REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION
|
|
|
- Katrina Gilmore
- 10 years ago
- Views:
Transcription
1 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: The Shoreline Fire Department, Shoreline, Washington ( Department ) solicits a Request for Qualifications (RFQ) for Architectural and Engineering Design Services for the design of a new fire station building. The fire station building is proposed to be constructed on or near the existing site at 1410 Northeast 180 th Street within the city boundaries of Shoreline. The Department does not expect or require a large amount of preliminary work to be performed by the applicants for this phase of the selection process and requests a limit of thirty (30) pages total (back to back is ok) for the RFQ, including cover page, examples and supplements. It is the Department s intent to select an Architectural firm based on qualifications, abilities, past performance, and ability to complete the work within the timeframe specified. Once the Department has reviewed the qualifications, one or more firms may be requested to provide additional information and/or participate in an interview process. B. Project Description: The new fire station will replace the existing Station 63 at 1410 Northeast 180 th Street. The existing Station 63 has been through two significant remodels and does not meet space needs for crew and apparatus. The new fire station facility is currently being proposed to be built on or near the existing Station 63 site. The Department is currently evaluating those options and if the station is to be relocated to a new site, the Architect will be consulted on the feasibility of the new location. It is intended that this station will achieve some level of LEED certification. Review of RFQs will be performed by a committee comprised of the Fire Chief, Project Manager, two Assistant Chiefs, and a Fire Commissioner. However, the final decision on an architectural firm will only be made with the concurrence of the Department s Board of Fire Commissioners. C. Scope of Services: Station 63 The Department anticipates that the selected firm will provide normal professional architectural services required for the site planning, design and construction of a fire station with a minimum of three double-deep apparatus bays, nine bedrooms, a meeting room of sufficient size to accommodate crew training, regional and neighborhood meetings. Services will include, but are not limited to; architectural services, programming, cost estimating, structural engineering, MEP (mechanical, electrical, plumbing), surveying, civil engineering, geotechnical investigations, landscaping design, interior design, and construction administration for the new fire station. 1
2 Station 61 The Department anticipates that the selected firm may also need to provide normal professional architectural services required for the site planning and permitting to accommodate a pre-fab metal building at the headquarters facility (Station 61) located at Aurora Avenue North, Shoreline, Washington. D. Submittal Deadline: The Department must receive Requests for Qualifications by close of business, 4:00 p.m., on November 16, They may be mailed or delivered to the address listed below. Faxed or ed Requests for Qualifications will not be accepted. Please direct all questions to Rick Ashleman, Project Manager via . Shoreline Fire Department Attention: Rick Ashleman Aurora North Shoreline, WA [email protected] E. Submittal Requirements: 1. Letter of Interest: The cover letter shall briefly summarize the firm s qualifications and past experience relevant to the scope. A principal or officer of the firm authorized to execute contracts or other similar documents on the firm s behalf must sign the letter. 2. Evidence of firm s ability to perform the required services. 3. Outline your firm s experience on the scope of work required for the appropriate discipline. 4. Describe your firm s overall approach, including organization and work tasks necessary to accomplish the objectives. 5. If it is your firm s practice to have specific sub-categories of the Scope of Work, as described in Section B of this RFQ, performed by sub-consultant(s), please identify the sub-consultant(s) you anticipate using for a Contract, indicate their specific role(s), and outline their experience on similar or related work. 6. Describe your quality control process. 7. Note any activity in organizations and/or institutes that would aid you or your firm in maintaining current state of the art expertise in your field. 8. Note any understanding and experience with the United States Green Building Council s LEED rating system and its requirements. 9. Identify qualifications/expertise of the key personnel on your team; and evidence of availability of staff to begin immediately upon awarding of the Contract. 10. Provide a list of key personnel, including sub-consultants personnel indicating the specific role of each, and clearly identify the Project Manager. 2
3 11. Provide a professional resume for each of the named key personnel, indicating the extent of his/her experience on projects related to this type of work. Each of the key personnel suggested for use on projects must have current professional registration or certification and, if applicable, be currently licensed with the State of Washington. 12. Past performance and record of successful completion of similar work: a. Describe any previous projects (firm and individual) of similar scope to our project, and include a description of specific responsibility of such projects. b. Note any information useful in demonstrating successful results on prior projects. c. Provide reference contact names, phone numbers, and addresses related to the above prior projects. F. Consultant Evaluation Criteria: Consultant s RFQ will be evaluated based on the criteria listed in this section. In preparing the RFQ, it is important to clearly demonstrate expertise in the areas described in this document. The RFQ must demonstrate expertise and firms must have available adequate, experienced, personnel in all of the areas described in the appropriate discipline either through in-house staff or with sub-consultants. Firms are encouraged to identify and clearly label in their RFQ how each criterion is being fully addressed. Evaluation of responses to this RFQ will be based only on the information provided in the RFQ package, and if applicable, during an interview and reference review phase. The Department reserves the right to request additional information or documentation from the firm regarding its RFQ documents, personnel, or other items in order to complete the selection process. The following criteria, with a point system of relative importance with an aggregate total of 100 points, will be utilized to evaluate the qualifications of each firm: Evaluation Criteria Weighting a. Evidence of firm s ability to perform the required services: 20 b. Qualifications/expertise of the key personnel on the team: 30 c. Past performance and record of successful completion of similar work (including the understanding and implementation of LEED certification): 30 d. Evidence of availability of staff to begin immediately upon being awarded the contract: 20 As part of the evaluation, the Department will consider prior experience in fire service planning and design to be a significant component of the proposal from the successful firm or team. In particular, the Department places substantial emphasis on fire service planning and design experience on behalf of other fire service agencies in King, Pierce and Snohomish Counties. 3
4 G. Submission Requirements: 1. Upon receipt of each RFQ, the Department will date-stamp it to show the exact time and date of receipt. Upon request, the Department will provide the firm with an acknowledgment of receipt. All RFQs received will become the property of the Department and will not be returned. 2. Required Number of Copies: Firms responding to this RFQ shall submit one original RFQ along with four (4) copies of the RFQ to the address indicated in Section D. 3. The Department reserves the right to waive as informality any irregularities in RFQs and/or to reject any or all submittals. H. Selection Process: All responses to this RFQ will be screened for eligibility. As time permits, a selection panel will rate eligible responses, according to the criteria listed above, and may conduct reference checks as part of the process. If there is insufficient information, the Department reserves the right to request additional information, and to interview firms to discuss their RFQs. Any protest of the selection process shall be resolved in accordance with Department Procurement Policies. It is the Department s intent to interview the top two or three firms based upon the submitted written materials. 1. This solicitation does not obligate the Department to award a Contract to any respondent. At its option, the Department reserves the right to waive as informality any irregularities in the RFQs and/or to reject any or all submittals. 2. The Department reserves the right to request clarification of information submitted, and to request additional information from any firm. 3. If the Department awards a firm the Contract to provide architectural services, the successful firm shall be issued a written Notice of Intent to Award. The successful firm shall execute an agreement acceptable to the Department within thirty (30) days from the date of Notice of Intent to Award. Failure by the successful firm to execute an agreement within the stipulated 30-day period shall constitute non-conformance with the RFQ, allowing the Department to unilaterally withdraw and terminate such intent to award. 4. The Department reserves the right to award any contract to the next most qualified firm, if the successful firm does not execute a contract within 30 days from the date of Notice of Intent to Award. 5. The Department shall not be responsible for any costs incurred by the firm in preparing, submitting or presenting its response to the RFQ. 6. Approximate Selection Timeline: RFQ Deadline: November 16, 2015 Consultant Shortlist: November 17, 2015 Consultant Interviews (if needed): November 19, 2015 Consultant Selected: November 20,
5 I. Administrative Information: 1. Minority-owned and Women-owned Business Enterprises: The Department strongly encourages minority owned and women-owned businesses, socially and economically disadvantaged business enterprises, and small businesses to respond to this RFQ, to participate as partners, or to participate in other business activity in response to this RFQ. 2. Basic Eligibility: Any successful firm must be licensed to do business in the State of Washington, the City of Shoreline and must have a state Unified Business Identifier (UBI) number. In addition, the successful firm must not be debarred, suspended, or otherwise ineligible to contract with the Department. 3. Payment Requirements: Firms should be aware that the Department will only make payments on work orders after the work being billed has been completed, and will pay reimbursable expenses to the firm only upon receipt of an itemized invoice for the reimbursable expenses. No advance payments will be made to the firm; who must have the capacity to meet all project expenses in advance of payments by the Department. 4. Approval of Sub-Consultants: The Department retains the right of final approval of any sub-consultant of the selected firm who must inform all sub-consultants of this provision. 5. Documents Produced: All construction drawings, reports, specifications, and other documents produced under Contract to the Department must be submitted to the Department in both hard copy and a digital format that meets the Department s requirements, using Microsoft Office or AutoCAD products. All documents and products created by the firm and their sub-consultants shall become the exclusive property of the Department. 6. Civil Rights: The Shoreline Fire Department embraces civil rights and equal opportunity. If any events occur involving the firm or subcontractors that would violate those rights then the firm shall take full responsibility for said actions. J. General Insurance Requirements: 1. Prior to undertaking any work under this Contract, the firm shall procure and maintain, continuously for the duration of this Contract or associated work orders, at no expense to the Department, insurance coverage as specified below, in connection with the performance of the work of this Contract by the firm, its agents, representatives, employees and/or subcontractors. 2. The firm s insurance shall be primary in respect to the Department; and any other insurance maintained by the Department shall be excess and not contributing insurance with the firm s insurance. 3. Except with respect to the limits of insurance, and any rights or duties specifically assigned to the first named insured, the firm s Commercial General Liability and Commercial Automobile Liability insurance coverage shall apply as if each named insured were the only named insured, and separately to each insured against whom claim is made or suit is brought. 5
6 4. Failure of the firm to fully comply with the insurance requirements of this Contract will be considered a material breach of contract and, at the option of the Department, will be cause for such action as may be available to the Department under other provisions of this Contract or otherwise in law, including immediate termination of the Contract. 5. Required Insurance Coverage: The following are the types and amounts of insurance coverage that must be maintained by the firm during the term of this Contract. The Department reserves the right to increase or otherwise change insurance requirements in accordance with the scope of work of any work order to this Contract. The firm must provide acceptable evidence of such coverage prior to beginning work under this Contract or associated work orders. a. Commercial General Liability Insurance. A policy of Commercial General Liability insurance including bodily injury, property damage, and products/completed operations, written on an occurrence form, with the following minimum coverage: $2,000,000 each occurrence/aggregate. Coverage shall extend to cover the use of all equipment on the site or sites of the work of this Contract. b. Employers Liability or Washington Stop Gap Liability. A policy of Employers Liability or a Washington Stop Gap Liability insurance endorsement with the following minimum coverage: $2,000,000 each accident. c. Commercial Automobile Liability Insurance. A policy of Commercial Automobile Liability Insurance, including coverage for owned, non-owned, leased or hired vehicles written on an insurance industry standard form (CA 00 01) or equivalent, with the following minimum coverage: $2,000,000 combined single limit coverage. d. Professional Liability Insurance: A policy of Errors and Omissions Liability Insurance appropriate to the firm s profession. Coverage should be for a professional error, act, or omission arising out of the Scope of Work, with the following minimum coverage: $2,000,000 per Claim/Aggregate. If the Professional Liability Insurance policy is written on a claims-made form, the Consultant warrants continuation of coverage, either through policy renewals or the purchase of an extended reporting period (tail) for a minimum of three years from the date of completion of the work authorized by the Contract. In the event that the firm is authorized to engage sub-contractors, each sub-contractor shall provide evidence of separate professional liability coverage equal to the levels specified above, unless such requirement is waived in writing by the Department. e. Workers Compensation Policy: As respects Workers Compensation insurance in the State of Washington, the firm shall secure its liability for industrial injury to its employees in accordance with the provisions of Title 51 of the Revised Code of Washington (RCW). If the firm is qualified as a self-insurer in accordance with Chapter RCW, the firm shall so certify by a letter signed by a corporate officer, indicating that it is a qualified self-insured, and setting forth the limits of any policy of excess insurance covering its employees, or any similar coverage required. 6
7 f. Additional Insured Endorsement: The Shoreline Fire Department must be named as an additional insured on a primary and non-contributory basis on all Commercial General Liability policies of the firm. A policy endorsement (form CG2O lob or equivalent) must be provided to the Department as evidence of additional insured coverage. 6. Proof of Insurance and Insurance Expiration: The firm shall furnish certificates of insurance and policy endorsements as evidence of compliance with the insurance requirements of the Contract. A person authorized by that insurance company to bind coverage on its behalf must sign such certificates and endorsements. 7. The firm shall include all sub-contractors, at any tier, as insured s (except for Professional Liability insurance). Alternatively, the firm shall: a. Obtain from each sub-contractor not insured under the firm s policy or policies of insurance, evidence of insurance meeting all the requirements of this Contract, and b. Maintain such evidence on file for a period of one year after the completion of this Contract and, upon request, submit such evidence to the Department for examination, and c. Ensure that the firm s coverage of sub-contractors under the firm s policies is not excluded by any policy provision or endorsement. 8. The firm s insurance shall not be reduced or canceled without thirty (30) days prior written notice to the Department. The firm shall not permit any required insurance coverage to expire during the term of this Contract. 9. The Department reserves the right to require complete, certified copies of all required insurance policies at any time during the term of this Contract, or to waive any of the insurance requirements of this Contract at its sole discretion. 10. Carrier Review and Approval Authority: Insurance policies, deductibles, self-insured retentions, and insurance carriers will be subject to review and approval by the Department. All insurance shall be carried with companies that are financially responsible. Generally, except for Professional Liability Insurance coverage, all carriers of insurance or reinsurers must have and maintain a rating of A VII or better as identified in the A. M Best Insurance Rating Guide, most recent edition. Insurance carriers or reinsurers who do not have a rating of A VII or better may not be used without written approval of the Fire Chief. K. PUBLICATION The RFQ shall be published as follows: 1. Daily Journal of Commerce 2. Seattle Times 3. Shoreline Fire Department Web Site END OF REQUEST FOR QUALIFICATIONS 7
CITY OF KALAMA REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES. Proposal Due Date: April 13, 2016
CITY OF KALAMA REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Proposal Due Date: April 13, 2016 The City of Kalama (CITY) invites proposals for the services of a registered architect and their team
Architectural and Engineering Services Roster (Solicitation # 3266)
REQUEST FOR QUALIFICATIONS for Architectural and Engineering Services Roster (Solicitation # 3266) TABLE OF CONTENTS A. INTRODUCTION... 1 B. SCOPE OF WORK... 3 C. INFORMATION TO BE PROVIDED IN YOUR SOQ...
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
REQUEST FOR QUALIFICATIONS CONSULTANT ARCHITECTURAL SERVICES FOR VARIOUS TOWN BUILDINGS FOR THE PUBLIC WORKS DEPARTMENT, TOWN OF GROTON, CT
REQUEST FOR QUALIFICATIONS CONSULTANT ARCHITECTURAL SERVICES FOR VARIOUS TOWN BUILDINGS FOR THE PUBLIC WORKS DEPARTMENT, TOWN OF GROTON, CT Statements of Qualification for the selection of on-call architectural
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.
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
EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY
EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY Revised: February 23, 2008 EXHIBIT C INSURANCE REQUIREMENTS Without limiting Consultant s indemnification, Consultant shall
REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT
REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT The Town of Avon is seeking written responses to a Request for Proposal (RFP) for services of a landscape architect
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:
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
Request for Qualifications & Proposal. Architectural Team. Lake County School District R-1. On-Call Services. For
Request for Qualifications & Proposal Architectural Team For Lake County School District R-1 On-Call Services Provided by: Submittal Deadline: April 23, 2015 Time: 5:00 PM 1.0 Introduction On behalf of
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
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
SAMPLE CONSTRUCTION INSURANCE REQUIREMENTS
SAMPLE CONSTRUCTION INSURANCE REQUIREMENTS A. In General The shall purchase and continuously maintain in full force and effect for the policy periods specified below the insurance policies specified in
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
INSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4
1THE PHILADELPHIA PARKING AUTHORITY RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4 Prior to commencement of the contract and until completion of your work, shall, at its sole expense,
REQUEST FOR QUALIFICATIONS By Town of Apex, NC For Architectural Services For The Design of a Senior Services Facility
REQUEST FOR QUALIFICATIONS By Town of Apex, NC For Architectural Services For The Design of a Senior Services Facility Introduction In accordance with NCGS 143-64.31, the Town of Apex requests statements
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
How To Work For A City Of Germany Project
CONSULTING SERVICES AGREEMENT This Consulting Services Agreement ( Agreement ) is made and entered into this day of, 2013, by and between the City of Clovis, a Municipal Corporation, hereinafter called
NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP
NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP Insurance Recommendations for Consultant Contracts For contracts providing professional services by Accountants, Architects, Attorneys, Counselors, Consultants,
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
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,
Request for Proposals ARCHITECTURAL/ENGINEERING SERVICES FOR. New Fire Station Facility
Request for Proposals ARCHITECTURAL/ENGINEERING SERVICES FOR New Fire Station Facility Snohomish County Fire District 7 is accepting proposals from qualified architectural / engineering firms to provide
NORTH BEACH WATER DISTRICT PACIFIC COUNTY, WASHINGTON
NORTH BEACH WATER DISTRICT PACIFIC COUNTY, WASHINGTON RESOLUTION 20-2014 A RESOLUTION OF THE NORTH BEACH WATER DISTRICT OF PACIFIC COUNTY, WASHINGTON, APPROVING A CONTRACT FOR ARCHITECTURAL SERVICES WITH
Gordon L. Mountjoy & Associates, Inc.
INSURANCE REQUIREMENTS CHECKLIST Submit an Acord 25 form and the endorsements as required below. Your insurance must be in compliance immediately after you sign your subcontract and before you start work.
Hillsborough County Aviation Authority Standard Procedure S250.06 Contractual Insurance Terms and Conditions
Hillsborough County Aviation Authority Standard Procedure S250.06 Contractual Insurance Terms and Conditions PURPOSE: To establish the insurance terms and conditions associated with contractual insurance
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
D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 007316 INSURANCE REQUIREMENTS
SECTION 007316 INSURANCE REQUIREMENTS PART 1 - INSURANCE REQUIREMENTS 1.01 GENERAL A. Any person, firm or corporation Contractor authorizes to work upon the Property, including any subcontractor, shall
PHILADELPHIA REDEVELOPMENT AUTHORITY ADDENDUM TO OWNER/ARCHITECT AGREEMENT OWNER: ARCHITECT: PROJECT: This Addendum shall amend the Agreement between Architect and Owner executed in connection with certain
QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.
COUNTY OF MUSKEGON REQUEST FOR QUOTES (RFQ) FOR PROFESSIONAL REAL ESTATE SERVICES The County of Muskegon, through its County Administration Department, Office of Grant Services, is seeking contractors
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
BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY ARCHITECTURAL SERVICES RELATED TO THE HADDONFIELD LIBRARY REQUEST FOR PROPOSAL
BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY ARCHITECTURAL SERVICES RELATED TO THE HADDONFIELD PUBLIC LIBRARY REQUEST FOR PROPOSAL Project Name: ARCHITECTURAL SERVICES RELATED TO THE HADDONFIELD PUBLIC
1. Applicants must provide information requested in the section titled Required Information.
Lane County Health & Human Services Strategic Plan Development REQUEST FOR QUOTES Introduction Lane County Health & Human Services is interested in contracting with a consultant to help develop an updated
REQUEST FOR QUOTES (RFQ)
REQUEST FOR QUOTES (RFQ) Lincoln County Public Works is requesting quotes (RFQ) through its Small Works Roster Process. Quotes are being requested for a project to replace the roof on the Crew Headquarters/Truck
Memorandum of Understanding
Memorandum of Understanding between Name of Company: Owner/Principal: As a Solar Santa Monica Preferred Contractors And the Solar Santa Monica Program of the City of Santa Monica (Last edited July 2, 2015)
TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES
TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES The Town of Canton is soliciting proposals from professional architectural/engineering consultants for
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
GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS
GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS DATE RFQ RELEASED July 13, 2013 1 PURPOSE OF THIS REQUEST FOR
COC-Insurance Requirements Page 1 of 9
CITY OF CONCORD INSURANCE AND INDEMNIFICATION REQUIREMENTS (The 1 st two pages provide basic insurance requirements information.) Insurance Required: See below Sample in Contract Limits of Coverage: Additional
MASTER AGREEMENT Enterprise Rent-A-Car and National Car Rental Master Agreement No: 9950 (hereinafter Contractor ) And
Page 1 of 5 1. Scope: This addendum covers the led by the State of Oregon for use by state agencies and other entities located in the Participating State/Entity authorized by that state s statutes to utilize
APPENDIX B INSURANCE & BONDING REQUIREMENTS FC-5801
APPENDIX B INSURANCE & BONDING REQUIREMENTS ARCHITECTURAL AND ENGINEERING DESIGN SERVICES AT HARTSFIELD- JACKSON ATLANTA A. Preamble The following requirements apply to all work under the agreement. Compliance
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
City of Minneapolis Community Planning and Economic Development Small Business Technical Assistance Program Request for Proposals
Introduction The City is seeking proposals from local non-profit organizations that provide technical assistance services to small businesses and microenterprises located in Minneapolis. The total funding
Town of Somers, Connecticut Geographic Information Consulting Services Request for Proposals
Town of Somers, Connecticut Geographic Information Consulting Services Request for Proposals The Town of Somers invites proposals for Geographic Information System consultation/ implementation services.
Attachment A Terms and Conditions
Bidder: BID DELIVERY INSTRUCTIONS FOR STATE PROCUREMENT: BIDDERS ARE HEREBY ADVISED THAT THE U.S. POSTAL SERVICE DOES NOT MAKE DELIVERIES TO OUR PHYSICAL LOCATION: BIDS MAY BE MAILED THROUGH THE U.S. POSTAL
W.E. O NEIL CONSTRUCTION CO. OF COLORADO INSURANCE REQUIREMENTS. Project Name Project Address City, State Zip
W.E. O NEIL CONSTRUCTION CO. OF COLORADO INSURANCE REQUIREMENTS Project Name Project Address Subcontractor SHALL NOT COMMENCE WORK at the site until it has obtained and provided all insurance required
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.
CERTIFICATE OF INSURANCE TO CITY OF NEWARK CALIFORNIA ( the City ) A Municipal Corporation
CERTIFICATE OF INSURANCE TO CALIFORNIA ( the City ) A Municipal Corporation Page 1 of 2 Only this Certificate of Insurance form will be accepted This certifies to the City of Newark that the following
CITY OF LEAWOOD. Independent Contractor Agreement
#3 Small Indep Contractor Agreement with Ins Optional, for use with small agreements less than $15k [e.g., entertainment, 4 th of July projects, sports] CITY OF LEAWOOD Independent Contractor Agreement
Request for Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015
New York State Department of Environmental Conservation Division of Lands and Forests Invasive Species Coordination Unit 625 Broadway, Floor 5 Albany, NY 12233-4250 Request for Quotation (RFQ) Hydrilla
W.E. O NEIL CONSTRUCTION CO.
W.E. O NEIL CONSTRUCTION CO. INSURANCE REQUIREMENTS Project Name Project Address Subcontractor SHALL NOT COMMENCE WORK at the site until it has obtained and provided all insurance required by the Contract
CHECKLIST FOR INSURANCE REVIEWS
CHECKLIST FOR INSURANCE REVIEWS FOR DIRECT PURCHASE ORDERS FOR PROFESSIONAL SERVICES CONSULTANTS 1. Determine the applicable insurance requirements as set forth in Exhibit A. If the P.O. involves a Special
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
Attachment 4. Contractor Insurance Requirements
GROUP 33700 FINE & COARSE AGGREGATES Page 1 of 7 Attachment 4 Contractor Insurance Requirements The prospective awardee shall be required to procure, at its sole cost and expense, all insurance required
Department of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Interim Director REQUEST FOR E-QUOTE NUMBER: 12CT86224YA PROJECT TITLE: Maintenance contract for MicroStation Software for Water
NEW YORK STATE OFFICE OF GENERAL SERVICES SURPLUS PROPERTY SALE - CABOOSE
NEW YORK STATE OFFICE OF GENERAL SERVICES SURPLUS PROPERTY SALE - CABOOSE Seller s Disclosure/Bidders Acknowledgment of Terms, Conditions, and Other Requirements NYS Surplus Property CABOOSE Buyers are
CONTRACT INSURANCE REQUIREMENTS
CONTRACT INSURANCE REQUIREMENTS Dakota County requires that each Contractor with whom the County negotiates a contract, meet standard insurance requirements. Please review these documents to acquaint yourself
-1- -2- -3- -4- -5- INSURANCE REQUIREMENTS FOR DEVELOPER EXTENSION AGREEMENTS 1.1 The developer shall obtain and keep in force during the term of the contract, Commercial General Liability insurance policies
AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and
AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] THIS AGREEMENT is made and entered into this day of, 2014, by and between the City of Yreka, a municipal corporation, hereinafter referred
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
REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES
REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES Notice is hereby given that the Santa Rosa County Board of County Commissioners is calling for and requesting proposals from qualified
Request for Proposals
City of Sonora Request for Proposals City of Sonora Microenterprise Technical Assistance Program Lead Technical Assistance Consultant City of Sonora Community Development Department 94 N. Washington Street
Honeywell Energy Services Group
Honeywell Energy Services Group Minnesota State Colleges and Universities Riverland Community College Guaranteed Energy Savings Program (GESP) Project Request for Qualifications (RFQ) Phase 3 Lighting
CITY OF SHORELINE REQUEST FOR PROPOSAL RFP 7910. SharePoint Consulting Submit No Later Than February 11, 2015 4:00 p.m. Exactly Pacific Local Time
CITY OF SHORELINE REQUEST FOR PROPOSAL RFP 7910 SharePoint Consulting Submit No Later Than February 11, 2015 4:00 p.m. Exactly Pacific Local Time The City of Shoreline, Washington is soliciting proposals
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..
Document B105 TM. Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project
Document B105 TM 2007 Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project AGREEMENT made as of the day of in the year (In words, indicate day, month and
Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016
1. Bid Delivery Instructions for State Procurement: Fax quotations may be submitted either: Via fax to: (225) 342-9756 OR Delivered by hand or courier service to: Office of State Procurement Claiborne
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
REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits
REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits The City of Louisville, Colorado is accepting proposals for the purpose of performing sales and use tax, and franchise fee compliance
Attachment 4: Insurance Requirements
The prospective awardee shall be required to procure, at its sole cost and expense, all insurance required by this Section and, unless otherwise required by this Section, provide proof of the same within
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
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
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
ATTACHMENT AA SCOPE OF WORK EMPLOYMENT SUPPORTS
ATTACHMENT AA SCOPE OF WORK Vendors providing services under this contract agree to provide employment supports to an applicant or eligible client of the Vocational Rehabilitation Division (Division).
REQUEST FOR QUALIFICATIONS (RFQ) NO. PS-16-0235-06 FOR REAL ESTATE PROFESSIONAL COMMERCIAL BROKERAGE SERVICES
REQUEST FOR QUALIFICATIONS (RFQ) NO. PS-16-0235-06 FOR REAL ESTATE PROFESSIONAL COMMERCIAL BROKERAGE SERVICES DISTRIBUTION/ADVERTISEMENT JULY 28, 2015 RESPONSE SUBMITTAL DEADLINE AUGUST 12, 2015 2:00 P.M.
REQUEST FOR PROPOSAL OFFICE OF THE NEVADA ATTORNEY GENERAL GRANTEE- FORECLOSURE RELIEF PROGRAM MAY 20, 2011
REQUEST FOR PROPOSAL OFFICE OF THE NEVADA ATTORNEY GENERAL GRANTEE- FORECLOSURE RELIEF PROGRAM MAY 20, 2011 SCOPE OF WORK: The Office of the Attorney General (AGO) recently received a settlement from Wells
REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING
Revised to 4/28/2015 REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING The Borough of Naugatuck is seeking responses from architectural/engineering
Page 1 ARTICLE 7. INSURANCE. Section 7.01 Agreement to Insure
Page 1 Section 7.01 Agreement to Insure ARTICLE 7. INSURANCE The Contractor shall not commence performing services under this Agreement unless and until all insurance required by this Article is in effect,
Request for Quotation (RFQ) RFQ 574-13 SharePoint Consultant
Request for Quotation (RFQ) RFQ 574-13 SharePoint Consultant Due: December 2, 2013 at 2:00PM MOUNTAIN TIME Buyer: Amy Stull Purchasing 802 Grand Avenue Glenwood Springs, CO 81601 [email protected]
PREQUALIFICATION APPLICATION REQUIREMENTS
PREQUALIFICATION APPLICATION REQUIREMENTS To be eligible to bid and contract work with Webcor, subcontractors are required to be prequalified annually. If you have any questions, please contact Webcor
NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES
NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES The City of Novi will receive sealed proposals for Consultant - Architectural Façade Services according to the
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:
STANDARD FORM OF CONTRACT FOR DESIGN-BUILD CONSULTANT SERVICES
STANDARD FORM OF CONTRACT FOR DESIGN-BUILD CONSULTANT SERVICES Document No 501 Second Edition, 2010 Design-Build Institute of America Washington, D.C. TABLE OF CONTENTS Article Name Page Article 1 Consultant
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
REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor
Department of Public Services REQUEST FOR QUOTES FOR On-Call Plumbing Contractor November 2013 One Detjen Drive Crestwood, Missouri 63126 314-729-4720 Fax 314-729-4729 http://www.ci.crestwood.mo.us 1 Request
SPECIALIZED SEATING AND WINDOW EQUIPMENT FOR MODIFICATION OF PRISONER TRANSPORTATION VANS
COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry No. RFQ-3279HB DATE: October 9, 2015 Please quote the lowest prices at which you
