REQUEST FOR QUALIFICATIONS #1314/04 FOR CONSTRUCTION MANAGEMENT SERVICES FOR VARIOUS FACILITIES IMPROVEMENT PROJECTS.

Size: px
Start display at page:

Download "REQUEST FOR QUALIFICATIONS #1314/04 FOR CONSTRUCTION MANAGEMENT SERVICES FOR VARIOUS FACILITIES IMPROVEMENT PROJECTS."

Transcription

1 REQUEST FOR QUALIFICATIONS #1314/04 FOR CONSTRUCTION MANAGEMENT SERVICES FOR VARIOUS FACILITIES IMPROVEMENT PROJECTS October 16, REQUEST FOR QUALIFICATIONS 1.1. Purpose The purpose of this Request for Qualifications ( RFQ ), is to obtain information that will allow the Long Beach Unified School District ( District ) to pre-qualify a limited number of Construction Management Firms (each, a Construction Manager ) to provide Construction Management Multi-Prime ( CMMP ) and Construction Management At-Risk ( CMAR ) Services ( Services ) for and on behalf of the District on various facilities improvement projects. Construction Managers may submit a response for CMMP, CMAR or both Services Request for Qualifications It is the District s intent to select from the pool of Pre-qualified Construction Managers to provide Services for various facilities improvement projects. The District, on an as-needed basis, will issue Requests for Proposals ( RFP ) to one or more Pre-qualified Construction Managers. Proposals shall describe how each Construction Manager is qualified for the project that is the subject of the Proposal, and shall set forth a detailed scope of services, schedule, staffing assignments, and a fee proposal for the Services to be performed. The District will evaluate Proposals and select and allocate work to a Pre-qualified Construction Manager without having to request and evaluate additional information as to the Construction Manager s qualifications. Pre-qualified Construction Managers are in no way guaranteed to receive any work from the District Qualified Construction Manager All Construction Managers submitting a Statement of Qualifications ( SOQ ) in response to this RFQ and seeking to become a Pre-qualified Construction Manager with respect to Services should be familiar with all applicable regulations and industry guidelines especially as they apply to the District facilities projects, and be capable of providing work product that will enable the District to strictly comply with said requirements. Construction Management firm must have a minimum of ten (10) years of relevant experience and success with Services for new construction and modernization of California K-12 projects. Each individual team member proposed for the team must have a minimum of seven (7) years of relevant experience and success with Services for new construction and modernization of K- 12 projects. LBUSD RFQ #1314/04 Page 1 of 31

2 1.4. Submission and Questions If your firm is interested in performing Services on behalf of the District, please submit a detailed SOQ in accordance with the submittal requirements described in Exhibit A. 2. SCOPE OF SERVICES 2.1. Facility Master Plan On January 22, 2008, the Long Beach Unified School District Board adopted a Facility Master Plan with the intent to implement school facility projects over the next 20 to 25 years. On November 4, 2008 voters overwhelmingly approved Measure K, a $1.2 billion Classroom Repair, Student Safety Bond. The District plans to utilize the services of Construction Managers to help ensure that its activities, especially as they apply to facilities improvement projects on new and existing school sites, are in compliance with all applicable regulations. Construction Managers providing Services to the District shall have a thorough working knowledge of the Facility Master Plan and shall work collaboratively with the District and its consultants towards effective and successful project implementation. In executing its projects, the District is required to meet State and local regulatory requirements and, in some cases, critical deadlines for State funding and school openings. All Construction Managers submitting a response to this RFQ should be extremely knowledgeable of all Code requirements and standards applicable to District projects and Services to be provided, and are expected to provide work products in a timely manner that will enable the District to comply with State and local requirements Scope of Services The District is seeking Construction Managers to provide Services for various facilities improvement projects relative to the implementation of the Facility Master Plan ( FMP ) and ongoing capital facility projects, including but not limited to new construction, renovation, reconstruction projects, program-wide projects, infrastructure projects and/or maintenance projects. Please refer to the Scope of Services described in Exhibit B Deadlines Each Construction Manager must be prepared and equipped to provide Services in a timely manner and on relatively short notice so as to enable the District to meet critical, and at times unpredictable, time deadlines and schedules Contractor s License Construction Manager must hold a General Building Contractor B License, which is current, valid and in good standing with the California Contractors State License Board. Provide the following information for each license: Name of license holder exactly as on file License Classification License Number Date Issued Expiration Date Whether license has been suspended or revoked in the past five (5) years. If so, explain. LBUSD RFQ #1314/04 Page 2 of 31

3 2.5. Compliance with Applicable Laws Construction Manager s Statement of Qualifications must set forth Construction Manager s understanding of all applicable laws, guidelines, and requirements, including the Education Code, California Department of Education (CDE), Division of State Architect (DSA), Cal/OSHA Title 8, Environmental Protection Agency (EPA), Department of Toxic Substance Control (DTSC), and local ordinances and/or other applicable guidelines applicable to the Services to be undertaken, as well as Construction Manager s ability and methodology to comply with the same. Construction Manager s Statement of Qualifications must confirm that the proposed Services will meet all the aforementioned requirements as set by the applicable codes, regulations and guidelines Working Conditions Each Construction Manager shall be capable of working indoors and outdoors, as required, in all weather and site conditions including, but not limited to, rain, dirt, mud, and ice. The Construction Manager s activities may require kneeling, bending, climbing ladders, stepping over trenches, etc. The Construction Manager must comply with all District and safety requirements. The District has an Owner s Controlled Insurance Program (OCIP) for certain Measure K Bond projects which require safety compliance and OSHA training for managers who may work in the field office with contractors. 3. STATEMENT OF QUALIFICATIONS 3.1. Response Format A Construction Manager s response shall not exceed twenty (20) pages, excluding resumes, brochures, organization charts, and exhibits. Each copy of the SOQ must be double-sided, tabbed and organized in the order listed in this Section 3, and shall include all of the following sections and information as stated in this RFQ. Word and Excel files for some exhibits in this RFQ are available upon request, and Construction Managers shall not modify the formatting of these exhibits. Please refer to Exhibit A for more information about submittal requirements Firm Information Please provide a cover letter and introduction, including company name, address, telephone number, fax number, and address of the person or persons authorized to represent the firm regarding all matters related to the SOQ. If applicable, please indicate the location of Construction Manager s headquarters, and the address and contact information for the local contact office. As part of the narrative, provide a brief synopsis of the firm s corporate structure and history. Describe any litigation or threatened litigation against your firm or its owners that may affect your performance or completion of this proposed program. Also, please include your firm s philosophy with regard to approach and experience related to Services outlined in the RFQ, including CMMP and CMAR. A person authorized to bind the firm to all commitments made in the Statement of Qualifications shall sign this letter. In addition, complete Exhibit K1 - Firm Information, and Exhibit K2 - Firm Information Questionnaire. Please do not provide Exhibits K1 or K2 for Sub-Consultants Firm Experience Provide a summary of your firm s relevant expertise and experience in CMMP and CMAR services, especially as it relates to school sites and facilities. What differentiates your services from other providers? Provide a proposed work plan for assisting the District. This may include LBUSD RFQ #1314/04 Page 3 of 31

4 providing a proposal based upon the scope of services outlined within this SOQ and any alternative scope of work that the Construction Manager may recommend as appropriate based upon its experience and expertise. Construction Manager shall provide a narrative description of their dispute resolution process and the nature of any anticipated disagreements that might occur during the course of the work with the District, architect/engineers, consultants, contractors and subcontractors, and a discussion of how such disagreements might be resolved by the Construction Manager. Furthermore, the Construction Manager shall highlight its involvement on past projects utilizing the Building Information Modeling (BIM) process. It shall articulate the level of experience to be able to address interdisciplinary design coordination and constructability issues through a clash detection process necessary to reduce the number of RFI s during construction, and alleviate coordination errors and omissions in the construction documents. It is expected that BIM shall also be used to as a planning tool to assist with site sequencing/phasing, scheduling (4D), and estimating (5D) K-12 School Project Experience Using Exhibit L Firm Experience Form, please describe in detail a minimum of five (5) California K-12 DSA-certified school projects that your firm has completed within the last five (5) years, which demonstrate experience with Services similar to those listed in this RFQ. These projects should demonstrate as much as possible your firm s experience in a range of California K-12 school projects of varying size, type, difficulty, new construction, additions, renovations and reconstruction etc. Please do not provide this exhibit for Sub-Consultants. Clients listed in Exhibit L may be contacted for references Firm Projects and Contracts Using Exhibit M Firm Projects and Contracts, please list all California K-12 school district (LBUSD or other) projects your firm has completed within the last five (5) years, including, for each project, the project name and location, the contract amount, services offered and the contact person at the school district for said project. Please include any on-call contracts that may not be project-specific. Use as many sheets as necessary to list all complete projects. Please do not provide this exhibit for Sub-Consultants. Clients listed in Exhibit M may be contacted for references Project Team Please identify your firm s proposed team, key personnel and staff members and their specific expertise and experience in CMMP and CMAR Services, especially as it relates to K-12 school projects. Include an organizational chart for the proposed staff and indicate who will be the District s contact person for your firm. Using Exhibit N Team Member Resume Form, please provide the names and detailed experience of key personnel who will be available, knowledgeable, and regularly working with the District. In addition, list all professional registration certification and/or license designations and numbers that are currently active in the State of California. Do not list any inactive registration and/or license designations. All licensed professionals responsible for proposed Services must be directly employed by the responding Construction Manager and not employed as Sub-Consultants Sub-Consultants Provide a schedule of Sub-Consultants, or Sub-Consultant categories, if any, that are likely to be used by your firm in carrying out Services for the District. For each Sub-Consultant, please LBUSD RFQ #1314/04 Page 4 of 31

5 list names, California license or registration numbers, contact person(s), business addresses, phone numbers, fax numbers, addresses, date established, and time associated with firm. Please complete Exhibit N Team Member Resume Form for Sub-Consultants Billing Rates For Pre-Construction Phase Services, provide billing rates for all personnel and categories of employees as well as any overhead or other special charges. If applicable, Construction Manager should provide estimates for certain standardized components of the Services. Provide Construction Manager s typical fee schedule as applicable, as well as any Sub- Consultant fees or services that may be needed. Please use Exhibit D Billing Rates Form. Construction Manager shall propose all-inclusive hourly fees for all proposed Services. Construction Manager s proposed rates should include and account for all direct labor costs, fringe benefits, insurance, overhead, profit, and all other expenses the Construction Manager will incur in providing Services. All proposed reimbursable expenses shall be directly related to the services required for the Project and must be supported by proper documentation and prior District authorization. Reimbursement shall not exceed cost plus 5%. All other services not included herein shall be negotiable as required Fee For Construction Phase Services, provide a fee schedule that indicates the construction phase fee the Construction Manager would charge for new construction vs. modernization projects as a percentage of the total cost of construction. For the purpose of developing this fee schedule, the Construction Manager shall identify the points at which the fee percentage decreases based on assumed construction costs as follows: $1.0M or less $1.0M to $5.0M $5.0M to $25.0M $25.0M to $50.0M Over $50.0M Financial Information Construction manager shall provide the following financial information: A report from any commercial credit rating service, such as Dunn and Bradstreet or Experian. A letter from a surety or insurance company stating bonding limit that can be applied to any upcoming project. A letter from insurance company indicating ability to provide insurance as noted in Section 4.2. Indicate current value of all work the Construction Manager has under contract. Indicate Construction Manager s current worker's compensation Experience Modification Ratio (EMR) Certification Construction Managers shall certify that they have received the RFQ, read the instructions and submitted a Statement of Qualifications with the proper authorizations. Construction Manager shall complete Exhibit E - Certification and submit it with the SOQ. Do not provide this form for Sub-Consultants. LBUSD RFQ #1314/04 Page 5 of 31

6 3.12. Non-Conflict of Interest Construction Managers shall certify that they shall perform Services as an independent contractor and not as an officer, agent or employee of the District. Construction Manager shall complete Exhibit F - Statement of Non-Conflict of Interest, and submit it with the SOQ. Do not provide this form for Sub-Consultants. 4. CONTRACT REQUIREMENTS 4.1. Standard Agreement Construction Manager should be prepared to comply with the District s contract requirements, including insurance coverage, which is described in Exhibit I - Standard Construction Manager Agreement Insurance Requirements The District has an Owner Controlled Insurance Program (OCIP) for certain Measure K Bond projects and the Construction Manager selected to provide services through this RFQ will be required to participate. Should the District decide not to move forward with the OCIP, the following represents the minimum levels of insurance Construction Manager must have the ability to secure. Insurance requirements and limits will be determined on a per project basis. Furthermore, the requirements shall be specific to each phase (i.e. pre-construction and construction). Commercial General Liability Coverage for Commercial General Liability insurance shall be at least as broad as the following: (a) Insurance Services Office Commercial General Liability coverage (Occurrence Form CG 0001); and (b) Commercial General Liability Insurance must include coverage for the following: (i) Bodily Injury and Property Damage (ii) Personal Injury/Advertising Injury (iii) Premises/Operations Liability (iv) Products/Completed Operations Liability (v) Aggregate Limits that Apply per Project (vi) Explosion, Collapse and Underground (UCX) exclusion deleted (vii) Contractual Liability with respect to this Contract (viii) Broad Form Property Damage (ix) Independent Contractors Coverage Automobile Liability (a) At all times during the performance of the work under the Construction Services Agreement the Construction Manager shall maintain Automobile Liability Insurance for bodily injury and property damage including coverage for owned, non owned and hired vehicles, in a form and with insurance companies acceptable to the Long Beach Unified School District, in the amount specified in the Construction Services Agreement. (b) Coverage for automobile liability insurance shall be at least as broad as Insurance Services Office Form Number CA 0001 (ed. 6/92) covering automobile liability, Code 1 (any auto). LBUSD RFQ #1314/04 Page 6 of 31

7 (c) The automobile liability program may utilize deductibles, but not a self insured retention, subject to written approval by the Long Beach Unified School District. (d) All such policies shall name the Long Beach Unified School District, the board and each member of the board, its officers, employees, agents and volunteers as Additional Insured under the policies. Workers' Compensation/Employer's Liability (a) The Construction Manager shall provide, during the life of each allocated contract, workers' compensation insurance in compliance with applicable statutory requirements and Employer's Liability Coverage in amounts not less than the limits specified in the Construction Agreement for all of its employees engaged in work under the Construction Services Agreement, on or at the site of the project, and, in case any of its work is sublet, the Construction Manager shall require the subcontractor similarly to provide workers' compensation insurance for all the latter's employees. Any class of employee or employees not covered by a subcontractor's insurance shall be covered by the Construction Manager's insurance. In case any class of employees engaged in work under this contract, on or at the site of the project, is not protected under the Workers' Compensation Statutes, the Construction Manager shall provide or shall cause a subcontractor to provide, adequate insurance coverage for the protection of such employees not otherwise protected. The Construction Manager shall file with the District certificates of its insurance protecting workers. (b) Company or companies providing insurance coverage shall be acceptable to the District, and in the following form and coverage. (c) Statutory Workers' Compensation and Employer's Liability Coverage: Construction Manager shall maintain insurance to afford protection for all claims under California Workers' Compensation Act and other employee benefit acts, and in addition, shall maintain Employer's Liability Insurance for a minimum limit of $1,000,000. The Workers' Compensation Policy shall include the following endorsements, copies of which shall be provided to District: (i) The Voluntary Compensation Endorsement; and (ii) Broad Form All States Endorsement; and (iii) The Longshoremen's and Harbor Workers endorsement, where applicable to the work under the contract; and (iv) Waiver of Subrogation Endorsement. Builder's Risk "All Risk" Insurance (a) At all times during the performance of the work, Construction Manager shall maintain builder's risk insurance on an "all risk" completed value basis (including flood) upon the entire project which is the subject of the Construction Agreement. Coverage shall include completed work as well as work in progress. Such insurance shall include the Long Beach Unified School District as Loss Payee. (b) Such insurance may have a deductible clause but not to exceed the smaller of: five percent (5%) of the total amount of the Contract; or $10, for all risks, except flood. The deductible for flood shall not exceed five percent (5%) of the total amount of the Construction Agreement. (c) Such policies shall name the Long Beach Unified School District as Additional Insured. LBUSD RFQ #1314/04 Page 7 of 31

8 (d) The making of payments to the Construction Manager shall not be construed as creating an insurable risk interest by or for the District or be construed as relieving the Construction Manager or its subcontractors of responsibility for loss from any direct physical loss, damage, or destruction occurring prior to final acceptance of the work by the District. (e) The insurer shall waive all rights of subrogation against the Long Beach Unified School District and shall provide the District with a Certificate of Insurance for Builder's Risk insurance coverage and evidence of waiver of rights of subrogation against the Long Beach Unified School District. Minimum Policy Limits Required The following insurance limits are required for the Contract: Combined Single Limit Commercial General Liability $1,000,000 per occurrence / $2,000,000 aggregate for bodily injury, personal injury and property damage Automobile Liability Employer's Liability Builder's Risk $1,000,000 per occurrence for bodily injury and property damage $1,000,000 per occurrence Completed value or replacement cost Qualifying Insurers (a) All policies required shall be issued by acceptable insurance companies, as determined by the Long Beach Unified School District, which satisfy the minimum requirements. (b) Insurance carriers shall be qualified to do business in California and maintain an agent for process within the state. Such insurance carrier shall have not less than an "A" policyholder's rating and a financial rating of not less than "Class VII" according to the latest Best Key Rating Guide Bonding Prior to entering into the CMAR Agreement, the Construction Manager will be required to furnish a Performance Bond in the amount of one hundred percent of the contract price, and a Payment (Material and Labor) Bond in the amount of one hundred percent of the contract price Prevailing Wages Construction Mangers are advised that all projects are a public work for purposes of the California Labor Code, which requires payment of prevailing wages in effect at the time the contract is signed. District will obtain from the Director of the Department of Industrial Relations the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work. Any Construction Manager to which a contract is awarded must pay the prevailing rates, post copies thereof at the job site, comply with the District s Labor Compliance Program policy, and otherwise comply with all applicable provisions of state law (Education Code section 17424; Labor Code section 1720 et seq.). LBUSD RFQ #1314/04 Page 8 of 31

9 4.5. Disabled Veteran Business Enterprise Participation Goals In accordance with Education Code , the Long Beach Unified School District supports a participation goal of at least 3 percent (3%) of the overall dollar amount expended each year to Disabled Veterans Business Enterprises (DVBE) from funds allocated to the District by the State Allocation Board. If Construction Manager is selected to provide services to the District, Construction Manager will be required to sign and return a Certification form as provided in Exhibit O certifying that they will provide the District with information regarding the use of any DVBE contractors or Construction Managers on a project. Information about DVBE resources can be found on the Executive Branch s website at Please review Exhibit O Statement of Intent to Meet DVBE Participation Goal and state whether or not the Construction Manager will be able to satisfy the requirements. DVBE documentation is provided for informational purposes, but is not required to be submitted in the SOQ. Do not provide this form for the Sub-Construction Managers. DVBE documentation will be required if the Construction Manager is Pre-qualified and then chosen to provided services as a result of an RFP process Fingerprinting Requirements Unless exempted, Construction Managers shall comply with the requirements of Education Code Section with respect to fingerprinting of employees who may have contact with students on a school site within the Long Beach Unified School District. The Construction Manager selected to perform Services <may or will> be required to complete the certification form, herein attached as Exhibit G, provided by the District. The form should be reviewed but is not to be submitted with the Statement of Qualifications. Additional information about this requirement is available on the Department of Justice s website at 5. SELECTION CRITERIA AND EVALUATION PROCESS All SOQs will be evaluated as per the selection criteria and evaluation process described below. All Construction Managers shall be advised and understand the policies applicable to potential project assignments and contract award if selected Selection Criteria Although not necessarily exhaustive of the criteria to be utilized, the District intends to use the following evaluation criteria in selecting pre-qualified Construction Managers: Timeliness and Completeness of SOQ: To receive maximum consideration, Construction Manager s SOQ must be received by the Response Deadline. In addition, Construction Manager s SOQ will be evaluated with respect to organization, clarity, completeness, and responsiveness to this RFQ, such as providing the minimum qualifications, firm information and experience. Technical Qualification and Competence: Construction Manager s SOQ will be evaluated on the firm s experience, expertise, and familiarity with the Services, and applicable laws and requirements for public works projects in general and school projects in particular. The Construction Manager s ability to provide proof of any required licenses and/or certifications for completion of the scope of work, if applicable, will also be considered. Approach to Work: Construction Manager s SOQ will be evaluated on the recommended approach to Services, compliance with applicable laws, the proposed project team members LBUSD RFQ #1314/04 Page 9 of 31

10 and sub-consultants, project management and coordination methodologies, analysis and study approaches, ability to respond to emergencies and delays, and Construction Manager s ability to communicate effectively with District personnel and offer advice in the best interest of the District. Record of Past Performance: Construction Manager s SOQ will be evaluated for quality of work, completion of work on schedule, cost controls, contracts held with the District or other agencies over the last 5 years, andthe responses of references provided by the Construction Manager or any other references identified by the District. Contract Requirements and Cost Control: Construction Manager s SOQ will be evaluated on the firm s commitment to comply with contract requirements described in this RFQ, cost control procedures, personnel utilization, billing rates for personnel and Construction Manager s policies respecting the pass-through to the District of overhead costs Evaluation of SOQs SOQs will be evaluated by a panel of individuals selected by the District. Selection for this SOQ will not preclude nor guarantee the selected firm consideration for future District projects. Based on its evaluation of the SOQs that it receives, the District will select a pool of qualified Construction Managers. The District reserves the right to request that some or all of the respondents submit additional written information and/or that they consent to be interviewed by selected District personnel and/or representatives. The District also reserves the right to: (i) extend the SOQ Deadline, (ii) send out additional RFQs, and/or (iii) provide for other mechanisms for Construction Managers to be selected to provide Services to the District Policies Applicable to Contract Award All work to be performed under all awarded contracts must conform to all applicable laws and guidelines and all requirements of the District, the California Department of Education (CDE), local jurisdictions as applicable, all other governmental agencies with jurisdiction, and conform to the requirements set forth by this RFQ. This Request and any potential future RFQs or RFPs do not commit the District to award a contractual agreement with any vendor or to pay any costs incurred in the preparation of SOQs or participation in an interview. The District reserves the right at its sole discretion to: (i) waive or correct any defect or informality in any response, (ii) withdraw this RFQ, (iii) reissue this RFQ, (iv) send out additional RFQs, (v) reject any and/or all RFQs, (vi) prior to submission deadline for RFQs, modify all or any portion of the selection procedures including deadlines for accepting responses, Services to be provided under the RFQ, or the requirements for content or format of the RFQs, (vii) waive irregularities, (viii) procure any services specified in this RFQ by any other means, (ix) determine that no projects will be pursued and/or (x) terminate or change the contracting process articulated in this RFQ because of unforeseen circumstances. Acceptance by the District of any SOQs submitted pursuant to this RFQ shall not constitute any implied intent to enter into an agreement for services. All components of the SOQs shall become the property of the District upon the District s receipt of the SOQ. The District shall have the right to copy, reproduce, publicize and/or dispose of each SOQ in any way that the District may choose. LBUSD RFQ #1314/04 Page 10 of 31

11 Any and all information and documents provided in response to this RFP or RFQ will become public records and subject to disclosure under the California Public Records Act. Construction Managers may mark certain information in their proposal as private, confidential, or proprietary, if they do not wish it to be disclosed. However, in doing so, Construction Managers agree to fully defend and indemnify the District from any claims arising from the District's failure or refusal to produce the information if requested by a third party. The District reserves the right to negotiate the terms and conditions of any agreement for services that may hereafter be let by the District Selection Schedule RFQ Issue Date October 16, 2013 Deadline for Questions October 30, 2013 at 12:00 PM (noon) RFQ Due November 6, 2013 at 4:00 PM Interviews (if Conducted) Week of November 18, 2013 Anticipated Board Approval Date December 3, 2013 LBUSD RFQ #1314/04 Page 11 of 31

12 Exhibit A Response Deadline and Submittal Requirements Response Deadline The deadline for receipt of all materials responsive to this RFQ is Wednesday, November 6, 2013 at 4:00PM ( Response Deadline ). Note that Statements of Qualifications ( SOQ ) delivered after the Response Deadline may not be considered. Copies of SOQ Please submit five (5) hardcopies of the SOQ and two electronic versions of the SOQs in PDF format. The electronic version of the SOQ must be submitted in the form of one single PDF file. Submittal Please deliver the SOQ to: Long Beach Unified School District Facilities Development & Planning Branch Attn: Tova Corman, Executive Director 2525 Webster Avenue Long Beach, CA Questions If you have any questions regarding this RFQ, please submit them in writing using the form provided in Exhibit H Request for Clarification, by to Steven McGuckin at smcguckin@lbschools.net by Wednesday, October 30, 2013 at 12:00PM (noon). Please do not contact the Purchasing and Contracts Branch with questions regarding this RFQ. Responses to all questions received prior to the question deadline will be provided to all Construction Managers by Friday, November 1, 2013 at 4:00PM. LBUSD RFQ #1314/04 Page 12 of 31

13 Exhibit B Scope of Services Construction Managers may be called upon to provide Services that may include, but are not limited to the following: A. Pre-Construction Phase Services Contract Document Coordination Review: Provide plan coordination review and comprehensive constructability review(s) with an emphasis on omissions, interdisciplinary coordination, and coordination between the project plans and specifications. Preliminary Master Construction Schedule: Produce a Preliminary Master Construction Schedule, subject to acceptance by the District. It shall contain key milestones to be accomplished by the Trade/Multiple-Prime Contractors including identification of the Project critical path, and be incorporated into the bid documents and subsequent contracts with the successful bidders. Cost and Budget Review: Prepare a detailed construction estimate showing the values of all components of the Project. Bidding Strategies: Propose to the District and its consultants bidding strategies with an emphasis upon timing, marketing/outreach to the contracting community, and if necessary, the development of alternates. Construction Management firm s philosophy regarding the quantity/breakdown of bid packages between the trades to best suit these Project(s). Trade/Multiple-Prime Bid Package Document Preparation: The Construction Management firm shall assume responsibility for the separation of the Project specifications and drawings into separate bid packages for all appropriate and required categories of work, and assist the District and its consultants with the public bid opening process, including evaluation and recommendation of the lowest responsive/responsible bidder for each bid package. Bid Package Scoping: The Construction Management firm shall develop Trade/Multiple-Prime bid packages to ensure appropriate and complete coverage between bid packages for all work necessary to complete the Project, and avoid duplication of any scope or portion thereof or gaps between scopes that would leave work undone. Certify to District before bid that recommended bid packages include the full scope of work required by the Contract Documents and necessary to complete the Project. The Construction Management firm will be required to guarantee completeness and coordination of the scopes of work between all bid packages, as the Construction Management firm will not be permitted to use the District s contingency funds to cover lapses in coverage between the bid packages. B. Bid/Award Phase Services Advertisements: Assist District staff with the placement of both the Project legal advertisements and any other pre-bid advertisements, and the bid-award-start timeline. Pre-bid Conferences: In association with the District and its consultants, conduct pre-bid conferences and site visit meetings with potential bidders. LBUSD RFQ #1314/04 Page 13 of 31

14 Bid Evaluation and Review: Review and evaluate all bids for responsiveness and certify the bid results to District. If the bids exceed the Project budget and the District authorizes re-bidding of all or portions of the Project, Construction Management firm shall cooperate in revising the scope of work with the Architect, as required to reduce the construction costs for the Project. Post-Bid Document Coordination: Issue Notice of Intent to Award letters, review and acceptance of all post-bid document submittals including but not limited to: all applicable bonds and insurance certificates, contracts, and issuance of Notice to Proceed letters. C. Construction Phase Services Master Construction Schedule: Develop a Critical Path Method (CPM) Construction Master Schedule based upon the milestones established in the Preliminary Construction Master Schedule and input received from Trade/Multiple-Prime Contractors. Maintain and update the Master Construction Schedule on a monthly basis for acceptance by the District, prepare biweekly short interval schedules, and distribute to the appropriate parties during the weekly construction progress meetings. Pre-Construction Conference: Conduct pre-construction conferences for the benefit of the Trade/Multiple-Prime Contractors. Provide information with regard to the schedule, supervision, contract administration, Labor Compliance Program coordination, reporting procedures and site rules and regulations to be adhered to during construction. Storm Water Pollution Prevention Plan: Ensure that Storm Water Pollution Prevention Plan is initiated, is in accordance with all regulations, local ordinances, and is maintained throughout duration of the Project. Supervision: Manage, supervise and coordinate all construction activities in accordance with the Construction Documents and Master Construction Schedule. Provide full-time on-site supervision and management of the Project(s), including weekly construction progress meetings with the District and its consultants. Maintain on a daily basis an onsite Project activity log. Contract Administration (CA): Assist the District and its consultants with CA activities and document control for the Project(s). Set up, track, and maintain a computerized CA database to track CA related functions, including but not limited to: establish submittal priority matrix, coordination of the RFI process, and assist with the change order and payment application process. Labor Compliance Program: The Construction Management firm and the Trade/Multiple-Prime Contractors will be required to participate and comply with the District s Labor Compliance Program, which will be in effect for the Project. Safety Programs: Develop Project safety programs and monitor their implementation along with any necessary safety meetings. The Construction Management firm shall be the controlling employer on the Project. Agency Interface/Compliance: Provide local and state agency interface during the Preconstruction, Construction and Close-out phases of the Project, and comply with all applicable State and Local Agency requirements as described in the Contract Documents. Utilities/Permits: Assist the architect and District in obtaining all necessary local agency utility and encroachment permits for the Project. This task may also encompass accompanying LBUSD RFQ #1314/04 Page 14 of 31

15 governmental officials (Fire Marshal, DSA, Health Department, local building department and fire authority, etc.) during inspections, assisting in preparing and submitting proper documentation to the appropriate approving agencies, assisting in final testing and other necessary and reasonable activities. Schedule of Values/Progress Payment Procedures: Prepare, review and reconcile each Trade/Multiple-Prime Contractor s schedule of values, which shall be correlated and tied to the activities included in the Master Construction Schedule. Prepare monthly payment applications based on percentages of work completed by trade, and review and obtain Architect s and Owner s Representative s approvals. Forward approved payment applications to the District. Project Record Documents: Coordinate and expedite all activities in connection with preparation of as-built record documents, and the furnishing of all Operation and Maintenance manuals and warranties. Ensure that all as-builts are incorporated into a single set of Project Record Documents and that required training has been provided to District personnel. Submittals: Conduct preliminary submittal reviews and monitor the approval status of product data, shop drawings, manufacturers installation instructions, samples, mock-ups if required, and related correspondence. Change Order Review: Assist the District and its consultants with reviewing potential changes in the work. Establish and implement a change order processing system that provides review of scope, and analysis of changes in Contract Sum and/or Contract Time. Scope Interface Contingency and Provisional Allowances: Within the Construction Management firm s Contract Sum, the District and its consultants shall maintain and control the Scope Interface Contingency and Provisional Allowances. Prior to District authorization, change orders shall be classified in the following categories: design errors, design omissions, unforeseen site conditions, agency related changes/requirements, and owner initiated changes. At the conclusion of the Project, all unused portions of the Scope Interface Contingency and Provisional Allowances shall be returned to the District via deductive change order. Trade/Multiple-Prime Contractor Claims: Evaluate and mitigate all claims for additional cost or time due to any alleged cause, including certification that any claim brought forward by the Construction Manager to the District meets the requirements of the California False Claims Act, Government Code Sections 12650, et seq. Verified Reports: Process and forward all verified reports and required Project close-out documentation to the Architect for submission to DSA. D. Post Construction and Project Close-Out Phase Services Project Close Out: Review Contract Documents and prepare a checklist of items that must be submitted to District, Architect, or governmental agencies for proper contract and agency closeout. Monitor and ensure compliance by Trade/Multiple-Prime Contractors and advise District concerning compliance. Verify requirements in the Contract Documents and assist the District with the final payment application process. Punch List/Warranty: Participate in developing and distributing punch list(s) with the Architect, and cause all punch list and warranty items to be timely completed. Create a punchlist schedule for completion, and verify completion of all punchlist items. The Construction Management firm is responsible for all warranty items for the life of the warranty period. LBUSD RFQ #1314/04 Page 15 of 31

16 Move In/Staff Training/Commissioning: Coordinate the arrival and installation of all District furnished materials, furniture and equipment items. Coordinate staff training for all mechanical, electrical, and low voltage systems, and assist the District s Maintenance & Operations department with equipment and system commissioning that may be specified. E. Deliverables Tracking schedule Actual Build Schedule Project Budget Actual Costs Report Change Order Logs Daily Reports, Weekly, Monthly and/or Quarterly Reports as deemed appropriate by the District. Cost Estimates in approved District format and provided at critical times of the project and/or as agreed upon during certain phases of design. Photograph Log and video log, if requested by the District. Other documents, reports, assessments, schedules, analyses as deemed appropriate by the District. LBUSD RFQ #1314/04 Page 16 of 31

17 Exhibit C not used Page left intentionally blank LBUSD RFQ #1314/04 Page 17 of 31

18 Exhibit D Billing Rates for Pre-Construction Services* Firm Name Location of Firm Office that will provide Services under this SOQ (City, State) Job Title Hourly Rate Daily Rate (min - max) Reimbursable Expenses % markup SIGNATURE *All licensed professionals in charge of Services must be directly employed by the responding Construction Manager and NOT a Sub-Consultants. Construction Manager will propose all-inclusive hourly rates for all services described in the RFQ. All other services not included herein shall be negotiated, as required. LBUSD RFQ #1314/04 Page 18 of 31

19 Exhibit E Certification, Requests for Qualifications I certify that I have read and received a complete set of documents including the instructions for submitting a Statement of Qualifications ( SOQ ) in response to the attached Request for Request for Qualifications. I further certify that I am submitting five (5) original copies, and two (2) electronic copies of complete version of the firm s SOQ in response to this request and that I am authorized to commit the firm to the SOQ submitted. I consent to Long Beach Unified School District contacting references included in this Statement of Qualifications, including but not limited to other school districts listed herein for the purposes of obtaining information about the respective referenced experience. FAILURE TO SIGN THIS DOCUMENT MAY RESULT IN A STATEMENT OF QUALIFICATIONS DISQUALIFICATION. SIGNATURE TYPED OR PRINTED NAME TITLE COMPANY ADDRESS CITY, STATE, ZIP TELEPHONE FAX DATE If you are a corporation, please provide your corporate seal here. LBUSD RFQ #1314/04 Page 19 of 31

20 Exhibit F Statement of Non-Conflict of Interest The undersigned, on behalf of the Construction Management firm set forth below (the Construction Manager ), does hereby certify and warrant that if selected, the Construction Manager, while performing the consulting services required by the Request for Qualifications, shall do so as an independent contractor and not as an officer, agent or employee of the Long Beach Unified School District ( the District ). The undersigned further certifies and warrants the following: (1) No officer or agent of the Construction Manager has been an employee, officer or agent of the District within the past two (2) years; (2) The Construction Manager has not been a source of income to pay any employee or officer of the District within the past twelve (12) months; (3) No officer, employee or agent of the District has exercised any executive, supervisory or other similar functions in connection with the Construction Manager Agreement or shall become directly or indirectly interested in the Construction Manager Agreement; (4) The Construction Manager shall receive no compensation and shall repay the District for any compensation received by the Construction Manager under the Construction Manager Agreement should the Construction Manager aid, abet or knowingly participate in violation of this statement; and (5) In support of Education Code Sections and Board Policy , during the selection process (from the date the RFQ is released to the conclusion of the selection process), if it is determined that any individual(s) who work(s) and/or represent(s) the Construction Manager for business purposes communicates, contacts and/or solicits Board Members in any fashion, such Construction Manager shall be disqualified from the RFQ selection process and from participating in any future RFQs and/or RFQs. This may also result in the removal of the Vendor, Firm, Contractor and/or Construction Manager from any established Pre-qualified list, as well as the removal from the interested vendors list. FAILURE TO SIGN THIS DOCUMENT MAY RESULT IN A STATEMENT OF QUALIFICATIONS DISQUALIFICATION. SIGNATURE PRINTED NAME TITLE DATE LBUSD RFQ #1314/04 Page 20 of 31

21 Exhibit G Notice of Criminal Record Check Fingerprinting requirements The Long Beach Unified School District ( District ) requirements pertaining to fingerprinting and clearance are pursuant to California Education Code sections and Education Code section provides that if the employees of any entity that has a contract with a school district may have any contact with pupils, those employees shall submit or have submitted their fingerprints in a manner authorized by the Department of Justice (DOJ) together with a fee determined by the DOJ to be sufficient to reimburse the Department for its costs incurred in processing the application. A school district contracting with any entity for the construction, reconstruction, rehabilitation, or repair of a school facility shall ensure the safety of the pupils pursuant to the requirements of the California Education Code, section (a). A contractor shall not permit an employee to come in contact with pupils until the Department of Justice has ascertained that the employee has not been convicted of a violent or serious felony. The contractor shall certify in writing using the attached Contractor Certification form provided by the District that none of its employees who may come in contact with pupils have been convicted of a violent or serious felony. In accordance with statutory, regulatory, and constitutional restrictions governing the use and dissemination of criminal offender record information, the above mentioned Education Code Sections and allow for exemptions from background checks all employees under the following conditions: 1. The installation of a physical barrier at the worksite to limit contact with pupils. 2. Continual supervision and monitoring of all employees of the entity by an employee of the entity whom the DOJ has ascertained has not been convicted of a violent or serious felony. 3. Surveillance of employees of the entity by school personnel. Contractors are not required to comply with the background check requirements set forth in the Michelle Montoya School Safety Act if one or more of the above-mentioned conditions exist. Please note: the District is not able to accept DOJ clearances for Construction Managers employees, and therefore a LiveScan number will not be provided by the District. If Contractors employees have already been cleared by the DOJ, it is not necessary to repeat the entire fingerprinting process; Contractor should sign and return the enclosed certification for District files. Please review additional information and application forms for criminal background checks on the California Department of Justice website at: Please call the District Contracts Office at (562) or with any questions regarding the fingerprinting requirement. LBUSD RFQ #1314/04 Page 21 of 31

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

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

MT. SAN ANTONIO COMMUNITY COLLEGE DISTRICT

MT. SAN ANTONIO COMMUNITY COLLEGE DISTRICT MT. SAN ANTONIO COMMUNITY COLLEGE DISTRICT REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES RFQ #3028 Submissions Due by 2:00 p.m. PST, August 20, 2015 Mt. San Antonio Community College

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

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,

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

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

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

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

More information

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 QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION

REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION Architectural Design Services RFQ October 30, 2015 Shoreline Fire Station & Headquarters Modifications REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION A. Purpose of Request:

More information

CONTRACTS & PROCUREMENT DEPARTMENT

CONTRACTS & PROCUREMENT DEPARTMENT CONTRACTS & PROCUREMENT DEPARTMENT AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN NORTH SAN DIEGO COUNTY TRANSIT DEVELOPMENT BOARD AND Contractor Name RFP # This agreement is made and entered into as of,

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

RFQ REQUEST FOR QUALIFICATIONS. Architectural/Engineering Services. MENANDS SCHOOL DISTRICT 19 Wards Lane Menands, NY 12204

RFQ REQUEST FOR QUALIFICATIONS. Architectural/Engineering Services. MENANDS SCHOOL DISTRICT 19 Wards Lane Menands, NY 12204 RFQ REQUEST FOR QUALIFICATIONS Architectural/Engineering Services MENANDS SCHOOL DISTRICT 19 Wards Lane Menands, NY 12204 Issued: January 28, 2015 Submission Deadline: February 26, 2015 @ Noon Att: Joanne

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

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

GREENBURGH CENTRAL SCHOOL DISTRICT No. 7 REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES GREENBURGH CENTRAL SCHOOL DISTRICT No. 7 REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES Greenburgh Central School District No. 7 ( The District ) invites proposals to perform construction management

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

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

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

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

Berkeley Unified School District ROUTING FORM Contract, MOU and Amendment Approval

Berkeley Unified School District ROUTING FORM Contract, MOU and Amendment Approval ROUTING FORM Contract, MOU and Amendment Approval All Independent Contractor Agreement, MOU and Amendment Forms should be routed to Purchasing Department first for tracking. Purchasing will send the documents

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

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois INTERACTIVE WHITEBOARDS (SMARTBOARDS) AND DIGITAL PROJECTORS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School

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

Milwaukee County Department of Parks, Recreation and Culture

Milwaukee County Department of Parks, Recreation and Culture Milwaukee County Department of Parks, Recreation and Culture REQUEST FOR INFORMATION and SCOPE OF SERVICES for third party vendor to provide instruction and coaching services for a MILWAUKEE COUNTY YOUTH

More information

Price quotes must be received no later than October 16, 2015 at 3:00 p.m. at the above address.

Price quotes must be received no later than October 16, 2015 at 3:00 p.m. at the above address. Request for Price Quotes For the provision of technical writing for the delivery of a policy and procedural manual for the Dutchess County Workforce Investment Board Issue Date September 24, 2015 Deadline

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

EXHIBIT A (of Request for Proposal)

EXHIBIT A (of Request for Proposal) EXHIBIT A (of Request for Proposal) INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES This Independent Contractor Agreement for Services ( Agreement ) is made as of, 2016 between the Dublin Unified

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

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

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

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

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

More information

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

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

More information

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification Town of Durham Selectman s Office P.O. Box 428 Durham, CT 06422 Request for Qualification REQUEST FOR LETTERS OF QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL SERVICES Board of Selectmen Laura L. Francis

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

ARTICLE 11. INSURANCE AND BONDS

ARTICLE 11. INSURANCE AND BONDS Provide submittals to Architect / Engineer that are required by any governing body or other authorities. Upon receipt of the Contractor s list, the Architect will make an inspection to determine whether

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS THE JOB COUNCIL REQUEST FOR PROPOSALS PROFESSIONAL PROPERTY/CASUALTY AND WORKERS COMPENSATION INSURANCE BROKER OF RECORD The purpose of the Request for Proposal is to select the broker best qualified to

More information

REQUEST FOR PROPOSAL. Design Services

REQUEST FOR PROPOSAL. Design Services Ventura County Community College District Ventura College Parking Lot Renovation REQUEST FOR PROPOSAL Design Services Proposals due by: 2:00 p.m. December 15, 2003 Deliver to: Project Director The JCM

More information

To receive consideration, bids must be submitted in accordance to the following instructions:

To receive consideration, bids must be submitted in accordance to the following instructions: CITY OF COOS BAY Invitation to Bid For On Call Plumbing Services The City of Coos Bay is soliciting bids to contract with up to two qualified licensed plumbing contractors to perform a full range of as

More information

Exhibit 1 to Part 3 Project-Specific Terms

Exhibit 1 to Part 3 Project-Specific Terms Exhibit 1 to Part 3 Project-Specific Terms (Date of Standard Exhibit 1 to Part 3: May 2014) Part 3 (2013 Lump Sum Agreement Between Department and Design-Builder), Part 4 (2013 General Conditions of Contract

More information

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule

More information

AGREEMENT EMENT FOR PROFESSIONAL SERVICES Fixed Price Form of Agreement

AGREEMENT EMENT FOR PROFESSIONAL SERVICES Fixed Price Form of Agreement AGREEMENT EMENT FOR PROFESSIONAL SERVICES Job Description: Contract No.: Consultant: GLY Job No.: Document No.: THIS AGREEMENT, made and entered into this hereinafter referred to as Contractor, and professional

More information

Request for Qualifications (RFQ) Number 01-15 PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES

Request for Qualifications (RFQ) Number 01-15 PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES City of DeBary Request for Qualifications (RFQ) Number 01-15 PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES The City of DeBary, Florida is seeking standby

More information

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT Proposals will be received in the New Hanover County Finance, 230 Government Center

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

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

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

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

PROFESSIONAL/CONSULTING SERVICES AGREEMENT

PROFESSIONAL/CONSULTING SERVICES AGREEMENT This SERVICES AGREEMENT ( Agreement ) is entered into by and between the undersigned, ( Contractor ), (Social Security Number or Federal I.D. No.), located at and Texas Southern University ( TSU ), an

More information

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES 951 MARTIN LUTHER KING BLVD. KISSIMMEE, FL 34741 TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES LEGAL ADVERTISEMENT TOHO WATER AUTHORITY RFQ 11-003 RATE CONSULTING

More information

AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER (Small Projects-Construction Costs Generally Under $100,000)

AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER (Small Projects-Construction Costs Generally Under $100,000) AISD PROJECT NO. PROJECT TITLE AND ADDRESS: AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER (Small Projects-Construction Costs Generally Under $100,000) This Agreement ( Agreement ) is made as of the day

More information

PERRIS UNION HIGH SCHOOL DISTRICT AGREEMENT FOR PROFESSIONAL DSA INSPECTOR OF RECORD SERVICES

PERRIS UNION HIGH SCHOOL DISTRICT AGREEMENT FOR PROFESSIONAL DSA INSPECTOR OF RECORD SERVICES Purchase Order # PERRIS UNION HIGH SCHOOL DISTRICT AGREEMENT FOR PROFESSIONAL DSA INSPECTOR OF RECORD SERVICES THIS AGREEMENT, made and entered into this 17 th day of October, 2012, by and between the

More information

Exhibit 1 to Part 3 Project-Specific Terms

Exhibit 1 to Part 3 Project-Specific Terms Exhibit 1 to Part 3 Project-Specific Terms (Date of Standard Exhibit 1 to Part 3: July 2013) This Exhibit 1 to Part 3 (2013 Lump Sum Design-Build Agreement Between Department and Design-Builder) contains

More information

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

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

More information

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR CONSTRUCTION MANAGEMENT SERVICES FOR ORANGE COAST COLLEGE BUSINESS, MATH, COMPUTING CENTER December 14, 2012 PROPOSALS DUE: By 4 p.m. -

More information

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

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM 200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM

More information

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 Pursuant to Florida Statutes, Chapter 287, The City of Bonita Springs hereinafter referred to as the City, will accept sealed Responses for Qualifications and

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

NORTH COUNTY TRANSIT DISTRICT

NORTH COUNTY TRANSIT DISTRICT NORTH COUNTY TRANSIT DISTRICT 810 Mission Avenue Oceanside, CA 92054 CONTRACTS & PROCUREMENT DEPARTMENT NORTH COUNTY TRANSIT DISTRICT CONTRACTS & PROCUREMENT DEPARTMENT 1. CONTACT INFORMATION Larry Frum

More information

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

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

More information

INDEPENDENT CONTRACTORS AGREEMENT

INDEPENDENT CONTRACTORS AGREEMENT INDEPENDENT CONTRACTORS AGREEMENT THIS AGREEMENT entered into by and between (hereafter the Contractor ) and the Park District of Highland Park (hereafter Park District ). WHEREAS, Contractor will be performing

More information

INSURANCE REQUIREMENTS FOR VENDORS

INSURANCE REQUIREMENTS FOR VENDORS INSURANCE REQUIREMENTS FOR VENDORS The Contractor/Vendor shall purchase and maintain for the duration of the contract/work insurance against claims for injuries to persons or damages to property which

More information

Request for Proposals for Upgraded or Replacement Phone System

Request for Proposals for Upgraded or Replacement Phone System City of Bandon Request for Proposals for Upgraded or Replacement Phone System 7/17/2015 Phone System Request for Proposal Page 1 NOTICE The City of Bandon is accepting Proposals for an upgraded or replacement

More information

EAST PALO ALTO SANITARY DISTRICT

EAST PALO ALTO SANITARY DISTRICT EAST PALO ALTO SANITARY DISTRICT BOARD OF DIRECTORS 901 Weeks Street Glenda Savage, President East Palo Alto, CA 94303 Bethzabe Yañez, Vice President Phone: (650) 325-9021 Joan Sykes-Miessi, Secretary

More information

LOS ANGELES COUNTY EMPLOYEES RETIREMENT ASSOCIATION REQUEST FOR PROPOSAL JULY 10, 2014

LOS ANGELES COUNTY EMPLOYEES RETIREMENT ASSOCIATION REQUEST FOR PROPOSAL JULY 10, 2014 LOS ANGELES COUNTY EMPLOYEES RETIREMENT ASSOCIATION REQUEST FOR PROPOSAL JULY 10, 2014 SEEKING: EXECUTIVE SEARCH SERVICES FOR PRINCIPAL INVESTMENT OFFICER POSITION Contact Person: John Nogales Director

More information

H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency.

H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance Requirements (1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48.

More information

CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE

CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE The following are excerpts from Caltrans 2010Standard Specifications. Specifications are subject to change so refer to the project

More information

Appendix J Contractor s Insurance Requirements

Appendix J Contractor s Insurance Requirements Appendix J Contractor s Insurance Requirements Page 1 of 7 Appendix J Contractor s Insurance Requirements During the term of this Contract, the Contractor shall maintain in force, at its sole cost and

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

City of Sebastopol REQUEST FOR STATEMENT OF QUALIFICATIONS/REQUEST FOR PROPOSALS FOR PERFORMING ON-CALL CONSULTING SERVICES

City of Sebastopol REQUEST FOR STATEMENT OF QUALIFICATIONS/REQUEST FOR PROPOSALS FOR PERFORMING ON-CALL CONSULTING SERVICES City of Sebastopol REQUEST FOR STATEMENT OF QUALIFICATIONS/REQUEST FOR PROPOSALS FOR PERFORMING ON-CALL CONSULTING SERVICES PRE-QUALIFIED CONSULTANTS LIST September 24, 2012 Statement of Qualifications/Proposals

More information

REQUEST FOR QUALIFICATIONS PROJECT / PROGRAM MANAGEMENT CONSULTANT

REQUEST FOR QUALIFICATIONS PROJECT / PROGRAM MANAGEMENT CONSULTANT REQUEST FOR QUALIFICATIONS PROJECT / PROGRAM MANAGEMENT CONSULTANT DUE: January 9, 2015 @ 5:00 PM Lopez Island School District 86 School Road Lopez Island, WA 98261 Contact: Bill Evans, Superintendent

More information

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control City of Boulder, Colorado Request for Proposals RFQ #74-2012 The City of Boulder is soliciting Statements of Qualification and hourly billing rates from contractors with experience in General Scope of

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

6. WARNING BY BUYER. BUYER shall give warning of any possible hazard to any person or persons to whom BUYER resells, gives or delivers the Property

6. WARNING BY BUYER. BUYER shall give warning of any possible hazard to any person or persons to whom BUYER resells, gives or delivers the Property TERMS AND CONDITIONS FOR ONLINE TRANSACTIONS TO PURCHASE GP PROPERTY (VIA GOINDUSTRY DOVEBID) By submitting a bid to purchase the Property (as defined below), BUYER (as defined below) agrees that the following

More information

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT Joliet Junior College Request for Proposal INFORMATION SECURITY PENETRATION ASSESSMENT RFP Opening MAY 22, 2013 @ 2:00P.M. Background

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

April 22, 2009 REQUEST FOR PROPOSALS (RFP)

April 22, 2009 REQUEST FOR PROPOSALS (RFP) April 22, 2009 REQUEST FOR PROPOSALS (RFP) The New Jersey Schools Development Authority (NJSDA) is seeking proposals to engage a contractor to provide HVAC preventative maintenance and repairs at NJSDA

More information

#5 Independent Contractor Form - With Insurance With Bonds

#5 Independent Contractor Form - With Insurance With Bonds #5 Independent Contractor Form - With Insurance With Bonds Proposed use: Contracts for smaller projects not involving street construction but important enough to require performance and require an avenue

More information

DINUBA UNIFIED SCHOOL DISTRICT. 1327 East El Monte Way Dinuba CA 93618. Request for Qualifications For Construction Management Services

DINUBA UNIFIED SCHOOL DISTRICT. 1327 East El Monte Way Dinuba CA 93618. Request for Qualifications For Construction Management Services DINUBA UNIFIED SCHOOL DISTRICT 1327 East El Monte Way Dinuba CA 93618 Request for Qualifications For Construction Management Services Request for Qualifications Issued: March 28, 2014 Deadline for Submittal

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

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

GENERAL INSTRUCTIONS AND REQUIREMENTS

GENERAL INSTRUCTIONS AND REQUIREMENTS CHICAGO TRANSIT AUTHORITY INSURANCE AND BOND REQUIREMENTS [FOR CONSTRUCTION RELATED CONTRACTS rev. 12/04/02] REQUISITION NUMBER: SPECIFICATION NUMBER CTA: PART I. GENERAL INSTRUCTIONS AND REQUIREMENTS

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS The Town of Ayer s Department of Planning & Development seeks proposals from qualified consultants to provide the following services in the Town of Ayer: INFRASTRUCTURE PROJECT CONSULTANT

More information

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M. CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue

More information

RFQ # 15-008-10 CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE

RFQ # 15-008-10 CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE RFQ # 15-008-10 CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE I. INTRODUCTION Shelby County Government (the County ), is soliciting services of a qualified election management

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

MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES

MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES THIS AGREEMENT is made and entered into this day of, 2007, by and between the University of Washington ( Owner ) and, ( Project

More information

CITY COLLEGE OF SAN FRANCISCO May 2008 PROJECT INSPECTION SERVICES

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

More information

REQUEST FOR PROPOSALS: PROFESSIONAL INSURANCE CONSULTANT SERVICES

REQUEST FOR PROPOSALS: PROFESSIONAL INSURANCE CONSULTANT SERVICES TURKISH CONSULATE GENERAL NEW YORK REQUEST FOR PROPOSALS: PROFESSIONAL INSURANCE CONSULTANT SERVICES For the TURKEVI CENTER AT 821 UNITED NATIONS PLAZA NEW YORK CITY, NEW YORK ISSUING DATE FOR REQUEST

More information

Submittal Guidelines RFQ 16-004 Building 230 Remodel

Submittal Guidelines RFQ 16-004 Building 230 Remodel Submittal Guidelines RFQ 16-004 Building 230 Remodel Instructions: Please provide six (6) hard copies and one electronic version. Architectural/Professional Services Number each page consecutively, including

More information

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

ATTACHMENT A. Ozarks Technical Community College Pre-Established Criteria for Construction Management and Design Build Construction Projects Ozarks Technical Community College Pre-Established Criteria for Construction Management and Design Build Construction Projects Pursuant to Revised Statute of Missouri Section 8.250(3), Ozarks Technical

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

Request of Qualification Proposal for Construction Management Services

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

More information

New York's Real Estate Law - Requirements For the District

New York's Real Estate Law - Requirements For the District DATE: NOVEMBER 13, 2012 REQUEST FOR PROPOSAL RFP NUMBER: RDP12-024 RFP NAME: PROPOSALS WILL BE RECEIVED UNTIL 11:00 A.M. NOVEMBER 30, 2012 Proposal documents can be downloaded from the Long Island Bid

More information

New Hanover County. Request for Qualifications. Crime Scene Investigation (CSI) Building Expansion

New Hanover County. Request for Qualifications. Crime Scene Investigation (CSI) Building Expansion New Hanover County Request for Qualifications Crime Scene Investigation (CSI) Building Expansion General Information The purpose of this Request for Qualifications is to solicit qualifications from qualified

More information

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 NOTICE IS HEREBY GIVEN that the Cape Fear Public Utility Authority (hereinafter referred to as CFPUA or the Authority ) is requesting

More information

REQUEST FOR QUALIFICATIONS ROOF INVESTIGATION SERVICES

REQUEST FOR QUALIFICATIONS ROOF INVESTIGATION SERVICES REQUEST FOR QUALIFICATIONS ANNUAL CONTRACT FOR ROOF INVESTIGATION SERVICES School Board of Volusia County Florida Facilities Planning and Business Services 3750 Olson Drive, Daytona Beach Florida 32124

More information

Items 1-7 above shall not be subject to any of the following limiting or exclusionary endorsements:

Items 1-7 above shall not be subject to any of the following limiting or exclusionary endorsements: Page 1 of 5 Supplier's Insurance. Before commencing the Work, and as a condition of any payment due under this Subcontract, Supplier shall, at its own expense, procure and maintain insurance on all of

More information

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

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

More information

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION The City of San Jose is seeking to contract with a law firm or attorney licensed by

More information