HELENA SCHOOL DISTRICT #1 General Contractor/Construction Manager Statement of Qualifications for Specific Projects
|
|
- Cora Ray
- 5 years ago
- Views:
Transcription
1 HELENA SCHOOL DISTRICT #1 General Contractor/Construction Manager Statement of Qualifications for Specific Projects INTRODUCTION Helena Public Schools (Owner), is seeking a qualified General Contractor/Construction Manager (GC/CM) firm to undertake preconstruction and construction services for the new construction of three elementary schools at Jim Darcy Elementary School, Central Elementary School, and Bryant Elementary School, as well as, technology and security upgrades in all K-8 schools. Owner intends to enter into a GC/CM Contract with the selected GC/CM firm that will include Preconstruction Services, identification of a GC/CM Fee and Fixed Costs for General Conditions Work, with provisions for adding Construction Services through acceptance of a Guaranteed Maximum Price (GMP) by contract amendment. The amendment would include construction services through completion of the project. Alternatively, the Owner may, at its sole discretion, choose not to continue the GC/CM Contract beyond the completion of preconstruction activities and then solicit bids from qualified contractors for the construction of the Project. When selected, the GC/CM will function as part of a team composed of the Owner, and/or Owner s Representative(s), Architect(s) and others as determined by the Owner. This Request for Qualifications (RFQ) shall not commit the Owner to enter into any agreement, to pay any expenses incurred in preparation of any response to this request, or to procure or contract for any supplies, goods, or services. The Owner reserves the right to accept or reject any and all responses received as a result of this RFQ if it is in the Owner s best interest to do so. By offering to perform services under this Procurement, the GC/CM firm agrees to be bound by the laws of the state of Montana, and including, but not limited to, applicable wage rates, payments, gross receipts taxes, building codes, equal opportunity employment practices, safety, etc. 1. PROJECT NAME AND LOCATION a. Jim Darcy Elementary School, 990 Lincoln Rd W, Helena, MT b. Central Elementary School, 402 N Warren St, Helena, MT c. Bryant Elementary School, 1529 Boulder Ave, Helena, MT d. Technology and Security Upgrades for all K-8 schools i. Warren Elementary School, 2690 York Rd, Helena, MT ii. Rossiter Elementary School, 1497 Sierra Rd E, Helena, MT iii. Four Georgians Elementary School, 555 Custer Ave, Helena, MT iv. Broadwater Elementary School, 900 Hollins Ave, Helena, MT v. Kessler Elementary School, 2420 Choteau Ave, Helena, MT 59601
2 vi. Hawthorne Elementary School, 430 Madison Ave, Helena, MT vii. Jefferson Elementary School, 1023 Broadway, Helena, MT viii. Smith Elementary School, th Ave, Helena, MT ix. Lincoln Elementary School, 1335 Poplar St, Helena, MT x. Ray Bjork Learning Center, th Ave, Helena, MT xi. C R Anderson Middle School, 1200 Knight St, Helena, MT xii. Helena Middle School, 1025 N Rodney St, Helena, MT PROJECT DESCRIPTION In order to achieve the District s goal of replacing aging schools and providing 21 st Century learning environments, the proposed projects and upgrades include: a. New construction of a 500 student capacity school at Jim Darcy Elementary b. New construction of a student capacity school at Central Elementary c. New construction of a 350 student capacity school at Bryant Elementary d. Technology and best practice security upgrades for all K-8 schools. Upgrades may include but are not limited to; i. Upgraded communication systems ii. Magnetic doors iii. Classroom/office security shades iv. Keyless entry v. Administration office relocation/reconfiguration The normal school term calendar will be active during design and construction periods. It is anticipated the new school projects will be completed and ready by August 2019 while the K-8 technology and security upgrades will be completed over the course of the next two years. It is anticipated the construction will be procured as one general contract under the alternative delivery method utilizing the GC/CM process. The Owner is seeking funding, and the project is contingent on, a successful bond election scheduled for May 2, 2017 for $63,000,000. The project budget is intended to cover all costs associated with providing a complete and fully-functional facility, including surveys, design and consultant services, construction, utility connections, site work and landscaping, testing, code reviews, supervisory fees, furniture/fixtures, and equipment (FF&E), signage, project contingencies, and building technology infrastructure. The Owner has published a request for Statement of Qualifications for architects.
3 3. ANTICIPATED SELECTION SCHEDULE Request for Qualifications date: District Point of Contact: See Item 13 Due date for Statement of Qualifications: Anticipated Interview date(s): to Submission for Board Approval: 4. SCOPE OF PRECONSTRUCTION SERVICES On or before March 2017 Board Meeting Each firm submitting a Statement of Qualifications shall propose a maximum preconstruction services fee. Preconstruction services will be provided on a cost reimbursement basis up to the stated maximum. The specific scope of preconstruction services will be negotiated prior to signing the final GC/CM contract, based on the proposer s input as well as the owner s requirements. In general, services are anticipated to include the following: a. Immediate availability to provide cost estimating and scheduling services in coordination with the design team and Owner; b. Participation in all design, coordination, and building committee meetings; c. Review of all designs for constructability; d. Work with the Owner and design team on phasing, scheduling and other strategies to complete this scale of project in a compressed summer timetable; e. Coordination and gathering of input from subcontractors regarding constructability; f. Review and cost evaluation at each phase and step of design taking into consideration schedule, phasing and market conditions; g. Consult with, advise, assist, and provide recommendations to the Owner and design team on all aspects of the planning and design of the work; h. Provide information, estimates, schemes, and participate in decisions regarding construction materials, methods, systems, phasing, sustainability and costs to assist in determinations which are aimed at providing the highest quality building, constructed using the most sustainable construction materials and practices, within the budget and schedule; i. Review in-progress design and construction documents and provide input and advice on construction feasibility, alternative materials, costs and availability; j. Review completed design and construction documents prior to subcontractor/supplier bidding/selection and suggest modifications to improve completeness and clarity and to eliminate construction change requests due to inconsistencies or omissions in the construction documents; k. Provide input to the Owner and the design team regarding construction market bidding climate, status of key subcontract markets, and other relevant economic conditions; l. Recommend and actively source labor and material resources necessary to complete the project construction;
4 m. Provide input to the Owner and the design team regarding long lead time materials and equipment impact on the construction schedule and strategies for mitigating the impact; n. Prepare construction cost estimates for the Project at the schematic, design development and construction document design phases and, if appropriate, at other times throughout of the work; o. Notify the Owner and design team immediately if construction cost estimates appear to be exceeding the construction budget, and reconcile each cost estimate with the Architect s cost estimate, if required; p. Furnish a final construction cost estimate for the Owner s review and approval; q. Develop a preliminary construction schedule; r. Prepare detailed and well organized bid packages with coordination from Owner, Architect, and design team. s. Manage bid package amendments, coordinate and communicate to bidding community any revisions made to packages; t. Advertise, manage and obtain bids per trade for the Owner s review, unless otherwise approved by Owner in order to meet resourcing requirements, per GC/CM Contract. Self-performed work must be bid against at least two subcontractors; u. Lead and manage bid package opening and tally results for review; and, v. If necessary, upon execution of an Early Work Amendment, undertake early material procurement, site preparation and advance construction work. 5. SCOPE OF CONSTRUCTION SERVICES It is anticipated the GMP will be the 100% Construction Document/Bidding Phase. The established GMP will be the maximum amount paid for the construction of the facility unless scope changes are requested and approved by the Owner. Acceptance of the GMP by contract amendment will constitute completion of preconstruction services and the GMP Amendment will initiate the construction period services for the project. At the time of execution of any Early Work Amendment and the GMP Amendment, the GC/CM will be required to submit a 100% Performance Bond and 100% Labor and Material Bond for the amount of the Early Work and/or GMP. The Owner retains the option to terminate the preconstruction services at any time and start a new process for procurement of the project, or terminate the contract and negotiate a replacement contract with the next highest rated proposer from this solicitation. Reference to The State of Montana Wage Rates/Schedule incorporated in this RFQ is provided for informational purposes only. Full text for rates and compliance can be found on the State of Montana, Department of Labor website at: The selected GC/CM(s) will be required to comply (as a minimum allowable rate schedule) with those Rates adopted and effective at the time of signing the GMP Agreement/Amendment.
5 6. SELECTION PROCESS The District process for selecting the GC/CM to perform the services as outlined in this Request for Qualifications will be as follows: a. Selection Committee The District will appoint a Selection Committee made up of District personnel and outside professionals to review and evaluate the Statements of Qualifications submitted by the GC/CM. Interviews will be held with the proposed teams if deemed necessary by the selection committee. Staff who will be managing and working on the project will be expected to attend and participate in the interview. b. Fee Proposal and Negotiation The selected team will be recommended to the Board of Trustees. Upon approval, the selected firm will be contacted to provide a fee proposal. Should negotiations on the consulting fee not result in a satisfactory agreement; the Board of Trustees will choose another team. c. Contract Award The Board of Trustees will approve awarding a contract to the selected team. 7. EVALUATION PROCESS To qualify for consideration, submitted Statements of Qualifications must comply with the mandatory requirements provided below. Statements of Qualifications that do not contain the required documentation will be deemed nonresponsive to this RFQ and will be rejected on that basis. The GC/CM shall submit all required documentation by the response date of this RFQ request. All information will be evaluated and rated in a manner that best serves the interests of the District. Past performance, critical personnel and equipment, scheduling and pricing are all areas of significant importance. The GC/CM will be selected based on a complete Statement of Qualifications, overall merit proposal, information contained in responses, references, and information obtained from any other reliable source. The District intends to evaluate and award a contract for the project without conducting discussions. However, the District reserves the right to conduct discussions if determined by the District to be in the best interest of the District at any time leading up to contract award. As such, respondents are encouraged to provide their best possible pricing initially as Final Proposal Revisions may not be requested. 8. QUALIFICATION CONDITIONS a. Bonding Capacity (Prerequisite) The GC/CM firm is required to have the bonding capacity for this project. The GC/CM firm must have a single-project bonding capacity of $63 million at the time of the RFQ. Please note, bonding capacity is a requirement and if not met, the GC/CM firm will not be selected. i. Provide aggregate bonding program amount. ii. Provide bonding company and agent, with phone and contact information; iii. Provide Years of relationship with bonding company If less than 5 years, or not your exclusive source, name all others used in the last 5 years; and,
6 If less than 5 years, or not your exclusive source, provide additional explanation regarding any transitions or changes. iv. In the last ten years, has the GC/CM firm (if you answer yes, provide full explanation): b. Safety (Prerequisite) Had an Owner claim against Performance Bond? Been terminated by on a project? Been declared in default on a project? Paid liquidated damages due for delay in delivery of project? Taken legal action or dispute resolution proceedings of any kind against an Owner. i. Provide incidence rate, experience modification rate, and loss ratio. Include any safety violations or incidences in the last five years. An incidence rate greater than the latest average for non-residential building construction as established by the federal Bureau of Labor Statistics (BLS) for the prior year, or an experience modification rating (EMR) greater than 1.0, or a loss ratio of more than 100% may result in immediate disqualification on this item. ii. Provide your firm s number of employees for BLS s most recent reporting period. iii. An explanation may be submitted for incident rate, EMR, and/or loss ratio greater than those listed here for further consideration by the Owner. The Owner reserves the sole right to waive the pass/fail requirement if, in the Owner s sole judgment, sufficient justification exists for any explanation provided. The Owner also reserves the right to request additional information and/or clarification on this item but is not obligated to do so prior to making its determination on whether or not to waive the requirement. c. Firm Information, Experience and Work Load i. Provide evidence of valid and current Montana Contractor Registration. (Prerequisite) ii. Describe the firm s history. Include information identifying the firm s annual volume of business and firm s stability in the market place. iii. Identify any special capabilities, technology and techniques that may be appropriate to this project. iv. Describe the firm s experience with projects of similar size, type, and complexity and firm s capacity to act as GC/CM on: Similar projects equivalent to $63 million construction value. Include: contact information for the owners and designers familiar with your work on each project. Also include photographs of the projects referenced, if possible.
7 Elementary or similar K-12 projects. Include contact information for the owners and designers familiar with your work on each project. Identify strategies the firm employs to secure adequate labor and resources in order to fully complete the project on time. Provide the status or current workload within the firm in terms of duration and magnitude for the timeline anticipated for this project. Provide the information overlaid on the design and construction phases identified for this project. Provide detailed contact information for the Owner and Architect for the last five (5) contracts completed by your firm, as well as two (2) current projects underway. d. The Project Team i. Provide the names of the individuals that will be assigned to this project. Include project management, field management, superintendent(s), estimators, project engineers, etc. ii. How will these personnel participate in; Preconstruction/Design Construction Contract administration Conflict Mitigation Safety Sustainability iii. For each team member: Describe their responsibility on this Project and their primary office location. Describe their experience and how it is relevant to this project with specific experience on projects of similar type, size and scope. Indicate, by percentage, the time commitment for each team member, available to this project during the Preconstruction and construction phases. Will they be assigned full time? If not, what portion of their time (as a percentage) will be utilized on this project? What other projects are they presently assigned to and for what duration? Identify their length of employment with your firm and, if less than three years, prior firm(s). Provide references with contact information for each team member s last three projects in a similar role. Note: A key personnel clause will be included in the GC/CM contract. This clause will require the project team for the selected GC/CM firm identified in this proposal to be fully and completely engaged to the extent stipulated throughout the duration of this project, except for
8 catastrophic events (termination of employment, illness, accident, death). e. Project Management and Approach Describe the firm s ability to, i. Integrate in to the design team` ii. Manage estimates during design phase iii. Assist the designers with; quality of the project documents, constructability, alternative methods and products iv. Safely build a quality building on time and within budget v. Maintain good relations with the contracting community vi. Approach to planning, phasing, and scheduling the construction work vii. Track progress against the schedule during construction viii. Effective project communication How do you ensure this project will get appropriate response from the subcontracting community? f. GC/CM Specific Information i. List experience with the GC/CM process and associated duties including Preconstruction services, Project estimates, Project schedules, Bid Packages and effective Value Engineering practices. ii. For the most recent GC/CM projects, include the preconstruction estimate provided by your firm at each phase of design (SD, DD, and CD) of the given projects identified in (c.) (iv.) above as compared to executed GMP for each. iii. Show the Preconstruction services fee and average hours of Preconstruction services related to a projects budgets and provide the design duration for each. iv. Provide a preliminary project budget for construction on this project* *The proposed construction budget should be based on the information provided in this RFQ. The amount of the budget will not be scored but is a tool for the selection committee to see budgeting techniques and the proposing firm s approach to budgeting this particular project. v. Provide a proposed project schedule, delineating recommended milestones during design noting any critical path and/or proposed phasing packages** **The GC/CM shall confirm in the proposal the project schedule is realistic and attainable or provide suggested modifications. The proposal shall also include the means and methods to be employed by the GC/CM for achieving and monitoring the schedule for accuracy, completeness and effectiveness.
9 g. Proposed Fees and Costs i. Preconstruction Services Fee Provide your firm s Preconstruction Services Fee as a maximum, notto-exceed amount for this Project, together with hourly rates or other basis of compensation. Cost of this work is to be paid on a cost-reimbursement basis up to the stated maximum. This fee is for the services described in the Scope of Preconstruction Services section. A zero-dollar or token Preconstruction Services Fee on proposals is unacceptable. Firms are encouraged to provide a realistic fee for the level of services described in this RFQ. ii. GC/CM Fee (profit and overhead) Provide your firm's GC/CM Fee as a percentage of the Estimated Cost of Work for this Project. For this purpose, assume Estimated Cost of Work (ECoW) to be $63 million. The ECoW includes the project design/construction contingency. iii. General Conditions Costs Complete the attached, Guaranteed Maximum Cost for Reimbursable expenses for General Conditions (GMCR) worksheet to indicate the firm s proposed guaranteed maximum costs covering general conditions. Please fill in all lines with dollar estimates. It is the Owner s intention to use these estimates as a basis for a contractual maximum-fixed cost for General Conditions. For the basis of GC/CM selection and to make the owner s selection more fair, please use the following information to determine firm s GMCR s Construction Estimated Cost of the Work - $63 million Construction duration new school projects to be complete by August 2019, single shift, to achieve substantial completion Include project executive, project manager, on-site project foreman, project engineer, office support staff*** ***Note: The selection team cannot negotiate any of the fees listed here or the GMCR s, unless they pertain to scope of work changes. Information submitted on this RFQ response will be what is scored. The parameters above are an attempt to create an equal basis for an evaluation of each firm s GMCR s. Please take the time to ensure the GMCR s are an accurate representation of the costs for the project. If some personnel are identified as being in the GC/CM fee, the Owner will evaluate that accordingly.
10 iv. Method of Adjustment The proposal shall include the method of adjustment for owner-directed changes in the work, expressed as a percentage of the cost of the work to be added (i.e. mark-up for overhead and profit). v. Sub-Contractor Mark-up The proposal shall include a limit on sub-contractor overhead and profit (OH&P) for increase of its portion of the Work for owner-directed changes, expressed as a percentage of the Cost of the Work to be added Note: Owner s analysis of fees and costs: The ECoW and GMCR will be multiplied by the firm s GC/CM Fee percentage then added to the proposed General Conditions Costs and Preconstuction Services Fee to provide an overall cost comparison among the firms. (this comparison is only one factor in how the selection committee may score this portion of the RFP) GMP = $4,000,000 + GMCR + [GC/CM Fee * ($4,000,000 + GMCR)] Caution: Firms shall NOT propose any form of donations, contributions, gifts, assistance, or offsets to the project or the District or that could have the appearance of such. Pricing will be evaluated to determine reasonableness and evaluate potential performance risks. In this context, reasonableness may be determined by comparing offered prices with the initial budget study or other critical factors. Pricing will be evaluated as either reasonable or unreasonable. The District reserves the right to cancel the RFQ and re-solicit via another mechanism should a fair and reasonable price not be achieved or reasonableness of price cannot be determined. 9. SELECTION OF SUBCONTRACTORS AND SUPPLIERS Selection of subcontractors and suppliers shall be performed in a manner to be determined, after selection of the GC/CM and at the appropriate stage/phase of the design and construction process. Major subcontractors (e.g. abatement, demolition, mechanical, electrical) may be selected by the GC/CM on a prequalification/performance basis in conjunction with the Owner, Architect, and Engineers, as appropriate. Pricing and contracts may be awarded to qualified subcontractors on a low cost or best value basis. It should be noted that major subcontractor input may be desired during the design phase of the project in order to achieve the best value for the Owner. 10. BONDING For any on-site construction work started prior to the executed amendment for GMP, the GC/CM will be required to submit performance and payment bonds in total of the cost of the work progressively. The District will require the successful GC/CM(s) to provide a performance and payment bond in the amount of 100% of the final established value of the work.
11 11. COMPLIANCE WITH LAWS The Contractor must, in performance of work under this contract, fully comply with all applicable federal, state or local laws, rules, regulations, including the Montana Human Rights Act, Civil Rights Act of 1964, the Age Discrimination Act of 1975 and the American with Disabilities Act of Any subletting or subcontracting by the Contractor subjects Subcontractors to the same provisions. In accordance with section , MCA, the Contractor agrees that the hiring of persons to perform the contract will be made on the basis of merit and qualifications and there will be no discrimination based upon race, color, religion, creed, political ideas, sex, age, marital status, physical or mental disability, or national origin by the persons performing under the contract. 12. INSURANCE - WORK ON A DISTRICT FACILITY The contractor agrees to secure and maintain insurance from an insurance company (or companies) authorized to write insurance in the State of Montana, with minimum A.M. Best Rating of A-, as will protect the contractor and the Owner and their agents and employees from claims for bodily injury, or property damage which may arise from operations and completed operations performed by the Contractor on behalf of the Owner. The contractor shall not commence work under this Agreement until such insurance has been obtained and certificates of insurance showing liability and workers compensation coverage for all jobs done for the district on an annual basis has been filed with Bozeman School District. Said certificate shall show the Owner added as an additional insured on the below referenced policies. The contractor agrees to protect, defend, and save harmless the Owner from and against all claims, demands, causes of action of any kind or character, include the cost of defense thereof, on account of bodily or personal injuries, death, or damage to property arising out of their activities on behalf of the Owner resulting from the negligent acts or omissions of the Subcontractor s agents, employees, representatives, assigns or subcontractors under this agreement. All insurance coverage shall remain in effect throughout the life of the Agreement, except that the Contractor shall maintain the Commercial General Liability Policy including product and completed operations coverage for a period of at least two years following the substantial completion date for property damage resulting from occurrences during the agreement period. The limits of liability for the insurance required shall provide coverage for not less than the following amounts: a. Workers Compensation i. State Statutory ii. Employer s Liability $ 1,000, b. Subcontractor s Liability Insurance shall also include completed operations and product liability coverage. i. General Aggregate $3,000, ii. Products-Completed Operations Aggregate $ 3,000, iii. Personal and Advertising $ 2,000,000.00
12 iv. Each Occurrence $ 2,000, c. Coverage will include: i. Premises Operations ii. Operations of Independent Subcontractor iii. Contractual Liability iv. Personal Injury v. Products and Completed Operations d. Automobile Liability i. Combined Single Limit $ 2,000, ii. Coverage to Include: All Owned Autos Hired Autos Non-Owned Autos e. The Subcontractor s insurance coverage shall name Helena School District as an additional insured under Commercial General Liability and Automobile Liability f. The Subcontractor s insurance shall maintain a provision that it s insurance coverage shall be primary and the district s insurance coverage shall not contribute 13. SUBMITTAL OF INFORMATION a. Please submit an electronic version in PDF format and four (4) copies of the written response to this RFQ no later than 4:00 p.m. on February 10, 2017 to: Helena School District #1 Superintendent Office May Butler Center 55 South Rodney Helena MT b. Please address all questions and contacts regarding this RFQ in to: c. Statements of Qualification must: Jack Copps Superintendent 55 South Rodney Helena MT (406) jcopps@helenapublicschools.org cc. sbender@helenapublicschools.org i. Follow the format outlined in the Selection Procedure above. ii. Be signed by an officer or principal of your firm.
13 iii. Be contained in a document not to exceed 15 pages total (single or doublesided pages) including whatever pictures, charts, graphs, tables, and text the firm deems appropriate to be part of the review of the firm's qualifications. A separate transmittal letter is exempted from the page limit. Page size is limited to 8-l/2 x 11 inches, with basic text information no smaller than 12- point type. Project schedules may be submitted in addition to the page limit. iv. Include the following Guaranteed Maximum Cost for Reimbursable Expenses (GMCR) for General Conditions, and which is exempt from page limit in line item (3) above.
14 GUARANTEED MAXIMUM COST FOR REIMBURSABLE EXPENSES FOR GENERAL CONDITIONS CONSTRUCTION OF FACILITIES FOR HELENA PUBLIC SCHOOLS List the following Guaranteed Maximum Cost for Reimbursable (GMCR) expenses for General Conditions. All lines are to be completed by listing one of the following: 1. The dollar amount to be reimbursed. 2. Included in Fee if included in GC/CM Fee = IIF 3. By Owner if required but not included in GMP, GC/CM Fee or GMCR = BO 4. Not Required if the GC/CM determines that the service is not required for the project = NR 5. Cost of the Work if the GC/CM determines that an item will be issued in a later bid pack = COW The total of these costs shall constitute the Guaranteed Maximum Cost for Reimbursable (GMCR). 100 Personnel/Organization Quantity Unit Unit Price GMC 1 Project Executive 2 Project Manager 3 Assistant Project Manager 4 Estimator 5 Project Engineer I 6 Project Engineer II 7 Project Superintendent 8 Business Manager 9 Secretary 10 Clerk 11 Other 12 Other 13 Other Subtotal
15 200 All Office (Home & Field) Supplies and Expenses Quantity Unit Unit Price GMC 1 Office and Eng. Supplies 2 Office Equipment - Rent or Depreciation 3 Office Equipment Purchase 4 Photo Copy 5 Blueprints - Printing 6 Photos 7 Computer Equipment 8 FAX Charges 9 Telephones Charges 10 Cell Phone Charges 11 Radios 12 Postage 13 Other Subtotal 300 Field Office Rental Quantity Unit Unit Price GMC 1 Rent 2 Transport, Set-Up and Dismantle 3 Power 4 Water 5 Maintenance/Janitorial 6 Heat 7 Phone/Data 8 Toilet facilities Subtotal
16 400 Professional Services Quantity Unit Unit Price GMC 1 Design/Engineering 2 Data Processing 3 Consulting Fees and Expenses 4 Legal Expense 5 Project Scheduling 8 Other 9 Other Subtotal
17 500 Project Transportation/Travel Quantity Unit Unit Price GMC 1 General Automotive 2 Trucks including fuel and automobile liability insurance 3 On-site transports 4 Other 5 Other 6 Other 7 Other 8 Other Subtotal 600 Miscellaneous Expenses Quantity Unit Unit Price GMC 1 Home Office Management Expenses 2 Cash Discounts Earnings 3 Advertising 4 Home Office Accounting 5 Association Fees 6 Performance & Payment Bonds 7 Permits 8 Commercial General Liability, umbrella, OCP premiums attributable to this specific project; 9 As Built Documents provided to A/E 10 Close-out Information 11 O&M Manuals (3 sets) 12 Safety/First Aid 13 Continuous Clean-up
18 14 Rubbish Removal 15 Final Clean-up 16 Punch List 17 Temporary Protection 18 Site Fencing 19 Other 20 Other Subtotal Total Guaranteed Maximum Cost for Reimbursed Expenses - END OF THIS REQUEST FOR PROPOSAL -
Helena Public Schools. Helena, MONTANA REQUEST FOR QUALIFICATIONS FOR GENERAL CONTRACTOR/CONSTRUCTION MANAGER SERVICES FOR
Helena Public Schools P a g e 1 Helena Public Schools Helena, MONTANA REQUEST FOR QUALIFICATIONS FOR GENERAL CONTRACTOR/CONSTRUCTION MANAGER SERVICES FOR ALTERNATIVE PROJECT DELIVERY FOR NEW CENTRAL ELEMENTARY
More informationREQUEST FOR QUALIFICATIONS FOR GENERAL CONTRACTOR/CONSTRUCTION MANAGER SERVICES FOR ALTERNATIVE PROJECT DELIVERY FOR THE CONSTRUCTION OF A NEW LIBRARY
Missoula Public Library P a g e 1 REQUEST FOR QUALIFICATIONS FOR GENERAL CONTRACTOR/CONSTRUCTION MANAGER SERVICES FOR ALTERNATIVE PROJECT DELIVERY FOR THE CONSTRUCTION OF A NEW LIBRARY September 2015 Missoula
More informationWILLIAMS COUNTY HIGHWAY COMPLEX REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT-RISK. January 2nd, PO Box E.
WILLIAMS COUNTY HIGHWAY COMPLEX REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT-RISK January 2nd, 2014 PO Box 2047 205 E. Broadway Williston, ND 58802 1 TABLE OF CONTENTS INSTRUCTIONS TO RESPONDENTS
More informationAdvertising Services Agreement
Advertising Services Agreement THIS ADVERTISING SERVICES AGREEMENT ( Agreement ) is made and entered into this 23rd day of May, 2011, by and between Montana s Custer Country, a Montana nonprofit corporation,
More informationARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029
CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San
More informationGlacier Country Tourism Request for Proposal for Professional Photography Services
Glacier Country Tourism Request for Proposal for Professional Photography Services Introduction Glacier Country Tourism (GCT), a 501(c) (6) non-profit organization, is seeking to obtain paid services with
More informationRequest For Qualifications Construction Management at Risk
Request For Qualifications Construction Management at Risk DAVIE COUNTY HIGH SCHOOL REPURPOSING PROJECT SOLICITATION: REC-2018-020 Representative for RFQ: Brad Blackwelder bblackwelder@daviecountync.gov
More informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL For Construction Manager as Constructor for Tri-North Middle School Response Due: April 2, 2018, 1:00 pm MCCSC Service Building 560 E. Miller Drive Bloomington, IN 47401. REQUEST FOR
More informationAGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES
AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE
More informationRequest for Proposal (RFP) For Plat book Printing
Request for Proposal (RFP) For Plat book Printing Posting Date: May 23, 2012 Response Deadline: June 8, 2012 4:00 p.m. Central Standard Time (CST) To: John Lefebvre Marinette County Land Information Director
More informationREQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR
SANTA BARBARA UNIFIED SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR Multi-Purpose Building Renovation Projects at Harding University Partnership School and Roosevelt
More informationREQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA
REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA The City of San Mateo Public Works Department hereby requests proposals from qualified firms to provide
More informationOREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor)
OREGON STATE UNIVERSITY CM/GC CONTRACT (Construction Manager/General Contractor) THE CONTRACT IS BETWEEN: OWNER: Oregon State University And CONSTRUCTION MANAGER/ GENERAL CONTRACTOR (referred to as Contractor
More informationRFQ McMinnville School District REQUEST FOR QUALIFICATIONS FOR GENERAL CONTRACTORS FOR SCHOOL DISTRICT CONSTRUCTION PROJECTS
RFQ 2016-11 McMinnville School District REQUEST FOR QUALIFICATIONS FOR GENERAL CONTRACTORS FOR SCHOOL DISTRICT CONSTRUCTION PROJECTS 279C.430 Prequalification of general contractors Closing Date: November
More informationWest Hartford Housing Authority Request for Proposals (RFP) HQS Services
I. INTRODUCTION The West Hartford Housing Authority (WHHA) is seeking proposals from qualified Housing Quality Standard inspection firms (Proposers) to perform HQS inspections of its Housing Choice Vouchers
More informationRequest for Qualifications
Request for Qualifications Barry County Sheriff s Department/Jail Facility and Commission on Aging Facility Consulting Services Barry County 220 W. State St. Hastings, Michigan 49058 Prepared By: Michael
More informationRequest for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion
Page 1 of 11 Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion The Town of Wilton (the Town) will receive sealed qualifications
More informationREQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO
REQUEST FOR PROPOSAL For 21c Roof Replacement PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO PPLD RFP # 490-18-05 The Pikes Peak Library District (PPLD) invites qualified Roofing Contractors (The Company
More informationNotice of Request for Proposals
REGIONAL PLANNING COUNCILS Southwest Florida Regional Planning Council RFP for New Market Coordinator Notice of Request for Proposals SOUTHWEST FLORIDA REGIONAL PLANNING COUNCIL REQUEST FOR PROPOSALS Professional
More informationFAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES
FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES The Fayette County School District (FCSD) desires to retain the services of a professional Construction
More informationRFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493
RFP NO: 2017-03 REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 Advertisement for Request for Proposals CITY OF SOUTH BAY RFP NO: 2017-03
More informationPORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES
PORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES The Port of South Whidbey ( Port ), Freeland, Washington is accepting Statements of Qualifications
More informationNotice of Request for Proposals
REGIONAL PLANNING COUNCILS Southwest Florida Regional Planning Council RFP for Agriculture Marketing Strategy Notice of Request for Proposals SOUTHWEST FLORIDA REGIONAL PLANNING COUNCIL REQUEST FOR PROPOSALS
More informationAGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES
AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES THIS AGREEMENT is made by and between the School District, a political subdivision of the State of California ("DISTRICT"), and, a California corporation,
More informationREQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1
A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The
More informationREQUEST FOR QUALIFICATIONS
REQUEST FOR QUALIFICATIONS The Lorain County Board of Commissioners is seeking proposals from qualified interested parties to serve as CONSTRUCTION MANAGER for the review of bidding documents, contract
More informationCOWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER
REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under
More informationState College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01
State College Area School District 131 West Nittany Avenue State College, PA 16801-4899 REQUEST FOR PROPOSAL RFP #2010/11-01 RFP Title: Labor Negotiator Release of RFP: July 28 2010 Due Date: September
More informationConstruction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.
Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Contractor Address Address City, Zip Work Phone Number: Cell Phone Number:
More informationCOUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017
COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT Date of Issue: September 25, 2017 Due Date for Proposal: October 6, 2017 COUNTY OF WISE, VA REQUEST
More informationRFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)
Request for Proposals t o provide Janitorial Services Residence Halls RFP-18111 Due Date Proposal Submissions March 8, 2018 by 3:00 p.m. MANDATORY Pre-Proposal Meeting March 1, 2018 @ 2:00 p.m. in New
More informationRegional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No.
Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE REQUEST FOR PROPOSALS - Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES Regional School
More informationTown of West Yellowstone
Town of West Yellowstone Engineering Services Request for Qualifications I. INTRODUCTION AND PURPOSE OF REQUEST The Town of West Yellowstone located in Gallatin County, hereinafter referred to as the Town,
More informationSAN DIEGO CONVENTION CENTER CORPORATION
SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:
More informationPANAMA-BUENA VISTA UNION SCHOOL DISTRICT
Panama-Buena Vista Union School District KEVIN SILBERBERG, ED.D. BOARD OF TRUSTEES District Superintendent Linda S. Brenner Dean Haddock, Psy.D. 4200 Ashe Road Cheryl Palla Bakersfield, CA 93313 Dolores
More informationRequest for Bid/Proposal
Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu
More informationRequest for Qualifications for General Contractors. 8th & Cooper Multi-use Project
Request for Qualifications for General Contractors The 8 th & Cooper Ownership Group is seeking qualifications from General Contractors to provide both preconstruction and construction services for the
More informationRequest for Proposal
Central Whidbey Island Fire & Rescue 1164 Race Road Coupeville, WA 98239 Professionalism Integrity Compassion Excellence (360) 678-3602 www.cwfire.org Request for Proposal Fire Station Planning and Design
More informationNOW, THEREFORE, THE BOARD OF TRUSTEES OF THE TWIN RIVERS UNIFIED SCHOOL DISTRICT DOES HEREBY RESOLVE, DETERMINE, AND ORDER AS FOLLOWS:
RESOLUTION NO. 652 RESOLUTION OF THE BOARD OF TRUSTEES OF THE TWIN RIVERS UNIFIED SCHOOL DISTRICT APPROVING THE AWARD OF PRECONSTRUCTION SERVICES CONTRACT AND LEASE-LEASEBACK CONSTRUCTION CONTRACT FOR
More informationHUNTERSVILLE GATEWAY APPROX 327 HUNTERSVILLE GATEWAY DR HUNTERSVILLE, NC ABC STORE # 22
REQUEST FOR QUALIFICATIONS (RFQ) For ARCHITECTURAL/ENGINEERING SERVICES FOR THE MECKLENBURG COUNTY ALCOHOLIC BEVERAGE CONTROL BOARD HUNTERSVILLE GATEWAY APPROX 327 HUNTERSVILLE GATEWAY DR HUNTERSVILLE,
More informationSERVICE AGREEMENT CONTRACT NO.
SERVICE AGREEMENT CONTRACT NO. THIS SERVICE AGREEMENT dated 20 between STOCKTON UNIVERSITY (the "UNIVERSITY") and (the SERVICE PROVIDER ), with a business address at. 1.1 Services. ARTICLE 1 SCOPE OF SERVICES
More informationREQUEST FOR PROPOSALS FLOOD DEBRIS REMOVAL
REQUEST FOR PROPOSALS 19-409-01 FLOOD DEBRIS REMOVAL INTENT: It is the Intent of this Request for Proposal to solicit competitive sealed proposals for debris removal caused by local flooding event. The
More informationREQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP
REQUEST FOR PROPOSALS FOR PROFESSIONAL CONSULTING SERVICES RFP 252018 Town of Scarborough P.O. Box 360 259 U.S. Route One Scarborough, Maine 04070-0360 Released on April 12, 2018 Proposals Due on May 7,
More informationRequest for Qualifications
Request for Qualifications Needs Assessment and Feasibility Study For New El Centro Public Library Facility Release Date: January 22, 2015 Contact Information: City of El Centro Community Services Department
More informationRequest For Proposal (RFP) for
Charter Township of Canton Request For Proposal (RFP) for DIGITAL MEDIA AND AUDIO VISUAL SERVICES Contact: Dave Harris Phone: 734 394-5274 E-mail: dave.harris@canton-mi.org Date Issued: 5/24/2018 Due Date
More informationROCKY HILL PUBLIC SCHOOLS REQUEST FOR PROPOSALS FOR AUDITING SERVICES. June 30, 2018
S FOR June 30, 2018 Rocky Hill Public Schools Audit RFP.doc Page # 1 TABLE OF CONTENTS I. INTRODUCTION A. General Information B. Term of Engagement II. DESCRIPTION OF THE SCHOOL DISTRICT A. General B.
More informationRequest for Qualifications (RFQ)
Snohomish County Fire Protection District No. 21 Request for Qualifications (RFQ) ARCHITECTURAL/ENGINEERING CONSULTING SERVICES FOR New Fire Station Snohomish County Fire Protection District No. 21 District
More informationFor. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director
Yakima Valley Libraries 102 North Third Street Yakima, WA 98901 Request for Statement of Qualifications (SOQ) For Remodel of Sunnyside Community Library 621 Grant Sunnyside, WA 98944 Notice is hereby given
More informationREQUEST FOR PROPOSAL Compensation Consulting
REQUEST FOR PROPOSAL Compensation Consulting Request for Proposal Classification and Compensation Study and Analysis I. Purpose of Request The City of XXXX is seeking proposals from qualified consultants
More informationRequest for Fee Proposals (RFFP) Progressive Design-Build Services. New High School
Request for Fee Proposals (RFFP) Progressive Design-Build Services New High School Issaquah School District February 12, 2018 TABLE OF CONTENTS 1. INTRODUCTION 2. PROJECT OVERVIEW 3. APPLICATION OF FEE
More informationREQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSAL. For. Energy Performance Engineering/Consulting Services. For The. CREC Magnet Schools
REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSAL For Energy Performance Engineering/Consulting Services For The CREC Magnet Schools CREC RFP #2017-0815 Issue Date: SEP 22, 2017 Written Responses Due: OCT
More informationProposal Response Date: March 18, 2019, at 1:00p.m.
CONSULTANT SERVICES Architectural & Engineering Design Services Tracey Elementary & West Rocks Middle School Cafeteria and Kitchen Improvements Norwalk Public Schools REQUEST FOR PROPOSAL Proposal Response
More informationLA Law Library Request for Proposal Commercial Property and Casualty Insurance Agent / Broker Services
LA Law Library Request for Proposal Commercial Property and Casualty Insurance Agent / Broker Services GENERAL INFORMATION The LA Law Library ( Library ) is seeking an appropriate and qualified expert
More informationREQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER. New Combined Court Facility In Montezuma County
REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER New Combined Court Facility In Montezuma County 12/11/2015 Prepared by: Montezuma County 109 W. Main, Room 302 Cortez, CO 81321 Melissa
More informationRequest for Quote Date: March 29, 2018
Request for Quote Date: March 29, 2018 FROM: City of Gainesville Attn: Theresa L. Dyer, Housing Coordinator Department: Community Development Telephone: 770-538-4944 P.O. Box 2496 Fax: 770-297-7826 Gainesville,
More informationEASTERN OREGON UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor)
EASTERN OREGON UNIVERSITY CM/GC CONTRACT (Construction Manager/General Contractor) THIS CONTRACT IS BETWEEN: OWNER: Eastern Oregon University And CONSTRUCTION MANAGER/ GENERAL CONTRACTOR (referred to as
More informationALL TERRAIN SLOPE MOWER
Cecil County Government Purchasing Department Bid #13-14 ALL TERRAIN SLOPE MOWER CECIL COUNTY GOVERNMENT: DEPARTMENT OF PUBLIC WORKS SOLID WASTE DIVISION CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE
More informationREQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES
REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.
More informationRequest for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services
Request for Qualifications RFQ 19-001 Continuing Services Contracts for Professional Engineering Services City of Winter Garden 300 West Plant Street Winter Garden, FL 34787 (407) 656-4111 LEGAL ADVERTISEMENT
More informationRequest for Qualifications Construction Management-at-Risk FOOTBALL OPERATIONS FACILITY State Project # H MJ Feb. 9, 2016
University of South Carolina Request for Qualifications Construction Management-at-Risk FOOTBALL OPERATIONS FACILITY State Project # H27-6114-MJ Feb. 9, 2016 It is the intention of the University of South
More informationREQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm
REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm NOTE: OUR ADDRESS HAS CHANGED TO 69 STATE STREET, 8 th Fl., ALBANY, NY 12207
More informationST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES
ST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES PURPOSE: To provide financial advisory services on a broad array of public financial activities for both specific projects and day-to-day
More informationBAKER LAKE WATER REMOVAL, DEBRIS REMOVAL AND RESTORATION PROJECT FALLON COUNTY, MONTANA REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES
BAKER LAKE WATER REMOVAL, DEBRIS REMOVAL AND RESTORATION PROJECT FALLON COUNTY, MONTANA REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES BAKER LAKE WATER REMOVAL, DEBRIS REMOVAL & RESTORATION PROJECT
More informationRENEWABLE WATER RESOURCES
RENEWABLE WATER RESOURCES Purchasing Department 561 Mauldin Road Greenville, South Carolina 29607 REQUEST FOR QUALIFICATION For Indefinite Delivery Contract Construction Services For Process (WRRFs) and
More informationREQUEST FOR PROPOSALS (RFP) CONSTRUCTION MANAGER AS CONSTRUCTORS LAWRENCE POLICE DEPARTMENT HEADQUARTERS
April 12, 2018 REQUEST FOR PROPOSALS (RFP) CONSTRUCTION MANAGER AS CONSTRUCTORS LAWRENCE POLICE DEPARTMENT HEADQUARTERS I. Authority The City of Lawrence is seeking a Construction Manager as Constructor
More informationREQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES
REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES INTRODUCTION A. Overview The Sullivan County Land Bank Corporation ( SCLBC ) is issuing this Request for Qualifications ("RFQ") to obtain Accounting
More informationCONSTRUCTION MANAGER AGREEMENT BETWEEN THE UNIVERSITY OF ROCHESTER AND. Insert CM Firm. Insert Name of Project. Insert Project Number
CONSTRUCTION MANAGER AGREEMENT BETWEEN THE UNIVERSITY OF ROCHESTER AND Insert CM Firm Insert Name of Project Insert Project Number University of Rochester Planning and Project Management 271 East River
More informationREQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018
REQUEST FOR QUALIFICATIONS For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018 San Joaquin County Department of Public Works 1810 East Hazelton
More informationREQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018
REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 RETURN PROPOSALS TO: Rhetta Hogan Finance Department City of Yreka 701 Fourth Street Yreka, CA 96097 DEADLINE FOR
More informationTOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES
TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.
More informationREQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC
REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC This is a Federally Funded project. The Surveyor and Subcontractors on this project must comply with HUD contract provisions 24CFR
More informationTOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation
TOWN OF BERLIN VERMONT July 7, 2015 Request for Proposal Landscape Design and Installation Table of Content PART 0- INSTRUCTIONS TO THE BIDDERS 2 INVITATION TO BID 2 THE DATE OF SOLICITATION: 2 THE PROJECT:
More informationRequest for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation
Request for Proposal #2036 Orange Coast College Exterior Lighting Energy Efficiency Project Implementation I. NOTICE A. Statement of Proposal NOTICE IS HEREBY GIVEN that Coast Community College District
More informationRequest for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services
Request for Qualifications RFQ #13-001 Continuing Services Contracts for Professional Engineering Services City of Winter Garden 300 West Plant Street Winter Garden, FL 34787 (407) 656-4111 LEGAL ADVERTISEMENT
More informationSIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES
Cecil County Government Purchasing Department Bid #13-13 SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE
More informationRequest for Proposal General Ledger Software
Request for Proposal General Ledger Software Date of Issue: August 12, 2013 Proposals must be received by: September 13, 2013, 5 p.m. CST 1 I. INFORMATION ABOUT THE VILLAGE Located approximately 14 miles
More informationRFP NAME: AUDITING SERVICES
REQUEST FOR PROPOSAL RFP Number # RV070806 RFP NAME: AUDITING SERVICES The City of San Jose Housing Department is seeking qualifications from individuals and firms interested in providing professional
More informationSubmit proposals electronically to:
REQUEST FOR PROPOSAL Property Management Services Notice is hereby given that proposals will be accepted by Hartnell Community College District until 3:00 p.m., Pacific Time, on Friday, February 19, 2016
More informationCity of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services
City of Jeffersontown Request for Qualifications ON-CALL Electrical Services Table of Contents Request of Qualifications I. Invitation and Instructions to Interested Firms II. III. IV. General Provisions
More informationCONSTRUCTION MANAGEMENT SERVICES FOR A NEW AUTOMOTIVE BUILDING AND VARIOUS PROJECTS THRU FY 17 LAKES REGION COMMUNITY COLLEGE LACONIA, NH
LRC14-07CM CONSTRUCTION MANAGEMENT SERVICES FOR A NEW AUTOMOTIVE BUILDING AND VARIOUS PROJECTS THRU FY 17 LAKES REGION COMMUNITY COLLEGE LACONIA, NH Project LRC14-07CM MARCH 24, 2014 LRC14-07CM Construction
More informationTelemetry Upgrade Project: Phase-3
Telemetry Upgrade Project: Phase-3 Cedar River Water & Sewer District is soliciting Statements of Qualifications from interested consulting engineering firms capable of providing Telemetry/SCADA Engineering
More informationARTICLE 8: BASIC SERVICES
THE SCOPE OF SERVICES ADDED BY THIS AMENDMENT IS FOR A CM AT RISK PROJECT ONLY. THE SCOPE OF SERVICES SPECIFIED BELOW INCLUDES ARTICLES 8.1, 8.3, 8.4, 8.5, 8.6, 8.7 AND 8.8. THE SERVICES SPECIFIED IN ARTICLE
More informationINDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.
SPECIFICATIONS AND BID FORMS FOR INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883 BID: #16-007- BOE Due on
More informationRequest for Proposal # Grinding and Processing Services for Yard/Pallet Waste
Request for Proposal #2019-020 Grinding and Processing Services for Yard/Pallet Waste Due Date: October 23, 2018 Time: 2:00 pm Receipt Location: Government Building 500 N. Main Street, Suite #709 Administrative
More informationSECTION GENERAL CONTRACTOR/CONSTRUCTION MANAGER (GC/CM) AGREEMENT TABLE OF CONTENTS ARTICLE 1 DEFINITIONS... 2
SECTION 00 50 00 GENERAL CONTRACTOR/CONSTRUCTION MANAGER (GC/CM) AGREEMENT TABLE OF CONTENTS ARTICLE 1 DEFINITIONS... 2 ARTICLE 2 THE CONTRACT DOCUMENTS... 3 ARTICLE 3 WORK OF THIS CONTRACT... 4 ARTICLE
More informationWESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT
SPECIFICATIONS AND BID FORMS FOR WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883. BID: #15-013 BOE Due on
More informationThe Liberia Annual Conference Monrovia, Liberia. REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR
The Liberia Annual Conference Monrovia, Liberia REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR NEW RESIDENTIAL TWO-STORY CLASSROOM BUILDING AND VOCATIONAL SCHOOL
More informationREQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER SERVICES DICKINSON PUBLIC SCHOOL DISTRICT NO. 1 DICKINSON, NORTH DAKOTA
REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER SERVICES NEW MIDDLE SCHOOL 212,000 SQUARE FEET DICKINSON PUBLIC SCHOOL DISTRICT NO. 1 DICKINSON, NORTH DAKOTA November 25, 2014 1. INTRODUCTION: Dickinson
More informationJefferson. Street) V. Wood. their interest in that alter any. specification or o
REQUEST FOR QUALIFICA ATIONS (RFQ/P) FOR AN A/E CONSULTANT Lewis Palmer School District #38 PO Box 40 (146 Jefferson Street) Monument CO 80132 PROPOSAL DUE DATE/DELIVERY REQUIREMENTS 4:00 PM March 21,,
More informationRequest for Proposal
San Mateo County Mosquito and Vector Control District Request for Proposal Professional Auditing Services Date of Issuance: December 8, 2017 Submittal Deadline: January 19, 2018 4:00 PM 1 I. INTRODUCTION
More informationLEGAL SERVICES RFP # AUGUST 13, 2018
LEGAL SERVICES RFP #2018-27 AUGUST 13, 2018 Electronic Submittals are due by 4:30 PM on September 5, 2018 The EVERETT HOUSING AUTHORITY is soliciting proposals for Licensed Professional Legal Services.
More informationRequest for Proposals
Request for Proposals Release Date: April 6, 2018 Proposal Deadline: April 19, 2018 6:00 p.m. Central Time Potential Consultant Interviews April 25-30, 2018 Central Time TBD Page 2 of 10 PROJECT INFORMATION
More informationREQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )
REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO (PPLD RFP #490-16-01) Pikes Peak Library District ( PPLD ) invites qualified
More informationREQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES
REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals
More informationNEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)
Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,
More informationTOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES
TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES I. PROJECT DESCRIPTION Town of Pembroke Park, Florida ( Town ) is soliciting proposals from interested accounting
More informationSUBCONTRACTOR/SUPPLIER QUALIFICATION STATEMENT
35 S. 100 E. American Fork, UT 84003 PHONE: (801) 766-3233 FAX: (801) 766-3240 SUBCONTRACTOR/SUPPLIER QUALIFICATION STATEMENT We appreciate the recent interest you have expressed in being added to Acadian
More information2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.
Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City
More informationRequest for Qualifications RFQ # Continuing Services Contracts for Professional Surveying Services
Request for Qualifications RFQ #18-001 Continuing Services Contracts for Professional Surveying Services City of Winter Garden 300 West Plant Street Winter Garden, FL 34787 (407) 656-4111 LEGAL ADVERTISEMENT
More informationDrexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation
This is a form agreement for discussion purposes only. It does not constitute a binding offer or contract of Drexel University until all of the terms have been approved and this agreement is executed by
More information