Review of the Selection and Award of Subcontracts through Construction Manager at Risk Agreements

Size: px
Start display at page:

Download "Review of the Selection and Award of Subcontracts through Construction Manager at Risk Agreements"

Transcription

1 Exhibit 1 Review of the Selection and Award of Subcontracts through Construction Manager at Risk (CM@Risk) Agreements June 22, 2011 Report No Evan A. Lukic, CPA County Auditor

2 Table of Contents Executive Summary... 3 Methodology... 4 Background... 4 Findings and Recommendations... 9 APPENDIX A... 15

3 Executive Summary This report presents the results of our review of the subcontractor selection and award process for Construction Manager at Risk agreements between the County and Managing General Contractors (MGC). The objective of our review was to assess compliance with contract requirements and public procurement principles. We reviewed nine contracts managed by three County agencies, for the period of 2004 to 2009, totaling $120.9 million with direct construction costs of $89.7 million. We identified the following issues: The County s CM@Risk contracts do not include two key public procurement provisions that are required by the Broward County Administrative Code, likely increasing construction costs and limiting fair and open competition; and Contract administrators provided insufficient oversight to ensure MGC compliance with contract requirements. We recommend the Board of County Commissioners direct the County Administrator to take steps to ensure: A) fair and open competition in the selection and award of subcontracts in future CM@Risk contracts and, B) that administrators perform their responsibilities in accordance with Chapter 21.8 of the Broward County Administrative Code to include: 1. Requiring that awards be made to the lowest responsible and responsive bidder whose bid meets the requirements and award criteria established in the Invitations for Bids unless otherwise determined and documented to be in the County s best interest, 2. Mandating that changes to bids can only be made to correct arithmetic errors, 3. Ensuring that all bids submitted are considered and included in the bid tabulation prepared by the MGC, 4. Establishing education, training and experience qualifications for the contract administrator function, 5. Developing and conducting contract administration specific training, 6. Performing periodic reviews of current construction projects for compliance with contract requirements, and 7. Providing project specific evaluations of the contract administrator s performance. 3

4 Purpose and Scope The objectives were to review selected agreements to evaluate compliance with contract requirements for the selection and award of subcontracts and assess compliance with public procurement principles. Our review covered nine construction agreements totaling $120.9 million, between 2004 and 2009, with direct construction costs of approximately $ million. Methodology To accomplish our objectives, we: Reviewed: o A sample of nine Managing General Contractor agreements with completion dates within three years of the start of our review, managed by three County agencies and various project managers and the following CM@Risk general contractors: Moss and Associates, LLC for 5 projects: three dated December 5, 2006, one dated December 11, 2007, and one dated April 28, 2009, Skanska USA Building, Inc. dated December 13, 2005, Balfour Beatty Construction (formerly Centex Construction, LLC) dated October 10, 2006, James A. Cummings, Inc. dated February 10, 2004, and Biltmore Construction Company, Inc. dated September 19, o Chapter 21 of the Broward County Administrative Code. Interviewed o County staff at Construction Management Division, Aviation and Port Everglades Departments. o General contractor representatives at Moss and Associates, LLC, Skanska USA Building, Inc. and Balfour Beatty Construction. Background In the construction industry, building professionals must consider several factors before choosing a construction delivery method. These factors include cost, project complexity, budget constraints, time limitations for project delivery, the type of structure and the level of expertise available. 1 This amount also includes subcontractor awards valued at $20,000 and less and expenditures awarded through changes to subcontracts which were excluded from our review. 4

5 In recent years, Broward County experienced increased building activity, as evidenced by construction of libraries, fire stations and expansion programs at the seaport and airport. To complete these projects, the County utilized various delivery methods widely used in the construction industry. The delivery methods include Design-Bid-Build, Design-Build, and the Construction Manager at Risk These methods are briefly described as follows: Design-Bid-Build: This is typically referred to as the traditional construction method. In this delivery method the owner contracts with an architect to design the project and the resulting drawings and specifications are used by the owner to secure competitive bids from builders. Typically the owner executes a lump sum contract with the builder that submits the lowest responsive bid. Design-build: In this delivery process, the owner prepares or uses a consultant to prepare a Design Criteria Package 2 for the selection of a construction management team. The construction management team (team) consists of a general contractor and multiple consultants (including Architects, Engineers and other specialty consultants) and is selected based on weighted criteria. After selection, the owner contracts with the construction management team for both design and construction services. The team can be led by the consultant, general contractor or construction manager and creates a single-point of responsibility from project inception to completion. Construction Manager at Risk (CM@Risk) 3 : The CM@Risk model involves a construction manager who assumes the risk of building the project. In this delivery method the owner hires an architect for project design. Early in the design process, the owner selects a managing general contractor (MGC) to provide advice on the cost effectiveness of various design and construction alternatives, scheduling, advisory services, value engineering to the design team and management assistance to the owner. The MGC, later during the construction phase, takes on the financial obligation for construction of the project for a guaranteed maximum price (GMP). Our review covers nine construction agreements procured using the CM@Risk model. Broward County s use of the CM@Risk delivery method The CM@Risk model used by the County includes pre-construction and construction phases. 2 Design Criteria Package includes performance criteria, drawings and specifications to be used by the Design-Build firm to design and construct the project. 3 The County also uses the CM@Risk Modified process. This procurement method requires several general contractors to be prequalified. Once the general contractors are pre-qualified, the project goes through the traditional bid process. This process results in increased competition between the contractors. 5

6 Pre-construction Phase Early in the design process, the County develops a Request for Letters of Interest 4 (RLI) to solicit a Managing General Contractor (MGC). MGCs who respond to the RLI are short-listed 5 by a Selection Committee (SC). The short-listed MGCs present their experience and qualifications to the SC. The SC selects the top ranked firm and County staff negotiates a pre-construction services contract for approval by the Director of Purchasing or the Board of County Commissioners (Board). Pre-construction services typically include collaboration with the design team (consultant) during the design process to provide site investigations, scheduling, constructability 6, cost and value engineering 7 recommendations. The MGC also provides periodic project estimates, prepares the construction schedules and begins development of a Guaranteed Maximum Price (GMP). Developing the GMP Typically the MGC performing pre-construction services is engaged to complete the construction phase. Near the end of design and the pre-construction phase, the MGC develops the GMP, which represents the total maximum price of the project. The GMP includes the direct construction cost (DCC), management services, general conditions, contractor s fixed fee, owner allowances and contractor contingency funds. Developing these cost elements of the GMP involves in-house expertise, professional estimators, bid solicitations and construction cost resources. In addition to the above costs elements the GMP includes negotiated amounts for contractor s fee and estimated costs for both owner allowances and contractor contingencies. Below are brief descriptions of the elements of the GMP: o Direct construction costs represent the estimated cost of all trades necessary to complete construction. This includes construction service costs for trades such as roofers, electricians, plumbers, carpenters, and landscapers. o Management services represent the proposed cost for the MGC to manage the project. This typically includes the cost of the MGC s project management team such as engineers, project managers, superintendent, and clerical staff. 4 Request for Letters of Interest is a document used to solicit vendors for a project when the service/product and evaluation criteria are difficult to define with reasonable exactness. 5 Short-listing refers to the process of selecting a list of applicants from a longer list, who have been deemed suitable and from which the successful person will be chosen. 6 Constructability involves a review of construction processes during pre-construction to identify obstacles, to reduce or prevent errors, delays and cost overruns before the project is completed. 7 Cost and Value Engineering services include an analysis of project requirements to assess alternative design concepts and methods to achieve cost effective outcomes without compromising project objectives. 6

7 o General conditions include the MGC s direct operating costs such as general office equipment and contractor field office (trailer), used during the construction period. General conditions may include other construction related costs such as bonds, builder s risk, liability insurance, and other owner requirements. o Contractor fixed percentage fee is negotiated by the County and represents the MGC s profit. o County allowances are available for use at the County's discretion to cover scope items added by the County during construction. The MGC is required to obtain approval from the contract administrator to utilize the County allowance. At the conclusion of the project, unused allowances revert to the County. o Contractor Contingencies are reserves for unforeseen costs during construction. Contractor contingencies are used to cover costs overruns within the direct construction cost budget for example for permitting and bonding. The MGC is required to obtain approval from the contract administrator to utilize the contractor contingency funds. After final completion of the project, unused contractor contingencies usually revert to the County. In some instances, the MGC share in the savings, in the form of a bonus at project completion. Because the GMP represents a guaranteed maximum price, once the GMP is agreed to, the MGC assumes financial responsibility for the project and is thereby at risk. Project costs exceeding the GMP are absorbed by the MGC unless the increase is due to changes requested by the owner. Construction Phase Following agreement on the GMP and approval of the construction contract, the MGC solicits bids from subcontractors for the direct construction costs. Subcontractor Selection and Award Process During the construction phase, the MGC provides management services to supervise and direct the work of subcontractors. Articles 11 or 19 of the Managing General Contractor agreements reviewed required the MGCs to: Obtain competitive pricing and subcontracts for 100% of the direct construction cost, unless waived in writing by the design team (consultant), contract administrator or program manager, and Obtain a minimum of three bids for each subcontract or purchase order, when available. In order to solicit sub-contractors, the MGCs typically place advertisements in the local paper to publicly notify contractors of the pending projects. Contractors responding to the advertisement are provided Scope Sheets outlining the scope of work and specifications. Contractors provide bid responses to the MGC detailing their estimates 7

8 for quantities of materials, labor, price, etc. The MGC evaluates each bid response for responsiveness 8 and responsibility 9, experience of the contractor and ability to perform and conform to the project schedule. On occasion, representatives from the MGC may meet with contractors to ensure the submitted bid responses are complete. The MGC also adjusts bid submittals for missing scope items, permitting costs and future price escalations, as necessary. The bid responses are evaluated by the MGC in light of the committed minority/cdbe participation goals, and reviewed and analyzed prior to submitting recommendations to the consultant and contract administrator for approval 10. After approval by the contract administrator, the MGC executes subcontracts with the approved contractors to provide construction services. During the construction phase, the MGC manages the work performed by subcontractors, provides technical assistance for construction issues, and coordinates with County personnel for periodic project status updates. In addition, County project managers and a construction inspector routinely visit the project site to observe the progress of the construction. Sample Reviewed During the period February 2004 to December 2009 the County awarded 19 CM@Risk contracts totaling approximately $234.2 million 11. Our review was limited to the administration of the bid solicitation and award process and focused on a sample of nine of the CM@Risk projects totaling approximately $120.9 million (52%) with direct construction costs of approximately $89.7 million. Table 1 on page 9, lists the contract price elements for the nine projects reviewed. 8 A Responsive Bidder is a contractor who submits a bid which conforms in all material respects to a solicitation. 9 A Responsible Bid is one where the bidder has the overall capability to satisfactorily perform the requirements of the contract. 10 Articles 11 or 19 of the agreements allow subcontracts and purchase orders for items valued at $20,000 or less to be awarded without the prior approval of the Consultant. 11 This amount was obtained from the County s Project Management Information system (PMIS). PMIS includes data on consultant agreements, construction contracts and amendments, open-end agreements, change order administration, monthly construction project status reports and final payment information. The $234.2 million was not verified during the review. 8

9 Table 1 CM@Risk Projects Reviewed Projects Direct Construction Costs Other Cost Components [Note 1] TOTAL GMP Terminal 4 Expansion $28,283,440 $13,647,650 $41,931,090 Miramar Library 12,191,756 3,885,905 16,077,661 Fire Station Projects Airport/Seaport Warehouse 10,686,055 2,122,050 12,808,105 Hazmat 6,715,763 1,536,295 8,252,058 West Park 4,548,668 1,596,086 6,144,754 Everglades 4,016,182 1,136,556 5,152,738 New Bridge Over FPL Canal 8,049,124 3,209,986 11,259,110 Environmental Protection Department Laboratory Facility 12 5,169,056 1,334,489 6,503,545 West Regional Library 10,029,255 2,786,518 12,815,773 Total $89,689,299 $31,255,535 $120,944,834 Source: Schedule prepared by using cost data for the CM@Risk contracts reviewed. Note 1: Cost components include: General Conditions ($7.1mil); Management Services ($8.9mil); Contractor s Fee ($5.2mil) and Allowances and Contingencies ($10.0mil) Findings and Recommendations Fair and open competition is a basic principle of public procurement. This principle enables the County to maximize to the fullest extent practicable, the purchasing value of public funds by fostering effective broad based competition within the free enterprise system, while ensuring fair and equitable treatment of all persons who deal with County Procurement 13. It is accomplished through competitive solicitation and award practices. There are two primary means of achieving fair and open competition for subcontractor selection and awards: (1) contract requirements and (2) the County Administrative Code (policy and procedures). 12 The facility was later renamed as the Environmental Monitoring Laboratory. 13 Broward County Administrative Code, Volume II Operational Policy Chapter 21 Procurement Code Finance and Administrative Services. 9

10 Finding 1 - The County s CM@Risk contracts do not include two key public procurement provisions that are required by the Broward County Administrative Code, likely increasing construction costs and limiting fair and open competition The contract requirements intended to ensure fair and open competition are summarized below and detailed at APPENDIX A on page 15: The Managing General Contractor (MGC) must obtain competitive pricing and subcontracts for 100% of the contractor s direct construction costs, unless waived in writing by the consultant, contract administrator or project manager, and The MGC shall obtain bids from a minimum of three subcontractors for each subcontract, when available. To further ensure fair and open competition and equitable treatment of vendors, Chapter of the County s Administrative Code establishes the County s policy with respect to public procurement activities. The objective of the policy is to ensure that award practices provide fair and equitable opportunities for vendors to respond to County procurement needs. There are two key provisions of the Administrative Code addressing subcontractor awards: 1. Changes to bids can only be made to correct arithmetic errors, and 2. Awards must be made to the lowest responsible and responsive bidder whose bid meets the requirements and award criteria established in the Invitation for Bids. None of the nine CM@Risk contracts we reviewed contained these two key provisions. Although not precluded by the contracts, we found 157 subcontractor awards were either based on adjusted bids or were not to the lowest bidder. Consequently, the subcontractor awards likely resulted in higher construction costs and questionable bid award practices. We found the MGCs made adjustments to bids in eight of the nine contracts reviewed. The MGCs also awarded subcontracts to contractors who were not the lowest bidders in five of the contracts reviewed. We reviewed bid documents for 220 subcontractor awards with direct construction cost totaling $79.7 million and found that: The MGCs made adjustments totaling $2.9 million increasing amounts submitted by contractors for 102 (46%) subcontractor awards reviewed. In some instances the MGCs increased bids submitted by contractors to adjust for costs associated with missing scope items, permitting, price escalations and various allowances. 10

11 55 of the subcontractor awards totaling $27.6 million were to contractors that did not submit the lowest bids. o 38 of the awards totaling $17.1 million were to minority/cdbe vendors presumably to meet contractual requirements. Articles 8 and 32 of the agreements required minority participation goals 14 ranging from 15 to 27 percent. However, we found that the MGC for some contracts made commitments for 19.9 to 46.8 percent. Minority participation goals are established by the County to provide minority businesses the opportunity to receive and participate as subcontractors and suppliers on contracts awarded by the County. o 17 of the subcontractor awards totaling $10.5 million were to other contractors that did not submit the lowest bids. In three of the instances the MGC adjusted only the lowest bidder; consequently, after adjustments were tabulated the contractor was no longer the lowest bidder. Because of a lack of documentation, we were unable to determine if the adjustments to the bids or the awards to other than the lowest bidders were appropriate. In addition, we could not determine if all bids submitted were considered by the MGC and included in the bid tabulations provided in response to our request. Recommendations: We recommend the Board of County Commissioners direct the County Administrator to take steps to ensure fair and open competition in the selection and award of subcontracts in future CM@Risk contracts to include: 1. Requiring that awards be made to the lowest responsible and responsive bidder whose bid meets the requirements and award criteria established in the Invitations for Bids unless otherwise determined and documented to be in the County s best interest, 2. Mandating that changes to bids can only be made to correct arithmetic errors, and 3. Ensuring that all bids submitted are considered and included in the bid tabulation prepared by the MGC. 14 One of the contracts reviewed did not require minority participation goals due to suspension of the County s Minority and Women Business Enterprise (M/WBE) program, however the MGC for this project voluntarily committed to a 10% Community Disadvantage Business Enterprise (CDBE) goal. 11

12 Finding 2 - Contract administrators provided insufficient oversight to ensure MGC compliance with contract requirements The primary role of the contract administrator is to provide oversight of contracts from the date the agreement is executed until the work is completed and accepted. As such, contract administration constitutes the essential element of the procurement process designed to assure that the contractor complies with the requirements of the contract and the County gets what it pays for. According to Chapter 21.8 of the Broward County Administrative Code, the contract administrator has the responsibility to ensure that the provisions of each contract are complied with by both the County and the contractor. The Director of each agency was named as contract administrator for the nine CM@Risk contracts sampled. The contracts required the Managing General Contractors to: Obtain competitive pricing and subcontracts for 100% of the contractor s direct construction costs, unless waived in writing by the consultant, contract administrator or program manager, and require the MGC to obtain bids from a minimum of three subcontractors for each subcontract, when available, Obtain approval of each contractor from the consultant and contract administrator or approval from the program manager prior to the award of each subcontract, and Retain project documentation for at least three years following final completion of the project. Our review found non-compliance with the contract requirements for all nine contracts, resulting from insufficient contract administrator s oversight. The MGC s did not comply with the requirements for a minimum of three bids, approval of subcontracts prior to award, and retention of project documents. Without good contract administration, fair and open competition may be subverted and the County may be paying more than necessary. The following issues were noted: Contract administrators for eight of the projects did not ensure the MGCs received a minimum of three bids for subcontractor awards totaling $20.3 million. Articles 11 and 19 of the agreements 14 require the MGC to obtain bids from a minimum of three contractors for each subcontract, when available. Additionally the Administrative Code also requires the contract administrator to ensure that the provisions of each contract are complied with by both the County and the contractor. Our review of documentation provided by the MGCs identified that three bids were not received for 89 subcontractor awards totaling $20.3 million. The contract administrator also did not provide sufficient oversight to ensure this requirement was met. As a result, we were unable to determine whether the prices paid by the County were competitive and whether fair and open competition was subverted. 12

13 Contract administrators for three projects did not ensure that the MGCs obtain the required approvals prior to award of subcontracts totaling $18.6 million. Articles 11 and 19 of the agreements 15 require the MGC to obtain approval from the Consultant and contract administrator or Program Manager prior to awarding the subcontract. This requirement is important because it allows the County the opportunity to review bid amounts prior to the subcontractor awards. The contract administrator did not provide evidence that the MGCs obtained the required approvals for 34 subcontractor awards. The project files for seven of the 34 subcontractor awards included correspondence from the MGC to the contract administrator, stating that if no written objection to the recommended subcontractor was received, the MGC would proceed with the award. Our review found no response to the MGC and no evidence of review of the subcontractor proposals by the contract administrator. The MGC subsequently executed agreements with the seven subcontractors. Neither the MGC nor the contract administrators complied with contract requirements to retain project records for approximately $31.2 million in direct construction costs. Articles 16.1 of the agreements 16 require the MGCs to retain project documentation for at least three years following final completion of the project. This requirement is important because it allows the County time to exercise the right to review or audit the project records for compliance. Without the bid documents we could not determine that the bid awards were made in a fair, open, and competitive manner, and cannot verify required approvals. Our review found the following: One MGC or contract administrator did not provide bid documents for direct construction costs totaling $10 million for a project that was completed in November Another MGC did not provide bid documents for three subcontractor awards totaling $862,700 for a project with a final completion date of March The MGC also did not provide bids documents for all contractors who were unsuccessful in soliciting the 34 subcontracts totaling approximately $21.2 million. Without all the supporting bid documents we were unable to verify the accuracy of bid summaries prepared by the MGC and the appropriateness of the subcontractor awards 15 Refer to APPENDIX A for excerpts from Articles 11 and 19 of the agreements. 16 Refer to APPENDIX A for excerpts from Articles 16 and 25 of the agreements. 17 Our inquiries were within 3 years of the project completion date. 13

14 Recommendations: To strengthen contract administration we recommend the Board of County Commissioners direct the County Administrator to take steps to ensure contract administrators perform their responsibilities in accordance with Chapter 21.8 of the Broward County Administrative Code to include: 4. Establishing education, training and experience qualifications for the contract administrator function, 5. Developing and conducting contract administration specific training, 6. Establishing effective monitoring of current construction projects for compliance with contract requirements by supervisory personnel, and 7. Providing project specific evaluations of the contract administrator s performance. 14

15 APPENDIX A Selected requirements for award of subcontracts and retention of project records Excerpts from Articles 11 and 19 and Articles 16 and 25 of the CM@Risk agreements reviewed. Articles 11 and Unless waived in writing by the Consultant or Contract Administrator, the CONTRACTOR must obtain competitive pricing and subcontract, in compliance with the requirements of this Article 11, for One Hundred Percent (100%) of the Contractor's Direct Construction Cost required under this Agreement. Subcontracts and purchase orders, involving amounts not in excess of Twenty Thousand Dollars ($20,000) may be awarded without the prior approval of the Consultant. All other subcontracts and purchase orders shall be awarded according to the following procedure: Subcontracts and Purchase Orders Project Records The CONTRACTOR shall prepare for Consultant's and Contract Administrator's review and approval a list of subcontractors and suppliers for each bid who meet the CONTRACTOR's schedule of minimum requirements. The CONTRACTOR shall obtain bids from a minimum of three (3) such subcontractors for each subcontract, when available. After receiving such bids, the CONTRACTOR shall analyze them and make recommendations to the Consultant for awards. When the Consultant and Contract Administrator has approved the award of any such subcontract or purchase order, the CONTRACTOR shall contract solely in its own name and behalf, and not in the name or behalf of the COUNTY, with the specified subcontractor or supplier Unless waived in writing by the PROGRAM MANAGER, the CONTRACTOR must obtain competitive pricing and subcontract, in compliance with the requirements of this Article, for One Hundred Percent (100%) of the Contractor's Direct Construction Cost required under this Contract. Subcontracts and purchase orders, involving amounts not in excess of $20,000 may be awarded without the prior approval of the PROGRAM MANAGER. All other subcontracts and purchase orders shall be awarded according to the following procedure: The CONTRACTOR shall prepare for PROGRAM MANAGER's review and approval a list of subcontractors and suppliers for each bid who meet the CONTRACTOR's schedule of minimum requirements. The CONTRACTOR shall obtain bids from a minimum of three (3) such subcontractors for each subcontract, when available. After receiving such bids, the CONTRACTOR shall analyze them and make recommendations to the PROGRAM MANAGER for awards. CONTRACTOR shall provide to the PROGRAM MANAGER a copy of each subcontractor's bid sheet or tabulation and, when requested, any other documentation in its possession pertaining to such bids and a full copy of the resulting subcontract. When the PROGRAM MANAGER has approved the award of any such subcontract or purchase order, the CONTRACTOR shall contract solely in its own name and behalf, and not in the name or behalf of the COUNTY, with the specified subcontractor or supplier. Articles 16 and Project Records: COUNTY or its designee shall have the right to inspect and copy the books and records and accounts of CONTRACTOR and all subcontractors including but not limited to books, records, correspondence, instructions, drawings, receipts, payment records, vouchers, and memoranda which relate in any way to the Project, and to any claim for additional compensation made by CONTRACTOR, and to conduct an audit of the financial and accounting records of CONTRACTOR which relate to the Project and to any claim for additional compensation made by CONTRACTOR. CONTRACTOR shall preserve and make available to COUNTY all financial records, supporting documents, statistical records and any other documents which relate to the Project and to any claim for the required retention period of the Florida Public Records Act (Chapter 119, Fla. Stat.), if applicable, and, if the Public Records Act is not applicable, for a period of three (3) years following final completion of the Project Project Records: COUNTY or its designee shall have the right to inspect and copy the books and records and accounts of CONTRACTOR and all subcontractors including, but not limited to, books, records, correspondence, instructions, drawings, receipts, payment records, vouchers, and memoranda which relate in any way to the Project, and to any claim for additional compensation made by CONTRACTOR, and to conduct an audit of the financial and accounting records of CONTRACTOR which relate to the Project and to any claim for additional compensation made by CONTRACTOR. CONTRACTOR shall preserve and make available to COUNTY all financial records, supporting documents, statistical records and any other documents which relate to the Project and to any claim for the required retention period of the Florida Public Records Act (Chapter 119, Fla. Stat.), if applicable, and, if the Public Records Act is not applicable, for a period of three (3) years following final completion of the Project. 15

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

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

More information

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

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

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

More information

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

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

More information

School Construction Projects

School Construction Projects The process of educating young people seems to be continually developing. New insights regarding how students most effectively receive retain and gain understanding of information and principles affect

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

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

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

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

More information

Recommended Best Practices for the Use of Construction Management/General Contractor on Highway and Transportation Projects in the Public Sector

Recommended Best Practices for the Use of Construction Management/General Contractor on Highway and Transportation Projects in the Public Sector Recommended Best Practices for the Use of Construction Management/General Contractor on Highway and Transportation Projects in the Public Sector Approved March 23, 2011 Purpose: While the traditional Design-Bid-Build

More information

TABLE OF CONTENTS I. PURPOSE... 3 II. GOALS...3 III. DEFINITIONS... 3-4

TABLE OF CONTENTS I. PURPOSE... 3 II. GOALS...3 III. DEFINITIONS... 3-4 CARROLL COUNTY MINORITY BUSINESS ENTERPRISE POLICY Department of the Comptroller Bureau of Purchasing 10/03/02 TABLE OF CONTENTS I. PURPOSE... 3 II. GOALS...3 III. DEFINITIONS... 3-4 IV METHODS OF PROCURMENENT

More information

Public Procurement Position Descriptions

Public Procurement Position Descriptions Public Procurement Position Descriptions The following position descriptions for public procurement are an excerpt of the August 2013 NCPPC study, Identifying Position Domains in Public Sector Procurement:

More information

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT The WALTON COUNTY SCHOOL DISTRICT will receive

More information

TABLE OF CONTENTS. Purchasing and Contracts Division... 1. Purchasing Policies and Procedures... 1. The Competitive Process... 2

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...

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

The Commonwealth of Massachusetts AUDITOR OF THE COMMONWEALTH

The Commonwealth of Massachusetts AUDITOR OF THE COMMONWEALTH The Commonwealth of Massachusetts AUDITOR OF THE COMMONWEALTH ONE ASHBURTON PLACE, ROOM 1819 BOSTON, MASSACHUSETTS 02108 A. JOSEPH DeNUCCI AUDITOR TEL. (617) 727-6200 NO. 2008-1461-3A INDEPENDENT STATE

More information

September 2014 Report No. 15-001

September 2014 Report No. 15-001 John Keel, CPA State Auditor An Audit Report on Selected Contracts at the Texas Facilities Commission Report No. 15-001 An Audit Report on Selected Contracts at the Texas Facilities Commission Overall

More information

Construction Management at Risk: An Innovative Project Delivery Method at Stormwater Treatment Area in the Everglades, Florida

Construction Management at Risk: An Innovative Project Delivery Method at Stormwater Treatment Area in the Everglades, Florida Construction Management at Risk: An Innovative Project Delivery Method at Stormwater Treatment Area in the Everglades, Florida Young H. Kwak, Ph.D. 1 and Randall Bushey, P.E. 2 Abstract The traditional

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

CREOL EXPANSION PHASE II UCF-581 Architect/Engineer (A/E) and Construction Manager (CM) Project Fact Sheet

CREOL EXPANSION PHASE II UCF-581 Architect/Engineer (A/E) and Construction Manager (CM) Project Fact Sheet CREOL EXPANSION PHASE II UCF-581 Architect/Engineer (A/E) and Construction Manager (CM) Project Fact Sheet PROJECT DESCRIPTION The project consists of the design and construction of an expansion to the

More information

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

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

More information

Review of Janitorial Services Contract at the Fort Lauderdale-Hollywood International Airport (RLI # 20070522-0-AV-2)

Review of Janitorial Services Contract at the Fort Lauderdale-Hollywood International Airport (RLI # 20070522-0-AV-2) Review of Janitorial Services Contract at the Fort Lauderdale-Hollywood International Airport (RLI # 20070522-0-AV-2) March 23, 2011 Report No. 11-04 Evan A. Lukic, CPA County Auditor Table of Contents

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

AGREEMENT BETWEEN THE BOARD OF REGENTS OF THE TEXAS A&M UNIVERSITY SYSTEM AND EVOLVE INFRASTRUCTURE SOLUTIONS, LLC, DESIGN-BUILD CONTRACTOR

AGREEMENT BETWEEN THE BOARD OF REGENTS OF THE TEXAS A&M UNIVERSITY SYSTEM AND EVOLVE INFRASTRUCTURE SOLUTIONS, LLC, DESIGN-BUILD CONTRACTOR DB-BIM Contract No. 5890 07/14 Project No. 02-3210 AGREEMENT BETWEEN THE BOARD OF REGENTS OF THE TEXAS A&M UNIVERSITY SYSTEM AND EVOLVE INFRASTRUCTURE SOLUTIONS, LLC, DESIGN-BUILD CONTRACTOR 1 DB-BIM Contract

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

Design-Bid-Build v. Guaranteed Maximum Price Contracting: The Basics for Owner's Counsel

Design-Bid-Build v. Guaranteed Maximum Price Contracting: The Basics for Owner's Counsel Page 1 of 6 ALM Properties, Inc. Page printed from: New York Law Journal Back to Article Design-Bid-Build v. Guaranteed Maximum Price Contracting: The Basics for Owner's Counsel James E. Hughes New York

More information

TABLE OF CONTENTS. Prefacej... 1

TABLE OF CONTENTS. Prefacej... 1 TABLE OF CONTENTS Prefacej... 1 How Can I Receive Copies Of Solicitations?j... 2 Bidder s List... 2 Vendor Registration System... 2 Public Notice/Advertisement... 3 Posting... 3 Internet... 3 Pre-Bid Conferences...

More information

CHAPTER 7 PUBLIC WORKS LAW

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

More information

An organization which employs, or is about to employ, any of the above, has a financial or other interest in the firm selected for award.

An organization which employs, or is about to employ, any of the above, has a financial or other interest in the firm selected for award. 85.36 Procurement (a) States. When procuring property and services under a grant, a State will follow the same policies and procedures it uses for procurements from its non-federal funds. The State will

More information

How To Get Construction Procurement Services

How To Get Construction Procurement Services Construction Procurement William C. Charvat, AIA, CSI Excerpt from The Architect s Handbook of Professional Practice, 13th edition 2000 The procurement of construction services brings together the team

More information

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

a. Proposals shall be submitted in a sealed envelope and addressed as follows: 1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL HVAC SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and qualified

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER-AT-RISK

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER-AT-RISK AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER-AT-RISK MD ANDERSON AGREEMENT No. This Agreement is made as of, 20xx (the Effective Date ), by and between The Owner: M D Anderson Cancer Center c/o Sourcing

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

December 2014 Report No. 15-017. An Audit Report on The Telecommunications Managed Services Contract at the Health and Human Services Commission

December 2014 Report No. 15-017. An Audit Report on The Telecommunications Managed Services Contract at the Health and Human Services Commission John Keel, CPA State Auditor An Audit Report on The Telecommunications Managed Services Contract at the Health and Human Services Commission Report No. 15-017 An Audit Report on The Telecommunications

More information

Final Audit Follow-up As of January 31, 2014

Final Audit Follow-up As of January 31, 2014 Final Audit Follow-up As of January 31, 2014 T. Bert Fletcher, CPA, CGMA City Auditor Compliance with the City s MBE Program Policy and Federal DBE Policy for Selected Capital Construction Projects (Report

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

Owner s project control review. 2014 Baker Tilly Virchow Krause, LLP

Owner s project control review. 2014 Baker Tilly Virchow Krause, LLP Owner s project control review 2014 Baker Tilly Virchow Krause, LLP About Baker Tilly > Established in 1931 > One of the top 20 largest accounting and advisory firms in the United States according to Accounting

More information

STATE UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR AWARD OF PROCUREMENT CONTRACTS

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,

More information

GENERAL CONTRACTOR / CONSTRUCTION MANAGER SERVICES

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

More information

Members, Council of Presidents. Advertisements for Architect/Engineer and Construction Manager Services and Calls for Bid

Members, Council of Presidents. Advertisements for Architect/Engineer and Construction Manager Services and Calls for Bid July, 2003 MEMORANDUM UCF-05.01-07/03 TO: Members, Council of Presidents FROM: SUBJECT: Advertisements for Architect/Engineer and Construction Manager Services and Calls for Bid AUTHORITY: Sections 240.209(3)(p),

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

Project Management Procedures

Project Management Procedures 1201 Main Street, Suite 1600 Columbia, South Carolina 29201 Project Management Procedures Start Up The grant becomes effective upon return of one copy of the grant award executed by the Chief Executive

More information

24 CFR PART 85 85.36 Procurement. States. Procurement standards.

24 CFR PART 85 85.36 Procurement. States. Procurement standards. 85.36 Procurement. (a) States. When procuring property and services under a grant, a State will follow the same policies and procedures it uses for procurements from its non-federal funds. The State will

More information

How To Get A Job Done

How To Get A Job Done CUMBERLAND COUNTY COMMUNITY DEVELOPMENT (CCCD) HOUSING REHABILITATION PROGRAM PO DRAWER 1829 707 EXECUTIVE PLACE FAYETTEVILLE, NC 28302-1829 CONTRACTOR QUALIFICATIONS: REHABILITATION CONTRACTOR'S HANDBOOK

More information

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing CITY OF DEARBORN ADVERTISEMENT FOR NATURAL GAS PROVIDER TO THE CITY OF DEARBORN, MICHIGAN Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing Agent, 2951 Greenfield, Dearborn,

More information

Purchases from $750 $1,500 requires 3 Verbal Quotes. Purchases from $1,501 $24,999 requires 3 Written Quotes

Purchases from $750 $1,500 requires 3 Verbal Quotes. Purchases from $1,501 $24,999 requires 3 Written Quotes Introduction A Guide for Contractors and Suppliers The Purchasing Office should be your first point of contact with the County. Our role is to bring together users and suppliers to ensure that the County

More information

CONTRACTOR PREQUALIFICATION REQUIREMENTS GENERAL CONTRACTORS, MECHANICAL/PLUMBING SUBCONTRACTORS & ELECTRICAL SUBCONTRACTORS FOR THE

CONTRACTOR PREQUALIFICATION REQUIREMENTS GENERAL CONTRACTORS, MECHANICAL/PLUMBING SUBCONTRACTORS & ELECTRICAL SUBCONTRACTORS FOR THE CONTRACTOR PREQUALIFICATION REQUIREMENTS GENERAL CONTRACTORS, MECHANICAL/PLUMBING SUBCONTRACTORS & ELECTRICAL SUBCONTRACTORS FOR THE SANTEE SCHOOL DISTRICT 1 .......... 2 1. Effective January 1 st, 2014,

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

Project Delivery Methods & Contract Types CSTM 102 Spring 2013

Project Delivery Methods & Contract Types CSTM 102 Spring 2013 Project Delivery Methods & Contract Types CSTM 102 Spring 2013 Schedule February 16- Building Information Modeling February 21- Midterm Review February 23- Midterm In the industry the term Pre-Construction

More information

Doing Business with the City of Virginia Beach

Doing Business with the City of Virginia Beach Doing Business with the City of Virginia Beach A Vendors Guide to Understanding the City s Procurement Practices Department of Finance Purchasing Division Revised October 10, 2012 PURCHASING DIVISION S

More information

Construction Delivery Methods for Texas school districts

Construction Delivery Methods for Texas school districts Construction Delivery Methods for Texas school districts Pfluger Associates Architects, P.L.L.C. ARCHITECTS / PLANNING CONSULTANTS History Prior to 1995, public school districts were required to utilize

More information

Consultant Selection Policy for Building Infrastructure Consulting Services (Effective April 1, 2007)

Consultant Selection Policy for Building Infrastructure Consulting Services (Effective April 1, 2007) Consultant Selection Policy for Building Infrastructure Consulting Services (Effective April 1, 2007) 1.0 SCOPE This policy applies to the procurement of consulting services contracted directly by the

More information

EXHIBIT A SCOPE OF SERVICES CONSTRUCTION MANAGEMENT TEAM POSITIONS AND REQUIREMENTS

EXHIBIT A SCOPE OF SERVICES CONSTRUCTION MANAGEMENT TEAM POSITIONS AND REQUIREMENTS EXHIBIT A SCOPE OF SERVICES CONSTRUCTION MANAGEMENT TEAM POSITIONS AND REQUIREMENTS 1.0 SCOPE OF SERVICES 1.1 General Information LAUSD requires construction management services to manage and expedite

More information

Report on Tasks Performed at the Request of the County Attorney s Office Regarding Broward County s Disadvantaged Business Enterprise (DBE) Program

Report on Tasks Performed at the Request of the County Attorney s Office Regarding Broward County s Disadvantaged Business Enterprise (DBE) Program Report on Tasks Performed at the Request of the County Attorney s Office Regarding Broward County s Disadvantaged Business Enterprise (DBE) Program July 10, 2008 Report No. 08-16 Office of the County Auditor

More information

Program Management for School Construction

Program Management for School Construction Program Management for School Construction Presented to: Pasadena Unified School District Board of Education January 13, 2009 Project Delivery Options Design Bid Build Design/Build Construction Management

More information

OBJECTIVE To establish procedures for administration of construction manager agreements, including negotiation, contracting and payments.

OBJECTIVE To establish procedures for administration of construction manager agreements, including negotiation, contracting and payments. OP-B-11-D2 ADMINISTRATION OF CONSTRUCTION MANAGER AGREEMENTS SPECIFIC AUTHORITY Sections 240.209(3)(p), 1001.74, 1013.46, F. S. OBJECTIVE To establish procedures for administration of construction manager

More information

5. Whether the timely completion of the project is critical to the university s ability to repay debt service or to meet grant obligations.

5. Whether the timely completion of the project is critical to the university s ability to repay debt service or to meet grant obligations. OP-B-11-C2 CONSTRUCTION MANAGER SELECTION PROCESS SPECIFIC AUTHORITY Sections 1001.74(28), 1013.46, F. S. OBJECTIVE To provide guidelines for the selection of construction managers. OVERVIEW This procedure

More information

March 2010 Report No. 10-025

March 2010 Report No. 10-025 John Keel, CPA State Auditor An Audit Report on The Department of Criminal Justice s Oversight of Selected Providers That Deliver Residential Services and Substance Abuse Treatment Programs Report No.

More information

HOW TO DO BUSINESS WITH THE STATE OF ALASKA

HOW TO DO BUSINESS WITH THE STATE OF ALASKA State of Alaska Department of Administration Division of General Services HOW TO DO BUSINESS WITH THE STATE OF ALASKA REVISED AUGUST 2013 PREPARED BY THE DIVISION OF GENERAL SERVICES, PURCHASING SECTION:

More information

Ocoee, FL July 01, 2016 Advertisement No. 1

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

More information

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.

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

More information

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER / GENERAL CONTRACTOR (CM/GC SERVICES)

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER / GENERAL CONTRACTOR (CM/GC SERVICES) REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER / GENERAL CONTRACTOR (CM/GC SERVICES) Return Completed Qualifications To: Twin Falls School District No. 411 Administrative Office 201 Main Avenue West Twin

More information

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 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

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

Construction Services Procedure

Construction Services Procedure Construction Services Procedure Table of Contents.1 General Information... 2.2 Process Overview... 2.3 Who Needs to Know This Procedure... 2.4 Roles and Responsibilities... 2.5 Types of Construction Contracts...

More information

Office of the Inspector General

Office of the Inspector General Office of the Inspector General Commonwealth of Massachusetts Gregory W. Sullivan Inspector General Experience of Massachusetts Public Agencies with Construction Management at Risk Under M.G.L. c. 149A

More information

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

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

More information

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

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

More information

CONSTRUCTION PROJECT AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER

CONSTRUCTION PROJECT AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER REAL ESTATE DEVELOPMENT AND MANAGEMENT CONSTRUCTION PROJECT AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PROJECT NO: (Project Number) STATE FLAIR CODE: (Payment Code) PROJECT NAME AND LOCATION: (Project

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

OP-B-11-D2 ADMINISTRATION OF CONSTRUCTION MANAGER AGREEMENTS

OP-B-11-D2 ADMINISTRATION OF CONSTRUCTION MANAGER AGREEMENTS OP-B-11-D2 ADMINISTRATION OF CONSTRUCTION MANAGER AGREEMENTS SPECIFIC AUTHORITY Sections 240.209(3)(p), 1001.74, 1013.46, F. S. OBJECTIVE To establish procedures for the administration of construction

More information

SUBMISSION REQUIREMENTS

SUBMISSION REQUIREMENTS GREATER ORLANDO AVIATION AUTHORITY REQUEST FOR CONTRACTOR STATEMENT OF QUALIFICATIONS (RFQ) FOR BP-459 SECURED AREA ACCESS POINT CCTV IMPROVEMENTS ORLANDO INTERNATIONAL AIRPORT SUBMISSION REQUIREMENTS

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL General Insurance Brokerage Services Date of Issue: December 6, 2012 Closing Location:Prince Rupert, B.C. Mail or courier: Dan Rodin Chief Financial Officer City of Prince Rupert 424-3

More information

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

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

More information

GUIDELINES FOR SMALL BUSINESS CONSTRUCTION CONTRACTS

GUIDELINES FOR SMALL BUSINESS CONSTRUCTION CONTRACTS GUIDELINES FOR SMALL BUSINESS CONSTRUCTION CONTRACTS HARRISBURG, PENNSYLVANIA MAY 2014 EDITION Guidelines for the DGS Small Business Reserve Program For Construction Contracts 1 General a.) Pursuant to

More information

FORT PIERCE UTILITIES AUTHORITY Committed to Quality

FORT PIERCE UTILITIES AUTHORITY Committed to Quality FORT PIERCE UTILITIES AUTHORITY Committed to Quality FORT PIERCE UTILITIES AUTHORITY SPECIAL TERMS AND CONDITIONS November 6, 2012 TABLE OF CONTENTS SPECIAL TERMS AND CONDITIONS Section 1. DEFINITION...

More information

LEGAL NOTICE REQUEST FOR BID SEALED BID 13-089. For SQL MONITORING SOFTWARE RE-BID. For ST. CHARLES COUNTY GOVERNMENT ST.

LEGAL NOTICE REQUEST FOR BID SEALED BID 13-089. For SQL MONITORING SOFTWARE RE-BID. For ST. CHARLES COUNTY GOVERNMENT ST. LEGAL NOTICE REQUEST FOR BID SEALED BID 13-089 For SQL MONITORING SOFTWARE RE-BID For ST. CHARLES COUNTY GOVERNMENT ST. CHARLES, MSOURI St. Charles County is seeking bids for SQL MONITORING SOFTWARE RE-BID

More information

Seattle Public Schools The Office of Internal Audit

Seattle Public Schools The Office of Internal Audit seaonly Seattle Public Schools The Office of Internal Audit Capital Internal Audit Report Issue Date: December 16, 2014 Executive Summary Background In accordance with the Capital Risk Assessment and Audit

More information

CONSTRUCTION MANAGEMENT-AT-RISK AGREEMENT

CONSTRUCTION MANAGEMENT-AT-RISK AGREEMENT 04-2016 CONSTRUCTION MANAGEMENT-AT-RISK AGREEMENT This Construction Management-at-Risk Agreement ( Agreement ), by and between the Lone Star College, hereinafter referred to as LSC or Owner, and, hereinafter

More information

Sec. 2-80.1. Contract procurement standards.

Sec. 2-80.1. Contract procurement standards. Sec. 2-80.1. Contract procurement standards. (a) Contract procurements, generally. (1) All procurements of professional service contracts shall comply with all applicable federal, state and local laws,

More information

Review of Miscellaneous Income Reporting to the Internal Revenue Service

Review of Miscellaneous Income Reporting to the Internal Revenue Service Review of Miscellaneous Income Reporting to the Internal Revenue Service July 19, 2010 Report No. 10-12 Office of the County Auditor Evan A. Lukic, CPA County Auditor Table of Contents Topic Page Executive

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

Work Breakdown Structure Element Dictionary Construction

Work Breakdown Structure Element Dictionary Construction Initiation CON 5.1 Initiation encompasses deliverables associated with the development, implementation and control of the project s schedule, budget and scope, including the solicitation for a contractor

More information

Getting Connected with the Colorado Department of Transportation (CDOT)

Getting Connected with the Colorado Department of Transportation (CDOT) Getting Connected with the Colorado Department of Transportation (CDOT) INTRODUCTION Who is CDOT? CDOT is responsible for 9,146 miles of highway including 3,447 bridges State government agency with funding

More information

Frequently Asked Questions Concerning the Public Bidding and Prevailing Wage Requirements of New Jersey Charter Schools

Frequently Asked Questions Concerning the Public Bidding and Prevailing Wage Requirements of New Jersey Charter Schools Frequently Asked Questions Concerning the Public Bidding and Prevailing Wage Requirements of New Jersey Charter Schools 1. Are charter schools required to comply with New Jersey public bidding requirements

More information

Within the context of this policy, the following definitions apply:

Within the context of this policy, the following definitions apply: BOARD OF EDUCATION POLICY 4050 PROCUREMENT OF GOODS AND/OR SERVICES Effective: July 1, 2011 I. Policy Statement The Board of Education of Howard County expects that the funds provided to them for all goods

More information

PROCUREMENT POLICY CHAPTER 142.010

PROCUREMENT POLICY CHAPTER 142.010 PROCUREMENT POLICY CHAPTER 142.010 Approved by Board of Aldermen Resolution 15-659 Revised March 25, 2015 CHAPTER 142: PROCUREMENT POLICY ARTICLE 1. GENERAL PROVISIONS SECTION 142.010 PROCUREMENT POLICY

More information

CHAPTER 23. Contract Management and Administration

CHAPTER 23. Contract Management and Administration Date Issued: June 12, 2009 Date Last Revised: September 28, 2015 CHAPTER 23. Contract Management and Administration Table of Contents CHAPTER 23. Contract Management and Administration... 23-1 23.1 Policy...

More information

Request for Proposal No. RFP02658. Project Construction Management Services. for. Capital Levy BTA IV Project: Ingraham High School Classroom Addition

Request for Proposal No. RFP02658. Project Construction Management Services. for. Capital Levy BTA IV Project: Ingraham High School Classroom Addition Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 contractingservices@seattleschools.org Request for Proposal No. RFP02658

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER Project Name: Continuing Services Construction Manager: April 2016 Edition AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER This Agreement Between Owner

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

CHAPTER 3.0: PROCUREMENT AND CONTRACTING

CHAPTER 3.0: PROCUREMENT AND CONTRACTING CHAPTER 3.0: PROCUREMENT AND CONTRACTING This chapter outlines the requirements for using Federal funds to purchase materials, products, or services under the CDBG Entitlement program. Whether you are

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

DGS-30-300 (VCCS Rev. 04/15) Page 1 of 7 REQUEST FOR PROPOSALS

DGS-30-300 (VCCS Rev. 04/15) Page 1 of 7 REQUEST FOR PROPOSALS (VCCS Rev. 04/15) Page 1 of 7 REQUEST FOR PROPOSALS Issue Date: July 10, 2015 RFP: LFCC-F-18161AE Title: Virginia Community College System Lord Fairfax Community College, Fauquier Campus Construct Academic

More information

15-213. Procurement practices of school districts and charter schools; definitions

15-213. Procurement practices of school districts and charter schools; definitions ARIZONA AUTHORITY 15-213. Procurement practices of school districts and charter schools; definitions A. The state board of education shall adopt rules prescribing procurement practices for all school districts

More information

Middlesex County Purchasing Policies & Procedures Manual

Middlesex County Purchasing Policies & Procedures Manual Middlesex County Purchasing Policies & Procedures Manual Middlesex County Purchasing Policies and Procedures Manual P a g e 1 Table of Contents Page # Purpose and Application 3 Department Responsibilities

More information

PROJECT AND CONSTRUCTION MANAGEMENT SERVICES FOR KUWAIT PORT AUTHORITY FOR PROJECTS AT SHUAIBA PORT

PROJECT AND CONSTRUCTION MANAGEMENT SERVICES FOR KUWAIT PORT AUTHORITY FOR PROJECTS AT SHUAIBA PORT PROJECT AND CONSTRUCTION MANAGEMENT SERVICES FOR KUWAIT PORT AUTHORITY FOR PROJECTS AT SHUAIBA PORT - INTRODUCTION 1.1. General. Kuwait Ports Authority (KPA) through the Ministry Of Finance (MOF) wishes

More information

Info for CM at Risk RFP Butterfly Conservatory and Genomics Classroom

Info for CM at Risk RFP Butterfly Conservatory and Genomics Classroom Info for Butterfly Conservatory and Genomics Classroom 1. Introduction to the project The (CSC), located in downtown Hartford, is a non-profit organization dedicated to enhancing science education throughout

More information

Request for Proposal For: CQ5 Java Developer. ABA Information Systems April 11, 2013. Table of Contents

Request for Proposal For: CQ5 Java Developer. ABA Information Systems April 11, 2013. Table of Contents Request for Proposal For: CQ5 Java Developer ABA Information Systems April 11, 2013 Table of Contents Bid Timetable [2] 1.0 General Information [3] 2.0 Proposal Requirements [6] 3.0 Criteria for Selection

More information

REQUEST for STATEMENTS OF QUALIFICATIONS PROFESSIONAL ARCHITECTURAL & ENGINEERING SERVICES FOR. DESIGN of Two Parking Garages:

REQUEST for STATEMENTS OF QUALIFICATIONS PROFESSIONAL ARCHITECTURAL & ENGINEERING SERVICES FOR. DESIGN of Two Parking Garages: REQUEST for STATEMENTS OF QUALIFICATIONS PROFESSIONAL ARCHITECTURAL & ENGINEERING SERVICES FOR DESIGN of Two Parking Garages: 1. Expansion of Existing Bexar County Parking Garage (approx. 500 spaces) 2.

More information

THIS IS NOT AN ORDER INVITATION TO QUOTE (ITQ) ITQ NO.: IQ9800-0/20 GOLF BALL RETRIEVAL SERVICES

THIS IS NOT AN ORDER INVITATION TO QUOTE (ITQ) ITQ NO.: IQ9800-0/20 GOLF BALL RETRIEVAL SERVICES THIS IS NOT AN ORDER INVITATION TO QUOTE (ITQ) ITQ NO.: IQ9800-0/20 GOLF BALL RETRIEVAL SERVICES CONTACT PERSON: Jose Cardona DUE DATE: 01/15/2014 PHONE: 305-375-1082 TIME: 2:00 PM E-MAIL: cardoj@miamidade.gov

More information