INVITATION FOR STATEMENT OF QUALIFICATIONS
|
|
- Kevin Fleming
- 6 years ago
- Views:
Transcription
1 INVITATION FOR PROJECT NAME: WWTP HEADWORKS AND CLARIFIER PROJECT RFQ NUMBER: Statement of Qualifications Due Date: Thursday, May 14, 2015 Time: 2:00 PM CITY OF NORTHGLENN PUBLIC WORKS DEPARTMENT Community Center Drive Northglenn, CO 80233
2 NORTHGLENN WWTP HEADWORKS AND CLARIFIER PROJECT REQUEST FOR QUALIFICATIONS RFQ Section TABLE OF CONTENTS Page 1 GENERAL INFORMATION GENERAL INFORMATION POINT OF CONTACT: DESIGN ENGINEER PRE-SUBMITTAL CONFERENCE PUBLIC INFORMATION: TYPE OF CONTRACT: PROJECT DESCRIPTION PROJECT PLANNING SCHEDULE PROPOSED SITE PLAN CLARIFICATIONS AND INTERPRETATIONS INSTRUCTIONS, CRITERIA AND CONDITIONS SUBMIION OF QUALIFICATIONS: FORMAT FOR EVALUATION OF QUALIFICATIONS SOQ FORM... 9 PAGE 1 OF 9
3 REQUEST FOR QUALIFICATIONS WWTP HEADWORKS AND CLARIFIER PROJECT PAGE 2 OF 9 1 GENERAL INFORMATION 1.1 GENERAL INFORMATION The City of Northglenn ( Owner ) is soliciting statements of qualifications ( SOQ ) for selection of a Construction Manager at Risk (CMAR) firm for the Wastewater Treatment Plant Headworks and Clarifier Project ( Project ), in accordance with the terms, conditions, and requirements set forth in this Request for Qualifications This Request for Qualifications ( RFQ ) is the first step in a three-step process for selecting a Construction Manager at Risk firm for the Project. This RFQ provides the information necessary to prepare and submit SOQs for consideration and initial ranking by the Owner. Based on the initial ranking, the Owner may select up to three (3) of the top ranked (short-listed) SOQ respondents to respond to a separate Request for Proposals ( RFP ) in the second step of the process In the second step of the process, Request for Proposals ( RFP ), the short-listed SOQ respondents will be required to submit additional information to the Owner, including fee proposals and general conditions prices ( Proposals ). The Owner will rank the Proposals in the order that they provide the best value for the Owner based on the published selection criteria and on the ranking evaluations. The Owner will only accept proposals from Respondents that are prequalified during the first step RFQ process. If any of the three (3) top ranked SOQ respondents would withdraw from submitting a proposal the Owner reserves the right to add the next highest ranked respondent so that three proposals will be received In the third step of the process, Interviews, the three (3) top-ranked SOQ respondents will be requested to attend an interview with the Owner and Engineer to confirm their Proposal and answer additional questions. The Owner will then rank the short-listed respondents in order to identify a best value selection. This top-ranked selection will then be asked to enter into a CMAR agreement with the Owner for the project percent Drawings will be made available to the short-listed SOQ respondents for their use in preparing Proposals The Owner intends to involve the selected CMAR in the design process upon selection. The timing of final CMAR selection is anticipated to coincide with the development of the 60-percent Drawings The selected CMAR will work with the Owner s design engineer for the duration of the project. The engineer s contact information is listed below. Design-Build teams will not be considered for this project. 1.2 POINT OF CONTACT: The Owner designates the following person, as its representative and Point-of-Contact for this RFQ. Respondents shall restrict all contact with the Owner and direct all questions regarding this RFQ, including questions regarding terms and conditions, to the Point-of-Contact person. Tom Kawamoto, Civil Engineer II Phone: (303) tkawamoto@northglenn.org
4 REQUEST FOR QUALIFICATIONS WWTP HEADWORKS AND CLARIFIER PROJECT PAGE 3 OF DESIGN ENGINEER The selected CMAR will work with the Owner s design engineer for the duration of the project. The engineer s contact information is listed below. Design-Build teams will not be considered for this project. Providence Infrastructure Consultants, Inc East Dry Creek Road, Suite 210 Centennial, Colorado Phone: (303) Web: PRE-SUBMITTAL CONFERENCE A mandatory pre-submittal conference will be held at the time and location described below: Date April 30, 2015 Time Location 1:00 PM ( Local Time) City of Northglenn City Maintenance and Operations Building Claude Court Northglenn, Colorado (Note: This location is different from where submittal of SOQ s are required to be delivered) The pre-submittal conference will be held at the City of Northglenn s Maintenance and Operations Facility. Directly afterwards, an optional guided site walk-through will be held at the City s WWTP. Participants will be responsible for arranging their own transportation to the WWTP. The address of the WWTP is: 5445 Weld County Road 2, Brighton, CO This will be the only opportunity for potential respondents to view the Project site prior to submittal of SOQs. 1.5 PUBLIC INFORMATION: All information, documentation, and other materials submitted in response to this solicitation are considered non-confidential and/or non-proprietary and are subject to public disclosure after the selection process is completed. 1.6 TYPE OF CONTRACT: Any contract resulting from this solicitation will be in the form of the Owner s Standard CMAR Agreement, a copy of which will be made available to the three (3) top- ranked SOQ respondents. 1.7 PROJECT DESCRIPTION The Northglenn Wastewater Treatment Plant (WWTP) is located in Weld County, just north of Weld Country Road No. 2. Upon completion of this project, the WWTP is expected to have a rated capacity of 4.2 MGD. Presently, the WWTP treats an average of 3.4 MGD. The existing treatment train includes aerated lagoons, activated sludge basins, secondary clarifiers, and ultraviolet disinfection The proposed Headworks and Clarifier project consists of the following components:
5 REQUEST FOR QUALIFICATIONS WWTP HEADWORKS AND CLARIFIER PROJECT PAGE 4 OF 9 Construction of a headworks building with mechanical screening, grit removal and handling, and odor control. Construction of an additional secondary clarifier. Construction of approximately 3,000 LF of force main (Existing Force Main is 27-inch diameter prestressed concrete cylinder pipe the material and diameter for the new force main has not yet been determined) Construction of a cast-in-place concrete influent splitter box at the head of the activated sludge basins. Installation of a diesel fuel standby generator. Construction of a new +/- 5,000 square foot operations building for the plant to house offices, conference room, laboratory and restroom facilities. Decommissioning of the existing primary lagoons, which will no longer be required after the new headworks and secondary clarifier(s) are put into service. New access roads and parking for the new operations building The preliminary Engineer s Opinion of Probable Cost for the Project is in the range of $12,000,000 to $14,000, PROJECT PLANNING SCHEDULE Key project milestones are as follows: MILESTONE TARGET DATE Owner advertises Request For Qualifications April 15, 2015 Owner conducts Pre-Submittal Conference April 30, 2015 Last Day for Questions pertaining to the RFQ May 8, 2015 Statement of Qualifications Due May 14, 2015 Owner identifies short listed General Contractors End of May 2015 Owner issues Request For Proposals (to short-listed firms) Beginning of June 2015 Owner receives Request For Proposals June 2015 Owner interviews Respondents Early July 2015 Owner executes Agreement with CMAR Firm Late July % Design Documents completed August % Design Documents completed September 2015 Owner receives Guaranteed Maximum Price Proposal October 2015 Owner issues Notice to Proceed for Construction November 2015 Owner accepts Substantial Completion of Construction Spring 2017 Final Completion of Construction Summer 2017
6 REQUEST FOR QUALIFICATIONS WWTP HEADWORKS AND CLARIFIER PROJECT PAGE 5 OF PROPOSED SITE PLAN A proposed site plan is included with this RFQ for reference purposes CLARIFICATIONS AND INTERPRETATIONS All RFQ documentation and any addendums to this RFQ will be posted by the Owner as an addendum on the City Northglenn s web-site, located at It is the responsibility of all respondents to obtain this information in a timely manner. All such addenda issued by the Owner shall be acknowledged by each respondent in its SOQ Only those clarifications and interpretations that the Owner issues by addenda prior to the submittal deadline shall be considered by respondents. Interpretations or clarifications in any other form, including oral statements, will not be binding on the Owner and should not be relied on in preparing a SOQ Questions about the Project or this request for SOQs shall be submitted in writing via letter or to the City s Point-of-Contact Person using the contact information provided in Section The Owner will only entertain questions from General Contractors who may submit an SOQ as the lead CMAR. Inquiries from sub-contractors, vendors, and suppliers are not invited and may not be germane to the CMAR SOQ submittal and review process No oral conversations outside of the Pre-Submittal Conference regarding this project will be allowed with any officer, agent, consultant, or employee of the Owner during the SOQ preparation and review period. Any attempt to have oral conversations with any officer, agent, or employee of the Owner during time frame listed above may result in automatic disqualification. No prior oral conversations or agreements with any officer, agent, or employee of the City of Northglenn or its Engineer shall affect or modify any terms of this request for SOQs.
7 REQUEST FOR QUALIFICATIONS WWTP HEADWORKS AND CLARIFIER PROJECT PAGE 6 OF 9 2 INSTRUCTIONS, CRITERIA AND CONDITIONS 2.1 SUBMIION OF QUALIFICATIONS: DEADLINE AND LOCATION: The Owner will receive SOQs delivered to the City Clerk s office at the time and location described below. Date May 14, 2015 Time Location 2:00 PM ( Local Time) City of Northglenn City Clerk s Office Community Center Drive Northglenn, Colorado SOQs must be submitted on, or in accordance with, the SOQ form provided as Section 3 of this RFQ Each respondent must respond to each of the questions in Section 3 and provide the information requested. SOQs will be limited to the attached forms and accompanying pages needed to properly respond to qualification questions. A cover letter of not more than two pages may also be included Please note on the SOQ form acknowledgement that all addenda have been received Submit three (3) identical hard copies plus one (1) digital pdf copy of the SOQ. An original signature by a person with the legal authority to represent the respondent, must be provided on each hard copy where required on the forms Late received SOQs will be returned to the respondent unopened. It is the responsibility of the respondent to hand deliver their submittal by the due date and time or allow sufficient time for the submittal to transit through the US Postal Service or other carrier The Owner will not acknowledge or receive SOQs that are delivered by telephone, facsimile (fax), or electronic mail ( ) Properly submitted SOQs will not be returned to respondents SOQs must be enclosed in a sealed envelope (box or container) addressed to the Point of Contact person; the package must clearly identify the submittal deadline, the RFQ number, and the name and return address of the respondent. 2.2 FORMAT FOR SOQs shall be prepared SIMPLY AND ECONOMICALLY, providing a straightforward, CONCISE description of the respondent's ability to meet the requirements of this RFQ. Emphasis shall be on the QUALITY, completeness, clarity of content, responsiveness to the requirements, and an understanding of Owner's needs Proposals shall contain a cover letter, RFQ Form in accordance with that provided in Section 3, and any requested attachments.
8 REQUEST FOR QUALIFICATIONS WWTP HEADWORKS AND CLARIFIER PROJECT PAGE 7 OF Respondents may include pre-printed company brochures and/or resumes in the Attachments portion of the SOQ. However, excessive materials are discouraged Respondents shall carefully read the information contained in this RFQ and submit a complete response to all requirements and questions as directed. Incomplete SOQs will be considered nonresponsive and subject to rejection SOQs and any other information submitted by respondents in response to this RFQ shall become the property of the Owner SOQs that are qualified with conditional clauses, alterations, items not called for in the RFQ documents, or irregularities of any kind are subject to rejection by the Owner, at its option The Owner makes no representations of any kind that an award will be made as a result of this RFQ, or subsequent RFP. The Owner reserves the right to accept or reject any or all SOQs, waive any formalities or minor technical inconsistencies, or delete any item/requirements from this RFQ when deemed to be in Owner's best interest Failure to comply with all requirements contained in this Request for SOQs may result in the rejection of the SOQs. 2.3 EVALUATION OF QUALIFICATIONS The evaluation of the SOQs shall be based on the requirements described in this RFQ. All properly submitted SOQs will be reviewed, evaluated, and ranked by the Owner SOQs shall not include any information regarding respondent s fees, pricing, or other compensation. Such information will be solicited from firms qualified by the Owner to participate in submission of a Proposal which is step two of the selection process In the event a firm challenges the prequalification decision made by the Owner or any recommendation made by its Engineer and the Owner s decision is upheld upon review by an appropriate review agency or court, the firm shall be liable for all costs and expenses incurred by the related to this appeal process and the costs and expenses associated with delays in Project completion. The respondent s signed and sealed SOQ submittal shall indicate its approval and acceptance of the foregoing provision Inaccurate or untruthful representations or misstatements included in the SOQs statement will result in immediate disqualification Evaluation of the CMAR firms will be based on the defined categories on a point score or on a pass/fail basis, as may be applicable. All proposers understand and accept that the weighted selection criteria are both subjective and objective by nature and that the weight factor of each category is intended to define its relative importance. References will be checked and included / scored in the relevant sections as noted below The final ranking of each firm will be based on a combined evaluation of all applicable criteria. The evaluation criteria and weighting for the SOQ will be as follows:
9 REQUEST FOR QUALIFICATIONS WWTP HEADWORKS AND CLARIFIER PROJECT PAGE 8 OF 9 CRITERIA WEIGHTING 1. Essential Requirements Pass/Fail 2. Business History 20 points 3. Reference Projects 50 points 4. Approach to CMAR Projects 30 points 5. Acknowledgement Pass/Fail Short-List Selection Point Total 100 points Evaluation of the SOQs will be performed by a committee of individuals designated and assigned by the Owner. The committee will review and score SOQ s as described above. A summary of the scoring may be made available upon request OWNER S RESERVATION OF RIGHTS: The Owner may evaluate the SOQs based on the anticipated completion of all or any portion of the Project. The Owner reserves the right to reject any and all SOQs and re-solicit for new SOQs, or to reject any and all proposals and temporarily or permanently abandon the Project. Owner makes no representations, written or oral, that it will enter into any form of agreement with any respondent to this RFQ for any project and no such representation is intended or should be construed by the issuance of this RFQ ACCEPTANCE OF EVALUATION METHODOLOGY: By submitting its SOQs in response to this RFQ, respondent accepts the evaluation process and acknowledges and accepts that determination of the most qualified firm(s) will require subjective judgments by the Owner NO REIMBURSEMENT FOR COSTS: Respondent acknowledges and accepts that any costs incurred from the Respondent s participation in this RFQ process shall be at the sole risk and responsibility of the Respondent. Respondents submit SOQs at their own risk and expense ELIGIBLE RESPONDENTS: Only individual firms or lawfully formed business organizations will be considered qualified to submit a SOQ for this project. The Owner will contract only with an individual firm or formal organization that submits a SOQ and subsequent RFP and is selected after an Interview.
10 REQUEST FOR QUALIFICATIONS WWTP HEADWORKS AND CLARIFIER PROJECT PAGE 9 OF 9 3 SOQ FORM The SOQ Form is provided on the following pages. Respondents are expected to utilize the form as provided. Attachments, as necessary, are acceptable.
11 SECTION 3 SOQ FORM NORTHGLENN WWTP HEADWORKS AND CLARIFIER PROJECT The contents of this document are as follows: 1 DIRECTIONS CONTACT INFORMATION CRITERIA 1 - EENTIAL REQUIREMENTS CRITERIA 2 - BUSINE HISTORY CRITERIA 3 - REFERENCE PROJECTS CRITERIA 4 APPROACH TO CONSTRUCTION-MANAGER-AT-RISK PROJECTS CRITERIA 5 ACKNOWLEDGEMENT EXAMPLE FORM FOR ADDITIONAL EXPLANATORY INFORMATION PAGE 1 OF 19
12 WWTP HEADWORKS AND CLARIFIER PROJECT PAGE 2 OF 19 1 DIRECTIONS Statement of Qualifications (SOQ) must be provided on the forms and in the spaces provided. Responses to all items are expected to be accurate and concise. Submittal of a cover letter (maximum 2 pages) is encouraged. Additional information, as necessary, may be submitted as an attachment. However, inclusion of excessive materials with no association to the specific information requested is strongly discouraged and may be grounds for disqualification or a reduced score. If the applicant finds that any yes/no questions warrant additional explanation, submit such explanation as an attachment. For submission of any additional explanatory information, please follow the example attachment format included at the end of this form. Excessive information is discouraged. Please be advised that any false information or responses submitted, whether knowingly or unknowingly, will be grounds for the firm being disqualified and SOQ being rejected. The general scope of the project is as noted in Section 1.7 of this RFQ. 2 CONTACT INFORMATION Firm Name: Type of Business: Contact Person: Corporation Partnership Sole Proprietorship Joint Venture Other Address: Phone: Owner(s) of Company: (if a Sole Proprietorship or partnership)
13 WWTP HEADWORKS AND CLARIFIER PROJECT PAGE 3 OF 19 3 CRITERIA 1 - EENTIAL REQUIREMENTS 3.1 Contractor has a liability insurance policy with a policy limit of at least $1,000,000 per occurrence and $4,000,000 aggregate. Yes No 3.2 Contractor has current workers compensation insurance policy as required by law. Yes No 3.3 In the last ten (10) years, has your contractor s license for Colorado or any other states or local jurisdictions been revoked at any time? Yes No 3.4 Within the last ten (10) years, has a surety firm completed a contract on your behalf, or paid for completion because your firm was in default or terminated by the project owner? Yes No 3.5 At any time during the last ten (10) years, has your firm or any of its owners or officers been convicted of a crime involving the awarding of a contract of a government construction project or the bidding or performance of a government contract? Yes No 3.6 Self Performance of Work If selected for the project, what approximate percentage of the Costof-Work would your firm self perform? In general, what crafts or portions of the work would your firm self-perform. In general, what crafts or portions of the work does your firm typically utilize subcontractors to perform:
14 WWTP HEADWORKS AND CLARIFIER PROJECT PAGE 4 OF Contractor Incorporation Information: Date of incorporation, formation, or commencement of business: Under the laws of which US State: Names of Company Officers and Years with Company: 3.8 For Contractors that will pursue the project as a Joint Venture: Note: In addition to the information provided below, Joint Venture submittals must submit a copy of the City s Joint Venture Notice of Intent Form which can be obtained from the City upon request by contacting the City s Point-of-Contact person. Date of commencement of joint venture: Name of each firm that is a member of the joint venture and percent ownership of joint venture:
15 WWTP HEADWORKS AND CLARIFIER PROJECT PAGE 5 OF 19 4 CRITERIA 2 - BUSINE HISTORY 4.1 Has there been any change in ownership of the firm at any time during the last three years? If the answer is yes, please provide a description as an attachment to this SOQ. Note: A corporation whose shares are publicly traded is not required to answer this question. Yes No 4.2 Are any corporate officers, partners, or owners connected to any other construction Contractors or Subcontractors? Yes No 4.3 Provide the approximate gross revenue for your firm for the last three (3) years: Describe in the spaces below the largest water or wastewater treatment or pumping project contract completed in the last five (5) years. (Note: If the respondent so chooses, this project may also be incorporated as a reference project in Section 5) Name of Project Owner: Date of Completion: Final Contract Amount General Description of Project: 4.5 List current projects under construction in Colorado larger than $1,000,000 Contract Value Project Name Total Contract Amount Scheduled Completion Date
16 WWTP HEADWORKS AND CLARIFIER PROJECT PAGE 6 OF 19 Project Name Total Contract Amount Scheduled Completion Date 4.6 Years in Business How many years has your organization done business as a contractor under your present business name? How many years has your organization done business in the State of Colorado as a contractor under your present business name? 4.7 Is your firm is currently for sale? Is your firm currently involved in, or recently been involved in, any transaction to expand or to become acquired by another business entity? Yes No If yes, please explain the impact both in organization and company direction. Include this information as an attachment to this SOQ. 4.8 In the last ten (10) years, has your firm been assessed and paid liquidated damages after completion of a project under a construction contract with either a public or private owner? Yes No If yes, explain all such projects by owner, owner s address, the date of completion of the project, amount of liquidated damages assessed, and all other information necessary to fully explain the assessment of liquidated damages. Include this information as an attachment to this SOQ. 4.9 In the last ten (10) years, has your firm or any firm with which any of your company s owners, officers, or partners were associated been debarred, disqualified, removed, or otherwise prevented from bidding on or completing any government agency or public works project for any reason? Yes No If yes, please explain below. State whether the firm involved was the firm submitting this SOQ or another firm. Identify the name of the person within your firm who was associated with that company, the year of the event, the owner of the project, the project, and the basis for the action. Include this information as an attachment to this SOQ.
17 WWTP HEADWORKS AND CLARIFIER PROJECT PAGE 7 OF 19 NOTE: The following two questions refer only to disputes between your firm and the Owner of a project. You need not include information about disputes between your firm and a supplier, another contractor, or subcontractor. You need not include information about pass-through disputes in which the actual dispute is between a subcontractor and a project owner. Also, you may omit reference to all disputes about amounts of less than $15, In the past ten (10) years, has any claim against your firm concerning your firm s work on a construction project been filed in court or gone to arbitration or mediation? Yes No If yes, please identify the claim(s) by providing the project name, date of the claim, name of the claimant, a brief description of the nature of the claim, the court in which the case was filed, and a brief description of the status of the claim (pending, or if resolved, a brief description of the resolution). Include this information as an attachment to this SOQ In the past ten (10) years, has any surety company made any payments on your firm s behalf as a result of a default, to satisfy any claims made against a performance or payment bond issued on your firm s behalf, in connection with a construction project, either public or private? Yes No If yes, please explain the amount of each such claim, the name and telephone number of the claimant, the date of the claim, the grounds for the claim, the present status of the claim, the date of resolution of such claim, the method by which such claim was resolved, the nature of the resolution, and the amount, if any, at which the claim was resolved. Include this information as an attachment to this SOQ During the ten (10) years, has your firm ever been denied bond coverage by a surety company, or has there ever been a period of time when your firm had no surety bond in place during a public construction project when one was required? Yes No If yes, provide details indicating the date when your firm was denied coverage and the name of the company or companies that denied coverage; and the period during which you had no surety bond in place. Include this information as an attachment to this SOQ.
18 WWTP HEADWORKS AND CLARIFIER PROJECT PAGE 8 OF 19 5 CRITERIA 3 - REFERENCE PROJECTS The general scope of the project is as noted in Section 1.7 of this RFQ. Contractor shall provide reference information for similar projects in the space provided on the following pages. Reference projects must include all requested information, including current names and contact information. Respondents are requested to submit projects that are similar in size, scope, complexity and cost to the proposed Northglenn Headworks and Clarifier Project. Reference projects should also adhere to the following minimum requirements: Reference projects must involve water or wastewater treatment plant work. Multi-disciplinary water or wastewater pumping stations, provided the contract value is similar to the proposed Northglenn project, will be considered applicable. Multi-disciplinary refers to a project that contains piping, pumping, site work, electrical & SCADA, underground and above ground structural construction. Number of Reference Projects: Provide information for a minimum of three (3) and a maximum of five (5) similar projects. It is preferred but not required that reference projects be located in Colorado. One (1) reference project must have been completed as a Design-Build or Construction Manager at Risk (CMAR) project. One (1) reference project must have involved the construction of office/laboratory space at a water or wastewater treatment facility (or similar institutional facility). All reference projects must have been completed after January 1, Provide reference project information in the forms provided on the following pages.
19 WWTP HEADWORKS AND CLARIFIER PROJECT PAGE 9 OF Reference Project No. 1 Name of Project Owner: Brief Description of Project. Include project delivery description (CMAR, Design-Build, Design- Bid-Build, etc.) Date of Completion: Approximate duration of construction period: Owner s Contact (name, position, phone, ): Engineer s Contact (name, position, phone, ): Final Contract Amount: Total Change Order Amount: General Description of Total Change Order Work:
20 WWTP HEADWORKS AND CLARIFIER PROJECT PAGE 10 OF Reference Project No. 2 Name of Project Owner: Brief Description of Project. Include project delivery description (CMAR, Design-Build, Design- Bid-Build, etc.) Date of Completion: Approximate duration of construction period: Owner s Contact (name, position, phone, ): Engineer s Contact (name, position, phone, ): Final Contract Amount: Total Change Order Amount: General Description of Total Change Order Work:
21 WWTP HEADWORKS AND CLARIFIER PROJECT PAGE 11 OF Reference Project No. 3 Name of Project Owner: Brief Description of Project. Include project delivery description (CMAR, Design-Build, Design- Bid-Build, etc.) Date of Completion: Approximate duration of construction period: Owner s Contact (name, position, phone, ): Engineer s Contact (name, position, phone, ): Final Contract Amount: Total Change Order Amount: General Description of Total Change Order Work:
22 WWTP HEADWORKS AND CLARIFIER PROJECT PAGE 12 OF Reference Project No. 4 Name of Project Owner: Brief Description of Project. Include project delivery description (CMAR, Design-Build, Design- Bid-Build, etc.) Date of Completion: Approximate duration of construction period: Owner s Contact (name, position, phone, ): Engineer s Contact (name, position, phone, ): Final Contract Amount: Total Change Order Amount: General Description of Total Change Order Work:
23 WWTP HEADWORKS AND CLARIFIER PROJECT PAGE 13 OF Reference Project No. 5 Name of Project Owner: Brief Description of Project. Include project delivery description (CMAR, Design-Build, Design- Bid-Build, etc.) Date of Completion: Approximate duration of construction period: Owner s Contact (name, position, phone, ): Engineer s Contact (name, position, phone, ): Final Contract Amount: Total Change Order Amount: General Description of Total Change Order Work:
24 WWTP HEADWORKS AND CLARIFIER PROJECT PAGE 14 OF 19 6 CRITERIA 4 APPROACH TO CONSTRUCTION-MANAGER-AT-RISK PROJECTS 6.1 Briefly describe your management approach & philosophy for a Construction Manager at Risk delivery method:
25 WWTP HEADWORKS AND CLARIFIER PROJECT PAGE 15 OF Briefly describe your understanding of your fiduciary responsibility as a Construction Manager at Risk working under a Guaranteed Maximum Price (GMP) project: 6.3 Proposed Personnel Please provide qualifications for the firm s principal-in-charge, proposed project manager and field superintendent. Firms may include qualifications for up to three (3) people for each position. Include this information as an attachment to this SOQ. Standard Company resume forms may be submitted provided that the following information is included: Name Office Location Current Location Total Years of Experience Years employed by current firm Education/Degree Largest Contract Value Managed Personnel References (Include Contact Info) Reference Project Information (project value/size, details, role, highlights, In addition to including attaching resumes to this SOQ, please fill out the following personnel summary table:
26 WWTP HEADWORKS AND CLARIFIER PROJECT PAGE 16 OF 19 Name Position Yrs Experience Largest Contract Value Managed Water /Wastewater Construction Experience Office/Lab Construction Experience
27 WWTP HEADWORKS AND CLARIFIER PROJECT PAGE 17 OF 19 7 CRITERIA 5 ACKNOWLEDGEMENT THIS ACKNOWLEDGEMENT MUST BE COMPLETED, SIGNED, AND RETURNED WITH THE RESPONDENT'S QUALIFICATIONS. FAILURE TO COMPLETE, SIGN AND RETURN THIS EXECUTION OF OFFER WITH THE QUALIFICATIONS MAY RESULT IN REJECTION OF THE QUALIFICATIONS. A. By signature hereon, Respondent acknowledges and agrees that (1) this RFQ is a solicitation for Qualifications and is not a contract or an offer to contract; (2) the submission of Qualifications by Respondent in response to this RFQ will not create a contract between the Owner and Respondent; (3) the Owner has made no representation or warranty, written or oral, that one or more contracts with the Owner will be awarded under this RFQ; (4) the Respondent accepts the evaluation process described in Section 2.3 of the RFQ; and (5) Respondent shall bear, as its sole risk and responsibility, any cost which arises from Respondent's preparation of a response to this RFQ. B. ADDENDA: By signature hereon, the Respondent acknowledges that the following addenda have been received and incorporated into this SOQ. (Note not all addenda numbers below may be applicable). No. 1 No. 2 No. 3 No. 4 No. 5 No. 6 C. By signature hereon, Respondent offers and agrees to submit a proposal, if short-listed, and if the proposal is selected, to enter into negotiations with the Owner for a CMAR contract. D. By signature hereon, Respondent affirms that he has not given, nor intends to give at any time hereafter, any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor or service to a public servant in connection with the submitted Qualifications. E. By signature hereon, Respondent affirms that all statements, information and representations prepared and submitted in response to this RFQ are current, complete, true and accurate. Respondent acknowledges that the Owner will rely on such statements, information and representations in selecting the successful Respondent. If selected by the Owner as the successful Respondent, Respondent will notify the Owner immediately of any material change in any matters with regard to which Respondent has made a statement or representation or provided information. F. By signature hereon, Respondent certifies that no relationship, whether by relative, business associate, capital funding agreement or by any other such kinship exist between Respondent and an employee of the City of Northglenn, or Respondent has not been an employee of the City of Northglenn within the immediate twelve (12) months prior to your RFQ response. All such disclosures will be subject to administrative review and approval prior to the Owner entering into any contract with Respondent. The Respondent must complete, sign and return this signature page as part of their submittal response. The Respondent s company official(s) who are authorized to commit to such a submittal must sign submittals. Failure to sign and return this form will subject the submittal to disqualification.
28 WWTP HEADWORKS AND CLARIFIER PROJECT PAGE 18 OF 19 Respondent s Name: Respondent s Federal Identification Number: If a Corporation: Respondent s State of Incorporation Respondent s Charter Number: Identify each person by name who owns at least 25% of the Respondent s business entity: This SOQ is hereby submitted and certified by: Respondent s Name: Title: Address, City, State, Zip Code: Telephone Number: Address: Authorized Signature: Date:
29 WWTP HEADWORKS AND CLARIFIER PROJECT PAGE 19 OF 19 8 EXAMPLE FORM FOR ADDITIONAL EXPLANATORY INFORMATION Question No. Warranting Additional Info: Description:
30 X X X X X X X X X X X X X X X X X E E X X X X X X X X X X X X X X X X X X X X EXISTING LAGOONS (TO BE DECOMMIIONED) N X X X X X X X X X X X X X X X X X X X X X X X FM-27 27" EXISTING FORCEMAIN (TO BE ABANDONED) NEW FORCEMAIN E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E T T FM-27 FM-27 FM-27 FM-27 FM-27 FM-27 FM-27 FM-27 FM-27 FM-27 FM-27 FM-27 FM-27 FM-27 FM-27 FM-27 FM-27 FM-27 FM-27 FM-27 FM-27 FM FM FM FM FM FM FM FM FM FM FM FM FM FM FM FM FM FM FM FM FM FM FM NEW HEADWORKS BUILDING FM NEW INFLUENT SPLITTER BOX NEW OPERATIONS BUILDING NEW PAVED ACCE FM-27 NEW GRAVEL DRIVE E 168th AVE EXISTING AERATION BASINS NEW GATE HC G G G G G G G G G G G G G G E SD SD T E E NEW PAVED ACCE E E E E E OHU OHU OHU NEW BACKUP GENERATOR & TRANSFER SWITCH SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO FO E E E E E E E E E E E E E E E E E E E T EXISTING UV DISINFECTION BUILDING EXISTING CLARIFIER NEW CLARIFIER EXISTING CLARIFIER EXISTING PUMP STATION AND BLOWER BUILDING OVERALL SITE PLAN SCALE: 1"=100' PRELIMINARY REQUEST FOR QUALIFICATIONS DATE : 04/15/2015 PROVIDENCE INFRASTRUCTURE CONSULTANTS 4901 EAST DRY CREEK ROAD, SUITE 210 CENTENNIAL, CO TEL: (303) PROVIDENCE INFRASTRUCTURE C O N S U L T A N T S BAR IS ONE INCH ON ORIGINAL DRAWING IF NOT ONE INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY WASTEWATER TREATMENT PLANT HEADWORKS AND CLARIFIER PROJECT OVERALL SITE PLAN M. PITTMAN A. RICE. 1 RFQ-1
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 informationRequest 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 information2018 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 informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL by The University of Texas System Administration for Selection of a Vendor to Provide Services related to U.T. System-wide Information Technology (IT) Audit Risk Assessment Methodology
More informationBiosolids Handling Facility Project at the Hailey Wastewater Treatment Plant
City of Hailey Public Works Department Hailey, Idaho Request for Statements of Qualification Construction Engineering & Inspection Services Biosolids Handling Facility Project at the Hailey Wastewater
More informationWILLIAMS COUNTY HIGHWAY COMPLEX REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT-RISK. January 2nd, PO Box E.
WILLIAMS COUNTY HIGHWAY COMPLEX REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT-RISK January 2nd, 2014 PO Box 2047 205 E. Broadway Williston, ND 58802 1 TABLE OF CONTENTS INSTRUCTIONS TO RESPONDENTS
More informationPRE-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 informationPREQUALIFICATION 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 informationRequest for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST
RFP14-1480 Request for Proposal RFP14-1480 SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST DATE OF ISSUE: September 08,, 2014 TO RESPOND BY RESPOND TO: September 22, 2014 3:00
More informationEL 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 informationMadera 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 informationAPPLICATION FOR PRE-QUALIFICATION OF GENERAL CONTRACTORS FOR NORTH ORANGE COUNTY COMMUNITY COLLEGE DISTRICT
APPLICATION FOR PRE-QUALIFICATION OF GENERAL CONTRACTORS FOR NORTH ORANGE COUNTY COMMUNITY COLLEGE DISTRICT NORTH ORANGE COUNTY COMMUNICTION COLLEGE DISTRICT PURCHASING DEPARTMENT 1830 WEST ROMNEYA DR.
More informationAugust RFQ 963A
DATE: August 2, 2011 ADDENDUM NUMBER: 2 MODIFYING: PROJECT: DUE DATE AND TIME: FROM: TO: RFQ 963A SHUTDOWN CONTRACTOR SPECIALISTS August 18, 2011, 2:00 p.m. THE METROPOLITAN WATER DISTRICT OF SOUTHERN
More informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL by The University of Texas System Administration for Selection of a Vendor to Provide Landscaping Maintenance Services RFP No. FAC2015LM0805RP Submittal Deadline: September 18, 2015
More informationCAMERON INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ENERGY SAVING PERFORMANCE CONTRACT TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES
CAMERON INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ENERGY SAVING PERFORMANCE CONTRACT TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES The intent of this Request for Qualifications (RFQ) is to solicit
More informationWHEREAS, the District desires to adopt the Prequalification Process, including the Questionnaire, Rating System, and Appeal Process.
RESOLUTION NO. 18-009 OF THE BERKELEY UNIFIED SCHOOL DISTRICT ADOPTING PREQUALIFICATION PROCESS FOR PRIME CONTRACTORS PURSUANT TO PUBLIC CONTRACT CODE SECTION 20111.6 WHEREAS, the Berkeley Unified School
More informationADDENDUM 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 informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL RFP No. 720-1707 Retail Real Estate Broker Services Proposal Submittal Deadline: Wednesday, January 11th, 2017 at 2:30 PM CST The University of Texas System Real Estate Office Prepared
More informationEducational Service Unit #3 REQUEST FOR PROPOSAL INSTRUCTIONS GENERAL CONDITIONS AND SPECIFICATIONS FOR:
Educational Service Unit #3 June 25, 2008 REQUEST FOR PROPOSAL INSTRUCTIONS GENERAL CONDITIONS AND SPECIFICATIONS FOR: Employment and Volunteer Background Investigation Services Proposal Deadline: July
More informationREQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT. Section 1 Additional Administrative Information
REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT Section 1 Additional Administrative Information 1.1 Purchasing Agent The Purchasing Agent identified in the RFB cover sheet is the sole point of contact regarding
More informationCITY COLLEGE OF SAN FRANCISCO
REQUEST FOR QUALIFICATIONS RFQ 166 ARCHITECTURAL/ENGINEERING DESIGN SERVICES ADDENDUM TWO Thursday August 2, 2018 CITY COLLEGE OF SAN FRANCISCO RFQ 166 DISTRICT-WIDE ARCHITECTURAL/ENGINEERING DESIGN SERVICES
More informationREQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGER-AT-RISK
REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGER-AT-RISK MD ANDERSON CANCER CENTER Cord Blood Bank Lab and Office Space Build Out PCPF No.: 11-0068 RFP No.: 521283/RKC SUBMITTAL DUE DATE: June 28, 2011 2:00
More informationATTACHMENT 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 informationRequest for Risk Management and Insurance Broker Services
TO: Prospective Vendors DATE: 08/01/ SUBJECT: Services Request for Proposal for Risk Management and Insurance Brokerage You are invited to submit Proposals for Risk Management and Insurance Brokerage Services
More informationTOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid
TOWN OF CENTREVILLE Queen Anne s County, Maryland Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report Invitation for Bid Documents Available: Mandatory Pre-bid Meeting: Proposal
More informationCharlotte-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 informationREQUEST FOR PRE-QUALIFICATION OF GENERAL ENGINEERING CONTRACTORS SITE UTILITIES AND INFRASTRUCTURE PROJECT ADVANCED TECHNOLOGY & EDUCATION PARK
REQUEST FOR PRE-QUALIFICATION OF GENERAL ENGINEERING CONTRACTORS FOR SITE UTILITIES AND INFRASTRUCTURE PROJECT AT ADVANCED TECHNOLOGY & EDUCATION PARK SOCCCD PROJECT NO. 20 June 2, 2016 South Orange County
More informationGreenville-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 informationREQUEST FOR QUALIFICATION PROPOSALS FOR GUARANTEED ENERGY SAVINGS PERFORMANCE CONTRACT POTH INDEPENDENT SCHOOL DISTRICT POTH, TEXAS FEBRUARY 1, 2017
REQUEST FOR QUALIFICATION PROPOSALS FOR A GUARANTEED ENERGY SAVINGS PERFORMANCE CONTRACT BY POTH INDEPENDENT SCHOOL DISTRICT POTH, TEXAS FEBRUARY 1, 2017 REQUEST FOR QUALIFICATION PROPOSALS FOR A GUARANTEED
More informationCity of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)
REQUEST FOR PROPOSALS Energy Performance Contracting Services INTRODUCTION The City of Coolidge will accept competitive sealed proposals for energy performance contracting services at the address or physical
More informationCheyenne Wyoming RFP-17229
L A R A M I E COUNTY COMMUNITY COLLEGE Cheyenne Wyoming Request for Proposals (RFP) t o provide Contract Services t o Comp lete t h e Boiler Plant Burner Replacement RFP-17229 Solicited by: Department
More informationTOWN 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 informationAcknowledgment 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 informationFREDERICK COUNTY SANITATION AUTHORITY
FREDERICK COUNTY SANITATION AUTHORITY REQUEST FOR QUALIFICATIONS OPEQUON WATER SUPPLY PROJECT April 3,2017 Address Statement of Qualifications to: Frederick County Sanitation Authority Attention: Connie
More informationPREQUALIFICATION 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 informationSECTION NOTICE INVITING BIDS
SECTION 00020 NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that the City of Yuba City, hereafter referred to as Owner, will receive SEALED BIDS at the City Hall, City Clerk s Office, 1201 Civic Center Blvd.,
More informationRESPONDENT S PRICING AND DELIVERY PROPOSAL AND EXECUTION OF OFFER
RESPONDENT S PRICING AND DELIVERY PROPOSAL AND EXECUTION OF OFFER MD Anderson RFP No. MD Anderson Project Name: 150545/ME Renovation of Pharmacies P2 & R10 MD Anderson Project No.: 15-0545 From: Respondent
More informationOFFICE 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 informationCOUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ)
COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ) Due: August 26, 2011 by 2:00pm Statements shall be submitted to: County of Sonoma Probation Department Attn:
More informationSAN DIEGO CONVENTION CENTER CORPORATION
SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:
More informationRequest for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation
Request for Proposal #2036 Orange Coast College Exterior Lighting Energy Efficiency Project Implementation I. NOTICE A. Statement of Proposal NOTICE IS HEREBY GIVEN that Coast Community College District
More informationPage 1 of 13. Section 2 - Executive Summary 2.1 Historical Background 2.2 Project Description, Scope and Budget 2.3 Project Planning Schedule
Section 1 - General Information and Requirements 1.1 General Information 1.2 Public Information 1.3 Type of Contract 1.4 Clarifications and Interpretations 1.5 Submission of Bids 1.6 Point-Of-Contact 1.7
More informationREQUEST FOR PRE-QUALIFICATION OF GENERAL CONTRACTORS DESIGN BID BUILD HEALTH CENTER CONCESSIONS BUILDING AND PARKING LOT PHASE 1A
REQUEST FOR PRE-QUALIFICATION OF GENERAL CONTRACTORS DESIGN BID BUILD FOR HEALTH CENTER CONCESSIONS BUILDING AND PARKING LOT PHASE 1A AT IRVINE VALLEY COLLEGE SOCCCD PROJECT NO. 350 June 5, 2018 South
More informationREQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS
REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS REQUEST FOR QUALIFICATIONS #0911-04 RFQ SUBMITTAL DEADLINE: DECEMBER 22, 2009 at 10:00 AM REQUEST FOR QUALIFICATIONS #0911-04 SCHEDULE SUMMARY Monday
More informationCity 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 informationPHASE 1 STAFF FACILITIES LOCKER ROOM
CARMEL AREA WASTEWATER DISTRICT Carmel, California REQUEST FOR QUALIFICATIONS CONSTRUCTION/BUILDING SERVICES FOR: PHASE 1 STAFF FACILITIES LOCKER ROOM Issued on: October 14, 2014 QUALIFICATIONS DUE: November
More informationREQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR
SANTA BARBARA UNIFIED SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR Multi-Purpose Building Renovation Projects at Harding University Partnership School and Roosevelt
More informationC740 (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 informationThe Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals
The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals ( RFP ) Issued by Affinity Insurance Services, Inc. Plan Administrator - MWCARP This RFP is a solicitation
More informationThe Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Legal Defense Services Request For Proposals
The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Legal Defense Services Request For Proposals ( RFP) Issued by Affinity Insurance Services, Inc. Plan Administrator - MWCARP This RFP is a
More informationB. The Bid is made in compliance with the Bidding Documents.
SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are
More informationTOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES
TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES I. PROJECT DESCRIPTION Town of Pembroke Park, Florida ( Town ) is soliciting proposals from interested accounting
More informationGREENVILLE 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 informationREQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS
REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS 1. INTRODUCTION Van Dyke Public Schools is requesting proposals from Energy Services Companies (ESCOs)
More informationREQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS
REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS ARCHITECTURAL NEEDS ASSESSMENT AND DESIGN SERVICES FOR CITY OF DICKINSON REQUEST FOR QUALIFICATIONS #1401-02 RFQ SUBMITTAL DEADLINE: FEBRUARY 21, 2014
More informationREQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH
REQUEST FOR PROPOSAL FOR Full Cost Allocation Plan and Citywide User Fee and Rate Study Finance Department CITY OF HUNTINGTON BEACH Released on October 17, 2007 Full Cost Allocation Plan and Citywide User
More informationRENEWABLE WATER RESOURCES
RENEWABLE WATER RESOURCES Purchasing Department 561 Mauldin Road Greenville, South Carolina 29607 REQUEST FOR QUALIFICATION For Indefinite Delivery Contract Construction Services For Process (WRRFs) and
More informationSOLICITATION/ADVERTISEMENT
SOLICITATION/ADVERTISEMENT City of Homewood, Alabama will receive responses to a Request for Proposals for the selection of an Energy Services Company (ESCO). City of Homewood, Alabama intends to select
More informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL RFP No.: 769-18-0222-MA Title: Outsourced Chief Investment Officer Services Proposal Submittal Deadline: March 23, 2018, 2:00 pm, local time Prepared by: Michael Abernethy, Sr. Dir.
More informationSpecification Standards for University of Washington Section
Page 1 of 7 1. EXPLANATIONS TO CONTRACTORS A. The Final Proposal shall be in the form of a sealed bid. Any Bidder desiring an explanation or interpretation of the bidding documents must make a request
More informationREQUEST FOR STATEMENTS OF QUALIFICATIONS Construction Manager at Risk for Las Vegas Wash Main Branch Channel & Trail Improvements
REQUEST FOR STATEMENTS OF QUALIFICATIONS Construction Manager at Risk for Las Vegas Wash Main Branch Channel & Trail Improvements RSOQ NO. 007 040 PWP CL 2011 181 May 2, 2011 CITY OF NORTH LAS VEGAS REQUEST
More informationRequest for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis
Request Proposals ( RFP ) 2018-01 On An As Needed Basis City of Coachella Engineering Division 1515 Sixth Street Coachella, Calinia 92236 Deadline Submissions: November 1, 2017 by 3:00 p.m. Request Proposals
More informationCity of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building
City of Forest Park Request for Proposals s 5977 Lake Dr. Community Building Mandatory Pre-Proposal Conference May 12, 2014 at 10:00 am Bid Deadline May 19, 2014 at 2:00 pm Purpose: The City of Forest
More informationCONTRACTORS 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 informationRequest for Qualifications (RFQ) for Legal Services to Mustang Special Utility District Issued April 30, 2015
Request for Qualifications (RFQ) for Legal Services to Mustang Special Utility District Issued April 30, 2015 Submission Due by 12:00 Noon, CDT on Tuesday, June 2, 2015 Mr. Chris Boyd, General Manager
More informationCOWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER
REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under
More informationRFQ No. FY17 ARCH-HC/ME - ADDENDUM 2
RFQ No. FY17 ARCH-HC/ME - ADDENDUM 2 RFQ Closing: November 28, 2016 at 2:00 PM (Local Time) Page: 1 of 8 RFQ Number: FY17 ARCH-HC/ME Date: November 15, 2016 RETURN SUBMITTALS AS SHOWN BELOW RESPONDENT
More informationSAN 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 informationREQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK
REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK MAY 1, 2018 Effective Date: January 1, 2019 1 Introduction A. Overview and Reason for Competitive Request for Proposal Overland Park, Kansas
More informationCHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS
CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER
More informationREQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring
City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid
More informationCITY 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 informationREQUEST 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 information3B 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 informationREQUEST FOR QUALIFICATIONS (RFQ) FOR DESIGN BUILD SERVICES
REQUEST FOR QUALIFICATIONS (RFQ) FOR DESIGN BUILD SERVICES RFQ# 2016-02 Peñitas City Hall Project RFQ RESPONSES MUST BE RECEIVED ON OR BEFORE: May 17 th, 2016 at 2:00 pm NOTE: Proposals must be time stamped
More informationREQUEST FOR PROPOSALS to Design, Build and Finance the Highway 401 Expansion Project Credit River to Regional Road 25 RFP No (RFP Version 1.
REQUEST FOR PROPOSALS to Design, Build and Finance the Highway 401 Expansion Project Credit River to Regional Road 25 RFP No. 17-178 (RFP Version 1.0) TABLE OF CONTENTS SECTION 1 INTRODUCTION...1 1.1 General...1
More informationResponsibility 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 informationI. PROJECT DESCRIPTION
REQUEST FOR QUALIFICATIONS The Board of Education of the Mariemont City School District (the Owner ) is seeking sealed, signed, written qualification statements from qualified Construction Management firms
More informationStephen F. Austin State University Alumni Association P.O. Box 6096 Nacogdoches, TX REQUEST FOR PROPOSAL for Investment Management Services
P.O. Box 6096 Nacogdoches, TX 75962 REQUEST FOR PROPOSAL for Investment Management Services RFP NUMBER IMS-2016 PROPOSAL MUST BE RECEIVED BEFORE: 5:00 PM, TUESDAY, OCTOBER 11, 2016 MAIL PROPOSAL TO: HAND
More informationOKEECHOBEE 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 informationREQUEST FOR PROPOSALS FOR UNDERWRITING/PRIVATE PLACEMENT SERVICES JULY 9, 2018
REQUEST FOR PROPOSALS FOR UNDERWRITING/PRIVATE PLACEMENT SERVICES JULY 9, 2018 CITY OF DETROIT DOWNTOWN DEVELOPMENT AUTHORITY Issued by: Glen W. Long, Jr. Authorized Agent GENERAL INFORMATION PART I 1-1
More informationREQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER. New Combined Court Facility In Montezuma County
REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER New Combined Court Facility In Montezuma County 12/11/2015 Prepared by: Montezuma County 109 W. Main, Room 302 Cortez, CO 81321 Melissa
More informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL by The University of Texas Health Science Center at San Antonio for Selection of a Vendor to Provide Physician Quality Reporting System Services RFP No. 745-15-P15 Submittal Deadline:
More informationCITY OF GAINESVILLE REQUEST FOR PROPOSAL
CITY OF GAINESVILLE REQUEST FOR PROPOSAL RFP No. (14054) PROPERTY AND LIABILITY RISK MANAGEMENT AND INSURANCE BROKERAGE SERVICES Proposal Release: March 20, 2014 Proposal Questions Deadline: Proposal Due
More informationREQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )
REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO (PPLD RFP #490-16-01) Pikes Peak Library District ( PPLD ) invites qualified
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS Covington Point Lift Station Improvements CCE PROJECT NO. 812-100(C) February 21, 2013 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 I. REQUEST
More informationRequest for Proposal RFP # SUBJECT: Ergotron LX
Request for Proposal RFP #13-1422 SUBJECT: Ergotron LX DATE OF ISSUE: July 3, 2013 TO RESPOND BY: RESPOND TO: July 19, 2013 @ 1500 Hours (3:00 PM Pacific Time) Leslie Burke, Purchasing Agent Purchasing
More informationEL CENTRO ELEMENTARY SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE AND CERTIFICATION FOR GENERAL CONTRACTORS FOR MULTIPLE PROJECTS
EL CENTRO ELEMENTARY SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE AND CERTIFICATION FOR GENERAL CONTRACTORS FOR MULTIPLE PROJECTS Due 2:00pm, January 11, 2018 Pursuant to Public Contract Code section
More informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL by The University of Texas System Administration for Selection of a Vendor to Provide Property Insurance Broker and other Risk Management Services related to the assessment and management
More informationRFP-#07-01 REQUEST FOR PROPOSALS Governmental Procurement Cards ATHENS COUNTY, OHIO BOARD OF COMMISSIONERS
BACKGROUND RFP-#07-01 REQUEST FOR PROPOSALS Governmental Procurement Cards ATHENS COUNTY, OHIO BOARD OF COMMISSIONERS Pursuit to the Ohio Revised Code Section 301.29, effective 2-12-04, and the Athens
More informationSECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017
REQUEST FOR PROPOSALS for SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017 City of Culver City FINANCE DEPARTMENT 9770 Culver Boulevard Culver City, CA 90232-0507 PROPOSAL DUE: January
More informationUNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS
UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE
More informationBotetourt 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 informationREQUEST FOR QUALIFICATIONS (RFQ)
NOTE: Ocean County College will consider proposals only from firms or organizations that demonstrate the capability and willingness to provide high quality services in the manner described in this Request
More informationBUCKSKIN SANITARY DISTRICT PUBLIC NOTICE FOR PROFESSIONAL ENGINEERING SERVICES
BUCKSKIN SANITARY DISTRICT PUBLIC NOTICE FOR PROFESSIONAL ENGINEERING SERVICES REQUEST FOR QUALIFICATIONS FOR ENGINEERING DESIGN AND CONSULTING SERVICES WASTEWATER TREATMENT PLANT DESIGN Chairman Gary
More informationREQUEST FOR PRE-QUALIFICATION. Fine Arts HVAC Upgrade and Interior Renovation SADDLEBACK COLLEGE CAMPUS SOCCCD PROJECT NO. 2041
REQUEST FOR PRE-QUALIFICATION FOR Fine Arts HVAC Upgrade and Interior Renovation ON SADDLEBACK COLLEGE CAMPUS SOCCCD PROJECT NO. 2041 September 22, 2015 South Orange County Community College District 09/22/2015
More informationRequest for Quotation
Return this Quote document via FAX or E-MAIL no later than 3:00 PM, TUESDAY, 01/26/16 to: Attention: ANDREA PARKS STAHL, SR. BUYER Telephone: Fax No.: 210-567-2897 E-mail: PARKSA@UTHSCSA.EDU Facsimile
More informationREQUEST FOR SUPPLIER QUALIFICATION
PHYSICAL RESOURCES REQUEST FOR SUPPLIER QUALIFICATION Contractor Vendor of Record (VOR) List for Various Projects Issue Date: January 2018 TABLE OF CONTENTS 1.0 Introduction...3 2.0 Categories...3 3.0
More informationRequest for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving
Request for Proposals For Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving Page 1 of 17 Request For Proposals Table of Contents SECTION 1: GENERAL INFORMATION
More informationSample Request For Proposals
Sample Request For Proposals California Education Coalition for Health Care Reform A Joint Labor-Management Committee NOTICE TO BIDDERS HEALTH CARE INSURANCE NOTICE IS HEREBY GIVEN that the (name of district>.
More information