REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGER-AT-RISK BEXAR COUNTY COMMUNITY ARENAS BOARD BEXAR COUNTY, TEXAS FREEMAN COLISEUM PHASE II RENOVATIONS

Size: px
Start display at page:

Download "REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGER-AT-RISK BEXAR COUNTY COMMUNITY ARENAS BOARD BEXAR COUNTY, TEXAS FREEMAN COLISEUM PHASE II RENOVATIONS"

Transcription

1 REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGER-AT-RISK BEXAR COUNTY COMMUNITY ARENAS BOARD BEXAR COUNTY, TEXAS FREEMAN COLISEUM PHASE II RENOVATIONS RFP NO Issued: July 09, 2012 Pre-Proposal Conference: 10:00 a.m., July 18, 2012 PROPOSALS MUST BE RECEIVED BEFORE 2:00 P.M. CENTRAL DAYLIGHT TIME ON AUGUST 2, 2012 Location: Freeman Coliseum Administrative Office 3201 E. Houston Street San Antonio, Texas Prepared By: For: KELL MUÑOZ ARCHITECTS Bexar County Community Arenas Board 1017 N Main Ave, Ste E. Houston Street San Antonio, Texas San Antonio, Texas RFP , Construction Manager at Risk Freeman Coliseum Renovations Phase II Page 1 of 81

2 Re: FREEMAN COLISEUM RENOVATIONS PHASE II REQUEST FOR PROPOSAL FOR CM AT RISK AMENDMENT NO. 1 ITEM 1: EXHIBIT C PRICING PROPOSAL A. Replace the existing Exhibit C with new Exhibit C Pricing and Project Delivery Proposal, 2 pgs, revised , issued herewith. ITEM 2: FREEMAN EVENT CALENDAR A. The Freeman Event Calendar for the months of July 2012 through December 2013 (18 pgs.) as distributed at the Pre-Proposal Conference is included herewith for Respondent's information. Events indicated are only those currently scheduled at this time, and additional event dates should be anticipated. ITEM 3: PRE-PROPOSAL CONFERENCE AGENDA & SIGN-IN SHEET A. Insert the Pre-Proposal Conference Agenda (July 18, 2012) 3 pages issued herewith. B. Insert the Sign-in Sheet (July 18, 2012) 1 page, issued herewith. C. As indicated at the Pre-proposal Conference, Site Visits are to be by prior arrangement with Freeman Coliseum Contact Tony Canez at 210/ A site walk through was held at the Pre-Proposal Conference. Respondents are to represent that they are familiar with the project scope areas and their environs. ITEM 4: SECTION 1 - NOTICE TO RESPONDENTS A. At Section 1.2 Scope of Work, add Owner has current HVAC work in progress by DaCor Air Conditioning Company. B. At Section 1.3, Project Delivery, add Respondents will assist in determination of any early bid packages and make allowances for any possible adjustments in early start dates of construction within their proposal. C. At Section 1.7 C. change the address for Derrick Howard to derrickh@freemancoliseum.com ITEM 5: SECTION 2 RESPONDENT S PROPOSAL A. Question: Section states to See Special Conditions for minimum on-site construction team to assemble the Project Organization Chart. Where is the Special Conditions" section located that addresses this item? Answer: See Article 8.2 in Exhibit J for information on staffing requirements: ARTICLE 8 CONSTRUCTION PHASE SERVICES 8.2 Organize and maintain a competent, full-time staff at the Project Site with clearly defined lines of authority and communication as necessary to coordinate construction activities; monitor and direct progress of the Work, and further the goals of the Project Team.

3 ITEM 6: SECTION 3 GENERAL AND SUPPLEMENTARY CONDITIONS A. Answer to question on amount of umbrella insurance policy coverage, replace Article to read as follows: "Umbrella" Liability Insurance. The Construction Manager shall obtain, pay for, and maintain umbrella liability insurance during the Contract term, insuring the Construction Manager (or Subcontractor) in an amount of not less than $3,000, each occurrence $3,000, aggregate and applies in excess and follows the form of the primary liability coverages required hereinabove. The policy shall provide "drop down" coverage where underlying primary insurance coverage limits are insufficient or exhausted. B. Clarification of insurance requirements not listed in Exhibit J, at Article 4, Bonds & Insurance: 1. Replace subparagraph thru at sentence ending with the word basis, as follows: Insurance coverage required includes: Workers' Compensation. Insurance with limits as required by the Texas Workers' Compensation Act, with the policy endorsed to provide a waiver of subrogation as to Owner, Employer's Liability insurance of not less then: $1,000, Bodily Injury by Accident- each accident $1,000, Bodily Injury by Disease- each employee $1,000, Bodily Injury by Disease- policy limit Commercial General Liability Insurance. Including Independent Construction Manager's Liability, Products and Completed Operations and Contractual Liability, covering, but not limited to, the liability assumed under the indemnification provisions of this Contract, fully insuring Construction Manager's (or Subcontractors) liability for bodily injury and property damage with a combined bodily injury (including death) and property damage minimum limit of : $2,000, per occurrence $2,000, general aggregate $2,000, products and completed operations aggregate Coverage shall be on an occurrence basis. 2. Replace the first paragraph of subparagraph with the following: Comprehensive Automobile Liability Insurance, covering owned, hired, and nonowned vehicles, with a combined bodily injury (including death) and property damage minimum limit of $1,000, per occurrence. No aggregate shall be permitted for this type of coverage. Such insurance is to include coverage for loading and unloading hazards. Owner shall be named as an additional insured on this coverage. 3. To answer question on amount of umbrella insurance policy coverage, replace Subpragraph to read as follows: "Umbrella" Liability Insurance. The Construction Manager shall obtain, pay for, and maintain umbrella liability insurance during the Contract term, insuring the Construction Manager (or Subcontractor) in an amount of not less than $3,000, each occurrence $3,000, aggregate and applies in excess and follows the form of the primary liability coverages required hereinabove. The policy shall provide "drop down" coverage where underlying primary insurance coverage limits are insufficient or exhausted.

4 ITEM 7: EXHIBIT J SAMPLE FORM OF CMAR AGREEMENT A. For clarification of insurance requirements not listed in Exhibit J, at Article 4, Bonds & Insurance: 1. Replace subparagraph thru at sentence ending with the word basis, as follows: Insurance coverage required includes: Workers' Compensation. Insurance with limits as required by the Texas Workers' Compensation Act, with the policy endorsed to provide a waiver of subrogation as to Owner, Employer's Liability insurance of not less then: $1,000, Bodily Injury by Accident- each accident $1,000, Bodily Injury by Disease- each employee $1,000, Bodily Injury by Disease- policy limit Commercial General Liability Insurance. Including Independent Construction Manager's Liability, Products and Completed Operations and Contractual Liability, covering, but not limited to, the liability assumed under the indemnification provisions of this Contract, fully insuring Construction Manager's (or Subcontractors) liability for bodily injury and property damage with a combined bodily injury (including death) and property damage minimum limit of : $2,000, per occurrence $2,000, general aggregate $2,000, products and completed operations aggregate Coverage shall be on an occurrence basis. 2. Replace the first paragraph of subparagraph with the following: Comprehensive Automobile Liability Insurance, covering owned, hired, and nonowned vehicles, with a combined bodily injury (including death) and property damage minimum limit of $1,000, per occurrence. No aggregate shall be permitted for this type of coverage. Such insurance is to include coverage for loading and unloading hazards. Owner shall be named as an additional insured on this coverage. 3. To answer question on amount of umbrella insurance policy coverage, replace subpragraph to read as follows: "Umbrella" Liability Insurance. The Construction Manager shall obtain, pay for, and maintain umbrella liability insurance during the Contract term, insuring the Construction Manager (or Subcontractor) in an amount of not less than $3,000, each occurrence $3,000, aggregate and applies in excess and follows the form of the primary liability coverages required hereinabove. The policy shall provide "drop down" coverage where underlying primary insurance coverage limits are insufficient or exhausted.

5 EXHIBIT C PRICING AND PROJECT DELIVERY PROPOSAL Proposal of: (Company Name) To: Bexar County Community Arenas Board Ref.: Freeman Renovations - Phase II, RFP No Having carefully examined all of the requirements of this RFP and any attachments thereto, the undersigned proposes to furnish construction services as required at the terms stated herein. Pricing Schedule and Costing Methodologies Include all fees and costs of the CMAR associated with the Construction Phase Services for this Project. Identify fees and costs based upon the Amount Available for Construction Contract as stated in the Program of Requirements or the Scope of Work listed in Section 1 of this RFP. PART 1, PRE-CONSTRUCTION PHASE FEE The Offeror shall identify a Pre-Construction Phase Fee. The total dollar amount to provide Pre-Construction Services for this project is: and /100 DOLLARS ($ ). In case of a difference in written words and figures in this Proposal Form, the amount stated in written words shall govern. PART 2, CONSTRUCTION PHASE FEE The Construction Phase Fee is based on the GMP of $7,500, and anticipated construction schedule of 64 weeks and all anticipated home office expenses: Provide: Fee- total dollar amount and /100 DOLLARS ($ ). In case of a difference in written words and figures in this Proposal Form, the amount stated in written words shall govern. Fee expressed as a percentage based on GMP of $7,500, % Revised

6 PART 3, LIMITATION ON GENERAL CONDITIONS COSTS Provide preliminary estimate for anticipated cost of General Conditions based on the proposed Project schedule, Scope of Work and GMP of $7,500, Allowable General Conditions Line Item Category Estimated Total Cost On-Site Project Management Staff $ Performance/Payment Bonds $ Workers' Compensation & Employers' Liability Insurance $ Professional Liability Insurance $ Commercial General Liability Insurance $ Comprehensive Auto Liability Insurance $ Umbrella Excess Liability Insurance $ Builder's Risk Insurance $ Temporary Project Utilities $ Field Offices & Office Supplies $ Total Offeror's Estimated General Conditions $ PART 4, STAFFING PLAN Provide anticipated staffing plan for all personnel working on the Project including estimating, purchasing and scheduling. (Attach additional sheets as necessary) Addenda Acknowledgment Receipt is hereby acknowledged of the following addenda to this RFP by entering yes or no in space provided and indicating date received. Enter 0" if none received. No. 1 Date: No. 2 Date: No. 3 Date: No. 4 Date: Revised

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25 PRE-PROPOSAL CONFERENCE AGENDA FREEMAN COLISEUM RENOVATIONS - PHASE 2 CONSTRUCTION MANAGER AT RISK RFP No DATE: 18 July 2012 A. INTRODUCTION OF PROJECT TEAM Owner s Representatives Bexar County Bexar County Community Arenas Architect s Representatives Kell Munoz Architects, Inc. i. MEP - GGC Engineers, Inc. ii. Structural - Lundy Franke Engineers iii. Sound System / Acoustical BAI, LLC iv. Graphics/Wayfinding - fd2s Team Concept - Owner, Architect/Engineers, Construction-Manager at Risk, Subcontractors B. PROJECT DESCRIPTION Description of Project Scope Phase 1 (completed) Phase 2 (as described in RFP) Anticipated GMP Budget: $7,500, Alternates: None Allowances: None Unit prices: None Liquidated Damages - $ per calendar day General Conditions (Bexar County) Supplementary Conditions (Bexar County) CMAR Agreement (Bexar County) Bonds Bid Bonds not required. Payment and Performance Bonds required

26 PRE-PROPOSAL CONFERENCE AGENDA 18 July 2012 FREEMAN COLISEUM RENOVATIONS PHASE 2 Page 2 Insurance Requirements Minimum Wage Rate Requirements SMWBE Program Goals participation encouraged Owner to pay building permit fees, and allow connection to on site power / water Geotechnical Engineering Study As required, by Owner Quality Control Testing As required, by Owner C. SEPARATE CONCURRENT CONSTRUCTION CONTRACTS/WORK Environmental abatement by Owner s separate contractor Other: Event Level Seating Platforms Event Area Seating Replacements Finishout of CAB offices, Dressing Areas, Restrooms D. SCHEDULE OF CONSTRUCTION AWARD OF CONTRACT: Subject to provision of all required documents by the accepted Proposer, Notice of top ranking to be provided on or before August 30, EVENTS: Coordination with events and Stock Show and Rodeo No work required,. SUBSTANTIAL COMPLETION OF ENTIRE WORK: by December 9, Early pricing/work packages are anticipated. E. FRONT END/PROPOSAL SUBMISSION REQUIREMENTS Review of Instructions to Proposer and Proposal Submission Requirements and Evaluation Distribution of Request for Proposal Documents 6 Copies Required Form of Proposal Three ring binders Respondent Qualifications Questionnaire General Information History Experience Safety Program Quality Control Program Pricing and Project Delivery Proposal

27 PRE-PROPOSAL CONFERENCE AGENDA 18 July 2012 FREEMAN COLISEUM RENOVATIONS PHASE 2 Page 3 Part 1 - Pre-Construction Phase Fee Part 2 - Construction Phase Fee Part 3 - Limitation on General Condition Costs Part 4 Staffing Plan Addenda Acknowledgement Compliance Certification Attachment 1 Execution of Offer Exhibits Proposal Submission Forms Proposal Infomation Selection Criteria Submission of Proposals on or before: 2:00 pm CDT, Thursday, August 2, 2012, at Freeman Coliseum Offices, 3201 E. Houston Street, San Antonio Texas, Proposal Evaluations: To be held August 3 through August 20, Communications: Submission of questions to be in writing to Derrick Howard, Bexar County Community Arenas Board: 210/ phone, 210/ fax, derrickh@freemancoliseum.com..all questions or should be submitted in writing no later than July 25, 2012 at 5:00pm Interpretations/clarifications/corrections will be issued by the Architect by written Addendum only. F. MISCELLANEOUS Site visits To be by prior arrangement with Freeman Coliseum contact Derrick Howard at 210/ Questions Other

28

OGC-S Owner-Contractor Construction Agreement

OGC-S Owner-Contractor Construction Agreement Owner-Contractor Construction Agreement This agreement is entered into as of ( Effective Date ) between Lone Star College (the "College"), a public junior college pursuant to Section 130.004 of the Texas

More information

SUBCONTRACTOR/SUPPLIER QUALIFICATION STATEMENT

SUBCONTRACTOR/SUPPLIER QUALIFICATION STATEMENT 35 S. 100 E. American Fork, UT 84003 PHONE: (801) 766-3233 FAX: (801) 766-3240 SUBCONTRACTOR/SUPPLIER QUALIFICATION STATEMENT We appreciate the recent interest you have expressed in being added to Acadian

More 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

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS These Insurance & Indemnification Terms & Conditions ( Terms ) are hereby incorporated in and made a part of each and every written

More information

REQUEST FOR PROPOSAL (RFP) Montrose County Fairgrounds EVENT CENTER MARKETING Date Issued: Wednesday, October 25 th, 2017

REQUEST FOR PROPOSAL (RFP) Montrose County Fairgrounds EVENT CENTER MARKETING Date Issued: Wednesday, October 25 th, 2017 REQUEST FOR PROPOSAL (RFP) Montrose County Fairgrounds EVENT CENTER MARKETING Date Issued: Wednesday, October 25 th, 2017 I. SUMMARY Montrose County is seeking proposals from qualified firms for Marketing

More information

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

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

More information

CONSTRUCTION MANAGEMENT SERVICES FOR A NEW AUTOMOTIVE BUILDING AND VARIOUS PROJECTS THRU FY 17 LAKES REGION COMMUNITY COLLEGE LACONIA, NH

CONSTRUCTION MANAGEMENT SERVICES FOR A NEW AUTOMOTIVE BUILDING AND VARIOUS PROJECTS THRU FY 17 LAKES REGION COMMUNITY COLLEGE LACONIA, NH LRC14-07CM CONSTRUCTION MANAGEMENT SERVICES FOR A NEW AUTOMOTIVE BUILDING AND VARIOUS PROJECTS THRU FY 17 LAKES REGION COMMUNITY COLLEGE LACONIA, NH Project LRC14-07CM MARCH 24, 2014 LRC14-07CM Construction

More information

AGREEMENT BETWEEN THE BOARD OF REGENTS OF THE TEXAS A&M UNIVERSITY SYSTEM AND PERKINS + WILL, ARCHITECT/ENGINEER

AGREEMENT BETWEEN THE BOARD OF REGENTS OF THE TEXAS A&M UNIVERSITY SYSTEM AND PERKINS + WILL, ARCHITECT/ENGINEER A/E -CMAR BIM Contract No.5882 AGREEMENT BETWEEN THE BOARD OF REGENTS OF THE TEXAS A&M UNIVERSITY SYSTEM AND PERKINS + WILL, ARCHITECT/ENGINEER TABLE OF CONTENTS ARTICLE ARCHITECT/ENGINEER S SERVICES AND

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

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

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

West Ridge Park Ballfield Light Pole Structural Assessment

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

More information

REQUEST FOR QUALIFICATIONS DESIGN-BUILD NEW SERVICE CENTER PROJECT Solicitation Number: Q DD Job Nos.: ADDENDUM 2 FEBRUARY 7, 2014

REQUEST FOR QUALIFICATIONS DESIGN-BUILD NEW SERVICE CENTER PROJECT Solicitation Number: Q DD Job Nos.: ADDENDUM 2 FEBRUARY 7, 2014 REQUEST FOR QUALIFICATIONS DESIGN-BUILD NEW SERVICE CENTER PROJECT Solicitation Number: Q-14-001-DD Job Nos.: 11-7701 ADDENDUM 2 FEBRUARY 7, 2014 This addendum includes responses to questions, as well

More information

AMENDMENT OF SOLICITATION REQUEST FOR PROPOSALS (RFP) ADDENDUM No. 1. Issued: May 23, 2016

AMENDMENT OF SOLICITATION REQUEST FOR PROPOSALS (RFP) ADDENDUM No. 1. Issued: May 23, 2016 VIRGINIA RAILWAY EXPRESS AMENDMENT OF SOLICITATION REQUEST FOR PROPOSALS (RFP) ADDENDUM No. 1 Issued: May 23, 2016 RFP No.: 016-012 Title: Contact: Gerri Hill Email: ghill@vre.org Telephone/Fax: (703)

More information

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Submission deadline: 4:00 p.m. Wednesday, December 7, 2011 I. General Center Township Butler County,

More information

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES The Fayette County School District (FCSD) desires to retain the services of a professional Construction

More information

MCGOUGH STANDARD INSURANCE REQUIREMENTS

MCGOUGH STANDARD INSURANCE REQUIREMENTS MCGOUGH STANDARD INSURANCE REQUIREMENTS B1. Insurance. Prior to commencing any Subcontract Work hereunder, the Subcontractor shall procure, maintain and pay for insurance of the type and with the minimum

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL For Construction Manager as Constructor for Tri-North Middle School Response Due: April 2, 2018, 1:00 pm MCCSC Service Building 560 E. Miller Drive Bloomington, IN 47401. REQUEST FOR

More information

Insurance Requirements

Insurance Requirements SECTION A. CONTRACTOR shall procure, pay for and maintain the following insurance written by companies approved by the State of Texas and acceptable to CITY. The insurance shall be evidenced by delivery

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

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860) TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT 06045-0191 (860) 647-3031 FAX (860) 647-5206 REQUEST FOR PROPOSAL FOR ELECTRONICS RECYCLING RFP NO. 17/18-91

More information

SECTION SUPPLEMENTARY CONDITIONS

SECTION SUPPLEMENTARY CONDITIONS SECTION 00800 SUPPLEMENTARY CONDITIONS PART 1 GENERAL 1.01 GENERAL CONDITIONS A. The Supplementary Conditions modify, delete and/or add to the General Conditions, AIA Document A201/Cma, Construction Management

More information

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85. Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,

More information

SMALL WORKS ROSTER APPLICATION FORM

SMALL WORKS ROSTER APPLICATION FORM SMALL WORKS ROSTER APPLICATION FORM BETHEL SCHOOL DISTRICT NO. 403 PURCHASING 516 176 TH STREET EAST SPANAWAY WA 98387 Telephone: (253) 683-6078 Fax: (253) 683-6079 Per RCW 25A.335.190, the undersigned

More information

One ACORD 25 Certificate of Liability (or) Insurance Services Office Form CG Limits of no less than $1,000,000 per occurrence.

One ACORD 25 Certificate of Liability (or) Insurance Services Office Form CG Limits of no less than $1,000,000 per occurrence. Film Insurance Guidelines Filmmakers seeking permits to film on-location in any of the areas served by FilmL.A. must either have on file or provide proof of insurance meeting both our requirements and

More information

Exhibit. Owner Controlled Insurance Program. Insurance Requirements

Exhibit. Owner Controlled Insurance Program. Insurance Requirements Exhibit Owner Controlled Insurance Program Insurance Requirements 1. Owner Controlled Insurance Program. OWNER shall implement an Owner Controlled Insurance Program ( OCIP ) for the Project. The OCIP is

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 QUALIFICATIONS

REQUEST FOR QUALIFICATIONS REQUEST FOR QUALIFICATIONS WATER AND WASTEWATER FACILITIES LAND USE ASSUMPTIONS PLAN CAPITAL IMPROVEMENTS PLAN AND MAXIMUM IMPACT FEES Solicitation No.: Q-18-002-JM Addendum 1 February 7, 2018 To Respondent

More information

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No Project Manual For HVAC REPACEMENT Quitman County Schools Project No. 16030 Construction Documents 28 April 2016 One Jackson Place, Suite 250 188 East Capitol Street Jackson, Mississippi 39201 D B PN

More information

DOWNTOWN REDEVELOPMENT AUTHORITY CITY OF HOUSTON TAX INCREMENT REINVESTMENT ZONE #3 PUBLIC IMPROVEMENTS REIMBURSEMENT GUIDELINES

DOWNTOWN REDEVELOPMENT AUTHORITY CITY OF HOUSTON TAX INCREMENT REINVESTMENT ZONE #3 PUBLIC IMPROVEMENTS REIMBURSEMENT GUIDELINES OBJECTIVE DOWNTOWN REDEVELOPMENT AUTHORITY CITY OF HOUSTON TAX INCREMENT REINVESTMENT ZONE #3 PUBLIC IMPROVEMENTS REIMBURSEMENT GUIDELINES The objective of this program is to assist developers with public

More information

CONSTRUCTION MANAGEMENT SERVICES FOR A NEW STUDENT SUCCESS CENTER GREAT BAY COMMUNITY COLLEGE PORTSMOUTH, NH. Project GBC14-03CM MARCH 4, 2014

CONSTRUCTION MANAGEMENT SERVICES FOR A NEW STUDENT SUCCESS CENTER GREAT BAY COMMUNITY COLLEGE PORTSMOUTH, NH. Project GBC14-03CM MARCH 4, 2014 GBC14-03CM CONSTRUCTION MANAGEMENT SERVICES FOR A NEW STUDENT SUCCESS CENTER GREAT BAY COMMUNITY COLLEGE PORTSMOUTH, NH Project GBC14-03CM MARCH 4, 2014 GBC14 03CM Construction Management Services Student

More information

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants EXHIBIT B Insurance Requirements for Environmental Contractors and/or Consultants Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons

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

DOMINION BUILDERS, LLC requires that allsubcontractors interested in working with us, complete this pre-qualification form.

DOMINION BUILDERS, LLC requires that allsubcontractors interested in working with us, complete this pre-qualification form. DOMINION BUILDERS, LLC requires that allsubcontractors interested in working with us, complete this pre-qualification form. Complete the form below and email or fax (both the form and all attachments)

More information

ALABAMA STATE PORT AUTHORITY REQUEST FOR PROPOSAL

ALABAMA STATE PORT AUTHORITY REQUEST FOR PROPOSAL ALABAMA STATE PORT AUTHORITY REQUEST FOR PROPOSAL July 12, 2010 ALABAMA STATE PORT AUTHORITY FACILITIES MOBILE, ALABAMA The Alabama State Port Authority ( ASPA or Port Authority ) is seeking a private

More information

WILLIAMS COUNTY HIGHWAY COMPLEX REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT-RISK. January 2nd, PO Box E.

WILLIAMS COUNTY HIGHWAY COMPLEX REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT-RISK. January 2nd, PO Box E. WILLIAMS COUNTY HIGHWAY COMPLEX REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT-RISK January 2nd, 2014 PO Box 2047 205 E. Broadway Williston, ND 58802 1 TABLE OF CONTENTS INSTRUCTIONS TO RESPONDENTS

More information

Request for Proposals Architectural and Engineering Design Services associated with

Request for Proposals Architectural and Engineering Design Services associated with Request for Proposals Architectural and Engineering Design Services associated with SAGE PARK MIDDLE SCHOOL PARTIAL ROOF REPLACEMENT 25 SAGE PARK ROAD WINDSOR, CT 06095 THIS IS AN INVITATION FOR PROPOSALS

More information

EXHIBIT B. Insurance Requirements for Construction Contracts

EXHIBIT B. Insurance Requirements for Construction Contracts EXHIBIT B Insurance Requirements for Construction Contracts Contractor shall procure and maintain for the duration of the contract, and for 3 years thereafter, insurance against claims for injuries to

More information

Bernards (Project Name) CCIP Insurance Manual

Bernards (Project Name) CCIP Insurance Manual Bernards (Project Name) CCIP Insurance Manual Policy Year: xxxx-xxxx Alliant Version 01 1 Table of Contents 1.1 INTRODUCTION... 3 1.2 Overview... 3 1.3 About this Manual... 4 2.0 PROJECT DIRECTORY... 5

More information

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS ARTICLE 5- Bonds and Insurance 5.1 PERFORMANCE AND OTHER BONDS: 5.1.1 CONTRACTOR shall furnish performance and payment Bonds,

More information

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

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

More information

Request for Qualifications (RFQ) from Architectural/Engineering Firms

Request for Qualifications (RFQ) from Architectural/Engineering Firms Town of Windham, CT Issue Date: April 18, 2018 Bid Number: WHS 482018 To: Re: ALL PROSPECTIVE RESPONDENTS Request for Qualifications (RFQ) from Architectural/Engineering Firms The Town of Windham, CT (hereafter

More information

CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000

CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000 PROJECT NAME: AGREEMENT TERM: AUTHORIZED RENEWALS: DEPARTMENT: DIVISION: CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000 THIS AGREEMENT is made at Sacramento, California, as of,

More information

NORTHEAST 2018 INSURANCE REQUIREMENTS

NORTHEAST 2018 INSURANCE REQUIREMENTS NORTHEAST 2018 INSURANCE REQUIREMENTS June 17 24, 2018 YOU SHALL FURNISH A CERTIFICATE OF INSURANCE ( COI ) AND APPLICABLE ENDORSEMENT TO BARRETT- JACKSON PRIOR TO THE EVENT LISTING THE FOLLOWING AS ADDITIONAL

More information

PROFESSIONAL SERVICES FOR CONSTRUCTION MANAGER AT RISK (CMAR) FOR THE MOBILE DOWNTOWN TERMINAL BROOKLEY AEROPLEX MOBILE, ALABAMA

PROFESSIONAL SERVICES FOR CONSTRUCTION MANAGER AT RISK (CMAR) FOR THE MOBILE DOWNTOWN TERMINAL BROOKLEY AEROPLEX MOBILE, ALABAMA MOBILE AIRPORT AUTHORITY PROFESSIONAL SERVICES FOR CONSTRUCTION MANAGER AT RISK (CMAR) FOR THE MOBILE DOWNTOWN TERMINAL BROOKLEY AEROPLEX MOBILE, ALABAMA REQUEST FOR PROPOSAL (RFP) Date: September 24,

More information

LIBERTY HILL INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK SERVICES

LIBERTY HILL INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK SERVICES LIBERTY HILL INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK SERVICES Pursuant to the provisions of Texas Education Code 44.038, as amended, it is the intention

More information

DESIGN PROFESSIONAL SERVICES (Type) MASTER CONTRACT CONTRACT NO.

DESIGN PROFESSIONAL SERVICES (Type) MASTER CONTRACT CONTRACT NO. MARICOPA COUNTY SPECIAL HEALTHCARE DISTRICT dba MARICOPA INTEGRATED HEALTH SYSTEM Contracts Department 2611 East Pierce Street, 2nd Floor Phoenix, Arizona 85008-6092 Phone: 602-344-1403 DESIGN PROFESSIONAL

More information

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

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

More information

TOWN 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 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 information

PNC MASTER CONSTRUCTION AGREEMENT

PNC MASTER CONSTRUCTION AGREEMENT PNC Realty Services Two PNC Plaza, 19 th Floor 620 Liberty Avenue Pittsburgh, PA 15222 PH:412-762-6187 FX: 412-762-5199 James.hammer@pnc.com PNC MASTER CONSTRUCTION AGREEMENT AIA A101 Form of Agreement

More information

TOWN OF WINDSOR. Self Contained Breathing Apparatus (SCBA) and Bottle Filling Equipment REQUEST FOR PROPOSAL

TOWN OF WINDSOR. Self Contained Breathing Apparatus (SCBA) and Bottle Filling Equipment REQUEST FOR PROPOSAL 1/9/2017 TOWN OF WINDSOR Self Contained Breathing Apparatus (SCBA) and Bottle Filling Equipment REQUEST FOR PROPOSAL THIS IS NOT A REQUEST FOR BIDS AND THE TOWN RESERVES THE RIGHT TO NEGOTIATE AND CONTRACT

More information

Please return by July 9, 10:00 AM Central Time to:

Please return by July 9, 10:00 AM Central Time to: SOLICITATION NO: R-14-006-DB INFORMAL REQUEST FOR PROPOSALS Release Date: June 25, 2014 ACTUARIAL SERVICES Please return by July 9, 2014 @ 10:00 AM Central Time to: dabenites@saws.org I. PROJECT INFORMATION

More information

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION Notice is hereby given that the City of Highwood is seeking bids for Roadway Snow Removal and

More information

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation TOWN OF BERLIN VERMONT July 7, 2015 Request for Proposal Landscape Design and Installation Table of Content PART 0- INSTRUCTIONS TO THE BIDDERS 2 INVITATION TO BID 2 THE DATE OF SOLICITATION: 2 THE PROJECT:

More information

REQUEST FOR PROPOSALS (RFP) CONSTRUCTION MANAGER AS CONSTRUCTORS LAWRENCE POLICE DEPARTMENT HEADQUARTERS

REQUEST FOR PROPOSALS (RFP) CONSTRUCTION MANAGER AS CONSTRUCTORS LAWRENCE POLICE DEPARTMENT HEADQUARTERS April 12, 2018 REQUEST FOR PROPOSALS (RFP) CONSTRUCTION MANAGER AS CONSTRUCTORS LAWRENCE POLICE DEPARTMENT HEADQUARTERS I. Authority The City of Lawrence is seeking a Construction Manager as Constructor

More information

Replace Chiller System RFP 2018 Q&A

Replace Chiller System RFP 2018 Q&A Replace Chiller System RFP 2018 Q&A The Pre-Bid Meeting was held on November 6, 2018. The Pre-Bid Meeting Agenda is attached. The following are the questions received at the pre-bid meeting and via email.

More information

Mobile and Stationary Security Patrol Services

Mobile and Stationary Security Patrol Services Request for Proposals Mobile and Stationary Security Patrol Services The Redevelopment Agency of the City of San Jose Submittals Due: May 28, 2008 3:00 PM (pacific daylight time) San Jose Redevelopment

More information

REQUEST FOR QUOTES January 7, 2019

REQUEST FOR QUOTES January 7, 2019 REQUEST FOR QUOTES January 7, 2019 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: DDC Controls System Inspection and Preventive Maintenance

More information

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 RETURN PROPOSALS TO: Rhetta Hogan Finance Department City of Yreka 701 Fourth Street Yreka, CA 96097 DEADLINE FOR

More information

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Clifford Gorman Date Issued: January 22, 2014 BID NO.: 14-14005 FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR LAWN MAINTENANCE SERVICES FOR NON-ESCORT

More information

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

City 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 information

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES RFP # 2018-06 SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES The Baker County Board of County Commissioners, Florida (County) will receive sealed proposals until 3:00 p.m. local time, on April

More information

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER-AT-RISK, TWO-STEP PROCESS

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER-AT-RISK, TWO-STEP PROCESS REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER-AT-RISK, TWO-STEP PROCESS GUADALUPE COUNTY EXISTING ROAD & BRIDGE SHOP RENOVATION 2605 N. Guadalupe St., Seguin, TX 78155 COUNTY WORK PROJECT RFQ NO. 2017-5302

More information

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT 1. Applicant shall submit a completed Temporary Encroachment Permit application and obtain an executed Temporary

More information

STRUCTURAL ENGINEERS ASSOCIATION OF ARIZONA. Gail S. Kelley, P.E., Esq., LEED AP June 3, 2017

STRUCTURAL ENGINEERS ASSOCIATION OF ARIZONA. Gail S. Kelley, P.E., Esq., LEED AP June 3, 2017 STRUCTURAL ENGINEERS ASSOCIATION OF ARIZONA Gail S. Kelley, P.E., Esq., LEED AP June 3, 2017 2 Engineer shall indemnify, defend, and hold harmless the Client Suggested changes: Delete the word defend Edit

More information

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services Request for Qualifications RFQ 19-001 Continuing Services Contracts for Professional Engineering Services City of Winter Garden 300 West Plant Street Winter Garden, FL 34787 (407) 656-4111 LEGAL ADVERTISEMENT

More information

DOCUMENT SUPPLEMENTARY CONDITIONS

DOCUMENT SUPPLEMENTARY CONDITIONS 1.1 GENERAL CONDITIONS DOCUMENT 007300 SUPPLEMENTARY CONDITIONS A. The Supplementary Conditions modify, delete and/or add to the General Conditions, AIA Document A201/Cma, Construction Management Edition,

More information

SCHEDULE OF PROJECT DETAILS for the Agreement Between Owner and Design Professional (Form Date: AE January 2010) [PROJECT NAME] U-M Project No.

SCHEDULE OF PROJECT DETAILS for the Agreement Between Owner and Design Professional (Form Date: AE January 2010) [PROJECT NAME] U-M Project No. Note: Instructions for Completing in [Italics] SCHEDULE OF PROJECT DETAILS for the Agreement Between Owner and Design Professional () [PROJECT NAME] U-M Project No. P000 This SCHEDULE OF PROJECT DETAILS

More information

INSURANCE AND BONDING GUIDELINES

INSURANCE AND BONDING GUIDELINES INSURANCE AND BONDING GUIDELINES s, certificates, and bonding recommendations for procurements at the State of Georgia Prepared for: State of Georgia Entities State Entity Purchasing Officers and Designated

More information

REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY. City of Foster City, California. Financial Services Department

REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY. City of Foster City, California. Financial Services Department REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY City of Foster City, California Financial Services Department 610 Foster City Blvd. Foster City, CA 94404 (650) 286-3200 July 7,

More information

Exhibit D Insurance Exhibits. Document No. E-INSWD Second Edition, 2010 Design-Build Institute of America Washington, DC

Exhibit D Insurance Exhibits. Document No. E-INSWD Second Edition, 2010 Design-Build Institute of America Washington, DC Exhibit D Insurance Exhibits Document No. E-INSWD Second Edition, 2010 Design-Build Institute of America Washington, DC Insurance Exhibit Design-Builder s Insurance Requirements (The Parties should consult

More information

VENDOR PREQUALIFICATION FORM

VENDOR PREQUALIFICATION FORM VENDOR PREQUALIFICATION FORM Date: Please complete this form and return to Rockford Construction via e mail (prequal@rockfordconstruction.com) or fax (1 616 285 6980 must include the 1 616). ALL AREAS

More information

CCIP ADDENDUM. Blasting or any blasting operations;

CCIP ADDENDUM. Blasting or any blasting operations; CCIP ADDENDUM 1. Overview. The Contractor has arranged with Aon Risk Services South, Inc., (the CCIP Administrator ) to be insured under its Contractor Controlled Insurance Program ( CCIP ). The CCIP is

More information

INSURANCE REQUIREMENTS Chicago Department of Aviation Certified Service Provider Program ( CSPP )

INSURANCE REQUIREMENTS Chicago Department of Aviation Certified Service Provider Program ( CSPP ) INSURANCE REQUIREMENTS Chicago Department of Aviation Certified Service Provider Program ( CSPP ) A Certified Service Provider ( CSP ) must provide and maintain at its own expense, during the term of its

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

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

Rail Owner Controlled Insurance Program Manual

Rail Owner Controlled Insurance Program Manual Rail Owner Controlled Insurance Program Manual Addendum No. 4 to June 2013 Edition (Updated 08-21-17) Update to Section 5 Enrolled and Excluded Contractor Required Coverage for Package P Contract Section

More information

MUSKEGON COMMUNITY COLLEGE REQUEST FOR PROPOSAL. Lakeshore Fitness Center Managed Services

MUSKEGON COMMUNITY COLLEGE REQUEST FOR PROPOSAL. Lakeshore Fitness Center Managed Services Issue Date: March 23, 2018 Proposals Due Date: April 19, 2018 Optional Walk through: April 10, 2018 Interviews: April 25 and 26, 2018 RFP Coordinator: Amy James Director of Business Services Room # 1123

More information

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

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

More information

SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS

SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS HCPS STANDARDS DOC. No.: 01015 APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL DATE OF ISSUE: 04-04-14 - Revised paragraph 13.10.1 to increase

More information

LAS VEGAS 2018 INSURANCE REQUIREMENTS

LAS VEGAS 2018 INSURANCE REQUIREMENTS LAS VEGAS 2018 INSURANCE REQUIREMENTS September 24 30, 2018 YOU SHALL FURNISH A CERTIFICATE OF INSURANCE ( COI ) AND APPLICABLE ENDORSEMENT TO BARRETT- JACKSON PRIOR TO THE EVENT LISTING THE FOLLOWING

More information

Request for Proposal (RFP) For Plat book Printing

Request for Proposal (RFP) For Plat book Printing Request for Proposal (RFP) For Plat book Printing Posting Date: May 23, 2012 Response Deadline: June 8, 2012 4:00 p.m. Central Standard Time (CST) To: John Lefebvre Marinette County Land Information Director

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS REQUEST FOR QUALIFICATIONS FOR DESIGN SERVICES BROUGHAM DRIVE REGIONAL DETENTION PN 2-C-002-16 SMP #: BR-09-001 January 13, 2017 RFQ-1 I. INTRODUCTION AND BACKGROUND The City of Olathe, Kansas, Public

More information

Exhibit 1 to Part 3 Project-Specific Terms

Exhibit 1 to Part 3 Project-Specific Terms Exhibit 1 to Part 3 Project-Specific Terms (Date of Standard Exhibit 1 to Part 3: July 2013) This Exhibit 1 to Part 3 (2013 Lump Sum Design-Build Agreement Between Department and Design-Builder) contains

More information

LEGAL NOTICE REQUEST FOR QUALIFICATIONS. Broome County Multi-Jurisdictional All-Hazard Mitigation Plan Update

LEGAL NOTICE REQUEST FOR QUALIFICATIONS. Broome County Multi-Jurisdictional All-Hazard Mitigation Plan Update LEGAL NOTICE Broome County is seeking REQUEST FOR QUALIFICATIONS (RFQ) from all interested and qualified firms to provide professional services to the Broome County Department of Planning and Economic

More information

INVITATION TO BID RSU-21 Schools Additions and Renovations (Referendum 6-10) Bid Package Concrete - Mildred L Day School Sprinkler and Pump Room

INVITATION TO BID RSU-21 Schools Additions and Renovations (Referendum 6-10) Bid Package Concrete - Mildred L Day School Sprinkler and Pump Room INVITATION TO BID RSU-21 Schools Additions and Renovations (Referendum 6-10) Concrete - Mildred L Day School Sprinkler and Pump Room Project Information Project 14669: RSU-21 Schools Additions and Renovations

More information

Proposal No:

Proposal No: City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Demolition Asbestos /Abatement of Two (2) Structures

More information

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY Revised: March 2016 INSURANCE REQUIREMENTS Without limiting Consultant s indemnification, Consultant shall procure and maintain

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

AUSTIN COMMUNITY COLLEGE DISTRICT

AUSTIN COMMUNITY COLLEGE DISTRICT AUSTIN COMMUNITY COLLEGE DISTRICT ADDENDUM NO. 1 REQUEST FOR QUALIFICATIONS FOR Geotechnical and Materials Testing; Commissioning; and Land Surveying Services 1.0 Purpose of the Addendum RFQ No. 925-15020RW

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS DUE DILIGENCE CONSULTANT PC417 Issue Date: January 30, 2009 Proposals Due: February 17, 2009 at 3 pm PST Issued by: Housing Authority of the County of San Bernardino 715 E. Brier

More information

EXHIBIT G. Insurance Requirements. [with CCIP]

EXHIBIT G. Insurance Requirements. [with CCIP] SECTION 1 GENERAL INSURANCE REQUIREMENTS EXHIBIT G Insurance Requirements [with CCIP] A. CCIP. Contractor has implemented a Contractor Controlled Insurance Program ( CCIP ) to furnish certain insurance

More information

Document B109 TM. Standard Form of Agreement Between Owner and Architect for a Multi-Family Residential or Mixed Use Residential Project

Document B109 TM. Standard Form of Agreement Between Owner and Architect for a Multi-Family Residential or Mixed Use Residential Project Document B109 TM 2010 Standard Form of Agreement Between Owner and Architect for a Multi-Family Residential or Mixed Use Residential Project AGREEMENT made as of the day of in the year 2014 (In words,

More information

Exhibit 1 to Part 3 Project-Specific Terms

Exhibit 1 to Part 3 Project-Specific Terms to Part 3 Project-Specific Terms (Date of Standard to Part 3: July 2013) This to Part 3 (2013 Lump Sum Design-Build Agreement Between Department and Design-Builder) contains project-specific terms that

More information

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER The Town of Griswold is requesting qualifications statements leading to proposals for Construction Management Services for the construction of the Griswold

More information

Request for Qualifications (RFQ)

Request for Qualifications (RFQ) Snohomish County Fire Protection District No. 21 Request for Qualifications (RFQ) ARCHITECTURAL/ENGINEERING CONSULTING SERVICES FOR New Fire Station Snohomish County Fire Protection District No. 21 District

More information

CHEROKEE 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: 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 information

MODIFIED REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR FIRE STATION NO. 1 GEOTHERMAL TEST WELL Activity ID

MODIFIED REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR FIRE STATION NO. 1 GEOTHERMAL TEST WELL Activity ID CITY OF DES MOINES ENGINEERING DEPARTMENT MODIFIED REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR FIRE STATION NO. 1 GEOTHERMAL TEST WELL Activity ID 21-2011-063 1. Purpose: The City of Des Moines, Iowa,

More information

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS PROFESSIONAL SERVICE CONTRACT HYDROGRAPHIC & LAND SURVEYING ON-CALL SERVICES RFP Number: ASPA 43-017 AUGUST 2017 Professional Service Contract Request

More information