOSAL EVALUATION 4.1 EVALUATION METHODOLOGY Proposals submitted in response to this RFP will be evaluated by a selection committee. This committee will be comprised of technically qualified personnel from the City of Stamford. All proposals will be evaluated based upon the criteria shown in Section 4.2. Each proposal will be assigned a numeric score in this evaluation. Oral presentation may be required in order to clarify any issue and to provide additional insights into the proposal. 4.2 PROPOSAL EVALUATION The Selection Committee will evaluate the proposals on the following basis: 4.2(a) CORPORATE EXPERIENCE AND CAPACITY Corporate Experience: Corporate experience will be evaluated based upon project experience and overall corporate capacity. Project Experience: Project experience will be evaluated based upon the quality and implementation of similar work. Corporate Capacity (Level of Effort): Corporate resources will be evaluated based on the total resources assigned or committed to the project. 4.2(b) COMMITTED STAFF AND PROJECT ORGANIZATION Project staff will be evaluated based upon related project experience and assignment, qualifications of the project manager, technical skills of the project team and proposed project organization and management plan.

11

Related Project Experience: The project staff will be given points based upon experience and other related systems with credit given to design, management analysis, programming, and implementation. Project Staff: The proposed project staff will be evaluated based upon past project experience. Full credit will only be given to project staff that has managed similar projects in terms of size and complexity, scope and functional areas. Technical Skills: Technical skills will be evaluated similarly to the related technical experience shown previously with the same criteria regarding employee status as outlined above. Project Management Plan and Organization: Proposed organization will be evaluated based upon relevancy to work assignments, clarity of responsibilities and qualifications of managerial personnel. 4.2(c) UNDERSTANDING OF WORK TO BE PERFORMED The proposer’s understanding of the work required to successfully complete the project will be evaluated based upon the proposer’s approach to the Project Scope including example reports, documentation previously prepared, and other deliverables from previous projects related to describing how the project will be performed and the end product which the Office of Operations can expect. 4.2 (d) FINANCIAL PROPOSAL Financial Capabilities: Provide certification that the proposer is financially capable of meeting all of the financial terms of the RFP. 4.2(e) PROPOSAL FEE Complete form as stipulated on Appendix A - Fee Proposal Form. Vendors may be asked to present their proposal to the selection committee and/or to respond to questions. Based on the information provided in the proposal and any additional information presented, a final selection will be made. The City of Stamford reserves the right to reject any and/or all proposals submitted, to request information from any vendors and to negotiate with any of the vendors regarding the terms of the engagement. The City of Stamford intends to select the vendor that, in its sole opinion, best meets the City’s needs, not necessarily the vendor that proposes the lowest fees.

12

APPENDIX A FEE PROPOSAL FORM The following professional fee is proposed to perform the duties, responsibilities and obligations as described in this Request for Proposals for architectural and engineering professional services for a new Chicken Coop [1] and Restroom Upgrade [2]. The fees shall be Lump Sums, as follows:

Phases

Chicken Coop Project 1 Cost

Restroom Upgrade Project 2 Cost

Schematic Design

$_______________

$_______________

Design Development

$_______________

$_______________

Construction Documents

$_______________

$_______________

Bidding

$_______________

$_______________

Construction Administration

$_______________

$_______________

Reimbursable Expenses

$_______________

$_______________

Total Cost per Project

$_______________

$_______________

Total Combined Cost ($______________) ___________________________________________dollars Agree to proposed schedule [1 and 2]. Yes ----- No -----

Authorized signature:

Phone:

Printed name:

email:

Company name: Address:

13