Construction Manager at Risk for Construction of PRTC Western Bus Maintenance and Storage Facility OPTIONAL PRE-SUBMITTAL

Size: px
Start display at page:

Download "Construction Manager at Risk for Construction of PRTC Western Bus Maintenance and Storage Facility OPTIONAL PRE-SUBMITTAL"

Transcription

1 DATE: June 30, 2014 REQUEST FOR QUALIFICATIONS: RFQ #14-08 SUBJECT: Construction Manager at Risk for Construction of PRTC Western Bus Maintenance and Storage Facility OPTIONAL PRE-SUBMITTAL DATE: July 9, 2014 TIME: LOCATION: 10:30 A.M. EST PRTC Large Conference Room Potomac Mills Road Woodbridge, VA DATE: July 25, 2014 QUALIFICATION STATEMENTS DUE TIME: SUBMIT TO: 123:00 P.M. EST Nick Alexandrow PRTC Potomac Mills Road Woodbridge, VA Fax:

2 PRTC REQUEST FOR QUALIFICATIONS RFQ #14-08 CMAR FOR WESTERN BUS MAINTENANCE & OPERATIONS FACILITY All inquiries for information regarding this Request for Qualifications should be directed to Nick Alexandrow at (703) (fax) or at In general, the minimum qualification criteria for interested Construction Managers are as follows: Minimum bonding capacity for this project is twenty- six million US dollars ($26,000,000); Able to provide Construction Manager at Risk Services, both Pre-Construction Design Phase and Construction Phase; Project Manager and Project Superintendent must have provided similar Construction Manager at Risk services for at least three (3) projects comparable in size, scope and complexity over the last five years. Offeror must have a Quality Assurance/Quality Control program in place as well as a Safety Program. Project Description: This project will involve 3 new buildings and approximately 15.2 acres of site development. This new facility will serve the needs of PRTC in the Western Prince William County corridor and is located near the intersection of the Prince William County Parkway and Interstate 66 in Manassas VA. Bus Fleet Operations and Maintenance functions that will be located at this facility include a new Operations / Administrative Building, new Bus Fleet Maintenance building and a Service Lane building. Fleet and employee parking and travel ways are also included. In order to receive consideration, Construction Manager s Qualification Submittals must be received by PRTC, at the address on the cover sheet, no later than 12:00 PM local time on July 25, Submittals must reach the above address by the deadline stated. Submissions time stamped 2:31 or later will be late and will not be accepted Contractors shall submit one (1) original (identify the Original as such on the front cover of the Qualification Statement), five (5) hard copies, and one (1) electronic copy to include the following: 1. This completed and signed cover sheet. 2. Submittal materials as described in Attachment B of this RFQ. 3. Insurance Checklist signed. Name and Address of Firm: Phone #: Fax #: Date: BY: _ (Signature) Name: (Typed or Printed Name and Title) address: _ 2

3 I. OVERVIEW...4 A. Background...4 B. Project Description / Broad Scope of Work C. Project Site... 6 D. Project Financing...6 II. REQUEST FOR QUALIFICATION SUBMITTAL...6 A. Owner...6 B. Owner s Architect...6 C. The Construction Management (CM) Team Selection Process D. Communications...7 E. Disadvantaged Business Enterprise (DBE).. 7 F. Owner s Rights and Obligations... 8 G. Evaluation and Scoring H. Optional Pre-Submittal Conference...9 I. Submittal Requirements J. Anticipated Project Schedule...11 III. ATTACHMENTS A. Concept Plan B. Contractor s Statement of Qualifications C. Insurance Checklist

4 I. OVERVIEW A. Background PRTC is a suburban public transportation agency located 25 miles south of Washington, DC. The PRTC Transit Center is a 16 year old building and is the agency s only facility. It serves as the administrative, operations, and maintenance complex for both PRTC staff and employees of the bus operations and maintenance contractor, First Transit. The bus fleet consists of 153 vehicles housed in a gated, fenced yard behind the Center. The Transit Center sits between two ramps for I-95 and is bounded by Dale Boulevard on the south. The bus storage yard has been expanded once and cannot be expanded any more. In 2007, the PRTC s governing board adopted a long-range bus service plan spanning the next twenty-five years ( the plan ). The plan calls for the implementation of a second bus maintenance facility in the western region of PRTC s bus service area because: PRTC s existing bus maintenance facility in Woodbridge, VA cannot be expanded. PRTC-operated bus services in the western region of the service area ( the westerly routes ) require long dead-head miles to reach the beginning of the westerly routes, so a second facility in the western portion of Prince William County would significantly reduce dead-head mileage and time savings, thereby decreasing costs to operate the service. PRTC (the Owner) wishes to retain the services of a Construction Management firm (CM), to provide pre-construction services with the intent of negotiating a guaranteed maximum price (GMP) for Construction Management at Risk (CM at Risk) services when construction drawings are complete. The purpose of this Request for Qualifications (RFQ) is to establish a short-list of three to five qualified CMs to receive the RFP. The Owner intends to issue the RFP to the short-listed CMs only. B. Project Description Federal funds will be used for this contract. Accordingly, all applicable federal and state requirements will apply, full compliance with Davis Bacon wage scales, and certified payrolls will be part of the responsibilities of the successful CMAR. Prospective Contractors are expected to become familiar with these requirements, and should not submit proposals if unable to execute a contract containing such provisions. 4

5 A acre site has been acquired for the western facility and is located at the southern end of the Patriot Business Center industrial park at the intersection of Balls Ford Road and Doane Drive, bounded by vacant land to the north, a Norfolk Southern Railroad spur track and existing industrial buildings to the east, Prince William Parkway to the west, and an existing storm water detention pond (SWM) and Forest Conservation Area to the south. The SWM facility will serve the planned PRTC facility as well as the rest of the Patriot Business Center. The proposed facility is anticipated to house a bus maintenance building (45,000 +/- gross square feet), a fleet service building with fueling, fare collection, and fully automated bus wash (17,000 +/- gross square feet), and an administrative and operations building (18,000 +/- gross square feet). It is also anticipated that the western facility will accommodate approximately 23 visitor parking spaces, 181 employee parking spaces, and 118 bus parking spaces. A landscaped buffer adjacent to Prince William Parkway along the entire western side of the site is also anticipated in accordance with the Highway Corridor Overlay District (HCOD) requirement. (See Attachment A - Concept Plan). The project is envisioned to be a standard 40 year construction type and will utilize cost effective building systems and be consistent with the PRTC s standard pallet of materials. The project will incorporate the design requirements of LEED Silver certification. CMAR Broad Scope of Work The selected CM will provide ongoing construction, design and constructability reviews of the design documents to assist the design team in maintaining project intent and budget integrity while diminishing or eliminating construction issues prior to the commencement of physical work. Schedule parameters necessitate the GCCM s participation in the design phase to begin while the consultant proceeds into construction documents specifically to include the following items. At the conclusion of the 30% Documents (Design Development) the CM will be retained and provided copies of the 30% documents including Drawings, Outline Specifications, Cost Estimate, and Project Schedule. Therein after the CM will be expected to participate in a Value Engineering Exercise, Perform Constructability Reviews of all design disciplines, Review the cost estimate and schedule, prepare a 60% CD progress Construction Cost Estimate, reconcile 60% CD Construction Cost estimate with Design Team, attend meetings with project team as necessary to reconcile the construction costs. Continue to meet with project team to review and monitor development of the 100% Construction Documents. At or about the 90% CD phase, the CM will be expected to provide the owner with a Guaranteed Maximum Price (GMP) proposal and transition the design phase services into a Construction Manager at Risk (CMAR). 5

6 C. Project Site The Acre site is located near the intersection of Doane Drive and Balls Ford Road, at the end of Doane Drive, Manassas Virginia. The buildings will be new. D. Project Financing Proceeding with this project, including the execution of the GCCM at Risk contract are predicated upon the receipt of funding and legislative authorization. II. REQUEST FOR QUALIFICATIONS SUBMITTAL PROCESS A. Owner The Owner will be PRTC. The Owner s Project Manager for the project will be: B. Owner s Architect Nick Alexandrow PRTC Potomac Mills Road Woodbridge, VA nalexandor@omniride.com Tel: , FAX: The Owner s Architect Project Manager for the project is: Sean Beachy, AIA Wendel 1420 King Street, Suite 510 Alexandria VA, C. The Construction Management (CM) Team Short-List Selection Process 1. The selection process will focus on qualifications and project requirements, short-listing those three to five CM teams deemed most capable of delivering the building on time and within budget. The schedule anticipates execution of the contracts for pre-construction services in calendar year 2014, and execution of the contract for the construction services in calendar year The PRTC will establish an Evaluation Committee that will serve 6

7 throughout the selection process. This selection process will consist of two distinct parts: Request for Qualifications (RFQ) Submittal with the subsequent evaluation and short-listing and the Request for Proposals (RFP) response with the attendant evaluation and contract award. 3. In the RFQ Phase, CM Teams interested in being considered for this project must submit their qualifications in strict accord with Attachment B. The committee will review, evaluate and rank Respondents submittals and identify a short-list of at least three CM Teams, but not more than five. Those short-listed teams will receive copies of the RFP. Proposal evaluation and award criteria will be discussed in the RFP document. D. Communications Any and all communication and requests for information or clarification concerning the project shall be addressed to Nick Alexandrow. Specifically, except as provided for during the RFQ Phase Pre-Submittal Conference, Respondents shall refrain from contacting the Owner s consultants, or any other staff members of PRTC involved in this project, including members of the Evaluation Committee or other participants responding to either the RFQ or the RFP. Any unauthorized communication or attempt at communication may result in non-consideration of Respondent s submittal. E. Disadvantaged Business Enterprise (DBE) Each Prospective Contractor will be required at the proposal stage to submit its use of sub-contractors in the delivery of this project. The submission does not necessarily require the Prospective Contractor to utilize DBE's in the performance of the contract. Where it is practicable for any portion of the awarded contract to be subcontracted, the contractor is encouraged to offer such business to minority and/or women-owned businesses. All DBE's proposed must be certified by the U.S. DOT, another federal agency using essentially the same definition and ownership and control criteria as DOT, or another recipient of DOT funds, the Washington Metropolitan Area Transit Authority, Virginia Department of Transportation, or the Metropolitan Washington Airports Authority. The Successful Contractor and its subcontractors agree to ensure that disadvantaged business enterprises as defined in 49 C.F.R. Part 26 have a level playing field on which DBEs can compete fairly and participate fully in contracts and subcontracts financed in whole or in part with federal funds provided under this agreement. In this regard, PRTC and its contractors shall take all necessary and reasonable steps in accordance with 49 C.F.R. Part 26 to ensure that disadvantaged business enterprises have a level playing field to compete for and perform contracts. The Successful Contractor shall be required to submit a schedule of DBE use and payments made to DBEs on a biannual basis as determined by PRTC. The contractor is required to maintain records and documents of payments to DBE s 7

8 for three years following the performance of the contract and will make these records available to PRTC upon request. F. PRTC s Rights and Obligations 1. PRTC shall have the following rights and obligations with respect to the selection process: a. PRTC will not assume any liability for loss of or damage to Submittals in transit from Respondents. b. All materials submitted for consideration in response to this RFQ will become the property of PRTC. Submissions will not be returned to the Respondents. c. PRTC reserves the right to suspend or discontinue the selection process at any time and to return or reject any or all Submittals of qualifications without obligation to the Respondent. d. In all questions regarding the selection procedure, interpretation shall be by and through the designated correspondent, Nick Alexandrow. All such interpretations will be binding. G. Evaluation and Scoring 1. The Evaluation Committee will score each Construction Management Team s response to the RFQ in accord with predetermined evaluation criteria. The Owner expects to short-list at least three CM Teams each of which will then receive the RFP. Evaluation criteria for reviewing qualifications will include, but are not limited to: a. Experience with managing and/or constructing 5 points buildings with a high degree of energy efficiency utilizing green/sustainable design features. b. The overall experience and ability of the Construction 30 points Management Team, with particular emphasis on the proposed Project Manager and Project Superintendent. c. The Construction Management Team s performance 30 points on past projects similar in scope and size. d. The Construction Management Team s 20 points demonstrated ability to establish budgets, control costs, provide for quality control and achieve of project schedules. e. The financial capability including the insurance 15 points 8

9 and bonding history of the Construction Management Team. Note: It is the intent of the Owner that a proposed CM Team short-listed at the RFQ Phase remain constant through the RFP Phase. If not, the short-listed firm may be disqualified at the sole discretion of the Owner. H. Optional Pre-Submittal Conference 1. Interested teams may attend a Pre-Submittal Conference at PRTC to be held at 10:30 AM on Wednesday, July 9, 2014, in the Large Conference Room, Potomac Mills Road, Woodbridge, VA to review the scope and requirements of this project. Attending teams may be given the opportunity to tour the project site. Requests for meetings by individual teams will not be considered. I. Submittal Requirements 1. RFQ Response: In order to be considered for selection, the Offeror shall submit a complete response to this RFQ as follows to PRTC: a. One (1) original and five (5) hard copies of the entire Qualifications Statement, INCLUDING ALL ATTACHMENTS. Any proprietary information should be clearly marked in accordance with 1.c below. Identify the Original as such on the front cover of the proposal. b. One (1) electronic copy in WORD format or searchable PDF (CD or flash drive) of the entire Qualifications Statement, INCLUDING ALL ATTACHMENTS. Any proprietary information should be clearly marked in accordance with 1.c below. c. Should the Qualifications Statement contain proprietary information, provide one (1) redacted hard copy and one (1) redacted electronic copy of the Statement and attachments with proprietary portions removed or blacked out. This copy should be clearly marked Redacted Copy on the front cover. Ownership of all data, materials and documentation originated and prepared for PRTC pursuant to the RFQ shall belong exclusively to the PRTC and be subject to public inspection in accordance with the Virginia Freedom of Information Act. Trade secrets or proprietary information submitted by the offeror shall not be subject to public disclosure under the Virginia Freedom of Information Act; however, the offeror must invoke the protection of Section F of the Code of Virginia, in writing, either before or at the time the data is submitted. The written notice must specifically identify the data or materials to be protected and state the reasons why protection is necessary. The proprietary or trade secret materials submitted must 9

10 be identified by some distinct method such as highlighting or underlining and must indicate only the specific words, figures, or paragraphs that constitute trade secret or proprietary information. The classification of an entire proposal document, line item prices and/or total proposal prices as proprietary or trade secrets is not acceptable and will result in rejection and return of the proposal. No other distribution of the proposal shall be made by the Offeror. 2. Submittals shall be sealed and clearly marked with the name and address of the Respondent and the title and solicitation number of this RFQ. Facsimile (FAX) submittals are not acceptable and will not be considered. The submittal shall consist of the following: a. A completed and signed copy of the cover sheet to this RFQ. b. A completed copy of Contractors Statement of Qualifications accompanying this RFQ as Attachment B. 3. Responses to the items listed in Attachment B shall be tabbed and numbered in accordance with the numbering scheme of the attachment. That is, each alphabetically captioned section of the Statement of Qualifications shall be a separate tab within the bound submittal. Items within that section will be numbered and arranged as on the attachment, e.g.: Tab A: SECTION A - GENERAL INFORMATION A.1. (Response) A.2. (Response), etc. Tab B: SECTION B - BONDING & INSURANCE B.1. (Response) B.2. (Response), etc. TAB C, etc. 4. Respondents must ensure that the Respondents Certification and Contact Authorization Form of Attachment B is properly executed and notarized. Failure to comply with this requirement may result in non-consideration of a submittal. J. Anticipated Project Schedule Pre-Qualification Advertisement June 29, 2014 RFQ Optional Pre-Submittal Conference July 9, 2014 at 10:30 a.m. (Site visit following) Statement of Qualification July 25, 2014 at 12:00 Noon 10

11 Distribute/Evaluate/ Rank/Pre-Qualify July 26 July 31, 2014 Notify Pre-Qualified CM Teams and Release RFP August 1, 2014 CM Proposals Due September 3, 2014 at 12:00 Noon Proposals Evaluated September 4 through 12, 2014 Conduct Interviews September 22, 23 and 24, 2014 Commission Authorization to Award Contract October 2, 2014 Contract for Pre-construction Services Signed October 17, 2014 NOTE: This schedule is only intended to be a planning tool; dates are projected, and the actual schedule may vary from these projections. Under no condition is the Owner bound by this schedule. III. ATTACHMENTS A. Concept Plan B. Contractor s Statement of Qualifications C. Insurance Checklist 11

12 ATTACHMENT B CONTRACTOR'S STATEMENT OF QUALIFICATIONS TABLE of CONTENTS A. General Information B. Bonding and Insurance C. Legal Proceedings / Claims D. References E. Financial F. Organizational Experience G. Key Personnel H. Respondent s Certification and Contact Authorization 12

13 SECTION A - GENERAL INFORMATION A.1. A.2. A.3. A.4. A.5. A.6. A.7. A.8. Legal name and address of Respondent: Federal Employer Identification Number: Telephone and fax number: Name, title, telephone and fax number of Respondent s authorized point of contact concerning this submittal: President, Chief Executive Officer, or Managing Partner's address and phone number (if different from above) and length of time in current position: Date authorized to transact business in Virginia: Number of Respondent s License or Certificate issued by the Commonwealth of Virginia Department of Professional and Occupational Regulation: Type of Organization: Corporation, Partnership, Privately Held, Joint Venture: Provide as appropriate: Corporation: State of Incorporation: Date of Incorporation: FEIN: Partnership: Date Organized: Form of Partnership: Privately Held: Date of Organization: Joint Venture: Date of Organization: If Respondent is a Joint Venture, as Attachment (A1) provide a copy of the Joint Venture Agreement. If Respondent is a Partnership, as Attachment (A1) provide a copy of the Partnership Agreement. Name and Title of Person Authorized to sign binding commitments for the Respondent. A.9 If Respondent has ever operated under another name, please provide the other name, number of years in business under this name and State license number under this name. SECTION B - BONDING & INSURANCE B.1 Confirm that Respondent s bonding company is listed in the Federal Register Circular 570 published by the U.S. Department of Treasury, has at least an "A" rating as established by the A.M. Best Company, and is licensed to transact fidelity and Surety business in the Commonwealth of Virginia. 13

14 B.2. B.3. B.4. As Attachment (B1) provide a letter from Respondent s Surety, identifying the Surety and confirming the Surety s willingness to bond the Respondent for a maximum contractual value of $26 million, and confirming the items in B.1. above. Name, address, and telephone numbers of Respondent s current Surety agent or underwriting contact: Has any company refused to bond Respondent on any project in the last 5 years? If yes, provide the name and address of the Surety company and specify the reasons given for the refusal: B.5. A checklist of required insurance coverage is attached and identified as Insurance Checklist (Attachment C). Items marked X are required to be provided. B.6. Provide, as Attachment (B3) a letter from the insurance carrier detailing the history of any claims paid against the Commercial General Liability, Worker s Compensation or Builder s Risk insurance during the last five years. SECTION C - LEGAL PROCEEDINGS/CLAIMS C.1. C.2. C.3. Identify any lawsuits, administrative orders, hearings, or proceedings initiated by the Environmental Protection Agency, National Labor Relations Board, Occupational Safety and Health Administration, or the Internal Revenue Service, or similar state or local government agencies, in the last five years, concerning any labor practices, project environmental, health or safety practices, or tax liability, respectively, of the Respondent. Identify the nature of the proceeding and its ultimate resolution. In the last ten years, has Respondent s organization, or any officer, director, partner or owner, had judgments entered against it or them for the breach of contracts for construction? If yes, state the person or entity against whom the judgment was entered, give the location and date of the judgment, describe the project involved, and explain the circumstances relating to the judgment, including the names, addresses and phone numbers of persons who might be contacted for additional information. If Respondent answers yes to any of the following, state the person or entity against whom the conviction or debarment was entered, give the location and date of the conviction or debarment, describe the project involved, and explain the circumstances relating to the conviction or debarment, including the names, addresses and phone numbers of persons who might be contacted for additional information. C.3.a. In the last ten years, has Respondent s organization or any officer, director, partner, owner, project manager, procurement manager or chief financial officer of Respondent s organization: C.3.a.1. Ever been fined or adjudicated of having failed to abate a citation for building code violations by a court or local building code appeals board? 14

15 C.3.a.2. C.3.a.3. C.3.a.4. Ever been found guilty on charges relating to conflicts of interest? Ever been convicted on criminal charges relating to contracting, construction bidding, bid rigging or bribery? Ever been convicted: (i) under Va. Code Section et seq. (Ethics in Public Contracting); (ii) under Va. Code Section et seq. (Va. Governmental Frauds Act); (iii) under Va. Code Section et seq. (Conspiracy to Rig Bids); (iv) of a criminal violation of Va. Code Section (enforcement of occupational safety and health standards); or (v) of violating any substantially similar federal law or law of another state? C.3.b. Is Respondent s organization or any officer, director, partner or owner currently debarred from doing federal, state or local government work for any reason? C.4. If Respondent answers yes to any of the following, give the date of the termination order, or payment, describe the project involved, and explain the circumstances relating to same, including the names, addresses and phone numbers of persons who might be contacted for additional information. C.4.a. Has Respondent s organization: C.4.a.1. C.4.a.2. Ever been terminated on a contract for cause? Within the last five years, made payment of actual and/or liquidated damages for failure to complete a project by the contracted date? C.4.b. Has Respondent s organization, in the last three years, received a final order for willful and/or repeated violation(s) for failure to abate issued by the United States Occupational Safety and Health Administration or by the Virginia Department of Labor and Industry or any other government agency? C.4.c. Have any Performance or Payment Bond claims ever been paid by any Surety on behalf of Respondent s organization? SECTION D - REFERENCES Provide the company name, address, telephone, and fax numbers, contact person, title, and years of relationship for each reference. D.1. D.2. Major Trade References: Provide a minimum of six (preferably Virginia Respondents) Bank or Financial References: 15

16 SECTION E - FINANCIAL E.1. Provide a copy of a Dun & Bradstreet Inc., B.I.R. (Business Information Report) with this Submittal. A copy may be obtained, free of charge, Directly from Dun & Bradstreet by calling If your organization is not currently listed, call the same telephone number and provide the necessary information and a report will be prepared, free of charge in approximately 10 days. The Owner reserves the right to independently obtain additional or similar. SECTION F - ORGANIZATIONAL EXPERIENCE If your organization has multiple offices, provide the following information for the office that would handle projects under this prequalification. If that office has limited history, list its experience first. F.1. State value of construction currently under contract (2014): F.2. F.3. F.4. F.5. State value of construction currently bid and outstanding: Attach a list of all projects, giving project name, location, size, dollar value, and completion date for each that your organization has completed in the last eight (8) years: For at least three (3) projects in the last 5 years, list projects for which your team has provided/is providing Construction Manager at Risk services which are most related to this project. In determining which projects are most related, consider related size and complexity; how many members of the proposed team worked on the listed project; and, how recently the project was completed. List the projects in priority order, with the most related project listed first providing the information requested in F.5. In describing each project, provide the following information, numbered as follows: F.5.a. Project Name: F.5.b. Project Address: F.5.c. Size of Project such as: (gross square feet, height, or stories plus sub-surface levels, total cost): F.5.d. Owner's Name: F.5.e. Owner s Address: F.5.f. Owner s Phone Number: F.5.g. Owner s Point of Contact for this project: F.5.h. Architect's Name: F.5.i. Architect s Address: 16

17 F.5.j. Architect s Phone Number: F.5.k. Architect s Point of Contact for this project: F.5.l. Project s Construction Budget: F.5.m. Project s Original Negotiation Construction Cost/GMP F.5.n. Project s Final or current Contract Amount: F.5.o. Total number of change orders, percent of total change order amount to original Contract Sum, and reason for each change order: F.5.p. Project s Substantial Completion Date: (Plus or minus days from original contract Substantial Completion date): F.5.q. Project s Final Completion Date: (Plus or minus days from original contract Final Completion date): F.5.r. Project Description, i.e., function of building and component building systems: F.5.s. CM s Project Manager assigned to the project. F.5.t. CM s Project Superintendent assigned to the project. SECTION G - KEY PERSONNEL The expertise, experience, and qualifications of Respondent s personnel will be a major factor in evaluating a Respondent s Qualifications Statement. The information provided should convey the relevant expertise, experience and qualifications relative to complex Construction Management projects. Evidence that the proposed personnel have previously worked together as a team should be included where applicable. Regarding specific personnel qualifications, the PRTC desires that: The Project Manager most likely to be assigned to this project have served as Project Manager on at least three (3) Construction Management projects of comparable scope, involving similar facilities, over the past five years, with one of those projects within the past two years. Equivalent or comparable experience may be considered, at the PRTC's sole discretion; however, it shall be sufficiently similar so that the PRTC may conclude that the proposed Project Manager is familiar with and capable of handling the project described in the RFQ. The Superintendent most likely to be assigned to this project has served as Superintendent on at least three (3) Construction Management projects of comparable scope, involving similar facilities, over the last five years, with one of those projects within the past two years. Equivalent or comparable experience may be considered, at the PRTC's sole discretion; however, 17

18 it shall be sufficiently similar so that the PRTC may conclude that the proposed Superintendent is familiar with and capable of handling the project described in the RFQ. Provide the following information for each key personnel proposed: G.1. G.2. G.3. G.4. Name, title, proposed position: Education or related experience: Licenses - List current licenses by type, state and year obtained: Number of years each proposed staff member has been employed by: G.4.a. Respondent s organization: G.4.b. Respondent s organization in the position proposed: G.4.c. Previous organizations in the position proposed: G.5. Construction Manager at Risk projects of similar nature, scope, and duration performed by the proposed personnel during the past five years (in the same position as being proposed). State for each project the following minimum information: G.5.a. Name of organization the individual was employed by, the supervisor's name, and telephone number: G.5.b. Project name and location: G.5.c. Project scope (dollar value, square footage etc.): G.5.d. Indicate whether the project was completed on time and within budget and if not explain: G.5.e. Provide any information related to energy efficient or green/sustainable design features that were constructed as part of the project. G.5.e. Project description explaining how it is similar to this project: 18

19 RESPONDENT S CERTIFICATION AND CONTACT AUTHORIZATION The undersigned certifies under oath that the information contained in this Statement of Qualifications and attachments hereto is complete, true and correct as of the date of this Statement, and hereby authorizes PRTC to obtain, and the recipient of this form to release, any information regarding our Respondent in relation to business and services we conducted with Respondent s organization. Name of Entity Making the Submittal By: Type or Printed Name of Signer (Must be person designated in Section A.8.) Title: Date: Notary: Signature State of County/City of Subscribed and sworn before me this day of, 2014 Notary Public Signature My commission expires NOTARY SEAL: 19

20 ATTACHMENT C INSURANCE CHECKLIST Items marked X are required to be provided if award is made to your firm. Contractor s Insurance Agent shall mark a check ( Yes or No ) as to availability of insurance. Note: If you have answered No to any of the requirements, provide written explanation below Offeror and Insurance Agent Statement on the following page. Yes No* Required X X X X X X X X X X X COVERAGE REQUIRED 1. Workers Compensation and Employers Liability; Admitted in Virginia Employer s Liability All Sates Endorsement USL&H Endorsement Voluntary Compensation 2. General Liability Products Complete Operations Contractual Liability Personal Injury Independent Contractors XCU Prop. Damage 3. Automobile Liability Owned, Hired & Rented Motor Carrier Act End. X 4. Professional Errors and Omissions 5. Garage Liability Garage keepers Legal Liability Fire Legal Liability Other Insurance: 8. X 9. PRTC named as additional insured on General Liability (This coverage is primary to all other coverage s PRTC may possess) X day cancellation notice required X 11. Best s Guide Rating - A:VI or Better, or Equivalent X 12. The Certificate must state Bid/RFP/RFQ # and Bid/RFP/RFQ Title LIMITS (FIGURES DENOTE MINIMUM) 1. Statutory Limits of the Commonwealth of Virginia: Yes $500,000 $500,000 $500, $1,000,000 Combined Single Limit Bodily Injury and Property Damage Each Occurrence 3. $1,000,000 Combined Single Limit Bodily Injury and Property Damage Each Occurrence 4. $1,000,000 X 13. Umbrella Liability 13. $5,000,000 Limit per Occurrence

21 ATTACHMENT C (continued) INSURANCE CHECKLIST OFFEROR AND INSURANCE AGENT STATEMENT We understand the insurance requirements of these specifications and will comply in full if awarded this Contract. OFFEROR INSURANCE AGENCY SIGNATURE SIGNATURE 21

22

OLD DOMINION UNIVERSITY REAL ESTATE FOUNDATION REQUEST FOR QUALIFICATIONS (RFQ) SEALED - #09-RF-001

OLD DOMINION UNIVERSITY REAL ESTATE FOUNDATION REQUEST FOR QUALIFICATIONS (RFQ) SEALED - #09-RF-001 OLD DOMINION UNIVERSITY REAL ESTATE FOUNDATION REQUEST FOR QUALIFICATIONS (RFQ) SEALED - #09-RF-001 Title: Request for Residential Construction Contractor Qualification Statements for the President s House

More information

OFFEROR S STATEMENT OF QUALIFICATIONS

OFFEROR S STATEMENT OF QUALIFICATIONS RBHA.ORG 804-819-4000 107 SOUTH FIFTH STREET, RICHMOND, VA 23219 OFFEROR S STATEMENT OF QUALIFICATIONS CAMPUS PHASE II CONSTRUCTION MANAGEMENT AT RISK 2016-AD-0004 TO BE COMPLETED BY OFFERORS IN RESPONSE

More information

Request for Qualifications

Request for Qualifications Request for Qualifications Issued: December 2, 2016 City Auditorium Bathroom Remodel Project Design-Build Project STATEMENTS OF QUALIFICATIONS ARE DUE BY 3:00 P.M. TUESDAY, JANUARY 10, 2017 1.0 REQUEST

More information

GUADALUPE RIVER PARK AND GARDENS IDENTIFICATION, INTERPRETIVE AND WAY FINDING SYSTEMS SINGAGE PROJECT CITY OF SAN JOSE REDEVELOPMENT AGENCY

GUADALUPE RIVER PARK AND GARDENS IDENTIFICATION, INTERPRETIVE AND WAY FINDING SYSTEMS SINGAGE PROJECT CITY OF SAN JOSE REDEVELOPMENT AGENCY CITY OF SAN JOSE REDEVELOPMENT AGENCY REQUEST FOR PRE-QUALIFICATION OF EXTERIOR SIGN FABRICATION BIDDERS GUADALUPE RIVER PARK AND GARDENS IDENTIFICATION, INTERPRETIVE AND WAY FINDING SYSTEMS SINGAGE PROJECT

More information

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017 2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION PART A 2018 Instructions; Appeals Process PART B 2018 Questionnaire PART C 2018 Questionnaire Scoring PART

More information

PRE-QUALIFICATION SUBMITTAL PACKAGE FOR GENERAL CONTRACTOR PRE-QUALIFICATION FOR THE VETERANS SPORTS PARK AT TUSTIN LEGACY, CIP NO.

PRE-QUALIFICATION SUBMITTAL PACKAGE FOR GENERAL CONTRACTOR PRE-QUALIFICATION FOR THE VETERANS SPORTS PARK AT TUSTIN LEGACY, CIP NO. PRE-QUALIFICATION SUBMITTAL PACKAGE FOR GENERAL CONTRACTOR PRE-QUALIFICATION FOR THE VETERANS SPORTS PARK AT TUSTIN LEGACY, CIP NO. 20043 IN THE CITY OF TUSTIN 300 CENTENNIAL WAY TUSTIN, CALIFORNIA 92780

More information

PART VIII DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS

PART VIII DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS PART VIII DOCUMENTS, EHIBITS AND OTHER ATTACHMENTS SECTION TITLE T U Exhibits List of Attachments 60 SECTION T EHIBITS SECTION TITLE The following information is provided to assist Offerors with the preparation

More information

C740 (13002F) REQUEST FOR PRE-QUALIFICATION BIDDERS

C740 (13002F) REQUEST FOR PRE-QUALIFICATION BIDDERS SILICON VALLEY BERRYESSA EXTENSION PROJECT C740 (13002F) REQUEST FOR PRE-QUALIFICATION OF BIDDERS Milpitas Station Surface Parking and Roadway Issued September 25, 2014 REQUEST FOR PRE-QUALIFICATION OF

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY 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 information

Arlington Public Schools Procurement Office

Arlington Public Schools Procurement Office Request for Qualification Construction Management at Risk Services Request for Qualifications Issue Date: April 11, 2019 Arlington Public Schools Procurement Office Request for Qualifications Number: Project

More information

SAN FRANCISCO UNIFIED SCHOOL DISTRICT 2019 PRE-QUALIFICATION QUESTIONNAIRE

SAN FRANCISCO UNIFIED SCHOOL DISTRICT 2019 PRE-QUALIFICATION QUESTIONNAIRE PART B. 2019 QUESTIONNAIRE PREQUALIFICATION FOR GENERAL CONTRACTORS AND MECHANICAL, ELECTRICAL AND PLUMBING SUBCONTRACTORS CONTACT INFORMATION Firm Name: Check One: (As it appears on license) Corporation

More information

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street

More information

ADDENDUM NO. 1. Date: March 7, Accessible Ramp at Saddleback College. Bid No South Orange County Community College District

ADDENDUM NO. 1. Date: March 7, Accessible Ramp at Saddleback College. Bid No South Orange County Community College District ADDENDUM NO. 1 Date: March 7, 2018 Accessible Ramp at Saddleback College Bid. 2071 South Orange County Community College District General-All project documents including contract documents, drawings, and

More information

PREQUALIFICATION PACKAGE FOR

PREQUALIFICATION PACKAGE FOR PREQUALIFICATION PACKAGE FOR THERMAL ENERGY STORAGE TANK REHABILITATION (REVISED) PROJECT 17-59 Due Date and Location for Submittal: 2:00 pm on Monday, December 18, 2017 City Clerk City of Beverly Hills

More information

ATTACHMENT 6 PREQUALIFICATION QUESTIONNAIRE. Firm Name: Check One: Corporation (as it appears on license) Sole Prop.

ATTACHMENT 6 PREQUALIFICATION QUESTIONNAIRE. Firm Name: Check One: Corporation (as it appears on license) Sole Prop. ATTACHMENT 6 PREQUALIFICATION QUESTIONNAIRE CONTACT INFORMATION Firm Name: Check One: Corporation (as it appears on license) Partnership Sole Prop. Contact Person: Address: Phone: Fax: If Firm is a sole

More information

EL RANCHO UNIFIED DISTRICT PREQUALIFICATION QUESTIONNAIRE PACKET

EL RANCHO UNIFIED DISTRICT PREQUALIFICATION QUESTIONNAIRE PACKET EL RANCHO UNIFIED DISTRICT PREQUALIFICATION QUESTIONNAIRE PACKET In accordance with California Public Contract Code section 20111.6, all prime or general contractors and mechanical, electrical and plumbing

More information

STATEMENT OF BIDDER S QUALIFICATIONS (GENERAL CONTRACTOR)

STATEMENT OF BIDDER S QUALIFICATIONS (GENERAL CONTRACTOR) HOUSING AUTHORITY OF THE COUNTY OF SAN BERNARDINO CAPITAL FUND PROGRAM 715 E. BRIER DRIVE SAN BERNARDINO, CA 92408-2841 (909) 890-0644 FAX (909) 915-1831 STATEMENT OF BIDDER S QUALIFICATIONS (GENERAL CONTRACTOR)

More information

Charlotte-Mecklenburg Schools. Request for Qualifications

Charlotte-Mecklenburg Schools. Request for Qualifications Charlotte-Mecklenburg Schools Request for Qualifications Move Management Services December 2, 2018 Table of Contents Section 1 - ADVERTISEMENT...3 Section 2 INTRODUCTION/OVERVIEW/GENERAL INFORMATION...4

More information

Madera Unified School District

Madera Unified School District Madera Unified School District Contractor Prequalification Procedures Prequalification Application PREQUALIFICATION PROCEDURES tice is hereby given by Madera Unified School District ( District ) that general

More information

CITY OF SAN MATEO PUBLIC WORKS APRIL

CITY OF SAN MATEO PUBLIC WORKS APRIL REQUEST FOR PROPOSAL PRE-QUALIFICATION OF CONTRACTORS SEEKING TO BID ON THE CITY OF SAN MATEO S WASTEWATER TREATMENT PLANT DIGESTER GAS TO COMPRESSED NATURAL GAS INFRASTRUCTURE AND VEHICLE FUELING SYSTEM

More information

Contractor s Qualification Statement

Contractor s Qualification Statement THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A305 Contractor s Qualification Statement 1986 EDITION This form is approved and recommended by The American Institute of Architects (AIA) and The Associated

More information

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September

More information

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

Request 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 information

Contractor s Qualification Statement

Contractor s Qualification Statement THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A305 Contractor s Qualification Statement 1986 EDITION This form is approved and recommended by The American Institute of Architects (AIA) and The Associated

More information

CONTRACTORS AND SUBCONTRACTORS PRE-QUALIFICATION APPLICATION for MEASURE M BOND PROJECTS

CONTRACTORS AND SUBCONTRACTORS PRE-QUALIFICATION APPLICATION for MEASURE M BOND PROJECTS CONTRACTORS AND SUBCONTRACTORS PRE-QUALIFICATION APPLICATION for MEASURE M BOND PROJECTS Hollister School District will be soliciting bids for reconstruction and new construction on Measure M Bond Projects.

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) MOTOR FUEL & FUEL MANAGEMENT CONTROL SYSTEM SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 PH: 276-386-6521 FAX: 276-386-9198 ISSUE DATE 06/8/2018

More information

Request For Qualifications Construction Management at Risk

Request 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 information

WILLIAMS 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, 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 information

PREQUALIFICATION QUESTIONAIRE

PREQUALIFICATION QUESTIONAIRE CITY HALL FIRST FLOOR COMMUNITY DEVELOPMENT REMODEL PREQUALIFICATION QUESTIONAIRE PROJECT DESCRIPTION Beverly Hills Community Development Facility was last remodeled in 2007, and contains approximately

More information

Acknowledgment Form - page 1 of 2

Acknowledgment Form - page 1 of 2 Acknowledgment Form - page 1 of 2 RFQu - Construction Services for Josiah Henson Park The Proposer must include this signed acknowledgment that the Proposer has reviewed all the terms and conditions of

More information

State of North Carolina Prequalification for Single Prime Contractors

State of North Carolina Prequalification for Single Prime Contractors Failure to answer all of the following questions may result in disqualification. If general contractor has any questions, contact Dan Fields, the Project Principal at dfields@bjac.com. Completing this

More information

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia, City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia, 30297. Bid Deadline November 3, 2017, at 2pm Purpose: The City of

More information

3B 72) 1.0 INTRODUCTION

3B 72) 1.0 INTRODUCTION 1.0 INTRODUCTION Peace River Manasota Regional Water Supply Authority Request for Statement of Qualifications From s For Regional Integrated Loop System Phase 3B Interconnect Project (Preymore Interconnect

More information

APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION

APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION Construction Purchasing Department 3661 Interstate Park Rd. N., 2 nd Floor Riviera Beach, FL 33404 Phone:

More information

Botetourt County Public Schools

Botetourt County Public Schools Botetourt County Public Schools Request for Proposals # 18-5000 for Architectural and Engineering Services Related to the Design of a New Elementary School One (1) original and four (4) copies of sealed

More information

DARLINGTON COUNTY CARPET SQUARES VINYL TILE HARTSVILLE OUTREACH CENTER INVITATION FOR BID (IFB) **RE-ADVERTISED**

DARLINGTON COUNTY CARPET SQUARES VINYL TILE HARTSVILLE OUTREACH CENTER INVITATION FOR BID (IFB) **RE-ADVERTISED** I. INTRODUCTION DARLINGTON COUNTY County of Darlington, South Carolina is seeking bids from qualified firms to install carpet squares and vinyl tile in the Outreach building located at 404 4 th Street

More information

SUBCONTRACTOR PRE-QUALIFICATION STATEMENT

SUBCONTRACTOR PRE-QUALIFICATION STATEMENT SUBCONTRACTOR PRE-QUALIFICATION STATEMENT Instructions: All subcontractor and supplier firms (a.k.a. Subcontractor ) soliciting to bid projects with (hereinafter referred to as Jacquin & Sons ) are required

More information

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park Issued By: Town Manager 3150 Southwest 52 nd Avenue Pembroke Park,

More information

PART VIII DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS

PART VIII DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS PART VIII DOCUMENTS, EHIBITS AND OTHER ATTACHMENTS SECTION TITLE T U Exhibits List of Attachments 52 SECTION T EHIBITS SECTION TITLE The following information is provided to assist Bidders with the preparation

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

REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER February 13, 2017

REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER February 13, 2017 REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER 2017-08 February 13, 2017 Request for Qualifications: Project 2017-08 Licensed Professional Architectural Services The EVERETT HOUSING AUTHORITY is soliciting

More information

CITY OF AZLE REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT RISK NEW JOINT CITY HALL & POLICE ADMINISTRATION & JAIL FACILITY

CITY OF AZLE REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT RISK NEW JOINT CITY HALL & POLICE ADMINISTRATION & JAIL FACILITY CITY OF AZLE REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT RISK NEW JOINT CITY HALL & POLICE ADMINISTRATION & JAIL FACILITY The City of Azle will accept Request for Qualifications for Construction

More information

West Ridge Park Ballfield Light Pole Structural Assessment

West Ridge Park Ballfield Light Pole Structural Assessment Request for Proposal Professional Services October 3, 2017 West Ridge Park Ballfield Light Pole Structural Assessment West Ridge Park 636 Ridge Rd. Highland Park, IL 60035 Submission Deadline: Tuesday,

More information

Request for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services

Request 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 information

Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR

Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR-001-01-13 SUBMISSION DEADLINE: Friday, March 1, 2013 at 4:00 p.m. 1 Request for Proposals

More information

LEGAL NOTICE REQUEST FOR QUALIFICATIONS RFQ For CONSULTANT SERVICES CMAQ-5414(632) ST. CHARLES COUNTY GOVERNMENT ST.

LEGAL NOTICE REQUEST FOR QUALIFICATIONS RFQ For CONSULTANT SERVICES CMAQ-5414(632) ST. CHARLES COUNTY GOVERNMENT ST. LEGAL NOTICE REQUEST FOR QUALIFICATIONS RFQ 18-067 For CONSULTANT SERVICES GATEWAY GREEN LIGHT (GGL) PHASE 4 PE CMAQ-5414(632) ST. CHARLES COUNTY GOVERNMENT ST. CHARLES, MISSOURI St. Charles County is

More information

Proposal No:

Proposal No: 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 Demolition Asbestos /Abatement of Two (2) Structures

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

City of Forest Park Request for Proposals. Secure Access Control Systems

City of Forest Park Request for Proposals. Secure Access Control Systems City of Forest Park Request for Proposals Secure Access Control Systems Mandatory Pre-Proposal Conference March 9, 2016 at 10 am Bid Deadline March 25, 2016, at 2pm Purpose: The City of Forest Park is

More information

PRE-QUALIFICATION REQUIREMENTS FOR BIDDERS Qualification Criteria

PRE-QUALIFICATION REQUIREMENTS FOR BIDDERS Qualification Criteria PRE-QUALIFICATION REQUIREMENTS FOR BIDDERS Qualification Criteria Contractors desiring to bid are required to complete the attached BIDDER QUALIFICATION QUESTIONNAIRE. These forms will be used to determine

More information

INVITATION TO BID-R Frieda Zamba Pool Renovations

INVITATION TO BID-R Frieda Zamba Pool Renovations INVITATION TO BID-R-06-01 Frieda Zamba Pool Renovations Purpose: The City of Palm Coast is requesting bids from general contractors for the renovations of the Frieda Zamba Pool. The outdoor, unsheltered

More information

STATEMENT OF BIDDER'S QUALIFICATIONS

STATEMENT OF BIDDER'S QUALIFICATIONS STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate

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

PREQUALIFICATION FOR GENERAL CONTRACTORS

PREQUALIFICATION FOR GENERAL CONTRACTORS PREQUALIFICATION FOR GENERAL CONTRACTORS Central Union School District Admiral Akers Elementary School Page 0 of 17 CONTACT INFORMATION Firm Name: Check One: Corporation (As it appears on license) Partnership

More information

In addition to completing our Subcontractor Qualification, you will need to submit the following documents:

In addition to completing our Subcontractor Qualification, you will need to submit the following documents: EXEMPLARY BUSINESS RELATIONSHIPS EXCEPTIONAL PERFORMANCE SUSTAINED EMPLOYEE OWNERSHIP Dear Sir/Madam, Exemplary business relationships and exceptional performance are not possible without highly qualified

More information

PRIME CONTRACTOR PREQUALIFICATION APPLICATION

PRIME CONTRACTOR PREQUALIFICATION APPLICATION PRIME CONTRACTOR PREQUALIFICATION APPLICATION Director of Purchasing Services 3401 Walnut Street Suite 421 A Philadelphia, Pennsylvania 19104-6228 Issue Date 01/01/99 Revision 7 01/07/05 INSTRUCTIONS ON

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

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

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404)

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404) City of Forest Park Request for Proposals for the Forest Park Urban Redevelopment Agency (URA) Installation Ft. Gillem Forest Park, Georgia 30297 Mandatory Pre-Proposal Conference September 29, 2015 at

More information

Request for Proposal Records Management and Storage September 1, 2017

Request for Proposal Records Management and Storage September 1, 2017 Request for Proposal Records Management and Storage September 1, 2017-1- Table of Contents Page I. DESCRIPTION OF SERVICES... 1 II. SITE VISIT... 1 III. RULES AND INSTRUCTIONS... 1 IV. INSURANCE REQUIREMENTS...

More information

Request for Proposals for Agent of Record/Insurance Broker Services

Request for Proposals for Agent of Record/Insurance Broker Services County of Charlotte PO Box 608 250 LeGrande Ave; Suite A Charlotte Court House, VA 23923 Request for Proposals for Agent of Record/Insurance Broker Services Note: This public body does not discriminate

More information

INVITATION TO BID U Directional Boring Utility Department

INVITATION TO BID U Directional Boring Utility Department INVITATION TO BID U-06-06 Directional Boring Utility Department Purpose: The City of Palm Coast, Utility Department is soliciting proposals from qualified contractors to perform directional drilling to

More information

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE]

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE] Responsibility Statement and Questionnaire CITY OF NAPA PUBLIC WORKS DEPARTMENT NAPA, CALIFORNIA [DATE] Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the

More information

Request for Proposal. RFP # Recreation T-Shirts

Request for Proposal. RFP # Recreation T-Shirts County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-1212-1 This procurement is governed

More information

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals RFP-FD-09-01 - Replacement Mid-Mount Tower Ladder Required Submittals 1. All addenda (signed and dated) 2. Letter of Transmittal 3. Corporate Information 4. Summary of Litigation (if not applicable, please

More information

Charlotte-Mecklenburg Schools Capital Program Services. Request for Qualifications Architectural Design Services

Charlotte-Mecklenburg Schools Capital Program Services. Request for Qualifications Architectural Design Services Charlotte-Mecklenburg Schools Capital Program Services Request for Qualifications Architectural Design Services February 25, 2019 Contents Section 1 - ADVERTISEMENT...1 Section 2 - INTRODUCTION AND OVERVIEW...1

More information

INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251

INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 DATE April 12, 2017 TABLE OF CONTENTS 1. SUMMARY AND BACKGROUND...

More information

GREENVILLE UTILITIES COMMISSION Greenville, North Carolina REQUEST FOR QUALIFICATIONS. Construction Manager at Risk (CMR) Services

GREENVILLE UTILITIES COMMISSION Greenville, North Carolina REQUEST FOR QUALIFICATIONS. Construction Manager at Risk (CMR) Services GREENVILLE UTILITIES COMMISSION Greenville, North Carolina REQUEST FOR QUALIFICATIONS Construction Manager at Risk (CMR) Services NEW OPERATIONS CENTER A. SCOPE OF SOLICITATION AND TECHNICAL INFORMATION

More information

Request for Qualifications RFQ # Continuing Services Contracts for Professional Surveying Services

Request 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 information

EXPERIENCE AND QUALIFICATION STATEMENT OF

EXPERIENCE AND QUALIFICATION STATEMENT OF EXPERIENCE AND QUALIFICATION STATEMENT OF (Legal Name of Bidder) SUBMITTED TO: Oakland County Water Resources Commissioner Building 95 West One Public Works Drive Waterford, Michigan 48328-1907 REGARDING:

More information

NORFOLK AIRPORT AUTHORITY PART I REQUEST FOR PROPOSALS GENERAL AIRPORT REVENUE BOND UNDERWRITING SERVICES

NORFOLK AIRPORT AUTHORITY PART I REQUEST FOR PROPOSALS GENERAL AIRPORT REVENUE BOND UNDERWRITING SERVICES NORFOLK AIRPORT AUTHORITY PART I REQUEST FOR PROPOSALS GENERAL AIRPORT REVENUE BOND UNDERWRITING SERVICES August 27, 2018 1.0 INTRODUCTION The Norfolk Airport Authority (the Authority ) is seeking proposals

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

DISADVANTAGED BUSINESS ENTERPRISE

DISADVANTAGED BUSINESS ENTERPRISE DISADVANTAGED BUSINESS ENTERPRISE I. Policy It is the policy of the City of Gardena that Disadvantaged Business Enterprises (DBEs) shall have the maximum opportunity to participate in contracts and subcontracts.

More information

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER SERVICES DICKINSON PUBLIC SCHOOL DISTRICT NO. 1 DICKINSON, NORTH DAKOTA

REQUEST 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 information

PREDETERMINATION OF RESPONSIBILITY UNIVERSITY OF PITTSBURGH {SALK HALL RENOVATION PHASE II} DGS PROJECT NO. { }

PREDETERMINATION OF RESPONSIBILITY UNIVERSITY OF PITTSBURGH {SALK HALL RENOVATION PHASE II} DGS PROJECT NO. { } PREDETERMINATION OF RESPONSIBILITY UNIVERSITY OF PITTSBURGH {SALK HALL RENOVATION PHASE II} DGS PROJECT NO. {1103-385.4} BID PACKAGE {ELECTRICAL CONSTRUCTION} STATEMENT OF BIDDERS QUALIFICATIONS (Predetermination

More information

RENEWABLE WATER RESOURCES

RENEWABLE 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 information

THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA RENEWAL VENDOR PREQUALIFICATION PROGRAM

THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA RENEWAL VENDOR PREQUALIFICATION PROGRAM THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA RENEWAL VENDOR PREQUALIFICATION PROGRAM Pursuant to State Requirements for Educational Facilities, Chapter 4, Section 4.1 Prequalification of Contractors

More information

Request for Proposal. For: Solid Waste & Recycling Collection Services

Request for Proposal. For: Solid Waste & Recycling Collection Services WEST BOUNTIFUL CITY Request for Proposal For: Solid Waste & Recycling Collection Services Summary West Bountiful City invites proposals from solid waste collection firms to provide residential curbside

More information

The Firemen s Association of the State of New York

The Firemen s Association of the State of New York Request for Proposal (RFP) The Firemen s Association of the State of New York Seeking Proposal for: New Multipurpose Building & Administration Building Demolition Table of Contents Section I Section II

More information

Denver Public Schools Facility Management / Purchasing S. Acoma St. Denver, Colorado S. Acoma St. Denver, Colorado 80223

Denver Public Schools Facility Management / Purchasing S. Acoma St. Denver, Colorado S. Acoma St. Denver, Colorado 80223 Denver Public Schools Facility Management / Purchasing 1617 S. Acoma St. Denver, Colorado 80223 Date: March 4, 2014 RFQ Number: RFQ Title: RFQ will be received: 2014 DPS Contractor RFQ RFQ Construction

More information

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract. State of Oklahoma Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public

More information

Attachment A Application for Prequalification of Hazardous Material and Building Removal Contractors

Attachment A Application for Prequalification of Hazardous Material and Building Removal Contractors Attachment A Application for Prequalification of Hazardous Material and Building Removal Contractors S201-RFQ3 Request for Qualifications Page 1 of 23 APPLICATION FOR PRE-QUALIFICATION OF HAZARDOUS MATERIAL

More information

Greenville-Spartanburg Airport District 2000 GSP Drive, Suite 1 Greer, SC CONTRACTOR PREQUALIFICATION APPLICATION

Greenville-Spartanburg Airport District 2000 GSP Drive, Suite 1 Greer, SC CONTRACTOR PREQUALIFICATION APPLICATION Greenville-Spartanburg Airport District 2000 GSP Drive, Suite 1 Greer, SC 29651 CONTRACTOR PREQUALIFICATION APPLICATION Terminal Drop-off Improvements August 15, 2018 REQUEST FOR QUALIFICATIONS FOR LANDSCAPE

More information

Williams Unified School District 499 Marguerite Street, Suite C, Williams, CA (530) (530) fax

Williams Unified School District 499 Marguerite Street, Suite C, Williams, CA (530) (530) fax Williams Unified School District 499 Marguerite Street, Suite C, Williams, CA 95987 (530) 473-2550 (530) 473-5894 fax February 21, 2017 REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS ARCHITECTURAL SERVICES

More information

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

TOWN 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 information

Request for Proposals. Forensic Accounting Audit Services

Request for Proposals. Forensic Accounting Audit Services Request for Proposals Forensic Accounting Audit Services PURPOSE: The City of Bristol, Virginia is accepting proposals from qualified, Virginia licensed firms for Forensic Accounting Audit Services related

More information

1.0 INTRODUCTION. Request for Qualifications Phase 1 Interconnect Project Directional Drill Subcontractor Page 1 of 21

1.0 INTRODUCTION. Request for Qualifications Phase 1 Interconnect Project Directional Drill Subcontractor Page 1 of 21 1.0 INTRODUCTION Peace River Manasota Regional Water Supply Authority Request for Statement of Qualifications From s For Regional Integrated Loop System Phase 1 Interconnect Project (U.S. 17 to Punta Gorda)

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW 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 information

Exhibit B-1 MEP Subcontractor Questionnaire

Exhibit B-1 MEP Subcontractor Questionnaire Exhibit B-1 MEP Subcontractor Questionnaire SAN RAFAEL CITY SCHOOLS PREQUALIFICATION QUESTIONNAIRE AND CERTIFICATION FOR PROSPECTIVE MEP SUBCONTRACTORS Due before 2:00pm, day,, 2017 Pursuant to Public

More information

REQUEST 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 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 information

Request for Proposals (RFP)

Request for Proposals (RFP) Town of Londonderry, NH Planning and Engineering Professional Review Services Request for Proposals (RFP) The Town of Londonderry, New Hampshire (Town), through the office of the Town Manager, and with

More information

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES The intent of this Request for Qualifications (RFQ) is to solicit responses from Energy Service

More information

OFFICE OF THE SUMMIT COUNTY SHERIFF

OFFICE OF THE SUMMIT COUNTY SHERIFF OFFICE OF THE SUMMIT COUNTY SHERIFF 970-453-2474 fax 970-453-7329 REQUEST FOR PROPOSAL 2018 VEHICLE TOWING CONTRACT FOR SUMMIT COUNTY, COLORADO Release Date: November 3, 2017 Closing Date: November 24,

More information

COUNTY OF SCOTT, VIRGINIA REQUEST FOR PROPOSAL FOR ACCOUNTING SERVICES

COUNTY OF SCOTT, VIRGINIA REQUEST FOR PROPOSAL FOR ACCOUNTING SERVICES COUNTY OF SCOTT, VIRGINIA REQUEST FOR PROPOSAL FOR ACCOUNTING SERVICES The Board of Supervisors of Scott County (hereinafter called the "County") invites qualified certified public accountants (hereinafter

More information

REQUEST FOR QUALIFICATIONS FOR ENVIRONMENTAL CONSULTANT SERVICES

REQUEST FOR QUALIFICATIONS FOR ENVIRONMENTAL CONSULTANT SERVICES Dear Interested Party: Date: November 6, 2017 REQUEST FOR QUALIFICATIONS FOR ENVIRONMENTAL CONSULTANT SERVICES The Connecticut Housing Finance Authority ("CHFA") requests written qualifications for Environmental

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236

More information

Prequalification Questionnaire

Prequalification Questionnaire Prequalification Questionnaire MODESTO CITY SCHOOLS PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE MEP SUBCONTRACTORS (Date) Pursuant to Public Contract Code section 20111.6, each prospective contractor

More information

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY CITY OF CONROE P.O. BOX 3066 CONROE, TEXAS 77305 RESPONSES DUE: DECEMBER 14, 2017 CITY OF CONROE PURCHASING DEPARTMENT

More information

REQUEST FOR PROPOSALS For. Guaranteed Energy Savings Contract

REQUEST FOR PROPOSALS For. Guaranteed Energy Savings Contract 702 KAR 4:160 REQUEST FOR PROPOSALS For Guaranteed Energy Savings Contracts School District Name: Garrard County Schools School District Address: 322 West Maple Avenue, Lancaster, KY 40444 Project: Guaranteed

More information

201 West Moody Blvd Bunnell, Florida REQUEST FOR PROPOSALS (RFP) RFP

201 West Moody Blvd Bunnell, Florida REQUEST FOR PROPOSALS (RFP) RFP 201 West Moody Blvd Bunnell, Florida 32110 REQUEST FOR PROPOSALS (RFP) RFP 2015 04 FOR Property/Casualty, Liability Insurance and Workers Compensation Program DATED: Larry Williams, City Manager Stella

More information