REQUEST FOR STATEMENT OF QUALIFICATIONS RSOQ # FOR CORE SERVICES MAINTENANCE FACILITY PROJECT Design/Build. Project No.

Size: px
Start display at page:

Download "REQUEST FOR STATEMENT OF QUALIFICATIONS RSOQ # 2016-21. FOR CORE SERVICES MAINTENANCE FACILITY PROJECT Design/Build. Project No."

Transcription

1 REQUEST FOR STATEMENT OF QUALIFICATIONS RSOQ # FOR CORE SERVICES MAINTENANCE FACILITY PROJECT Design/Build Project No October 2015

2 Part TABLE OF CONTENTS Page i. PUBLIC NOTICE....ii I. GENERAL INFORMATION... 1 A. Project Description... 1 B. Project Budget... 1 C. Scope of Services... 1 D. Project Schedule... 2 E. The Use of the Design-Build Process... 3 II. STATEMENT OF QUALIFICATIONS REQUIREMENTS... 3 A. General Requirements... 3 B. Pre-Submittal Conference... 3 C. Interpretation of RSOQ Documents/Communications with Owner... 3 D. Delivery of Submittals... 4 III. STATEMENT OF QUALIFICATIONS ORGANIZATION AND FORMAT... 4 A. General... 4 B. Format... 4 C. Organization... 5 IV. EVALUATION CRITERIA... 6 Required Information... 6 A. Firm/Team Overview, General Background & Information... 6 B. Company Project Management Approach... 6 C. Experience and Qualifications of Firms and Key Personnel... 6 D. Project Approach... 7 E. Executive Summary of Qualifications and Experience Presented... 7 F. Value Added Knowledge and Experience... 8 V. EVALUATION AND SELECTION PROCESS... 8 A. Overview... 8 B. Qualification for Evaluation... 8 C. Selection Committee... 8 D. RSOQ Evaluation and Ranking Process... 8 E. Interviews... 9 F. Interview Instructions... 9 G. Interview Ranking and Team Selection... 9 VI. ADDITIONAL INFORMATION A. Instructions B. City Rights C. Release of Project Information D. Contact with City Employees and Consultants E. Contact with Elected Officials (Mayor, City Council, etc.) F. Reservation of Rights G. Protests ATTACHMENT A Non-Collusion Affidavit Form..12 ATTACHMENT B Sample Design-Build Agreement City of Flagstaff Public Works Project # Core Services Maintenance Facility Project Page i Design/Build

3 i. PUBLIC NOTICE City of Flagstaff Public Works Division NOTICE of REQUEST for STATEMENT of QUALIFICATIONS (RSOQ): DESIGN/BUILD CONSTRUCTION THE CORE SERVICES MAINTENANCE FACILITY PROJECT The Public Works Department for and on behalf of, City of Flagstaff, is seeking Statements of Qualifications (SOQ s) from Arizona licensed Contractors for Design-Build services for: Complete Design-Build Services including Design Review/Value Engineering, and Construction Services for the above referenced project. The estimated total construction cost for this project is approximately $ 21,000,000. SCHEDULE OF STATEMENT DEADLINES Advertise for Services: October 25, 2015, November1, 2015 Pre-Submittal Meeting: 3:00 PM, November 11, 2015 City Hall Staff Conference Room, 2 nd Floor Statements Due: 3:00 p.m. November 25, 2015 Interviews Anticipated (if conducted) Mid-December 2015 Anticipated Award of Design-Build Services Contract: January 2015 Statements must be clearly addressed and delivered to: City of Flagstaff Purchasing Division, 211 W. Aspen Avenue, Flagstaff AZ , with the understanding that materials must be in hand by 3:00 p.m. Local Time, November 25, Statements received after that time and date will be considered non-responsive and will be returned unopened. Complete information packets are available for download from: Request for Statement of Qualifications packages may also be obtained at the office of City of Flagstaff Purchasing Section, 211 W. Aspen Ave., Flagstaff, AZ 86001, or by ing Patrick Brown, C.P.M., Senior Procurement Specialist at pbrown@flagstaffaz.gov. The City of Flagstaff reserves the right to reject any or all Statements, to waive or decline to waive irregularities in any Statement, or to withhold the award for any reason it may determine. Publish two (2) times only, Arizona Daily Sun October 25, 2015 November 1, 2015 Core Services Maintenance Facility Project Page ii Design/Build

4 I. GENERAL INFORMATION City of Flagstaff (the Owner ) invites interested Contractors to submit a written Statement of Qualifications (SOQ) for performing Design-Build services relating to the design review, value engineering and construction of the Core Services Maintenance Facility Project for the City of Flagstaff, Arizona (the Project). To be eligible for consideration, Contractors must submit an SOQ demonstrating appropriate competence, qualifications, and relevant construction experience with these types of projects. A. Project Description The City (Owner) is planning to develop a parcel of land for the Core Services Maintenance Facility Project. The location of the parcel (referred as the McAllister property) is on the north side Old Route 66 just west of the intersection of Woody Mountain Road (Exhibit A). The parcel is located at, 3200 W ROUTE 66. The Coconino County Assessor Parcel Numbers for the subject parcel are D and The City reviewed two potential locations for the new Core Services Maintenance Facility. Following an indepth analysis, the McAllister location was selected. City staff is currently in a simultaneous process of annexation and rezoning of the McAllister property. During the annexation and rezoning process a preliminary site plan was developed (by Shephard Wesnitzer, Inc. (SWI)). While in developing the site layout, Johnson Walzer Associates (JWA) reviewed the City s programming needs and produced a site layout (Exhibit B) that will meet the needs of the facility. The annexation / rezoning / site plan approval is currently on schedule to be completed in December B. Project Budget The Owner s initial construction budget for this project is currently estimated at $ 21,000,000. This is an approximate estimate. Actual available construction funding will be determined during the design phase of this project. C. Scope of Services The scope of design and construction phase services required is consistent with the current City of Flagstaff standard Design-Build Services Contract. A copy of this contract template will be provided to firms requesting RSOQ packets and will also be posted on the City of Flagstaff website along with the RSOQ as a related document. The Design-Builder will begin with the firm in a lead role for design phase services and will hold the construction contract with the City for construction of the project. Design phase services are anticipated to include architectural, structural, mechanical, electrical, plumbing and related work. At some point prior to construction, the Design-Builder will assume the risk of delivering the project through a guaranteed maximum price. The Design-Build contractor will be responsible for construction means and methods, and will be required to solicit bids from pre-qualified subcontractors to perform the work. The Design-Build contractor will not be required to self-perform portions of the work, but may competitively bid to do so. There will be no limit to the amount of self-performance allowed by the City of Flagstaff. A. Design phase services by the Design-Builder shall include but will not be limited to the following: Provide detailed cost estimating and knowledge of marketplace conditions. Prepare a complete and comprehensive set of construction plans and specifications; i. Complete build out of all preprogramed improvements, including concrete floor slab, interior partitions and masonry walls, ceilings, insulation, interior finishes and millwork, plumbing, HVAC, electrical, communications systems and roof-mounted equipment. Core Services Maintenance Facility Project 1 Design/Build

5 ii. Design new exterior sitework including concrete aprons and driveways, walkways, parking lot paving, site walls and fencing, gates and controls, parking canopies, landscape and irrigation, and site lighting. iii. Gas lines and emergency generator provisions, and site utility extensions as required. iv. Water distribution lines and connection connections as required. v. Drainage improvements as required. vi. Roadway improvements to the existing Route 66 as required. Provide for construction phasing and scheduling that will minimize impacts to traffic. Provide alternate systems evaluation, value engineering and constructability studies; Advise City of ways to gain efficiencies in project delivery. Select subcontractors/suppliers for this project. Provide project planning and scheduling. B. Construction phase services by the Design-Builder may include but will not be limited to the following: Complete construction of the facility in accordance with plans and specifications; Coordinate with various City departments, other agencies, utility companies, etc.; Arrange for procurement of materials and equipment; Schedule and manage site operations; Bid, award, and manage all construction related contracts; Provide quality controls; Bond and insure the construction; Address all federal, state and local permitting requirements; Deal with Owner issues; Maintain a safe work site for all project participants. C. The City of Flagstaff shall not be responsible for acts of the contractor, subcontractors, equipment suppliers or installers, or other entity outside of the City s control, including: Default or non-performance, or failure to fulfill contract obligations. Defects in materials or workmanship. Additional costs of change orders that are not specifically due to negligent errors or omissions on the part of the architect or its subconsultants. Work required due to unforeseen or hidden existing conditions. The contractor's selection of means or methods of construction. Jobsite safety or environmental concerns. Actions or approvals by authorities having jurisdiction related to the construction process. Construction scheduling or actual cost of construction. Alternate bids may be used to help control the budget. D. During design and / or construction, the contractor will be responsible for the following services: Design and drawings for modifications to the existing concept plan. Preparation and updating of all construction cost estimates and schedules. Preparation and distribution of meeting minutes during the design and construction phases. Any required materials testing, performance testing, or technical reports for distribution to outside state agencies. Prepare and maintain on the site as-built redline drawings. At the conclusion of construction, the contractor will provide the owner and architect with final as-built drawings in electronic format. D. Project Schedule The City expects that design will be complete by the end of May 2016, with construction to begin as soon thereafter as possible. Construction should be complete by the end of May of Core Services Maintenance Facility Project 2 Design/Build

6 E. The Use of the Design-Build Process The Owner intends to select a Design-Build contractor through a procurement process pursuant to A.R.S. Section and wishes to employ the Design-Build project delivery process to encourage a creative value engineering approach through the interactive efforts of an experienced, highly motivated team. The Design- Build process is expected to foster a cooperative owner-designer-constructor effort to review completed design documents, to identify potential value engineering concepts and to complete construction of the Project. The Owner s primary objective in utilizing the Design-Build approach for this project is to bring the best available construction experience and expertise together to work flexibly and cooperatively and meet the schedule and budget challenges presented by this Project. The Owner will expect the following from the contractor: An accurate project delivery schedule, Ability to maintain delivery according to an approved schedule, Optimal use of available budget, and quality construction. The Owner will encourage the development of creative options to maximize the value of the end product received. II. STATEMENT OF QUALIFICATIONS REQUIREMENTS A. General Requirements Responses to this RSOQ must be in the form of a Statement of Qualifications (SOQ), as outlined in this RSOQ and as allowed by A.R.S. Section (C). Submittals must be clear and concise, organized as indicated in the outline in Part III, and with all identified sections included. If, in the judgment of the Owner, a SOQ does not conform to the format specified herein, or if any section is absent or significantly incomplete, the Owner reserves the right to reject the submittal. Interested firms are required to submit information relative to their qualifications, experience, project delivery approach, ability to meet the project s goals and objectives, and other criteria as listed. All information must be provided as requested for all firm members and their key personnel to be assigned to this Project. Wherever the word "Proposer" is used in this RSOQ, it shall mean each or any of the individuals, firms, partnerships, or corporations, submitting an SOQ for performance of the Design-Build services being sought by the Owner for this Project. B. Pre-Submittal Conference A Pre-Submittal Conference will be held for this project at 3:00 PM on November 11, The purpose of this conference will be to clarify the contents of this RSOQ, in order to prevent any misunderstanding of the Owner s intentions. Any doubts as to the requirements of this RSOQ, or any omission or discrepancy, should be presented to the Owner at this conference. The Owner will then determine the appropriate action necessary, if any, and issue a written addendum to the RSOQ. Oral statements or instructions will not constitute an addendum to this solicitation unless confirmed in writing by addenda. C. Interpretation of RSOQ Documents/Communications with Owner Proposers who desire clarifications of the Project, selection criteria, or submittal requirements shall restrict their inquiries to written communications only. Address all communications (other than delivery of the SOQ) to the Owner s Project Manager at the address noted below. City of Flagstaff Purchasing Section Core Services Maintenance Facility Project 3 Design/Build

7 Attn: Patrick Brown, C.P.M., Senior Procurement Specialist 211 West Aspen Avenue Flagstaff, Arizona Written communications, other than the SOQ, may also be faxed to (928) Requests for clarifications/questions must be received no later than 3:00 P.M. November 19, The following procedures apply: 1. The Proposer submitting the question shall be responsible for its prompt delivery prior to the stated deadline for clarifications. 2. Interpretation or correction of the RSOQ Documents will be made only by issuance of a written addendum which will be made available to each known recipient of an RSOQ. The City is not responsible for any explanations or interpretations of the RSOQ documents other than those made by written addendum. D. Delivery of Submittals SOQs shall be delivered to the City of Flagstaff Purchasing Division, (2 nd floor, City Hall) at 211 West Aspen, on or before the hour and date indicated in the Public Notice. SOQs shall be clearly marked as follows: The Core Services Maintenance Facility Project Design-Build Services Statement of Qualifications # PROJECT NO (The name of the Prime Proposer) November 25, 2015, 3:00 P.M. Submittals received after the scheduled due date and time for receipt shall not be accepted and will be returned to the Proposer unopened. Proposers are solely responsible for the delivery of their submittals to the above location by the time and date specified. Please note that delivery services and overnight mail should not be relied upon to make timely deliveries. Telegraphic, telephonic, telecopy (facsimile), or electronic submittals or modifications of submittals will not be considered. SOQ s received by the date and time listed above, will be opened and the name of the Respondents will be read aloud. All information regarding the content of the specific submittals will remain confidential until an award is made, or all are rejected. III. STATEMENT OF QUALIFICATIONS ORGANIZATION AND FORMAT A. General The SOQ shall display clearly and accurately the capability, knowledge, and ability of the contractor to meet the technical requirements of this RSOQ. One (1) hard copy original and one (1) electronic version in Adobe Acrobat (PDF) on either compact disc or disc drive, of the SOQ are required. The SOQ shall be fully self-contained and shall follow the format outlined in Section III of this RSOQ. Organization and presentations within the SOQs shall reflect consideration of the specific evaluation criteria included at the conclusion of Section III of this RSOQ. B. Format The Selection Committee will evaluate firms submitting responses to this RSOQ based on the information provided in their Statements of Qualifications (SOQ), and interviews (if conducted). To allow for a standard basis of evaluation, all SOQs are requested to follow a similar format. SOQs shall not exceed sixteen (16) Core Services Maintenance Facility Project 4 Design/Build

8 pages total in length excluding front and back cover pages, title page, table of contents, signed transmittal letter and Affidavit of Non-Collusion. Total allowable pages shall be double-sided 8 ½ x 11 with the exception that up to one page may consist of 11 x 17 fold-out. One page equals one side, two sided equals two pages of the sixteen (16) allowable. Combinations of text and graphic material may be used at the Proposer s discretion. Proposers are encouraged to employ any methods they consider appropriate in communicating facts and qualifications. Do not include any design concepts, fees, or pricing related to this project with SOQ submittals. These materials will not be considered, and failure to comply with this provision may result in the rejection of the submittal. Proposers must submit with their Proposal a signed copy of the Non-Collusion affidavit included as Attachment A. C. Organization SOQs should be organized with sections/dividers as follows (Include all of the following): Cover: The cover should contain the following relevant data as a minimum: Statement indicating response to: RSOQ for The Core Services Maintenance Facility Project RSOQ # Project # Submittal due date and time Company name (and logo if desired) Other information/graphics as desired Title Page: (One page maximum) Include company name, addresses, /website addresses, phone and FAX numbers and name(s) of Principals. Transmittal Letter: (One page maximum) Provide a transmittal letter on the Proposer s company letterhead identifying the Proposer and introducing key proposed Team members. Provide an expression of the firm s interest in being selected. Briefly summarize the Proposer s background and any distinguishing qualities or capabilities that uniquely qualify the Proposer for this project. Identify the key team members and their length of experience both in their respective industries and in their current companies. Confirm the availability of the key personnel identified in the SOQ. Specifically state that reasonable diligence has been exercised in the preparation of the SOQ and that all contents are true, accurate, and complete to the best of the signer s knowledge. Specifically state that no exceptions are taken to the contents of the RSOQ, or specifically identify and explain any RSOQ item to which an exception is taken. Note: Exceptions taken may render an SOQ non-responsive, or exceptions taken may be considered in scoring the SOQ under relevant scoring criteria. This letter is to be signed by the individual with authority to bind the Proposer contractually. Please address the letter to: Patrick Brown, C.P.M. City of Flagstaff Purchasing Department 211 W. Aspen Avenue Flagstaff, AZ Table of Contents: The Table of Contents shall include all SOQ sections as listed below. (Please tab the following SOQ sections as indicated below) Core Services Maintenance Facility Project 5 Design/Build

9 IV. EVALUATION CRITERIA Required Information: (New separate category not as a part of evaluation criteria below) If selected as a finalist for this Project, the firm will be required to provide a statement from an A-minus rated or better Surety Company describing the firm s bonding capacity, commensurate with the project estimate. 1. Provide a list of current licenses by state. Include type, category, and number. 2. List both Arizona professional and Arizona contractor licenses held, including license numbers and note whether licenses are held by the firm, individuals or sub-consultants. A. Firm/Team Overview, General Background & Information (5 points) (3 page maximum) 1. Provide cover letter of your Firm/Team overview, identify the Firm/Team s primary point of contact and contact information. (1 page maximum 2 points possible) 2. Identify any contract or subcontract held by the firm or officers of the firm which has been terminated within the last five years and give a brief explanation (1-2 page maximum 3 points possible). B. Company Project Management Approach (15 points) 1. Describe your company s approach to warrantees, warranty follow-up, repairs, and obtaining customer satisfaction. (3 points possible) 2. Describe your firm's Project Management approach and experience. Include the following items as part of your overall discussion; (6 points possible) a) systems used for planning, scheduling, estimating and managing construction; b) experience with design review, development and refinement, cost and scope control, value engineering and working with a project s design engineer and owner s Project Manager protocol or process for quality control for construction (DESIGN BUILD); c) DESIGN BUILD experience with directly addressing all public concerns associated with the construction. 3. Describe your approach to the DESIGN BUILD process; include at minimum the following in your overall discussion; (6 points possible) a) your process for establishing and using DESIGN BUILD contingencies and method for cost control; b) your process for establishing General Conditions expense; c) your subcontractor qualifications and selection process. C. Experience and Qualifications of Firms and Key Personnel (40 points) 1. Identify the number of comparable projects completed within the past five (5) years where the firm and/or team provided DESIGN BUILD services (Arizona projects are preferred). 2. Select three projects of character, size, budget and complexity comparable to the proposed Project. Include the following items as part of your overall discussion (Arizona projects are preferred). (15 points possible); a) Role of the firm; b) Original schedule/completion date, and final schedule/completion date; c) Key issues and problems; d) Whether DESIGN BUILD, Construction Manager or General Contractor; identify the percent of work self performed if DESIGN BUILD or general contractor; e) Services provided during the design phase (if any); resolution process on issues that may arise with project stakeholders (i.e. consultant, Owner, City Departments, franchise utilities, residents, et al); Core Services Maintenance Facility Project 6 Design/Build

10 f) Establishing critical schedule milestones, monitoring of progress, means to identify schedule slippage and methods to bring performance back in line with anticipated timelines; g) Managing cold weather and winter issues; h) Managing public expectations and disruptions, provide examples of issues & resolutions; i) Managing contingency; j) Familiarity with relevant and current City of Flagstaff, state, and federal regulations and procedures. 3. Provide Organizational Chart for this Project. (2 points possible) 4. For each person identified in the organizational chart, include their education, registration, years of experience and years of experience with your firm. For each person on the Firm/Team identified in the organization chart, list at least two comparable projects in which they have played the same role as presented for the Project. If a project selected for a key person is the same as one selected for the firm/team, provide just the project name and the role of the key person. For other projects provide (10 points possible): a) Description of project; b) Role of the person; c) Project s original contracted construction cost and final construction cost. Explain cause of variance (if applicable); d) Construction dates; e) Project owner; f) Reference information, including name(s) with telephone numbers and addresses per project; 5. Provide a more in depth discussion for the assigned Project Manager and Superintendent (11 points possible). 6. List any proposed consultants, including the experience and qualifications of these individuals (2 points possible). D. Project Approach (40 points) 1. Provide your firm s technical approach to critical success factors for this Project, include the following items as part of your overall discussion (30 points possible): a) Involvement with design development and refinement; b) Planning, scheduling, estimating and managing construction, dispute resolution and safety management; c) Design review, cost and scope control, value engineering and working with a project s design engineer ; d) Directly addressing all public concerns associated with the construction, demonstrate approach to minimizing disruptions; e) Describe your methodology and approach to the development of design solutions for this project; f) [PM OPTION FOR PROJECT SPECIFIC DETAIL] 2. Describe your methodology to develop and deliver a GMP. Include the following in your overall discussion (10 points possible): a) your process on establishing and using DESIGN BUILD contingencies and method for cost control; b) establishing General Conditions expense; KEY PERSONNEL IDENTIFIED AND LISTED ARE REQUIRED TO PERFORM THEIR IDENTIFIED ROLES UNLESS OTHERWISE AGREED TO IN WRITING BY THE CITY. E. Executive Summary of Qualifications and Experience Presented (10 points) 1. Summarize key points of your presented SOQ that adds value to the City for this Project. Core Services Maintenance Facility Project 7 Design/Build

11 F. Value Added Knowledge and Experience (10 points) The team hired by the City must be familiar with local community needs, standards, historical challenges, local codes and site conditions. Additionally, the team must be accessible to City staff and citizens (e.g. public hearings, neighborhood meetings and other citizen outreach identified in the Request for Statements of Qualifications) during the contracting design and construction phase of the Project. 1. Resolution of issues may be part of the Project work. Describe your response protocol and how the firm s Project Manager (or responsible person in charge) will be accessible to City staff and citizens. 2. Explain why your firm is particularly qualified to perform your services in the Flagstaff area. Demonstrate the Project Manager s (or responsible person in charge) knowledge of local geology, climate practices, materials, and codes by specifying in the submittal their experience working in the Northern Arizona region or in a region with geology, climate and conditions similar to those of the City of Flagstaff. a. Briefly describe two of your most recent projects that were performed in the greater Flagstaff area as defined by the Regional Plan and/or Flagstaff Metropolitan Planning Organization (FMPO) boundaries. 3. During construction, what is the response time by a qualified person (decision making authority) to meet in person and resolve concerns and to accommodate unforeseen issues? Required Attachment Complete and include the Non-Collusion Affidavit form included in this RSOQ as Attachment A. V. EVALUATION AND SELECTION PROCESS A. Overview This is a qualifications-based selection process as authorized by ARS Section The initial activity will involve an evaluation and scoring of each Proposer s qualifications and relevant experience, as indicated in its SOQ. A minimum of three and a maximum of five firms, or as otherwise allowed by law, may be invited to participate in interviews pursuant to A.R.S. Section (C)(2)(b). Following the interviews, if interviews are elected to be conducted by the Owner, the selection committee shall rank three firms in order of preference to generate a Final List per A.R.S. Section (C)(1)(a) or as may be allowed by A.R.S. Section (C)(2)(c)(i-iii). Negotiations will commence with the highest ranked firm on the Final List in accordance with ARS Section (E) and will proceed as set forth therein; or the solicitation may be cancelled pursuant to (H). B. Qualification for Evaluation To qualify for evaluation, the SOQ must have been submitted on time and materially satisfy all requirements identified in this document. C. Selection Committee The Selection Committee will consist of up to seven members and will be composed of City staff, an engineer who is registered pursuant to A.R.S. Section , a senior management employee of a licensed contractor, and others. D. RSOQ Evaluation and Ranking Process The Owner intends to award a Contract to the most qualified firm on the basis of demonstrated competence and qualifications. SOQ submittals that are responsive to the requirements of this RSOQ will be evaluated by the Selection Committee and awarded points for each stated criteria item as follows: Core Services Maintenance Facility Project 8 Design/Build

12 Maximum Achievable Points A. Firm/Team Overview, General Background & Information 5 B. Company Project Management Approach 15 C. Experience and Qualifications of Firms and Key Personnel 40 D. Project Approach 40 E. Executive Summary of Qualifications and Experience Presented 10 F. Value Added Knowledge and Experience 10 Total Available Points 120 The Selection Committee SOQ ranking process will result in a list in order of rank of a minimum of three and a maximum of five firms with whom the Selection Committee may elect to conduct interviews. E. Interviews Selected Proposers/Teams may be required to participate in an interview, pursuant to A.R.S. Section (C)(2)(b). If the city conducts interviews, each Proposer/Team is required to be represented in its interview by the key personnel with whom Owner staff will be directly conducting the day-to-day business of the Project including the project Team Leader. Should your firm wish to prepare a formal presentation as part of the interview, feel free to do so, however please note that any presentation will be strictly limited to 15 minutes in duration. The remainder of the interview period will be dedicated to discussion of project specific criteria and response to questions from Selection Committee in attendance. F. Interview Instructions: Should interviews be elected by the Owner, a specific schedule and additional instructions for the interview will be provided to each firm selected for an interview. Form of Agreement: The Owner will prepare an Agreement for Design-Build Services to be used in connection with the Project. A review copy will be provided to each firm listed for interviews prior to the time set for their interview. At the time of the interview each firm will be required to provide, in writing, a statement of concurrence with the terms and conditions of the Agreement, or, a statement of any specific exception(s) to the terms and conditions of the Agreement. Exceptions may be considered in scoring under appropriate criteria. G. Interview Ranking and Team Selection: Following interviews with the listed Proposers/Teams, the Selection Committee will rank the Proposers/Teams. Ranking criteria for the interviews will be: Maximum Achievable Points Submitted RSOQ Score Presentation Response to Interview Questions 120 points 30 points 50 points 200 Points Available Following the evaluation process the Selection Committee will select a Final List of three Teams (or as otherwise allowed by law) deemed most qualified to provide the Design-Build services, ranked in order of preference based on the SOQ evaluation and/or the interview evaluation. The Owner will proceed to Core Services Maintenance Facility Project 9 Design/Build

13 negotiate an Agreement with the highest ranked Final List firm, or will terminate the solicitation. If the Owner is unable to negotiate a satisfactory Agreement with the highest ranked firm, with terms and conditions the Owner determines to be fair and reasonable, negotiations with that firm will be formally terminated. The Owner will then undertake negotiations with the next most qualified Final List firm in sequence, until an Agreement is reached or a determination is made to reject all SOQs and terminate the solicitation. VI. ADDITIONAL INFORMATION A. Instructions The City of Flagstaff shall not be held responsible for any oral instructions. Any changes to this Request for Qualifications will be in the form of an addendum to the Statement of Qualifications. The addendum will be transmitted to all registered Request for Qualifications document-holders. B. City Rights The City of Flagstaff reserves the right to reject any or all Statements of Qualifications, to waive any informality or irregularity in any Statement of Qualifications received, and to be the sole judge of the merits of the respective Statements of Qualifications received. C. Release of Project Information The City of Flagstaff shall provide the release of all public information concerning the project, including selection announcements and contract awards. Those desiring to release information to the public must receive prior written approval from the City of Flagstaff. D. Contact with City Employees and Consultants All persons and/or firms that are interested in this project (including the firm s employees, representatives, agents, lobbyists, attorneys, and sub-consultants) will refrain, under penalty of disqualification, from direct or indirect contact for the purpose of influencing the selection or creating bias in the selection process with any person who may play a part in the selection process. This includes but is not limited to the evaluation panel, the City Manager, Assistant City Manager(s), Deputy City Manager(s), Division Directors or other staff. This policy is intended to create a level playing field for all potential firms, assure that contract decisions are made in public, and to protect the integrity of the selection process. All contact on this selection process should be addressed to the authorized representative identified in Section II. E. Contact with Elected Officials (Mayor, City Council) Any contact pertaining to this selection process with elected officials must be scheduled, in person, through the Flagstaff City Clerk s Office, 211 W. Aspen Avenue, Flagstaff AZ 86001, and are posted by the City Clerk at least twenty-four (24) hours prior to the scheduled meeting. The Clerk s posting shall include and detail the participants and the subject matter, and shall invite the public to participate. No contacts made by telephone, other than to schedule a public meeting, are permitted. Copies of contacts made by letter, facsimile, , or other written method shall be made available to the public, press, and all submitting firms, upon written request to the City Clerk. F. Reservation of Rights There shall be no express or implied intent to contract until expressly stated in writing by the City of Flagstaff, an award is made, and all conditions stated herein are satisfied. The City of Flagstaff reserves the right to reject any or all SOQs, or to withhold the award for any reason it may elect, and to waive or decline to waive irregularities in any proposal. G. Protests Protests shall be resolved, in accordance with the following: A protest shall be in writing and shall be personally delivered or served upon the City Purchasing Director. A protest of a solicitation shall be received Core Services Maintenance Facility Project 10 Design/Build

14 at the City Purchasing Department before the solicitation opening date. A protest of a proposed award or of an award shall be personally delivered or served upon the City Purchasing Director within ten (10) days after the protester knows or should have known the basis of the protest. A protest shall include: a. The name, address and telephone number of the protester; b. The signature of the protester or its representative; c. Identification of the solicitation or contract number; d. A detailed statement of the legal and factual grounds of the protest including copies of relevant documents; and e. The form of relief requested. Core Services Maintenance Facility Project 11 Design/Build

15 ATTACHMENT A NON-COLLUSION AFFIDAVIT THE CORE SERVICES MAINTENANCE FACILITY PROJECT: DESIGN-BUILD SERVICES State of Arizona County of PROJECT NO , affiant, the of (TITLE) (NAME OF COMPANY) The person, corporation or company responsible for the accompanying Statement of Qualifications, having first been duly sworn, deposes and says: That such Statement of Qualifications is genuine and not sham or collusive, nor made in the interest of or on behalf of any person not herein named, and that the Proposer has not directly or indirectly induced or solicited any other Proposer to put in a sham submittal, or any other person, firm or corporation to refrain from submitting, and that the Proposer has not in any manner sought by collusion to secure for itself an advantage over any other Proposer. Subscribed and sworn to before me this Day of, 201. (TITLE) SIGNATURE OF NOTARY PUBLIC IN AND FOR THE COUNTY OF STATE OF (My Commission Expires, 2015 ). Core Services Maintenance Facility Project 12 Design/Build

16 ATTACHMENT B SAMPLE DESIGN-BUILD AGREEMENT (Attached) Core Services Maintenance Facility Project 13 Design/Build

17 END OF RSOQ Core Services Maintenance Facility Project 14 Design/Build

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

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

CITY OF MESA, ARIZONA ENGINEERING DEPARTMENT REQUEST FOR QUALIFICATIONS

CITY OF MESA, ARIZONA ENGINEERING DEPARTMENT REQUEST FOR QUALIFICATIONS CITY OF MESA, ARIZONA ENGINEERING DEPARTMENT REQUEST FOR QUALIFICATIONS On-Call Consultant List for Mechanical Engineering Services TABLE OF CONTENTS REQUEST FOR QUALIFICATIONS PAGE NO. SECTION I PROJECT

More information

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 For PROJECT : Renovation and Repair of Atlanta Jewish Academy

More information

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office JBrown@santa-ana.org

More information

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552 ROCKDALE COUNTY, GEORGIA April 4, 2011 WINDOWS 2008/EXCHANGE 2010 UPGRADE REQUEST FOR BID #11-15 ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552

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

State Health Benefit Plan Procurement Policy

State Health Benefit Plan Procurement Policy State Health Benefit Plan Procurement Policy 1. Introduction 1.1 Purpose The mission of the Department of Community Health (DCH) Office of Procurement Services (OPS) is to obtain quality goods and services

More information

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PINE TRAIL ELEMENTARY HVAC, CEILING & LIGHTING PROJECT NO. 164514

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PINE TRAIL ELEMENTARY HVAC, CEILING & LIGHTING PROJECT NO. 164514 REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES FOR PINE TRAIL ELEMENTARY HVAC, CEILING & LIGHTING PROJECT NO. 164514 Contact: Mr. Tom Brown, Senior Construction Project Manager Facilities Services,

More information

COMMUNITY LIBRARY (SUNBURY) RFP for Construction Manager at Risk

COMMUNITY LIBRARY (SUNBURY) RFP for Construction Manager at Risk Project Name: Addition to Community Library (Sunbury) Project Location: 44 Burrer Drive, Sunbury, Ohio 43074 Owner: Community Library Board of Trustees Address: 44 Burrer Drive, Sunbury, Ohio 43074 Project

More information

GENERAL CONTRACTOR / CONSTRUCTION MANAGER SERVICES

GENERAL CONTRACTOR / CONSTRUCTION MANAGER SERVICES REQUEST FOR QUALIFICATIONS GENERAL CONTRACTOR / CONSTRUCTION MANAGER SERVICES NEW DINING HALL MONTANA STATE UNIVERSITY Bozeman, Montana PPA NO. 15-0103 Campus Planning, Design & Construction Plew Building

More information

RESOLUTION NO. 2012-11

RESOLUTION NO. 2012-11 RESOLUTION NO. 2012-11 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF GARIBALDI ACTING AS CONTRACT REVIEW BOARD APPROVING A REQUEST FOR PROPOSAL DOCUMENT AND SAMPLE CONTRACT FOR THE GARIBALDI FIRE STATION

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

Bid closing date December 21, 2013

Bid closing date December 21, 2013 REQUEST FOR PROPOSAL FOR DATA CENTRE FACILITIES MANAGEMENT SERVICES XYZ DATA CENTRE Kotakinabalu Bid closing date December 21, 2013 Failure to meet the following requirements will invalidate your bid submission

More information

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PIERSON ELEMENTARY REPLACEMENT SCHOOL PROJECT NO. 164519

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PIERSON ELEMENTARY REPLACEMENT SCHOOL PROJECT NO. 164519 REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES FOR PIERSON ELEMENTARY REPLACEMENT SCHOOL PROJECT NO. 164519 School Board of Volusia County Florida Facilities Services 3750 Olson Drive, Daytona Beach

More information

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming Request for Proposals to provide Landscape Architect Due Date Proposal Submissions Monday, June 15, 2015 by 5:00 p.m. RFP15-15008 Solicited by: Department

More information

Town of Paradise Valley 6401 East Lincoln Drive Paradise Valley, Arizona 85253-4328 www.paradisevalleyaz.gov. GIS Consulting Services

Town of Paradise Valley 6401 East Lincoln Drive Paradise Valley, Arizona 85253-4328 www.paradisevalleyaz.gov. GIS Consulting Services 6401 East Lincoln Drive Paradise Valley, Arizona 85253-4328 www.paradisevalleyaz.gov Request for Qualifications (RFQ) for GIS Consulting Services RFQ Issued: July 16, 2015 Deadline for Submittal of Qualifications:

More information

REQUEST FOR INFORMATION (RFI) For. Email Archiving Solution Project No. RFI-LB-58359 COLORADO SPRINGS UTILITIES. Continuous Improvement Department

REQUEST FOR INFORMATION (RFI) For. Email Archiving Solution Project No. RFI-LB-58359 COLORADO SPRINGS UTILITIES. Continuous Improvement Department REQUEST FOR INFORMATION (RFI) For Email Archiving Solution Project No. RFI-LB-58359 COLORADO SPRINGS UTILITIES Continuous Improvement Department Date: 7/16/07 T01-10903 (12/2004) TABLE OF CONTENTS TABLE

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

Request for Proposal Permitting Software

Request for Proposal Permitting Software Request for Proposal Permitting Software Date Issued: October 7, 2015 Proposals Due no later than: 2:00pm EST on November 10, 2015 Page 1 of 10 Revised 10/5/2015 TABLE OF CONTENTS Section I Introduction

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL RFP ISSUE DATE: September 26 th, 2001 TITLE: RFP NUMBER: San José State University Website Redesign F-WR00001181-AL PURCHASING OFFICE CONTACT: DEPARTMENT OFFICIAL: Alex Lebedeff, Mary

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

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS PART 1 GENERAL 1.01 GENERAL SECTION 002113 INSTRUCTIONS TO BIDDERS A. Information contained in this section is supplemental to or in explanation of information in the INVITATION TO BID contained in Section

More information

Nebraska Public Schools: Statutes Related to the Construction of Improvements to Real Property

Nebraska Public Schools: Statutes Related to the Construction of Improvements to Real Property Nebraska Public Schools: Statutes Related to the Construction of Improvements to Real Property 73-101. Public lettings; how conducted. Whenever the State of Nebraska, or any department or any agency thereof,

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 PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m.

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m. Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 contractingservices@seattleschools.org REQUEST FOR PROPOSAL NO. RFP09503

More information

PROPOSAL. To The. Alameda County Office of Education. Emailed Bid for Palo Alto Network Next Gen Firewall. Bid Open September 29th, 2015 4:00 PM

PROPOSAL. To The. Alameda County Office of Education. Emailed Bid for Palo Alto Network Next Gen Firewall. Bid Open September 29th, 2015 4:00 PM PROPOSAL Of Name of Bidder: To The Alameda County Office of Education Emailed Bid for Palo Alto Network Next Gen Firewall Schedule #1610 Bid Open September 29th, 2015 4:00 PM Email to jallen@acoe.org Alameda

More information

CITY OF MESA, ARIZONA ENGINEERING DEPARTMENT

CITY OF MESA, ARIZONA ENGINEERING DEPARTMENT CITY OF MESA, ARIZONA ENGINEERING DEPARTMENT REQUEST FOR QUALIFICATIONS EAST VALLEY ADULT RESOURCES TENANT IMPROVEMENT Project Funding by the United States Department of Housing and Urban Development Through

More information

REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538

REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538 REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538 Proposals Due October 27, 2015 at 2:00 PM 1 P age TABLE

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

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

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

Town of North Haven. REQUEST FOR QUALIFICATIONS OF and PROPOSALS FROM SOLAR ENERGY DEVELOPERS

Town of North Haven. REQUEST FOR QUALIFICATIONS OF and PROPOSALS FROM SOLAR ENERGY DEVELOPERS Town of North Haven REQUEST FOR QUALIFICATIONS OF and PROPOSALS FROM SOLAR ENERGY DEVELOPERS Legal Notice Request for Qualifications and Proposals Town of North Haven The Town of North Haven requests that

More information

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 TABLE OF CONTENTS I. INSTRUCTIONS... 3 A. BID INFORMATION... 3 B. BID PROPOSAL FORMAT... 4 C.

More information

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

Request for Qualifications (Design-Build Contract) State of Ohio Standard Forms and Documents Request for Qualifications (Design-Build Contract) State of Ohio Standard Forms and Documents Administration of Project: Local Higher Education Project Name Campus Elevator Upgrades Response Deadline 9/03/13

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 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

CITY OF HIGHLAND PARK

CITY OF HIGHLAND PARK REQUEST FOR PROPOSALS CONSULTING SERVICES FOR THE PROCUREMENT OF AN ELECTRONIC DOCUMENT MANAGEMENT SYSTEM CITY OF HIGHLAND PARK PLEASE COMPLETE ATTACHMENT 1 RFP ACKNOWLEDGEMENT FORM AND RETURN TO THE CITY

More information

CHAPTER 48-01.2 PUBLIC IMPROVEMENT BIDS AND CONTRACTS

CHAPTER 48-01.2 PUBLIC IMPROVEMENT BIDS AND CONTRACTS CHAPTER 48-01.2 PUBLIC IMPROVEMENT BIDS AND CONTRACTS 48-01.2-01. Definitions. In this chapter, unless the context otherwise requires: 1. "Agency construction management" means a public improvement delivery

More information

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 Sealed bids are due by 10:30 am on Friday, January 30, 2015 Bid Specs are

More information

Request for Proposal. Broker and Claims Management Services For Redlands Christian Migrant Association, Inc. Workers Compensation Insurance Program

Request for Proposal. Broker and Claims Management Services For Redlands Christian Migrant Association, Inc. Workers Compensation Insurance Program Request for Proposal Broker and Claims Management Services For Redlands Christian Migrant Association, Inc. Workers Compensation Insurance Program April 8, 2015 2 Page 1 Redlands Christian Migrant Association,

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

CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID

CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID ITB # 1002 ITEM: Storage Area Network Equipment, Installation & Support DEADLINE: Friday, February

More information

INSTRUCTIONS TO PROPOSERS

INSTRUCTIONS TO PROPOSERS The Worcester Regional Retirement Board ( Board ) is seeking proposals from qualified parties interested in providing website design and web hosting services for its 13,000 member public pension plan.

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

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

Request for Qualifications 2015-162

Request for Qualifications 2015-162 Kitsap County Human Services Department Request for Qualifications 2015-162 Architectural and Project Management Services - Kitsap County Work Release Facility Remodel Response Deadline: November 17, 2015

More information

Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal.

Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal. REQUEST FOR PROPOSAL Park Hill School District 7703 NW Barry Road Kansas City, MO 64153 ------------------------------------------------------------------- Independent Financial Advisor District Bond Issues

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

COWLITZ-WAHKIAKUM COUNCIL OF GOVERNMENTS REQUEST FOR PROPOSALS

COWLITZ-WAHKIAKUM COUNCIL OF GOVERNMENTS REQUEST FOR PROPOSALS COWLITZ-WAHKIAKUM COUNCIL OF GOVERNMENTS REQUEST FOR PROPOSALS Disaster Resiliency Program Cowlitz-Lewis Economic Development District (CLEDD) INVITATION Cowlitz-Wahkiakum Council of Governments, hereby

More information

Policy Number: 3-804 Policy Name: Professional Services and Construction Services Procurement

Policy Number: 3-804 Policy Name: Professional Services and Construction Services Procurement Page 1 3-804 Professional Services and Construction A. Project Delivery Methods 1. A university may procure design services, construction and construction services, as applicable, under any of the following

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

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

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

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 CITY OF FLORENCE Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 REQUEST FOR QUALIFICATIONS NO. 2014-08 ARCHITECTURAL SERVICES FOR COMMUNITY GYMNASIUM DESIGN PROPOSAL

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

REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL ARCHITECTURAL/ENGINEERING AND CONSULTING SERVICES FOR Fiscal Years 2015 2018

REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL ARCHITECTURAL/ENGINEERING AND CONSULTING SERVICES FOR Fiscal Years 2015 2018 REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL ARCHITECTURAL/ENGINEERING AND CONSULTING SERVICES FOR Fiscal Years 2015 2018 Solicitation No.: BFZ1523 1. Mission Statement and General Information 1.1.

More information

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS Date Issued: March 12, 2014 Bid Number: 14-25 The City of Sikeston is soliciting bids for the resurfacing of four tennis courts. The sealed bids

More information

HACC Central Pennsylvania s Community College Harrisburg, PA. Request for Proposal RFP14-04. For Website Content Development HACC

HACC Central Pennsylvania s Community College Harrisburg, PA. Request for Proposal RFP14-04. For Website Content Development HACC HACC Central Pennsylvania s Community College Harrisburg, PA Request for Proposal RFP14-04 For Website Content Development HACC Issued: Feb. 24, 2014 Deadline for Questions: Response to Questions: PROPOSAL

More information

Issue Date: November 3, 2014. Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to:

Issue Date: November 3, 2014. Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to: REQUEST FOR PROPOSALS (RFP) 15762A FOR DENVER WATER S Snow Removal and Ice Abatement Issue Date: November 3, 2014 Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to: Denver Water Main Administration

More information

Canterbury Park Pool Chamber Replacement

Canterbury Park Pool Chamber Replacement Requirement Request For Quotation To provide services, equipment and materials to replace the Concrete Pool Service & Drainage vault at the Canterbury Park Pool located at 2185 Arch Street, Ottawa, ON

More information

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

Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents Administration of Project: Local Higher Education Project Name Shideler Hall Renovation Response Deadline 12/20/13

More information

Unified School District No. 489 Request For Proposals

Unified School District No. 489 Request For Proposals Unified School District No. 489 Request For Proposals Broker and Risk Management Services for the Unified School District #489 Commercial Insurance Program JANUARY 21, 2015 1 Unified School District No.

More information

REQUEST FOR PROPOSALS. Professional Consultant Retainer Contract

REQUEST FOR PROPOSALS. Professional Consultant Retainer Contract OREGON STATE UNIVERSITY REQUEST FOR PROPOSALS Professional Consultant Retainer Contract ISSUE DATE: January 15, 2015 {00344109;3} TABLE OF CONTENTS Page Section I Retainer Contract Introduction... 3 Introduction...

More information

Town of Trumbull. Trumbull Town Hall Purchasing Department 5866 Main Street Trumbull CT 06611. Request for Qualification

Town of Trumbull. Trumbull Town Hall Purchasing Department 5866 Main Street Trumbull CT 06611. Request for Qualification Town of Trumbull Trumbull Town Hall Purchasing Department 5866 Main Street Trumbull CT 06611 Request for Qualification REQUEST FOR LETTERS OF QUALIFICATIONS FOR SOLAR ENERGY DEVELOPER Legal Notice Request

More information

REQUEST FOR PROPOSALS FOR PROPERTY RISK MANAGEMENT SERVICES

REQUEST FOR PROPOSALS FOR PROPERTY RISK MANAGEMENT SERVICES REQUEST FOR PROPOSALS FOR PROPERTY RISK MANAGEMENT SERVICES DEVELOPMENT AUTHORITY OF FULTON COUNTY 141 PRYOR STREET S.W., SUITE 1031 ATLANTA, GEORGIA 30303 DATE RE-ISSUED JANUARY 21, 2014 RESPONSES DUE

More information

REQUEST FOR QUALIFICATIONS PLANNING, DESIGN AND CONSTRUCTION ARCHITECTURAL SERVICES FOR THE NEW COUNTY DETENTION CENTER

REQUEST FOR QUALIFICATIONS PLANNING, DESIGN AND CONSTRUCTION ARCHITECTURAL SERVICES FOR THE NEW COUNTY DETENTION CENTER REQUEST FOR QUALIFICATIONS PLANNING, DESIGN AND CONSTRUCTION ARCHITECTURAL SERVICES FOR THE NEW COUNTY DETENTION CENTER MIAMI COUNTY DETENTION CENTER 118 S. Pearl Paola, Kansas 66071 RESPONSE DEADLINE:

More information

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 Bill.Kroll@snco.us

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 Bill.Kroll@snco.us SECTION I Shawnee County is requesting qualifications/proposals for the renovation of 2600 SW East Circle Drive, Topeka, Kansas 66606 which will be utilized by the Shawnee County Health Agency per the

More information

REQUEST FOR QUALIFICATIONS. 2013 Concrete Rehabilitation Program. Various Locations within the City of Centennial PROJECT NO.

REQUEST FOR QUALIFICATIONS. 2013 Concrete Rehabilitation Program. Various Locations within the City of Centennial PROJECT NO. REQUEST FOR QUALIFICATIONS 2013 Concrete Rehabilitation Program Various Locations within the City of Centennial PROJECT NO. 2013-RFQ-13-01-01 Request for Qualifications due: Date: Friday, January 11, 2013

More information

COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK 12601 (845) 486-3670

COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK 12601 (845) 486-3670 COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK 12601 (845) 486-3670 The Division of Central Services has developed this

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

Issue Date: March 4, 2014. Proposal Due Date: Tuesday, March 18, 2014 by 11:00 AM Mountain Time to:

Issue Date: March 4, 2014. Proposal Due Date: Tuesday, March 18, 2014 by 11:00 AM Mountain Time to: REQUEST FOR PROPOSALS (RFP) 15378A FOR DENVER WATER S Information Technology Third Party Patch Management Software Issue Date: March 4, 2014 Proposal Due Date: Tuesday, March 18, 2014 by 11:00 AM Mountain

More information

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

Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents Administration of Project: School District Board + OFCC Project Name Wellington New K-8 EM/MS Response Deadline

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

Issue Date: May 6, 2014

Issue Date: May 6, 2014 Issue Date: May 6, 2014 Tallahassee Community College Attn: Bobby Hinson, Purchasing Manager TCC Purchasing Department Hinson Administration Building 444 Appleyard Drive Tallahassee, Florida 32304-2895

More information

State of Washington Department of Transportation Notice to Consultants Evaluate Risk-Based Asset Management Systems for WSDOT

State of Washington Department of Transportation Notice to Consultants Evaluate Risk-Based Asset Management Systems for WSDOT State of Washington Department of Transportation Notice to Consultants Evaluate Risk-Based Asset Management Systems for WSDOT The Washington State Department of Transportation (WSDOT) solicits interest

More information

Borough of Jamesburg

Borough of Jamesburg Borough of Jamesburg Sale of Cellular Communications Tower Lease Bid Specifications Borough of Jamesburg 131 Perrineville Road Jamesburg, NJ 08831 July, 2012 Bid Opening August 16, 2012 11:00am Borough

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) Request for Proposal, Page 1 of 13 REQUEST FOR PROPOSAL (RFP) RFP NUMBER AND TITLE: PLACE OF OPENING: 1213-05 : TypeWell, CART, Sign Language Interpreting, Captioned Media and Alternate Format Text, and

More information

Request for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015

Request for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015 Request for Proposal Internet Access Satilla Regional Libraries Erate Funding Year July 1, 2014 through June 30, 2015 January 2013 Page 1 REQUEST FOR PROPOSAL Internet Access Satilla Regional Library The

More information

STATE OF MAINE DEPARTMENT OF EDUCATION RFP # 201205322 PAYROLL SERVICES FOR TEMPORARY RESOURCES

STATE OF MAINE DEPARTMENT OF EDUCATION RFP # 201205322 PAYROLL SERVICES FOR TEMPORARY RESOURCES STATE OF MAINE DEPARTMENT OF EDUCATION RFP # 201205322 PAYROLL SERVICES FOR TEMPORARY RESOURCES RFP Coordinator: Jeff Mao, Learning Technology Policy Director Department of Education 23 State House Station

More information

HACC Central Pennsylvania s Community College Harrisburg, PA. Request for Proposal RFP13-08. For. Integrated Marketing Communications Services

HACC Central Pennsylvania s Community College Harrisburg, PA. Request for Proposal RFP13-08. For. Integrated Marketing Communications Services HACC Central Pennsylvania s Community College Harrisburg, PA Request for Proposal RFP13-08 For Integrated Marketing Communications Services Issued: Feb. 22, 2013 Deadline for Questions: Response to Questions:

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

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 STATEMENT OF INTEREST AND QUALIFICATIONS (SOIQ) FOR ARCHITECTURAL SERVICES Provo City School District

REQUEST FOR STATEMENT OF INTEREST AND QUALIFICATIONS (SOIQ) FOR ARCHITECTURAL SERVICES Provo City School District Introduction: REQUEST FOR STATEMENT OF INTEREST AND QUALIFICATIONS (SOIQ) FOR ARCHITECTURAL SERVICES Provo City School District Pursuant to Utah Code Ann. 63G-6-701, it is the policy of the Provo City

More information

City Of Portsmouth, New Hampshire REQUEST FOR QUALIFICATIONS # 30-10 For. Construction Management Services for the

City Of Portsmouth, New Hampshire REQUEST FOR QUALIFICATIONS # 30-10 For. Construction Management Services for the City Of Portsmouth, New Hampshire REQUEST FOR QUALIFICATIONS # 30-10 For Construction Management Services for the Renovation and Expansion of Portsmouth Middle School INVITATION The City of Portsmouth,

More information

POLICY: 8071 Capital Construction; Contracts; Design-Build; Construction Management At Risk Page 1 of 7

POLICY: 8071 Capital Construction; Contracts; Design-Build; Construction Management At Risk Page 1 of 7 At Risk Page 1 of 7 BOARD POLICY For contracts related to construction projects, the System will follow the procedures established by the Political Subdivisions Construction Alternatives Act (RRS 13-2901

More information

Responses to this RFP will be due on or before November 14, 2013, as described below in Sections III. and V.

Responses to this RFP will be due on or before November 14, 2013, as described below in Sections III. and V. SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY Request for Proposals for Professional Insurance Brokerage Services RFP Date: October 25, 2013 Response Deadline: November 14, 2013 I. Introduction The Southern

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

REQUEST FOR EXPRESSIONS OF INTEREST AND STATEMENTS OF QUALIFICATIONS

REQUEST FOR EXPRESSIONS OF INTEREST AND STATEMENTS OF QUALIFICATIONS 1 REQUEST FOR EXPRESSIONS OF INTEREST AND STATEMENTS OF QUALIFICATIONS Title: TEMPORARY FLOW MONITORING SERVICES Project No.: 4712-2010 FOR MINOR WORKS PROJECTS RFEOI/SOQ for Project # 4712-2010 Page 1

More information

TOWN OF MILFORD REQUEST FOR QUALIFICATIONS DESIGNER SERVICES FOR LIBRARY ROOF REPLACEMENT

TOWN OF MILFORD REQUEST FOR QUALIFICATIONS DESIGNER SERVICES FOR LIBRARY ROOF REPLACEMENT TOWN OF MILFORD REQUEST FOR QUALIFICATIONS DESIGNER SERVICES FOR LIBRARY ROOF REPLACEMENT The Milford Board of Library Trustees, as the Awarding Authority, invites the submission of qualifications by responsible

More information

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments COUNTY OF SARPY, NEBRASKA SPECIFICATIONS VOIP Phones For the Various County Departments PROPOSALS DUE: Thursday, 2:00 p.m., June 13, 2013 1 P age P:\VOIP Phones\RFP_VOIP.docx General Information Notice

More information

Request for Qualification (RFQ) For Architectural Services. McCormick, South Carolina

Request for Qualification (RFQ) For Architectural Services. McCormick, South Carolina Request for Qualification (RFQ) For Architectural Services McCormick, South Carolina 1 REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES TABLE OF CONTENTS I. PURPOSE OF RFQ... II. SITES DESCRIPTION..

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

CITY OF DALLAS. Request for Competitive Sealed Proposal (RFCSP) BUZ1524. For. SCADA Repair, Parts and Support

CITY OF DALLAS. Request for Competitive Sealed Proposal (RFCSP) BUZ1524. For. SCADA Repair, Parts and Support CITY OF DALLAS Request for Competitive Sealed Proposal (RFCSP) BUZ1524 For SCADA Repair, Parts and Support Purpose The purpose of this specification is to establish a thirty-six (36) month service agreement

More information

New WMHS Construction Management Firm

New WMHS Construction Management Firm New WMHS Construction Management Firm RFQ Schedule November 5, 2013 Board Meeting Approval to Advertise and use revised RFQ Week December 9, 2013 Ad runs in local papers (Thursday Dec. 12 th ) Week December

More information

CITY OF JERSEY CITY REQUEST FOR QUALIFICATIONS: HEALTH INSURANCE BROKER. Contract Term November 1, 2013 through October 31, 2016 SUBMISSION DEADLINE:

CITY OF JERSEY CITY REQUEST FOR QUALIFICATIONS: HEALTH INSURANCE BROKER. Contract Term November 1, 2013 through October 31, 2016 SUBMISSION DEADLINE: CITY OF JERSEY CITY REQUEST FOR QUALIFICATIONS: HEALTH INSURANCE BROKER Contract Term November 1, 2013 through October 31, 2016 SUBMISSION DEADLINE: 4:00 PM September 26, 2013 ADDRESS ALL PROPOSALS TO:

More information

SECTION 000100 - INSTRUCTIONS TO BIDDERS

SECTION 000100 - INSTRUCTIONS TO BIDDERS SECTION 000100 - INSTRUCTIONS TO BIDDERS ARTICLE 1 - SPECIAL NOTICE TO BIDDERS These electronic specifications makeup a complete set of project bidding forms. The proposal form shall be executed and submitted

More information

ADVERTISEMENT FOR BIDS. Tree Clearing for Watson Drive City of Kearney, MO

ADVERTISEMENT FOR BIDS. Tree Clearing for Watson Drive City of Kearney, MO ADVERTISEMENT FOR BIDS Tree Clearing for Watson Drive City of Kearney, MO Sealed bids will be received at Kearney City Hall, 100 East Washington, Kearney, MO 64060, on or before 2:00 PM, Friday, February

More information

TOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY. Qualification Period January 1, 2014 December 31, 2014

TOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY. Qualification Period January 1, 2014 December 31, 2014 TOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY Qualification Period January 1, 2014 December 31, 2014 SUBMISSION DEADLINE 3:30 p.m., November 15, 2013 ADDRESS

More information

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

Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents Request for Qualifications (CM at Risk Contract) Administration of Project: Local Higher Education Project Name FAES- Student Success Center Response Deadline 03/04/2013 4:30 pm local time Project Location

More information

RFP Milestones, Instructions, and Information

RFP Milestones, Instructions, and Information This Request for Proposal is being issued by the Lower Colorado River Authority (LCRA). LCRA is a conservation and reclamation district of the State of Texas created pursuant to Article XVI, Section 59,

More information