Lump Sum Request for Proposal ( RFP ) Insert Project Name University Project Number: xx-xxx-xx-xxxx

Size: px
Start display at page:

Download "Lump Sum Request for Proposal ( RFP ) Insert Project Name University Project Number: xx-xxx-xx-xxxx"

Transcription

1 Lump Sum Request for Proposal ( RFP ) Insert Project Name University Project Number: xx-xxx-xx-xxxx Insert RFP Issue Date

2 Throughout this RFP Respondent or you means the prime firm responding to this RFP. PRE-PROPOSAL MEETING The University has scheduled / will not have a Pre-Proposal Meeting. The time and location of meeting(s) are as follows: Insert time, day and date Building Name Room Number / Meeting Location Street Address City, State and Zip Code Attendance at this meeting is Non- Mandatory / Mandatory. The University will not accept Proposals from Respondents that do not attend. Maps, driving directions, and parking information for the various campuses of the University are available at: PROPOSAL SUBMITTAL REQUIREMENTS The University Must Receive Your Proposal No Later Than:, 20 at 2:00 P.M. (Minnesota time) per the time clock in Purchasing Services The University will not consider late Proposals. SUBMIT BY Proposals shall be submitted via to the contact listed below. Submit one signed copy of your entire Proposal, with all attachments, in Adobe Portable Document Format (.pdf). The subject line of the shall include the words Proposal Submission, Project Number and Project Name for this RFP. UNIVERSITY CONTACT FOR RFP SUBMISSIONS / QUESTIONS: Chip Foster via foste048@umn.edu Kevin Sullivan via sull0198@umn.edu Denis Larson via dpl@umn.edu The person named above shall be the only contact for all questions regarding any aspect of this RFP and its requirements. Submit all communications by to contact listed above unless instructed to do so in this RFP or in writing by the University contact designated above. If any Respondent attempts any unauthorized communication or does not adhere to the Proposal Submittal Requirements listed above, the University may, in its sole discretion, reject that Respondent s Proposal. University Project Number: xx-xxx-xx-xxxx Page 2 of 31

3 TABLE OF CONTENTS 1.0 PROJECT INFORMATION Background Project Description University-Provided Information Contract Sum Critical Project Schedule Dates Form of Contract between the University and the Selected Respondent PROPOSAL REQUIREMENTS AND EVALUATION CRITERIA Tentative Schedule of Selection Process Pre-Proposal Meeting Evaluation Criteria RFP Cover Page and Declaration Respondent s Team Qualification Project Approach and Work Plan Project Schedule Project Cost Targeted Business and Urban Community Development and Workforce Utilization Responsible Contractor Verification Of Compliance Safety Interviews... 9 All checked Attachments listed below are part of the RFP. X Attachment A: X Attachment B: X Attachment C: X Attachment D: X Attachment E: X Attachment F: X Attachment G: RFP Cover Page and Declaration Respondent s Team Qualifications Project Approach and Work Plan Project Schedule Project Cost Targeted Business & Urban Community Development Questionnaire Responsible Contractor Verification Of Compliance University Project Number: xx-xxx-xx-xxxx Page 3 of 31

4 1.0 PROJECT INFORMATION 1.1 Background The Board of Regents of the University Of Minnesota (the University ) is requesting Proposals to provide construction services for Insert a short description of the Project background. (Why is the University undertaking this Project?) (the Project ). 1.2 Project Description Insert a summary description of the Project (including square footage, types of space, tenants, and Project location) Insert the name of the A/E is the Architect/Engineer of Record for the Project. Due to the funding source, this Project requires the use of American-made steel (2014 Minnesota Session Law, Chapter 294). At the University s request, Respondent shall promptly furnish proof of origin of steel materials. Failure of the Respondent to timely provide the requested information may result in disqualification. (Delete if not required) 1.3 University-Provided Information The University has assembled the following information (available to view online at about the Project (collectively, the RFP Documents ) for review by the Respondent: This RFP and all Attachments RFP Instructions, Requirements, and Rights Reserved by the University Current Prevailing Wage Rates Insert a list of additional RFP Documents for the Project. The University has assembled the following additional RFP Documents (available to view online at for review by the Respondent: The Contract The University s Standards and Procedures for Design However, note the RFP Documents are subject to change. The University will provide notice of any changes to the RFP via addenda. Any information provided to Respondents during the course of the RFP process, including the documents enumerated in this Section 1.3, is provided only for your use in preparing your Proposal. Respondents shall independently evaluate the information for their use in preparing the Proposal and shall be solely responsible for their use or interpretation of the information. 1.4 Contract Sum University Project Number: xx-xxx-xx-xxxx Page 4 of 31

5 The selected Respondent will perform the Work for a Contract Sum that shall be a fixed, lump sum that shall include all costs necessary to complete the Work in accordance with the Contract Documents, including Respondent s overhead and profit. The total construction budget for this Project is Insert dollar amount (current dollars, no escalation). 1.5 Critical Project Schedule Dates The University requires the Project to be substantially complete by no later than Insert the intended date of Substantial Completion (e.g. July 1, 2010). Insert any other critical dates that pertain to the construction schedule or any other important dates/deadlines that must be met throughout the Project The schedule required to meet the date(s) noted above must include all University reviews required by this RFP or the then-current University s Standards and Procedures for Design ( 1.6 Form of Contract between the University and the Selected Respondent The Contract between the selected Respondent and the University will be the University s Construction Agreement, OGC-SC900 (available at which is incorporated into this RFP (the Contract ). By submitting a Proposal, Respondent acknowledges and agrees that it received, read, understands, and shall be bound by and comply with the Contract. No exceptions or deviations to the Contract will be considered The Contract will incorporate by reference this RFP and any RFP Attachments, the General Conditions of the Contract for Construction, American Institute of Architects, Inc. (AIA) Document AIA A , as modified by the University (available at and any RFP modifications agreed to by the University. The University may attach to the Contract as Supplementary Conditions Respondent s Proposal, selected provisions of Respondent s Proposal or modifications to Respondent s Proposal agreed to by University and Respondent. 2.0 PROPOSAL REQUIREMENTS AND EVALUATION CRITERIA 2.1 Tentative Schedule of Selection Process The University s intended schedule for selection of the awarded Respondent is set forth below. ACTIVITY RFP Available for Distribution DATE Date University Project Number: xx-xxx-xx-xxxx Page 5 of 31

6 Pre-Proposal Meeting (If Applicable) Deadline for RFP Questions Proposal Due Date Shortlist for Interviews (If Applicable) Interviews (If Applicable) Identification of Potential Awarded Respondent Anticipated Authorization to Proceed Date Date at Noon Date at 2:00 PM Date Date Date Date 2.2 Pre-Proposal Meeting A Pre-Proposal Meeting has been scheduled at the location and time noted on page 2 of this RFP. Attendance at this Pre-Proposal Meeting is Non-Mandatory / Mandatory for prime firms that are interested in responding to this RFP. The University will not accept Proposals from Respondents that are not listed on the Pre-Proposal Meeting Sign-in Sheet, which is posted online with the RFP Documents as stated in section 1.3. Insert any other necessary Pre-Proposal Meeting information. The University has not scheduled a Pre-Proposal Meeting for this RFP. (Delete if required) 2.3 Evaluation Criteria The University will evaluate Proposals against the evaluation criteria for the degree to which each Proposal meets the criteria as follows: Attachment / Section Description Value Attachment A RFP Cover Page and Declaration Pass / Fail Attachment B Respondent s Team Qualifications Value Attachment C Project Approach and Work Plan Value Attachment D Project Schedule Value Attachment E Project Cost Value Attachment F Attachment G Targeted Business & Urban Community Economic Development Responsible Contractor Verification Of Compliance Value Pass / Fail Section 2.11 Safety Value University Project Number: xx-xxx-xx-xxxx Page 6 of 31

7 Section 2.12 Interview Value In order to be considered responsive, each Respondent must complete and submit all required Attachments without any modifications to the RFP Documents The University will evaluate and score each Proposal. The Respondent selected for an award will be the one whose Proposal is responsive, responsible, and is the most advantageous to the University, as determined by the University in its sole discretion Submission of a Proposal indicates the Respondent's acceptance of the evaluation criteria. 2.4 RFP Cover Page and Declaration The Respondent will prepare and submit the RFP Cover Page and Checklist. This completed document should be the cover page of the Respondent s Proposal. Failure to answer the questions in the checklist or sign the cover page may result in disqualification. 2.5 Respondent s Team Qualification The Respondent will prepare and submit information pertaining to their Team s Qualification which will identify the experience of the Respondent and its Team Members. A lack of prior experience and/or working together on comparable projects may hinder your overall score. Failure to complete may result in disqualification. 2.6 Project Approach and Work Plan The Respondent will prepare and submit information regarding their approach / plan to working on the Project. Failure to complete may result in disqualification. 2.7 Project Schedule The Respondent will prepare and submit information regarding their proposed schedule for the Project. The Respondent must take into account any critical dates identified in section 1.5 when building their schedule. Failure to complete may result in disqualification. 2.8 Project Cost The Respondent will prepare and submit information regarding their proposed Project cost and change order mark-up. Failure to complete may result in disqualification. 2.9 Targeted Business and Urban Community Development and Workforce Utilization Respondents will prepare and submit as part of their Proposal, University Form A. The University will evaluate completed forms as outlined in the Targeted Business and University Project Number: xx-xxx-xx-xxxx Page 7 of 31

8 Urban Community Development Guidelines (Form B). Failure to complete may result in disqualification. Respondent acknowledges that the University adopted a policy to establish and implement Targeted Business, Urban Community Economic Development and Small Business Programs (the TGB Programs ), which is available at: Respondent hereby acknowledges that it has a copy of this policy. Respondent agrees that as a material consideration for the University entering into the Contract, Respondent will fulfill its commitments with regard to the TGB requirements set forth on University Form A and upon the University s request provide substantiation of compliance. If a potentially awarded Respondent has not met the minimum requirements for successfully passing this portion of the RFP, the University may: Consider their Proposal non-responsive. Work with the Respondent to help them achieve a passing score. Section intentionally omitted as it does not apply to this RFP. (Delete if Project value is less than $100,000 or TGB exemption has been approved) 2.10 Responsible Contractor Verification Of Compliance Respondent acknowledges that the University has elected to voluntarily comply with Minnesota Statutes, Section 16C.285, which sets forth minimum criteria that Respondent must meet to establish itself as a responsible contractor. Responsible contractor means a Respondent that conforms to the responsibility requirements in this RFP and verifies that it meets the minimum criteria set forth in Minnesota Statute, Section 16C.285, Subdivision 3 ( Minimum Criteria ). The Minimum Criteria are included in the Responsible Contractor Certification of Compliance attached as Attachment G ( Compliance Certificate ). If Respondent or any subcontractor does not meet the Minimum Criteria or fails to verify that it meets the Minimum Criteria, it is not a responsible contractor and is not eligible to be awarded a contract for the Project or to perform work on the Project. A false statement under oath verifying compliance with any of the Minimum Criteria shall render Respondent or a subcontractor that makes the false statement ineligible to be awarded a contract on the Project and may result in termination of a contract awarded to Respondent or a subcontractor that submits a false statement. Respondent must submit the Compliance Certificate and List of First-Tier Subcontractors (University Document 00900) as evidence that it and its first-tier subcontractors meet the Minimum Criteria. Failure to complete these submissions may result in disqualification. Respondent must obtain Compliance Certificates from each of its first-tier subcontractors in the forms attached as Attachment G and Attachment G-1. If Respondent retains additional subcontractors on the Project after submitting University Project Number: xx-xxx-xx-xxxx Page 8 of 31

9 Attachment G-1, Respondent shall submit the List of Additional Subcontractors attached as Attachment G-2 (University Document 00901) within 14 days of retaining the additional subcontractors. Respondent shall submit to the University upon request copies of the signed Compliance Certificates from all subcontractors of any tier. Respondent may be required to furnish information or evidence as requested by the University to support or otherwise verify the statements in the Compliance Certificate(s). Such information shall be submitted within 3 business days of receipt of the University s request. Failure of the Respondent to timely provide the requested information may result in the Respondent s response being rejected Safety The purpose of the Safety Rating is to confirm that the Respondents performing work for the University are meeting or exceeding applicable safety, health and environmental laws, statutes, regulations, ordinances, rules, directives, procedures, and orders and the requirements of the University s Construction Standards. Respondents will prepare and submit a Safety Questionnaire per the instructions stated in the Contractor Safety Guidelines, which is available on-line at The resulting Safety Rating will be considered when evaluating this Project. Only those Respondents with a Safety Score of 5.0 or greater will be considered for this Project. The Respondent can view their Safety Rating on-line at Only the Respondent s safety score will be evaluated in this process--safety scores of the sub-contractors will not be evaluated. The Respondent must take the processing time noted in the Guide into account when submitting their Safety Questionnaire. If the Respondent currently has a Safety Rating on file at the University for the current calendar year, they do NOT need to submit their safety information with their Proposal Interviews If necessary, the University may shortlist and interview the top rated Respondents. The University may request that the Respondent s critical team members attend the interview on the date specified in this RFP. Only those individuals identified in the Respondent s Proposal may be allowed to attend the interview. Individuals who fail to participate in the interview may jeopardize the Respondent s competitiveness. At the University s discretion, substitutes, proxies, phone interviews, or electronic interviews may be allowed. The University may request additional information prior to interviews. University Project Number: xx-xxx-xx-xxxx Page 9 of 31

10 The University does not intend to conduct interviews for this RFP. (Delete if required) University Project Number: xx-xxx-xx-xxxx Page 10 of 31

11 ATTACHMENT A: RFP COVER PAGE AND DECLARATION 1. Does the Respondent acknowledge they are using this Attachment as their Proposal Cover Page and that they have NOT modified or re-formatted the additional RFP Attachments? 2. Does the Respondent acknowledge they have read, understand, and agree to ALL applicable items noted in the RFP Instructions, Requirements, and Rights Reserved by the University document? Yes Yes 3. Will the Respondent sign the Contract referenced in this RFP? Yes No No No 4. Will the Respondent be able to provide an acceptable Certificate of Insurance and Payment and Performance Bonds that meets the University s requirements? 5. Does the Respondent understand and agree to meet the Prevailing Wage Rate requirements for this Project? 6. Does the Respondent understand and agree to meet the American-made Steel requirements for this Project? 7. Did the Respondent have a representative from their firm present at the Mandatory Pre-Proposal Meeting? 8. Respondent acknowledges receipt of the following total number of addenda that were issued with this RFP: Yes Yes Yes Yes No No No No I hereby authorize the University to request from any individual or firm any information it deems necessary to verify any information provided by the Respondent in its Proposal and to determine the Respondent s capacity and responsibility as a prospective contractor with the University. I certify under penalty of perjury that I am a duly authorized representative of the Respondent listed below, I have carefully examined all RFP Documents and documents referenced in this RFP, I understand all instructions, requirements, specifications, terms and conditions, and all statements, information, costs, and schedules submitted in response to the RFP are current, complete, true and accurate. Respondent s Legal Name of Firm Date of Submission Printed Name of Respondent s Representative Signature of Respondent s Representative Address Phone Number Mailing Address University Project Number: xx-xxx-xx-xxxx Page 11 of 31

12 ATTACHMENT B: RESPONDENT S TEAM QUALIFICATIONS 1. Complete the following Critical Team Member Experience Matrix (Attachment B-1) identifying the experience and responsibilities of the identified team members. Note the following when documenting this information: a. Submit information for only the Project Roles specified in the Matrix. Do NOT add additional roles. b. List only ONE individual per role. c. The comparable completed project(s) must have been completed within the last FIVE years and should be similar to the University s Project. d. Attach a 1-page resume for EACH individual listed in the Matrix. 2. Complete the following Additional Team Member Matrix (Attachment B-2) identifying the other key Team Members / Subcontractors that will contribute to the success of the Project. Note the following when documenting this information: a. Attach a 1-page resume for EACH individual listed in the Matrix. 3. Complete and submit the following Project Data Sheet(s) (Attachment B-3) identifying the specific project experience of the Respondent and their Critical Team Members. Note the following when documenting this information: a. A separate Project Data Sheet must be prepared for EACH project with only one project allowed per sheet. b. Submit up to, and no more than, THREE total projects. c. Listed project(s) must have been completed within the last FIVE years and should be similar to the University s Project. d. Listed project(s) must have been managed by the Respondent or any other firm s on the Respondent s team. e. It is recommended that you list projects completed by the Team Members identified in Attachment B-1. f. Attach any photos or additional information (no more than two pages worth) with each Project Data Sheet. University Project Number: xx-xxx-xx-xxxx Page 12 of 31

13 ATTACHMENT B-1: CRITICAL TEAM MEMBER EXPERIENCE Project Role Project Manager Site Superintendent Cost Estimator Name of Individual Address Individual s Firm Name Individual s Firm Location City, State City, State City, State Current job function within Firm Years working within Firm # # # Years working within Industry # # # Number of projects completed with other Team Members Identify the name, cost, and completion date for up to three comparable completed projects 1. Site Superintendent: # 2. Cost Estimator: # 1a. Project Name 1b. Project Cost 1c. Completion Date 2a. Project Name 2b. Project Cost 2c. Completion Date 1. Project Manager: # 2. Cost Estimator: # 1a. Project Name 1b. Project Cost 1c. Completion Date 2a. Project Name 2b. Project Cost 2c. Completion Date 1. Project Manager: # 2. Site Superintendent: # 1a. Project Name 1b. Project Cost 1c. Completion Date 2a. Project Name 2b. Project Cost 2c. Completion Date 3a. Project Name 3b. Project Cost 3c. Completion Date 3a. Project Name 3b. Project Cost 3c. Completion Date 3a. Project Name 3b. Project Cost 3c. Completion Date Briefly describe the Individual s Responsibilities for this Project Percent of Time on Project #% #% #% University Project Number: xx-xxx-xx-xxxx Page 13 of 31

14 ATTACHMENT B-2: ADDITIONAL TEAM MEMBER Project Role / Subcontractor Individual Name Firm Name Firm Location (City, State) Electrical Subcontractor Mechanical Subcontractor Roofing Subcontractor Other University Project Number: xx-xxx-xx-xxxx Page 14 of 31

15 ATTACHMENT B-3: PROJECT DATA SHEET 1. Construction Firm: 2. Project Name: 3. Project Location: 4. Project Description: 5. Project Owner: 6. Construction Cost: 7. Construction Start Date: 8. Construction End Date: 9. Size (i.e., capacity, tonnage, lineal feet, square feet, etc.): 10. Describe how this project is comparable to the University s Project? 11. Identify up to three constructability issues encountered by your firm on this project and briefly describe your firm's approach to resolving each of such issues: 12. Identify the type of Service(s) provided for this project by placing an X in the appropriate box(es): Preconstruction Phase Services: Construction Phase Services: 13. Identify the Construction Delivery Method provided for this project by placing an X in the appropriate box(es): Design-Build: Construction Manager at Risk: Construction Manager - Agent: Design-Bid-Build: University Project Number: xx-xxx-xx-xxxx Page 15 of 31

16 Other: 14. Identify which proposed team member(s) worked on this project by placing an X in the appropriate box(es): Project Manager: Site Superintendent: Cost Estimator: Project Owner Contact Name: Project Owner Title: Project Owner Telephone Number: Project Owner Address: Architect/Engineer of Record: Architect/Engineer of Record Contact Name: Architect/Engineer of Record Address: University Project Number: xx-xxx-xx-xxxx Page 16 of 31

17 ATTACHMENT C: PROJECT APPROACH AND WORK PLAN NOTE: Your response to this Attachment must NOT exceed 5 pages 1. Describe your anticipated approach to this Project, including specifically project supervision, management, scheduling and accounting methods you intend to employ. 2. List all permits you expect will be required for each component of the Project: Permit Required Project Component Permitting Authority 3. Itemize and describe any difficulties, challenges or risks your firm foresees in providing services to the University on this Project, how you expect to manage those difficulties, challenges or risks, and what assistance will be required from the University. In particular, address site security, safety, traffic management and other issues related to minimizing disruption on campus while performing the Work. 4. Itemize and describe any value-added services, product characteristics, or other benefits or advantages that will be afforded to the University in selecting the Respondent for the Project. 5. Identify any concerns you noted in your review of the RFP Documents (as defined in the RFP) for this Project. University Project Number: xx-xxx-xx-xxxx Page 17 of 31

18 ATTACHMENT D: PROJECT SCHEDULE 1. Respondent must attach a DRAFT Critical Path Method ( CPM ) Schedule for the Project. The CPM schedule should identify tasks to be performed and/or deliverables to be provided and time frames to complete performance of the identified tasks and the expected time frame in which the Project would be completed. For readability purposes, the CPM schedule may be submitted in an 11 by 17 format. When preparing the CPM schedule, assume the following: a) University Project team reviews will occur as required by the current Construction Document Distribution Matrix, which can be found on the University Capital Planning and Project Management website at While progress on design can be made during the review periods, reviewers have two weeks to provide responses. b) Permitting is required for various components of this Project. The University's Project Manager will cooperate in the application for building and other permits. The selected Respondent will be required to obtain and pay for all required permits, assessments, and governmental fees, licenses, and inspections, excluding Sewer Availability Charges and Water Access Charges assessed by the Metropolitan Waste Control Commission. c) For Projects greater than $500,000, the Facilities Committee of the Board of Regents must review and approve schematic plans for the Project. The schedule shall include one month for this process. Board of Regents yearly schedule can be found at: 2. Include a written narrative that provides a detailed description of the scheduling logic and assumptions that were used when preparing the CPM Schedule. 3. State what events or issues, if any, could impede your ability to achieve the substantial completion date (or any other critical dates) stated in Section 1.5 of the RFP. 4. Identify specific strategies to avoid and/or mitigate project construction delays. Provide an estimate of the earliest start date following execution of a Contract and indicate what could delay the start of the Project. NOTE: The Respondent MUST use the authorization to proceed date stated in Section 2.1 as the starting point of their Project schedule. Respondent should not be doing any Project work prior to this authorization to proceed date. University Project Number: xx-xxx-xx-xxxx Page 18 of 31

19 ATTACHMENT E: PROJECT COST Total Lump Sum Cost $ Maximum Change Order Mark-up* % Alternate # 1: Lump Sum $ Add / Deduct Alternate # 2: Lump Sum $ Add / Deduct Alternate # 3: Per Unit $ Add / Deduct Unit Price # 1: Per Unit $ N/A Unit Price # 2: Per Foot $ N/A Unit Price # 3: Per Yard $ N/A *For the purposes of and subject to the limitations set forth in Section of the AIA A General Conditions, as modified by University, the Respondent must propose a Maximum Change Order Mark-up as a percentage of the Cost of the Change Order Work. Note that the General Conditions of the Contract caps the mark-up percentage for change order work, whether self-performed or performed by subcontractors, at 8%. By proposing this Maximum Change Order Mark-up, Respondent understands and agrees that this mark-up percentage will be the lesser of 8% or the mark-up percentage proposed above. Refer to the AIA A General Conditions, as modified by the University, for specific terms and conditions regarding change order mark-up. University Project Number: xx-xxx-xx-xxxx Page 19 of 31

20 ATTACHMENT F: TARGETED BUSINESS & URBAN COMMUNITY DEVELOPMENT AND WORKFORCE UTILIZATION Definitions For University purposes, a Targeted Business ( TGB ) firm is one which is: 51% owned and controlled by a minority, women, or person with a disability. Minorities are defined as: African-American persons who have origins in any of the black racial groups of Africa; Hispanic-American persons of Spanish or Portuguese culture with origins in Mexico, South or Central America or the Caribbean Island; Asian-American persons having origins in the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands; American Indians; Alaskan Natives persons having origins in any of the original peoples of North America. Persons with disabilities are defined as: Persons who satisfy the definition of qualified disabled persons according to The Americans Disabilities Act (P.L ) University Recognized Certifications: US Small Business Administration, State of Minnesota, National or Minnesota Minority Supplier Development Council, City of St. Paul Central Certification (CERT) Program, Women s Business Development Center-MN (WBDC-MN). General Program Requirements Respondent will demonstrate its commitment to achieve meaningful levels of participation with Targeted Businesses, by the percentage of work actually awarded to these businesses on this Project. A meaningful level of participation is a level that is considered reasonable for the size and type of project. The following goals and requirements apply for this Project: Participation of Targeted Businesses equal to or greater than thirteen percent (13%) of the Base Bid/Proposal costs. (The University encourages Respondents to provide University Project Number: xx-xxx-xx-xxxx Page 20 of 31

21 approximately one-half of the stated TGB participation to minority owned businesses and approximately one-half to women and/or disabled owned businesses). Any level of participation that is not per se reasonable may be determined reasonable if the Respondent provides objective evidence that participation at the per se reasonable level is not available for the Project. No less than 75% of the work performed or the material purchased shall be provided by the Targeted Business Enterprise(s) identified on Document A for this Project. Submittal Requirements Respondent shall submit, along with their Proposal, the following Targeted Business and Urban Community Economic Development Questionnaire (Document A). Proposals that are not accompanied with this completed document may be deemed non-responsive. The awarded Respondent must submit the following information to the Office for Business and Community Economic Development on a monthly basis throughout the Project: 1. Copies of invoices verifying any supply or material purchases from TGBs; 2. Copies of all subcontract agreements issued with TGBs; 3. Workforce Utilization report (Document 00659) from prime contractors and subcontractors. The awarded Respondent will be required to submit the following affidavits to the Office for Business and Community Economic Development as a condition of the final payment after all work has been performed on the Project: 1. TGB Total Payment Affidavit (Document 00660); 2. TGB Verification of Completed Work Affidavit (Document 00661). Workforce Utilization SMSA (Standard Metropolitan Statistical Area) workforce levels of participation for this Project are: 32% Minority Employees; 6% Female Employees; 2% Disabled Employees. Preventing Discrimination in Employment: A Respondent demonstrates its commitment to prevent discrimination by its permanent employment of minorities, women, and disabled persons. A Respondent demonstrates its commitment to prevent discrimination by its planned workforce on this project. A Respondent demonstrates its commitment to prevent discrimination by its Equal Employment Opportunity / Affirmative Action Policy Statement. University Project Number: xx-xxx-xx-xxxx Page 21 of 31

22 A Respondent demonstrates its commitment to prevent discrimination by an approval or Certification by the State of Minnesota or by a Minnesota municipality (Minneapolis, St. Paul, Duluth, etc.) of its Affirmative Action Plan. Urban Community Economic Development A Respondent demonstrates its commitment to improve the urban communities in which the University construction projects are located by: Its current practice of funding, providing personnel to and/or soliciting employees from programs designed to train residents of the targeted areas designated by each city pursuant to Minnesota Statute Section Its agreement to participate during this project with the University to fund, provide personnel to, and/or solicit employees from programs designed to train residents of the targeted areas designated by each city pursuant to Minnesota Statute Section Program Administration The University of Minnesota s Small Business and Urban Development Program is administered by: Sharon Banks Project Manager, Business & Community Economic Development University of Minnesota 2221 University Office Plaza, Suite 136 Minneapolis, MN Phone: (612) Fax: (612) banks016@umn.edu University Project Number: xx-xxx-xx-xxxx Page 22 of 31

23 UNIVERSITY DOCUMENT A: TARGETED BUSINESS AND URBAN COMMUNITY ECONOMIC DEVELOPMENT QUESTIONNAIRE Respondent s Name: Mailing Address: Contact Name: Phone Number: Address: Each Respondent shall answer the following questions and include completed document with their Proposal. Failure to complete may result in disqualification. Responses to the following questions will be scored in accordance with the following Targeted Business Questionnaire Scoring Guidelines (Document B). 1. What percent of the Base Bid for this Project will be provided by a Targeted Businesses as a prime contractor, subcontractor, and/or supplier? % Proposed Targeted Business Names may be provided after award is made, % is required at time of bid. Name of Targeted Business Enterprise(s) Type of Work or Supplies Dollar Amount 2. Percent of Respondent s permanent workforce who are minorities, women or disabled persons. % 3. Percent of the Respondent s permanent workforce for this Project will be minorities. % 4. Percent of the Respondent s workforce for this Project will be women. % 5. Respondent has more than 40 full time employees and included a copy of their Equal Employment Opportunity Plan or Affirmative Action Certificate with bid documents. OR, Respondent has less than 40 full time employees and included a letter confirming total number of employees for the past two calendar years. Documents are attached: YES NO University Project Number: xx-xxx-xx-xxxx Page 23 of 31

24 6. Describe your efforts to support programs for protected classes as defined by the University s Targeted Business Program and in accordance with Minnesota Statute Section , complete the following: Program Name Location / Neighborhood Amount of Funds Provided (last 12 months) Amount of Time (hours) Provided (last 12 months) Number of Persons Hired NOTE: UNION PARTICIPATION IS NOT AN ACCEPTABLE RESPONSE TO QUESTION #6. 7. Do you anticipate utilizing apprentices or interns from community training programs on this Project? Yes No if so, provide details: Program Name Discipline Number of Apprentice Number of Interns Projected Hours/Months NOTE: UNION PARTICIPATION IS NOT AN ACCEPTABLE RESPONSE TO QUESTION #7. University Project Number: xx-xxx-xx-xxxx Page 24 of 31

25 UNIVERSITY DOCUMENT B: TARGETED BUSINESS QUESTIONNAIRE SCORING GUIDELINES 1. Percent of the Base Bid for this Project subcontracted to Targeted Businesses. 13% & Above = 30 Points % = 25 Points % = 20 Points % = 15 Points % = 10 Points % = 9 Points % = 8 Points % = 7 Points % = 0 Points 2. Percent of Respondent s permanent workforce who are minorities, women or disabled persons. 7% & Above = 5 Points % = 4 Points % = 3 Points % = 2 Points % = 1 Points % = 0 Points 3. Percent of Respondent s workforce for this Project will be minorities. 32% & Above = 15 Points % = 13 Points % = 11 Points % = 9 Points % = 7 Points % = 6 Points % = 0 Points 4. Percent of Respondent s workforce for this Project will be women. 6% & Above = 10 Points % = 4 Points % = 3 Points % = 2 Points % = 1 Points % = 0 Points 5. Attached Equal Employment Opportunity Plan, Affirmative Action Certificate, or letter confirming less than 40 full time employees for the past two calendar years. University Project Number: xx-xxx-xx-xxxx Page 25 of 31

26 Yes = 5 Points No = 0 Points 6. Adequately described efforts to support programs for protected classes. Yes = 5 Points No = 0 Points 7. Adequately described efforts to include apprentice or interns from community training programs on this Project. Yes = 5 Points No = 0 Points MAXIMUM POINTS AVAILABLE: For Project exceeding $1,000,000: A General Contractor having 55 or more points will successfully pass this process and demonstrate its commitment to the University s policies and procedures for Targeted Business inclusion. 2. For Project under $1,000,000: A General Contractor having 45 or more points will successfully pass this process and demonstrate its commitment to the University s policies and procedures for Targeted Business inclusion. 3. A Specialty Contractor (i.e., roofing, HVAC, Elevator, etc.) having 35 or more points will successfully pass this process and demonstrate its commitment to the University s Targeted Business Program. 4. A General Contractor proposing on Projects outside of the 7 county metro area having 25 or more points will successfully pass this process and demonstrate its commitment to the University s policies. If the value of a Project outside of the 7 county metro areas is $5 million or more, Respondent must have a score of 30 or more points to successfully pass this process and demonstrate its commitment to the University s Targeted Business Program. 5. If a potential awarded Respondent has not met the minimum requirements in the immediately preceding paragraphs 1-4 above, the University may, but is not obligated to, either i) work with Respondent to help Respondent achieve the minimum requirements, or ii) based upon a review of the facts and circumstances, including without limitation the nature of the work, the extent to which Respondent typically self-performs, and Respondent s efforts to achieve the goals, make a determination that Respondent made a good faith effort to achieve the goals and, based upon that determination, waive the minimum scoring requirements. Respondent will not be allowed to change their cost or schedule during this process. University Project Number: xx-xxx-xx-xxxx Page 26 of 31

27 ATTACHMENT G: RESPONSIBLE CONTRACTOR VERIFICATION OF COMPLIANCE (UNIVERSITY DOCUMENT 00900) Minnesota Statutes, Section 16C.285, subdivision 3. Responsible Contractor, Minimum Criteria. Responsible Contractor means a contractor that conforms to the responsibility requirements in the solicitation document for its portion of the work on the project and verifies that it meets the following minimum criteria: 1. The Contractor: i. is in compliance with workers' compensation and unemployment insurance requirements; ii. is currently registered with the Department of Revenue and the Department of Employment and Economic Development if it has employees; iii. has a valid federal tax identification number or a valid Social Security number if an individual; and iv. has filed a certificate of authority to transact business in Minnesota with the secretary of state if a foreign corporation or cooperative. 2. The contractor or related entity is in compliance with and, during the three-year period before submitting verification, has not violated section , , to , , , or , and has not violated United States Code, title 29, sections 201 to 219, or United States Code, title 40, section 3141 to For purposes of this clause, a violation occurs when a contractor or related entity: i. repeatedly fails to pay statutorily required wages or penalties on one or more separate projects for a total underpayment of $25,000 or more within the three-year period; ii. has been issued an order to comply by the commissioner of labor and industry that has become final; iii. has been issued at least two determination letters within the three-year period by the Department of Transportation finding an underpayment by the contractor or related entity to its own employees; iv. has been found by the commissioner of labor and industry to have repeatedly or willfully violated any of the sections referenced in this clause pursuant to section ; v. has been issued a ruling or findings of underpayment by the administrator of the Wage and Hour Division of the United States Department of Labor that have become final or have been upheld by an administrative law judge or the Administrative Review Board; or vi. has been found liable for underpayment of wages or penalties or misrepresenting a construction worker as an independent contractor in an action brought in a court having jurisdiction. Provided that, if the contractor or related entity contests a determination of underpayment by the Department of Transportation in a contested case proceeding, a violation does not occur until the contested case proceeding has concluded with a determination that the contractor or related entity underpaid wages or penalties;* 3. The contractor or related entity is in compliance with and, during the three-year period before submitting the verification, has not violated section or chapter 326B. For purposes of this clause, a violation occurs when a contractor or related entity has been issued a final administrative or licensing order;* 4. The contractor or related entity has not, more than twice during the three-year period before submitting the verification, had a certificate of compliance under section 363A.36 revoked or suspended based on the provisions of section 363A.36, with the revocation or suspension becoming final because it was upheld by the Office of Administrative Hearings or was not University Project Number: xx-xxx-xx-xxxx Page 27 of 31

28 appealed to the office;* 5. The contractor or related entity has not received a final determination assessing a monetary sanction from the Department of Administration or Transportation for failure to meet targeted group business, disadvantaged business enterprise, or veteran-owned business goals, due to a lack of good faith effort, more than once during the three-year period before submitting the verification;* *Any violations, suspensions, revocations, or sanctions, as defined in clauses 2 to 5 occurring prior to July 1, 2014, shall not be considered in determining whether a contractor or related entity meets the minimum criteria. 6. The contractor or related entity is not currently suspended or debarred by the federal government or the state of Minnesota or any of its departments, commissions, agencies, or political subdivisions; and 7. All subcontractors that the contractor intends to use to perform project work have verified to the contractor through a signed statement under oath by an owner or officer that they meet the minimum criteria listed in clauses 1 to 6. Certification By signing this document, I am certifying that I am an owner or officer of the contractor and am verifying under oath that: 1. Contractor is in compliance with Minnesota Statutes, Section 16C.285, 2. I have included Attachment G-1 with contractor s solicitation response, and 3. if contractor is awarded a contract, I or another owner or officer will also submit Attachment G-2 as required. Contractor Company Name Date Authorized Signature of Owner or Officer Printed Name Title State of ) ) County of ) Signed and sworn to before me on, 20, by the of Signature of notarial officer Title (and Rank) Commission Expiration Date University Project Number: xx-xxx-xx-xxxx Page 28 of 31

29 ATTACHMENT G-1: LIST OF FIRST-TIER SUBCONTRACTORS SUBMIT WITH CONTRACTOR RESPONSE Minnesota Statutes, Section 16C.285, subdivision 5. A prime contractor or subcontractor shall include in its verification of compliance... a list of all of its first-tier subcontractors that it intends to retain for work on the project. NAMES OF FIRST TIER SUBCONTRACTORS (Legal name of company as registered with the Secretary of State) Company Address Work To Be Performed University Project Number: xx-xxx-xx-xxxx Page 29 of 31

30 ATTACHMENT G-2: LIST OF ADDITIONAL SUBCONTRACTORS (UNIVERSITY DOCUMENT 00901) SUBMIT AS SUBCONTRACTORS ARE ADDED TO THE PROJECT This form must be completed and ed to the Purchasing Department at Minnesota Statutes, Section 16C.285, subdivision 5. If a prime contractor or any subcontractor retains additional subcontractors on the project after submitting its verification of compliance, the prime contractor or subcontractor shall obtain verifications of compliance from each additional subcontractor with which it has a direct contractual relationship and shall submit a supplemental verification confirming compliance with subdivision 3, clause (7), within 14 days of retaining the additional subcontractors. NAMES OF ADDITIONAL SUBCONTRACTORS (Legal name of company as registered with the Secretary of State) Company Address Work To Be Performed See AIA A201 General Conditions of the Contract for Construction, 2007 Edition as modified by the University, Subsections and 5.3.2, for further information regarding additional subcontractors. University Project Number: xx-xxx-xx-xxxx Page 30 of 31

31 Certification By signing this document I am certifying that I am an owner or officer of the contractor and am verifying under oath that all subcontractors that the contractor intends to use to perform project work have verified to the contractor through a signed statement under oath by an owner or officer that they meet the Minimum Criteria in Minnesota Statutes, Section 16C.285. Contractor Company Name Date Authorized Signature of Owner or Officer Printed Name Title State of ) ) County of ) Signed and sworn to before me on, 20, by the of Signature of notarial officer Title (and Rank) Commission Expiration Date University Project Number: xx-xxx-xx-xxxx Page 31 of 31

Construction Manager @ Risk Request for Proposal ( RFP ) Insert Project Name University Project Number: xx-xxx-xx-xxxx

Construction Manager @ Risk Request for Proposal ( RFP ) Insert Project Name University Project Number: xx-xxx-xx-xxxx Construction Manager @ Risk Request for Proposal ( RFP ) Insert Project Name University Project Number: xx-xxx-xx-xxxx Insert RFP Issue Date Throughout this RFP Respondent or you means the prime firm responding

More information

NOW, THEREFORE, THE BOARD OF COMMISSIONER FOR THE COUNTY OF ALAMANCE DOTH ORDAIN:

NOW, THEREFORE, THE BOARD OF COMMISSIONER FOR THE COUNTY OF ALAMANCE DOTH ORDAIN: ORDINANCE FOR THE ESTABLISHMENT OF ALAMANCE COUNTY MINORITY BUSINESS ENTERPRISE (MBE) OUTREACH PLAN AND GUIDELINES FOR RECRUITMENT AND SELECTION OF MINORITY BUSINESSES WHEREAS, the Board of Commissioners

More information

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School Carmel Unified School District Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School January 4, 2016 1 NOTICE REGARDING PREQUALIFICATION FOR BLEACHER AND PRESSBOX

More information

GUIDELINES FOR RECRUITMENT AND SELECTION OF MINORITY BUSINESSES FOR PARTICIPATION IN STATE CONSTRUCTION CONTRACTS

GUIDELINES FOR RECRUITMENT AND SELECTION OF MINORITY BUSINESSES FOR PARTICIPATION IN STATE CONSTRUCTION CONTRACTS GUIDELINES FOR RECRUITMENT AND SELECTION OF MINORITY BUSINESSES FOR PARTICIPATION IN STATE CONSTRUCTION CONTRACTS In accordance with G.S. 143-128.2 (effective January 1, 2002) these guidelines establish

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

SHORT FORM For Use by presently certified firms.

SHORT FORM For Use by presently certified firms. Economic Development Department Minority and Women-Owned Business Enterprise Certification Application SHORT FORM For Use by presently certified firms. M/WBE Certification Application, Short Form Rev.

More information

CULVER CITY UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS. May 21, 2015

CULVER CITY UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS. May 21, 2015 I. BACKGROUND AND OVERVIEW PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS May 21, 2015 The Culver City Unified School District ( District ), is prequalifying contractors to perform construction

More information

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

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

More information

DOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO

DOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO Date of Bid: DOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO In response to the Advertisement for Bids for the following public work: PIER 26 SOUTH BULKHEAD

More information

16 LC 34 4725 A BILL TO BE ENTITLED AN ACT

16 LC 34 4725 A BILL TO BE ENTITLED AN ACT House Bill 712 By: Representatives Bruce of the 61 st, Smyre of the 135 th, Marin of the 96 th, Dukes of the 154 th, Dawkins-Haigler of the 91 st, and others A BILL TO BE ENTITLED AN ACT 1 2 3 4 5 6 7

More information

Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS. October 19, 2015

Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS. October 19, 2015 Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS October 19, 2015 The Morgan Hill Unified School District ( District ) has determined that contractors on future

More information

Chapter 200 1999 EDITION. Disadvantaged, Minority, Women and Emerging Small Business Enterprises

Chapter 200 1999 EDITION. Disadvantaged, Minority, Women and Emerging Small Business Enterprises Chapter 200 1999 EDITION Disadvantaged, Minority, Women and Emerging Small Business Enterprises GENERAL PROVISIONS 200.005 Definitions for ORS 200.005 to 200.075 200.015 Legislative findings 200.025 Advocate

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

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

REQUEST FOR QUOTES (RFQ)

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

More information

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

OAKLAND UNIFIED SCHOOL DISTRICT FOR LOCAL FIRST TIER SUBCONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS

OAKLAND UNIFIED SCHOOL DISTRICT FOR LOCAL FIRST TIER SUBCONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS OAKLAND UNIFIED SCHOOL DISTRICT FOR LOCAL FIRST TIER SUBCONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS THIS QUESTIONNAIRE MUST BE PRINTED ON BLUE PAPER OAKLAND UNIFIED SCHOOL DISTRICT

More information

PITTSBURG UNIFIED SCHOOL DISTRICT

PITTSBURG UNIFIED SCHOOL DISTRICT PITTSBURG UNIFIED SCHOOL DISTRICT New Construction and Modernization Projects PRE-QUALIFICATION PROGRAM QUESTIONNAIRE FOR PROJECTS $20 MILLION AND OVER TABLE OF CONTENTS PAGE NO. GENERAL INFORMATION.......i

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

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101413B PROJECT TITLE: Communication Access Real Time Translation and Open Captioning Transcription

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

BID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and

BID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and KNOW ALL MEN BY THESE PRESENTS, that I/We as Principal, hereinafter called Contractor, and BID BOND a corporation duly organized or authorized to do business under the laws of the State of Nevada and the

More information

CONTRACTORS STATE LICENSE BOARD Blanket Performance and Payment Bond Approved Final Text

CONTRACTORS STATE LICENSE BOARD Blanket Performance and Payment Bond Approved Final Text CONTRACTORS STATE LICENSE BOARD Blanket Performance and Payment Bond Approved Final Text California Code of Regulations Title 16, Division 8 Article 6. Bonds 858. Blanket Performance and Payment Bond Defined

More information

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AGREEMENT

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AGREEMENT MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AGREEMENT This MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AGREEMENT ( Agreement ) is entered into as of, 20, by and among ( General Contractor ), having

More information

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald LYNBROOK UNION FREE SCHOOL DISTRICT DISTRICT ADMINISTRATION OFFICES 111 ATLANTIC AVENUE LYNBROOK NY 11563 Tel: (516) 887-0258 Fax: (516) 887-6597 Dr. Melissa Burak Superintendent of Schools Dr. Paul Lynch

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

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

THE TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY Disabled Veteran Business Enterprise (DVBE) Participation Requirement

THE TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY Disabled Veteran Business Enterprise (DVBE) Participation Requirement Disabled Veteran Business Enterprise (DVBE) Participation Requirement I. STATEMENT OF DVBE PARTICIPATION GOAL REQUIREMENT State law requires that state agencies make efforts to achieve a goal of three

More information

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

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

More information

Request for 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

Rule 14-79.006, F.A.C. 275-030-071 EQUAL OPPORTUNITY 06/10 Page 1 of 10 STATE OF FLORIDA. Mail Completed Forms To:

Rule 14-79.006, F.A.C. 275-030-071 EQUAL OPPORTUNITY 06/10 Page 1 of 10 STATE OF FLORIDA. Mail Completed Forms To: Page 1 of 10 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION TALLAHASSEE, FLORIDA APPLICATION FOR SMALL BUSINESS CERTIFICATION (SBC) Mail Completed Forms To: FAMU 2035 East Paul Dirac Drive Suite 130, Morgan

More information

REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL

REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL ISSUED: JUNE 21, 2016 PROPOSALS DUE: AUGUST 22, 2016 CITY OF RIVERSIDE

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Purchasing Director REQUEST FOR E-QUOTE NUMBER: 15RD99627B PROJECT TITLE: Barracuda Web App Firewall 460Vx Support and Licenses Information

More information

COUNTY OF UNION, NEW JERSEY

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

More information

Small Business Enterprises (SBE) Certification Application

Small Business Enterprises (SBE) Certification Application Small Business Enterprises (SBE) SBE Certification Program Information and Application Mission Statement: The Office of Business Opportunity is committed to creating a competitive and diverse Business

More information

CONTRACTOR S BID FOR PUBLIC WORK FORM 96. PART I (To be completed for all bids. Please type or print)

CONTRACTOR S BID FOR PUBLIC WORK FORM 96. PART I (To be completed for all bids. Please type or print) State Form 52414 (06-09) Prescribed by State Board of Accounts Form No. 96 (Revised 2009) CONTRACTOR S BID FOR PUBLIC WORK FORM 96 PART I (To be completed for all bids. Please type or print) Date: Insert

More information

WASHINGTON COUNTY, BOARD OF COUNTY COMMISSIONERS

WASHINGTON COUNTY, BOARD OF COUNTY COMMISSIONERS WASHINGTON COUNTY, BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSALS FOR EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM CONSULTING SERVICES NOTICE IS HEREBY GIVEN that the

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

MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS

MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS DRAFT for Discussion Only 8.22.14 THIS MASTER GRANT CONTRACT, and amendments and supplements thereto, is between the State

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

THE GLOCESTER SCHOOL DEPARTMENT Request for Proposals G-2015-01 Architectural Services RIDE 5 Year Capital Plan

THE GLOCESTER SCHOOL DEPARTMENT Request for Proposals G-2015-01 Architectural Services RIDE 5 Year Capital Plan The Glocester School Department is accepting sealed proposals for Architectural Services RIDE 5 Year Capital Plan. Proposals for Architectural Services -RIDE 5 Year Capital Plan are due at the Treasurer

More information

SAN BERNARDINO MOUNTAINS COMMUNITY HEALTHCARE DISTRICT

SAN BERNARDINO MOUNTAINS COMMUNITY HEALTHCARE DISTRICT SAN BERNARDINO MOUNTAINS COMMUNITY HEALTHCARE DISTRICT CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE 1 PRE-QUALIFICATION QUESTIONNAIRE 000 CONTACT INFORMATION Firm Name: Check One: Corporation (as it appears

More information

May 2013. This document is not a public record. Amador Water Agency

May 2013. This document is not a public record. Amador Water Agency Gravity Supply Line Project PRE-QUALIFICATION QUESTIONNAIRE May 2013 Amador Water Agency 12800 Ridge Road Sutter Creek, California 95686 Phone:(209) 257-5222 Fax:(209) 257-5295 INVITATION TO PRE-QUALIFY

More information

NEW JERSEY ADMINISTRATIVE CODE Copyright 2015 by the New Jersey Office of Administrative Law

NEW JERSEY ADMINISTRATIVE CODE Copyright 2015 by the New Jersey Office of Administrative Law Page 1 NEW JERSEY ADMINISTRATIVE CODE Copyright 2015 by the New Jersey Office of Administrative Law *** This file includes all Regulations adopted and published through the *** *** New Jersey Register,

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

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

... 10 ... 2 ... 4 ... 8 ... 9 ... 11

... 10 ... 2 ... 4 ... 8 ... 9 ... 11 ... 1... 2... 4... 8... 9... 10... 11... 11 SHA Solicitation No. 811326 Page 1 of 14 SHA Solicitation No. 811326 Page 2 of 14 SHA Solicitation No. 811326 Page 3 of 14 SHA Solicitation No. 811326 Page 4

More information

PREQUALIFICATION QUESTIONNAIRE

PREQUALIFICATION QUESTIONNAIRE PREQUALIFICATION QUESTIONNAIRE BAW&G/WHW/JWF/172861.2 Revision Date: 01-14/14 1 Contractor Prequalification Package CONTACT INFORMATION Firm Name: Check One: Corporation (as it appears on license) Partnership

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

ADDENDUM 5 TO IFB 5212-BC UNLV UCC DORMITORY COMPLEX HUGHES AND FAIMAN HALLS HVAC AND ROOFING REPLACEMENT. University of Nevada, Las Vegas

ADDENDUM 5 TO IFB 5212-BC UNLV UCC DORMITORY COMPLEX HUGHES AND FAIMAN HALLS HVAC AND ROOFING REPLACEMENT. University of Nevada, Las Vegas ADDENDUM 5 TO IFB 5212-BC UNLV UCC DORMITORY COMPLEX HUGHES AND FAIMAN HALLS HVAC AND ROOFING REPLACEMENT University of Nevada, Las Vegas Purchasing Department 4505 Maryland Parkway Las Vegas, Nevada 89154-1033

More information

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

Retaining Wall Replacement at the Currituck County Veterans Memorial Park CONTRACT DOCUMENTS FOR Retaining Wall Replacement at the Currituck County Veterans Memorial Park Coinjock, NC May 24, 2016 NOTICE TO BIDDERS Bids will be received until 4:00 pm on June 17, 2016 at the

More information

CITY OF HIGH POINT. Minority-owned, Woman-owned, Disadvantaged-owned Outreach Plan and Guidelines

CITY OF HIGH POINT. Minority-owned, Woman-owned, Disadvantaged-owned Outreach Plan and Guidelines CITY OF HIGH POINT Minority-owned, Woman-owned, Disadvantaged-owned Outreach Plan and Guidelines Municipal Office Building 211 South Hamilton Street High Point, North Carolina OUTREACH PLAN AND GUIDELINES

More information

RESIDENTIAL REAL ESTATE AGENT SERVICES FOR NEIGHBORHOOD STABILIZATION PROGRAM

RESIDENTIAL REAL ESTATE AGENT SERVICES FOR NEIGHBORHOOD STABILIZATION PROGRAM Mark A. Cowart Chief Information Officer DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING 2222 M Street Merced, CA 95340 (209) 385-7331 (209) 725-3535 Fax www.co.merced.ca.us Equal Opportunity Employer

More information

$&71R SENATE BILL NO. 1105 (SUBSTITUTE FOR SENATE BILL 812 BY SENATOR SCHEDLER)

$&71R SENATE BILL NO. 1105 (SUBSTITUTE FOR SENATE BILL 812 BY SENATOR SCHEDLER) Regular Session, 2001 $&71R SENATE BILL NO. 1105 (SUBSTITUTE FOR SENATE BILL 812 BY SENATOR SCHEDLER) BY SENATOR SCHEDLER AN ACT To enact Part XXV of Chapter 1 of Title 22 of the Louisiana Revised Statutes

More information

REQUEST FOR COMPETITIVE SEALED PROPOSALS STADIUM IMPROVEMENTS, DATA CENTER PROJECT AND/OR BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD

REQUEST FOR COMPETITIVE SEALED PROPOSALS STADIUM IMPROVEMENTS, DATA CENTER PROJECT AND/OR BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD REQUEST FOR COMPETITIVE SEALED PROPOSALS BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD The Dripping Springs Independent School District ( DSISD or the District ) is requesting Competitive

More information

GEORGIA UNIFORM CERTIFICATIO PROGRAM Section 1: CERTIFICATION INFORMATION

GEORGIA UNIFORM CERTIFICATIO PROGRAM Section 1: CERTIFICATION INFORMATION GEORGIA UNIFORM CERTIFICATIO PROGRAM Section 1: CERTIFICATION INFORMATION A. Prior/Other Certifications Is your firm currently certified for DBE any of the following programs? (If Yes, check appropriate

More information

INFORMATION FOR ASBESTOS HANDLING LICENSE APPLICANTS

INFORMATION FOR ASBESTOS HANDLING LICENSE APPLICANTS STATE OF NEW YORK > DEPARTMENT OF LABOR DIVISION OF SAFETY AND HEALTH LICENSE AND CERTIFICATE UNIT BUILDING 12, ROOM 161 STATE CAMPUS ALBANY, NY 12240 (518) 457>2735 GENERAL INFORMATION INFORMATION FOR

More information

BOROUGH OF KENILWORTH

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

More information

MINORITY/WOMEN BUSINESS ENTERPRISE CERTIFICATION PROCEDURES

MINORITY/WOMEN BUSINESS ENTERPRISE CERTIFICATION PROCEDURES Minority/Women Contracting MINORITY/WOMEN BUSINESS ENTERPRISE CERTIFICATION PROCEDURES PROCEDURES FOR ASSURANCE OF BONA FIDE MINORITY/WOMEN BUSINESS ENTERPRISE PARTICIPATION IN THE M/WBE PROGRAM I. General

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101910B PROJECT TITLE: Motorola Radio Batteries Sheriff Department DUE DATE: 3/14/2016 WILL

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

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

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

More information

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m. DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2009 Achievement of Excellence in Procurement Award National Purchasing Institute Cecil S. Moore, Director REQUEST FOR QUOTE NUMBER: 10RD75957YB

More information

PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM. (Statutory authority: Executive Law, 200, 369-i[5])

PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM. (Statutory authority: Executive Law, 200, 369-i[5]) PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM Sec. (Statutory authority: Executive Law, 200, 369-i[5]) 252.1 Definitions. 252.2 State agency responsibilities: purpose, scope and applicability.

More information

CITY OF JERSEY CITY REQUEST FOR PROPOSALS: AUDITING SERVICES: FORENSIC AUDIT OF FINANCIAL ACTIVITIES OF PROPERTY OWNER GRANTED PILOT AGREEMENT

CITY OF JERSEY CITY REQUEST FOR PROPOSALS: AUDITING SERVICES: FORENSIC AUDIT OF FINANCIAL ACTIVITIES OF PROPERTY OWNER GRANTED PILOT AGREEMENT CITY OF JERSEY CITY REQUEST FOR PROPOSALS: AUDITING SERVICES: FORENSIC AUDIT OF FINANCIAL ACTIVITIES OF PROPERTY OWNER GRANTED PILOT AGREEMENT SUBMISSION DEADLINE: 4:00 p.m. November 13, 2013 ADDRESS ALL

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

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

CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS

CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS 7-1 CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS The "Public Purchasing Law" applies to every expenditure of public funds by a governmental body, unless specifically

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

HADDONFIELD PUBLIC SCHOOLS ONE LINCOLN AVENUE HADDONFIELD, NJ 08033 Phone: 856-429-4130, X 215 Fax: 856-429-6015

HADDONFIELD PUBLIC SCHOOLS ONE LINCOLN AVENUE HADDONFIELD, NJ 08033 Phone: 856-429-4130, X 215 Fax: 856-429-6015 HADDONFIELD PUBLIC SCHOOLS ONE LINCOLN AVENUE HADDONFIELD, NJ 08033 Phone: 856-429-4130, X 215 Fax: 856-429-6015 REQUEST FOR PROPOSALS FOR SCHOOL DISTRICT HEALTH INSURANCE BROKER SERVICES Notice is hereby

More information

Project Name: Project No.: CONTRACTOR BID FORM. BID FROM: Name: Address:

Project Name: Project No.: CONTRACTOR BID FORM. BID FROM: Name: Address: This bid form must be filled out but is for MPOWER processing purposes only. It does not replace the contractors bid. Your contractors bid should additionally be attached. Project Name: Project No.: CONTRACTOR

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Interim Director REQUEST FOR E-QUOTE NUMBER: 16FB101644C PROJECT TITLE: Electronic Signature Pads DEPARTMENT: Finance DUE DATE: March

More information

APPLICATION FOR NATIONAL EXAMINATION IN MARITAL & FAMILY THERAPY

APPLICATION FOR NATIONAL EXAMINATION IN MARITAL & FAMILY THERAPY Minnesota Board of Marriage and Family Therapy 2829 University Avenue SE, Suite 400 Minneapolis, MN 55414-3222 Telephone: (612) 617-2220 Fax: (612) 617-2221 Email: mft.board@state.mn.us Website: www.bmft.state.mn.us

More information

REQUEST FOR PROPOSALS FOR LEGAL SERVICES

REQUEST FOR PROPOSALS FOR LEGAL SERVICES ROCHESTER SCHOOLS MODERNIZATION PROGRAM - PHASE 2 REQUEST FOR PROPOSALS FOR LEGAL SERVICES The Rochester Joint Schools Construction Board, on behalf of Rochester Schools Modernization Program, is seeking

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL for BANKING SERVICES BOROUGH OF CALDWELL Prepared by: Borough of Caldwell 1 Provost Square Caldwell, NJ January 26, 2016 Borough of Caldwell County of Essex State of New Jersey NOTICE

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

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

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

REQUEST FOR PROPOSALS GENERAL PLANNING CONSULTANT SERVICES RFP #16-01 http://www.pinellascounty.org/mpo/gpcrfp.htm

REQUEST FOR PROPOSALS GENERAL PLANNING CONSULTANT SERVICES RFP #16-01 http://www.pinellascounty.org/mpo/gpcrfp.htm REQUEST FOR PROPOSALS GENERAL PLANNING CONSULTANT SERVICES RFP #16-01 http://www.pinellascounty.org/mpo/gpcrfp.htm 1. Purpose The Pinellas Planning Council (PPC) and Pinellas County Metropolitan Planning

More information

1. Provide advice and opinions regarding workers compensation issues, as needed;

1. Provide advice and opinions regarding workers compensation issues, as needed; Town of West New York Requests Proposals ( RFP ) From Law Firms Interested in Serving as Workers Compensation Counsel for the Town of West New York For the Period January 1, 2016 through December 31, 2016

More information

REQUEST FOR PROPOSALS: Internet Access Service. For: Peach County School District (BEN: 127431)

REQUEST FOR PROPOSALS: Internet Access Service. For: Peach County School District (BEN: 127431) REQUEST FOR PROPOSALS: Internet Access Service For: Peach County School District (BEN: 127431) Project Objectives: 1.0 Objective: Peach County Schools is seeking qualified responses for a managed 100.0

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The County of Bergen will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in this

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

NAME AND LOCATION OF BUSINESS ORGANIZATION (PLACE OF PERFORMANCE)

NAME AND LOCATION OF BUSINESS ORGANIZATION (PLACE OF PERFORMANCE) ANL-70A (November 30, 2015) REPRESENTATIONS AND CERTIFICATIONS THE OFFEROR/BIDDER REPRESENTS AND CERTIFIES THAT: (check or complete all applicable sections) 1.A. NAME AND LOCATION OF BUSINESS ORGANIZATION

More information

COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ 08108 REQUEST FOR PROPOSAL

COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ 08108 REQUEST FOR PROPOSAL COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ 08108 REQUEST FOR PROPOSAL A. PURPOSE: The Collingswood Board of Education is seeking proposals from qualified respondents as follows: Board

More information

Bond Form Commentary and Comparison

Bond Form Commentary and Comparison Bond Form Commentary and Comparison AIA Document A310 2010, Bid Bond, and AIA Document A312 2010, Performance Bond and Payment Bond INTRODUCTION Since the first publication of The Standard Form of Bond

More information

IRVINE UNIFIED SCHOOL DISTRICT. 100 Nightmist Irvine, California 92618 (949) 936-5317 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

IRVINE UNIFIED SCHOOL DISTRICT. 100 Nightmist Irvine, California 92618 (949) 936-5317 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 100 Nightmist Irvine, California 92618 (949) 936-5317 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Irvine Unified School District ( District ) has determined that bidders on an annual basis must

More information

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009 DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2008 Achievement of Excellence in Procurement Award National Purchasing Institute Jerome Noble, Director REQUEST FOR QUOTE NUMBER: 09RD65575YB

More information

AUSTIN COMMUNITY COLLEGE DISTRICT (ACC) SMALL BUSINESS DEVELOPMENT PROGRAM SBDP FORM A - SLBE PARTICIPATION COMMITMENT. Name of Offeror/Proposer:

AUSTIN COMMUNITY COLLEGE DISTRICT (ACC) SMALL BUSINESS DEVELOPMENT PROGRAM SBDP FORM A - SLBE PARTICIPATION COMMITMENT. Name of Offeror/Proposer: AUSTIN COMMUNITY COLLEGE DISTRICT (ACC) SMALL BUSINESS DEVELOPMENT PROGRAM SBDP FORM A - SLBE PARTICIPATION COMMITMENT Name of Offeror/Proposer: Address: Contracting Agency/Owner: Contract (Project) Title

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

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

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

More information

CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP)

CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP) Michigan Department Of Transportation 5100B (05/13) CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP) Page 1 of 2 REQUISITION NUMBER DUE DATE TIME DUE MDOT PROJECT MANAGER JOB

More information

COUNTY OF LOS ANGELES OFFICE OF SMALL BUSINESS/PTAC

COUNTY OF LOS ANGELES OFFICE OF SMALL BUSINESS/PTAC COUNTY OF LOS ANGELES OFFICE OF SMALL BUSINESS/PTAC CBE Policy It is the policy of the County of Los Angeles Board of Supervisors that minority, women, disadvantaged and disabled veteran business enterprises

More information

TOWNSHIP OF BERKELEY HEIGHTS

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

More information

FIRST AMENDMENT TO AGREEMENT. This First Amendment to the Design Professional Services Agreement for the MBC

FIRST AMENDMENT TO AGREEMENT. This First Amendment to the Design Professional Services Agreement for the MBC FIRST AMENDMENT TO AGREEMENT This First Amendment to the Design Professional Services Agreement for the MBC Additional Biosolids Storage Silos (Contract No. H084253) dated March 10, 2009 [Agreement], is

More information

PROFESSIONAL ENGINEERING SERVICES FOR HURRICANE IRENE HAZARD MITIGATION GRANT PROGRAM (HMGP) FOR ELEVATION

PROFESSIONAL ENGINEERING SERVICES FOR HURRICANE IRENE HAZARD MITIGATION GRANT PROGRAM (HMGP) FOR ELEVATION REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES FOR HURRICANE IRENE HAZARD MITIGATION GRANT PROGRAM (HMGP) FOR ELEVATION September 22, 2014 TABLE OF CONTENTS REQUEST FOR QUALIFICATIONS

More information

BOROUGH OF LITTLE SILVER COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL / QUALIFICATIONS BOROUGH ATTORNEY

BOROUGH OF LITTLE SILVER COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL / QUALIFICATIONS BOROUGH ATTORNEY BOROUGH OF LITTLE SILVER COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL / QUALIFICATIONS BOROUGH ATTORNEY Sealed proposals will be received by the Borough Administrator/Clerk of the Borough

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

NC General Statutes - Chapter 44A Article 3 1

NC General Statutes - Chapter 44A Article 3 1 Article 3. Model Payment and Performance Bond. 44A-25. Definitions. Unless the context otherwise requires in this Article: (1) "Claimant" includes any individual, firm, partnership, association or corporation

More information

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

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

More information