Quality Counts! Qualifications Based Selection (QBS)
|
|
|
- Bennett Paul
- 9 years ago
- Views:
Transcription
1 Fall 2012 Kane County Division of Transportation Quality Counts! Qualifications Based Selection (QBS) Professional Services Procurement Process Kane County Division of Transportation 41W011 Burlington Road St. Charles, IL Phone: (630) Fax: (630)
2 Qualifications Based Selection Stearns Road Corridor ARTBA 2012 Globe Award APA-IL Sustainability Award IRTBA Contractor of the Year ACEC Engineering Excellence Honor Award APWA-Chicago Metro Project Excellence Award ACEC Engineering Excellence Eminent Conceptor ENR Award of Merit Best Transportation Project Category ASCE-IL Outstanding Civil Engineering Acheivement Award APWA-Fox Valley Public Works Project of the Year-Transportation KDSWCD Excellence in Promotion and/or Conservation of Land and Water Resources Page 2
3 Page 3
4 Qualifications Based Selection - Table of Contents Execu ve Summary... 5 Prequalifica on (Every Three Years)... 6 Consultant Selec on (Project Specific)... 6 Performance Evalua on... 7 Prequalifica on Process... 8 Prequalifica on Categories... 9 Statement of Qualifica ons and Performance Data (SQPD) Format Requirements... 9 SQPD Evalua ons SQPD Submissions Consultant Selec on Request for Statement of Interest Shortlis ng SOI Submission Request for Proposal (RFP) Interview Ranking & Selec on Nego a ons Contract Approvals Recurring Projects & On Call Contracts Combined Phase I / Phase II Services Small Projects Township Road District Projects Unique Staffing Needs Emergency Situa ons Post Selec on Procedures KDOTQBS database Appendix A Local Government Professional Services Act Appendix B Prequalifica ons Request Form Appendix C Selec on and Scoring Sheet Appendix D Consultant Evalua on forms Appendix E Reques ng KDOTQBS access Appendix F Responding to an SOI using KDOTQBS Page 4
5 Qualifications Based Selection - Executive Summary Executive Summary The Kane County Division of Transportation (KDOT) is responsible for the maintenance, planning, design and construction of approximately 320 miles of county highways. KDOT also provides technical assistance to the 16 township road districts and coordinates with a number of different State, regional, and local agencies on transportation and land use issues. In order to fulfill the fundamental duties of the Kane County Division of Transportation, contracted professional services are necessary to supplement manpower or to provide specialized expertise. Professional Engineering services are typically needed in the development and implementation of capital improvement projects. Since many capital projects include Federal funding, professional engineering services follow the typical Federal project phases, described as Phase I (Preliminary Engineering), Phase II (Final Engineering: Plans, Specifications & Estimates), or Phase III Engineering (Construction Engineering). In addition, the Kane County Division of Transportation commonly employs a variety of other professional services. Land Surveying, Right-of-Way Acquisition assistance (Appraisers and Negotiators), Geographic Information Systems, Transportation Planning, and Architectural are examples of frequently needed professional services. The Kane County Division of Transportation Qualifications Based Selection (QBS) of Transportation Professional Services Process describes how firms are prequalified and selected to do such work. New to the County this year is KDOTQBS, an online database used to manage the consultant selection process. Consultants will be required to submit SQPDs, SOIs, and proposals via KDOTQBS. The regulatory framework for this process is the Local Government Professional Services Selection Act (50 ILCS 510, Appendix A), and the Kane County Procurement Ordinance. This process is conducted under the authority of the Kane County Board through its Director of Transportation. While the Local Government Professional Services Selection Act specifically regulates professional engineering, land surveying, and architectural services only, the Kane County Division of Transportation will follow the applicable elements of the QBS process in selecting most providers of professional services. Page 5
6 Qualifications Based Selection - Executive Summary The QBS is divided into three primary steps: Prequalification - Every 3 years All primary and subconsultants interested in future work with KDOT Consultant Selection - For an individual project Evaluation - After project completion Prequali ication (Every Three Years) Approximately every three years, the Kane County Division of Transportation will: Call for SQPD: Consulting firms submit a Statement of Qualifications and Professional Data; Prequalify: Staff evaluates submittals and develops database of prequalified firms. Firms are encouraged to update their SQPD file information whenever significant staffing or other relevant changes dictate. Consultant Selection (Project Speci ic) Generally, when a project-specific need is identified, the Kane County Division of Transportation will publish a request soliciting a Statement of Interest (SOI) from pre-qualified firms. From the submitted SOIs, our typical approach will be: Shortlist: select 3+ firms for further consideration; RFP: request proposals from the shortlisted firms or consultant teams; Interview shortlisted firms; Rank shortlisted firms based on proposals and interviews; Select the successful firm/consultant team; Negotiate a professional services contract for the project Page 6
7 Qualifications Based Selection - Executive Summary Contract Approvals: Since the Kane County Division of Transportation is a department of Kane County Government, most contracts for professional services must be approved by the Kane County Board. Staff will work with the selected firm/consultant team to develop the requisite supporting information and present it to the County Board. Summary of consultant selection process: Request for Statement of Interest (SOI) - Shortlist to 3+ firms Performance Evaluation Request for Proposal (RFP) Interview and Rank Consultant Teams Select Consultant and Negotiate Contract Contract Approvals At the conclusion of each phase of the project staff will evaluate the firm s work. A copy of the final evaluation will be shared with the consultant. Staff will use this information when considering the firm for future contracts. Page 7
8 Qualifications Based Selection - Prequalification Process Prequalification Process Every three years, the County will request that all interested professional services firms, whether likely to be the prime consultant or a subconsultant, submit a Statement of Qualifications and Performance Data (SQPD), if they are able to provide any of the following services or disciplines: Professional Engineering, including Geotechnical Environmental Permitting Land Surveying Architectural Geographic Information Systems Transportation and Transit Planning Right-of-Way Acquisition Kane County Division of Transportation staff will review the submittals to determine which firms are pre-qualified for specific types of work. Staff will consider this information when new projects are initiated and professional services are procured. Staff will contact all firms with SQPD information on file via and request they submit a new SQPD. Similar information will also be posted on the County web page, explaining the request in detail. The Local Government Professional Services Selection Act (50 ILCS 510) allows for architectural, engineering or land surveying firms to submit their SQPD annually. While the Kane County Division of Transportation will accept these annual updates, as well as interim updates, the Kane County Division of Transportation will only solicit updates every three years. Professional services firms should consider providing interim updates when significant staffing or other relevant changes occur, particularly those that would affect prequalification. For example, changes to the following would affect prequalification: Key Senior Staff; Firm Name; Prequalification status by the Illinois Department of Transportation (IDOT); Page 8
9 Qualifications Based Selection - Prequalification Process Facilities; Specialized Equipment; Office location(s); Fee capacity; and/or Mergers with other firms, Acquisitions of other firms. Prequali ication Categories The Kane County Division of Transportation will prequalify firms in a range of categories. These categories are intended to mirror the categories used by the Illinois Department of Transportation (IDOT) with respect to its prequalification efforts. However, not all IDOT categories and subcategories are used; for a complete list see Appendix B. Professional services firms should note all of their IDOT prequalifications, as well as their requested KDOT prequalifications in their SQPD submittal. Staff will then determine if that firm is KDOT prequalified. Statement of Quali ications and Performance Data (SQPD) Format Requirement Firms shall submit all information relating to the SQPD, including interim SQPD updates, as a single electronic file in Portable Document Format (pdf) file format. It must contain the following information: Cover letter on the firm s letterhead transmitting the SQPD One contact person for the firm Brief introduction of the firm Current IDOT prequalification status (if applicable) IDOT Disadvantaged Business Enterprise (DBE) Status (if applicable) Letter from IDOT acknowledging the completion of IDOT s review of the firm s corporate and financial information, the firm s IDOT s Statement of Experience and Financial Conditions, and the letter from IDOT specifying the firm s annual fee capacity and approved overhead rate (if applicable). List and brief description of ongoing or completed Kane County transportation projects for the past five years Page 9
10 Qualifications Based Selection - Prequalification Process List and comprehensive description of significant projects completed for other agencies within the past five years, including client, scope of work, and project schedule, demonstrating the firm s abilities in prequalification categories. Firm organizational chart, listing key staff Key staff resumes, with resumes no longer than two pages Completed form Kane County Division of Transportation Prequalification Request (Appendix B), specifying which categories the firm requests prequalification SQPD Evaluations Upon receipt of the SQPD s, Staff will evaluate the submittals and determine the proper prequalification for each firm. The evaluations will consider the qualifications and abilities of specific personnel, past performance and experience, ability to meet project schedules, firm workload, and any other criteria deemed to be pertinent and appropriate. The final prequalification will be used to select appropriate firms when new projects are initiated. SQPD Submission All professional service providers must utilize and submit their SQPD via KDOTQBS in PDF format. Further information and instruction on KDOTQBS can be found later in this document. Page 10
11 Qualifications Based Selection - Consultant Selection Consultant Selection When the Kane County Division of Transportation identifies a need for contracted professional services, the project specific consultant selection is initiated, unless the County has an existing satisfactory relationship with a professional services firm. Request for Statement of Interest At the beginning of a project, the Kane County Division of Transportation staff will publish a notice requesting SOIs from professional services firms. The due date for SOIs will be specified to be a minimum of 14 calendar days from the date of issuance, unless it is an emergency situation. To notify interested firms, the County will a notice to all firms that have registered with KDOTQBS. Additionally, a notice will be placed on the Kane County web page. Request for a SOI will typically include: A project description The type of work being sought The appropriate prequalification category The schedule for the selection process The schedule for the proposed work No SOIs received after the specified deadline will be considered. Submitted SOIs will include the following information: Name of firm, with address, and telephone/fax information Contact person for the firm Statement indicating the firm s interest in the specific project Summary of the proposed project A short listing of projects similar in scope and magnitude recently completed by the firm Listing of proposed key staff who would be assigned to the project Page 11
12 Qualifications Based Selection - Consultant Selection Listing of proposed subconsultants Note: The request for SOIs shall not be construed as a request for formal or informal submittal of verbal or written estimates of costs or proposals in terms of dollars, hours required, percentage of construction cost, or any other measure of compensation. The SOI should be submitted as a singe Portable Document Format (PDF), equivalent to two pages of 8.5 by 11 paper. SOI Submission All firms wishing to submit an SOI must submit their SOI via KDOTQBS in PDF format. Further information and detailed instructions can be found later in this document. Shortlisting After all the SOIs are received, a selection committee of staff members will review the submittals. Typically, this committee will have three members. Collectively, the committee will develop a shortlist of the most qualified firms to consider for the work. Typically, the shortlist will consist of three firms. A firm will not be considered if it has received a poor performance rating from the Kane County Division of Transportation in the past 12 months, for similar work. A firm also must be prequalified in the category most related to the proposed project. If only one firm submits a SOI, Kane County Division of Transportation staff will determine if they are qualified. If they are, contract negotiations for the work may be initiated. If not, the process may be restarted with the notice requesting SOIs. The firms selected by the staff committee for the shortlist will be posted on the Kane County web page. Request for Proposal (RFP) After the firms are shortlisted, the County will request a proposal from each one for the proposed work. Proposals will be due no sooner than 14 calendar days after issuance of the RFP unless an emergency situation arises. The proposal shall be submitted as a single Portable Document Format (pdf). The RFP shall not be construed as a request for formal or informal submittal of verbal or written estimates of costs or proposals in terms of dollars, hours required percentage of construction cost, or any other measure of compensation. RFP: typically, the request for proposal will include the following items: Page 12
13 Qualifications Based Selection - Consultant Selection A deadline for the submittal; A more detailed project description than what was used in the request for SOIs; Any special requirements for the proposal; Indication whether or not interviews will be conducted for the project; and County contact information. A Proposal shall contain the following items: Cover letter on the firm s letterhead transmitting the proposal, indicating the contact person; Section 1 Organizational chart showing key staff; Section 2 Key staff resumes, with a maximum of two pages per resume; Section 3 Listing of support staff, likely to work on the project; Section 4 Proposed subconsultants; Section 5 Ongoing or completed projects similar in scope and magnitude worked on by the firm with references; and Section 6 Project Approach/Project Understanding. Interview Inclusion of an interview as part of the project is at the discretion of the Kane County Division of Transportation. Generally, if the project has a small anticipated fee (less than $100,000), if the Kane County Division of Transportation determines the proposals are sufficient to evaluate the firms, or if the anticipated scope of services is uncomplicated, the interview may be omitted. Interviews will be generally forty-five minutes in length. The consultant will make a twenty to thirty minute presentation on their firm and the project, and Kane County Division of Transportation Staff will facilitate a question and answer for the remainder of the session. The format of the consultant s presentation is at the discretion of the consultant team. In recent experience, consultant teams have effectively employed PowerPoint, poster board, marked-up plans, and other visual aids as part of their interview presentations. The consultant s interview team will typically be limited to three people unless otherwise specified in the RFP. Generally speaking, the consultant team should include the proposed Page 13
14 Qualifications Based Selection - Consultant Selection Project Manager or Resident Engineer. The Kane County Division of Transportation interview panel will typically consist of three staff members. Certain joint/intergovernmental projects may include panel members from other county departments or government agencies as appropriate. The interview format and requirements can be adjusted as the Kane County Division of Transportation project manager deems appropriate to best fit the requirements of the project being considered. Ranking & Selection Upon review of the proposals and completion of the interviews (if conducted for a given project), the committee members will assign a score to each firm. Scores will be developed considering items such as qualifications of the key staff, qualifications of the subconsultants, experience with projects of similar scope and magnitude, and understanding of the proposed work. The cumulative score will be used to rank the firms. Negotiations The Kane County Division of Transportation staff project manager will initiate contract negotiations with the top ranked firm. If those efforts are unsuccessful, the negotiations will commence with the second ranked firm, and if necessary, then the third ranked firm. If those efforts are not successful, the process will be terminated, and then restarted for the project, with requests for SOIs. For fee calculations purposes firms are to use one of the cost plus fixed fee (CPFF) formulas found on IDOT BLR Contract Approvals After the contract is successfully negotiated, the approval process will generally follow the typical review and approval process of the Kane County Board. Staff presents the contract for approval through a series of public meetings. Each of these three committees is an opportunity for discussion; however more detailed discussions normally occur at the first step the Transportation Committee. Each committee has regularly scheduled meetings each calendar month. Transportation Committee of the Kane County Board. This 8-member committee is the primary oversight committee for the business conducted by the Kane County Division of Transportation. Staff provides detailed information about the project to Transportation Committee. Thorough discussion and debate frequently occurs at this level. Executive Committee of the Kane County Board (this committee is made up of the Page 14
15 Qualifications Based Selection - Consultant Selection Chairmen of all County Board standing committees; it establishes the agenda for the County Board); County Board (25 Board Members consisting of members representing 24 geographical districts plus the Chairman who serves at-large). The County Board considers (votes on) a resolution authorizing its Chairman to execute the contract. If the resolution passes, the Kane County Board Chairman then signs the agreement and County staff returns copies to the selected firm. Staff then provides the written notice to proceed. For some projects, the issuance of the notice to proceed may be contingent on IDOT approvals. Recurring Projects & On Call Contracts Some contractual work is by nature, recurring and repetitive, frequently annual. Contracts such as traffic counting, traffic signal engineering, bridge safety inspections, and on-call survey are examples. The Kane County Division of Transportation can greatly benefit by having the same firm complete this work for several years in succession. Usually, significant efficiencies can be realized once the firm has an understanding of the Kane County Division of Transportation specific infrastructure and needs. This continuity also results in a significant time and manpower savings for both the Kane County Division of Transportation and the firms. The professional services firm is chosen using the entire QBS process. At the time of the contract approval, staff would advise the Transportation Committee that (assuming the firm performs satisfactorily) the Kane County Division of Transportation intends to continue with the same firm for more than one year. The contract may be structured to provide for either a contract extension after one year or a longer contract term where appropriate. In these situations, contracts would cover a period of up to 3 years (maximum). Alternatively, staff may present a new contract the following year(s) for continuation of the work. At the end of these contracts, the project would again be processed through the complete QBS. Staff anticipates that the periodic application of the full selection process will promote higher quality work and competitiveness. Combined Phase I / Phase II Services Many engineering projects progress through preliminary and final engineering, with each phase managed with a separate engineering agreement. Frequently, the phase I design firm also is the selected design firm for phase II after the completion of the QBS for phase II, due to their detailed knowledge of the project gained from their previous work. Due to this reality, Kane County Division of Transportation staff may elect to advertise for a scope of services combining phase I and phase II. This also results in a significant time and man-power savings for the Division of Transportation as well as the firm. When such instances occur, each phase may be negotiated separately. Page 15
16 Qualifications Based Selection - Consultant Selection Small Projects Kane County may waive certain requirements of the QBS process if the proposed agreement is less than $100,000. In these cases, Kane County Division of Transportation staff may follow a streamlined selection process. However, in all cases, the selection will be fully compliant with the relevant State statutes and local ordinances, specifically the Local Government Professional Services Selection Act (50 ILCS 510), and the Kane County Procurement Ordinance. Township Road District Projects On occasion, the Kane County Division of Transportation oversees design engineering and construction engineering contracts on behalf of a township road district. These projects may be funded directly by the township or the funds may pass through the Kane County Division of Transportation. In these cases, the Kane County Division of Transportation staff will follow the Local Government Professional Services Selection Act (50 ILCS 510). The Kane County Division of Transportation will make its QBS selection process available to the Highway Commissioner at his/her request. However, the Kane County Division of Transportation will not require that a township road district follow the Kane County Division of Transportation QBS. For example, if a township road district has a satisfactory relationship with a professional services firm, the township Highway Commissioner may request that firm be used for the work. Unique Staf ing Needs In rare instances, unique and specialized services are required to complete necessary Kane County Division of Transportation duties. In these cases, sometimes only one firm or individual is qualified to provide such services. The QBS process will be waived if Kane County has an existing relationship with the firm or individual, if the proposed agreement is less than $100,000, or if the situation is an emergency. Emergency Situations Kane County may waive all or part of the QBS process, if it is determined by resolution that an emergency situation exists and a firm must be chosen in an expedited manner. In this instance, the Kane County Procurement Ordinance prescribes procedures for emergency purchases and follow-up reporting and approval requirements. Page 16
17 Qualifications Based Selection - Post Selection Procedures Post Selection Procedures Documentation All steps in the QBS for every project will be documented, with SOIs, proposals and scoresheets archived electronically. Consultant Evaluations The evaluation of previous performance is important to the execution of QBS, and selection of firms for new projects. Staff will use this information when considering the firm for future contracts. Evaluations are also helpful if performance issues arise during a project. The project manager will complete a performance evaluation at the end of each phase in a project. Once completed the evaluation will be shared with the prime consultant for the project. Sample evaluation forms may be found in Appendix D. Page 17
18 Qualifications Based Selection - KDOTQBS Database KDOTQBS Database Background KDOTQBS is the County s new online database for managing the consultant selection process. Consultants that wish to do work for the county will be required to register on the website and upload their SQPD. The database is used by staff to manage SQPDs and advertise projects that will utilize QBS. Once a firm is registered, they will then receive s from the database when a new project is added directing them to the website for project information and to submit a SOI. Registration Firms wishing to provide professional services for the Division of Transportation must register with KDOTQBS. At the time of registration a SQPD must be uploaded, there is a 200mb file size limit. Once the SQPD is reviewed and prequalifications are approved/denied, then a follow up will be sent out to set a password. It is important to note that the address that the firm uses to register can not be changed in the future. The firm contact name and associated information can easily be managed within KDOTQBS by the firm. It is suggested, but not required, that a generic address be set up for each firm for advertisements of work. If a change must be made to an address please contact KDOT for special instructions. Detailed instructions on how to register are included in Appendix E. SOI and Proposal Submission All SOIs and Proposals for individual projects are to be submitted using KDOTQBS. They must be in PDF format and there is a 200mb file size limit. Interested firms will have up until the due date prescribed in the advertisement to submit SOIs or proposals. There is a website time stamp in the upper right corner. If that time is past the due date then submissions will be cut off. There will be no notice given to acknowledge receipt of an SOI or proposal. When logged in you will be able to see the file that was just uploaded listed next to your firm name. When you see the file listed then that means it was successfully uploaded. No consultant will be able to view another consultant s SOI or proposal. Submit in PDF format 200mb size limit Detailed instructions on how to submit and SOI and proposal are included in Page 18
19 Qualifications Based Selection - Appendix A Appendix A Local Government Professional Services Act Page 19
20 Qualifications Based Selection - Appendix A LOCAL GOVERNMENT (50 ILCS 510/) Local Government Professional Services Selection Act. (50 ILCS 510/0.01) (from Ch. 85, par. 6400) Sec Short title. This Act may be cited as the Local Government Professional Services Selection Act. (Source: P.A ) (50 ILCS 510/2) (from Ch. 85, par. 6402) Sec. 2. Federal Requirements. In the procurement of architectural, engineering and land surveying services and in the awarding of contracts, a political subdivision of the State of Illinois may comply with federal law and regulations and take all necessary steps to adapt its rules, specifications, policies and procedures accordingly to remain eligible for federal aid. (Source: P.A ) (50 ILCS 510/1) (from Ch. 85, par. 6401) Sec. 1. Policy. It shall be the policy of the political subdivisions of the State of Illinois to negotiate and enter into contracts for architectural, engineering and land surveying services on the basis of demonstrated competence and qualifications for the type of services required and at fair and reasonable compensation. (Source: P.A ) (50 ILCS 510/3) (from Ch. 85, par. 6403) Sec. 3. Definitions. As used in this Act unless the context specifically requires otherwise: (1) "Firm" means any individual, firm, partnership, corporation, association or other legal entity permitted by law to practice the profession of architecture, engineering or land surveying and provide architectural, engineering or land surveying services. (2) "Architectural services" means any professional service as defined in Section 5 of the Illinois Architecture Practice Act of (3) "Engineering services" means any professional service as defined in Section 4 of the Professional Engineering Practice Act of 1989 or Section 5 of the Structural Engineering Practice Act of (4) "Land surveying services" means any professional service as defined in Section 5 of the Illinois Professional Land Surveyor Act of (5) "Political subdivision" means any school district and any unit of local government of fewer than 3,000,000 inhabitants, except home rule units. (6) "Project" means any capital improvement project or any study, plan, survey or new or existing program activity of a political subdivision, including development of new or existing programs which require architectural, engineering or land surveying services. (Source: P.A , eff ) Page 20
21 Qualifications Based Selection - Appendix A (50 ILCS 510/4) (from Ch. 85, par. 6404) Sec. 4. Public notice. Present provisions of law notwithstanding, in the procurement of architectural, engineering or land surveying services, each political subdivision which utilizes architectural, engineering or land surveying services shall permit firms engaged in the lawful practice of their professions to annually file a statement of qualifications and performance data with the political subdivision. Whenever a project requiring architectural, engineering or land surveying services is proposed for a political subdivision, the political subdivision shall, unless it has a satisfactory relationship for services with one or more firms: (1) Mail a notice requesting a statement of interest in the specific project to all firms who have a current statement of qualifications and performance data on file with the political subdivision; or (2) Place an advertisement in a secular English language daily newspaper of general circulation throughout such political subdivision, requesting a statement of interest in the specific project and further requesting statements of qualifications and performance data from those firms which do not have such a statement on file with the political subdivision. Such advertisement shall state the day, hour and place the statement of interest and the statements of qualifications and performance data shall be due. (Source: P.A ) (50 ILCS 510/5) (from Ch. 85, par. 6405) Sec. 5. Evaluation Procedure. A political subdivision shall, unless it has a satisfactory relationship for services with one or more firms, evaluate the firms submitting letters of interest, taking into account qualifications, ability of professional personnel, past record and experience, performance data on file, willingness to meet time requirements, location, workload of the firm, and such other qualifications-based factors as the political subdivision may determine in writing are applicable. The political subdivision may conduct discussions with and require public presentations by firms deemed to be the most qualified regarding their qualifications, approach to the project, and ability to furnish the required services. In no case shall a political subdivision, prior to selecting a firm for negotiation under Section 7, seek formal or informal submission of verbal or written estimates of costs or proposals in terms of dollars, hours required, percentage of construction cost, or any other measure of compensation. (Source: P.A , eff ) (50 ILCS 510/6) (from Ch. 85, par. 6406) Sec. 6. Selection procedure. On the basis of evaluations, discussions and presentations, the political subdivision shall, unless it has a satisfactory relationship for services with one or more firms, select no less than 3 firms which it determines to be the most qualified to provide services for the project and rank them in order of qualifications to provide services regarding the specific project. The political subdivision shall then contact the firm ranked most preferred and attempt to negotiate a contract at a fair and reasonable compensation, taking into account the estimated value, scope, complexity, and professional nature of the services to be rendered. If fewer than 3 firms submit letters of interest and the political subdivision determines that one or both of those firms are so qualified, the political subdivision may proceed to negotiate a contract pursuant to this Section and Section 7. (Source: P.A ) Page 21
22 Qualifications Based Selection - Appendix A (50 ILCS 510/7) (from Ch. 85, par. 6407) Sec. 7. Contract negotiation. (1) The political subdivision shall prepare a written description of the scope of the proposed services to be used as a basis for negotiations and shall negotiate a contract with the highest qualified firm at compensation that the political subdivision determines in writing to be fair and reasonable. In making this decision the political subdivision shall take into account the estimated value, scope, complexity and professional nature of the services to be rendered. (2) If the political subdivision is unable to negotiate a satisfactory contract with the firm which is most preferred, negotiations with that firm shall be terminated. The political subdivision shall then begin negotiations with the firm which is next preferred. If the political subdivision is unable to negotiate a satisfactory contract with that firm, negotiations with that firm shall be terminated. The political subdivision shall then begin negotiations with the firm which is next preferred. (3) If the political subdivision is unable to negotiate a satisfactory contract with any of the selected firms, the political subdivision shall re-evaluate the architectural, engineering or land surveying services requested, including the estimated value, scope, complexity and fee requirements. The political subdivision shall then compile a second list of not less than three qualified firms and proceed in accordance with the provisions of this Act. (Source: P.A ) (50 ILCS 510/8) (from Ch. 85, par. 6408) Sec. 8. Waiver of competition. A political subdivision may waive the requirements of Sections 4, 5, and 6 if it determines, by resolution, that an emergency situation exists and a firm must be selected in an expeditious manner, or the cost of architectural, engineering, and land surveying services for the project is expected to be less than $25,000. (Source: P.A ) Page 22
23 Qualifications Based Selection - Appendix B Appendix B Prequalification Request Form Page 23
24 Qualifications Based Selection - Appendix B KANE COUNTY DIVISION OF TRANSPORTATION Prequalifications Request Form Firm Name: Contact Person: Contact Person Phone Number: Contact Person Requested Prequali ication Categories Please indicate for which categories the firm requests prequalification. Any prequalification in a subcategory is to be treated as a category prequalification. Please attach the firm s prequalification letter from IDOT. Highways Structures Traffic Signal Plans Lighting Plans Location/Design Studies Traffic Studies Signal Coordination and Timing Studies (SCAT) Intelligent Transportation Systems Safety Studies Transportation/Transit Planning Location Drainage Studies Architectural Services Other Hydraulic Studies Geotechnical Services Environmental Assessments Environmental Impact Statements Route Survey Land Survey Construction Inspection Quality Assurance Testing Land Appraisal Services Land Acquisition Negotiator Services Geographic Information Systems Landscape Architect *This form MUST be included with SQPD submittal* Page 24
25 Qualifications Based Selection - Appendix C Appendix C Selection and Scoring Sheet Page 25
26 Page 26 Qualifications Based Selection - Appendix C
27 Qualifications Based Selection - Appendix D Appendix D Consultant Evaluation Forms Page 27
28 Page 28 Qualifications Based Selection - Appendix D
29 Page 29 Qualifications Based Selection - Appendix D
30 Page 30 Qualifications Based Selection - Appendix D
31 Page 31 Qualifications Based Selection - Appendix D
32 Qualifications Based Selection - Appendix E Appendix E Requesting KDOTQBS Access Page 32
33 Page 33 Qualifications Based Selection - Appendix E
34 Page 34 Qualifications Based Selection - Appendix E
35 Page 35 Qualifications Based Selection - Appendix E
36 Page 36 Qualifications Based Selection - Appendix E
37 Qualifications Based Selection - Appendix F Appendix F Responding to a Request for SOI using KDOTQBS Page 37
38 Page 38 Qualifications Based Selection - Appendix F
39 Page 39 Qualifications Based Selection - Appendix F
40 Page 40 Qualifications Based Selection - Appendix F
41 Page 41 Qualifications Based Selection - Appendix F
DELAWARE COUNTY DIVISION OF ENVIRONMENTAL SERVICES PREQUALIFICATION AND QUALIFICATIONS-BASED SELECTION PROCEDURE FOR PROFESSIONAL DESIGN SERVICES
DELAWARE COUNTY DIVISION OF ENVIRONMENTAL SERVICES PREQUALIFICATION AND QUALIFICATIONS-BASED SELECTION PROCEDURE FOR PROFESSIONAL DESIGN SERVICES Rev. Date 4/14/2014 TABLE OF CONTENTS: Article 1: Introduction
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
ATTACHMENT A. Ozarks Technical Community College Pre-Established Criteria for Construction Management and Design Build Construction Projects
Ozarks Technical Community College Pre-Established Criteria for Construction Management and Design Build Construction Projects Pursuant to Revised Statute of Missouri Section 8.250(3), Ozarks Technical
INDOT Professional Services Contract Administration Manual Vers. 1/9/15
INDOT Professional Services Contract Administration Manual Vers. 1/9/15 Table of Contents Chapter 1 Consultant Contracting General... 1 Introduction... 1 1.1.1 Determination of Need... 1 1.1.2 Initiation
Consultant Administration Services Procedure Manual
Consultant Administration Services Procedure Manual July 15, 2015 Prepared by NORTH DAKOTA DEPARTMENT OF TRANSPORTATION Bismarck, North Dakota www.dot.nd.gov DIRECTOR Grant Levi, P.E. OFFICE OF PROJECT
Nebraska Public Schools: Statutes Related to the Construction of Improvements to Real Property
Nebraska Public Schools: Statutes Related to the Construction of Improvements to Real Property 73-101. Public lettings; how conducted. Whenever the State of Nebraska, or any department or any agency thereof,
CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP)
Michigan Department Of Transportation 5100B (05/13) CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP) Page 1 of 2 REQUISITION NUMBER DUE DATE TIME DUE MDOT PROJECT MANAGER JOB
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
ITEM 639.30030002 DOCUMENT CONTROL MANAGEMENT DESCRIPTION:
DESCRIPTION: Under this item the Contractor shall provide an individual(s), designated the Document Control Specialist. The Document Control Specialist shall use a software to prepare, status, electronically
Request for Qualifications for Program Management Support Services for The Greenville-Spartanburg International Airport Terminal Improvement Program
Request for Qualifications for Program Management Support Services for The Greenville-Spartanburg International Airport Terminal Improvement Program SECTION 1 - GENERAL INFORMATION The Greenville-Spartanburg
Be it enacted by the People of the State of Illinois,
AN ACT concerning education. Be it enacted by the People of the State of Illinois, represented in the General Assembly: Section 1. This amendatory Act may be referred to as the Performance Evaluation Reform
Design Build Procurement Guide
Design Build Procurement Guide DESIGN BUILD PROCUREMENT GUIDE Page 1 of 29 TABLE OF CONTENTS Abbreviations... 4 Chapter 1 Design Build Introduction.. 1.1 Purpose 1.2 Authority 1.3 Scope 1.4 Background
REQUEST FOR PROPOSALS GENERAL PLANNING CONSULTANT SERVICES RFP #16-01 http://www.pinellascounty.org/mpo/gpcrfp.htm
REQUEST FOR PROPOSALS GENERAL PLANNING CONSULTANT SERVICES RFP #16-01 http://www.pinellascounty.org/mpo/gpcrfp.htm 1. Purpose The Pinellas Planning Council (PPC) and Pinellas County Metropolitan Planning
REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PIERSON ELEMENTARY REPLACEMENT SCHOOL PROJECT NO. 164519
REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES FOR PIERSON ELEMENTARY REPLACEMENT SCHOOL PROJECT NO. 164519 School Board of Volusia County Florida Facilities Services 3750 Olson Drive, Daytona Beach
Ocoee, FL July 01, 2016 Advertisement No. 1
BID SOLICITATION NOTICE Turnpike FLORIDA DEPARTMENT OF TRANSPORTATION CONSTRUCTION AND MAINTENANCE PROGRAMS Ocoee, FL July 01, 2016 Advertisement No. 1 All bids must be completed using Expedite Bid software
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
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
Town of Montreat Buncombe County, North Carolina
Town of Montreat Buncombe County, North Carolina Request for Qualifications For Professional Architectural Services In Providing Design Services for the Construction a New Montreat Town Hall January 9,
Chapter Eight CONSULTANT DEVELOPED AND/OR DESIGNED PROJECTS BUREAU OF DESIGN AND ENVIRONMENT MANUAL
Chapter Eight CONSULTANT DEVELOPED AND/OR DESIGNED PROJECTS BUREAU OF DESIGN AND ENVIRONMENT MANUAL Chapter Eight CONSULTANT DEVELOPED AND/OR DESIGNED PROJECTS Table of Contents Section Page 8-1 DEFINITIONS
TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12
TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 Sealed bids are due by 10:30 am on Friday, January 30, 2015 Bid Specs are
Mondays 9:00 a.m. 4:30 p.m. Tuesdays 9:00 a.m. 4:30 p.m. Wednesdays 9:00 a.m. 1:00 p.m. Thursdays 9:00 a.m. 4:30 p.m. Fridays 9:00 a.m. 4:30 p.m.
TOWN OF WEBSTER, MASSACHUSETTS REQUEST FOR QUALIFICATIONS FOR OWNER S PROJECT MANAGEMENT SERVICES FOR THE CHESTER C. CORBIN PUBLIC LIBRARY CONSTRUCTION PROJECT The Town of Webster, Massachusetts seeks
REQUEST FOR QUALIFICATIONS ARCHTECTURAL SERVICE FEBRUARY 20, 2015 JACKSONVILLE PUBLIC SCHOOL DISTRICT 117
Introduction The Board of Education for Jacksonville School District 117 is soliciting Statements of Interest and Qualifications pursuant to 50 ILCS 510/0.01 from qualified firms to provide comprehensive
CITY OF GARY INDIANA
CITY OF GARY INDIANA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ENGINEERING DESIGN SERVICES Deadline for submittal: January 15, 2014; 10am to Department of Public Works INDUSTRIAL HIGHWAY RECONSTRUCTION
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
REQUEST FOR PROPOSAL FOR GENERAL CONTRACTOR FOR AFFORDABLE MULTI-FAMILY HOUSING BREVARD COUNTY, FLORIDA. Issue Date: March 10, 2015
REQUEST FOR PROPOSAL FOR GENERAL CONTRACTOR FOR AFFORDABLE MULTI-FAMILY HOUSING BREVARD COUNTY, FLORIDA Issue Date: March 10, 2015 CLOSING DATE: Tuesday, March 31st, 2015, 2:00 p.m. EST Housing Authority
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:
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
State of Washington Department of Transportation Notice to Consultants Evaluate Risk-Based Asset Management Systems for WSDOT
State of Washington Department of Transportation Notice to Consultants Evaluate Risk-Based Asset Management Systems for WSDOT The Washington State Department of Transportation (WSDOT) solicits interest
Policy Number: 3-804 Policy Name: Professional Services and Construction Services Procurement
Page 1 3-804 Professional Services and Construction A. Project Delivery Methods 1. A university may procure design services, construction and construction services, as applicable, under any of the following
REQUEST FOR PROPOSAL to provide ON-CALL ENVIRONMENTAL CONSULTING SERVICES for the RIVERSIDE COUNTY TRANSPORTATION DEPARTMENT
REQUEST FOR PROPOSAL to provide ON-CALL ENVIRONMENTAL CONSULTING SERVICES for the RIVERSIDE COUNTY TRANSPORTATION DEPARTMENT Table of Contents I. Events Calendar. 1 II. Introduction.. 2 III. Inquires.
On behalf of Governor Pat Quinn and CDB s Executive Director, Jim Underwood Welcome!
On behalf of Governor Pat Quinn and CDB s Executive Director, Jim Underwood Welcome! 1 WHAT CDB IS DOING FOR THE STATE OF ILLINOIS 2 Capital Development Board Created in 1972 Illinois General Assembly
Draft Model Social Infrastructure PPP Bill
Draft Model Social Infrastructure PPP Bill RELATING TO PUBLIC-PRIVATE AGREEMENTS FOR PUBLIC BUILDINGS BE IT ENACTED BY THE LEGISLATURE OF THE STATE OF [add state name]: SECTION. The Legislature makes the
REQUEST FOR PROPOSALS TO PROVIDE FINANCIAL ADVISOR SERVICES TO THE CAMINO REAL REGIONAL MOBILITY AUTHORITY. October 29, 2014
REQUEST FOR PROPOSALS TO PROVIDE FINANCIAL ADVISOR SERVICES TO THE CAMINO REAL REGIONAL MOBILITY AUTHORITY October 29, 2014 PROPOSED SCHEDULE Date Issued October 29 2014 Questions Due: November 5, 2014
CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS
7-1 CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS The "Public Purchasing Law" applies to every expenditure of public funds by a governmental body, unless specifically
REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PINE TRAIL ELEMENTARY HVAC, CEILING & LIGHTING PROJECT NO. 164514
REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES FOR PINE TRAIL ELEMENTARY HVAC, CEILING & LIGHTING PROJECT NO. 164514 Contact: Mr. Tom Brown, Senior Construction Project Manager Facilities Services,
REQUEST FOR QUALIFICATIONS. For ENGINEERING SERVICES
REQUEST FOR QUALIFICATIONS For ENGINEERING SERVICES For FY17/FY18 Fiscal Years Mecklenburg County Storm Water Services (MCSWS) Projects Mecklenburg County, North Carolina June 14, 2016 Submittal Deadline:
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
Best-Value Procurement Manual. MnDOT Office of Construction and Innovative Contracting (OCIC)
Best-Value Procurement Manual MnDOT Office of Construction and Innovative Contracting (OCIC) March, 2012 Table of Contents July 29, 2010 1 Preface... 1 1.1 Purpose of Manual... 1 1.2 What is Best Value
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:
CITY OF HIGHLAND PARK
REQUEST FOR PROPOSALS CONSULTING SERVICES FOR THE PROCUREMENT OF AN ELECTRONIC DOCUMENT MANAGEMENT SYSTEM CITY OF HIGHLAND PARK PLEASE COMPLETE ATTACHMENT 1 RFP ACKNOWLEDGEMENT FORM AND RETURN TO THE CITY
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
Douglas County, Nevada Request for Qualifications Douglas County Public Works Asset Management Plan
Douglas County, Nevada Request for Qualifications Douglas County Public Works Asset Management Plan Douglas County, Nevada ( County ) is soliciting Statement of Qualifications (SOQ) from qualified firms
REQUEST FOR QUALIFICATIONS
A. Instructions for the Request of Qualifications 1. Interested professional services are invited to submit one (1) comprehensive Statement of Qualifications (SOQ) by responding to the items below. Responses
CDOT Resources for Small Businesses
General Information Resources Civil Rights & Business Resource Center is responsible for promoting and maintaining equal opportunity and participation for highway construction contractors and consultants
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
INDOT. Consultant Prequalification Manual
INDOT Consultant Prequalification Manual 11/13/2015 1 Table of Contents Revision Summary... 5 A. INDOT Consultant Prequalification Introduction... 6 B. INDOT Consultant Prequalification Guidelines... 7
REQUEST FOR PROPOSALS ( RFP ) FOR FINANCIAL ADVISOR TO IMPLEMENT USE AGREEMENT(S) PROCESS AS DESCRIBED IN STRATEGIC AND CAPITAL NEEDS STUDY
REQUEST FOR PROPOSALS ( RFP ) FOR FINANCIAL ADVISOR TO IMPLEMENT USE AGREEMENT(S) PROCESS AS DESCRIBED IN STRATEGIC AND CAPITAL NEEDS STUDY Required for use by: Illinois International Port District (IIPD)
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.
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
REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL ARCHITECTURAL/ENGINEERING AND CONSULTING SERVICES FOR Fiscal Years 2015 2018
REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL ARCHITECTURAL/ENGINEERING AND CONSULTING SERVICES FOR Fiscal Years 2015 2018 Solicitation No.: BFZ1523 1. Mission Statement and General Information 1.1.
Secure Electronic Voting RFP Kit
Secure Electronic Voting RFP Kit The purpose of this document is to assist election officials in jurisdictions with DRE voting systems in identifying and selecting qualified independent security experts
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
City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT
City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT Date original issued: September 28, 2015 Qualifications Statements due: The City of Vallejo will consider Proposals submitted in response
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 [email protected]
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
STATE OF CONNECTICUT REGULATIONS LANDSCAPE ARCHITECTS TABLE OF CONTENTS. Examination and Licensure. Repealed... 20-368-1-20-368-11
STATE OF CONNECTICUT REGULATIONS LANDSCAPE ARCHITECTS TABLE OF CONTENTS Examination and Licensure Repealed... 20-368-1-20-368-11 State Board of Landscape Architects Definitions Board of landscape architects
DENVER URBAN RENEWAL AUTHORITY GUIDELINES FOR UTILIZATION OF SMALL BUSINESS ENTERPRISES IN URBAN REDEVELOPMENT PROJECTS.
DENVER URBAN RENEWAL AUTHORITY GUIDELINES FOR UTILIZATION OF SMALL BUSINESS ENTERPRISES IN Policy Statement URBAN REDEVELOPMENT PROJECTS November 2014 The Denver Urban Renewal Authority ("DURA") has determined
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
State of Washington Department of Transportation Notice to Consultants On-Call Staffing Support Services for WSF
State of Washington Department of Transportation Notice to Consultants On-Call Staffing Support Services for WSF The Washington State Department of Transportation (WSDOT) solicits interest from consultants
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
INDOT Consultant Performance Evaluation Guidelines
Consultant Performance Evaluation Guidelines Contents Performance Evaluation Rating Criteria Standards... 2 Attributes of the Performance Evaluation Process... 2 New Performance Evaluation Process Rules...
Procedures for Tenders and Contracts. October 2014. Huon Valley Council Procedures for Tenders and Contracts October 2014 Page 1 of 14
Procedures for Tenders and Contracts October 2014 Huon Valley Council Procedures for Tenders and Contracts October 2014 Page 1 of 14 Huon Valley Council Procedures for Tenders and Contracts October 2014
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
Doniphan-Trumbull Public School BP 902.05 Page 1 of 6 CONSTRUCTION MANAGEMENT AT RISK SCHOOL CONSTRUCTION ALTERNATIVE
Page 1 of 6 CONSTRUCTION MANAGEMENT AT RISK SCHOOL CONSTRUCTION ALTERNATIVE The school district adopts this policy in the event it resolves to use the construction management at risk (CM at risk) construction
Florida International University Project Fact Sheet Landscape Architecture Continuing Services Contact
PROJECT LOCATION: Modesto A. Maidique Campus (MMC), Biscayne Bay Campus (BBC), Engineering Center (EC) and other properties in South Florida managed by FIU. PROJECT DESCRIPTION: This is a Continuing Services
REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/EMAIL ARCHIVING
4887 EOI REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/EMAIL ARCHIVING Expressions of Interest will be received at the Information Counter, Main Floor, Richmond City Hall, addressed to the
STATE UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR AWARD OF PROCUREMENT CONTRACTS
STATE UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR AWARD OF PROCUREMENT CONTRACTS Section I. Purpose The purpose of these Guidelines is to describe the methods and procedures governing the use, awarding,
Further develop and complement our Good To Go! brand and the state s all-electronic toll system.
State of Washington Department of Transportation Notice to Consultants Statewide Toll Educational Marketing Services Washington State Department of Transportation (WSDOT) is seeking marketing and advertising
TABLE OF CONTENTS. Purchasing and Contracts Division... 1. Purchasing Policies and Procedures... 1. The Competitive Process... 2
TABLE OF CONTENTS Title Page Purchasing and Contracts Division... 1 Purchasing Policies and Procedures... 1 The Competitive Process... 2 Vendor Participation... 2 Vendor Database... 2 Web Site Information...
REQUEST FOR STATEMENT OF INTEREST AND QUALIFICATIONS (SOIQ) FOR ARCHITECTURAL SERVICES Provo City School District
Introduction: REQUEST FOR STATEMENT OF INTEREST AND QUALIFICATIONS (SOIQ) FOR ARCHITECTURAL SERVICES Provo City School District Pursuant to Utah Code Ann. 63G-6-701, it is the policy of the Provo City
Design-Build Process for Project Managers
Vermont Agency of Transportation Design-Build Process for Project Managers This document provides guidance on the preliminary engineering and procurement process and roles and responsibilities of key personnel
Requirements for Qualifications Package Submittals
Florida Keys Aqueduct Authority 1100 Kennedy Drive Key West, Florida 33040 January 2015 Request for Qualifications FKAA-RFQ-0002-15 Hydrogeological Services Requirements for Qualifications Package Submittals
COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR
COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR CONSTRUCTION MANAGEMENT SERVICES FOR ORANGE COAST COLLEGE BUSINESS, MATH, COMPUTING CENTER December 14, 2012 PROPOSALS DUE: By 4 p.m. -
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
The School Board of Miami-Dade County, Florida Department of Contractor Prequalification Frequently Asked Questions and Answers
The School Board of Miami-Dade County, Florida Department of Contractor Prequalification Frequently Asked Questions and Answers Question 1: How long will the prequalification process take? Answer: The
REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:
REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES Prepared by City of Richmond Finance Department February 18, 2016 RESPONSES DUE: 2:30 P.M., Monday, March 7, 2016 REQUEST FOR STATEMENTS OF QUALIFICATIONS
CHAPTER 7 PUBLIC WORKS LAW
7-1 CHAPTER 7 PUBLIC WORKS LAW GENERAL PROVISIONS The "Public Works Law" [IC 36-1-12] applies to all public work performed or contracted by political subdivisions and their agencies. Any public work performed
Audit Guide for Consulting Services Cost Rates. March 11, 2015
Audit Guide for Consulting Services Cost Rates March 11, 2015 Columbus Regional Airport Authority Audit Guide for Consulting Services Cost Rates TABLE OF CONTENTS: History... 3 Page Purpose and Objectives...
BOARD POLICY DJA: PROFESSIONAL/TECHNICAL SERVICE CONTRACTS
CARROLL COUNTY PUBLIC SCHOOLS ADMINISTRATIVE REGULATIONS BOARD POLICY DJA: PROFESSIONAL/TECHNICAL SERVICE CONTRACTS Administrative Procedures For Appointment of Architectural, Engineering and Construction
CHAPTER 20 COUNTY PERMISSIVE MOTOR VEHICLE LICENSE TAX
CHAPTER 20 COUNTY PERMISSIVE MOTOR VEHICLE LICENSE TAX Latest Revision March, 2013 20.01 INTRODUCTION In 1967 the General Assembly granted counties the authority to enact a permissive motor vehicle license
Issue Date: November 3, 2014. Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to:
REQUEST FOR PROPOSALS (RFP) 15762A FOR DENVER WATER S Snow Removal and Ice Abatement Issue Date: November 3, 2014 Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to: Denver Water Main Administration
REQUEST FOR QUALIFICATIONS FOR VARIOUS AS-NEEDED ENGINEERING AND PROFESSIONAL SERVICES FOR FISCAL YEARS 2017 THRU 2019
Board of Commissioners of the Port of New Orleans REQUEST FOR QUALIFICATIONS FOR VARIOUS AS-NEEDED ENGINEERING AND PROFESSIONAL SERVICES FOR FISCAL YEARS 2017 THRU 2019 April 20, 2016 Deadlines for qualifications
STATE OF MAINE DEPARTMENT OF EDUCATION RFP # 201205322 PAYROLL SERVICES FOR TEMPORARY RESOURCES
STATE OF MAINE DEPARTMENT OF EDUCATION RFP # 201205322 PAYROLL SERVICES FOR TEMPORARY RESOURCES RFP Coordinator: Jeff Mao, Learning Technology Policy Director Department of Education 23 State House Station
Solicitation Information February 26, 2016
Solicitation Information February 26, 2016 RFP#7550347 TITLE: SEARCH FOR AFFORDABLE CARE ACT TAX REPORTING SOLUTION Submission Deadline: Monday, March 21, 2016 @ 11:30 AM (Eastern Time) Questions concerning
