REQUEST FOR QUALIFICATIONS FOR FY 2015 MAJOR PLANT REHABILITATION PROJECT FOR ENCINA WASTEWATER AUTHORITY S ENCINA WATER POLLUTION CONTROL FACILITY

Size: px
Start display at page:

Download "REQUEST FOR QUALIFICATIONS FOR FY 2015 MAJOR PLANT REHABILITATION PROJECT FOR ENCINA WASTEWATER AUTHORITY S ENCINA WATER POLLUTION CONTROL FACILITY"

Transcription

1 REQUEST FOR QUALIFICATIONS FOR FY 2015 MAJOR PLANT REHABILITATION PROJECT FOR ENCINA WASTEWATER AUTHORITY S ENCINA WATER POLLUTION CONTROL FACILITY Ref: Admin a September 23, 2015 Qualifications Due October 28, 2015 at 2:00 p.m. (local time). AT Encina Wastewater Authority 6200 Avenida Encinas Carlsbad, California (760) Attention: Mr. James Kearns, Project Manger

2 1 INTRODUCTION The Encina Wastewater Authority (EWA) is inviting interested General Contractors to submit a Statement of Qualifications (SOQ) for the purpose of prequalifying as prospective bidders for the FY 2015 Major Plant Rehabilitation Project (Project). The Project is located at the Encina Water Pollution Control Facility (EWPCF). The Encina Wastewater Authority is a public agency located in Carlsbad, California. EWA provides wastewater treatment service to approximately 350,000 residents in northwestern San Diego County. EWA is owned by six public agencies under a Joint Powers Agreement. Under this Agreement, these Member Agencies share in management of EWA. The six owners are: the City of Carlsbad, City of Vista, City of Encinitas, Vallecitos Water District, Buena Sanitation District, and the Leucadia Wastewater District. Contractors are invited to submit qualifications for the FY 2015 Major Plant Rehabilitation Project. Requests for Qualifications Packages (RFQ) may be downloaded from the Encina Wastewater Authority s (EWA or Owner) website and prospective bidders are required to register at the website in order to receive addenda and other project updates. Completed Prequalification Packages shall be submitted to the Encina Wastewater Authority, 6200 Avenida Encinas, Carlsbad, California 92011, until 2:00 p.m. on Wednesday, October 28, DESCRIPTION OF WORK This section highlights the summary of the work (the Work ). The Work consists of furnishing all labor, materials, equipment, and services for the following project elements at EWA's Encina Water Pollution Control facility. The Work is located at 6200 Avenida Encinas in Carlsbad, California, in the County of San Diego. The Work will generally take place as shown on the accompanying drawing. The Work includes furnishing all labor, materials, equipment and services for the FY 2015 Major Plant Rehabilitation Project, which include the following: 1. Solids Drying System Safety Improvements: a. Demolition, removal, and disposal of existing bag house located in the Dryer Building. b. Furnishing and installation of explosion vents, isolation devices, nitrogen injection ports, improvements to recycle bin emptying and refilling, carbon monoxide monitoring, and a dust collection wet scrubber. c. Construction of all miscellaneous work as shown on the plans and required in the specifications for a complete operating installation. d. Any electrical work required to provide power to new equipment and any electrical work required to relocate any electrical systems, wires, and conduit due to construction. 2. Digester Gas System Improvements: a. Demolition and/or abandonment and disposal of existing below grade digester gas piping. Furnishing and installation of replacement above 2

3 grade digester gas piping and associated pipe support bridge system and other pipe supports. b. Furnishing and installation of condensate removal and sediment traps for the digester gas piping system. 3. Secondary Aeration Basin Upgrades: a. Removal and disposal of existing fiberglass covers on Aeration Basin No. 1. Furnishing and installation of two access hatches, handrails, walkways, aluminum covers and flexible covers on Aeration Basin No. 1 to replace the existing fiberglass covers. b. Repair of existing concrete influent, effluent and mixed liquor channels. c. Removal and disposal of the existing 3WHP (No. 3 water high pressure) system for the aeration basins. Furnishing and installation of a replacement 3WHP system with new washdown stations. d. Furnishing and installation of new process air flowing metering system. e. Replacement of existing influent and effluent gates for the 4 aeration basins, f. Any electrical work required to provide power to the new equipment and any electrical work required to relocate any electrical systems, wires, and conduit due to construction. 4. Other Miscellaneous Improvements a. Furnishing and installation of improvements to the secondary scum well area, including removal of a portion of the roof, construction of access stairs and platform, removal and replacement of access hatches, and removal and replacement of existing bubbler system with a new level indicator. b. Construction of an extension to the mezzanine on the eastern side of the Power Building to allow for safe access from the existing Cogeneration Building roof. c. Any electrical work required to provide power to new level indicator and any other new equipment, and any electrical work required to relocate any electrical systems, wires, and conduit due to construction. 3 PREQUALIFICATION REQUIRED TO BID General contractors who wish to participate in bidding for the contract must submit completed Prequalification Packages on the forms and according to the Instructions for Completion of General Contractor Prequalification Packages. EWA will review qualifications and plans to invite qualified contractors to submit bids. Only general contractors that meet EWA s prequalification requirements will be eligible to participate in bidding. 4 PROJECT SCHEDULE 3

4 The following is the anticipated schedule for the selection and award of contract for the FY 2015 Major Plant Rehabilitation Project. EWA may adjust the schedule below as needed. EVENT DATE Issue RFQ September 23, 2015 SOQ Due October 28, 2015 Issue RFB to Qualified Contractors December 9, 2015 Pre Bid Meeting January 13, 2016 Bids Due February 3, 2016 Award Contract February 24, PRE SUBMITTAL ACTIVITIES All questions regarding this submission or requests for information should be addressed to James Kearns at , jkearns@encinajpa.com. 6 REVISIONS TO THE RFQ EWA reserves the right to revise the RFQ prior to the date that SOQs are due. Revisions to the RFQ will be ed to all contractors who have registered at the EWA website. EWA reserves the right to extend the date by which the SOQs are due. This RFQ does not commit EWA to award a contract, to defray any costs incurred in the preparation of SOQs pursuant to this RFQ, or to procure or contract for work. All documents submitted in response to this RFQ become the property of the EWA. EWA reserves the right to cancel, in part or in its entirety, this RFQ, including, but not limited to, selection schedule, submittal date, and submittal requirements. If EWA cancels or revises this RFQ, all contractors will be notified in writing by EWA. EWA reserves the right to request additional information and/or clarifications from any or all Responders to this RFQ. *** 4

5 GENERAL CONTRACTOR PREQUALIFICATION PACKAGE FY 2015 MAJOR PLANT REHABILITATION PROJECT INSTRUCTIONS FOR COMPLETION OF GENERAL CONTRACTOR PREQUALIFICATION PACKAGES Instructions to Prospective Bidders: Prospective bidders are required to register at EWA s website in order to receive addenda and other project updates. Each general contractor wishing to participate in bidding for the contract to construct the FY 2015 Major Plant Rehabilitation Project (Project) must fully complete the Contractor Pre Qualification Questionnaire (Questionnaire) and forms included with this package, provide all information and materials requested and satisfy the prequalification criteria (Prequalification Package). Each general contractor may attach additional sheets as needed to provide compete responses. All information provided will be kept confidential to the extent permitted by law. As provided in Public Contract Code section 20101, completed Questionnaires and financial information are not public records and will not be open to public inspection, except that records of the names of contractors applying for prequalification are public record. EWA reserves the right to reject any and all submittals and to waive any irregularities in the information contained herein. Each Prequalification Package must be completed with all information requested and be signed under penalty of perjury by an individual who has the legal authority to bind the contractor on whose behalf that person is signing. All questionnaires and materials requested therein must be received by EWA by the date and time stated in the Notice. Prequalification Packages received after that time will be returned unopened, and the contractor will not be eligible to participate in bidding for the contract to construct the Project. The prequalification of prospective bidders will be determined by evaluation of the information submitted by prospective bidders. EWA may verify any or all information provided in completed Prequalification Packages, consider information provided by sources other than the prospective contractor, and conduct such investigations as EWA deems appropriate to assist in the evaluation of contractor s responsibility, qualifications, experience and financial capacity. 5

6 If the contractor seeking prequalification has not been in business for the time period for which information is requested, it should submit information on any predecessor entities. This requirement applies to joint ventures, which should submit information on each of the joint venture entities for the specified time period. EWA will determine which contractors are responsive to the Prequalification Documents. EWA will then determine which of the responsive contractors demonstrate the required technical, financial and other qualifications that are needed to perform the Project satisfactorily, and who have the capacity to meet all other requirements of the proposed Project. EWA may reject any submitted Prequalification Package if it is determined to be non responsive to the Prequalification requirements. EWA may also reject any submitted Prequalification Package if it determines, at its sole discretion, that the contractor is not capable of performing the proposed Project satisfactorily based upon review of the contractor s experience, qualifications, technical and financial capabilities, or the contractor s failure to provide information requested relating to such determination. EWA reserves the right to determine that any contractor is not qualified or responsible at any time before or after the Prequalification Packages are received and evaluated if it finds that information provided in Prequalification Packages is materially inaccurate or false, or upon evidence of collusion or other illegal practices on the part of the contractor. Prequalification Requirements: Contractors who do not meet the following criteria are not qualified to submit bids for the contract to construct the Project. All contractors must: (1) provide the general information required in the Prequalification Package; (2) have Class A General Engineering and Contracting license; (3) have successfully completed at least one contract in the past five (5) years for construction of similar size and complexity to the Project at facilities utilizing treatment systems similar to those of the EWPCF, including mechanical, electrical, and instrumentation systems; (4) not have been debarred, convicted or found liable of violating a law relating to a construction contract, declared a non responsible bidder or defaulted on a construction contract; 6

7 (5) not have had a surety finish work on any contract in the past five (5) years; and provide a written commitment from a corporate surety licensed to conduct surety business in California to furnish payment and performance bonds in full amount of the bid price for the Project; (6) have a modification rate of no more than 1.0 and have not received any serious and willful violations of Labor Code section 6300 et seq. in the past five (5) years; (7) provide at least the minimum insurance requirements; (8) not pay less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations; and (9) identify and commit a project manager and superintendent to the Project who have held similar positions on at least one project of size and complexity similar to the Project in the past ten (10) years; (10) Must be registered with the Department of Industrial Relations ( DIR ) pursuant to Labor Code section In addition, EWA may consider the following criteria: (11) the number of claims arbitrations or lawsuits involving owners; (12) the contractor s experience applicable to the Project, including experience and references from previous projects, and claims, arbitration, lawsuits and history of compliance with laws; (13) the qualifications, experience and references of the contractor s proposed project manager and key personnel relevant to the needs of the Project; and (14) whether the contractor is located within EWA s service area, within Southern California (counties of San Diego, Imperial, Orange, Riverside, Los Angeles and San Bernardino) or within the State. Evaluation Procedure: EWA will evaluate Prequalification Requirements 1 10 on a pass/fail basis. Contractors must meet all of these criteria in order to pass. Contractors who do not meet all of these criteria will fail and will not be qualified to participate in bidding for the contract to construct the Project. EWA will 7

8 evaluate Prequalification Requirements on a scale, by assigning the contractor a value of Very Highly Qualified, Highly Qualified or Qualified for each requirement, to be determined in its sole discretion. A copy of the evaluation form (Form) to be used by EWA is provided in this prequalification package, for contractor review only. The Form is to be completed by EWA upon receipt of the completed prequalification packages. The evaluation is solely for the purpose of determining which bidders are qualified to successfully perform the Project in a timely manner. It is EWA s intent to prequalify general contractors to bid the Project which meet Prequalification Requirements 1 10 and score to EWA s satisfaction on Prequalification Requirements The contract for construction of the Project will be awarded, if at all, to the responsible, pre qualified bidder submitting the lowest responsive bid. Only in the event two or more bids are the same and the lowest bid, Prequalification Requirement 14 giving local preference will be considered. Neither issuing the Notice Inviting Submission of General Contractor Prequalification Packages, nor reviewing responses to the invitation, nor any other activity related to the prequalification process obligates EWA to award a contract for construction of the Project to a particular contractor, or at all. EWA reserves the right to reject any or all Prequalification Packages, and to waive any irregularities in any prequalification submittal received. EWA shall not be liable for any costs incurred by contractors or subcontractors in the preparation and submittal of responses to this Notice Inviting Submission of Prequalification Packages. If any information provided by a prospective bidder becomes inaccurate, the party who provided the information must immediately notify EWA and provide updated accurate information in writing and under penalty of perjury. 8

9 Requests for Interpretations: Request for interpretations of the prequalification documents shall be submitted to EWA no later than the fifth day preceding the date set for the receipt of prequalification packages. All questions relative to this Project prior to the receipt of Prequalification Packages shall be directed to: James Kearns, Capital Projects Manager Phone:

10 Acknowledgement of Receipt of Prequalification Package documents (as listed in Table of Contents): By my signature below, I acknowledge receipt of this document and agree to be bound by its terms: (Name of Contractor on whose behalf this document is signed) (Name, Printed) (Date) (Signature) * * END OF SECTION * * 10

11 GENERAL CONTRACTOR PREQUALIFICATION PACKAGE FY 2015 MAJOR PLANT REHABILITATION PROJECT PREQUALIFICATION QUESTIONNAIRE Part 1 Declaration Each prospective bidder must submit the following declaration: The Undersigned declares under penalty of perjury that all of the information submitted with this form is true and correct and that this Declaration was executed in San Diego County, California, on Date Signature and Title For partnership only: The foregoing declaration is hereby affirmed (Remaining Partners of firm sign here) Typed Name and Title Firm Name Address City and State Telephone Number GENERAL CONTRACTOR PREQUALIFICATION PACKAGE 11

12 FY 2015 MAJOR PLANT REHABILITATION PROJECT PREQUALIFICATION QUESTIONNAIRE Part 2 Contractor Prequalification Questionnaire 1 General Information A. Full name of Contractor (as it appears on license): Type of organization (Corporation, partnership, etc.): If Corporation, indicate state of United States of incorporation: Is the corporation currently registered and in good standing with the State of California Secretary of State? Corporation Tax Identification Number: All other names under which your firm has operated in the last five years: B. Provide exact street address of your firm: C. Telephone Number: ( ) D. FAX Number: ( ) 12

13 E. List the full names of each of your firm s owners, officers, and directors and the number of years they have been with the firm. If partnership, list all partners. (Attach separate sheet if necessary.) Name/Title Years F. Are officers and directors in corporation currently registered with Secretary of State of California? (Please attach a copy of the last Statement of Domestic or Foreign Corporation filed.) G. Is your firm, or are its owners, connected with any other firm as a parent, subsidiary, holding company or affiliate? If yes, please give the full name and address of the other company or companies and explain what the relationship is. H. How many years has your firm been licensed as a Contractor under California law to perform work in this State under its current name? I. How many permanent full time staff does your firm have? 2. License Each prospective bidder must have a current, valid Contractor s license in good standing issued by California Contractors State License Board in the classification specified in the Notice Inviting Submission of Prequalification Packages, and shall submit the following information: 13

14 A. Name of License holder exactly as on file with the Contractors State License Board: B. License Classification: C. License Number: D. License Qualifier: E. Expiration Date: F. Has the license qualifier ever had a Contractor s license suspended or revoked? If yes, for each such suspension and revocation provide information, documents and all relevant details about the incident. G. Has the license qualifier ever had any other Contractor s license suspended or revoked? (Circle one) Yes No If yes, for each such suspension and revocation provide information, documents and all relevant details about the incident. H. Within the past 5 years, has the California Contractors State License Board taken disciplinary action against your firm? (Circle one) Yes No If yes, please provide details about each such complaint and attach copies of all documents in your custody, control or possession which relate to the complaint. 3. Project Experience A. How many years of experience in wastewater treatment plant construction work has your organization had as a General Contractor: 14

15 B. Provide the information requested about all projects that your firm has performed in the past five (5) years which are similar in size and complexity of the Project. List contracts greater than $1.0 million. Provide a complete list including project name and Owner s contact name and telephone number. Use attached forms to provide information on the most relevant projects of size and complexity similar to the Project at facilities utilizing treatment systems similar to those of the EWPCF, including mechanical, electrical, and instrumentation systems. The EWA will determine what projects are similar in size and complexity to this project in its sole discretion. 4. Compliance With Laws A. Within the past 5 years, has your firm, or any firm with which any of your firm s owners, officers or partners was associated, been disqualified, debarred, removed or otherwise prevented from bidding on, or completing any project for any reason? If Yes, provide the name of the firm, the name of the person who was associated with that firm (if applicable), the year of the incident, the name, address and telephone number of the general contractor (if applicable), and all relevant details about the incident. Also, attach copies of all documents in your custody, control or possession which relate to the incident. B. Within the last 5 years, has your firm, or any firm with which any of your firm s owners, officers or partners was associated, been accused of, investigated for, and/or convicted or found liable or guilty of violating any federal, state or local law, rule or regulation related to conduct of business as a contractor, or a false claims act? If Yes, give the name of the firm, the name of the person associated with that firm (if applicable), the year of the incident, and provide all relevant details about the incident including, but not limited to, the law, rule or regulation which the firm was accused of violating, whether the investigation is on going or completed, whether the accusation was sustained, whether a settlement was reached, and the outcome of any proceedings, including any damages, equitable relief, fines, penalties or jail sentences that were imposed. 15

16 C. Within the last five years, has your firm or any firm with which any of your firm s owners, officers or partners was associated, been found by an awarding body not to be a responsible bidder or debarred by any public agency? If Yes, provide the name of the firm, the name of the person associated with that firm (if applicable), and all details including, but not limited to, the year of the incident, the name of the awarding body, and the reasons given by that body for its actions. Attach all correspondence or other documents regarding the incident. D. Within the last five years, has your firm, or any firm with which any of your firm s owners, officers or partners was associated, been terminated for default or defaulted on a construction contract? If Yes, provide the name of the firm, the name of the person associated with that firm (if applicable), and all relevant details of the default including, but not limited to, the year of the default, the location of the project, the full name and address of the owner of the project, the name and address of the general contractor, the value of the contract, and the reasons given for the default. 5. Surety and Financial A. List names, addresses, telephone numbers and periods covered of all surety companies utilized by your firm in the last five years. Use attached form. B. Has any surety bonding your firm s jobs within the last five years been required or requested to complete any part of the work your firm was supposed to perform? If yes name the surety, the project in question, the year, and provide all relevant information concerning the incident including, but not limited to, the amount of work performed by the surety. Use attached form. C. Has your firm ever been unable to obtain a bond or been denied a bond for a contract? 16

17 If yes provide relevant details. D. Attach a notarized statement from your firm s surety indicating your firm s total bonding capacity and certifying that currently available bonding capacity exceeds $2.0 Million and that the surety will provide payment and performance bonds equal to 100 percent of the amount of your bid. Note that sureties must be corporate sureties authorized to conduct surety business in the State of California, in good standing and having an A.M. Best s Rating of A6 or better. Personal sureties are not accepted. E. Has your firm, any affiliated company, or any owner, officer, directors or managing employee of your firm ever declared bankruptcy or been in receivership? If yes provide details and documents. 6. Safety A. List your firm s Workers Compensation Experience Modification Rating (EMR) for the past 3 years: Provide a copy of your firm s current EMR. B. If your EMR is currently 0.95 or greater, attach a letter of explanation. C. Within the past 24 months, has your firm, or any firm with which any of your firm s owners, officers, directors or managing employees was associated, been cited for violations of OSHA or CAL OSHA standards or requirements? If yes provide all relevant details, including the name of the firm and the name of the person associated with that firm (if applicable). D. Attach a copy of your firm s injury log for the past twenty four months. 7. Insurance 17

18 A. Submit a statement from the insurance carrier you will utilize on the project certifying that the minimum insurance requirements can be provided. These carriers must be admitted in the State of California and have a current A.M. Best rating of A, or better, and Class Vll financial size category, or better. Carrier s Name: Carriers Address: Carrier s Representative: Representative s Phone No.: B. The following insurance provisions will be required by the Project Contract: (a) The Contractor shall procure and maintain for the duration of the work and services, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, its agents, representatives or employees. (b) Minimum Scope of Insurance. Coverage shall be at least as broad as: (1) Insurance Services Office (ISO) Commercial General Liability coverage. (2) Insurance Services Office (ISO) Automobile Liability coverage, code 1 (any auto). (3) Worker's Compensation Insurance as required by the Labor Code of the State of California and Employers Liability insurance. (4) Builder s Risk Insurance (All Risk Coverage). (c) Minimum Limits of Insurance. Contractor shall maintain limits no less than: (1) Commercial General Liability. $5,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage. 18

19 (2) Automobile Liability. $2,000,000 combined single limit per accident for bodily injury and property damage. (3) Workers' Compensation and Employer's Liability Insurance. Workers' Compensation limits as required by the Labor Code of the State of California and Employer's Liability in the amount of, at least, $2,000,000 per accident, for bodily injury and disease. (4) Builder s Risk Insurance (all Risk Coverage). The Contractor shall procure and maintain Builder s Risk Insurance (all Risk Coverage) on a one hundred (100%) percent completed value basis for the benefit of the Owner, the Contractor, and subcontractors as their interest may appear. (d) Deductibles and Self insured Retention. Any deductibles of self insured retention must be declared to and approved by the Authority in advance and in writing. At the option of the Authority, either the insurer shall reduce or eliminate such deductibles or self insured retention as respects the Authority, its officers, officials, employees, agents or volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claims administration and defense expenses. (e) Other Insurance Provisions. All of the above policies of insurance shall be primary insurance and shall name the Authority, its member agencies, its officers, officials, employees, agents or volunteers as additional insured. The insurer shall waive all rights of subrogation and contribution it may have against the Authority, its officers, officials, employees, agents or volunteers and their respective insurers. All or said policies of insurance shall provide that said insurance may not be amended or canceled without prior written notice by registered mail to the Authority. In the event any of said policies of insurance are canceled, the Contractor shall, prior to the cancellation date, submit new evidence of insurance to the Contract Officer. No work or services under this Agreement shall commence until the Contractor has provided the Authority with Certificates of Insurance or appropriate insurance binders evidencing the above insurance coverages and said Certificates of Insurance or binders are approved by the Authority. 19

20 (f) The Contractor agrees that foregoing shall not be construed as limiting in any way the extent to which the Contractor may be held responsible for the payment of damages to any persons or property resulting from the Contractor's activities or the activities of any person or persons for which the Contractor is otherwise responsible. (g) The insurance required by Agreement shall be satisfactory only if issued by companies to do business in California, rated A or better in the most recent edition of A.M. Best Rating Guide, the Key Rating Guide or in the Federal Register, and only if they are of a financial category Class VII or better, unless such requirements are waived by the Authority due to unique circumstance. 8. Prevailing Wage and Department of Industrial Relations History A. By signing below, the individual acknowledges that this Project requires the payment to all employees of prevailing wages as determined by the California Department of Industrial Relations, and that the contractor is familiar with the provisions contained in California Labor Code Sections , and Title 8, California Code of Regulations, Sections , and with the requirements and obligations (including record keeping and employment of apprentices) imposed by those sections on all contractors and subcontractors who perform work on public works projects. B. Has your organization been assessed any penalties for non compliance violations of the Federal or State labor laws and/or regulations within the past five (5) years? Prospective bidders do not need to disclose any violations of Labor Code Sections 1720 et seq. that were committed prior to January 1, 1998 if the violation was based on a subcontractor s failure to comply and the bidder had no knowledge of the subcontractor s failure to comply. Please explain all questions answered yes in space provided below. Details should be given on project and agency involved. Attach additional pages if necessary. 20

21 9. Project Personnel Experience A. List the names and construction experience of the proposed project manager, superintendent, and their backups. Use attached form. Provide resumes of those persons. Use attached forms. 10. Department of Industrial Relations A. Is your firm registered with the Department of Industrial Relations ( DIR ) pursuant to Labor Code section ? 11. Claims and Litigation A. Does your firm, any related firm, any of the firm s owners, officers, managing partners, or firms with which they are associated currently have any claims or litigation against the State of California or any of its political subdivisions (i.e., counties, cities, Special Districts, etc.) in which more than $100,000 is at issue? If Yes, provide the name of the person or entity involved and a description of each claim or lawsuit including, but not limited to, the name of the public entity, the date filed, the amount of the claim, the court where it is pending, the case number, a description of the claim, and the status of the claim or lawsuit and other relevant information. B. List all claims, arbitrations and lawsuits your firm has initiated or defended, during the past 5 years in which more than $100,000 was at issue. Use attached form. 21

22 C. Does your firm or any of its principal owners have any outstanding demands, liens (including tax liens) or judgments? If Yes, describe what the demand, lien or judgment is for and state the amount of it. D. Has your firm or any predecessor entity been convicted of violating any state or federal False Claims Act? If Yes, describe what the circumstances of the conviction, and provide documents describing the incident, including any judgment or award. 22

23 Part 3 Firm s Completed Project Experience Record for Last Five Years List relevant Projects completed during the last five (5) years with an original contract value of $1.0 million or more. List projects beginning with most recent and as a minimum include the following information: - Project Name - Owner - Owners Representative/contact information (Project Manager or Resident Engineer responsible for the work) - Description of the Project - Original Contract Value (dollars) - Final Contract Value (dollars) - Complete date - Contract time / time extensions (calendar days) - Penalties imposed (dollars) - Design Engineering Firm / Representative and contact information - Status of claims (list of all items claimed by the Owner to be in need of correction, describe item, cause of item and whether resolved to Owner s satisfaction) 23

24 Part 4 Surety and Financial A) List the name of all Surety Companies Utilized during the last five years. Use additional sheets as necessary. Surety Name and Complete Address Contact and Phone Number Period Covered A B C D E B) Was any surety required to complete any portion of the prospective bidder s projects in the last five years? If so provide the following information: Surety Name, Address, Contact and Phone Year Relevant Information A B C D 24

25 Part 5 Project Personnel Project Experience Please summarize the construction experience of the proposed personnel for key positions and their backups. Key positions include: o o o o Proposed Project Manager Proposed Backup Project Manager Proposed Superintendent Proposed Backup Superintendent As a minimum include the following information for each individual: o o o Total Years of experience Number of years employed by the firm Construction Experience during the last five (5) years Project Name Owner Type of Work Position on the project Value of the work (dollars) Number of months on the project in that position 25

26 Part 6 Claims, Arbitrations and Lawsuit History Submit a summary of all actions initiated or defended by your company in the last five (5) years where more than $500,000 was at issue. Include all claims made through arbitration or litigation against prospective bidder by owners and against owners by prospective bidder. Indicate final status of each. Attach separate sheet if necessary. Any claims which were resolved in favor of the bidder in litigation or arbitration, or pending claims shall not be counted as a claim. Name of Project Explanation Amount of Claim Nature of Claim Final Status 26

27 ATTACHMENTS 27

28 Attachment 1 (AUTHORITY TO COMPLETE) ENCINA WASTEWATER AUTHORITY FY 2015 MAJOR PLANT REHABILITATION Contractor Pre Qualification Evaluation Form Contractor Name: Evaluation Criteria Pass/Fail Notes and References 1. General Information 2. License 3. One Prior Project 4. No Debarment or Violation of Law 5. Finished All Work; Made Bond Commitment 6. Modification Rate 1.0; No Labor Code Violations 7. Insurance 8. Prevailing Wage 9. Experienced Project Manager 10. Department of Industrial Relations 11. Claims, Arbitrations & Lawsuits History 12. Experience & References, History 13. Project Manager s Experience 14. Local Preference Value OVERALL STATUS: (1) (1) Contractor must receive PASS status in criteria 1 10 to be eligible to bid on the Project. 28

REQUEST FOR PROPOSAL. for CONSTRUCTION MANAGEMENT SERVICES. for the ENCINA WASTEWATER AUTHORITY FY 2015 MAJOR PLANT REHABILITATION PROJECT

REQUEST FOR PROPOSAL. for CONSTRUCTION MANAGEMENT SERVICES. for the ENCINA WASTEWATER AUTHORITY FY 2015 MAJOR PLANT REHABILITATION PROJECT REQUEST FOR PROPOSAL for CONSTRUCTION MANAGEMENT SERVICES for the ENCINA WASTEWATER AUTHORITY FY 2015 MAJOR PLANT REHABILITATION PROJECT Ref: Admin.15 12265c September 23, 2015 Proposals Due November 2,

More information

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School Carmel Unified School District Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School January 4, 2016 1 NOTICE REGARDING PREQUALIFICATION FOR BLEACHER AND PRESSBOX

More information

Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS. October 19, 2015

Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS. October 19, 2015 Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS October 19, 2015 The Morgan Hill Unified School District ( District ) has determined that contractors on future

More information

OAKLAND UNIFIED SCHOOL DISTRICT FOR LOCAL FIRST TIER SUBCONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS

OAKLAND UNIFIED SCHOOL DISTRICT FOR LOCAL FIRST TIER SUBCONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS OAKLAND UNIFIED SCHOOL DISTRICT FOR LOCAL FIRST TIER SUBCONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS THIS QUESTIONNAIRE MUST BE PRINTED ON BLUE PAPER OAKLAND UNIFIED SCHOOL DISTRICT

More information

SAN BERNARDINO MOUNTAINS COMMUNITY HEALTHCARE DISTRICT

SAN BERNARDINO MOUNTAINS COMMUNITY HEALTHCARE DISTRICT SAN BERNARDINO MOUNTAINS COMMUNITY HEALTHCARE DISTRICT CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE 1 PRE-QUALIFICATION QUESTIONNAIRE 000 CONTACT INFORMATION Firm Name: Check One: Corporation (as it appears

More information

PREQUALIFICATION QUESTIONNAIRE

PREQUALIFICATION QUESTIONNAIRE PREQUALIFICATION QUESTIONNAIRE BAW&G/WHW/JWF/172861.2 Revision Date: 01-14/14 1 Contractor Prequalification Package CONTACT INFORMATION Firm Name: Check One: Corporation (as it appears on license) Partnership

More information

IRVINE UNIFIED SCHOOL DISTRICT. 100 Nightmist Irvine, California 92618 (949) 936-5317 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

IRVINE UNIFIED SCHOOL DISTRICT. 100 Nightmist Irvine, California 92618 (949) 936-5317 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 100 Nightmist Irvine, California 92618 (949) 936-5317 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Irvine Unified School District ( District ) has determined that bidders on an annual basis must

More information

PITTSBURG UNIFIED SCHOOL DISTRICT

PITTSBURG UNIFIED SCHOOL DISTRICT PITTSBURG UNIFIED SCHOOL DISTRICT New Construction and Modernization Projects PRE-QUALIFICATION PROGRAM QUESTIONNAIRE FOR PROJECTS $20 MILLION AND OVER TABLE OF CONTENTS PAGE NO. GENERAL INFORMATION.......i

More information

Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR:

Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR: Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR: San Diego State University Basketball Practice Facility Project Number: 03400200 October 2013 San

More information

CONTRACTOR PREQUALIFICATION REQUIREMENTS GENERAL CONTRACTORS, MECHANICAL/PLUMBING SUBCONTRACTORS & ELECTRICAL SUBCONTRACTORS FOR THE

CONTRACTOR PREQUALIFICATION REQUIREMENTS GENERAL CONTRACTORS, MECHANICAL/PLUMBING SUBCONTRACTORS & ELECTRICAL SUBCONTRACTORS FOR THE CONTRACTOR PREQUALIFICATION REQUIREMENTS GENERAL CONTRACTORS, MECHANICAL/PLUMBING SUBCONTRACTORS & ELECTRICAL SUBCONTRACTORS FOR THE SANTEE SCHOOL DISTRICT 1 .......... 2 1. Effective January 1 st, 2014,

More information

APPLICATION FOR PRE-QUALIFICATION OF GENERAL CONTRACTORS AND PRIME CONTRACTORS. (for construction projects valued at more than $250,000) for

APPLICATION FOR PRE-QUALIFICATION OF GENERAL CONTRACTORS AND PRIME CONTRACTORS. (for construction projects valued at more than $250,000) for Palomar Community College District Business & Contract Services, Room A-10 1140 W. Mission Rd. San Marcos, CA 92069-1487 Phone: (760) 744-1150 x 2129 FAX: (760) 761-3548 APPLICATION FOR PRE-QUALIFICATION

More information

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES 1. STATEMENTS OF QUALIFICATIONS REQUESTED The San Bernardino Community College District (District) Facilities

More information

CULVER CITY UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS. May 21, 2015

CULVER CITY UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS. May 21, 2015 I. BACKGROUND AND OVERVIEW PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS May 21, 2015 The Culver City Unified School District ( District ), is prequalifying contractors to perform construction

More information

PASADENA AREA COMMUNITY COLLEGE DISTRICT (PACCD) 2015 California Uniform Public Construction Cost Accounting Act (CUPCCAA) Informal Bid List

PASADENA AREA COMMUNITY COLLEGE DISTRICT (PACCD) 2015 California Uniform Public Construction Cost Accounting Act (CUPCCAA) Informal Bid List PASADENA AREA COMMUNITY COLLEGE DISTRICT (PACCD) 2015 California Uniform Public Construction Cost Accounting Act (CUPCCAA) Informal Bid List At their Board meeting of August 21, 2013, the Trustees of the

More information

May 2013. This document is not a public record. Amador Water Agency

May 2013. This document is not a public record. Amador Water Agency Gravity Supply Line Project PRE-QUALIFICATION QUESTIONNAIRE May 2013 Amador Water Agency 12800 Ridge Road Sutter Creek, California 95686 Phone:(209) 257-5222 Fax:(209) 257-5295 INVITATION TO PRE-QUALIFY

More information

PREQUALIFICATION APPLICATION FOR ELECTRICAL CONTRACTORS MECHANICAL CONTRACTORS PLUMBING CONTRACTORS AND ROOFING CONTRACTORS

PREQUALIFICATION APPLICATION FOR ELECTRICAL CONTRACTORS MECHANICAL CONTRACTORS PLUMBING CONTRACTORS AND ROOFING CONTRACTORS PREQUALIFICATION APPLICATION FOR ELECTRICAL CONTRACTORS MECHANICAL CONTRACTORS PLUMBING CONTRACTORS AND ROOFING CONTRACTORS Prequalification Packets Issued March 5, 2014 Deadline for Submissions: March

More information

GENERAL CONTRACTOR QUALIFICATION STATEMENT PACKAGE FOR VICTOR VALLEY COMMUNITY COLLEGE

GENERAL CONTRACTOR QUALIFICATION STATEMENT PACKAGE FOR VICTOR VALLEY COMMUNITY COLLEGE GENERAL CONTRACTOR QUALIFICATION STATEMENT PACKAGE FOR VICTOR VALLEY COMMUNITY COLLEGE ASBESTOS ABATEMENT and DEMOLITION Music Building VICTOR VALLEY COMMUNITY COLLEGE DISTRICT CONTRACTOR'S STATEMENT OF

More information

Menlo Park City School District 181 Encinal Avenue Atherton, CA 94027

Menlo Park City School District 181 Encinal Avenue Atherton, CA 94027 181 Encinal Avenue Atherton, CA 94027 The offers this information to any individual or firm wishing to be added to the District s general construction informal bid list for all trades pursuant to Public

More information

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING

More information

Sidewalk Rehabilitation Program

Sidewalk Rehabilitation Program REQUEST FOR PROPOSALS FOR ENGINEERING AND CONSTRUCTION MANAGEMENT SERVICES Sidewalk Rehabilitation Program City of Maywood Building and Planning Department 4319 E. Slauson Avenue Maywood, CA 90270 Deadline:

More information

INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS

INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS Without limiting CONTRACTOR's indemnification of COUNTY, and in the performance of this Contract and until all of its obligations pursuant to this

More information

State of North Carolina Prequalification Form for Prime Contractor

State of North Carolina Prequalification Form for Prime Contractor Pursuant to the statute, this form gathers information about the contractors seeking to qualify for the work and provides a general format for the prequalification criteria. Completing this questionnaire

More information

College of the Siskiyous Insurance Requirements

College of the Siskiyous Insurance Requirements College of the Siskiyous Insurance Requirements Minimum Insurance Coverages for 2016 Pre-Qualification Contractor Insurance. The Contractor shall obtain and maintain the following insurance coverages with

More information

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION

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

PREQUALIFICATION APPLICATION FOR GENERAL CONTRACTORS

PREQUALIFICATION APPLICATION FOR GENERAL CONTRACTORS PREQUALIFICATION APPLICATION FOR GENERAL CONTRACTORS Prequalification Packets Issued: Jan. 13, 2015 Deadline for Submissions: Feb. 17, 2015 I. PRE-QUALIFICATION OF GENERAL CONTRACTORS In compliance with

More information

Honeywell Energy Services Group

Honeywell Energy Services Group Honeywell Energy Services Group Minnesota State Colleges and Universities Riverland Community College Guaranteed Energy Savings Program (GESP) Project Request for Qualifications (RFQ) Phase 3 Lighting

More information

REQUEST FOR QUALIFICATIONS (RFQ) NO. PS-16-0235-06 FOR REAL ESTATE PROFESSIONAL COMMERCIAL BROKERAGE SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) NO. PS-16-0235-06 FOR REAL ESTATE PROFESSIONAL COMMERCIAL BROKERAGE SERVICES REQUEST FOR QUALIFICATIONS (RFQ) NO. PS-16-0235-06 FOR REAL ESTATE PROFESSIONAL COMMERCIAL BROKERAGE SERVICES DISTRIBUTION/ADVERTISEMENT JULY 28, 2015 RESPONSE SUBMITTAL DEADLINE AUGUST 12, 2015 2:00 P.M.

More information

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS Allegany County will receive sealed bids until 10:00

More information

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000 INSURANCE REQUIREMENTS F CONSTRUCTION CONTRACTS ABOVE $30,000 Indemnity To the fullest extent allowed by law, the Contractor shall indemnify, defend, and hold harmless the County of Santa Clara (hereinafter

More information

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000 Page 1 of 9 DOCUMENT 00850 INDEMNIFICATION AND INSURANCE REQUIREMENTS EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000 Indemnity The Contractor shall indemnify, defend, and hold

More information

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT Date original issued: September 28, 2015 Qualifications Statements due: The City of Vallejo will consider Proposals submitted in response

More information

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS PURCHASE ORDER TERMS AND CONDITIONS 1. DEFINITIONS: In these Terms and Conditions and all documents related to the Purchase Order: Purchaser means the entity issuing the Purchase Order as identified on

More information

ATLANTA PUBLIC SCHOOLS

ATLANTA PUBLIC SCHOOLS Procurement Services 130 Trinity Avenue, S.W. 5 th Floor Atlanta, Georgia 30303 Request for Qualifications For October 31, 2007 Solicitation Number: 112607-01 Due Date: November 26, 2007 ADVERTISEMENT

More information

The School Board of Miami-Dade County, Florida Department of Contractor Prequalification Frequently Asked Questions and Answers

The School Board of Miami-Dade County, Florida Department of Contractor Prequalification Frequently Asked Questions and Answers The School Board of Miami-Dade County, Florida Department of Contractor Prequalification Frequently Asked Questions and Answers Question 1: How long will the prequalification process take? Answer: The

More information

said subcontractor initiates his work.

said subcontractor initiates his work. 68 1701. Definitions. As used in Sections 1701 through 1707 of this title: 1. "Contractor" includes all prime and general contractors, subcontractors, independent contractors and persons engaged in contract

More information

Schedule Q (Revised 1/5/15)

Schedule Q (Revised 1/5/15) Schedule Q (Revised 1/5/15) CONSTRUCTION CONTRACTOR INSURANCE REQUIREMENTS Section 0.0 Introduction of the Owner-Controlled Insurance Program The City of Oakland (City) has implemented an Owner-Controlled

More information

State of North Carolina Prequalification for First Tier Subcontractors under CM at Risk

State of North Carolina Prequalification for First Tier Subcontractors under CM at Risk NC General Statute 143.128.1.c states, The construction manager at risk shall contract directly with the public entity for all construction; shall publicly advertise as prescribed in G.S. 143 129; and

More information

How To Write A Contract Between College And Independent Contractor

How To Write A Contract Between College And Independent Contractor Independent Contractor Agreement (Long Form) This Agreement is made between Babson College ("College"), a Massachusetts non-profit corporation with a principal place of business at 231 Forest Street, Babson

More information

INSURANCE AGENTS AND BROKERS PROFESSIONAL LIABILITY INSURANCE APPLICATION IF A POLICY IS ISSUED, IT WILL BE ON A CLAIMS MADE BASIS

INSURANCE AGENTS AND BROKERS PROFESSIONAL LIABILITY INSURANCE APPLICATION IF A POLICY IS ISSUED, IT WILL BE ON A CLAIMS MADE BASIS A Division of NIF Group, Inc. 30 Park Avenue Phone: 516-365-7440 Manhasset, New York 11030 Fax: 516-365-9566 Email: dvicari@nifgroup.com Toll-Free: 800-664-3776 INSURANCE AGENTS AND BROKERS PROFESSIONAL

More information

EXHIBIT B. Insurance Requirements for Construction Contracts

EXHIBIT B. Insurance Requirements for Construction Contracts EXHIBIT B Insurance Requirements for Construction Contracts Contractor shall procure and maintain for the duration of the contract, and for x years thereafter, insurance against claims for injuries to

More information

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

EXHIBIT B CRITERIA AND BILLING FOR EXTRA SERVICES EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES The following Extra Services to the Agreement shall be performed by Architect if needed and if authorized or requested by the District: 1. Making revisions

More information

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

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS SECOND ADDENDUM TO RFP DOCUMENTS REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS 11/9/2015 To All Potential Bidders: This

More information

California Solar Initiative (CSI) Program 2007 Reservation Request Form and Program Contract [follows the second page Reservation Request form]

California Solar Initiative (CSI) Program 2007 Reservation Request Form and Program Contract [follows the second page Reservation Request form] California Solar Initiative (CSI) Program 2007 Reservation Request Form and Program Contract [follows the second page Reservation Request form] CSI CONTRACT TERMS AND CONDITIONS This California Solar Initiative

More information

REQUEST FOR QUOTES (RFQ)

REQUEST FOR QUOTES (RFQ) REQUEST FOR QUOTES (RFQ) Lincoln County Public Works is requesting quotes (RFQ) through its Small Works Roster Process. Quotes are being requested for a project to replace the roof on the Crew Headquarters/Truck

More information

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES The Trustees of the Governor William Stoughton Trust (hereinafter the Trustees ) issue this

More information

How To Insure Construction Contracts In Northern California Schools Insurance Group

How To Insure Construction Contracts In Northern California Schools Insurance Group NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP Cover Note to NCSIG Members & Their Architects/Engineers Insurance Recommendations for Construction Contracts Applicable to New Construction & Modernization/Remodeling

More information

INLAND VALLEY DEVELOPMENT AGENCY REQUEST FOR PROPOSALS (RFP) FOR PAYROLL SERVICES

INLAND VALLEY DEVELOPMENT AGENCY REQUEST FOR PROPOSALS (RFP) FOR PAYROLL SERVICES INLAND VALLEY DEVELOPMENT AGENCY 1601 East Third Street San Bernardino, CA 92408 Phone: (909) 382-4100/FAX: (909) 382-4106 REQUEST FOR PROPOSALS (RFP) FOR PAYROLL SERVICES January 22, 2013 OVERVIEW The

More information

REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL

REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL ISSUED: JUNE 21, 2016 PROPOSALS DUE: AUGUST 22, 2016 CITY OF RIVERSIDE

More information

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE: REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES Prepared by City of Richmond Finance Department February 18, 2016 RESPONSES DUE: 2:30 P.M., Monday, March 7, 2016 REQUEST FOR STATEMENTS OF QUALIFICATIONS

More information

REQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES

REQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES City of McHenry REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL SERVICES FOR THE City of McHenry Aquatics and Recreation Center Page 1 REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL

More information

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL TROUP COUNTY BOARD OF EDUCATION REQUEST FOR SEALED COMPETITIVE PROPOSALS FOR CONSTRUCTION OF: RE-FLOORING TO: TROUP COUNTY COMPREHENSIVE HIGH SCHOOL LAGRANGE, GEORGIA TROUP COUNTY SCHOOL SYSTEM LAGRANGE,

More information

ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS

ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS Contractor shall obtain insurance of the types and in the amounts listed below. A. COMMERCIAL GENERAL AND UMBRELLA

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Interim Director REQUEST FOR E-QUOTE NUMBER: 12CT86224YA PROJECT TITLE: Maintenance contract for MicroStation Software for Water

More information

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID INVITATION TO BID Sealed bid proposals, plainly marked "Plumbing Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSTRUCTION MANAGEMENT SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSTRUCTION MANAGEMENT SERVICES (Construction Manager At-Risk) FOR PROJECTS IN THE CENTER UNIFIED SCHOOL DISTRICT April 7, 2005 The ( District ) is seeking Statements

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

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

Executive Office for Administration & Finance. Request for Qualifications For Construction Management Services

Executive Office for Administration & Finance. Request for Qualifications For Construction Management Services Executive Office for Administration & Finance Request for Qualifications For Construction Management Services Massachusetts State Project (Project Number) (Full Project Name and Location), Massachusetts

More information

REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES Various Projects RFQ/RFP No. 15-16-02

REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES Various Projects RFQ/RFP No. 15-16-02 Banning Unified School District 161 West Williams Street, Banning, CA 92220 (951) 922-2706 phone (951) 922-0227 fax January 12, 2016 REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT

More information

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

Retaining Wall Replacement at the Currituck County Veterans Memorial Park CONTRACT DOCUMENTS FOR Retaining Wall Replacement at the Currituck County Veterans Memorial Park Coinjock, NC May 24, 2016 NOTICE TO BIDDERS Bids will be received until 4:00 pm on June 17, 2016 at the

More information

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT The Town of Avon is seeking written responses to a Request for Proposal (RFP) for services of a landscape architect

More information

PREQUALIFICATION APPLICATION REQUIREMENTS

PREQUALIFICATION APPLICATION REQUIREMENTS PREQUALIFICATION APPLICATION REQUIREMENTS To be eligible to bid and contract work with Webcor, subcontractors are required to be prequalified annually. If you have any questions, please contact Webcor

More information

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE This Agreement is made as of, 20 (the Effective Date ), by and

More information

NPSA GENERAL PROVISIONS

NPSA GENERAL PROVISIONS NPSA GENERAL PROVISIONS 1. Independent Contractor. A. It is understood and agreed that CONTRACTOR (including CONTRACTOR s employees) is an independent contractor and that no relationship of employer-employee

More information

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: MARTIN COUNTY BOARD OF COUNTY COMMISSIONERS, a political subdivision

More information

ELECTRONIC INDEPENDENT CONTRACTOR AGREEMENT INTRODUCTION

ELECTRONIC INDEPENDENT CONTRACTOR AGREEMENT INTRODUCTION INTRODUCTION This is an AGREEMENT between you and Field Solutions, LLC ( Field Solutions ) that defines the terms and conditions for Field Solutions to engage you to provide services to our customers as

More information

Request for Qualifications for Housing Authority Contractors

Request for Qualifications for Housing Authority Contractors Request for Qualifications for Housing Authority Contractors I. Summary and General Information The Housing Authority of the County of Stanislaus is requesting qualifications from construction contractors

More information

INDEPENDENT CONTRACTOR AGREEMENT (ICA)

INDEPENDENT CONTRACTOR AGREEMENT (ICA) INDEPENDENT CONTRACTOR AGREEMENT (ICA) (This agreement is not a construction contract within the meaning of Civil Code section 2783, and is not an agreement for the provision of construction services within

More information

COC-Insurance Requirements Page 1 of 9

COC-Insurance Requirements Page 1 of 9 CITY OF CONCORD INSURANCE AND INDEMNIFICATION REQUIREMENTS (The 1 st two pages provide basic insurance requirements information.) Insurance Required: See below Sample in Contract Limits of Coverage: Additional

More information

Requirements for Qualifications Package Submittals

Requirements for Qualifications Package Submittals Florida Keys Aqueduct Authority 1100 Kennedy Drive Key West, Florida 33040 January 2015 Request for Qualifications FKAA-RFQ-0002-15 Hydrogeological Services Requirements for Qualifications Package Submittals

More information

Subcontractor Insurance & Licensing Requirements Please provide the items below

Subcontractor Insurance & Licensing Requirements Please provide the items below Subcontractor Insurance & Licensing Requirements Please provide the items below Commercial General Liability Limits of Insurance $2 Million dollars General Aggregate (Per Project) $2 Million dollars Product/Completed

More information

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO.

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO. SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Joseph Ramon Date Issued: June 15, 2015 BID NO.: 15-0118 FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM

More information

CONSULTANT AGREEMENT

CONSULTANT AGREEMENT Douglas County School District Re.1 Castle Rock, Colorado CONSULTANT AGREEMENT This agreement, dated effective as of is made and entered into by and between the Douglas County School District Re.1, Douglas

More information

BID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and

BID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and KNOW ALL MEN BY THESE PRESENTS, that I/We as Principal, hereinafter called Contractor, and BID BOND a corporation duly organized or authorized to do business under the laws of the State of Nevada and the

More information

Shook Subcontractor Prequalification Form

Shook Subcontractor Prequalification Form Email info@shookconstruction.com with any questions. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. Section 1 -

More information

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

FABENS INDEPENDENT SCHOOL DISTRICT FABENS, TEXAS. REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES (CM @ Risk) FOR FABENS INDEPENDENT SCHOOL DISTRICT FABENS, TEXAS REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES (CM @ Risk) FOR A New High School Competition Gym RFP No. 052015-036 PROPOSALS ARE DUE 10:00

More information

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES THIS AGREEMENT is made as of December 1, 2003, by and between the San Francisquito Creek Joint Powers Authority, a body corporate and politic

More information

b.list of stockholders holding 10% or more of stock, with the names, addresses, and percentages held (other than a public corporation).

b.list of stockholders holding 10% or more of stock, with the names, addresses, and percentages held (other than a public corporation). IF YOU PLAN TO QUALIFY A COMPANY, CORPORATION OR LLC (LIMITED LIABILITY COMPANY), THE ATTACHED APPLICATION MUST BE COMPLETED, NOTARIZED AND SUBMITTED. IT MUST INCLUDE THE FOLLOWING: CORPORATION OR LLC

More information

Request for Proposal Hewlett Packard Network Switches and Peripherals

Request for Proposal Hewlett Packard Network Switches and Peripherals Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov

More information

St. Andrews Public Service District

St. Andrews Public Service District St. Andrews Public Service District Request for Qualifications for Architectural/Engineering (A/E) Consultancy Services for Fire Stations, Administrative Buildings, and Environmental Services Facilities.

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 CONTRACT NO. T-333.59F001-3-02

CONSTRUCTION CONTRACT NO. T-333.59F001-3-02 SPECIAL PREQUALIFICATION PROCESS FOR PLYMOUTH MEETING MAINTENANCE FACILITY RELOCATION AND CONSTRUCTION MILEPOST 332.5 EASTBOUND PLYMOUTH TOWNSHIP, MONTGOMERY COUNTY PENNSYLVANIA TURNPIKE COMMISSION CONSTRUCTION

More information

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1 388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation

More information

SUBCONTRACTOR PRE-QUALIFICATION APPLICATION

SUBCONTRACTOR PRE-QUALIFICATION APPLICATION APPLICATION SUBCONTRACTOR IDENTITY Date Submitted Company Name Complete Address Phone Number Contact Name Federal Tax ID # DUNS # Fax Number Email Address NAICS Code States Registered to do Business Include

More information

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

Request For Price. Work Schedule The project shall commence within a reasonable time of the request. Request For Price The Town of Somers is soliciting two (2) year contract proposals for emergency and non-emergency plumbing work at the following locations in Somers, New York 10589: Somers Town House,

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

SAMPLE SERVICES CONTRACT

SAMPLE SERVICES CONTRACT SAMPLE SERVICES CONTRACT The parties to this contract are the SAN DIEGO COUNTY WATER AUTHORITY, a county water authority, (the Water Authority) and, [a / an], having its principal place of business at

More information

OSWEGO COUNTY PURCHASING DEPARTMENT

OSWEGO COUNTY PURCHASING DEPARTMENT Bid #38-14 VOIP Municipal Lease OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 Email: dstevens@oswegocounty.com

More information

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon. COUNTY OF MUSKEGON REQUEST FOR QUOTES (RFQ) FOR PROFESSIONAL REAL ESTATE SERVICES The County of Muskegon, through its County Administration Department, Office of Grant Services, is seeking contractors

More information

BROKER AND CARRIER AGREEMENT

BROKER AND CARRIER AGREEMENT P.O. Box 889 394 NE Hemlock Redmond, OR 97756 BROKER AND CARRIER AGREEMENT All loads tendered by Central Oregon Truck Company ("Broker") and accepted for transportation by third party carriers ("Carrier")

More information

Insurance & Bonding Requirements. Eastside Trail Extension

Insurance & Bonding Requirements. Eastside Trail Extension Eastside Trail Extension A. Preamble The following requirements apply to all work under the Agreement. Compliance is required by all Bidder/Contractors. To the extent permitted by applicable law, (ABI)

More information

STOPWASTE RESPONSIBILITIES

STOPWASTE RESPONSIBILITIES The Assessor named below hereby agrees to participate in the Home Energy Score Program being administered the Energy Council ( StopWaste ) as a partner organization to the U.S. Department of Energy ( DOE)

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

GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME

GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME This GOODS AND SERVICES AGREEMENT ("Agreement") is entered into and effective [DATE], by and

More information

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

Request for Qualifications & Proposal. Architectural Team. Lake County School District R-1. On-Call Services. For Request for Qualifications & Proposal Architectural Team For Lake County School District R-1 On-Call Services Provided by: Submittal Deadline: April 23, 2015 Time: 5:00 PM 1.0 Introduction On behalf of

More information

5533 Fair Lane, Cincinnati, Ohio 45227 513.731-7300

5533 Fair Lane, Cincinnati, Ohio 45227 513.731-7300 5533 Fair Lane, Cincinnati, Ohio 45227 513.731-7300 SUBCONTRACTOR PRE-QUALIFICATION FORM Part 1 Part 2 Part 3 Part 4 Part 5 General Company Information Previous Project History Safety Information Financial

More information

QSP INFORMATION AT A GLANCE

QSP INFORMATION AT A GLANCE QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:

More information

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER / GENERAL CONTRACTOR (CM/GC SERVICES)

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER / GENERAL CONTRACTOR (CM/GC SERVICES) REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER / GENERAL CONTRACTOR (CM/GC SERVICES) Return Completed Qualifications To: Twin Falls School District No. 411 Administrative Office 201 Main Avenue West Twin

More information

NEW JERSEY ADMINISTRATIVE CODE Copyright 2015 by the New Jersey Office of Administrative Law

NEW JERSEY ADMINISTRATIVE CODE Copyright 2015 by the New Jersey Office of Administrative Law Page 1 NEW JERSEY ADMINISTRATIVE CODE Copyright 2015 by the New Jersey Office of Administrative Law *** This file includes all Regulations adopted and published through the *** *** New Jersey Register,

More information