Similar Projects
Access Control Point Program Design Build II -- RFI(2)
Design

A/E Services For The Risk Management Center Which Includes Projects Within The United States And Its Territories For Dam And Levee Safety And Other Work As Assigned To Usace
Design
$15,000,000 est. value

GAOA Alt/Repair Construction Services MATOC
Renovation
Bidding

C--A-E IDIQ for Facilities Maintenance and Sustainment Support and Engineering work predominantly in the NAVFAC AOR Worldwide
Post-Bid
Less than $90,000,000 est. value

C--A-E IDIQ for Facilities Maintenance and Sustainment Support and Engineering work predominantly in the NAVFAC AOR Worldwide
Post-Bid
Less than $90,000,000 est. value

C--IDIQ Contract for Architect-Engineer Services for Design and Engineering Services for Industrial Type Facilities Located Throughout the Naval Facilities Engineering Command AOR, Worldwide
Results
Less than $95,000,000 est. value

C--IDIQ Contract for Architect-Engineer Services for Design and Engineering Services for Industrial Type Facilities Located Throughout the Naval Facilities Engineering Command AOR, Worldwide
Results
Less than $95,000,000 est. value

Indefinite Delivery / Indefinite Quantity (IDIQ) Global Contingency Construction (GCC) Multiple Award Contract (MAC)
Design
Less than $5,000,000,000 est. value

C--Commissioning Authority (CXA) Services for the EPA
Post-Bid
$25,000 to $100,000,000 est. value

Air Force Contract Augmentation Program (AFCAP) V
Results

SB Fuels Multiple Award Task Order Contract (MATOC)
Design
Less than $349,000,000 est. value
Washington, DC

Design, Engineering, Construction, and Technical Services for installation/relocation of Radiation Portal Monitors
Post-Bid

Indefinite Quantity Construction Contract - East Central and Southwest Florida
Results
$2,000,000 est. value

Civil Construction Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) Contracts
Design
$250,000 to $5,000,000 est. value

Request for Information AE Next Pool 2 Architect-Engineering Services for Design and Construction Support for the Air Force Construction Program
Post-Bid

Last Updated 07/12/2021 11:16 AM
Project Title

Design or Retrofit of the County Emergency Operations Center

Physical Address View project details and contacts
City, State (County) Lake City, FL   (Columbia County)
Category(s) Government/Public, Professional Services
Sub-Category(s) Architectural, Engineering, Misc. Buildings
Contracting Method Competitive Bids.
Project Status Results
Bids Due View project details and contacts
Estimated Value
Plans Available from
Owner View project details and contacts
Architect View project details and contacts
Description

Columbia County, hereinafter referred to as the County, is requesting qualification statements from firms that have experience in performing design services for a future new replacement or alteration, retrofit or remodeling of the existing County Emergency Operations Center (CEOC). The funds shall be used for architectural and engineering planning and design services. The building that houses the Emergency Operations Center facility is a 1-story 14,384 square foot facility. In addition to the EOC the following county departments are collocated in this facility: The County Public Safety Answering Point (PSAP), 9-1-1 Dispatch Center and administrative offices; Code Enforcement; Central Communications; 9-1-1 Addressing/GIS, and the Emergency Management administrative office. Also included in the building lay-out are two (2) break areas, two (2) restroom locations, a single person shower and several storage closets. 1. The design of the CEOC shall be capable of withstanding wind loads in accordance with the hurricane provisions of ICC 500-2014. The minimum wind design shall include: Design Wind Speed = 160 miles per hour (3 second gust) Exposure Category = C Wind Directionality Factor, Kd = 1.00 The construction documents shall be titled “Columbia County Emergency Operations Center, 2020.” 2. The structural engineer of record shall include a statement in the construction documents certifying to the best of their knowledge and belief the CEOC was designed to withstand wind loads according to ICC 500-2014 and ASCE/SE17-(include publication year). 3. The CEOC shall resist penetration by large windborne debris impact. At a minimum the CEOC envelope (e.g., walls, windows, doors, louvres, roofs, skylights and hatches) shall meet the hurricane provisions of ICC 500-2014, or similar performance as approved by the Division. Impact-protective systems or products that meet 200 miles per hour or greater ICC 500-2014 tornado shelter design wind speed missile criteria are acceptable. 4. The minimum floor elevation of the CEOC shall be modified from ICC 500-2014 in accordance with the following: the lowest floor used for the CEOC shall be elevated to or above the higher of the elevations determined by: 1. 100-year (one percent annual chance) base flood elevation plus three (3) feet; 2. 500-year (0.2 percent annual chance) flood elevation (if determined) plus two (2) feet; and 3. Elevation required by the AHJ (authority having jurisdiction) for the proposed location. If a proposed location is not selected for the future CEOC during the planning and design period of performance, the lowest floor elevation determination outlined in this Section shall be incorporated into the construction documents. 5. The critical support system functional period of the CEOC shall be modified from ICC 500-2014 in accordance with the following: critical support systems shall be designed to remain functional at full emergency operations center occupant load for a minimum of 72-hours. Critical support systems shall not be solely reliant upon off-site services and utilities (e.g. water, natural gas fuel, electricity).

Details

1 Misc. Buildings, 1 Story Above Grade, 14,384 SF Renovation.
Division 03 - Concrete, Concrete Forming and Accessories, Cast-in-Place Concrete.
Division 04 - Masonry, Unit Masonry.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Millwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Doors and Frames, Entrances, Windows.
Division 09 - Finishes, Plaster and Gypsum Board, Acoustical Ceilings, Flooring, Carpeting, Acoustic Treatment, Painting.
Division 12 - Furnishings.
Division 21 - Fire Suppression, Water-Based Fire-Suppression Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution, Central HVAC Equipment.
Division 26 - Electrical, Power Distribution Units, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security.
Division 31 - Earthwork, Clearing and Grubbing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Pavement Markings, Fences and Gates, Irrigation, Planting.
Division 33 - Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents