CONSTRUCTION MANAGER/GENERAL CONTRACTOR SERVICES 1: 20, 2015 TABLE OF CONTENTS 1.0 GENERAL INFORMATION

Size: px
Start display at page:

Download "CONSTRUCTION MANAGER/GENERAL CONTRACTOR SERVICES 1: 20, 2015 TABLE OF CONTENTS 1.0 GENERAL INFORMATION"

Transcription

1 Request for Proposal CONSTRUCTION MANAGER/GENERAL CONTRACTOR SERVICES for the Clark Atlanta University Brawley Hall Phase 1: Fourth Floor Interior Improvements April 20, 2015 TABLE OF CONTENTS 1.0 GENERAL INFORMATION 1.1a Invitation to Bid 1.1 Background 1.2 Budget 1.3 Scope of Work 1.4 Location 1.5 Contacts 1.6 Schedule of Events 1.7 Proposal Deadlines 1.8 Documents 1.9 Selection Criteria 1.10 Insurance & Bonding 2.0 PROPOSAL SUBMITTAL REQUIREMENTS 2.1 Requirements 2.2 Proposal Form 2.3 General Conditions Spreadsheet (.xls format) 3.0 ATTACHMENTS 3.1 Construction Documents for the Brawley Hall Phase 1: Fourth Floor Interior Improvements project (.pdf format) 3.2 General Conditions and Fees Worksheet (.xls format) 3.3 Sample Contract Forms

2 GENERAL INFORMATION 1.1A INVITATION TO BID REFERENCE: Brawley Hall Phase 1: Fourth Floor Interior Improvements Sealed bids for the Brawley Hall Phase 1: Fourth Floor Interior Improvements project will be received by the Clark Atlanta University (CAU) Office for Business Services, Atlanta, GA, 30314, until Friday, May 08, 2015 at 2:00 p.m. CAU shall not be responsible for bids that are not received at the specific office location indicated by the above stated deadline. It is the bidder s responsibility to ensure adequate lead times are allowed for delivery. A Pre-bid meeting will be held on Wednesday, April 22, 2015 at 1:00 p.m. at the Brawley Hall Residential Dormitory, 67 James P. Brawley Drive, Atlanta, GA (There is no parking at the resident hall. The CAU Parking Deck is located on the corner of Mildred and Atlanta Student Movement Boulevard. See attached campus map for exact location). Prices will be F.O.B. DELIVERED and INSTALLED, Clark Atlanta University, 223 James P. Brawley Drive, S.W., Atlanta, GA Prices must be firm. No bids will be accepted on the basis of price prevailing at time of shipment. Awards will be made to the lowest responsible bidder on an item by item or a total package basis, whichever is best for the University. Brand or trade names on the front end documents are used for identification purposes only; however, any deviation from them must have prior written approval. No bid shall be withdrawn for a period of forty five (45) days after the bid opening date without the consent of CAU. The following contract documents are included as part of this Invitation to Bid: INVITATION TO BID REQUEST FOR QUALIFICATIOND AND PROPOSAL SCOPE OF WORK BID PROPOSAL FORM FEE & GC WORKSHEET - GENERAL SPECIFICATIONS Bid package documents are distributed electronically. Bidders are reminded of the following: All questions during the bidding period should be referred to Bonita Dukes, AVP for Business Services, and shall be submitted via at bdukes@cau.edu no later than 2:00 p.m., Friday, May 01, The Proposal Form must be filled out completely. Bids must be complete and include all work in accordance with the bid documents. Bids are to include the cost of 100% Performance and 100% Labor and Material Payment Bond. Bids are to include the cost of insurance. Clark Atlanta University will hold the Contract Agreement with the successful General Contractor. Sincerely, Bonita Dukes Associate Vice President for Business Services Clark Atlanta University 223 James P. Brawley Drive Atlanta, GA bdukes@cau.edu Q:\ CAU Projects\Brawley Phased Improvements\Contractor\Brawley Interior Improvements_RFP.docx 2

3 GENERAL INFORMATION 1.1 BACKGROUND Clark Atlanta University (CAU) has approved funding and intends to design and renovate portions of the fourth floor resident suites of Brawley Hall. The fourth floor interior improvements is the 1 st phase of a 4- Phased project and will consist of new flooring, cabinetry, painting, appliances and furniture in the residential suites. Furniture, new blinds and appliances will be provided by owner and contractor installed. Please see plans for complete scope of work. CAU has retained the services of The Sizemore Group to design and provide specifications for the Project. The Owner is requesting proposals from CM/GCs who have proven experience with projects similar in scope and complexity, sustainable building practices, and high quality construction for preconstruction and construction services BUDGET The construction budget for the project is $250, SCOPE OF WORK The scope of services will include immediate pre-construction services through completion of construction and punch list/warranty work. The scope includes, but is not necessarily limited to: 1. Review the Owner s needs, goals and requirements; 2. Assist the project team in the preparation of a construction schedule for the project. Maintain a specific CPM schedule for the construction phase of the project. Identify planned milestones and major events as necessary; 3. Assist the project team in defining project costs and major cost variables. Prepare and maintain a detailed project construction budget during the design phases; a. Permit - not needed; b. Provide cost comparisons of alternate construction systems and materials. Provide recommendations to the design team for value engineering options and economies where appropriate. Analyze proposed materials and building systems with respect to quality, availability and price; c. Prepare a trade by trade construction cost estimate based upon the Construction Document drawings. Be prepared to convert estimate to a Guaranteed Maximum Price (GMP); d. Prepare a final detailed, measured quantity, cost estimate from the final construction documents and compare against the GMP. Estimate to include all building construction and sitework improvements. 4. Identify, recommend and expedite the procurement of materials and/or equipment that require long lead times to ensure delivery to maintain the construction schedule. 5. Provide periodic constructability reviews in conjunction with design team. 6. During preparation of final documents, provide a Quality Control (QC) review to minimize conflicts, overlaps and omissions. Prepare list of trade/bid packages identifying the specific scope of work for each trade/subcontract. 7. Prepare bid forms and documents for solicitation of competitive subcontractor bids. A minimum of three bids are required per subcontractor except as specifically approved by Owner. Review with the project team and advise accordingly. Evaluate and analyze bids for adequacy and completeness. Conduct scope reviews with low bidders and make recommendations to the project team for contract award. Prepare and execute construction contracts for each trade or category of work. 8. Provide construction services for the project to include but not be limited to: project management, on site supervision and coordination, labor, materials and equipment, scheduling, temporary facilities and utilities, debris removal, protection and safety measures, insurance, and related items. 9. Perform such post construction services as necessary to ensure successful issuance and close-out of all required certificates, perform such warranty work as required by contract. 10. Provide for a two (2) year warranty period. Q:\ CAU Projects\Brawley Phased Improvements\Contractor\Brawley Interior Improvements_RFP.docx 3

4 1.4 LOCATION The site for the Brawley Hall Phase 1: Fourth Floor Interior Improvements Project is the Brawley Residential Hall located on the campus of Clark Atlanta University, 67 James P. Brawley Drive, Atlanta, Georgia CONTACTS Owner (Primary Contact): Clark Atlanta University Bonita Dukes, Associate Vice President for Business Services 223 James P. Brawley Drive Atlanta, GA Tel: (Secondary Contact): Clark Atlanta University Foroud Azimi, Projects and Utilities Manager DTZ South Region, Clark Atlanta University 650 Larkin Street Atlanta, GA Tel: CONSTRUCTION SCHEDULE The Brawley Hall fourth floor Construction Zone will be vacant as of May 19, 2015 and must be ready for occupancy no later than August 08, Construction is expected to begin immediately on or after May 19, A construction schedule will be established prior to contract award. Contractors are expected to perform their work in a timely manner and in accordance with their proposed schedule. 1.7 PROPOSAL DEADLINES 1. Proposals are to be received as defined in Section 2 below. Proposals received after this time may be returned unopened at the Owner s sole discretion. 2. All inquiries and requests for clarifications shall be submitted via to Bonita Dukes no later than 2:00 PM, May 01, Proposals shall be valid for 60 days. 4. We are currently scheduled to meet and select our shortlist of firms within a few days of receipt and expect to notify those firms as soon as possible. 1.8 DOCUMENTS 1. Any design documentation or other documentation issued in connection with this RFP is subject to change. 2. We have provided the following documents for your use in preparing your proposal a. Brawley Hall Phase 1: Fourth Floor Interior Improvements 100% Construction Documents (attachment); b. Sample Construction Contract Forms We intend to use a standard AIA A102 Contract Form, AIA 201, CAU Contract Addendum. If you have specific questions, please submit them for clarification by the deadline for questions indicated in section 1.7. No revisions or modifications will be accepted after that deadline. 1.9 SELECTION CRITERIA 1. Owner reserves the right to reject any or all Proposals. Final selection will be on the basis of CM/GC s apparent ability to best meet the overall expectations of the Owner, as determined solely by the Owner. The Owner reserves the absolute right to conduct investigations as it deems necessary for the evaluation Q:\ CAU Projects\Brawley Phased Improvements\Contractor\Brawley Interior Improvements_RFP.docx 4

5 of any proposal and to establish the experience, responsibility, reliability, references, reputation, business ethics, history, qualifications and financial ability of the firm responding. The purpose of such investigation is to satisfy the Owner that the GC/CM has the experience, resources and commercial reputation necessary to perform the work and to support any warranties in accordance with the contract documents. 2. The following items will be reviewed to provide a basis for selection: a) Demonstrated ability to provide, and cost to provide, acceptable surety by bond or letter of credit (to be determined by Owner); b) Experience and availability of key personnel designated for this project; c) Demonstrated ability to successfully complete projects of comparable scope and complexity; d) Demonstrated ability to provide comprehensive and accurate pre-construction cost estimating, value engineering services and constructability reviews. Examples are encouraged; e) Approach and demonstrated ability to administer a separate, competitive bid process for selection of subcontractors, based upon construction documents prepared by the Architect f) Proposed percentage fee for profit and overhead on all Cost of the Work g) Lump sum proposal for general conditions; h) Proposed scope of work to be included within general conditions and fees vs. cost of the work; i) Response from references and review of other information submitted; j) Proposed schedule; k) Demonstrated experience with sustainable building practices, and/or LEED certified projects. 3. Final acceptance of any proposal is expressly contingent upon the execution of a satisfactory contract between Contractor and Owner. Contractor is advised that such contract may include provisions concerning insurance, bonding, indemnification, provisions concerning use of local and/or regional labor or materials, and a provision concerning contracting with illegal aliens. Such contract may differ in form and/or substance from the guidelines outlined in this RFP/RFQ. Owner reserves the right to reject any proposal if a satisfactory contract is not agreed to and executed by all parties INSURANCE & BONDING The Contractor shall secure and maintain the following minimum insurance coverage throughout the life of the project, with certificates listing such additional insureds as required by Owner: a) Comprehensive general liability including property damage insurance with minimum amounts of One Million Dollars ($1,000,000.00) each occurrence. Umbrella coverage of at least Two Million Dollars ($2,000,000); b) Comprehensive automobile liability in the amount of Two Million Dollars ($2, ) each person and One Million Dollars ($1,000,000.00) each occurrence; c) Workers Compensation insurance per statutory limits; d) Builders Risk insurance for the Project Limit per occurrence during construction; e) Contractor will also be required to present satisfactory surety, as determined by Owner. Contractor should recommend a type and amount within the proposal. 2.0 PROPOSAL SUBMITTAL REQUIREMENTS 2.1 Submit one (1) copy via to Bonita Dukes at: bdukes@cau.edu no later than 2:00 pm on May 08, 2015 OR submit two (2) complete hard copies of the proposals to Bonita Dukes, AVP, Office for Business Services. Hard Copies can be hand-delivered or must be postmarked by no later than 5:00 PM on May 07, Proposal shall contain both an all inclusive single PDF of the proposal and the XLS file of the General Conditions spreadsheet (not a pdf of the spreadsheet). Proposals must include, but are not limited to, the following items: A. Describe at least three CM/GC projects completed in the last five years similar in size and complexity. Include SF of project, staff involved, GMP, date when GMP was issued, and final construction cost. Reference information for both the client and architect with current and phone numbers is required; B. Highlight your proposed teams experience with sustainable design and construction practices; C. Resumes for Estimator, Project Manager, and Project Superintendent. Include Owner references and telephone numbers; D. Describe current workload of proposed staff and overlapping project responsibilities; E. List of other contracts on hand with schedules that overlap this project, including contract amount and anticipated date of completion along with contact information for the Owner; F. List of dollar value of construction put in place during each of the past three years from Georgia operations; Q:\ CAU Projects\Brawley Phased Improvements\Contractor\Brawley Interior Improvements_RFP.docx 5

6 G. Statement of available bonding capacity for this project and preferred surety type and amount (per 1.10 above); H. Completed AIA A305 including financial statements; I. Proposed construction schedule for this project including indication of submittal of Guaranteed Maximum Pricing (GMP); J. Completed Proposal Form (ref. 2.2 of this document); K. Complete the attached General Conditions and Fees Spreadsheet. All applicable line items are required to be identified on worksheet: a) Insert company name at the top; b) Fill in amounts, as appropriate for general conditions; c) Mark NA or In above as deemed necessary. Do not leave lines blank; d) Insert schedule duration, coordinate with included schedule; e) Insert proposed mark up on Change Orders including subcontractor changes; f) Insert proposed preconstruction service fees, if applicable; g) As appropriate, insert additional general conditions items not listed, at bottom of document; h) Indicate if your proposed fee is to be a fixed fee or a percentage of actual construction costs; l) Write-up describing what uniquely distinguishes your firm as best able to complete this Project. Q:\ CAU Projects\Brawley Phased Improvements\Contractor\Brawley Interior Improvements_RFP.docx 6

7 2.2 BID PROPOSAL FORM COMPANY NAME: COMPANY ADDRESS: PHONE: FAX: CONTACT PERSON NAME: CONTACT PERSON PHONE: CONTACT PERSON Acknowledgment that the CM/GC carries (or will carry) all license(s) required in the jurisdiction(s) of the project. (YES/NO) Acknowledgment that the firm meets or exceeds insurance requirements as outlined in Section 1.10 (above). (YES/NO) Firms submitting a proposal to provide General Contractor/Construction Manager services shall describe what, if any, subcontract work it would propose to self-perform. Said firms shall submit a separate bid for such subcontract work at the time of subcontract bidding, so that said bid may be evaluated by the Owner against other competitive bids. List of all construction subcontract work anticipated to be self-performed: By submitting a proposal, each firm responding represents that it has inspected the site, familiarized itself with local conditions under which the work is to be performed, and has read and is thoroughly familiar with the project documents, including any clarifications. It is the intention of the Owner to enter into an agreement with the selected Construction Manager/General Contractor. The undersigned proposer hereby offers, in the amounts stated below, to furnish all services for both the Preconstruction Phase and Construction Phase and to furnish all labor, materials, tools, equipment, apparatus, facilities, transportation for the construction of the Brawley Hall Phase 1: Fourth Floor Interior Improvements at Clark Atlanta University in accordance with all the requirements of the Request for Proposals and to the satisfaction of the University. The proposer also hereby agrees to enter into contract for said Project if the University accepts this proposal. The Direct Construction Cost Budget for this project is $400,000. Q:\ CAU Projects\Brawley Phased Improvements\Contractor\Brawley Interior Improvements_RFP.docx 7

8 2.2 BID PROPOSAL FORM 2 TOTAL FEE PERCENTAGE: % TOTAL FEE IN DOLLARS: $ (Lump Sum) (Fee Percentage multiplied by (Use figure only) (Direct Construction Cost Budget) PRINTED NAME SIGNATURE & DATE Q:\ CAU Projects\Brawley Phased Improvements\Contractor\Brawley Interior Improvements_RFP.docx 8

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

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

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

More information

Construction Management At-Risk

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

More information

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS DATE RFQ RELEASED July 13, 2013 1 PURPOSE OF THIS REQUEST FOR

More information

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

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

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

More information

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

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

More information

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits The City of Louisville, Colorado is accepting proposals for the purpose of performing sales and use tax, and franchise fee compliance

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

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR) REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR) For the Project: CITY OF KATY NEW KATY FIRE STATION #2 Issued: August 13, 2015 Katy Fire Station #2 August 13, 2015 Page 1 of 17 Request

More information

REQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS DELIVER SEALED PROPOSALS TO: REQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: April

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

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

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

More information

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

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

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

More information

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

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

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

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

More information

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

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

More information

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

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

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

More information

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE SPECIFICATIONS AND BID FORMS FOR RFP VOICE OVER IP PHONE SYSTEM MANDATORY WALK-THRU ON THURSDAY, MARCH 13 th from 1:00 P.M. to 3:00 P.M. LOCATION TO BE DETERMINED. BID: #14-012- BOE Due on or before 11:00

More information

Mid Michigan Community College

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

More information

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

QSP INFORMATION AT A GLANCE

QSP INFORMATION AT A GLANCE QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:

More information

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES

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

More information

GENERAL INFORMATION. REQUIRED SERVICES: are described in the enclosure consisting of 4 pages, dated 3/29/12 OR: are described as follows:

GENERAL INFORMATION. REQUIRED SERVICES: are described in the enclosure consisting of 4 pages, dated 3/29/12 OR: are described as follows: These documents consist of three parts (Part A - Request for Proposals; Part B - Proposal Form; Part C - Contract Award, Notice to Proceed & Invoice Summary), -- plus the current edition dated February

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSTRUCTION MANAGEMENT SERVICES

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

More information

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 PLUMBING SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS ADVERTISEMENT FOR BIDS Bids will be received at the office of the Niles City School District, 100 West Avenue, Niles, Ohio, 44446 until 12:00 PM on Friday, March 22, 2013 and will be opened and read immediately

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS ROWAN COUNTY 130 West Innes Street Salisbury, NC 28144 Tel: (704) 216-8174 Email: david.sifford@rowancountync.gov REQUEST FOR PROPOSALS FOR REPLACEMENT OF COMMERCIAL ROOFTOP AIR CONDITIONING UNIT Issued

More information

TruexCullins Architecture Fairfield Center School Bid Documents Kitchen and Bathroom Renovation March 1, 2015

TruexCullins Architecture Fairfield Center School Bid Documents Kitchen and Bathroom Renovation March 1, 2015 Fairfield Center School Kitchen and Bathroom Renovation Project Specifications Owner: Fairfield Center School, 57 Park Street, Fairfield VT 05455 Franklin Central Supervisory Union, 28 Catherine Street,

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

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

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

More information

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

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

More information

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

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 RH-Renovations Summer 2013 Response Deadline 1/03/13

More information

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

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

More information

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

Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN

Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN The Delmar School District (DSD) is seeking the professional services of a Construction Management (CM) firm for the

More information

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

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

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

More information

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE ) PROPOSAL DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVEBEVERLY HILLS, CALIFORNIA 90210(310) 285-2440 LEGAL NOTICE - PROPOSALS WANTED Sealed proposals are requested on the list

More information

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

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

More information

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

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

More information

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

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

More information

REQUEST FOR PROPOSALS

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

More information

REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES Various Projects RFQ/RFP No. 15-16-02

REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES Various Projects RFQ/RFP No. 15-16-02 Banning Unified School District 161 West Williams Street, Banning, CA 92220 (951) 922-2706 phone (951) 922-0227 fax January 12, 2016 REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT

More information

REQUEST FOR PROPOSAL Procurement of Landscaping Services

REQUEST FOR PROPOSAL Procurement of Landscaping Services City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Procurement of Landscaping Services Issue Date: Thursday February 27, 2014 Bid Number: 14-012

More information

Warner Robins Housing Authority

Warner Robins Housing Authority REQUEST FOR PROPOSAL FOR TERMITE CONTROL 2016 The Warner Robins Houston County Housing Authorities are currently soliciting proposals for Pest Control Services for a one (1) year period with the option

More information

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY ARCHITECTURAL SERVICES RELATED TO THE HADDONFIELD LIBRARY REQUEST FOR PROPOSAL

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY ARCHITECTURAL SERVICES RELATED TO THE HADDONFIELD LIBRARY REQUEST FOR PROPOSAL BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY ARCHITECTURAL SERVICES RELATED TO THE HADDONFIELD PUBLIC LIBRARY REQUEST FOR PROPOSAL Project Name: ARCHITECTURAL SERVICES RELATED TO THE HADDONFIELD PUBLIC

More information

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

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

More information

ON-TIME AND ON-BUDGET: KEY ISSUES IN NEGOTIATING CONSTRUCTION CONTRACTS

ON-TIME AND ON-BUDGET: KEY ISSUES IN NEGOTIATING CONSTRUCTION CONTRACTS ON-TIME AND ON-BUDGET: KEY ISSUES IN NEGOTIATING CONSTRUCTION CONTRACTS ACC REAL ESTATE COMMITTEE PRESENTATION SEPTEMBER 17, 2009 SEAN T. BOULGER, ESQ. WILMER CUTLER PICKERING HALE AND DORR LLP I. Introduction

More information

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

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

More information

Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation

Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation Purpose The purpose of this Request for Proposal (RFP) is to invite prospective vendors to submit a proposal to supply

More information

City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308

City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308 City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308 PURPOSE: The purpose for this specification is to establish a 36 month service contract for maintenance and

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

MT. SAN ANTONIO COMMUNITY COLLEGE DISTRICT

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

More information

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

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

More information

Notes. Score. 1 Basic Services 1.1. A few instances; could have been more proactive

Notes. Score. 1 Basic Services 1.1. A few instances; could have been more proactive Jacobs Contract performance Tracking spreadsheet = Excellent 2 = Meets performance standards 1 = Improvement needed 0= Unsatisfactory Report for the time period: Annual report 210 Total average score 2.86

More information

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

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS NEGAUNEE PUBLIC SCHOOLS REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS On a PERFORMANCE CONTRACTING BASIS July 26, 2010 NOTICE IS HEREBY GIVEN THAT THE BOARD OF EDUCATION OF NEGAUNEE

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

Fire Damage Repairs, 2510 Burton Street

Fire Damage Repairs, 2510 Burton Street Fire Damage Repairs, 2510 Burton Street Introduction: The Housing Authority of the County of San Joaquin (Authority) is seeking quotes from Class B General Building Contractors (Contractor) to provide

More information

THE TOWN OF NORTH SMITHFIELD

THE TOWN OF NORTH SMITHFIELD THE TOWN OF NORTH SMITHFIELD SPECIFICATIONS FOR REQUEST FOR PROPOSALS FOR EMERGENCY PLANNING, DISASTER RECOVERY, DEBRIS MANAGEMENT, AND HAZARD MITIGATION PROGRAM SERVICES SEPTEMBER 2014 FINANCE DIRECTOR

More information

Merchant Account Services

Merchant Account Services COLORADO MOUNTAIN COLLEGE Request for Proposal Number #466-10 Merchant Account Services Due: July 31, 2010 at 4:00 PM Mountain Time COLORADO MOUNTAIN COLLEGE INVITATION TO BID #466-10 Merchant Account

More information

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

Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents Request for Qualifications (CM at Risk Contract) Administration of Project: School District Board + OFCC Project Name Groveport Madison High School Response Deadline 10/17/2014 4:00pm local time Project

More information

TEHACHAPI VALLEY HEALTH DISTRICT (TVHD) Data Network and Unified Communication Systems

TEHACHAPI VALLEY HEALTH DISTRICT (TVHD) Data Network and Unified Communication Systems TEHACHAPI VALLEY HEALTH DISTRICT (TVHD) Data Network and Unified Communication Systems Request for Proposal April 28, 2016 Prepared for: TVHD & SHP Project Management 201 Continental Blvd. Suite 120 El

More information

Adrian Public Schools

Adrian Public Schools Adrian Public Schools A. Instructions REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES PART 1 -- GENERAL INSTRUCTIONS Qualified firms are invited to submit proposals to Adrian Public Schools (the

More information

Village of Nakusp RFQ 2016-1 Source Protection Plan

Village of Nakusp RFQ 2016-1 Source Protection Plan RFQ 2016-1 Source Protection Plan The is requesting quotations from qualified professional consultants or firms to undertake a Source Protection Plan for the Village s surface water sources (Halfway Creek,

More information

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS SECOND ADDENDUM TO RFP DOCUMENTS REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS 11/9/2015 To All Potential Bidders: This

More information

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM 200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM

More information

Canterbury Park Pool Chamber Replacement

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

More information

Robla School District

Robla School District Robla School District e-rate Y14 2011-2012 RFP 2011-02 CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS November 3, 2010 Robla School District 5248 Rose St. Sacramento, CA 95838 SUMMARY The Robla School

More information

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

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

More information

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

St. Andrews Public Service District

St. Andrews Public Service District St. Andrews Public Service District Request for Qualifications for Architectural/Engineering (A/E) Consultancy Services for Fire Stations, Administrative Buildings, and Environmental Services Facilities.

More information

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification Town of Durham Selectman s Office P.O. Box 428 Durham, CT 06422 Request for Qualification REQUEST FOR LETTERS OF QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL SERVICES Board of Selectmen Laura L. Francis

More information

CITY OF COMMERCE CITY BID BOND

CITY OF COMMERCE CITY BID BOND BID BOND Know all men by these presents, that as principal, and, as Surety, are held and firmly bound unto the City of Commerce City, Colorado (hereinafter called City ), in the penal sum of dollars ($

More information

Request for Proposal Permitting Software

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

More information

Atrium Skylight Repair Carleton Lodge

Atrium Skylight Repair Carleton Lodge Requirement Period of Contract The successful bidder shall complete the work no later than 27 November 2015. Closing Date Quotations must be submitted no later than close of business day (11:59 pm) on

More information

Request for Qualifications. Owner s Project Manager. Design and Construction of a New School Facility. K~8 Charter School

Request for Qualifications. Owner s Project Manager. Design and Construction of a New School Facility. K~8 Charter School Request for Qualifications Owner s Project Manager Design and Construction of a New School Facility K~8 Charter School 26 Madeira Avenue New Bedford, MA 02746 REQUEST FOR QUALIFICATIONS (RFQ) Issued: 4/16/2014

More information

STUDENT RECREATION AND WELLNESS CENTER

STUDENT RECREATION AND WELLNESS CENTER STATE OF UTAH - DEPARTMENT OF ADMINISTRATIVE SERVICES Division of Facilities Construction and Management DFCM Request for Proposals for Construction Management / General Contractor Services Value Based

More information

RESOLUTION NO. 2012-11

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

More information

NOTICE TO POTENTIAL BIDDERS

NOTICE TO POTENTIAL BIDDERS NOTICE TO POTENTIAL BIDDERS Downloading the Plans, Specifications and other Bid Documents will NOT place you on the City s List of Plan Holders. This is important because only those on the City s List

More information

Sidewalk Rehabilitation Program

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

More information

NOTICE TO CM/GC Companies

NOTICE TO CM/GC Companies NOTICE TO CM/GC Companies Facilities and Construction Management Jefferson County School District R-1 (Jeffco) is pre-qualifying Construction Manager/General Contractors for CM/GC services for a new K-6

More information

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

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

More information

Request for Qualifications

Request for Qualifications Request for Qualifications to provide Construction Management Services (CM@ Risk) to Carrollton Independent School System 106 Trojan Drive Carrollton, Georgia 30117 For Replacement Facilities for: Carrollton

More information

THIS AGREEMENT is made effective as of this day of in the year of.

THIS AGREEMENT is made effective as of this day of in the year of. STANDARD FORM OF CONSTRUCTION MANAGEMENT AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER (Where the basis of payment is Cost of the Work with a guaranteed maximum price) THIS AGREEMENT is made effective

More information

City of Michigan City Housing Rehabilitation Program RFP Page 1 of 5

City of Michigan City Housing Rehabilitation Program RFP Page 1 of 5 CITY OF MICHIGAN CITY REDEVELOPMENT COMMISSION COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) HOUSING REHABILITATION PROGRAM REQUEST FOR PROPOSAL (RFP) 100 East Michigan Boulevard Michigan City, IN 46360 The

More information

How To Do Business With Omaha Public Schools

How To Do Business With Omaha Public Schools O PS How To Do Business With Omaha Public Schools SCHOOL Business Services Department Purchasing Division 3215 Cuming Street Omaha, Nebraska 68131-2024 Phone (402) 557-2214 Introduction This pamphlet

More information

MCR Health Services Inc. Request for Proposal For Air Conditioning Unit Replacement Authorized Vendor

MCR Health Services Inc. Request for Proposal For Air Conditioning Unit Replacement Authorized Vendor MCR Health Services Inc. Request for Proposal For Air Conditioning Unit Replacement Authorized Vendor Background Information: Manatee County Rural Health Services (MCR Health Services) is a private, not

More information

REQUEST FOR EXPRESSIONS OF INTEREST AND STATEMENTS OF QUALIFICATIONS

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

More information

Request of Qualification Proposal for Construction Management Services

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

More information

Warner Robins Housing Authority

Warner Robins Housing Authority REQUEST FOR PROPOSALS PLUMBING SERVICES 2016 The Warner Robins & Houston County Housing Authorities (WRHA) are currently soliciting proposals for Plumbing Services for a one (1) year period with the option

More information

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

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

More information

CONSTRUCTION MANAGER-AT-RISK AGREEMENT. between. Houston Independent School District. and. [insert legal name of firm] for

CONSTRUCTION MANAGER-AT-RISK AGREEMENT. between. Houston Independent School District. and. [insert legal name of firm] for DRAFT CONSTRUCTION MANAGER-AT-RISK AGREEMENT between Houston Independent School District and [insert legal name of firm] for [insert name of school or project] CONSTRUCTION MANAGER-AT-RISK AGREEMENT TABLE

More information

GLENVIEW SCHOOL DISTRICT 34

GLENVIEW SCHOOL DISTRICT 34 GLENVIEW SCHOOL DISTRICT 34 Request for Qualifications Construction Manager December 19, 2013 GLENVIEW, ILLINOIS 1 GLENVIEW SCHOOL DISTRICT 34 1401 Greenwood Road Glenview, Illinois 60026 847-998-5000

More information

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

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

More information