REQUEST FOR QUALIFICATIONS AND PROPOSAL (RFQ&P) FOR ENVIRONMENTAL CONSULTANT SERVICES

Size: px
Start display at page:

Download "REQUEST FOR QUALIFICATIONS AND PROPOSAL (RFQ&P) FOR ENVIRONMENTAL CONSULTANT SERVICES"

Transcription

1 South Orange County Community College District 334D RFQ&P for Environmental Consultant Services Pool April 5, 2016 REQUEST FOR QUALIFICATIONS AND PROPOSAL (RFQ&P) FOR ENVIRONMENTAL CONSULTANT SERVICES South Orange County Community College District (SOCCCD) is inviting submittals from qualified firms, partnerships, corporations, associations, or professional organizations to provide Hazardous Materials Surveying, Testing, Abatement Plan Preparation and Monitoring (Environmental) Consultant Services for various projects. Selection will result in a pool of Environmental Consultant Service providers (each a CONSULTANT) expected to provide comprehensive professional services to SOCCCD on an as needed basis over the next five years. If you would like to submit a response to this Request for Qualifications and Proposals, please send seven (7) hard copies and one (1) electronic copy of requested materials to: South Orange County Community College District Facilities Planning & Purchasing Health Sciences Building Marguerite Parkway Mission Viejo, CA Attn: Mark Schoeppner Questions regarding this RFQ&P may be directed to Mark Schoeppner, Construction Manager at Facilities Planning & Purchasing, at (949) or via at mschoeppner@socccd.edu. The SOCCCD may modify the RFQ&P prior to the deadline for submittals by issuance of an electronic addendum on the SOCCCD bid website. Firms/Individuals (Firm) may confirm an interest in providing a submittal by ing mschoeppner@socccd.edu. All responses must be received by mail, recognized carrier or hand delivered by 2:00 PM April 28, 2016 Late submittals will not be considered 1

2 South Orange County Community College District 334D - RFQ&P for Environmental Consultant Services April 5, 2016 INTRODUCTION The South Orange County Community College District (SOCCCD) intends to pre-qualify full-service consulting services firms to provide hazardous materials consulting service, including but not limited to asbestos, lead, mercury, and PCB surveying, testing, abatement plan preparation and monitoring services on the behalf of the SOCCCD for various facilities improvement projects on an as needed basis over the next five years. The purpose of this RFQ&P is to establish a pool of pre-qualified CONSULTANTS to provide services on behalf of the SOCCCD. Selected CONSULTANTS will assist the SOCCCD with hazardous material surveying, testing, abatement plan preparation and monitoring services. Each CONSULTANT responding to this RFQ&P should be prepared and equipped to provide full service to the SOCCCD in an expeditious and timely manner and on relatively short notice so as to enable the SOCCCD to meet critical time deadlines and schedules. BACKGROUND The District consists of two colleges and a developing campus: Saddleback College, Irvine Valley College and the Advanced Technology and Education Park (ATEP). Saddleback College, located in Mission Viejo, celebrated its 40th anniversary on September 23, Saddleback College is approximately 175 acres and serves over 39,000 students each year. Irvine Valley College, located in Irvine, was founded in 1979 as Saddleback College North Campus and established as Irvine Valley College July 1, Irvine Valley College is approximately 100 acres and serves over 14,000 students each year. ATEP, the Advanced Technology Education Park, opened its doors to students in Classes are currently held in five buildings leased from the City of Tustin. A Development framework has been created for future development of the ATEP site which will replace the current buildings. Selection for the Environmental Consultant Services pool will be performed by an evaluation committee. If the SOCCCD determines it to be in their best interest, interviews may be arranged as part of the selection process or later when project specific proposals are requested. All CONSULTANTS submitting under this RFQ&P and seeking to become a pre-qualified CONSULTANT for Environmental Consultant services should be extremely familiar with all applicable Code requirements and be capable of providing work product that will enable the SOCCCD to strictly comply with said requirements. The scope of such services are anticipated to include investigations, site specific surveys, assessments, scope development, coordination with architectural firms, design teams or contractors, cost estimating, specification development, field observations and/or monitoring for various facility projects. Collaboration, coordination, and attendance of various meetings and preparation of various reports are also required. Attached is a copy of the SOCCCD s Standard Environmental Services Agreements (Exhibits B and C). Specific project needs may include only a portion of the services identified therein. The exact scope of services required by the SOCCCD will be set forth in a project specific Agreement between the SOCCCD and the Environmental Consultant Services Firm and will depend on the specific project needs. Proposing Firms are 2

3 South Orange County Community College District 334D - RFQ&P for Environmental Consultant Services April 5, 2016 expected to identify in their submittal those items, if any, in the Agreement for which they would like to request modification. If none, proposing Firms are expected to state no modifications are anticipated. Following identification of Firms qualified and selected for the pool, the SOCCCD will request project specific proposals on an as needed basis from the Environmental Consultant Services pool. A contract will be awarded to the Firm(s) which in the judgment of the SOCCCD best accomplishes the desired results, and shall include, but not be limited to, a consideration of the professional service fee. Notice to Proceed on project work is typically provided immediately upon receipt from the CONSULTANT of required contracts and documentation. The SOCCCD reserves the right to request proposals from outside of the pool of services at any time. There may be situations where the SOCCCD requires Environmental Consultant services to be performed on an urgent basis such that typical Requests for Proposals procedures cannot be followed. In such circumstances, the SOCCCD will notify all Environmental Consultant Services pool firms by of the nature of the emergency, the services required and the time for submission of proposals. Selection of the firm to perform services will be made from the proposals received within the required time for submission and will be based upon adequacy of proposed work plan and fee. SUBMITTAL INFORMATION AND SCHEDULE All submittals shall be in the form and formatted as specified in this RFQ&P. Submittals which do not include all of the elements as specified, or which deviate from the proposed format and content as specified, may be deemed non-responsive by the evaluation committee and eliminated from further consideration. Time is of the essence. Submitting Firms will be expected to adhere to the required dates and times. The SOCCCD may modify the RFQ&P prior to the deadline for submittals by issuance of an electronic addendum on the SOCCCD bid website. Firms may confirm an interest in providing a submittal by ing mschoeppner@socccd.edu. Submittal questions must be in writing and be directed to Mark Schoeppner, Construction Manager, via at mschoeppner@socccd.edu with the subject line indicating Question(s) for Environmental Consultant Services RFQ&P. If questions are submitted after the deadline, they will not be answered and Firms must provide a submittal using the information in the RFQ&P and any addenda provided. During the review of the submittals, SOCCCD will not report apparent errors or request submittal clarification. Submittals will be interpreted as presented. Firms are responsible to proof documents to avoid errors. Request for Qualification & Proposals Submittal Schedule RFQ&P - 1 st Advertisement April 5, 2016 RFQ&P - 2 nd Advertisement April 12, 2016 Deadline confirmation of interest April 14,

4 South Orange County Community College District 334D - RFQ&P for Environmental Consultant Services April 5, 2016 Deadline for written questions April 20, 2016 Last addendum April 22, 2016 Deadline for RFQ&P Submittal April 28, 2016 Announcement of Firms to be Interviewed May 12, 2016 Interviews May 19, 2016 Negotiations Complete May 26, 2016 Recommendation to Board June 3, 2016 Board Meeting Date June 27, 2016 The delivery package must be clearly marked with the RFQ&P title, Firm s name and address, contact name, and phone number. Submittals may be withdrawn at any time before the deadline by written request of person signing the Certification. Late submittals will be returned to the Firm without evaluation and Firm will not qualify for the consideration. It is the Firm s responsibility to ensure submittals are received on or before the deadline and at the identified location. A postmark will not be accepted as meeting the delivery requirement. Third party carriers are routed through the warehouse and may experience delay from carriers stated delivery timeframe. Hand delivery should include time allowances for limited parking, the possibility of elevator failure (third floor delivery) or other potential obstacles to reaching the delivery location in a timely manner. LIST OF FUTURE SOCCCD PROJECTS Listed below are some of the potential projects that may require Environmental Consultant Services work over the course of the next five years. SOCCCD uses a variety of delivery methods including: Design/Bid/Build Design-Build and 4217 Energy Projects. Projects other than those listed may be included from the Facilities Master Plans for each of the colleges or from college renovation, modernization or scheduled maintenance projects. CONSULTANT Services may commence in advance of the anticipated construction start date depending on Project Specific needs. SADDLEBACK COLLEGE CAMPUS ATAS RENOVATION. This project intends to stabilize the building foundation and slab with resultant interior improvements to this 36,500 SF building with construction costs anticipated at $9,850,000 and an anticipated construction start of late SITE IMPROVEMENTS. This combination of site improvements includes storm drains, parking lots and a quad renovation. The overall construction costs are anticipated at $8,350,000, with construction start of mid

5 South Orange County Community College District 334D - RFQ&P for Environmental Consultant Services April 5, 2016 ATHLETICS STADIUM. The Project includes replace of the existing stadium with a new 8,000 maximum seat multi-sport stadium with restrooms, team rooms, concession stand, ticket booth, storage, press box, scoreboard, synthetic turf and 9-lane running tract. Construction start of mid SCIENCE MATH BUILDING RENOVATION. Remodel existing three story 81,420 GSF building; update mechanical and structural, replace 70% of interior partitions, 100% lighting and finishes; renovate and modify exterior finishes. Construction costs anticipated at $38,000,000. IRVINE VALLEY COLLEGE CAMPUS A 200 RENOVATION. This renovation of this approximately 16,000 SF single story structure carries an anticipated construction cost of $3,500,000 with an anticipated construction start date of late FINE ARTS BUILDING. This new construction of 57,000 SF carries an anticipated construction cost of $25,500,000. Start date contingent upon State funding match. B-300 RENOVATION. Remodel 10,000 SF of existing two story building; update first and second floor restrooms, replace interior lighting and finishes. Anticipated construction cost $2,800,000. SCOPE OF WORK Professional services will typically be conductions in three phases and are as follows: Phase 1 - Surveys and Investigations a. Work Plan: i. Develop a list of documents necessary to perform services. ii. Review existing SOCCCD documents and/or surveys which may include review of Design Documents prepared by other consultants. iii. Ensure the work scope conforms to the project needs. iv. CONSULTANT recognizes the scope of work to include meeting regulatory requirements, referred to as associated work throughout the contract. v. CONSULTANT to advise as to whether a Procedure 5 must be developed. vi. Establish survey and inspection plans of the project site in order to create a complete and thorough set of abatement plans and contract documents. b. Develop complete and detailed hazardous material surveys for investigations of the buildings and facilities. 5

6 South Orange County Community College District 334D - RFQ&P for Environmental Consultant Services April 5, 2016 c. Collect existing building material samples in accordance with regulatory requirements. Analyze building and facility materials samples for hazardous materials using an accredited lab. d. Develop detailed laboratory test result reports, form and format to be preapproved by SOCCCD. i. Identify quantity and location of all hazardous materials on project sites, including asbestos, PCB, mercury, lead and other hazardous materials as defined by the State of California. Phase 2 - Abatement Plan and Contract Documents a. Prepare abatement plans for project sites for the SOCCCD s use as construction contract documents. The abatement plans, at a minimum, shall: i. Incorporate the survey report information, and ii. Describe the quantity and location of all hazardous materials graphically, and iii. Provide for a plan of abatement and removal, and iv. Describe specific abatement procedures including testing, handling, disposal and on site monitoring requirements for the abatement of the building materials and systems that contain hazardous materials. b. Prepare plans and specifications to be included in bidding and construction contract documents. c. Prepare cost estimates of the abatement work. d. Coordinate with SOCCCD, Architect, Construction Manager and other CONSULTANTS and with Government agencies having jurisdiction as required to ensure that contract documents incorporate all requirements of the hazardous material, CONSULTANT S recommendations, and the CONSULTANT S abatement plans. e. Review the projects demolition plans and ensure all hazardous materials affected by demolition are indicated to be removed and properly disposed of as required by governing laws and regulations, to ensure a safe working environment, and to eliminate the potential exposure of people from hazardous materials. f. Provide consulting services associated with the bidding of hazardous material abatement Work, including but not limited to, attending pre-bid meetings and job walks, responding to questions by the contractor and preparation of bid addenda. Phase 3 - Monitoring During Construction a. Evaluate construction plans, specifications and schedule to attain complete understanding of project. b. Evaluate bids for abatement work and bidders experience and references. 6

7 South Orange County Community College District 334D - RFQ&P for Environmental Consultant Services April 5, 2016 c. Conduct pre-construction meetings as it relates to demolition and hazardous material abatement work. d. Provide continuous on-site surveillance during demolition and hazardous material abatement including all air monitoring, sampling and testing. CONSULTANT S monitoring of contractor s operations shall ensure compliance with the abatement plan prepared by the CONSULTANT, result in the proper removal and final disposal and disposition of hazardous materials that exist on the project site and ensure Contractor compliance with all safety requirements. e. Administration and Coordination of the contract and construction activity: i ii Provide daily field reports. Participate in weekly meetings, review all associated submittals, procedures, clarifications and change requests. iii Provide efficient coordination and scheduling between demolition contractor, general contractor, construction manager, SOCCCD S Inspector of Record, and SOCCCD S Project Manager. iv Participate in review of progress payments to contractors. f. Provide all closeout documentation, as required by contract, State and/or Federal regulation, and other closeout activities with the outcome of the closeout activities being the approval of the remediation efforts by all Government Agencies having jurisdiction over the project. REGULATORY REQUIREMENTS Regulatory Requirements Experience with the Division of State Architect (DSA), the Uniform/International Building Code (IBC/UBC), Title 24 of the California Code of Regulations and coordination with the SOCCCD and their CONSULTANTS will be required. Firms must pay prevailing wages to those labor classifications requiring the payment of prevailing wages. Questions concerning predetermined wage rates should be directed to or to the following: Department of Industrial Relations Division of Labor Statistics and Research Prevailing Wages Unit PO Box San Francisco, CA Phone: (415) Firms must hold all necessary registrations/business licenses to perform business in the state, county and city. 7

8 South Orange County Community College District 334D - RFQ&P for Environmental Consultant Services April 5, 2016 INSTRUCTIONS FOR SUBMITTING QUALIFICATIONS AND PROPOSALS Firms shall submit seven hard copies and one electronic copy. Hard copies shall be formatted on standard 8 ½ x 11 white paper with each page clearly numbered on the bottom. Each section 1,-13 shall be tabbed. The original copy shall be marked Original and must be wet signed by person authorized to bind the Firm. Qualifying firms must not be on the federal list of current companies or individuals that have been declared ineligible to receive Federal contracts due to a violation of Executive Order 11246, as amended; Section 503 of the Rehabilitation Assistance Act of 1974, as amended, 38 U.S.C. Section Provide information in this order: 1. Cover Letter. A maximum one-page, Introductory Letter must be submitted including the date, legal name of the respondent, address, telephone and fax numbers, and the name, title, and signature of the person(s) authorized to submit on behalf of the Firm. (one page maximum) 2. Table of Contents. A Table of Contents of the material contained in the submittal should follow the Cover Letter. 3. Executive Summary. The Executive Summary should contain an outline of your approach along with a brief summary of your qualifications. (one page maximum). Firm should have an office in Los Angeles, Riverside, San Diego or Orange County. NOTE: Exhibit F The Qualification Matrix should be completed and placed in this section behind the executive summary. This form will be used as part of the review process. 4. Experience. Provide any professional registration, certifications and affiliations for the Firm. Describe experience with Environmental Consultant Services and more particularly community college projects. Include the scope of relevant projects, description, completion date, and construction costs in the last five years. Provide contact names and phone numbers for each listed project. Evidence that the Firm is legally certified to conduct business in the State of California for the services offered. Experience with college and university educational facilities and other institutional services and California Building Code Standards. List the range of project sizes completed (from very small to very large project) based on construction dollar values. The Firm must have an acceptable history of working proactively to avoid litigation. Provide specific information on termination for default, litigation settled or judgments entered within the last five (5) years. If the Firm utilizes resources from more than one office, indicate office locations and how work would be coordinated. (One page for summary and up to five additional to highlight project specific information if appropriate) 8

9 South Orange County Community College District 334D - RFQ&P for Environmental Consultant Services April 5, Personnel. This section of the proposal should establish the ability of the Firm to satisfactorily perform the required services as demonstrated by its representation of staff availability for future projects and the ability to manage backlog of current services. Information shall further specifically include: a. Work plan with the current work load and next six-month backlog and plan for addressing this work b. Number of qualified staff c. Identification of any services noted in the Agreement(s) not provided in-house d. Identification of proposed sub consultants. e. All personnel assigned to SOCCCD projects, employees, sub-consultants or subcontractors must: i ii Possess the minimum qualification to perform the services provided Have knowledge and understanding of codes, major services and activities required to perform services provided iii Have a minimum of three years of directly related experience as noted in submittal attachments iv Have not entered into a subcontract with any Firms who are ineligible to perform work on a public works project pursuant to Labor Code or v Include resumes of proposed personnel, including any proposed sub-consultants, who would likely be assigned to projects. Provide name and professional qualifications of proposed personnel. Specifically define the role of each person and outline his or her individual experience. Identify any certifications or licenses held. (No more than one page per person) g. Firms must provide a statement that all proposed participants will meet or exceed the minimum qualifications specified herein. 6. Scope of Work. The Scope of Work provided describes the expected effort of the CONSULTANT; however, the CONSULTANT may recommend refinements, suggestions or brief restatement of the Scope of Work in this section (Three page maximum) a. Approach to Work. Identify project team and sub-consultants, project management coordination methodologies, analysis and study approaches, ability to respond to emergencies, delays and consultant s ability to communicate effectively with District personnel and offer advice in the best interest of the District. Specifically address Survey and Investigation Phase methodology and processes and procedures utilized during the Monitoring during Construction Phase. 9

10 South Orange County Community College District 334D - RFQ&P for Environmental Consultant Services April 5, Services. Define which services will be provided in house and those which will be provided by a sub consultant to the CONSULTANT. Define the number of years you have worked with each sub consultant proposed as part of the potential project team. (Two page maximum) 8. Additional Data. Provide additional information about the Firm as it may relate to this RFQ&P. Include unique projects, etc., ongoing professional education of staff and total number of permanent employees. Provide DVBE, small business, small disadvantaged business, minority owned firms, and small women owned business participation level, if any. Consortia of small businesses, minority owned firms, and women s business enterprises are encourage, and subcontracts with small businesses, minority owned firms, and women s business enterprises are also encourage. (Include as an appendix, if desired). Internships? Other? 9. Professional Fees and Sample Fee Proposal. Provide hourly rates for all personnel and/or categories of employees as well as any overhead or other special charges. Provide rates for items the Firm considers standardized components of the process, typical fee schedule as applicable and any sub-consultant fees or services that may be needed. In addition, a Fee Proposal for a sample project has been included as Exhibit G. After a preliminary pool of Environmental Consultant firms has been identified by the District, the Professional Fees and Sample Fee Proposal will be evaluated by the District for reasonableness and competitiveness. The District may schedule negotiations with select Environmental Consultant firm in an effort to reach agreement on particular elements of the fee proposals. Professional Fees and Sample Fee Proposal are to be provided in a sealed envelope to be opened by the District after identification of the preliminary pool of Environmental Consultants. Proposed billing rate fees should include and account for all direct labor costs, fringe benefits, insurance, overhead, profit, and all other expenses the Consultant will incur in providing hazardous material surveying, investigation, abatement plan preparation and monitoring consulting services and in accordance with Department of Industrial Relations requirements. All proposed reimbursable expenses shall be directly related to the services required for the Project and must be supported by proper documentation and prior SOCCCD authorization. Schedule of Fees provided in this submittal will be used as the basis for negotiations throughout the five year duration for the Environmental Consultant Services pool. Any increases must be approved in writing by the SOCCCD prior to the performance of service. NOTE: Rate adjustments will only be considered on an annual basis (based on the date of mutual execution of the Contract) and upon written request by Firm. Such adjustment will be based on the percentage increase, decrease, set forth in the Consumer Price Index (CPI) for Orange County. Fees will be based on fully-loaded hourly billing rates for each classification. When providing costs, each line item shall include costs for all required overhead expenses including insurance. Travel cost from the Firm s place of business including time, overhead and related expenditures shall be incorporated into the unit prices for each line item and are not to be identified 10

11 South Orange County Community College District 334D - RFQ&P for Environmental Consultant Services April 5, 2016 as separate costs. Firms are expected to perform services at the rate amount provided in the sample fee proposal regardless of the possibility that staff is drawn from a variety of office locations. Project Specific Agreements. Project Specific Agreements will be based on a lump sum basis. The total fees paid to any selected Environmental Consultant Services Firm will be these fees as authorized by the individual Project Specific Agreement. a. No separate payment will be made for any other costs of performance or out of pocket expenses, including, without limitation, mileage or time required for dispatching personnel to the site of work, subsistence, lodging, fuel charge, vehicle use, transmitting reports, administrative charges, or other similar activities necessary for performance of the services except for personnel that are required to perform services at a destination that is more than 50 miles from Saddleback College, Irvine Valley College and ATEP shall first obtain written approval and will be reimbursed at the rate for mileage (for such mileage over 50 miles) set forth by the United States Internal Revenue Services and for per diem travel as set forth by the US General Services Administration. Rates will be negotiated and finalized at execution of the Project Specific Agreement. Identify any constraints or assumptions that affect fee. Services that are not specifically included in RFQ exhibits may be added in the blank areas provided as supplementary information. NOTE: Professional Fees and Exhibit G, Sample Fee Proposal, are to be included in a sealed envelope. Be thorough and specific as this will form the basis of any contract negotiations for services. 10. Client References This section of the proposal permits Firms to demonstrate their ability and competence to satisfactorily perform the required services by using similar services recently completed for other clients. Information should be furnished for both the Firm and any sub consultants included in the proposal and shall include: a. Project name, location and description b. Client contact name c. Telephone number d. address This section may also include letters of recommendation or testimonials. 11. Agreement Review - Review and comment on any proposed modifications to the attached draft Agreement(s). Recommend additional work scope if appropriate to allow for improved outcome for the SOCCCD. 12. Certification - Complete, provide authorized signature, and date the CERTIFICATION - REQUEST FOR QUALIFICATION & PROPOSALS enclosed with this RFQ&P, Exhibit A. 11

12 South Orange County Community College District 334D - RFQ&P for Environmental Consultant Services April 5, 2016 Responses to the RFQ&P should be complete and be prepared to provide an insightful, straightforward, and concise overview of the capabilities of your company. Deviation from the defined content, order and format prescribed in this RFQ&P may result a non-responsive evaluation. Submittals received after the due date and time will not be considered or reviewed. The emphasis of your submittal should be on completeness and clarity of content. The SOCCCD reserves the right to waive any immaterial deviation in a submittal. The decisions to provide a waiver shall in no way modify or compromise the overall purpose of the submittal, nor excuse the Firm from full compliance with all requirements if awarded an Agreement. The sample standard agreement (Exhibit B) is not to be included with the Firm s submittal. BASIS OF AWARD The evaluation of the Environmental Consultant Services will be a two-stage process. 1. The first stage will be based on analysis principally focusing on specific experience and qualifications. 2. The second stage will be for short-listed Environmental Consultant Firms, invited for an interview, to present their full understanding of and responsiveness to this RFQ&P and their specific experience and project approach. At the conclusion of the second stage, Environmental Consultant Firms will be selected as members of the pool on the basis of criteria regarding qualifications, experience, demonstrated competence as well as what is in the best interests of the SOCCCD as determined by the committee including consideration of fair and reasonable pricing. The successful Firms must demonstrate: Qualifications, experience and the ability for a time commitment of key personnel assigned to provide the services. The Firm s experience and knowledge in providing Environmental Consultant Services. Reasonable and competitive fees as shown in the fee schedule. MISCELLANEOUS 1. General information about SOCCCD may be found at Recent projects are listed at the Bids tab. The Master Plan is found at 2. All submittals shall remain active and valid for ninety days following closing date for receipt. If selected for the Environmental Consultant Services Pool, the submittal information may be incorporated into the contract documents and amended with written approval between the parties, as necessary. The SOCCCD reserves the right to negotiate the scope and cost of any submittal. 3. Selection for recommendation to the Board of Trustees may be made solely on the basis of the submittal review or the selection committee may deem it necessary to interview applicants as part of the selection process. 12

13 South Orange County Community College District 334D - RFQ&P for Environmental Consultant Services April 5, The proceedings of the evaluation committee are confidential. Members are not to be contacted by the proposers. All communication between proposers and the SOCCCD shall be through the contact information provided above for submitting RFQ&P materials. 5. All materials, except financial information submitted in response to this RFQ&P shall become the property of SOCCCD and shall be considered a part of Public Record. The SOCCCD reserves the option to retain or dispose of all submittals, whether selected or rejected. 6. SOCCCD may modify the RFQ&P prior to the deadline for submittals by issuance of an electronic addendum on the SOCCCD bid website. Only written changes to the RFQ&P will be valid. Verbal representations will not be binding on either party. Proposers are responsible to monitor the district bid page for addenda information. 7. SOCCCD reserves the right to reject any or all responses to this RFQ&P. Any and all costs incurred in preparing and submitting a response to this RFQ&P is the sole responsibility of the proposer. This request does not constitute an offer of employment or a contract for services. 8. SOCCCD projects are subject to compliance monitoring and enforcement by the Department of Industrial Relations. No contractor or subcontractor may be listed on a bid proposal for public works projects unless registered in accordance with the Department of Industrial Relations requirements and pursuant to Labor Code section (with limited exceptions from this requirement for bid purposes only under Labor Code section ) Specific Inclusions 1. Exhibit A: Certification Request for Qualifications 2. Exhibit B: Sample Agreement for Environmental Consultant Survey Services 3. Exhibit C: Sample Agreement for Environmental Consultant Monitoring Services 4. Exhibit D: Hourly Rates 5. Exhibit E: Sample Invoice for monthly billings 6. Exhibit F: Qualification Matrix Environmental Consultant Services 7. Exhibit G: Sample Fee Proposal 8. Exhibit H: Map of Irvine Valley College 9. Exhibit I: Map of Saddleback College 13

14 South Orange County Community College District 334D - RFQ&P for Environmental Consultant Services April 5, 2016 RFQ&P - Exhibit A CERTIFICATION REQUEST FOR QUALIFICATIONS & PROPOSALS CERTIFICATION - REQUEST FOR QUALIFICATIONS The undersigned hereby proposes and agrees to furnish any and all required labor, equipment, material, transportation, insurance, and incidentals necessary to provide quality services pertaining to this solicitation in accordance with the terms and conditions of the RFQ&P; declares that the only persons or parties interested in this submittal as principals are those named herein; that this submittal is made without collusion with any other person, firm or corporation; that the undersigned will contract with SOCCCD to provide these services to the SOCCCD in the manner prescribed herein. I certify that I have read the attached Request for Qualifications Hazardous Materials Surveying, Testing, Abatement Plan Preparation and Monitoring Services and the instructions for submitting an RFQ&P. I further certify that I am authorized to bind the Firm noted in this submittal contractually, know that I must provide five copies of the Firm s submittal in response to this request and that I am authorized to commit the Firm to the submittal. I acknowledge the following addenda Signature Typed or Printed Name Title phone Address 14

15 South Orange County Community College District 334D - RFQ&P for Environmental Consultant Services April 5, 2016 RFQ&P - Exhibit B SAMPLE AGREEMENT FOR ENVIRONMENTAL CONSULTANT SURVEY SERVICES 15

16 South Orange County Community College District 334D - RFQ&P for Environmental Consultant Services April 5, 2016 RFQ&P - Exhibit C SAMPLE AGREEMENT FOR ENVIRONMENTAL CONSULTANT MONITORING SERVICES 16

17 South Orange County Community College District 334D - RFQ&P for Environmental Consultant Services April 5, 2016 HOURLY RATES RFQ&P - Exhibit D The following rates which include overhead, administrative cost and profit shall be utilized in arriving at the fee for extra services. The hourly rates reflected below shall be effective by date of execution of this Contract and shall be revised each twelve (12) months; thereafter, based upon changes in the Consumer Price Index for the previous twelve month period, using the CPI for the geographical area of the CONSULTANT. CONSULTANT Services Titles may be changed Fee Per Hour Principal Associate Project Manager Field Inspector Clerical $XXX $XXX $XXX $XXX $ XXX 17

18 South Orange County Community College District 334D - RFQ&P for Environmental Consultant Services April 5, 2016 RFQ&P - Exhibit E SAMPLE TEMPLATE FOR MONTHLY INVOICE Invoices for services shall be provided once per month and within 60 calendar days of performance of the services. Invoice Project Manager Date: TBD South Orange County Community College District SOCCCD Project Number: TBD Marguerite Parkway Consultant Invoice number: Mission Viejo, CA Project: Name College Name of Services Consultant TBD Consultant Address City / State / Zip code Phone Number Professional Services from Month/01/Year - Month/31/Year Billing Percent of Fee Fee % Comp Earned Purchase Order: Previous Billing Current Billing TBD Balance Remaining Task I XX XX.00 Task II XX XX.00 Task III XX.00 TOTAL CONTRACT AMOUNT XX.00 Amendment 01 REVISED CONTRACT AMOUNT XX.00 Reimbursable Expenses List reimbursable items Total Reimbursable rate at 1.1 times TBD 1.1 TBD TOTAL THIS INVOICE 18

19 South Orange County Community College District 334D - RFQ&P for Environmental Consultant Services April 5, 2016 QUALIFICATION MATRIX RFQ&P - Exhibit F 19

20 South Orange County Community College District 334D - RFQ&P for Environmental Consultant Services April 5, 2016 SAMPLE PROPOSAL RFQ&P - Exhibit G Description Survey Work Field Inspectors - Asbesots Per regulatory requirements Sample Analysis Asbestos: Polarized Light Microscopy with dispersion staining. 24 hour turn around Field Inspectors - Lead Lead Samples: SRF survey Per regulatory requirements Sample Analysis XRF Survey Field Inpectors - PCB Survey Report Preparation Draft Narrative Sampling results with graphic locations Final Unit Cost Units Measure Total 4 Hours 115 Each 1 Hours 500 Shots 1 Hour 1 Each Design Document Review Assume 10 demo sheets per Architect, Mechanical, Electrical, Plumbing, Civil for a total of 50 sheet. Determine number of hours needed. Hours Meetings, 2 hour increments, determine appropriate personnel in attendance and apply associated rates 3 Each Bid Preparation-Determine need based on size of project represented in Design Document Review Plan set Specification set Project Oversight Field Inspector/ Project Manager -California Certified Site Surveillance Technician Regular Overtime Air Monitoring fee Construction Reporting/Permits Procedure 5: Development, submittal, and approval in accordance with AQMD requirements Report Preparation Total 1 Each 1 Each 8 Hours 2 Hours 10 Hours 1 Approval 1 Each 20

21 South Orange County Community College District 334D - RFQ&P for Environmental Consultant Services April 5, 2016 RFQ&P - Exhibit H 21

22 South Orange County Community College District 334D - RFQ&P for Environmental Consultant Services April 5, 2016 RFQ&P - Exhibit I 22

23 TABLE OF CONTENTS ARTICLE 1 CONSULTANT'S SERVICES AND RESPONSIBILITIES... 2 ARTICLE 2 SCOPE OF CONSULTANT'S SERVICES... 3 ARTICLE 3 ADDITIONAL CONSULTANT SERVICES... 5 ARTICLE 4 TERM OF SERVICE... 6 ARTICLE 5 INDEMNITY AND INSURANCE... 6 ARTICLE 6 COMPENSATION TO THE CONSULTANT... 9 ARTICLE 7 CONSULTANT S WORK PRODUCT ARTICLE 8 TERMINATION ARTICLE 9 DISPUTES, MEDIATION AND ARBITRATION ARTICLE 10 DISTRICT'S RESPONSIBILITIES ARTICLE 11 MISCELLANEOUS

24 AGREEMENT: ENVIRONMENTAL CONSULTANT SERVICES FOR PROJECT, COLLEGE This AGREEMENT is made and entered into this 27 th day of May in the year 2015 between South Orange County Community College District, Marguerite Parkway, Mission Viejo, California 92692, hereinafter referred to as "DISTRICT", and Firm Name, Firm Address, hereinafter referred to as "CONSULTANT"; WHEREAS, DISTRICT is authorized by Section of the California Government Code to contract with and employ any persons for the furnishing of special services and advice in financial, economic, accounting, engineering, legal or administrative matters, if such persons are specially trained and experienced and competent to perform the special services required; and WHEREAS, DISTRICT desires to obtain consultant services for Project at College, hereinafter referred to as "PROJECT"; and WHEREAS, CONSULTANT is fully licensed as required by the State of California, experienced and competent to provide CONSULTANT services in conformity with the laws of the State of California; and NOW, THEREFORE, the parties hereto agree as follows: ARTICLE 1 CONSULTANT'S SERVICES AND RESPONSIBILITIES 1.1. Basic Services. The CONSULTANT's services shall consist of those services performed by the CONSULTANT and CONSULTANT's employees as enumerated in this AGREEMENT Standard of Care. CONSULTANT shall provide the Basic Services and authorized Additional Services using its best professional skill and judgment, acting with due care and in accordance with professional standards of care, the terms of this Agreement, and all applicable laws, codes, rules, regulations or ordinances. CONSULTANT s Basic Services shall be provided and completed promptly and in such a manner as to avoid hindrance, interruption, or delay to the orderly progress and timely completion of Project. CONSULTANT s Basic Services shall be provided by Name as Project Manager. CONSULTANT shall without additional compensation, correct or revise any errors or omissions in its studies, reports, and other services Key Individual Assignment. The CONSULTANT has been selected to perform the work herein because of the skills and expertise of key individuals. CONSULTANT assignment for this PROJECT is for one Project Manager and one Project Engineer. The CONSULTANT shall designate Name, as Project Executive, and a management team of Name, as Project Manager. So long as their performance continues to be acceptable to the DISTRICT, these named individuals shall remain in charge of the PROJECT. Additionally, the CONSULTANT must furnish the name of all other key people in CONSULTANT s firm that will be associated with the PROJECT Replacement of Key Individual. If the designated project manager or any other designated lead or key person fails to perform to the satisfaction of the DISTRICT, then upon written notice the CONSULTANT will have 10 working days to remove that person from the PROJECT and replace that 2

25 person with one acceptable to the DISTRICT after review of resume and/or interview. A project manager and all lead or key personnel must also be designated by the CONSULTANT and are subject to all conditions previously stated in this paragraph Relationship of CONSULTANT to Other Project Participants. CONSULTANT s services hereunder shall be provided in conjunction with contracts between the DISTRICT and: (a) the Architect; (b) the Contractor; (c) the Inspector; (d) Test/Inspection Service Providers; and (e) others providing services in connection with bidding and/or construction of the PROJECT. The Architect is responsible for the adequacy and sufficiency of the PROJECT design and the contents of Design Documents for the PROJECT. The Architect shall perform its duties in accordance with its contract(s) with the DISTRICT. Except as expressly set forth herein, neither this Agreement, nor CONSULTANT s rendition of services hereunder shall be deemed CONSULTANT s assumption of responsibility for the adequacy or sufficiency of the PROJECT design or the Design Documents for the PROJECT, which are and remain that of the Architect. The CONSULTANT shall be responsible for assisting the DISTRICT with generally coordinating the services of the Inspector and Test/Inspection providers during the construction phase. The CONSULTANT is not responsible for the completeness or accuracy of the work product or services provided by the Inspector or Test/Inspection Service Providers Coordination. CONSULTANT shall coordinate all work with DISTRICT CONSULTANTs as necessary to complete contract requirements Acceptance of Project Schedule. The CONSULTANT shall accept the DISTRICT's project schedule for the performance of the CONSULTANT's services. The schedule may be adjusted as the PROJECT proceeds by mutual written agreement of the parties and shall include allowances for time required for the DISTRICT's review and for approval by authorities having jurisdiction over the PROJECT. The time limits established by this schedule shall not, except for reasonable cause, be exceeded by the CONSULTANT Duration. The services covered by this AGREEMENT shall be completed within x months of the date of this AGREEMENT for a total anticipated working days of x days. ARTICLE 2 SCOPE OF CONSULTANT'S SERVICES 2.1. Work Plan. Work with DISTRICT to finalize project requirements: a. Develop a list of documents necessary to perform services. b. Review existing SOCCCD documents and/or surveys which may include review of Design Documents prepared by other consultants. c. Ensure that work scope conforms to the project needs. d. CONSULTANT recognizes the scope of work to include meeting regulatory requirements, referred to as associated work throughout the remainder of this contract. CONSULTANT to advise as to whether a Procedure 5 must be developed Material Testing Services. 3

26 a. Take state amount or legally required number of lead samples using the air/wipe method, and perform laboratory testing and analysis with a three day turn around. b. Take ten (10) state amount or legally required number of lead waste characterization samples for TTLC, TCLP, and STLC and perform Laboratory testing and analysis with a 72 hour turn around Abatement Plan and Contract Documents. a. Prepare abatement plans for project sites for the SOCCCD s use as construction contract documents. The abatement plans, at a minimum, shall: i. Incorporate the survey report information, and ii. Describe the quantity and location of all hazardous materials graphically, and iii. Provide for a plan of abatement and removal, and iv. Describe specific abatement procedures including testing, handling, disposal and on site monitoring requirements for the abatement of the building materials and systems that contain hazardous materials. b. Prepare plans and specifications to be included in bidding and construction contract documents. c. Prepare cost estimates of the abatement work. d. Coordinate with SOCCCD, Architect, Construction Manager and other CONSULTANTS and with Government agencies having jurisdiction as required to ensure that contract documents incorporate all requirements of the hazardous material, CONSULTANT S recommendations, and the CONSULTANT S abatement plans Summarization of Procedures. a. Only the DISTRICT and its authorized representative will have the authority to request services. b. Unless otherwise agreed in advance and authorized by the DISTRICT, all requests for services must be in writing and must be faxed to the Consultant s office a minimum of 24 hours in advance. c. Technicians will submit a daily field report that will indicate the services performed, the amount of time spent, and the number of tests taken. d. The rates shown on the attached fee schedule shall include the cost of all related equipment. e. Test samples taken but not required may be disposed of by CONSULTANT. f. An assessment of the billing against the contract amount will be maintained by the Consultant and submitted to the DISTRICT for monthly review with the invoice submittal. If it appears that any testing/inspection line items will be exceeding the planned budget, the Consultant will immediately notify the DISTRICT to review the reasons for the overage and whether any corrective action is appropriate for budget adjustments. 4

27 g. A copy of CONSULTANT s proposal dated Date, is attached hereto, and incorporated herein as if fully set forth. Language set forth in this contract shall take precedence in the event of any discrepancy between language contained within the body of this contract and the attached proposal Reporting. CONSULTANT shall prepare and submit three copies of report including one electronic copy to the District within two weeks of work completion. CONSULTANT shall prepare and submit any required state documentation associated with work scope Materials. CONSULTANT shall furnish, at his/her own expense, all labor, materials, equipment, supplies and other items necessary to complete the services to be provided pursuant to this AGREEMENT. ARTICLE 3 ADDITIONAL CONSULTANT SERVICES 3.1. Additional Services. Additional services are not included in the Basic Services set forth previously. If the DISTRICT requests in writing any of the Additional Services, CONSULTANT shall be compensated for the same in accordance with the provisions of the Agreement relating to Additional Services and the amounts indicated in Exhibit A CONSULTANT Compensation Additional Services. The Board of Trustees of the District must approve an amendment to this Agreement, fully executed, prior to CONSULTANT performing any Additional Services. The CONSULTANT shall request payment for Additional Services in a separate line item on the same invoice submitted for Basic Services in a format pre-approved by the DISTRICT Notification and Authorization. CONSULTANT shall notify the DISTRICT in writing of the need for additional services required due to circumstances beyond the CONSULTANT's control. CONSULTANT shall obtain written authorization from the DISTRICT before rendering such services. Compensation for such services shall be compensated based on attached standard hourly rates. Such services shall include: a. Material PROJECT Scope Changes. Services required or necessary as a result of significant changes in the PROJECT scope or other requirements of the PROJECT, including PROJECT size, quality, or complexity or material changes to the Master Construction Schedule. b. Termination/Default of Architect or Contractor. Services required or necessary as a result of the default or termination of the Architect or the Contractor, failure of Performance of the Contractor, or major defects or deficiencies in the work of the Contractor. c. Damage or Destruction to PROJECT. Except to the extent caused by the CONSULTANT, services and consultation associated or necessitated by damage or destruction to the PROJECT prior to completion by an act of God, fire or other casualty. d. Investigation of Existing Conditions. Services to investigate existing conditions or facilities or to provide measured drawings thereof Compensation for Additional Services. If the duration of CONSULTANT services is extended, due to the DISTRICT s need for Additional Services, the CONSULTANT shall be entitled to additional compensation as set forth in Exhibit A. Escalation may be applied to services performed beyond the duration of the original Contract at a rate negotiated between the DISTRICT and CONSULTANT. 5

October 31, 2:00 P.M.

October 31, 2:00 P.M. REQUEST FOR QUALIFICATIONS AND PROPOSALS ADA SELF EVALUATION SERVICES, SOUTH ORANGE COUNTY COMMUNITY COLLEGE DISTRICT South Orange County Community College District (SOCCCD) is inviting submittals from

More information

Thursday, February 9, 2017 at 2:00 P.M.

Thursday, February 9, 2017 at 2:00 P.M. REQUEST FOR QUALIFICATIONS AND PROPOSALS BUILDING ENVELOPE CONSULTANT SERVICES: ATHLETICS STADIUM AND SITE IMPROVEMENT PROJECT, SADDLEBACK COLLEGE South Orange County Community College District (SOCCCD)

More information

August 11, 2016, 2:00 P.M.

August 11, 2016, 2:00 P.M. REQUEST FOR QUALIFICATIONS AND PROPOSALS SUSTAINABILITY/ENERGY PLAN CONSULTANT SERVICES: SOUTH ORANGE COUNTY COMMUNITY COLLEGE DISTRICT South Orange County Community College District (SOCCCD) is inviting

More information

REQUEST FOR QUALIFICATIONS AND PROPOSALS AUDIO VISUAL CONSULTANT SERVICES, SOCCCD. December 1, 2016

REQUEST FOR QUALIFICATIONS AND PROPOSALS AUDIO VISUAL CONSULTANT SERVICES, SOCCCD. December 1, 2016 REQUEST FOR QUALIFICATIONS AND PROPOSALS AUDIO VISUAL CONSULTANT SERVICES, SOCCCD South Orange County Community College District (SOCCCD) is inviting submittals from qualified firms, partnerships, corporations,

More information

REQUEST FOR QUALIFICATIONS AND PROPOSALS- THIRD PARTY EVALUATOR SERVICES: SADDLEBACK COLLEGE

REQUEST FOR QUALIFICATIONS AND PROPOSALS- THIRD PARTY EVALUATOR SERVICES: SADDLEBACK COLLEGE REQUEST FOR QUALIFICATIONS AND PROPOSALS- THIRD PARTY EVALUATOR SERVICES: SADDLEBACK COLLEGE South Orange County Community College District (SOCCCD) is inviting submittals from qualified firms, partnerships,

More information

Facilities Planning & Purchasing Health Sciences Building Marguerite Parkway Mission Viejo, CA Attn: David Schiermeyer

Facilities Planning & Purchasing Health Sciences Building Marguerite Parkway Mission Viejo, CA Attn: David Schiermeyer Pool REQUEST FOR QUALIFICATIONS (RFQ) FOR COMMISSIONING SERVICES FOR INCLUSION IN A DISTRICT POOL OF COMMISSIONING SERVICE FIRMS FOR A FIVE (5) YEAR PERIOD AND REQUEST FOR PROPOSALS (RFP) FOR COMMISSIONING

More information

REQUEST FOR QUALIFICATIONS AND PROPOSALS - DEVELOPMENT MASTER PLANNING SERVICES, ADVANCED TECHNOLOGY & EDUCATION PARK

REQUEST FOR QUALIFICATIONS AND PROPOSALS - DEVELOPMENT MASTER PLANNING SERVICES, ADVANCED TECHNOLOGY & EDUCATION PARK REQUEST FOR QUALIFICATIONS AND PROPOSALS - DEVELOPMENT MASTER PLANNING SERVICES, ADVANCED TECHNOLOGY & EDUCATION PARK South Orange County Community College District (SOCCCD) is inviting submittals from

More information

REQUEST FOR PROPOSALS (RFP)- SCIENCES BUILDING FOR DSA INSPECTION SERVICES, SADDLEBACK COLLEGE

REQUEST FOR PROPOSALS (RFP)- SCIENCES BUILDING FOR DSA INSPECTION SERVICES, SADDLEBACK COLLEGE REQUEST FOR PROPOSALS (RFP)- SCIENCES BUILDING FOR DSA INSPECTION SERVICES, SADDLEBACK COLLEGE INTRODUCTION South Orange County Community College District is requesting proposals from interested, qualified

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

OWNER/PROFESSIONAL SERVICES CONSULTANT AGREEMENT PROJECT TITLE UNIVERSITY OF ILLINOIS

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

More information

EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6

EXHIBIT A RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6 EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6 3. PLANNING AND ADMINISTRATION A-6 OF THE PROJECT 4. PRECONSTRUCTION PHASE A-7 5. PRE-BIDDING

More information

REQUEST FOR QUALIFICATIONS FROM DESIGN-BUILD ENTITIES ADVANCED TECHNOLOGY AND APPLIED SCIENCE (ATAS) BUILDING PROJECT SADDLEBACK COLLEGE

REQUEST FOR QUALIFICATIONS FROM DESIGN-BUILD ENTITIES ADVANCED TECHNOLOGY AND APPLIED SCIENCE (ATAS) BUILDING PROJECT SADDLEBACK COLLEGE REQUEST FOR QUALIFICATIONS FROM DESIGN-BUILD ENTITIES FOR ADVANCED TECHNOLOGY AND APPLIED SCIENCE (ATAS) BUILDING PROJECT AT SADDLEBACK COLLEGE SOCCCD PROJECT NO. 358D October 31, 2017 South Orange County

More information

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR SANTA BARBARA UNIFIED SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR Multi-Purpose Building Renovation Projects at Harding University Partnership School and Roosevelt

More information

REQUEST 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 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 information

Status: Structural steel installation complete at primary building. Observatory construction underway. Central Plant modifications are complete.

Status: Structural steel installation complete at primary building. Observatory construction underway. Central Plant modifications are complete. Page 1 of 14 FACILITIES PLAN STATUS REPORT August 24, 2015 SADDLEBACK COLLEGE 1. SCIENCES BUILDING Project Budget: $52,234,000 $8,308,000 $67,358,000 State Match: $36,564,000 ($36,564,000) - Basic Aid

More information

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

More information

Request for Qualifications (RFW: 18-19/01) Architectural/Engineering Firms

Request for Qualifications (RFW: 18-19/01) Architectural/Engineering Firms Request for Qualifications (RFW: 18-19/01) Architectural/Engineering Firms RFQ Due Date: May 3, 2019 @ 2:00 p.m. Mr. Alonso Casas, Project Manager Building 10, Room #16 Imperial Community College District

More information

EXTERIOR LIGHTING AND CONTROLS RETROFIT PHASE II PROJECT ENERGY SERVICES SADDLEBACK COLLEGE. April 25, Electricity Savings: 201,221 kwh/yr

EXTERIOR LIGHTING AND CONTROLS RETROFIT PHASE II PROJECT ENERGY SERVICES SADDLEBACK COLLEGE. April 25, Electricity Savings: 201,221 kwh/yr EXHIBIT A Page 1 of 1 EXTERIOR LIGHTING AND CONTROLS RETROFIT PHASE II PROJECT ENERGY SERVICES SADDLEBACK COLLEGE April 25, 2016 Based upon inspection form, site visit and rough savings calculation, San

More information

REQUEST FOR QUALIFICATIONS. Professional Consultant Retainer Contract

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

More information

REQUEST FOR PRE-QUALIFICATION. Fine Arts HVAC Upgrade and Interior Renovation SADDLEBACK COLLEGE CAMPUS SOCCCD PROJECT NO. 2041

REQUEST 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 information

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

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis

Request 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 information

NAME CITY SUBMITTOR S NAME

NAME CITY SUBMITTOR S NAME EXHIBIT A Page 1 of 1 Proposals submitted for Request for Proposals for Construction Management Services Saddleback College Fine Arts HVAC Upgrades & Interior Renovation Project COMPANY NAME CITY SUBMITTOR

More information

The 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 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 information

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES ALVORD UNIFIED SCHOOL DISTRICT Angie Lopez, Director of Facilities Planning 10365 Keller Avenue Riverside, CA 92505 VARIOUS PROJECTS

More information

CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS ("RFP")

CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS (RFP) CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS ("RFP") May 12, 2017 CHARLOTTE PUBLIC SCHOOLS A. Instructions REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES PART

More information

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT INVITATION TO BID Contractor Services Associated with: WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN

More information

N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP)

N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP) N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP) EXHIBIT A - MEMORANDUM OF NOTIFICATION TO POTENTIAL BIDDERS [NAME OF GOVERNMENT LETTERHEAD] DATE: TO: FROM: SUBJECT: [DATE] Invited Parties [NAME OF

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San

More information

I. PROJECT DESCRIPTION

I. 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 information

Request for Proposal

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

More information

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

Proposal Response Date: March 18, 2019, at 1:00p.m. CONSULTANT SERVICES Architectural & Engineering Design Services Tracey Elementary & West Rocks Middle School Cafeteria and Kitchen Improvements Norwalk Public Schools REQUEST FOR PROPOSAL Proposal Response

More information

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

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

More information

PHASE 1 STAFF FACILITIES LOCKER ROOM

PHASE 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 information

The Liberia Annual Conference Monrovia, Liberia. REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR

The Liberia Annual Conference Monrovia, Liberia. REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR The Liberia Annual Conference Monrovia, Liberia REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR NEW RESIDENTIAL TWO-STORY CLASSROOM BUILDING AND VOCATIONAL SCHOOL

More information

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS FINANCIAL AND COMPLIANCE AUDITS OF THE KANSAS PUBLIC EMPLOYEES DEFERRED COMPENSATION 457 PLAN SEALED PROPOSALS for furnishing the services

More information

Request 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 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 information

ARTICLE 8: BASIC SERVICES

ARTICLE 8: BASIC SERVICES THE SCOPE OF SERVICES ADDED BY THIS AMENDMENT IS FOR A CM AT RISK PROJECT ONLY. THE SCOPE OF SERVICES SPECIFIED BELOW INCLUDES ARTICLES 8.1, 8.3, 8.4, 8.5, 8.6, 8.7 AND 8.8. THE SERVICES SPECIFIED IN ARTICLE

More information

PROFESSIONAL SERVICES CONSULTANT TYPE OF RETAINER AGREEMENT UNIVERSITY OF ILLINOIS

PROFESSIONAL SERVICES CONSULTANT TYPE OF RETAINER AGREEMENT UNIVERSITY OF ILLINOIS PROFESSIONAL SERVICES CONSULTANT TYPE OF RETAINER AGREEMENT UNIVERSITY OF ILLINOIS THIS AGREEMENT, made and entered into in the City of, State of Illinois, as of the date of the last signature of the parties

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

STANDARD FORM OF CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES INCLUDING CONSTRUCTION FOR A GUARANTEED MAXIMUM PRICE BETWEEN

STANDARD FORM OF CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES INCLUDING CONSTRUCTION FOR A GUARANTEED MAXIMUM PRICE BETWEEN STANDARD FORM OF CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES INCLUDING CONSTRUCTION FOR A GUARANTEED MAXIMUM PRICE BETWEEN THE DEKALB COUNTY BOARD OF EDUCATION AND THE CONSTRUCTION MANAGER Construction

More information

Terre View Research Facility Relocation Washington State University Pullman, WA Project Manual

Terre View Research Facility Relocation Washington State University Pullman, WA Project Manual Terre View Research Facility Relocation Washington State University Pullman, WA Project Manual Project No. 9574-2018 Issued 7/19/2017 Washington State University Facility Services, Capital Terre View Research

More information

Request for Fee Proposals (RFFP) Progressive Design-Build Services. New High School

Request for Fee Proposals (RFFP) Progressive Design-Build Services. New High School Request for Fee Proposals (RFFP) Progressive Design-Build Services New High School Issaquah School District February 12, 2018 TABLE OF CONTENTS 1. INTRODUCTION 2. PROJECT OVERVIEW 3. APPLICATION OF FEE

More information

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR

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

More information

REQUEST FOR PRE-QUALIFICATION OF GENERAL ENGINEERING CONTRACTORS SITE UTILITIES AND INFRASTRUCTURE PROJECT ADVANCED TECHNOLOGY & EDUCATION PARK

REQUEST 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 information

Status: Structural steel installation complete at primary building. Observatory construction underway. Central Plant modifications are complete.

Status: Structural steel installation complete at primary building. Observatory construction underway. Central Plant modifications are complete. Page 1 of 11 FACILITIES PLAN STATUS REPORT June 22, 2015 SADDLEBACK COLLEGE 1. SCIENCES BUILDING Project Budget: $52,234,000 $8,308,000 $67,358,000 State Match: $36,564,000 ($36,564,000) - Basic Aid Allocation:

More information

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

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

More information

SUPERIOR COURT OF CALIFORNIA COUNTY OF SAN MATEO REQUEST FOR PROPOSAL FILE FOLDERS PRINTING

SUPERIOR COURT OF CALIFORNIA COUNTY OF SAN MATEO REQUEST FOR PROPOSAL FILE FOLDERS PRINTING SUPERIOR COURT OF CALIFORNIA COUNTY OF SAN MATEO REQUEST FOR PROPOSAL FILE FOLDERS PRINTING REQUEST FOR PROPOSAL NUMBER 2014-01 WRITTEN PROPOSALS DUE BY Friday, August 16, 2013-3:30 PM Superior Court of

More information

EXHIBIT B OF RFP #B12-10 MASTER AGREEMENT FOR ON-GOING CONSTRUCTION PROJECT MANAGEMENT SERVICES

EXHIBIT B OF RFP #B12-10 MASTER AGREEMENT FOR ON-GOING CONSTRUCTION PROJECT MANAGEMENT SERVICES EXHIBIT B OF RFP #B12-10 MASTER AGREEMENT FOR ON-GOING CONSTRUCTION PROJECT MANAGEMENT SERVICES This Master Agreement for On-Going Construction Project Management Services ( Agreement ) is entered into

More information

CITY OF EL PASO DE ROBLES The Pass of the Oaks

CITY OF EL PASO DE ROBLES The Pass of the Oaks CITY OF EL PASO DE ROBLES The Pass of the Oaks TO: FROM: SUBJECT: INTERESTED INDIVIDUALS OR FIRMS ANGELICA FORTIN, CITY LIBRARIAN INVITATION TO SUBMIT STATEMENTS OF QUALIFICATIONS AND PROPOSALS TO THE

More information

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT INVITATION TO BID Contractor Services Associated with: WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN RESERVES

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2

OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2 OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2 PROJECT MANUAL BIDDING AND CONTRACT DOCUMENTS MANDATORY JOB WALK: 9:00AM PST, February 22, 2018 BID DUE: 2:00PM PST,

More information

REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014

REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014 REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014 The Central Valley Opportunity Center ( CVOC ) is soliciting

More information

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES PROJECT MANUAL BIDDING AND CONTRACT DOCUMENTS MANDATORY JOB WALK: 9:00AM, Tuesday, February 6, 2018 BID DUE: 2:00PM PST, Monday, February

More information

Standard Form of Agreement Between Design-Builder and Contractor. The Design-Builder has entered into a Design-Build Contract with the Owner dated:

Standard Form of Agreement Between Design-Builder and Contractor. The Design-Builder has entered into a Design-Build Contract with the Owner dated: Document A142 2014 Standard Form of Agreement Between Design-Builder and Contractor AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Design-Builder: (Name,

More information

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

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

More information

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office For For The Issue Date: June 1, 2018 Due Date: June 25, 2018 by 10:00 a.m. Central Time Submit RFP to: Benton County Commission c/o Michelle McLerran Kreisler P.O. Box 1238 316 Van Buren Warsaw, Missouri

More information

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent CMAA Document A-1 Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent 2013 EDITION This document is to be used in connection with the Standard Form of

More information

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk CMAA Document CMAR-1 Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk 2004 EDITION This document is to be used in connection with CMAA Standard Form of Contract

More information

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

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

More information

REQUEST FOR QUALIFICATIONS & REQUEST FOR PROPOSAL RFQ/P # DSA PROJECT INSPECTION SERVICES

REQUEST FOR QUALIFICATIONS & REQUEST FOR PROPOSAL RFQ/P # DSA PROJECT INSPECTION SERVICES REQUEST FOR QUALIFICATIONS & REQUEST FOR PROPOSAL RFQ/P #2018-2019-0001 DSA PROJECT INSPECTION SERVICES Los Alamitos Unified School District Facilities, Maintenance, Operations & Transportation Auxiliary

More information

HVAC Remodel Second Floor North Center Building

HVAC Remodel Second Floor North Center Building Invitation For Bid 01/02-08 Purchasing Services HVAC Remodel Second Floor North Center Building ISSUE DATE: 8:00 a.m., Wednesday, December 5, 2001 MANDATORY PRE-BID MEETING: 10:00 a.m., Wednesday, December

More information

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

City 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 information

Request for Proposals Districtwide Parking Study Consultant Services South Orange County Community College District.

Request for Proposals Districtwide Parking Study Consultant Services South Orange County Community College District. EXHIBIT A Page 1 of 1 Request for Proposals Districtwide Parking Study Consultant Services South Orange County Community College District November 16, 2015 Company Name City Submitter s Name Fehr & Peers

More information

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES THIS AGREEMENT is made by and between the School District, a political subdivision of the State of California ("DISTRICT"), and, a California corporation,

More information

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

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

Construction Management-at-Risk Agreement

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

More information

New Mexico Bidder s Number

New Mexico Bidder s Number WAGON MOUND PUBLIC SCHOOLS PO Box 158 / 300 Park Avenue Voice: 575-666-3000 Fax: 575-666-9001 General Bid Conditions RFP # 1819-001 General Legal Counsel SEALED BIDS will be opened in the Board Room of

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

Cheyenne Wyoming RFP-17229

Cheyenne 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 information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

AIA Document B141 TM 1997 Part

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

More information

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 Proposal. For Financial and Accounting Services

Request for Proposal. For Financial and Accounting Services Request for Proposal For Financial and Accounting Services Issued: Tuesday, February 20, 2018 Submission Deadline: Wednesday, March 21, 2018, 4:00 PM South Bayside Waste Management Authority (SBWMA) Attention:

More information

Request for Qualifications Consultant Services for Hazardous Materials Management Services Design and Construction Management UC Davis

Request for Qualifications Consultant Services for Hazardous Materials Management Services Design and Construction Management UC Davis Request for Qualifications Consultant Services for Hazardous Materials Management Services Design and Construction Management UC Davis October 2018 Request for Qualifications Consultant Services for Hazardous

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

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

ROSEVILLE JOINT UNION HIGH SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES FOR MEASURE D AND OTHER PROJECTS

ROSEVILLE JOINT UNION HIGH SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES FOR MEASURE D AND OTHER PROJECTS ROSEVILLE JOINT UNION HIGH SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES FOR MEASURE D AND OTHER PROJECTS Qualifications Deadline Date March 2, 2017 at 4:00PM TABLE

More information

Solano Community College District REQUEST FOR QUALIFICATIONS (RFQ #14-008) CIVIL ENGINEERING SERVICES CAPITAL IMPROVEMENT PROGRAM

Solano Community College District REQUEST FOR QUALIFICATIONS (RFQ #14-008) CIVIL ENGINEERING SERVICES CAPITAL IMPROVEMENT PROGRAM REQUEST FOR QUALIFICATIONS (RFQ #14-008) CIVIL ENGINEERING SERVICES CAPITAL IMPROVEMENT PROGRAM In November of 2002 and November 2012 the residents of the Solano Community College District ( District ),

More information

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

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

More information

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

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

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS REQUEST FOR QUALIFICATIONS GEOTECHNICAL, TESTING LABORATORY & SPECIAL INSPECTION SERVICES ALVORD UNIFIED SCHOOL DISTRICT Angie Lopez, Director of Facilities Facilities Planning 10365 Keller Avenue Riverside,

More information

REQUEST FOR QUALIFICATIONS (RFQ) NO , ARCHITECTURAL/ENGINEERING SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) NO , ARCHITECTURAL/ENGINEERING SERVICES RFQ DOCUMENT AND STATEMENT OF WORK FOR REQUEST FOR QUALIFICATIONS (RFQ): 214-18 ARCHITECTUAL/ENGINEERING SERVICES BY STANISLAUS REGIONAL HOUISNG AUTHORITY 1701 ROBERTSON ROAD MODESTO, CA 95351 RFQ Issued:

More information

ANNEX A Standard Special Conditions For The Salvation Army

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

More information

ADDENDUM #5 NIB #

ADDENDUM #5 NIB # HVAC Replacement Project at the District Office Construction Services ADDENDUM #5 THIS ADDENDUM INCLUDES: Due to delay at DSA, the project time line is revised as follows: 1) NIB TIME LINE revised: Replace

More information

Document A201 TM. General Conditions of the Contract for Construction. (Name and location or address)

Document A201 TM. General Conditions of the Contract for Construction. (Name and location or address) Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) THE OWNER: (Name, legal status and address) Case Western Reserve University

More information

CONSTRUCTION MANAGEMENT-AT-RISK AGREEMENT

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

More information

ANNOUNCEMENT. This request for qualifications seeks the following type of service providers:

ANNOUNCEMENT. This request for qualifications seeks the following type of service providers: ANNOUNCEMENT REQUEST FOR STATEMENT OF QUALIFICATIONS NOTICE FOR ENGINEERING SERVICES BY SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES DESIGN AND CONSTRUCTION The San Francisco Unified School District

More information

NAPA SANITATION DISTRICT Napa, California

NAPA SANITATION DISTRICT Napa, California NAPA SANITATION DISTRICT Napa, California REQUEST FOR QUALIFICATIONS MST RECYCLED WATER PIPELINE EXTENSION PROJECT (CIP 14726) Issued on November 11, 2015 STATEMENTS DUE: December 8, 2015 AT 2:00 PM In

More information

Merritt College Science Building Site Paving

Merritt College Science Building Site Paving PROJECT NO. 2353, BID NO. 14-15/20 Peralta Community College District 333 East 8th Street, Oakland, CA 94606 March 17, 2015 ADDENDUM No. 1 This addendum supersedes items of the original contract documents

More information

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

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

More information

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017

SECTION 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 information

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None City of Anaheim Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services December 5, 2013 Pre-bid Conference: None Bid Due Date: December 19, 2013 2:00 PM, Pacific Standard Time Submit bid

More information

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN 15-800 RENUMBER 1. Article 2.01, Contractor s License; delete and replace with the

More information

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

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

More information

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

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

More information

COLUSA VETERANS HALL KITCHEN AND BATHROOM REMODEL

COLUSA VETERANS HALL KITCHEN AND BATHROOM REMODEL COUNTY OF COLUSA REQUEST FOR BIDS FOR: COLUSA VETERANS HALL KITCHEN AND BATHROOM REMODEL DUE DATE: June 1, 2016 at 2:00 p.m. REQUEST FOR BIDS DESCRIPTION OF PROJECT: Colusa County is requesting bids (RFB)

More information

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

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

More information

Request for Proposals for Building Envelope Consulting Services ATEP Irvine Valley College First Building Project November 16, 2015

Request for Proposals for Building Envelope Consulting Services ATEP Irvine Valley College First Building Project November 16, 2015 Request for Proposals for Building Envelope Consulting Services ATEP Irvine Valley College First Building Project November 16, 2015 EXHIBIT A Page 1 of 1 COMPANY NAME CITY SUBMITTED BY *Allana Buick &

More information