Request for Qualifications

Size: px
Start display at page:

Download "Request for Qualifications"

Transcription

1 Request for Qualifications to provide Construction Management Services Risk) to Carrollton Independent School System 106 Trojan Drive Carrollton, Georgia For Replacement Facilities for: Carrollton High School And Addition to Carrollton Junior High School (May 11, 2015)

2 Table of Contents I. Request for Qualifications II. III. IV. Project Overview A. Program B. Project Delivery Method C. Project Schedule D. Construction Budget E. Insurance Requirements F. Form of Agreement Scope of Services Construction Management Services to be provided A. Preconstruction Phase Services B. Procurement and Construction Services C. Warranty Services Submittal Schedule/Schedule of Events V. Evaluation, Selection and Award A. General CM Selection Process B. Negotiation of Fee VI. Qualifications -Submittal Format and Requirements A. Qualification Instructions B. Qualification Format and Requirements 1. Letter of Interest 2. Description of Firm 3. Experience 4. Personnel/Project Team 5. Preconstruction Management Plan 6. Construction Management Plan 7. Schedule 8. Financial Information 9. Safety Information 10. References VII. Additional Conditions

3 I. Request for Qualifications The Carrollton Independent School System ("Owner") is soliciting submissions from qualified Construction Management (CM) firms that are interested in and capable of providing a combination of professional services including pre-construction and construction services for the New Carrollton High School and Additions to Carrollton Junior High School Project. If your firm is experienced in similar type and size projects, you are invited to submit your proposal for consideration for Construction Management Services for the project. II. Project Overview A. Program The Carrollton Independent School System plans to build a (approximately) 250,000 square foot high school. The School Board has elected to have this facility constructed on the site of the existing Carrollton High School, and will requiring significant coordination to eliminate conflict with School academic and athletic operations during construction. Carrollton City Schools will also be constructing a 3,000 square foot addition to the existing Carrollton Junior High School Gymnasium. The budget for both projects is $35,000, Specific program requirements are not yet fully defined and are subject to owner input and direction B. Project Delivery Method The delivery method for this Project will be CM@Risk (construction manager at-risk), and, as a minimum, will employ the services of a CM and a Design Professional. During pre-construction, the CM will be responsible for pricing, value engineering, and maintainability and constructability issues. The CM will be expected to assist in preparing cost estimates associated with various options on how best to use the funds on hand and how best to divide the scope of work into construction phases, as required. Once the preferred option is selected, the design will be advanced through Construction Documents with pre-construction support from the CM. When documents for the project have been developed in sufficient detail, the CM, with the support and assistance of the Design Professional, will commit to a Guaranteed Maximum Price (GMP) for the Project. The CM shall competitively select all construction subcontracts and other work appropriate for competitive selection using cost and other factors. C. Project Schedule The Design Professional's services are currently engaged. Delivery date of final construction documents is not yet determined. A Notice to Proceed will still be subject to a satisfactory Bond sale is accomplished. D. Construction Budget The preliminary stated cost limitation (SCL) for construction of the Projects is approximately $35,000, The cost limitation may vary slightly as the actual

4 program is developed and finalized. Loose equipment and other fees are budgeted separately by the Owner. E. Insurance Requirements 1 Workers Compensation: a. State: Statutory b. Employer s Liability: i. $500,000 Each Accident ii. $500,000 Disease Policy Limit iii. $500,000 Disease Each Employee 2. Comprehensive General Liability (including Premises-Operations; Independent Contractors Protective; Products and Completed Operations; Broad Form Property Damage; -C/U Explosion, Collapse and Underground Coverage): a. $2,000,000 General Aggregate b. $2,000,000 Products/Completed and Operations Aggregate c. $1,000,000 Each Occurrence d. $1,000,000 Personal & Advertising Injury e. $100,000 Fire Damage - Any One Event 3. Comprehensive Automobile Liability: a. $1,000,000 Combined Single Limits 4. Umbrella Excess Liability a. $1,000,000 General Aggregate b. $2,000,000 Products/Completed and Operations Aggregate c. $1,000,000 Each Occurrence d. $1,000,000 Personal & Advertising Injury e. $100,000 Fire Damage - Any One Event f. Completed Value/Builders Risk including interests of the Owner, Contractor, Subcontractors, and Sub-subcontractors and covering the entire project including materials stored offsite and materials in transit. F. Form of Agreement The agreement between the Owner and the CM will be the AIA A standard form of agreement between Owner and Construction Manager as constructor where the basis of payment is the Cost of the Work plus a fee with a Guaranteed Maximum Price. The GMP will be incorporated in the agreement by amendment upon completion of the GMP by the CM and acceptance by the Owner. In the event that a GMP cannot be agreed upon by all parties, the CM will receive no compensation for preconstruction services. The Owner shall have the right to terminate the relationship with the CM firm at any time without cause. The Owner shall have the authority to suspend or terminate performance of the Project. The construction services will be on an actual cost basis with all savings under the GMP, including unused contingency, returned to the Owner. The CM will share the calculations and assumptions on which the CM s proposed GMP is based. The Project will be Open Book.

5 III. Scope of Services Construction Management services shall include a Pre-construction Phase and a Construction Phase. During the pre-construction phase the contractor will provide assistance to the architect in the logistical planning of the project. The contractor shall provide constructability reviews and provide constructive feedback regarding the construction documents. During the construction phase, the CM will provide comprehensive administration and management of all aspects of the construction of the project and will work in concert with the Owner and the Design Professional towards the successful completion of the project on schedule, at or below budgeted costs, meeting or exceeding standards stipulated by the Construction Documents, and in adherence with standards required by local authorities and other agencies having jurisdiction. A. Construction Management Services to be provided 1. Pre-Construction Phase Pre-construction Phase Services shall include, but may not be limited to the following: Review and validate Owner's construction budget in regard to proposed project scope. Evaluate the design; providing analysis of alternate construction methods and materials for potential quality, cost and schedule enhancements for review and approval of the owner and architect. Provide assistance and expertise to the architect and owner with regard to logistical planning to be incorporated into the construction documents. Evaluate construction documents and provide timely feedback to the architect and owner for constructability, serviceability, maintainability, potential problems, ambiguous and omitted information. Evaluate options to maximize success in achieving project sustainability goals. Provide input on division of construction activities into appropriate work packages for architect and owner review and approval. Pre-qualify potential subcontractors and vendors for architect and owner review and approval. Develop a construction schedule in accordance with the General Provisions of the contract, coordinating activities to accomplish the completion of the project by the earliest date possible within the stipulated construction budget while maintaining a level of quality acceptable to the owner and architect. Provide cost models, cost estimating, cost management, value analysis and value engineering; evaluate costs for alternate means, methods, materials, and construction methods within specific trades and systems. Develop the construction budget in accordance with the General Provisions of the contract. Page 5 of 17

6 2. Procurement and Construction Phases Any costs associated with procurement and bidding for construction services must be included in the respondents proposals for pre-construction services and overhead. Bidding and Construction phase services shall be in accordance with the General Provisions of the contract and include, but may not be limited to the following: Provide a proposed construction schedule (CPM) in accordance with the General Provisions for issuance with work packages. Develop and implement work packages, as agreed upon by owner and architect for procurement and bidding requirements necessary to assure competition, time, cost and quality control during construction. Advertise and distribute work packages for procurement/bidding documents. Schedule and conduct pre-procurement/bid meetings in the Carrollton City Board of Education offices and in coordination with the Design Professional. Monitor bidder/proposer activity to insure adequate contractor and vendor participation. Receive subcontractor bids in the Carrollton City Board of Education offices to be publicly opened by the architect. All work categories shall receive a minimum of three bids. If a work category does not receive at least three bids, the bids that were received will be returned unopened and the CM shall re-bid that work package. No work category will be self-performed by the CM unless specifically approved by the owner. Analyze bids, verify adherence of bids with design requirements and budget and present to the project team with recommendations. Subcontract with successful proposers/bidders. Develop requirements for safety, quality assurance and schedule adherence. Maintain on-site staff for construction management of the project. Conduct and record job meetings. Maintain a system for review and approval of shop drawings. Maintain records and submit bi-weekly reports and formal monthly reports to Architect and Owner. Maintain quality control and ensure conformity to plans by all subcontractors. Provide cost control through progress payment review and verifications according to the approved schedule and contract amounts. 10% of all pay applications will be held in retainage. Develop as-built drawings. Coordinate post-completion activities, including the assembly of guarantees, manuals, closeout documents, training, and the Owner s final acceptance. 3. Warranty Phase Coordinate and monitor the resolution of remaining "punch-list" items. Coordinate, monitor and resolve all warranty complaints to the satisfaction of the Owner during the one-year general warranty period. Provide 11 month joint inspection with the Owner and Design Professional to assure any warranty related issues can be taken care of prior to expiration of the one-year warranty. Page 6 of 17

7 IV. Submittal Schedule/Schedule of Events The following Schedule of Events represents the Owner's best estimate of the schedule that will be followed. Unless others specified, the time of the day listed in this RFQ shall refer to Eastern Time. The Owner reserves the right, at its sole discretion, to adjust this schedule, as it deems necessary. Notification of any adjustment to the Schedule of Events shall be provided to all Proposers attending the Mandatory Pre-proposal Meeting. Event Date Time Publication of Notice May 11, 2015 Request for Qualifications Release May 11, 2015 Mandatory Pre-proposal Meeting May 29, :00 A.M. Deadline for written questions and clarification requests on RFQ June 1, :00A.M. Deadline for submission of Qualifications June 9, :00 A.M. Complete Qualification evaluation by selection committee June 9, :00 P.M. Board approval of selected firm Selection committee notifies selected firm TBD TBD V. Evaluation, Selection and Award A. General CM Selection Process The selection of the Construction Management firm will be by a Selection Committee consisting of Carrollton Independent School System representatives. The Selection Committee will receive and review the Proposals. The Proposals will be evaluated against specified criteria to determine those firms most qualified for this project. In selecting a firm, Carrollton Independent School System will place emphasis on the experience of the firm and assigned personnel in providing comparable functions on projects of similar magnitude and complexity as the proposed project. Emphasis will be placed on firms oriented to the construction of educational facilities, with particular emphasis on those with experience on occupied campuses with build and tear down projects with complex phasing. They should have depth, knowledge, and resources in principles of general contracting, phasing, scheduling, contract coordination and compliance, budget control, familiarity with State, County and City laws, ordinances and codes. Project cost will not be a selection or evaluation factor. All proposals will be evaluated from the written responses and reference responses to the requirements set forth in this RFQ. The evaluations will be based on the following criteria: 1. Experience 30 points 2. Personnel/Project Team 20 points 3. Preconstruction Management Plan 15 points 4. Construction Management Plan 15 points 5. Safety 05 points 6. Financial 05 points 7. References 10 points Page 7 of Points

8 After completing a written evaluation of the proposals, the Selection Committee will rank all proposers in descending order of recommendation. The results of the Selection Committee evaluation will be presented to the Carrollton City Board of Education. The Selection Committee will seek approval from the board to proceed with fee negotiations with the highest ranking proposer. This approval does not indicate the award of the project, but only to begin the negotiation phase. Once the recommended CM is approved for negotiations, the participating firms will be notified by the selection committee of the final results. In the event of a tie between two or more firms, each firm will be asked to appear before the Board of Education for a presentation and interview. From the presentations and interviews, the Board of Education will the select one firm to proceed with negotiations. B. Negotiation of Fee At this point, the owner and CM will begin the process of negotiating the total fee that will be paid to the CM for the project(s). Total fee includes general conditions as well as overhead and profit. Each portion of the fee will be clearly delineated out by the CM for the owner. It is the owner s expectation that a competitive fee, in light of current economic conditions, will be presented and ultimately agreed upon by both the owner and CM. Once the Selection Committee and the CM agree to a total project fee, the Selection Committee will seek approval from the Board of Education for the award of the project to the CM. In the event a satisfactory fee can not be reached with the highest scoring firm, the owner will terminate negotiations in writing and will seek approval from the Board of Education to begin negotiations with the second highest ranking firm. VI. Proposals - Submittal Format and Requirements A. Qualification Instructions The Owner will respond to any Proposer's questions received by the date listed in the Schedule of Events. Questions about any aspect of the RFQ or the project shall be submitted in writing or by to: Questions relating to the RFQ may be asked by fax or to: Jerzy Irlik Southern A&E, LLC 7951 Troon Circle Austell, Georgia Fax: (770) jirlik@southernae.com Questions relating to the project may be asked of the Owner: Mike Sanders, Assistant Superintendent Carrollton City Schools 106 Trojan Drive Carrollton, Georgia mike.sanders@carrolltoncityschools.net Page 8 of 17

9 All relevant and significant questions that have been submitted in writing will be compiled and answers will be issued as an addendum to this RFQ. CM candidates should deliver (5) copies of their qualifications submittals which will be received until 10:00a.m. at the following location: 106 Trojan Drive, Carrollton, Georgia, It is the sole responsibility of the Proposers to assure delivery to the appropriate location. The Owner cannot accept responsibility for incorrect delivery, regardless of reason. No Proposals will be accepted after the time stipulated above. Proposals will not be accepted via facsimile or . It is the responsibility of the Proposer to examine the entire RFQ, seek clarifications in writing and review qualifications for accuracy before submitting a response. Once the deadline has passed, all submittals will be final. The Owner will not request clarification from any individual Proposer relative to their submittal, but reserves the right to ask for additional information from parties that have submitted qualifications. B. Proposal Format and Requirements Proposals must meet the requirements of this section to be considered. The response to this RFQ must be complete; partial or incomplete responses will not be considered. Proposers are required to follow the outline below in their response. Responses should be concise, clear and relevant. Submittals must be on standard 8.5" 11" paper with pages numbered sequentially. A table of contents, with corresponding tabs should be included to identify each section. Please include only the information requested in your submittal. 1. Letter of Interest -A letter executed by the principal of the CM firm committing to the requirements specified in the RFQ.. Provide a brief summary of the firm's experience and capabilities in related endeavors with public agencies and why you are interested in this project. Provide an explanation of what differentiates your team as the best candidate for this project. 2. Description of Firm -Provide basic company information including name of firm, address, e- mail addresses, and phone and fax numbers; along with the name of a primary contact in regard to this submittal. Provide the number of years the firm has been in business, form of ownership and state of residency or incorporation. If the firm has multiple offices, the Proposal should primarily include information about the office that will perform the work. Describe the firm's current position in the construction market and briefly describe the firm's vision or philosophy towards construction (Why are you in business?). Describe the history and growth of your firm as succinctly as possible. 3. Experience - Provide examples of specific project experience using a CM form of project delivery, including experience relevant to this project. Describe at least four equivalent projects (similar type of and contract dollar amount) that demonstrate the firm's capabilities to perform this project. This project will include complex phasing with demolition of existing facilities and construction of new facilities, all while students and teachers continue to use the facility and move freely between buildings. Provide examples of projects where your firm has successfully constructed projects under those conditions and with those constraints, maintaining appropriate boundaries between school activities and construction activities. For each project, the following information should be provided: project name, location, dates during which the project was executed stating clearly the project duration, physical description (square footage, number of stories, site area, etc.), brief description of project services provided by the CM, statement of performance versus owner expectations in the areas of cost, quality and schedule, owner and Page 9 of 17

10 design professional references (include current phone numbers and addresses). Provide for each of the examples of your experience as CM in constructing facilities similar to this project the following information: provide photographs, provide an Owner and Design Professional reference familiar with your performance on the project. Please verify before submitting that all reference information is current. List the individuals with your firm who served as the Senior Project Executive, Project Manager, Pre-Construction Manager, Superintendent, Scheduler and Cost Estimator. Please note whether or not these individuals are still employed with your firm. Provide any additional relevant information 4. Personnel -Provide general information about the firm's personnel resources, including classifications. Provide qualifications and experience of the following key personnel that you are proposing for this project: senior project executive, project manager, major consultants, cost estimating staff, construction superintendent, project engineer, scheduler and safety director. Include resumes of key personnel for both preconstruction and construction services. Highlight professional qualifications and relevant individual experience, focusing on experience on similar projects, and include number of years and types of positions held in the firm. Provide a Project Organization Chart. List the names and services to be performed by any additional firms that may be utilized in the execution of the CM services (scheduling, safety, quality control, etc.) 5. Preconstruction Management Plan -Describe your firm's proposed organization for the preconstruction management team including principal, project manager, superintendent, cost estimator, etc. who will manage the process. Identify who will be the leader of your preconstruction team and the principal point of contact between your firm and the Owner, the Design Professional and other consultants. Describe your firm's approach to preconstruction services. How does your firm implement cost control/management and scheduling activities during preconstruction? Describe the level of documentation necessary to obtain a GMP for this project. Describe any of your firm's policies or recommendations for bonding subcontractors. Describe your firms plan to involve or not involve trade contractors in the preconstruction process. Describe your firm's quality control approach during preconstruction. Describe your plan for value management/value engineering for this project. Describe how your firm intends to arrange the construction into bid packages in order to reach the proposed schedule and budget objectives. Describe how your firm would encourage participation by local area trade contractors and vendors. 6. Construction Management Plan -Describe your firm's proposed organization for the construction management team including principal, project manager, superintendent, cost estimator, etc. who will manage the project. Identify the individual who, from project start to finish, will be the leader of your construction team and the principal point of contact between your firm and the Owner, Design Professional and other consultants. This individual's competence, leadership and ability to achieve customer satisfaction will be heavily considered in the selection of the CM for this project. Describe your firm's approach to quality assurance and any quality assurance programs and procedures you currently have in place. Describe your firm's cost control systems for construction projects. What type of procedures could your firm implement to insure the prompt completion of the punch list and project closeout. 7. Schedule The final overall project completion date is anticipated to be May Respond to the project completion date within the context of the design schedule and occupancy constraints. Describe your general approach to the schedule for this project. Describe your firm's scheduling systems and how your firm intends to manage the pre-construction and construction schedules. Describe alternatives that may be explored to shorten the proposed schedule. Page 10 of 17

11 8. Financial Information -Supply financial and main banking references. List the firm's total annual billings for each of the past three calendar years. What percentage of your firm's work has been Risk during the past three years? Has the firm ever failed to complete, or been removed from any project it has been awarded? The selected CM will be required to provide a 100% payment and performance bond for the entire amount of the cost of construction. Confirm your ability to meet this requirement and provide you firm s bonding rate for a project of this value. 9. Safety Information -Submit a copy of your firm's safety program. Provide a letter on the firm's insurance company's letterhead stating the Workers Compensation Experience Modification Rating (EMR) for the past three years. List the contact person(s) addresses, and phone numbers for the firm's insurance carrier and agent. Provide resume on Safety Director. 10. References -Provide the name, address, telephone number, address and contact information for three references for which you have provided services similar to those described in this RFQ. Provide the project name, proposed project team member name and role and the service provided for each reference. VII. Additional Conditions The Owner reserves the right to reject any or all Proposals received. The owner is not obligated to request clarifications or additional information but may do so at its discretion. The Owner reserves the right to extend the deadline for submittals. Upon receipt of a proposal by the Owner, the proposal shall become the property of the Owner without compensation to the Proposer, for disposition, usage by the Carrollton City Schools at its discretion. Subject to the provisions of the Open Records Act, the details of the proposal documents will remain confidential until final award. Carrollton City Schools reserves the right to negotiate, prior to award, adjustments in any and all elements of what proposers submit in their proposals so long as such adjustments do not have the effect of increasing the total compensation paid by the owner over the total proposed compensation set forth in submitted proposals. Equal Employment Opportunity: During the performance of this Contract, the Construction Manager agrees as follows: The Construction Manager will not discriminate against any employee or applicant for employment because of race, creed, color, sex, age, national origin, place of birth, or physical handicap. CM must have a history of being non-discriminating and will not discriminate on the basis of race, creed, color, sex, or national origin in any of its employment practices, or procurement practices with respect to the work force of the firm, or procurement services in connection with this project. An affirmative action plan must be maintained for both work force and procurement practices. The Carrollton City Schools does not desire to enter into a contract for this project with any "joint-venture" arrangement involving more than one Construction Management firm. In the event two or more firms desire to work together, it is strongly recommended that one firm become the Construction Management firm with the remaining firm(s) contracting with the Proposer as sub consultants. Page 11 of 17

12 PROJECT COST MATRI All items marked Pre-Con or Const. Services must be included in your fee if you seek payment for these items. However, it is not required that you provide each item. The GM/GC will use its common practices to determine which items are necessary for the execution of the work. Carrollton City Schools New Carrollton High School and Additions to Carrollton Junior High School Office Expense In Pre-Const. Services Construction Management Services within fee Cost of Work Owner CM Field Office, Furniture & Furnishings Office Supplies - Preconstruction Office Supplies Field Office Equipment & Maintenance Owner/Arch Office, Equipment & Utilities Jobsite Radios/Beepers/Cell phones Copy Machine & Maintenance Preconst. Copy Machine & Maintenance Computers, Usage, Software & Maintenance Preconst. Computers, Usage, Software & Maintenance Fax Machine & Service Field Office Telephone Long Distance - Preconst. Long Distance/Local, All Office Janitorial Postage & Expressage - Preconstruction Postage & Expressage Plans & Specifications ( All printing of plans and specifications) Scheduling Expenses Page 12 of 17

13 Construction Photos & Supplies Personal Relocation Expenses and Temporary Housing Job Travel, All Project Meetings Construction Trade Training Programs Record Drawings (As Built) Advertising (for bids) Messenger/Runner/Courier Audit (If Required) Records Storage Public Information Program Testing, Inspection & Quality Control In Pre-Const. Services Construction Management Services within fee Cost of Work Owner Testing Laboratory Services Soils Testing & Inspection Concrete Testing & Inspections QC/QA Manager Provide NPDES storm water monitoring and maintenance of sediment control associated with construction activity. Include all fines incurred from authorities having jurisdiction. Taxes/Insurance/Fees In Pre-Const. Services Construction Management Services within fee Cost of Work Owner File and obtain permits from authorities having jurisdiction. Coordinate and schedule inspection. (Fees to authorities having jurisdiction shall be paid by the Owner) Building Permits Fees Special Permits, Licenses, Fees Utility Connection Fees Page 13 of 17

14 Operational Permits Easements Impact Fees Builder s Risk Insurance Insurance Deductibles Owner s & Contractor s Protective Insurance General Liability & Umbrella Insurance for Project Miscellaneous Insurance Sales, Use and Gross Receipts Taxes Performance & Payment Bonds (bonding of subcontractors will not be allowed without owner and architect approval.) Cost of Temporary Services. Cost if temporary and permanent services. Includes electrical, water, sanitary, and security until owner takes beneficial occupancy. OHSA, Fines, and Penalties incurred Construction Managers own legal fees and expenses Page 14 of 17

15 Construction Management Labor 00 & 01 In Pre-Const. Services Construction Management Services within fee Cost of Work Owner Payroll Tax Fringes on Division of labor Worker s Compensation Insurance Pre-const. Management Labor Const. Management Labor Safety Officer General Conditions Labor Coordinate post-completion activities, including the assembly of guarantees, manuals, closeout documents, training, and the Owner s final acceptance. Conduct, record, and complete preliminary deficiency list prior to issuance of Architect s deficiency list. Coordinate and monitor the resolution of all deficiency items. Coordinate, monitor and resolve all warranty complaints and latent deficiencies to the satisfaction of the Owner and the Using Agency during the two-year general warranty period. Fees In Pre-Const. Services Construction Management Services within fee Cost of Work Owner CM Fees (Separately proposed) Legal Fees Construction Equipment & Tools In Pre-Const. Services Construction Management Services within fee Cost of Work Owner Engineering equipment including transits and levels Field Engineering Layout Crew, and Exterior Engineering Supplies Layout/Batterboards Page 15 of 17

16 Licensed Survey Layout, Baseline,and benchmarks Site Surveys & Soils Reports Temporary Sanitation Facilities Temporary storage and protection of materials including Owner purchased items with approved purchase orders. Dump trucks, rubber tire loaders, sweeps, small tools, and supplies, including dump fees for site clean up. General site and ongoing site and job cleanup Provide portable construction heat and lighting as required. Financially responsible for all utilities to the project until the authority having jurisdiction provides temporary permit/certificate of occupancy. Permanent Construction In Pre-Const. Services Construction Management Services within fee Cost of Work Owner Trade Contract Cost Self-Perform Labor & Materials Materials Incorporated into the Work Corrective Work: Punch list work and warranty work within the cost of work coordinating all corrective work during construction and after Owner s acceptance shall be within construction management services. It is the CM/GC responsibility within the fee to complete any item not performed by subcontractor. Page 16 of 17

17 I certify under penalty of perjury: 1. That I am the Responder (if the Responder is an individual), a partner in the company (if the Responder is a partnership), or an officer or employee of the responding corporation having authority to sign on its behalf (if the Responder is a corporation); 2. That the proposal submitted in response to the Carrollton City Board of Education has been arrived at by the Responder independently and has been submitted without collusion with and without any agreement, understanding or planned common causes of action with, any other Responder of materials, supplies, equipment or services described in the Statement of Work, designed to limit fair and open competition; 3. That the contents of the proposal have not been communicated by the Responder or its employees or agents to any person not an employee or agent of the Responder and will not be communicated to any such persons prior to the official opening of the proposals; 4. That neither I, nor any member or agent of this company or corporation, have or will contact other companies regarding participation in any future reverse auction conducted under this program; and 5. That I am fully informed regarding the accuracy of the statements made in this affidavit. Responder's Name: Firm Name: Authorized Signature: Date: Subscribed and sworn to me this day of, 2015 Notary Public My commission expires: Carrollton City Schools Page 17 of 17

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

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

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

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

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

More information

Construction Management At-Risk

Construction Management At-Risk Oconee County Schools P.O. Box 146, 34 School Street Watkinsville, GA 30677 706-769-5130 706-769-3513 REQUEST FOR PROPOSALS ISSUE DATE: March 10, 2016 RFP REF: Construction Management At-Risk Construction

More information

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

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

More information

ARTICLE 11. INSURANCE AND BONDS

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

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSTRUCTION MANAGEMENT SERVICES

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

More information

Independent School District No. 1 Strive Achieve Succeed Go Beyond Lewiston, Idaho

Independent School District No. 1 Strive Achieve Succeed Go Beyond Lewiston, Idaho Independent School District No. 1 Strive Achieve Succeed Go Beyond Lewiston, Idaho REQUEST FOR QUALIFICATIONS Independent School District No. 1, Lewiston, Idaho ( District ) is seeking responses from individuals

More information

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES. Part I: Proposal Information

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES. Part I: Proposal Information REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES Part I: Proposal Information A. General Information The Berwick Area School District is soliciting proposals for construction management services

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

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 PROJECT / PROGRAM MANAGEMENT CONSULTANT

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

More information

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

IDALIA SCHOOL DISTRICT RJ-3 REQUEST FOR QUALIFICATIONS (RFQ) CONSTRUCTION MANAGEMENT/GENERAL CONTRACTING (CM/GC) SERVICES DECEMBER 14, 2011

IDALIA SCHOOL DISTRICT RJ-3 REQUEST FOR QUALIFICATIONS (RFQ) CONSTRUCTION MANAGEMENT/GENERAL CONTRACTING (CM/GC) SERVICES DECEMBER 14, 2011 IDALIA SCHOOL DISTRICT RJ-3 REQUEST FOR QUALIFICATIONS (RFQ) CONSTRUCTION MANAGEMENT/GENERAL CONTRACTING (CM/GC) SERVICES DECEMBER 14, 2011 PROJECT: New PK-12 School Facility Idalia, Colorado Idalia School

More information

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

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

More information

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

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

More information

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

MT. SAN ANTONIO COMMUNITY COLLEGE DISTRICT

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

More information

COUNTY OF UNION, NEW JERSEY

COUNTY OF UNION, NEW JERSEY CITY OF ELIZABETH, COUNTY OF UNION, NEW JERSEY REQUEST FOR QUALIFICATIONS Insurance Consultant Contract Term Fiscal Year (July 1, 2015 through June 30, 2016) SUBMISSION DEADLINE 4:00 P.M. Friday JUNE 26,

More information

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

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

More information

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

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

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

More information

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

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

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

More information

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

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

More information

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES Big Rapids Public Schools Building Program 2005 OWNER Big Rapids Public Schools 21034 15-Mile Road Big Rapids, Michigan 49307 PHONE: (231) 796-2627

More information

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

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

More information

Request for Proposal Architectural/Engineering Services. Adapt/SouthRiver CHC. P a g e 1

Request for Proposal Architectural/Engineering Services. Adapt/SouthRiver CHC. P a g e 1 P a g e 1 Request for Proposal Architectural/Engineering Services Adapt/SouthRiver CHC RFP for Architectural/Engineering Services P a g e 2 Introduction (SRCHC), a Federally Qualified Health Center, is

More information

Request of Qualification Proposal for Construction Management Services

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

More information

Request for Proposals

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

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

REQUEST FOR QUALIFICATIONS FOR FORENSIC ACCOUNTING SERVICES

REQUEST FOR QUALIFICATIONS FOR FORENSIC ACCOUNTING SERVICES CITY OF LINDEN REQUEST FOR QUALIFICATIONS FOR FORENSIC ACCOUNTING SERVICES CITY OF LINDEN Contract Term January 1, 2015 through December 31, 2015 SUBMISSION DEADLINE 9:30 AM November 13, 2014 10:00 a.m.

More information

Architectural Consulting Services for a New Automotive Building. Lakes Region Community College, Laconia, NH

Architectural Consulting Services for a New Automotive Building. Lakes Region Community College, Laconia, NH LRC14 1A REQUEST FOR QUALIFICATIONS Architectural Consulting Services for a New Automotive Building and Master Plan for future Marine and Mobil Diesel Technologies Programs and at a later date Design Services

More information

Mid Michigan Community College

Mid Michigan Community College Mid Michigan Community College REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT/CONSTRUCTOR SERVICES PART 1 -- GENERAL INSTRUCTIONS A. PROJECT DESCRIPTION Mid Michigan Community College (the "Owner")

More information

REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES. PASSENGER SCREENING CHECKPOINT CONSOLIDATION PROJECT PROJECT No.

REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES. PASSENGER SCREENING CHECKPOINT CONSOLIDATION PROJECT PROJECT No. REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES PASSENGER SCREENING CHECKPOINT CONSOLIDATION PROJECT PROJECT No. FY15-805-67 Manchester-Boston Regional Airport is soliciting Proposals from qualified

More information

COUNTY OF UNION, NEW JERSEY

COUNTY OF UNION, NEW JERSEY CITY OF ELIZABETH COUNTY OF UNION, NEW JERSEY REQUEST FOR QUALIFICATIONS FINANCIAL ADVISORARY SERVICES Contract Term 2017 State Fiscal Year (Ending June 30, 2017) SUBMISSION DEADLINE 11:00 A.M. MAY 12,

More information

Document Comparison. AIA Documents A134 2009 and A131CMc 2003

Document Comparison. AIA Documents A134 2009 and A131CMc 2003 Document Comparison AIA Documents A134 2009 and A131CMc 2003 AIA Document A134 2009 is in the right-hand column. Corresponding sections of AIA Document A131 CMc 2003 are in the left-hand column. Sections

More information

Construction Management Standards of Practice

Construction Management Standards of Practice Construction Management Standards of Practice 2010 Edition Advancing Professional Construction/ Program Management Worldwide. 7926 Jones Branch Drive, Suite 800 McLean, VA 22102-3303 USA 703.356.2622 703.356.6388

More information

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS The Competitive Solicitation Acknowledgement Form must be completely filled in. This may be done on line then printed or you may

More information

ATLANTA PUBLIC SCHOOLS

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

More information

City of Smyrna, Georgia REQUEST FOR PROPOSAL. to provide. Construction Manager at Risk Services. for. City of Smyrna Historic Reed House Event Center

City of Smyrna, Georgia REQUEST FOR PROPOSAL. to provide. Construction Manager at Risk Services. for. City of Smyrna Historic Reed House Event Center City of Smyrna, Georgia REQUEST FOR PROPOSAL to provide Construction Manager at Risk Services for City of Smyrna Historic Reed House Event Center RFP 16-037 March 25, 2016 Proposal Due: April 22, 2016

More information

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

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

More information

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

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

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

FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT 2 1109 S. Marion Avenue, Mail Station 2015 Lake City, Florida 32025-5874

FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT 2 1109 S. Marion Avenue, Mail Station 2015 Lake City, Florida 32025-5874 ADVERTISEMENT FOR LETTERS OF INTEREST FOR A DESIGN BUILD PROJECT (PROCUREMENT METHOD SHORTLISTING OF PROPOSERS WITH TECHNICAL AND PRICE EVALUATION BY ADJUSTED SCORE) PROCUREMENT NUMBER: E2N44 Financial

More information

Norsouth Construction Company of Georgia, Inc. Bid Information and Requirements To Whom it May Concern:

Norsouth Construction Company of Georgia, Inc. Bid Information and Requirements To Whom it May Concern: Norsouth Construction Company of Georgia, Inc. Bid Information and Requirements To Whom it May Concern: Norsouth Construction Company of Georgia, Inc. is dedicated to the highest standards of integrity

More information

FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE

FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE THE SCHOOL DISTRICT SHARON SWAN ARTHUR C. JOHNSON, Ph.D. OF PALM BEACH COUNTY, FLORIDA DIRECTOR SUPERINTENDENT CONSTRUCTION PURCHASING DEPARTMENT 3661 INTERSTATE PARK ROAD NORTH, SUITE 200 RIVIERA BEACH,

More information

REQUEST FOR PROPOSALS (RFP) - Construction Management Services. Germantown School District Office

REQUEST FOR PROPOSALS (RFP) - Construction Management Services. Germantown School District Office REQUEST FOR PROPOSALS (RFP) - Construction Management Services From: Germantown School District Project: Germantown School District Addition & Renovations to Rockfield Elementary School N132 W18473 Rockfield

More information

REQUEST FOR PROPOSALS

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

More information

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

City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software

City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software RFP GENERAL INFORMATION RFP Notification: Notice is hereby given that proposals will be received by the City of Bellevue,

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

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

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

More information

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

TOWNSHIP OF BERKELEY HEIGHTS

TOWNSHIP OF BERKELEY HEIGHTS TOWNSHIP OF BERKELEY HEIGHTS REQUEST FOR PROPOSALFOR TAX ATTORNEY SERVICES Township of Berkeley Heights Contract Term January 1, 2015 through December 31, 2015 SUBMISSION DEADLINE 10:00 A.M. DEBEMBER 5,

More information

Eanes Independent School District

Eanes Independent School District EANES INDEPENDENT SCHOOL DISTRICT 601 Camp Craft Road Austin, Texas 78746 Request for Qualifications Construction Manager at Risk Services Eanes Independent School District Construct a District Operations

More information

Puget Sound Regional Council

Puget Sound Regional Council Puget Sound Regional Council PSRC Request for Qualifications for Legal Services Consultant Services Solicited by the Puget Sound Regional Council Released: November 12, 2009 Submissions Due: 4:30pm, November

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

Request for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE

Request for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE Request for Quote Inland Lakes School Indian River, Michigan For Phone System BID PACKAGE The deadline for sealed bids is May 26, 2016 at 12:00 PM at the following location: Inland Lakes School 4363 South

More information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information Memorandum Important information related to requirements of state or local laws to include additional provisions in residential construction contracts Potentially Affected AIA Contract Documents AIA Document

More information

BOROUGH OF KENILWORTH

BOROUGH OF KENILWORTH BOROUGH OF KENILWORTH REQUEST FOR PROPOSALS FOR TAX APPEAL ATTORNEY BOROUGH OF KENILWORTH Contract Term January 1, 2016 through December 31, 2016 SUBMISSION DEADLINE 3:00 P.M. NOVEMBER 12, 2015 ADDRESS

More information

2012 Wireless Clock System/Installation Bid Wyoming Junior High School. 2125 Wrenwood Wyoming, MI 49519

2012 Wireless Clock System/Installation Bid Wyoming Junior High School. 2125 Wrenwood Wyoming, MI 49519 2012 Wireless Clock System/Installation Bid Wyoming Junior High School 2125 Wrenwood Wyoming, MI 49519 Due: November 16, 2012 10:00 am Pre Bid Meeting: November 6, 2012 3:00 pm 2012 Wyoming Junior High

More information

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078 Request for Proposal Uintah High School Yearbook Publishing & Printing Services Uintah School District 635 West 200 South Vernal Utah, 84078 Deadline for Submittal June 18, 2014 2:00 p.m. Uintah School

More information

Delaware Sustainable Energy Utility Request for Proposals for Financial Advisory Services

Delaware Sustainable Energy Utility Request for Proposals for Financial Advisory Services Delaware Sustainable Energy Utility Request for Proposals for Financial Advisory Services The Delaware Sustainable Energy Utility ( SEU ) requests proposals from firms and individuals qualified to provide

More information

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 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

More information

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

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

More information

Mechanical Contractor Pre-Qualification Packet. SPSC N180 Computer Data Room Phase II. Project No. CP 159313. Notice No. Notice 13-11.

Mechanical Contractor Pre-Qualification Packet. SPSC N180 Computer Data Room Phase II. Project No. CP 159313. Notice No. Notice 13-11. Mechanical Contractor Pre-Qualification Packet SPSC N180 Computer Data Room Phase II Project No. CP 159313 Notice No. Notice 13-11 Issued by Department of Facilities Management Delivery address: Research

More information

SAMPLE SERVICES CONTRACT

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

More information

STANDARD FORM OF CONTRACT FOR DESIGN-BUILD CONSULTANT SERVICES

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

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

N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP")

N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS (RFP) N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP") January 7, 2016 N.I.C.E. Community School District A. Instructions REQUEST FOR PROPOSAL FOR PRELIMINARY

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

REQUEST FOR QUALIFICATIONS FOR AMBULANCE BILLING SERVICES

REQUEST FOR QUALIFICATIONS FOR AMBULANCE BILLING SERVICES BOROUGH OF ROSELLE REQUEST FOR QUALIFICATIONS FOR AMBULANCE BILLING SERVICES BOROUGH OF ROSELLE Contract Term January 1, 2013 through December 31, 2015 SUBMISSION DEADLINE DECEMBER 27, 2012 10:00 A.M.

More information

GREENFIELD MIDDLE SCHOOL ROOF PROJECT

GREENFIELD MIDDLE SCHOOL ROOF PROJECT CITY OF GREENFIELD GREENFIELD, MASSACHUSETTS RFQ TITLE: GREENFIELD MIDDLE SCHOOL ROOF PROJECT RFQ #: 12-03 Date of Issuance: June 22, 2011 9:00 a.m. Deadline for Receipt Of Bids: July 8, 2011 2:00 p.m.

More information

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS MAIL BIDS TO: STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 RFP 14-08 REQUESTING DEPT: PURCHASING TITLE OF RFP: E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC

More information

Honeywell Energy Services Group

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

More information

Puget Sound Regional Council

Puget Sound Regional Council PSRC Request for Qualifications for On-Call Services for Communication and Public Involvement Consultant Services Solicited by the Released: September 15, 2009 Submissions Due: 4:00pm, October 6, 2009

More information

How to Write the Construction Management RFQ/RFP

How to Write the Construction Management RFQ/RFP 2011-06-07 How to Write the Construction Management RFQ/RFP Setting Up a Project for Success Today's Objectives The Art of RFQ/RFP writing First things first Determining the optimum Project Delivery Method

More information

REQUEST FOR QUOTES (RFQ)

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

More information

REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015

REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015 REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT August 10, 2015 The City of Rome, Georgia is requesting proposals from qualified firms to provide Check Processing

More information

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS Contracting for Independent Contractor services with the University of Utah may require completion of the following: Employee/Independent

More information

Request for Qualifications (RFQ)

Request for Qualifications (RFQ) Request for Qualifications (RFQ) East Central College is seeking qualifications for architectural and engineering services required to support the development of a campus wide master plan, as well as architectural

More information

Capital Projects Construction Manager At-Risk (CMR) Guaranteed Maximum Price (GMP) Best Value Selection Procedure Manual

Capital Projects Construction Manager At-Risk (CMR) Guaranteed Maximum Price (GMP) Best Value Selection Procedure Manual Page 1 of 21 Connecticut Department of Administrative Services Capital Projects Construction Manager At-Risk (CMR) Guaranteed Maximum Price (GMP) Best Value Selection Procedure Manual Prepared for Capital

More information

1. Legal research and/or advisory opinions as needed; 2. Research and draft ordinances and/or resolutions;

1. Legal research and/or advisory opinions as needed; 2. Research and draft ordinances and/or resolutions; Introduction TOWN OF GUTTENBERG REQUEST FOR QUALIFICATIONS FROM LAW FIRMS INTERESTED IN SERVING AS SPECIAL COUNSEL FOR EMPLOYMENT MATTERS AND EMPLOYMENT LITIGATIONS TO THE TOWN OF GUTTENBERG FOR THE PERIOD

More information

REQUEST FOR QUALIFICATIONS HVAC CONTRACTOR FOR RESIDENTIAL ENERGY PROGRAMS 02/27/2015

REQUEST FOR QUALIFICATIONS HVAC CONTRACTOR FOR RESIDENTIAL ENERGY PROGRAMS 02/27/2015 REQUEST FOR QUALIFICATIONS HVAC CONTRACTOR FOR RESIDENTIAL ENERGY PROGRAMS 02/27/2015 The Mid-Ohio Regional Planning Commission (MORPC) requests interested and qualified companies to submit a Statement

More information

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas Request For Proposal Furnish Schneider Business Park Signs Design Build Services For the Cibolo Economic Development Corporation Cibolo, Texas The City of Cibolo, Texas Economic Development Corporation

More information

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

Sidewalk Rehabilitation Program

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

More information

Construction Manager at Risk

Construction Manager at Risk Request for Qualifications (RFQ) Construction Manager at Risk Beaufort County Jail and Sheriff s Office Jim Chrisman, Assistant County Manager/Finance Officer Beaufort County Government Beaufort County

More information

Each interested firm shall submit the following information: 3. Experience related to representation of public entities;

Each interested firm shall submit the following information: 3. Experience related to representation of public entities; TOWN OF GUTTENBERG REQUEST FOR QUALIFICATIONS FROM TELEPHONE SUPPORT FIRMS INTERESTED IN PROVIDING TELEPHONE CONSULTING SERVICES TO THE TOWN OF GUTTENBERG FOR THE PERIOD OF JANUARY 1, 2016 TO DECEMBER

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

CITY COLLEGE OF SAN FRANCISCO May 2008 PROJECT INSPECTION SERVICES

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

More information

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

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

More information

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

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

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

More information

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

Muskegon Community College Request for Proposal Insurance Agent/Broker

Muskegon Community College Request for Proposal Insurance Agent/Broker Muskegon Community College Request for Proposal Insurance Agent/Broker REQUEST FOR PROPOSAL Muskegon Community College is seeking and accepting proposals for licensed Insurance brokers to provide brokerage

More information

Request for Qualifications

Request for Qualifications Greenville One Building Up Fit State Project H12-9905-JM Greenville, South Carolina Request for Qualifications to provide Construction Management At-Risk Services Caution: The only official source for

More information