REQUEST FOR QUOTATION # 08-RFQ/BPA-BF-036 Blanket Purchase Agreement (BPA) for Architectural Services TITLE:

Size: px
Start display at page:

Download "REQUEST FOR QUOTATION # 08-RFQ/BPA-BF-036 Blanket Purchase Agreement (BPA) for Architectural Services TITLE:"

Transcription

1 REQUEST FOR QUOTATION # 08-RFQ/BPA-BF-036 Blanket Purchase Agreement (BPA) for COMPANY NAME: ADDRESS: TELEPHONE NO.: SIGNATURE: TITLE: DATE:

2 June 2, 2008 RE: Request for Quotation (RFQ) #08-Q-BF-036 Dear Quoters: This is an invitation for you to submit a quotation for at the Walter E. Washington Convention Center (WCCA). WCCA is seeking to establish a Blanket Purchase Agreement for. A Blanket Purchase Agreement is an agreement under which a contractor or vendor agrees to provide good and or services to a purchaser on a demand basis; the agreement generally establishes prices, terms, conditions, and the period covered. Your quotation shall be in accordance with the attached Statement of Work. Attached for your consideration is the format draft for the Blanket Purchase Agreement. This solicitation is designated only for certified Small Business Enterprise (SBE) Offerors with the primary NIGP Code for and Engineering Services. Your quotation shall be in accordance with the attached specifications for work. In addition, you must be able to start work within two (2) weeks after notice to proceed with work. Qualifications and price proposal must be submitted to this office no later than 12 Noon, EST, Monday, June 23, 2008 or earlier in accordance the RFQ. Your cost/price proposal should reflect the labor categories and rates necessary to accomplish the tasks listed in the SOW and all Other Direct Costs (ODCs) if applicable shall be shown for the specified period of performance. Your quotation must be signed by an official authorized to bind the offeror, and must contain a statement that the proposal is firm for a period of at least ninety (90) days from date of submittal. Submittal of proposals is to Washington Convention Center, Attn: Brenda Fuller, Senior Contract Specialist, Office of Contracts and Procurement, 801 Mount Vernon Place, NW, Washington, DC RFQ/BPA-BF

3 The Quotes shall be accepted between the hours of 8:30 AM and 5:30 PM, EST Monday through Friday, excluding Holidays. Should you have any questions, please contact me at (202) or via Sincerely, Brenda Fuller Senior Contracts Specialist Enclosures Request for Quotation Draft Blanket Purchase Agreement RFQ/BPA-BF

4 REQUEST FOR QUOTATION # 08-RFQ/BPA-BF-036 Blanket Purchase Agreement (BPA) for A Scope of Requirement Quote Form A.1 The Washington Convention Center Authority (WCCA) is seeking to establish a Blanket Purchase Agreement to obtain qualified contractors to provide. Prospective offerors shall propose to provide all required services specified in this solicitation. You may set forth additional services or pricing that applies that is not included in the below price sheet. B. PRICE SCHEDULE/BID FORMAT B.1 Offerors to provide services shall submit an estimate of fees based on a Fixed Hourly Rate per Labor Category and a list of cost reimbursable materials, supplies and/or equipment. Offerors shall also submit Labor rates utilizing their DC Supply or General Services Schedule Contract (if applicable). B.1.1 Offerors that propose to provide supplies, materials, equipment and/or services shall submit an estimate of fixed unit rates on Attachment A. B1.2 For payment purposes, regular working hours shall be 8:30 AM to 5:30 PM Monday through Friday, excluding District Government Holidays. When services are requested during this specified period, WCCA shall be charged straight-time labor rates. B.2 SUPPORTING COST DATA B.2.1 The pricing in the Base Year shall not be adjusted after execution of the Contract, except by written Modification due to reasonably unforeseeable circumstances. In estimating cost in bid preparation, Offeror shall anticipate increases in costs of labor and materials, taxes, and fees. B.2.2 Indirect Costs: The Offeror shall indicate its proposed Fringe, Overhead and Administrative rates for each applicable fiscal year (as appropriate). The Offeror shall provide its actual indirect rates for overhead, G&A and fringe benefits for at least the past three (3) years and shall explain the basis for any significant rate difference between the prior three (3) year period and the rates proposed now. B.2.3 Other Direct Costs: Other Direct Costs consists of materials, travel, reproduction, postage, telephone, and supplies for the prime and all subcontracted effort. This includes all other direct costs associated with performance of the contract. RFQ/BPA-BF

5 B.2.3.1The Offeror should identify types, quantities, and costs of all materials and supplies proposed including a non-loaded priced listing of individual materials or supplies ordered, or a consolidated and priced bill of materials for the entire proposal. A thoroughly documented bill of materials includes part numbers, description, unit cost, quantity required, extended cost (including delivery charges) and basis for the proposed cost (price quotation, prior buy, signed purchase orders, etc.) plus any other non-recurring costs. Deliverable materials are items delivered as a part of the work product. Examples of this are copies and binders delivered to WCCA as a report or software ordered for and installed on a computer in a WCCA office. B.2.4 The Offeror shall use a separate table to Exhibit its total costs by prime and subcontractor(s). A separate table should be completed for each year (base and out-years). (See Attachment A) RFQ/BPA-BF

6 C.1 BACKGROUND C. REQUIREMENTS/ SPECIFICATIONS C.1.1 No-Mandatory Site Visit is scheduled for participation in this solicitation. After award and as task orders are issued, site visit may be required for pricing of various projects. C.1.2 WCCA was established in 1994 as an independent authority of the District of Columbia (District), pursuant to D.C. Code, Section et seq., as amended (the Enabling Act ). WCCA is a corporate body that has legal existence distinct and separate from the District. C.1.3 The new Washington Convention Center was completed in the fall of It is a 2.3 million square foot, $850 million dollar facility that hosted 191 events in 2005, welcoming over 1.15 million attendees who spent $424 million throughout Washington, DC. It is the largest public works project ever undertaken in the District of Columbia and has received both the American Institute of Architects (AIA) 2006 Honors Award for Architecture and the Urban Land Institute (ULI) 2006 Award for Excellence. C.1.4 WCCA is soliciting proposals from qualified Offerors to provide on an as needed basis for interior/exterior projects at WCCA. C.2 STATEMENT OF WORK C.2.1 Contractor Service Requirements: The Contractor shall furnish all supervision, labor, materials, equipment, supplies and transportation required to perform services. The WCCA requires from time to time architectural services for various projects ranging from new construction to minor to major site renovation. The WCCA is interested in engaging qualified architects to establish multi-year, non-exclusive term job order contracts to provide various as needed architectural services for preparing plans, permit-able construction documents, engineering (MEP), site plans, color renderings and providing construction administration services. Our goal is to select firm(s) or individual(s) that will literally become an extension of our staff to provide architectural services as needed for projects requiring responsiveness. C The services performed by the Architect, Architect s employees and Architect s consultants shall be as specifically described in Section C of this document. Section C specifies those services which the Architect is authorized to perform, and which services, if any, Architect may perform only upon future written authorization by COTR. In no event shall Architect perform any services prior to written consent of the Contracting Officer. C Unless specifically enumerated under this Section as parts of Additional Services, all services required under or pursuant to this Agreement are deemed part of Basic Services. All services performed by or on behalf of the Architect in connection with the Project shall be performed in a manner consistent with the standard of care applicable to architects experienced in, and familiar with, RFQ/BPA-BF

7 providing similar services for projects located in the Washington, D.C. metropolitan areas that are of the type, scope and complexity of the Project. C The Architect s authority to act on behalf of WCCA is limited to the scope of the Architect s authority set forth in this Agreement. Notwithstanding anything else stated in this Agreement or any of the Contract Documents, and without limitation, the Architect does not have any express or implied authority to obligate WCCA to any expenditure of money or extension of contractual time periods under any agreement between WCCA and Architect, or any separate Architect, consultant or other third person or entity. C All drawing, specifications and other documents prepared by the Architect and its consultants shall comply with all of the requirement of all laws, statutes, ordinances, codes, rules, regulations, lawful orders and the requirements of any public authorities which apply to, or bear upon, the Architect s services, the Project or the performance of the work (collectively Applicable Laws ) in effect at the time such Drawing, specification or other document is prepared. Not withstanding the foregoing, the Architect is not responsible for the compliance of other parties, including but not limited to the General Architect, with Applicable Laws relevant to their services of work. C As part of the work, but at no additional cost to WCCA, the Architect shall provide all services that (i) are required or necessary due to the fault or negligence of the Architect, or (ii) are required or necessary due to any error or omission in the drawings, specifications, or any other documents for which the Architect is responsible. C.2.2 General Requirements: C The Contractor shall possess capabilities to perform architect services on an as need basis. Services required cannot be determined at this time; however it is anticipated that the Architect will from time to time be responsible for the following: a. Space Needs Assessment b. Verification of Existing Field Conditions c. Design Phase: 1. Develop schematic site plans for review 2. Develop cost estimates 3. Attend planning meetings d. Design Development Phase: l. Complete a detail preliminary design concept 2. Update cost estimates 3. Attend planning and approval meetings RFQ/BPA-BF

8 e. Construction Documents 1. Complete a detailed set of permittable drawings and specifications for bidding 2. Provide final drawings in both hard-copy and AutoCAD DWG file formats. 3. Prepare draft and final bid packages f. Construction Administration 1. Assist the WCCA during the construction and implementation phase of the project by reviewing bids, submission, shop drawings and samples in order to ensure compliance with the Project Design Documents; 2. Provide advice and direction to the WCCA as requirement, relative to Request for Information (RFIs) and other questions during the course of the implementation of the project. 3. At the completion of the project, make a final inspection and prepare a report to the COTR noting any deficiencies and corrections necessary to complete the project or recommending acceptance if appropriate. 4. Conduct final inspection and close-out. C C The Contractor shall provide full-time supervision, management, labor, supplies and materials as necessary to complete each project. The Architect shall provide all work and take all the necessary measures to complete the work as described herein in a proper and workmanlike manner in strict accordance with the Contract Documents, and shall perform all other obligations imposed by the Contract. 1. For projects where there are no designs in place, the contractor based on input and direction from the COTR shall prepare final design concepts. The contractor shall produce certified measured drawings of floor plans no less than four feet into interior and hard-line and rendered elevation and signage drawings illustrating the improvements. Drawings shall be in a form usable by permit and licensing officials and contractors for approval and construction. 2. For projects that WCCA already has preliminary designs, the contractor shall: a. Review preliminary design specifications submitted by the COTR; b. Assess and verify that the designs are viable and appropriate for the site and the design standards; c. Make recommendations as necessary to ensure that the preliminary designs are going to achieve the desired improvements ; and, d. if necessary, update or redesign the drawings to ensure that all deliverables listed below are achieved. RFQ/BPA-BF

9 3. Construction Management and Certification With the approval of the COTR, WCCA will select a separate contractor, who will implement the designs provided by the architect. The architect shall be available to assist, guide and answer any questions surrounding the contractor selection and construction of the design concept. The architect shall be expected to certify that constructed improvements are in compliance with the final architectural drawings. 4. Monitoring and Inspection The contractor shall monitor and inspect the progress of the improvement/construction on a regular basis to make sure that: The project remains on schedule and on budget; and The design specifications are delivered and achieved, which would enable WCCA to authorize payments. 5. Meetings, Outreach and Communications The contractor shall coordinate with the COTR through meetings to: a. Confirm application design priorities; b. Discuss findings from existing conditions assessment; c. Discuss feasibility of designs based on existing condition analysis; d. Review design options with COTR; e. Review final schematics; and f. Provide general updates based on inspection and monitoring of projects. C C C Work shall be performed in accordance with all local, state, and municipal codes. This work may require trade permits from DCRA. Coordination and cooperation with the WCCA s staff, event staff and security is expected from the contractor. Representatives of the WCCA, General Contractor and subcontractors, and Architect shall meet periodically at mutually agreed-upon intervals for the purpose of establishing procedures to facilitate cooperation, communication and timely responses among the participants. By participating in this arrangement, the parties do not intent to create additional contractual obligations or modify the legal relationships which may otherwise exist. The WCCA shall assign projects based on the WCCA s assessment of responsiveness and ability to perform the project type at the time of each individual s project request. The WCCA reserves the right at any time to obtain separate bids on any project and not utilize the service job order contract. C All services shall be rendered in a professional and workmanlike manner. RFQ/BPA-BF

10 . C.3 Daily Work Schedule: The Contractor shall develop and obtain written approval, in coordination with the COTR before performing work. Work schedule(s) shall not interfere with the normal business of the Washington Convention Center or disrupt with any convention activity. C.4. C.4.1 Special Conditions: The Contractor s personnel will be issued an identification badge, which must be displayed on his or her person until he, or she is signed out. If the identification badge is lost, the Contractor shall be charged a lost badge fee of five ($5.00) dollars. C C The Contractor shall perform work on an as needed basis. The Contractor shall provide all materials and supervision associated with the projects. The Contractor must respond to emergency repair calls within twelve (12) hours. The Contractor shall provide the goods/services in accordance with the terms and conditions of the contract. C.4.2 Non -Mandatory Site Inspection: The Contractor may elect to participate in an on-site inspection, prior to bidding, to become familiar with the extent of the work and the conditions under which it will be obligated to perform the work. The on-site inspection will be scheduled on an as needed basis. Failure to appear for the on-site inspection will not result in the disqualification of the Offeror s bid. C.4.3 Task Order(s): C Upon issuance, Task Order(s) will be numbered and include a description of the project. Pricing shall be in accordance with those submitted in response to this RFQ. Any pricing that is required outside of the rates included in the BPA must be approved by the Contracting Officer prior to starting work. C Each Delivery Order/Task Order constitutes a whole and independent project. WCCA may request services separately or together as a whole, or in any combination, contemporaneously or on differing dates. No partial performance of any individual project is authorized, except as expressly requested by the Contracting Officer Technical Representative (COTR); which in that case, WCCA shall render pro rata payment. The Offeror shall take into scheduling consideration in preparing its bid the likelihood that WCCA may request multiple projects at the Convention Center. C.4.4 Inspection: All work performed under this contract shall be inspected to insure that performance is in compliance with the agreed performance standards. The Contractor shall be required to re-perform work as determined by the COTR, or RFQ/BPA-BF

11 designated representative, or the Quality Assurance Manager not to be in full compliance with these performance standards. C.5 SCHEDULING OF WORK C.5.1 Should there be any months of the Base Period in which Contractor anticipates that services cannot be scheduled or not provided due to reasonably unforeseen circumstances; the Contractor shall give notice to the COTR within two (2) hours after receiving a Task Order, so that if needed, WCCA may request services from another Contractor. Should WCCA accept the Contractor s rescheduling request, WCCA s request for services shall not be limited by the advance notice requirement in Section C.4.1, and the Contractor must be available for work in less than the specified hours if needed by WCCA. The option to request rescheduling is provided as a courtesy to the Contractor. As such, WCCA reserves the right to reject any proposed rescheduling and the right to enforce the Contract terms, and is entitled any remedies available under the Contract or as provided in Section C.4.2 below. If WCCA accepts any proposed rescheduling, it shall do so by written modification. No provision of this section or of this RFP shall be construed to give Contractor a contractual right to reschedule. C.5.2 Should the Contractor fail to provide Services pursuant to the fee schedule or a written modification in any month of the contract year, the Contractor shall be liable for the cost to WCCA to acquire substitute services of similar quality. In addition, the Contractor shall be liable for the difference of the cost of the substituted services and the fees that would otherwise have been due the Contractor under the fee schedule. C.5.3 WCCA reserves the right to cancel any scheduled Services. A written notice of cancellation shall be given to the Contractor a minimum of twenty-four (24) hours prior to the scheduled service or four (4) hours prior to delivery of supplies at no cost to WCCA. D. DELIVERABLES D.1 Deliverables include, but are not limited to the following: a. Final floor/site plans and design drawings for each assigned project; b. Construction budget estimate for the final design drawing; c. Technical memoranda which includes a summary for the final design recommendation; d. An electronic version for each deliverable submitted on CD-ROM; e. Letter on contractor s letterhead that certified that constructed improvements were made in compliance with the final architectural drawings; and, f. Provide a schedule for progressive site inspections; g. Provide written update on progress; and h. Contractor attends meetings when deemed necessary. RFQ/BPA-BF

12 D.1.2 Deliverables shall be delivered to or if directed, mailed to the COTR on Fridays. Each Report shall include all Contractor and subcontractor personnel on the project site, all work performed, equipment used, tests performed, and all general activities for the week of work. The Contractor shall provide three (3) copies of the Deliverables to the COTR. Reports shall be numbered, dated and signed by the Contractor or his/her Project Manager. The Deliverables shall list the Order Number versus the Contract Number. Failure to submit the reports could result in payment being withheld until such time as all reports are current. D.2 Final Inspection Final inspection and acceptance of the work will be by the Contracting Officer or the authorized representative. D.3 The Contractor shall be required to (a) commence work under this contract within five (5) calendar days after the date the Contractor receives the Delivery Order, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than the date indicated on each Delivery Order. D.3.1 Delivery Order/Task Order (DO/TO) a. A delivery order is the contractual instrument issued by the WCCA to the Contractor to order work. The delivery order is issued upon agreement between the WCCA and the Contractor on the scope of work, performance time, and the fixed price for the work. The signed delivery order becomes the Contractor s notice to proceed (NTP). Each individual delivery order becomes a fixed priced lump sum contract. A delivery order when mailed shall be issued for purposes of this contract at the time the WCCA deposits the order in the mail. The WCCA reserves the right to issue delivery orders unilaterally if prior negotiated agreement to the terms of that order cannot be reached before the date that the Contracting Officer determines that prosecution of work must begin. b. Orders placed under this indefinite delivery contract shall contain the following information, (1) Date of order, (2) Contract number and delivery order number, (3) Item number and scope of work, (4) Delivery or performance date, (5) Place of delivery or performance, (6) Packaging, packing, and shipping instructions, (7) Accounting and appropriation data, and (8) Any other pertinent information. D.3.2 Accelerated Delivery Order: D An accelerated delivery order may be initiated by telephone in urgent/emergency situations determined by the COTR. If an accelerated delivery order is placed the following conditions will apply. D Upon notification of this accelerated urgent/emergency delivery order the Contractor shall: RFQ/BPA-BF

13 a. Within 24 hours visit the proposed work site in the company of the COTR or his authorized representative, identify and review the scope of work required; and b. Within Two (2) calendar days from the date of the site visit, submit to the COTR a detailed cost proposal, however, this requirement maybe waived by the COTR due to the nature of the urgent/emergency situation in which case other acceptable cost proposal information may be submitted. D.3.3 Modifications To Delivery Orders: Modifications to delivery orders may be required due to differing site conditions, increased scope of work or a decreased scope of work, which are beyond the control of the Contractor or the Government. Modifications are issued pursuant to specific standard clauses contained in the basic contract. If a modification to a delivery order is required, the Contractor shall submit a detailed cost proposal in the same manner and form as required for the initial scope of work. Deliverable (Section F.3) Weekly Update and Progress Report Final Acceptance Report Corrective Action Plan Construction Budget Estimate Technical Memoranda CD-ROMs Final Architectural Drawings Site Inspections Quantity Three (3) Three (3) Three (3) Three (3) Three (3) One (1) Three (3) Format/Method of Delivery Mail/Hand Delivery/ Fax/ Electronic Mail/Hand Delivery/Fax/Electronic. Mail/Hand Delivery/ Fax/Electronic Mail/Hand Delivery/ Fax/Electronic Mail/Hand Delivery/ Fax/Electronic Mail/Hand Delivery/ Fax/Electronic Mail/Hand Delivery/ Fax/Electro Mail/Hand Delivery/ Fax/Electronic Due Date Each week of work Five days after completion of Task Order Seven days after written deficiency notification Five days after completion of Task Order TBD TBD TBD To Whom COTR COTR COTR COTR COTR COTR COTR Three (3) TBD COTR RFQ/BPA-BF

14 Schedule D.4 PERFORMANCE D.4.1 WCCA desires to obtain complete and satisfactory performance in accordance with the specifications and requirements in the contract. To this end, WCCA is contracting for the complete performance of services identified in the Statement of Work. WCCA reserves the right to assess deductions for non-performance or to charge Contractor for the difference in cost for substitute services. WCCA will consider inadequate performance to be as undesirable as non-performance, as the cost of correcting inadequate performance may equal or exceed the cost of initial performance. D.4.2 The cost proposal for each service proposed shall be used to calculate deductions. The cost of each service shall be deducted for each itemized component of the Area as listed in Section C. for non-performance, or for unsatisfactory and incomplete performance. D.4.3 Cost for substitute services may be obtained by WCCA in addition to deductions to Contractor as provided in SectionsD.5.1 and D.5.2. Contractor shall be liable for the difference in the cost of substitute services of similar quality and for the fees that would have been due Contractor under the fee schedule had it performed satisfactory and complete work. D.4.4. If at any time WCCA finds that the key individual(s) of the Contract is unsatisfactory for the performance of the Services, and such causes and reasons for such belief are reasonable and reported in writing to the Contractor by WCCA, the Contractor shall, within ten (10) days, replace such key individual with a key individual who is reasonably satisfactory to WCCA. WCCA may at its sole discretion extend the period to correct by written notification to the Contractor. If, at any time, the key individual(s) desires to leave his/her employment, the replacement key individuals must be approved in writing by WCCA and the individual(s) shall have a compatible background to ensure that the replacement is prepared and competent to assume the remaining responsibilities. D.4.5 No Guaranteed Minimum Amount: WCCA does not guarantee a minimum order per year. D.4.6 Minimum and Maximum: Indefinite Quantity contained, the contract minimum quantity is as follows: (1) Total minimum award amount is: None (2) The estimated maximum total awarded contract dollar amount for the base year is $ 25,000.00, and $99, for the option periods. (3) The maximum quantity shall not be exceeded by the contractor. RFQ/BPA-BF

15 (4) If the WCCA s requirements for services set forth in the solicitation do not result in orders in the amount described as estimated maximum the event shall not constitute the basis for an equitable price adjustment under this contract. D.5 Term of Contract The base term of the BPA shall be for a period date of award through September 30, D.5.1 Option To Extend The Term Of The Contract WCCA may extend the term of this contract for a period of four (4) one-year option periods, or successive fractions thereof, by written modification to the Contractor before the expiration of the contract; provided that WCCA will give the Contractor a preliminary written notice of its intent to extend at least thirty (30) days before the contract expires. The preliminary notice does not commit WCCA to an extension. The exercise of this option is subject to the availability of funds at the time of the exercise of this option. The Contractor may waive the thirty (30) day preliminary notice requirement by providing a written waiver to the Contracting Officer prior to expiration of the contract. D.5.2 If WCCA exercises this option, the extended contract shall be considered to include this option provision. D.5.3 The price for the option period shall be as specified in the contract. E.1 Technical E. QUOTATION RESPONSE E.1.1 The Contractor shall provide the name of the Project Manager and any other people who will manage the projects. E.1.2 The Contractor shall provide resumes detailing each Architects experience in the providing Architectural services to include experience directly related to the development of the scope of services contained herein. E.1.3 The Contractor shall provide references of no more than three (3) past and/or present relevant services performed for customers within the last five (5) years. Relevant is defined as a similar service as described in this Statement of Work. E.2 Cost The Contractor shall complete the Quote Form at Page 17 of this BPA. The Contractor shall include any addition budget narrative as necessary. F. EVALUATION OF RESPONSES RFQ/BPA-BF

16 F.1 Selection Criteria WCCA will make the award based on the Contractor s response which conforms to the solicitation and is most advantageous to WCCA, when cost or price, and technical criteria as listed in Section F.2 are considered. For this solicitation, technical quality is more important than cost or price. As responses become more equal in their technical merit, the evaluated cost or price becomes more important. F.2 Technical Criteria The technical criteria to be considered are listed below in descending order based on importance: a. Submission of all information required in the scope of services b. Experience of Offeror c. References G.1 Insurance Requirement G. TERMS AND CONDITIONS G.1.1 Commercial General Liability Insurance-The Contractor shall secure and maintain during the Contract period Commercial General Liability insurance with limits of not less than one (1) million dollars($1,000,000.00) per occurrence and in the aggregate. The Commercial General Liability coverage must be extended to include owners, employees and contractors protective liability. The coverage should also include all premises and product operations, personal and advertising injury and contractual liability. G.1.2 Worker s Compensation Insurance-The Contractor shall secure and maintain during the Contract period all Worker s Compensation insurance required by the District of Columbia Government law for all employees, and its employees involved in the Contract, without exclusion of any class of employee. G.1.3 Upon execution of this Contract, the Contractor shall provide Certificates of Insurance to WCCA for review and approval. All insurance policies and Certificates described herein shall state that WCCA, its Board of Directors, employees and officers, are named as additional insureds. G.1.4 Notice- The Contractor shall immediately report in writing to the WCCA s Director of Contracts and Procurement any incident which might reasonably be expected to result in any claim under any of the coverage s mentioned herein. Contractor agrees to cooperate with WCCA in promptly releasing information as to the disposition of any claims, including a resume of claims experience relating to WCCA G.2 Applicability of Standard Contract Provisions RFQ/BPA-BF

17 WCCA Standard Contract Provisions (SCP) dated May, 2006, is incorporated by reference from this solicitation and any resulting contract. A copy of WCCA s SCP may be downloaded from WCCA s website at G.3 Incorporated Attachment The W 9 Form located at shall be completed and incorporated with the offer. G.4 Local, Disadvantaged Businesses, Businesses Operating In an Enterprise Zone, Or Resident Business Ownership Quoters submitting evidence that they are certified as small, local, disadvantaged, operating in an enterprise zone or having resident business ownership shall receive: (a) (b) (c) A three (3%) percent reduction in the bid price or the addition of three points on a 100-point scale for a small business enterprise (SBE) certified by the District of Columbia Small and Local Business Opportunity Commission (SLBOC) or the D.C. Department of Small and Local Business Development (DSLBD), as applicable, A five (5%) percent reduction in the bid price or the addition of three points on a 100-point scale for a resident-owned business (ROB) certified by the SLBOC or the DSLBD, as applicable, A ten (10%) percent reduction in the bid price or the addition of ten points on a 100-point scale for a longtime resident business (LRB) certified by the SLBOC or the DSLBD, as applicable, (d) A two (2%) percent reduction in the bid price or the addition of two points on a 100-point scale for a local business enterprise (LBE) certified by the SLBOC or the DSLBD, as applicable, (e) A two (2%) percent reduction in the bid price or the addition of two points on a 100-point scale for a local business enterprise with its principal office located in an enterprise zone and certified by the SLBOC or the DSLBD, as applicable, and (f) (g) A two (2%) percent reduction in the bid price or the addition of two points on a 100-point scale for a disadvantaged business enterprise (DBE) certified by the SLBOC or the DSLBD, as applicable. Offerors may qualify for more than one of these categories, so that the maximum number of points available under this section is 12 points. H. INSTRUCTIONS RFQ/BPA-BF

18 H.1 Hand Delivery, Mailing or Faxing of Quotations Deliver via mail or fax, quotations, and/or any request for clarifications or questions regarding this inquiry to: Brenda Fuller, Senior Contract Specialist Contracts and Procurement Services Washington Convention Center Authority 801 Mount Vernon Place, NW Washington, DC Phone: Fax: H.2 Submission Date and Time Quotations must be submitted no later than 12:00 Noon. EST, Monday, June 23, RFQ/BPA-BF

19 ATTACHMENT A COST AND PRICING SUMMARY The Architect shall submit a quote that meets the requirement for all CLINs. The Contract Line Items Numbers (CLINs) below shall reflect firm-fixed prices for the work to be performed. Each CLIN price shall be based on estimated labor hours with proposed fixed labor rates for each phase of work. This supporting information shall be provided. The other direct costs, or ODC s shall be estimated as a lump sum, not to exceed amount, with supporting details identifying items and corresponding costs anticipated for each phase of the work. Progress payments shall be made against the ODC CLINs on a cost reimbursable basis and in no case shall exceed the proposed amount. Indirect costs, G&A, profit/fee will not be allowed as separate items. These items are included in the CLINs (labor rates) for each phase of work. Travel, if required by the consultant contract, will be included in the ODCs CLIN and will be compensated on a costreimbursement basis within the ceiling costs proposed in the CLIN. COST SUMMARY Prime Contractor Base Year - (Date of Award September 30, 2008) Identify by number, and attach contractor s District of Columbia Supply Schedule (DCSS) if applicable. LABOR CATEGORY Non- Overtime Rate UNLOADED FRINGE OVERHEAD G&A FEE/PROFIT OTHER DIRECT COST LOADED * Overtime Rate RFQ/BPA-BF

20 *Over Time: (%) percent increase over regular rate. **Mileage reimbursement rate: per mile. OTHER DIRECT COSTS Equipment & Supplies Materials Travel Other PARTS, SUPPLIES AND/OR EQUIPMENT (ATTACH ITEMIZED STOCK LISTING; INCLUDE DESCRIPTIONS AND QUANTITIES OR CATALOG). Material shall be reimbursed at cost, plus a reasonable materials handling charge when supplying parts, supplies and/or equipment. Materials Markup: (%) Percent RFQ/BPA-BF

21 COST SUMMARY Subcontractors Base Year - (Date of Award September 30, 2008) LABOR CATEGORY Non- Overtime Rate UNLOADED FRINGE OVERHEAD G&A FEE/PROFIT OTHER DIRECT COST LOADED * Overtime Rate *Over Time: (%) percent increase over regular rate. RFQ/BPA-BF

22 COST SUMMARY Prime Contractor Option Year 1 - (October 1, 2008 September 30, 2009) LABOR CATEGORY Non- Overtime Rate UNLOADED FRINGE OVERHEAD G&A FEE/PROFIT OTHER DIRECT COST LOADED * Overtime Rate *Over Time: (%) percent increase over regular rate. **Mileage reimbursement rate: per mile. OTHER DIRECT COSTS Equipment & Supplies Materials RFQ/BPA-BF

23 Travel Other PARTS, SUPPLIES AND/OR EQUIPMENT (ATTACH ITEMIZED STOCK LISTING; INCLUDE DESCRIPTIONS AND QUANTITIES OR CATALOG). Material shall be reimbursed at cost, plus a reasonable materials handling charge when supplying parts, supplies and/or equipment. Materials Markup: (%) Percent RFQ/BPA-BF

24 COST SUMMARY Subcontractors Option Year 1 - (October 1, 2008 September 30, 2009) LABOR CATEGORY Non- Overtime Rate UNLOADED FRINGE OVERHEAD G&A FEE/PROFIT OTHER DIRECT COST LOADED * Overtime Rate *Over Time: (%) percent increase over regular rate. RFQ/BPA-BF

25 COST SUMMARY Prime Contractor Option Year 2 - (October 1, 2009 September 30, 2010) I LABOR CATEGORY Non- Overtime Rate UNLOADED FRINGE OVERHEAD G&A FEE/PROFIT OTHER DIRECT COST LOADED * Overtime Rate *Over Time: (%) percent increase over regular rate. **Mileage reimbursement rate: per mile. OTHER DIRECT COSTS Equipment & Supplies RFQ/BPA-BF

26 Materials Travel Other PARTS, SUPPLIES AND/OR EQUIPMENT (ATTACH ITEMIZED STOCK LISTING; INCLUDE DESCRIPTIONS AND QUANTITIES OR CATALOG). Material shall be reimbursed at cost, plus a reasonable materials handling charge when supplying parts, supplies and/or equipment. Materials Markup: (%) Percent RFQ/BPA-BF

27 COST SUMMARY Subcontractors Option Year 2 - (October 1, 2009 September 30, 2010) LABOR CATEGORY Non- Overtime Rate UNLOADED FRINGE OVERHEAD G&A FEE/PROFIT OTHER DIRECT COST LOADED * Overtime Rate *Over Time: (%) percent increase over regular rate. RFQ/BPA-BF

28 COST SUMMARY Prime Contractor Option Year 3 - (October 1, 2010 September 30, 2011) LABOR CATEGORY Non- Overtime Rate UNLOADED FRINGE OVERHEAD G&A FEE/PROFIT OTHER DIRECT COST LOADED * Overtime Rate *Over Time: (%) percent increase over regular rate. **Mileage reimbursement rate: per mile. OTHER DIRECT COSTS Equipment & Supplies Materials RFQ/BPA-BF

29 Travel Other PARTS, SUPPLIES AND/OR EQUIPMENT (ATTACH ITEMIZED STOCK LISTING; INCLUDE DESCRIPTIONS AND QUANTITIES OR CATALOG). Material shall be reimbursed at cost, plus a reasonable materials handling charge when supplying parts, supplies and/or equipment. Materials Markup: (%) Percent RFQ/BPA-BF

30 COST SUMMARY Subcontractors Option Year 3 - (October 1, 2010 September 30, 2011) I LABOR CATEGORY Non- Overtime Rate UNLOADED FRINGE OVERHEAD G&A FEE/PROFIT OTHER DIRECT COST LOADED * Overtime Rate *Over Time: (%) percent increase over regular rate. RFQ/BPA-BF

31 COST SUMMARY Prime Contractor Option Year 4 - (October 1, 2011 September 30, 2012) LABOR CATEGORY Non- Overtime Rate UNLOADED FRINGE OVERHEAD G&A FEE/PROFIT OTHER DIRECT COST LOADED * Overtime Rate *Over Time: (%) percent increase over regular rate. **Mileage reimbursement rate: per mile. OTHER DIRECT COSTS Equipment & Supplies Materials RFQ/BPA-BF

32 Travel Other PARTS, SUPPLIES AND/OR EQUIPMENT (ATTACH ITEMIZED STOCK LISTING; INCLUDE DESCRIPTIONS AND QUANTITIES OR CATALOG). Material shall be reimbursed at cost, plus a reasonable materials handling charge when supplying parts, supplies and/or equipment. Materials Markup: (%) Percent RFQ/BPA-BF

33 COST SUMMARY Subcontractors Option Year 4 - (October 1, 2011 September 30, 2012) I LABOR CATEGORY Non- Overtime Rate UNLOADED FRINGE OVERHEAD G&A FEE/PROFIT OTHER DIRECT COST LOADED * Overtime Rate *Over Time: (%) percent increase over regular rate. RFQ/BPA-BF

34 ATTACHMENT J.1.3 a. All prices shall exclude District of Columbia sales tax and all other taxes. The WCCA is exempt from state and local taxes. If Federal Excise Tax applies, show amount of same which has already been deducted to determine your net price. b. Price quote shall be F.O.B. Destination, unless otherwise specified in writing by the WCCA. Signed by: Date: Title: Company: Quotes are valid for a period of NINETY (90) DAYS from date of quote RFQ/BPA-BF

35 BLANKET PURCHASE AGREEMENT NO. 08-BPA-BF- 036( _ ) With [Contractor Name] The Washington Convention Center Authority (WCCA), Office of Contracts and Procurement Services (OCPS) executes this Blanket Purchase Agreement (BPA) for. The Contractor agrees to the following terms of a BPA with the WCCA. 1. SERVICES AVAILABLE UNDER THIS BPA: [Scope of Work/Specifications] 2. PRICING: [Set forth pricing schedule] 3. DELIVERY: [Set forth delivery schedule] 4. PURCHASE VOLUME: WCCA estimates, but does not guarantee, that the volume of purchases through this agreement will amount to $. 5. OBLIGATION OF FUNDS: This BPA does not obligate any funds. WCCA is obligated only to the extent of authorized purchases through Orders actually made under the BPA. 6. TERM OF BPA: RFQ/BPA-BF

36 a) The term of this agreement shall be for a period of one year from date of award. b) This BPA may be extended by four (4) one-year option periods or fractions thereof. WCCA may extend the term of this agreement for a period of one (1) year, or a fraction thereof, or multiple successive fractions thereof, by providing a thirty (30) day written notice to the Contractor before the expiration of the agreement. The Contractor shall submit an up-dated pricing list at least 60 days prior to expiration. 7. AUTHORIZED BPA USERS: The following office(s) is/are hereby authorized to place orders under this BPA: PLACING BPA ORDERS: STAFF: Cathy Boles 8. CONTRACT ADMINISTRATION: Contracting Officer: The WCCA Contracting Officer is the official authorized to contractually bind WCCA. Send all correspondence regarding this BPA to Jack Schreibman, Contracting Officer, Washington Convention Center Authority, Office of Contracts and Procurement Services, 801 Mount Vernon Place, NW, Washington, D.C , telephone number (202) Contracting Officer s Technical Representative (COTR): The COTR is responsible for daily monitoring and supervision of the contract, the technical representative is: Cathy Boles Assistant Managing Director, Development Washington Convention Center Authority 801 Mount Vernon Place, NW Washington, DC Direct: DELIVERY TICKETS: Unless otherwise agreed to, all deliveries under this BPA shall be accompanied by a copy of the purchase/service order and each invoice shall contain the following information as a minimum: (a) (b) (c) (d) (e) Name of Contractor; BPA Number (08-BPA-BF-036); Purchase/Service Order Number; Date of Purchase; Brief description of the services provided; RFQ/BPA-BF

37 (f) (g) Date/period of Service Delivery; and Task Order Number WCCA may authorize partial services and partial payments to the Contractor for services to be provided under this agreement. 10. INVOICES: The original invoice for payment against a purchase/service order shall be submitted to the following: a) Washington Convention Center Authority Accounts Payable Office 801 Mount Vernon Place, NW Washington, DC or b) Invoices may also be ed to the WCCA Accounts Payable Office in PDF format to: invoices@dcconvention.com. A copy of the invoice shall be submitted to the COTR as identified in Section TERMS AND CONDITIONS: a) All orders placed against this BPA are subject to the terms and conditions of the WCCA Standard Contract Provisions (SCP) dated May, 2006, which is incorporated as part of the agreement. A copy of the WCCA SCP may be downloaded from the WCCA s website at b) The Contractor is bound by Wage Determination No. No , Revision 2, November 7, 2006, issued by the U.S. Department of Labor in accordance with the Service Contract Act of 1965, as amended (41 U.S.C. 351). The Contractor shall be bound by the wage rates for the term of the base period of the contract. If the option period is exercised, the contractor shall be bound by the wage rate in effect at the time that the option is exercised. c) If the option is exercised and a revised wage rate determination obtained by the WCCA s Contracting Officer for the option period is applicable, the Contractor may be entitled to an equitable adjustment. d) The terms and conditions included in this BPA apply to all purchases made pursuant to it. In the event of an inconsistency between the provisions of this BPA and the Contractor s invoice, the provisions of this BPA will take precedence. RFQ/BPA-BF

38 The undersigned parties have caused this Agreement to be signed by their duly authorized agents: [Contractor] Washington Convention Center Authority 801 Mount Vernon Place, NW Washington, DC By: Name: By: Name: Title: Title: Date: Date: RFQ/BPA-BF

REQUEST FOR QUOTATION RFQ # 09-Q-LP-031 Blanket Purchase Agreement (BPA) for Copywriter and Editing Services COMPANY NAME: ADDRESS: PHONE NO.

REQUEST FOR QUOTATION RFQ # 09-Q-LP-031 Blanket Purchase Agreement (BPA) for Copywriter and Editing Services COMPANY NAME: ADDRESS: PHONE NO. REQUEST FOR QUOTATION RFQ # 09-Q-LP-031 Blanket Purchase Agreement (BPA) for COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: ISSUE DATE: July 17, 2009 July 17, 2009 RE: Request for Quotation

More information

REQUEST FOR QUOTATION # 09-Q-LP-034 Blanket Purchase Agreement (BPA) for Propane Gas Delivery and Pick-up COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.

REQUEST FOR QUOTATION # 09-Q-LP-034 Blanket Purchase Agreement (BPA) for Propane Gas Delivery and Pick-up COMPANY NAME: ADDRESS: PHONE NO.: FAX NO. REQUEST FOR QUOTATION # 09-Q-LP-034 Blanket Purchase Agreement (BPA) for Propane Gas Delivery and Pick-up COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE ISSUED: June 4, 2009 SUBMITTAL

More information

REQUEST FOR QUOTATION (RFQ) # 07-Q-AS-119 Blanket Purchase Agreement (BPA) for Motorola Radios and Accessories

REQUEST FOR QUOTATION (RFQ) # 07-Q-AS-119 Blanket Purchase Agreement (BPA) for Motorola Radios and Accessories REQUEST FOR QUOTATION (RFQ) # 07-Q-AS-119 Blanket Purchase Agreement (BPA) for Motorola Radios and Accessories COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: RFQ #07-Q-AS-119 1 August

More information

REQUEST FOR QUOTATION RFQ# 07-Q-JS-118 Six (6) Portable Visitor Information Desks COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.:

REQUEST FOR QUOTATION RFQ# 07-Q-JS-118 Six (6) Portable Visitor Information Desks COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: REQUEST FOR QUOTATION RFQ# 07-Q-JS-118 Six (6) Portable Visitor Information Desks COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: August 20, 2007 RE: Request for Quotation (RFQ) 07-Q-JS-106

More information

REQUEST FOR QUOTATION # 09-Q-SM-060 Lift and Cart Maintenance Services

REQUEST FOR QUOTATION # 09-Q-SM-060 Lift and Cart Maintenance Services REQUEST FOR QUOTATION # 09-Q-SM-060 Lift and Cart Maintenance Services COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: LIFT AND CART MAINTENANCE ISSUE DATE: August 28, 2009 August 28, 2009

More information

REQUEST FOR QUOTATION # 07-RFQ/BPA-BF-101 ELECTRICAL SUPPLIES AND EQUIPMENT

REQUEST FOR QUOTATION # 07-RFQ/BPA-BF-101 ELECTRICAL SUPPLIES AND EQUIPMENT REQUEST FOR QUOTATION # 07-RFQ/BPA-BF-101 ELECTRICAL SUPPLIES AND EQUIPMENT COMPANY NAME: ADDRESS: SIGNATURE: TITLE: DATE: Date: August 10, 2007 OFFICE OF CONTRACTS AND PROCUREMENT To: Subject: All Quoters

More information

REQUEST FOR QUOTATION RFQ# 07-Q-WT-123 Courier Services ADDRESS: PHONE NO.:

REQUEST FOR QUOTATION RFQ# 07-Q-WT-123 Courier Services ADDRESS: PHONE NO.: REQUEST FOR QUOTATION RFQ# 07-Q-WT-123 Courier Services COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: RFQ #07-Q-WT-123 COURIER SERVICES 1 September 24, 2007 RE: Request for Quotation

More information

REQUEST FOR QUOTATION # 09-Q-SM-052 UNIFORMS FOR PUBLIC SAFETY DIVISION ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: SUBMITTAL DATE:

REQUEST FOR QUOTATION # 09-Q-SM-052 UNIFORMS FOR PUBLIC SAFETY DIVISION ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: SUBMITTAL DATE: REQUEST FOR QUOTATION # 09-Q-SM-052 UNIFORMS FOR PUBLIC SAFETY DIVISION COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE ISSUED: August 10, 2009 SUBMITTAL DATE: 1 August 10, 2009 RE: Request

More information

REQUEST FOR QUOTATION (RFQ)- #09-Q-LP-047 Installation of Lenel Card Readers for Mechanical Rooms

REQUEST FOR QUOTATION (RFQ)- #09-Q-LP-047 Installation of Lenel Card Readers for Mechanical Rooms REQUEST FOR QUOTATION (RFQ)- #09-Q-LP-047 for Mechanical Rooms COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: ISSUE DATE: JULY 23 TITLE: DATE: July 23, 2009 RE: Request for Quotation (RFQ) # 09-Q-LP-047-

More information

REQUEST FOR QUOTATION RFQ# 07-Q-JW-111 Employee Assistance Program COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE:

REQUEST FOR QUOTATION RFQ# 07-Q-JW-111 Employee Assistance Program COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: REQUEST FOR QUOTATION RFQ# 07-Q-JW-111 Employee Assistance Program COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: September 11, 2007 RE: Price Quote (PQ) Dear Quoters: This is an invitation

More information

June 14, Request for Quotation (RFQ) # 10-Q-BF-030. Maintenance and/or Repair of Glass Doors. Dear Offerors:

June 14, Request for Quotation (RFQ) # 10-Q-BF-030. Maintenance and/or Repair of Glass Doors. Dear Offerors: June 14, 2010 RE: Request for Quotation (RFQ) # 10-Q-BF-030 Dear Offerors: This is an invitation for you to submit a quotation to provide services related to the on behalf of the Washington Convention

More information

REQUEST FOR QUOTATION # 08-BPA-JW-024 Blanket Purchase Agreement (BPA) to Install & Furnish Pelco, Optelecom, Lenel and Additional Spare Parts

REQUEST FOR QUOTATION # 08-BPA-JW-024 Blanket Purchase Agreement (BPA) to Install & Furnish Pelco, Optelecom, Lenel and Additional Spare Parts REQUEST FOR QUOTATION # 08-BPA-JW-024 Blanket Purchase Agreement (BPA) to Lenel and Additional Spare Parts TUESDAY, FEBRUARY 5, 2008 COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: February

More information

REQUEST FOR QUOTATION RFQ # 10-Q-LP-001 Blanket Purchase Agreement (BPA) for Printing Services COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.

REQUEST FOR QUOTATION RFQ # 10-Q-LP-001 Blanket Purchase Agreement (BPA) for Printing Services COMPANY NAME: ADDRESS: PHONE NO.: FAX NO. REQUEST FOR QUOTATION RFQ # 10-Q-LP-001 Blanket Purchase Agreement (BPA) for COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: ISSUED DATE: September 30, 2009 1 September 30, 2009 RE:

More information

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR By and Between WILLIAM S. HART UNION HIGH SCHOOL DISTRICT And Dated as of TABLE OF CONTENTS Page RECITALS... 1 PART 1 PROVISION OF CM SERVICES... 1 Section

More information

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor)

OREGON 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 information

Request for Bid/Proposal

Request 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 information

FAYETTE 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 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 information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN 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 information

RETAINER CONTRACT SUPPLEMENT OSU RETAINERCONTRACT FOR PROFESSIONAL CONSULTANTS SUPPLEMENT NO.: OSU-XX-P-15-XXX CASCADE, SNELL, KERR RENOVATION DESIGN

RETAINER CONTRACT SUPPLEMENT OSU RETAINERCONTRACT FOR PROFESSIONAL CONSULTANTS SUPPLEMENT NO.: OSU-XX-P-15-XXX CASCADE, SNELL, KERR RENOVATION DESIGN RETAINER CONTRACT SUPPLEMENT OSU RETAINERCONTRACT FOR PROFESSIONAL CONSULTANTS SUPPLEMENT NO.: OSU-XX-P-15-XXX CASCADE, SNELL, KERR RENOVATION DESIGN This Retainer Contract Supplement dated (the Supplement

More information

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

7/14/16. Hendry County Purchase Order Terms and Conditions

7/14/16. Hendry County Purchase Order Terms and Conditions Hendry County Purchase Order Terms and Conditions 1. Offer The order set forth in the Purchase Order is subject to cancellation by HENDRY COUNTY without notice if not accepted by VENDOR within fourteen

More information

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN13-004 DESIGN CRITERIA PROFESSIONAL SERVICES REQUEST FOR QUALIFICATIONS (RFQ) NO. EN13-004 FOR A DESIGN CRITERIA PROFESSIONAL

More information

RETAINER CONTRACT SUPPLEMENT OSU RETAINERCONTRACT FOR PROFESSIONAL CONSULTANTS SUPPLEMENT NO.: OSU-xxx-P-15-xx CAMPUS ROOF REPLACEMENT DESIGN 2016

RETAINER CONTRACT SUPPLEMENT OSU RETAINERCONTRACT FOR PROFESSIONAL CONSULTANTS SUPPLEMENT NO.: OSU-xxx-P-15-xx CAMPUS ROOF REPLACEMENT DESIGN 2016 RETAINER CONTRACT SUPPLEMENT OSU RETAINERCONTRACT FOR PROFESSIONAL CONSULTANTS SUPPLEMENT NO.: OSU-xxx-P-15-xx CAMPUS ROOF REPLACEMENT DESIGN 2016 This Retainer Contract Supplement dated (the Supplement

More information

THE PUBLIC SERVICE COMMISSION FOR THE DISTRICT OF COLUMBIA REQUEST FOR PROPOSALS NO. PSC MANAGEMENT AND ORGANIZATIONAL ASSESSMENT

THE PUBLIC SERVICE COMMISSION FOR THE DISTRICT OF COLUMBIA REQUEST FOR PROPOSALS NO. PSC MANAGEMENT AND ORGANIZATIONAL ASSESSMENT THE PUBLIC SERVICE COMMISSION FOR THE DISTRICT OF COLUMBIA REQUEST FOR PROPOSALS NO. PSC-19-03 MANAGEMENT AND ORGANIZATIONAL ASSESSMENT Proposal Issue Date: January 4, 2019 Proposal Due Date: January 29,

More information

Document A133 TM. AGREEMENT made as of the day of in the year 20 (In words, indicate day, month and year.)

Document A133 TM. AGREEMENT made as of the day of in the year 20 (In words, indicate day, month and year.) Document A133 TM 2009 Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price AGREEMENT

More information

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE SECTION 1: PURPOSE. 1.1 The County of Greene hereby requests proposals from interested

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: A. Making revisions

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ARCHITECT 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 information

MARION COUNTY HEALTH SERVICES BUILDING RENOVATION PUBLIC IMPROVEMENT AGREEMENT

MARION COUNTY HEALTH SERVICES BUILDING RENOVATION PUBLIC IMPROVEMENT AGREEMENT MARION COUNTY HEALTH SERVICES BUILDING RENOVATION PUBLIC IMPROVEMENT AGREEMENT THE CONTRACT IS BETWEEN: OWNER: MARION COUNTY A political subdivision of the state of Oregon And TBD Contractor (referred

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019 Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at

More information

DIVISION 1 GENERAL REQUIREMENTS SECTION MODIFICATION PROCEDURES AND PRICING OF CHANGED WORK

DIVISION 1 GENERAL REQUIREMENTS SECTION MODIFICATION PROCEDURES AND PRICING OF CHANGED WORK DIVISION 1 GENERAL REQUIREMENTS SECTION 01 2600 MODIFICATION PROCEDURES AND PRICING OF CHANGED WORK PART 1 GENERAL 1.01 SUMMARY A. Section includes requirements that supplement the paragraphs of Document

More information

Standard Form of Agreement Between Contractor and Subcontractor

Standard Form of Agreement Between Contractor and Subcontractor Standard Form of Agreement Between Contractor and Subcontractor GENERAL TERMS AND CONDITIONS ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) these General Terms and Conditions,

More information

REQUEST FOR PROPOSAL (RFP) # 08-P-BF-034

REQUEST FOR PROPOSAL (RFP) # 08-P-BF-034 REQUEST FOR PROPOSAL (RFP) # 08-P-BF-034 ISSUED BY: Brenda Fuller, Senior Contracts Specialist Contracts and Procurement Services Washington Convention Center Authority (WCCA) Office of Contracts and Procurement

More information

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES SILVER FALLS SCHOOL DISTRICT REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES DEADLINE FOR RECEIPT OF RFP: TO BE OPENED BY: May 1, 2016 at 3:00 p.m. Superintendent Andy Bellando Silver Falls School District

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 February 25, 2016 TO: RE: Prospective Proposers Request for Quotation (RFQ) Schedules & Maps Layout and Updates The Greater Dayton

More information

Proposal Response Date: March 18, 2019, at 1:00p.m.

Proposal 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 information

Telemetry Upgrade Project: Phase-3

Telemetry 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 information

OWNER/PROFESSIONAL SERVICES CONSULTANT AGREEMENT PROJECT TITLE UNIVERSITY OF ILLINOIS

OWNER/PROFESSIONAL SERVICES CONSULTANT AGREEMENT PROJECT TITLE UNIVERSITY OF ILLINOIS PROJECT TITLE UNIVERSITY OF ILLINOIS THIS AGREEMENT, made and entered into in the City of, State of Illinois, as of the date of the last signature of the parties hereto by and between THE BOARD OF TRUSTEES

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR LEGAL SERVICES 750 Commerce Drive, Suite 110 Decatur, Georgia 30030 TABLE OF CONTENTS PART I INTRODUCTION... PAGE 1.1 Definitions...3 1.2 Profile of the...3 PART II STATEMENT

More information

AIA Document A103 TM 2007

AIA Document A103 TM 2007 AIA Document A103 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is the Cost of the Work plus a fee without a Guaranteed Maximum Price AGREEMENT made as of the

More information

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

More information

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

SMALL ORDERS TERMS AND CONDITIONS - BLANKET 1. COMPLIANCE WITH LAWS Contractor must observe and comply with all applicable federal, state, county and municipal laws, statutes, regulations, codes, ordinances and executive orders, in effect now or

More information

The 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 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 information

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project Document A105 2007 Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

Construction Management-at-Risk Agreement

Construction Management-at-Risk Agreement This ( Agreement ), by and between the Lone Star College ( LSC or Owner ) and ( Construction Manager ), referred to as Party individually or Parties collectively, shall become effective upon the date this

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT 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 information

Regional 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. 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 information

REQUEST FOR QUOTES (RFQ) DECAL STRIP ADVERTISEMENTS FOR RAIL CAR MODESTY PANELS. RFQ ISSUED: September 13, 2018

REQUEST FOR QUOTES (RFQ) DECAL STRIP ADVERTISEMENTS FOR RAIL CAR MODESTY PANELS. RFQ ISSUED: September 13, 2018 VIRGINIA RAILWAY EXPRESS REQUEST FOR QUOTES (RFQ) DECAL STRIP ADVERTISEMENTS FOR RAIL CAR MODESTY PANELS RFQ ISSUED: September 13, 2018 QUESTIONS DUE: September 19, 2018 at 10:00 A.M. EST QUOTES DUE: September

More information

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR

REQUEST 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 information

COUNTY 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 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 information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,

More information

STATE OF VERMONT STANDARD FORM. GENERAL CONDITIONS FOR F P R DESIGN BUILD CONTRACTS (March 2017)

STATE OF VERMONT STANDARD FORM. GENERAL CONDITIONS FOR F P R DESIGN BUILD CONTRACTS (March 2017) STATE OF VERMONT STANDARD FORM GENERAL CONDITIONS FOR F P R DESIGN BUILD CONTRACTS (March 2017) The following general conditions are for use with DESIGN BUILD construction contracts with the State of Vermont,

More information

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS CLOSING TIME: RFP S ARE DUE NOT LATER THAN 10:00 A.M. ON January 30, 2017 200 N. 12 th STREET CORSICANA,

More information

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST 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 information

REQUEST FOR PROPOSAL. UPS Maintenance

REQUEST FOR PROPOSAL. UPS Maintenance REQUEST FOR PROPOSAL UPS Maintenance DATE: February 7, 2008 QUESTIONS DUE BY: February 19, 2008 DUE DATE and BID OPENING: February 26, 2008 TIME OF BID OPENING: 2:00 P.M. EST LOCATION OF BID OPENING: 103

More information

CONSTRUCTION MANAGEMENT-AT-RISK AGREEMENT

CONSTRUCTION MANAGEMENT-AT-RISK AGREEMENT CONSTRUCTION MANAGEMENT-AT-RISK AGREEMENT This Construction Management-at-Risk Agreement ( Agreement ) is entered into effective as of XXXXX (the Effective Date ), by and between City of South Padre Island,

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS REVEREND PETER ATKINS PARK BATHROOM PROJECT CCE PROJECT NO. 117-106 NOVEMBER 2, 2017 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 1.0 INTRODUCTION

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES Friendship is soliciting proposals and qualification statements from parties having specific interests

More information

REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN GENERAL INFORMATION LOOMIS PARK MASTER PLAN

REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN GENERAL INFORMATION LOOMIS PARK MASTER PLAN REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN Issue Date: August 1, 2016 Proposal Receipt Date: Issuing Office: August 29, 2016, 3:00 PM Parks and Recreation The City of Jackson, Michigan is requesting

More information

Request for Proposal

Request for Proposal Request for Proposal RFP No. 2017 11 001 Consulting Services for Emergency Operations Response Plans Issue Date Monday, November 20, 2017 ISSUED BY OFFICE OF PROCUREMENT RICE UNIVERSITY 6100 MAIN ST.,

More information

REQUEST FOR QUALIFICATIONS. Professional Consultant Retainer Contract

REQUEST FOR QUALIFICATIONS. Professional Consultant Retainer Contract OREGON STATE UNIVERSITY REQUEST FOR QUALIFICATIONS Professional Consultant Retainer Contract ISSUE DATE: October 31, 2017 {00344109;3} TABLE OF CONTENTS Page Section I Retainer Contract Introduction...

More information

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director

For. 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 information

ATTACHMENT A AIA DOCUMENT B EDITION STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT

ATTACHMENT A AIA DOCUMENT B EDITION STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT ATTACHMENT A AIA DOCUMENT B141 1987 EDITION STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT Winston-Salem/Forsyth County Board of Education June 15-2015 Revised Edition for Project: Architect: Amendments,

More information

AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE)

AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE) AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE) This Agreement is made and entered into this (INSERT DATE HERE), 2015 between the Santa Maria Joint Union

More information

Document A133 TM. AGREEMENT made as of the day of in the year Two Thousand and Sixteen. BETWEEN the Owner:

Document A133 TM. AGREEMENT made as of the day of in the year Two Thousand and Sixteen. BETWEEN the Owner: Document A133 TM 2009 Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price AGREEMENT

More information

Tri-Cities Academic Building Washington State University Richland, WA Project Manual

Tri-Cities Academic Building Washington State University Richland, WA Project Manual Tri-Cities Academic Building Washington State University Richland, WA Project Manual Project No. 8589-2016 Issued 9/25/2018 Washington State University Facility Services, Capital Tri-Cities Academic Building

More information

Request for Proposals. For. Financial Aid Services. Issued by: Pennsylvania State System of Higher Education Office of the Chancellor

Request for Proposals. For. Financial Aid Services. Issued by: Pennsylvania State System of Higher Education Office of the Chancellor Request for Proposals For Issued by: Pennsylvania State System of Higher Education RFP # 2010-QCC-RLG-04 Issue Date: January 22, 2010 Response Date: February 12, 2010 Table of Contents Page Part I General

More information

Document A General Conditions of the Contract for Construction, Construction Manager as Adviser Edition

Document A General Conditions of the Contract for Construction, Construction Manager as Adviser Edition Document A232 2009 General Conditions of the Contract for Construction, Construction Manager as Adviser Edition for the following PROJECT: (Name, and location or address) THE CONSTRUCTION MANAGER: (Name,

More information

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements: Vendor Contract TERMS AND CONDITIONS OF PURCHASE 1. Acceptance. This Contract is conditional upon, and can be accepted only upon, the terms and conditions specified in this Contract. If Seller has previously

More information

City of Albany, New York Traffic Engineering

City of Albany, New York Traffic Engineering City of Albany, New York Traffic Engineering REQUEST FOR PROPOSALS FOR THE PROVISION OF ENGINEERING SERVICES Traffic Signal Design Services RFP No. TE-11-001 November 15, 2011 SECTION 1: PURPOSE 1.1 The

More information

PART IV REPRESENTATIONS AND INSTRUCTIONS. Section K Representations, Certifications, and Other Statements of Offerors

PART IV REPRESENTATIONS AND INSTRUCTIONS. Section K Representations, Certifications, and Other Statements of Offerors PART IV REPRESENTATIONS AND INSTRUCTIONS Section K Representations, Certifications, and Other Statements of Offerors Section L Instructions, Conditions, and Notices to Offerors L.1 Formal Communications

More information

AIA Document B141 TM 1997 Part

AIA Document B141 TM 1997 Part 1 AIA Document B141 TM 1997 Part Standard Form of Agreement Between Owner and Architect with Standard Form of Architect's Services TABLE OF ARTICLES 1.1 INITIAL INFORMATION 1.2 RESPONSIBILITIES OF THE

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

3.1.2 The Contractor shall perform the Work in accordance with the Contract Documents.

3.1.2 The Contractor shall perform the Work in accordance with the Contract Documents. the portion of the Work affected by a material change. After the Owner furnishes the evidence, the Owner shall not materially vary such financial arrangements without prior notice to the Contractor. 2.2.2

More information

Consulting Services - Cable Television System Franchise Renewal CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632

Consulting Services - Cable Television System Franchise Renewal CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632 REQUEST FOR PROPOSAL Consulting Services - Cable Television System Franchise Renewal ISSUE DATE: October 1, 2014 CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632 CLOSING

More information

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion

Request 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 information

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL DOCUMENT SHREDDING February 26, 2015 The New York Liquidation Bureau ( NYLB ) carries out the responsibilities of the Superintendent of Financial Services

More information

Request for Proposals

Request for Proposals RFP #G058 Request for Proposals A/E Design Consulting Services Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301 Proposals must be submitted No later than 1:00 PM March

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY DIVISION OF ENGINEERING 80 West

More information

FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF AGENT AND AGENCY SERVICES

FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF AGENT AND AGENCY SERVICES FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF AGENT AND AGENCY SERVICES DFS AA RCP 14/15-06 Preparation and Development of the Florida General Lines Agents /Customer Representatives and the Florida

More information

Document A Standard Abbreviated Form of Agreement Between Owner and Contractor

Document A Standard Abbreviated Form of Agreement Between Owner and Contractor Document A104 2017 Standard Abbreviated Form of Agreement Between Owner and Contractor AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Owner: (Name, legal

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)

More information

AMENDMENT 1 TO REQUEST FOR PROPOSALS FOR ENGINEERING SERVICES FEBRUARY 21, 2017

AMENDMENT 1 TO REQUEST FOR PROPOSALS FOR ENGINEERING SERVICES FEBRUARY 21, 2017 AMENDMENT 1 TO REQUEST FOR PROPOSALS FOR ENGINEERING SERVICES FEBRUARY 21, 2017 The City of Huron issued a Request for Proposal for Engineering Services on February 1, 2017 ( RFP ). The following are amendments

More information

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING Friendship is soliciting proposals and qualification statements from parties having specific interests and qualifications

More information

Request for Quotation Page One

Request for Quotation Page One 1 University of South Carolina Aiken Purchasing Department 471 University Parkwy Aiken, SC 29801 Telephone: (803) 641-3455 Request for Quotation Page One THIS IS NOT AN ORDER Quotation must be received

More information

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and Economic Development 747 Market Street

More information

Exhibit E Additional Provisions

Exhibit E Additional Provisions 1. Evaluation of Contractor Performance of the Contractor under this Agreement will be evaluated. The evaluation shall be prepared on Contract/Contractor Evaluation Sheet (STD 4), and maintained in the

More information

SHORT FORM OF AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES

SHORT FORM OF AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES SHORT FORM OF AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES THIS IS AN AGREEMENT effective as of March 3, 2016 ( Effective Date ) between College Community School District ("Owner") and

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 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 information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER. Pre-Construction and Construction Phase Services

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER. Pre-Construction and Construction Phase Services AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER Pre-Construction and Construction Phase Services FP&M Project No, CP00Error! Bookmark not defined. AGREEMENT made by and between the Board of Regents, State

More information

construction plans must be approved for construction by the City PBZ department.

construction plans must be approved for construction by the City PBZ department. City of Forest Park Request for Proposals Architectural Services for the Forest Park Public Works Department Mandatory Pre-Proposal Conference April 13, 2016 at 10:00 am Bid Deadline May 20, 2016 at 2:00

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL

Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL-220-16 1.0 INTRODUCTION The City of Mobile is inviting qualified consultants

More information

REQUEST FOR PROPOSALS MICHIGAN ECONOMIC DEVELOPMENT CORPORATION TRANSFORMATIONAL BROWNFIELD REDEVELOPMENT PROJECTS RFP-CASE

REQUEST FOR PROPOSALS MICHIGAN ECONOMIC DEVELOPMENT CORPORATION TRANSFORMATIONAL BROWNFIELD REDEVELOPMENT PROJECTS RFP-CASE REQUEST FOR PROPOSALS MICHIGAN ECONOMIC DEVELOPMENT CORPORATION TRANSFORMATIONAL BROWNFIELD REDEVELOPMENT PROJECTS RFP-CASE-211899 i REMINDER Please check your proposal to make sure you have included all

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES. April 18, 2006

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES. April 18, 2006 REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES April 18, 2006 Sealed Statement of Qualification documents must be received no later than Noon on Monday, May 1, 2006, at the

More information

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864) City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal for Removal of Asbestos Materials October 30,

More information

Request for Quotation Page One

Request for Quotation Page One University of South Carolina Aiken Purchasing Department 471 University Parkwy Aiken, SC 29801 Telephone: (803) 641-3455 Request for Quotation Page One THIS IS NOT AN ORDER Quotation must be received Send

More information