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

Size: px
Start display at page:

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

Transcription

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

2 Request for Qualifications Consultant Services for Hazardous Materials Management Services University of California, Davis Campus Table of Contents I. Advertisement II. Proposed Scope of Services III. Content of Proposal IV. Submittal and Review Process Attachments Attachment A - Selection Criteria Attachment B - Statement of Qualifications Attachment C - Unit Price Schedule Attachment D - Consultant Experience Form

3 REQUEST FOR QUALIFICATIONS CONSULTANT SERVICES HAZARDOUS MATERIALS MANAGEMENT SERVICES UNIVERSITY OF CALIFORNIA, DAVIS CAMPUS UC Davis Design and Construction Management requests the submission of written statements of qualifications by Wednesday, October 24, 2018 at 4:00 p.m. for consideration to provide hazardous materials management services for various campus projects. This selection process will create a pool of up to three firms. Contract time shall be for four years with possibility of extensions, and not-to-exceed fee including reimbursable is $3 million. Selected firms shall provide testing and related services for hazardous materials such as asbestos, lead, mold, PCBs, etc. and reporting on findings as well as providing recommendations for remediation as appropriate. The work also includes editing the University s standard specifications for Bidding Documents for various renovation and demolition projects, monitoring during construction, providing cost estimates for scope of work recommended, etc. Firms responding to this RFQ must have significant and successful experience in providing the services above. The key attributes that the University is seeking are firms who can assign staff with strong technical expertise for renovation and demolition projects in a university environment along with excellent communication and organizational skills. It is the intent of the University to obtain the hourly rate schedules for sampling and testing rates from selected firms for commonly used staff and tests and rates for various tests. It is also the intent of the University to find uniformity in the price for each rate for all selected firms. The same rates will be offered to all firms based on specific project needs. NOTE: The selected firms shall use the same rate titles for tests and staff for invoicing. Statements of qualifications will be reviewed by University staff and a short list of firms will be interviewed. Questions about the project may be submitted in writing to Greg Secor at gsecor@ucdavis.edu. The instructions for submission are available with the Statement of Qualifications documents available at Interested firms shall submit required materials in hard copies and.pdf formatted file not to exceed 10MB and on a memory stick to: Mary Ramos Design and Construction Management University of California 255 Cousteau Place Davis, CA Every effort will be made to ensure that all persons have equal access to contracts and other business opportunities with the University within the limits imposed by law or University policy. Each consultant may be required to show evidence of its equal employment opportunity policy. The successful consultant and its subconsultants will be required to follow the nondiscrimination requirements set forth in the Professional Services Agreement and to pay prevailing wage at the location of the work if applicable. UC Davis - RFQ - Hazardous Materials Management Services Page 1 I. Advertisement

4 II. PROPOSED SCOPE OF SERVICES UC Davis Design and Construction Management is seeking Hazardous Materials Management firms that can provide testing and related services for hazardous materials such as asbestos, lead, mold, PCBs, etc. and reporting on findings as well as providing recommendations for remediation as appropriate. The work also includes editing the University s standard specifications for Bidding Documents for various renovation and demolition projects, monitoring during construction, providing cost estimates for scope of work recommended, etc. The expected duration of the Professional Services Agreement for these services shall be four years with possibility of extensions from the time of contract award. Anticipated fees will be dependent on specific projects authorized, with a not-to-exceed fee including reimbursable of $3 million to each selected firm over the course of the agreement. The scope of services to be provided shall include, but not limited to the following scope: 1. Sampling and testing for the following hazardous materials per Unit Price Schedule: Asbestos Lead Mold PCBs 2. Work shall also include, but not limited to the following: Reporting on findings and laboratory testing Providing cost estimates for scope of work recommended Providing editing standard specifications for abatement of hazardous materials for Bidding Documents. Recommending procedures for abatement and containment of hazardous materials to be performed by outside contractors. Monitoring during construction to assure recommendations are followed. At completion, test to verify clearance. UC Davis - RFQ - Hazardous Materials Management Services II. Proposed Scope of Services Page 1

5 III. CONTENT OF PROPOSAL A. FORMAT REQUIREMENTS OF THE SUBMITTAL Submittal should be prepared simply and economically, providing a straightforward, concise description of the firm's capability to satisfy the requirements of the Request for Qualifications. Special bindings, color displays, etc., are not desired. Promotional materials are especially discouraged. Table of Contents Dividers with tabs labeled with each required response item heading below. Submit four hard copies and CD or memory stick. Submittals must be received at the address listed in the advertisement (Attention: Mary Ramos) NO LATER THAN THE TIME INDICATED IN THE ADVERTISEMENT. All submittals will be kept by the University and will not be returned to the submitting firms. B. REQUIRED RESPONSE ITEMS 1. Organizational Chart. Provide an organization chart specifically for the scope of services described, identify key personnel, i.e., principal in charge, project managers, project engineers, and lead technicians that will be assigned. Identify and commit key personnel with appropriate experience for assignments as necessary. Indicate role and key individual names and titles of all staff proposed; include the relationship between staff and consultants (if any) proposed for these services. All consultants shall be listed by firm and key personnel proposed for each specific services. 2. Capabilities of Proposed Hazardous Materials Testing Technical Staff. Capabilities of the proposed staff, as evaluated in terms of the functional, technical, and economic features of comparable hazardous materials management services provided for the University or other clients. Include the resumes of individuals identified on the organizational chart. Also, include resumes of any sub-consultants proposed to be hired. Each staff resume shall include licensing as required for various types of hazardous material investigation and testing. Include all relevant experience with similar work and indicate the duties performed for each project listed. Indicate the name of the firm where employed for each project listed; the experience does not necessarily have to have occurred with the current employer 3. Required Experience. Complete the enclosed Statement of Qualifications form. Provide five projects, completed within the last 10 years, where similar hazardous materials management services were provided. Provide evidence of hazardous materials management experience for complex projects including renovation and demolition of laboratories, research facilities, office, classrooms, student housing, etc. 4. Documentation. Provide examples of reporting documentation confirming reporting of laboratory testing, specifications provided, and cost estimating related to abatement or mitigation from active and/or recent projects currently being performed by the firm. Provide examples of reporting format and content for documentation required for this process. 5. Project Management and Coordination. Evidence of ability to conduct a smooth and efficiently managed contractual engagement. 6. Responsiveness. Previous experience that demonstrates success in providing hazardous materials management services which are consistent with scope of services requested, budget, and technical requirements. UC Davis - RFQ - Hazardous Materials Management Services III. Content of Proposal Page 1

6 7. Client Relationships. Demonstrate an understanding of the need to work harmoniously and productively with UC Davis Design and Construction Management s employees, contractors, construction managers, design professionals and customers. 8. Proximity to UC Davis Campus. Explain business plan in addressing travel time for staff to and from the Project sites in a timely manner. 9. University of California, Davis Consultant Experience Form. Disclose all work performed on any University project in the previous five years including current projects and whether or not any disputes, claims or litigation arose from such work on the enclosed Consultant Experience Form. The Office of the President and/or the project manager of the project on which such claims or litigation arose will be contacted to discuss the underlying facts and circumstances. 10. Hourly Rate Schedule. It is the intent of the University to obtain the hourly rate schedules for sampling and testing rates from selected firms for commonly used staff and tests and rates for various tests. It is also the intent of the University to find uniformity in the price for each rate for all selected firms (refer to Attachment C - Unit Price Schedule). The same rates will be offered to all firms during the proscribed contract period based on specific project needs. The time for each task shall be based upon the actual time the technician is at the site performing the work (i.e., no travel time included). A one hour minimum will be all that is allowed for work less than one hour. After the first hour, work shall be charged in one-half hour increments. NOTE: The three selected firms shall provide hourly rates for all office and field personnel, and unit price for each discipline test, lab fees, etc. (refer to Attachment C - Unit Price Schedule). In addition, the selected firms shall use the same rate titles for tests and staff for invoicing. 11. Insurance Requirements: Selected firms will be required to furnish insurance certificate and endorsements for minimum limits as follows: Commercial-Form General Liability Insurance with coverage and minimum limits as follows: Each Occurrence... $2,000,000 Products Completed, Operations Aggregate... $2,000,000 Personal and Advertising Injury... $2,000,000 General Aggregate... $2,000,000 Business Automobile Liability Insurance for owned, scheduled, non-owned, or hired automobiles, with a combined single limit of no less than $1,000,000 per accident. Professional Liability Insurance, with minimum limits of $2,000,000 per claim and $2,000,000 in the aggregate. At the option of the University and in its sole discretion, the University may require Consultant to purchase project specific professional liability insurance for the Project as a reimbursable cost with the minimum limits. Insurance issued shall be by companies that have a Best rating of A- or better, and a financial classification of VIII or better (or an equivalent rating by Standard & Poor or Moody s) or (ii) guaranteed, under terms consented to by the University (such consent to not be unreasonably withheld), by companies with a Best rating of A- or better, and a financial classification of VIII or better (or an equivalent rating by Standard & Poor or Moody s). UC Davis - RFQ - Hazardous Materials Management Services III. Content of Proposal Page 2

7 Workers' Compensation as required by law in the state in which work is performed and Employer s Liability insurance with coverage and minimum limits as follows: Each Employee... $1,000,000 Each Accident... $1,000,000 Policy Limit... $1,000,000 Insurance issued shall be by companies (i) that have a Best rating of B+ or better, and a financial classification of VIII or better (or an equivalent rating by Standard & Poor or Moody s); or (ii) that are acceptable to the University. Consultant, upon the execution of this Agreement, shall furnish University with Certificate of Insurance evidencing compliance, including the following requirements: Consultant shall have the insurance company complete University's form, Certificate of Insurance in the Exhibits. If Consultant s insurance company refuses to use the University's Certificate of Insurance form, it must provide a Certificate of Insurance (and endorsements, if needed) evidencing compliance with the Article concerning Insurance Requirements in the agreement and Special Provisions 1 and 2 on the Certificate of Insurance Exhibit. It alone constitutes evidence of insurance. Provide that coverage cannot be canceled without advance written notice to University in accordance with policy provisions. If insurance policies are canceled for non-payment, University reserves the right to maintain policies in effect by continuing to make the policy payments and assessing the cost of so maintaining the policies against Consultant. University, University s officers, agents, employees, consultants, University's Representative, and University's Representative's consultants, regardless of whether or not identified in the Contract Documents or to Consultant in writing, will be included as additional insureds on Consultant s general liability policy for and relating to the Work to be performed by Consultant and its Subcontractors. Consultant s general liability insurance policy shall name University as an additional insured pursuant to additional insured endorsement CG2010 (11/85) or a combination of both CG 2010 (10/01 or 07/04) and CG 2037 (10/01 or 07/04). The General Liability coverage shall contain a Severability of Interest provision and shall be primary insurance as respects The Regents of the University of California, its officers, agents and employees. Any insurance or self-insurance maintained by The Regents of the University of California shall be excess of and non-contributory with this insurance. This requirement shall not apply to Worker s Compensation and Employer s Liability Insurance. The Professional Liability insurance policy shall include Contractual Liability Coverage or endorsements to the insurance policies for Contractual Liability Coverage for liability that would exist in the absence of the contract. The General Liability and the Professional Liability insurance policies shall apply to the negligent acts, or omissions of Consultant, its officers, agents, employees, and for Consultant's legal responsibility for the negligent acts or omissions of its subconsultants and anyone directly or indirectly under the control, supervision, or employ of Consultant or Consultant's subconsultants. UC Davis - RFQ - Hazardous Materials Management Services III. Content of Proposal Page 3

8 IV. SUBMITTAL AND REVIEW PROCESS A. Statements of Qualifications shall be as brief and concise as possible. Please indicate lead in-house person. Provide attachments as appropriate to respond directly to the screening criteria. Submittal should be specifically tailored to this proposal. Boiler Plate or generic pages are not desired. All material should be in 8-1/2 x 11 format. B. Four hard copies of the submittal in one envelope and.pdf formatted file not to exceed 10MB and on a memory stick to: Design and Construction Management University of California, Davis 255 Cousteau Place, Davis, CA Attn: Mary Ramos C. The submittal must be received no later than Wednesday, October 24, 2018 at 4:00 p.m. in order to be considered. D. After a review of submittals from all interested candidates, all candidates will be ranked. Your firm may be contacted to discuss and to review your submittal. A short list will be developed for Interviews by November 2, 2018 (tentative). E. Interview schedule will be coordinated and instructions sent to the short listed firms. Interviews to be scheduled the week of November 12, 2018 (tentative). F. Firms selected and negotiations initiated by November 26, 2018 (tentative). If the selected firms and the University are unable to reach an agreement on the unit rates, the University will begin discussion with the next qualified firm and so forth responding to this RFQ to achieve the desired pool of three firms. IV. Submittal and Review Process Page 1

9 ATTACHMENT A - SELECTION CRITERIA 1. Organization and Personnel Availability. Ability to identify and to commit key personnel with appropriate experience for assignments as necessary. Review of organization chart specifically for the scope of services described, identifying project managers and lead technicians that will be assigned. Including any sub-consultants proposed to be hired. 2. Capabilities of Proposed Hazardous Materials Management Team. Capabilities of the proposed team, as evaluated in terms of the functional, technical, and economic features of comparable hazardous materials management services provided for the University or other clients. 3. Required Experience. Provide five projects, completed within the last 10 years, where similar hazardous materials management services were provided. Additional points will be awarded if the projects submitted: 1) Show expertise in scope of services requested. 2) In a University environment. 4. Documentation Capability. Evidence of ability to perform hazardous materials management services and produce reports of superior quality. Review of thoroughness of reporting, ability to provide cost estimates and edits of UC Davis standard specifications as needed. 5. Project Management and Coordination. Evidence of ability to conduct a smoothly and efficiently managed contractual engagement. 6. Responsiveness. Previous experience that demonstrates success in providing hazardous materials management services which are consistent with scope of services requested, budget, and technical requirements. 7. Client Relationships. Recognition of the need to work harmoniously and productively with UC Davis Design and Construction Management employees, contractor, construction manager, design professional and customers. 8. Proximity to UC Davis. Explain business plan addressing travel time for staff to and from the job site in a timely manner in a timely manner. 9. Equal Opportunity. Show evidence of its equal employment opportunity policy. 10. Acceptance of PSA. Will sign the Professional Services Agreement as written, including insurance and indemnification requirements. NOTE: Firms who cannot satisfy the above minimum criteria will not be considered. Attachment A - Selection Criteria Page 1

10 EVALUATION PROCESS The proposals and statement of qualifications will be evaluated on a point system. The following matrix identifies the scores being used for this project request for proposals. (Sample Matrix) Item Categories/Questions Possible Points 1. COMPANY QUALIFICATIONS 25 Can the firm provide complete services as noted in the scope of services description? What certifications does the staff have which meets the needs of this reporting? Are they local / have a local office for quick response time? What work will be farmed out to another firm? Has documentation been provided demonstrating the required experience? Points Earned 2. PERSONNEL 25 Is the resume of the technicians complete and relevant to the service type? Are there sufficient personnel available? Does available staff have similar experience documented? Is there a Project Manager assigned that has relevant experience? 3. REPORTING 25 Are reports submitted timely and thoroughly? Does firm have ability to provide cost estimating and specification editing? Check billing format for minimum charges; overtime/holiday/weekend rates; and how travel time and mileage are shown. 4. QUALITY 25 Are field and laboratory reports issued timely for the project? What is the process for issuing field and lab reports? Online/electronically? Quick turn-around time? Provision of related cost estimates show a proven track record n accuracy? Any questions from specifications provided for recommended abatement, remediation or mitigation? TOTAL 100 Attachment A - Selection Criteria Page 2

11 ATTACHMENT B - STATEMENT OF QUALIFICATIONS Company Information Firm Name Primary (Street) Address Firm Established (Year) Phone Type of Organization: Corporation Limited Liability Company General Partnership (check one) Limited Partnership Individual/Sole Proprietorship If Corporation, incorporated in the State of Engineer (E) and Technicians (T): Check E or T for each Name E T Degree or Certificate Institution License Number(s): (for Engineering Professionals) Average staff employed in home office: (average of past 5 years) Inspectors Engineers Technicians Clericals Other (specify) Experience List five major projects within past 10 years that indicate your experience with similar work. Project No. 1 - Project Title Owner Year Building Cost $ Check the attributes below that apply for Project No. 1: Project Size/Construction Value: Program Elements: (please describe) Identify staff and firms that worked on this project that are also proposed to work on the project identified in this Statement of Qualifications: Attachment B - Statement of Qualifications Page 1

12 Project No. 2 - Project Title Owner Year Building Cost $ Check the attributes below that apply for Project No. 2: Project Size/Construction Value: Program Elements: (please describe) Identify staff and firms that worked on this project that are also proposed to work on the project identified in this Statement of Qualifications: Project No. 3 - Project Title Owner Year Building Cost $ Check the attributes below that apply for Project No. 3: Project Size/Construction Value: Program Elements: (please describe) Identify staff and firms that worked on this project that are also proposed to work on the project identified in this Statement of Qualifications: Project No. 4 - Project Title Owner Year Building Cost $ Check the attributes below that apply for Project No. 4: Project Size/Construction Value: Program Elements: (please describe) Identify staff and firms that worked on this project that are also proposed to work on the project identified in this Statement of Qualifications: Project No. 5 - Project Title Owner Year Building Cost $ Check the attributes below that apply for Project No. 5: Project Size/Construction Value: Program Elements: (please describe) Identify staff and firms that worked on this project that are also proposed to work on the project identified in this Statement of Qualifications: Attachment B - Statement of Qualifications Page 2

13 References (3 minimum) (Completed By) (Date) Note: Please attach to this form any other information you wish us to consider, such as your firm's brochure or a discussion of your recent work. Privacy Information The State of California Information Practices Act of 1977 requires the University to provide the following information to individuals who are asked to supply information about themselves: The principal purpose for requesting the information on this form is for use in the selection process for Professionals commissioned by the University. University Policy authorizes maintenance of this information. Furnishing all information requested on this form is mandatory - failure to provide such information will delay or may even prevent completion of the action for which the forms is being filled out. Information furnished on this form will be used by the University of California Davis campus in the consideration of commissions to Professionals. Individuals have the right to access to this record as it pertains to themselves. The official responsible for maintaining the information contained on this form is the Associate Vice Chancellor & University Architect, Design and Construction Management, University of California, Davis, California. Attachment B - Statement of Qualifications Page 3

14 ATTACHMENT C - UNIT PRICE SCHEDULE Special Conditions: It is the intent of the University to procure tests on a unit price basis for commonly performed tests and reporting. It is also the intent of the University to find uniformity in the price for each unit for all hazardous materials management firms. Firms shall submit unit prices herein for compensation of work being performed as part of this proposal. The prices shall be used during negotiations after the top firms are selected to provide services. The same prices will be offered to all hazardous materials management firms during the proscribed contract period. The selected firms shall use the same rate titles for tests and staff for invoicing. Unit prices shall be all inclusive, including all mark-ups, surcharges, and overhead costs, including travel time, lodging, storage, supervision, daily report processing, administrative review, and all other work associated with the specified test type. For those unit prices designated by hours, this time shall be based upon the actual time the technician is at the site performing the work (i.e., no travel time included). A one hour minimum will be all that is allowed for work less than one hour. After the first hour, work shall be charged in one-half hour increments. Work performed in the same locale will be charged in one-half hour increments, if the work is being performed consecutively. NOTE: If test(s) below is/are not used, please indicate n/a. Typical Turnaround Rush 24 hrs. (state per test) Analytical Method (total cost) Cost Days Asbestos $ $ Asbestos (Bulk) - Polarized Light Microscopy (PLM) $ $ Asbestos (Bulk) - PLM 400-Point Count $ $ Asbestos (Bulk) - PLM CARB 435 Level A (0.25%) 400-Point Count $ $ Asbestos (Bulk) - PLM 1000-Point Count $ $ Asbestos (Bulk) - PLM CARB 435 Level B (0.1%) 1000-Point Count $ $ Asbestos (Air) - Phase Contrast Microscopy (PCM) $ $ Asbestos (Air) - TEM (AHERA) $ $ Asbestos (Air) - TEM (NIOSH 7402) $ $ Asbestos (Air) - TEM (Yamate Level 1 or 2) $ $ Lead Lead (Air) - Atomic Absorption Flame (AA) $ $ Lead (Paint Chip) - Atomic Absorption/SW-846 $ $ Lead (Paint-Total Lead) (EPA 6010B) $ $ Lead (Paint-Soluble Lead) WET (STLC) $ $ Lead (Paint-Soluble Lead) TCLP Extraction $ $ Lead (Water) - Graphite Furnace AA $ $ Lead (Water) - ICP/MS $ $ Attachment C - Unit Price Schedule Page 1

15 Analytical Method Mold/Microbiology Typical Turnaround Rush 24 hrs. (state per test) (total cost) Cost Days Mold (Bulk/Tape Lift) Direct Exam $ $ Mold (Air) Direct Microscopic Exam/Non-Viable Air $ $ Total Coliform & e.coli (MUG) $ $ Legionella Viable Culture $ $ Miscellaneous TPHg/BTEX (EPA 8015M/8021B) $ $ TPHg/BTEX/MTBE (EPA 8015M/8260B) $ $ TPHd/TPHmo (EPA 8015M) $ $ Fuel Oxygenate Compounds (EPA 8260B) $ $ Volatile Organic Compounds (Soil) (EPA 8260B) $ $ Volatile Organic Compounds (Air) (EPA TO-15) $ $ Semi-Volatile Organic Compounds (EPA 8270) $ $ CAM 17 Metals (EPA 6010B) $ $ TCLP (SW /SW ) $ $ TTLC (SW ) $ $ STLC CA Title 22 $ $ PCB (Method SW8082) $ $ Pesticides (EPA 8081) $ $ Soil ph (EPA 9045C) $ $ Nuisance Dust (Air) $ $ Reporting and Clearances Rates Mold Air Clearances - Rush Report (up to 250 sf; includes 2 non-viable air samples)*... $ /ea. Asbestos Air Clearances - Rush Report (up to 500 sf; includes 2 PCM samples)*... $ /ea. Asbestos Building Evaluation & Report (up to 1,000 sf; larger surveys priced on a T&M basis)*... $ /ea. Asbestos & Lead Building Evaluation & Report (up to 1,000 sf; larger surveys priced on a T&M basis)*... $ /ea. Mold Assessment & Report (up to 1,000 sf; larger surveys priced on a T&M basis)*... $ /ea. Editing Standard Bidding Documents per Specification Section... $ /ea. Monthly Discrepancy Reporting... $ /ea. *NOTE: The sf areas noted above are estimates, and the University reserves the right to adjust the sf. +/-10% to meet project requirements. Other Miscellaneous Rates (for testing not noted in above and for services such as determining lead, mold and asbestos scope of work, evaluations and reports larger than above, etc.) Attachment C - Unit Price Schedule Page 2

16 NOTE: If your firm does use the titles listed below, type the staff title closest in the field Equal Staff Title column. If staff title below is not used, please indicate n/a. Professional Staff Staff Title (equal to Professional Staff) Hourly Rates Principal $ Certified Industrial Hygienist (CIH) $ Professional Engineer $ Professional Geologist $ Senior Project Manager/Designer/CAC $ Project Manager/Project Geologist/CAC $ Draftsperson/CAD $ Project Coordinator $ Staff Geologist/Engineer $ Staff Industrial Hygienist/Technician/CSST $ Administrative Support Personnel $ *Certified Asbestos Consulting (CAC) Overtime: One and one-half times the employee's regular rate of pay for all hours worked in excess of eight hours up to and including 12 hours in any workday, and for the first eight hours worked on the seventh consecutive day of work in a workweek for covered field work only (refer to California Labor Code, sec ). Double Time: Double the employee's regular rate of pay for all hours worked in excess of 12 hours in any workday and for all hours worked in excess of eight on the seventh consecutive day or major holidays of work in a workweek for covered field work only (refer to California Labor Code, sec ). Attachment C - Unit Price Schedule Page 3

17 ATTACHMENT D - CONSULTANT EXPERIENCE FORM Specialty (include information for all consultants on proposed team) Note which is Prime Consultant Consultant/Firm Name Active UC Projects Campus/Project (list all for each firm) Claims* or Litigation? (Yes** or No) All UC Projects within Last 5 Years Campus/Project (list all for each firm) Claims* or Litigation? (Yes** or No) All Other Projects with Any Claims* Active and Past 5 Years (llist all for each firm) Hazardous Materials Management Services Firm (Prime) The information provided on this experience form was prepared by my office of the prime consultant listed above, who verifies under penalty of perjury that all information set forth on this form, to the best of my knowledge, is complete and accurate as of the date of submission of the Statement of Qualifications. (Signature) (Name) (Title) (Date) Attach additional pages if necessary for any category *Claims shall include all claims including all pending, unresolved claims of professional negligence or breach of contract for professional services against your firm or any owner or principal of your firm. **If yes, explain: Attachment D Consultant Experience Form Page 1

UCR Campus Planning. Capital Asset Strategies REQUEST FOR QUALIFICATIONS ON-CALL NON-PROJECT SPECIFIC ENVIRONMENTAL CONSULTING SERVICES APRIL 2018

UCR Campus Planning. Capital Asset Strategies REQUEST FOR QUALIFICATIONS ON-CALL NON-PROJECT SPECIFIC ENVIRONMENTAL CONSULTING SERVICES APRIL 2018 UCR Campus Planning Capital Asset Strategies REQUEST FOR QUALIFICATIONS ON-CALL NON-PROJECT SPECIFIC ENVIRONMENTAL CONSULTING SERVICES APRIL 2018 Advertisement Date: April 16, 2018 April 27, 2018 Document

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 QUALIFICATIONS For Architectural Services Office Tenant Improvements

REQUEST FOR QUALIFICATIONS For Architectural Services Office Tenant Improvements REQUEST FOR QUALIFICATIONS For Architectural Services Office Tenant Improvements University of California Office of the President (UCOP) requests that interested firms submit written proposals to provide

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

Request for Qualifications For Plan Review and Inspection Consulting Services

Request for Qualifications For Plan Review and Inspection Consulting Services University of California, Riverside (UCR) Dundee Residence Hall & Glasgow Dining Project (Dundee-Glasgow) and the North District Development Project Phase-I (North District Phase-I) Request for Qualifications

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

Submittal Guidelines RFQ# Daytona State Beer & Wine Institute

Submittal Guidelines RFQ# Daytona State Beer & Wine Institute Submittal Guidelines RFQ# 16-016 Daytona State Beer & Wine Institute Instructions: Please provide six (6) hard copies and one electronic version. Number each page consecutively, including the letter of

More information

Submittal Guidelines RFQ# Master Site Plan

Submittal Guidelines RFQ# Master Site Plan Submittal Guidelines RFQ# 18-006 Master Site Plan Instructions: Please provide six (6) hard copies and one electronic version. Architectural/Professional Services Number each page consecutively, including

More information

PROFESSIONAL SERVICES AGREEMENT NO

PROFESSIONAL SERVICES AGREEMENT NO PROJECT: PROFESSIONAL SERVICES AGREEMENT NO. 000000 PROJECT MANAGER: PROJECT NO. CONSULTANT: THIS AGREEMENT is made and entered into by and between the Port of Olympia (hereinafter referred to as the "Port")

More information

REQUEST FOR QUALIFICATIONS. Project No for OSHPD CERTIFIED INSPECTOR OF RECORD SERVICES. April, 2009

REQUEST FOR QUALIFICATIONS. Project No for OSHPD CERTIFIED INSPECTOR OF RECORD SERVICES. April, 2009 REQUEST FOR QUALIFICATIONS Project No. 05-307 for OSHPD CERTIFIED INSPECTOR OF RECORD SERVICES April, 2009 I. INTRODUCTION University of California, San Francisco Medical Center (UCSFMC) is soliciting

More information

RFP NAME: AUDITING SERVICES

RFP NAME: AUDITING SERVICES REQUEST FOR PROPOSAL RFP Number # RV070806 RFP NAME: AUDITING SERVICES The City of San Jose Housing Department is seeking qualifications from individuals and firms interested in providing professional

More information

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

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

More information

Capital Programs NON-PROJECT SPECIFIC REQUEST FOR QUALIFICATIONS ENVIRONMENTAL CONSULTING SERVICES PROJECT NUMBER: N/A

Capital Programs NON-PROJECT SPECIFIC REQUEST FOR QUALIFICATIONS ENVIRONMENTAL CONSULTING SERVICES PROJECT NUMBER: N/A Capital Programs NON-PROJECT SPECIFIC REQUEST FOR QUALIFICATIONS ENVIRONMENTAL CONSULTING SERVICES PROJECT NUMBER: N/A NOVEMBER 2017 TABLE OF CONTENTS I. ADVERTISEMENT FOR ENVIRONMENTAL CONSULTING SERVICES

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 Proposals: Environmental Site Assessment for Single Property

Request for Proposals: Environmental Site Assessment for Single Property OBDD RFP No. C2019048 Request for Proposals: Environmental Site Assessment for Single Property Proposal due date: January 29, 2019 at 3:00 p.m. Pacific Time 1.0 SOLICITATION INFORMATION AND REQUIREMENTS

More information

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA The City of San Mateo Public Works Department hereby requests proposals from qualified firms to provide

More information

REQUEST FOR QUALIFICATIONS Environmental and/or Industrial Hygiene Consultants September 2018 September 2021

REQUEST FOR QUALIFICATIONS Environmental and/or Industrial Hygiene Consultants September 2018 September 2021 The San Francisco Unified School District (SFUSD) is seeking the services of multiple qualified to support asbestos and lead-impacting construction projects as well as other industrial hygiene support

More information

Request for Proposal

Request for Proposal Central Whidbey Island Fire & Rescue 1164 Race Road Coupeville, WA 98239 Professionalism Integrity Compassion Excellence (360) 678-3602 www.cwfire.org Request for Proposal Fire Station Planning and Design

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

Telemetry Upgrade Project: Phase-3

Telemetry Upgrade Project: Phase-3 Telemetry Upgrade Project: Phase-3 Cedar River Water & Sewer District is soliciting Statements of Qualifications from interested consulting engineering firms capable of providing Telemetry/SCADA Engineering

More information

University of California, Riverside

University of California, Riverside University of California, Riverside Request for Qualifications North District Pre-Development Studies Base Mapping Services- Site Aerial Survey and Field Survey Site Design Project Number: 958080 November

More information

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018 REQUEST FOR QUALIFICATIONS For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018 San Joaquin County Department of Public Works 1810 East Hazelton

More information

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES to perform an ANALYSIS OF IMPEDIMENTS TO FAIR HOUSING CHOICE 24 C.F.R. 570.601 (a) (2) 24 C.F.R. 91.225 (a) June 27, 2011 ALL PROPOSALS ARE

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

University of California, Riverside

University of California, Riverside University of California, Riverside Request for Design Professional Qualifications Master Architect Services FOR MULTIDISCIPLINARY RESEARCH BUILDING 2 November 23, 2016 Advertisement Date: November 23,

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study CITY OF CHINO HILLS Request for Proposals (RFP) for Water Fixed Assets Assessment Study Date: April 15, 2014 Department: Project Name: Proposal Due Date: Public Works Department Water Fixed Assets Assessment

More information

REQUEST FOR PROPOSALS AQUATIC FACILITY AUDIT CAMPBELL COMMUNITY CENTER POOL. Consultant Services. September 30, 2016

REQUEST FOR PROPOSALS AQUATIC FACILITY AUDIT CAMPBELL COMMUNITY CENTER POOL. Consultant Services. September 30, 2016 REQUEST FOR PROPOSALS AQUATIC FACILITY AUDIT CAMPBELL COMMUNITY CENTER POOL Consultant Services September 30, 2016 City of Campbell Department of Recreation and Community Services REQUEST FOR PROPOSAL

More information

AGREEMENT FOR CONSULTING SERVICES Hazmat Consulting Project 6105A Fremont Campus

AGREEMENT FOR CONSULTING SERVICES Hazmat Consulting Project 6105A Fremont Campus AGREEMENT FOR CONSULTING SERVICES Hazmat Consulting Project 6105A Fremont Campus This Independent Consultant Agreement for Hazmat Consulting Services ( Agreement ) is made and entered into as of the 28th

More information

2. Attachments a) Design Drawings Drawing(s) Revision Revision Date Specifications (T1.1-T2.8) N/A N/A A /06/17 A1.1 N/A N/A A2.

2. Attachments a) Design Drawings Drawing(s) Revision Revision Date Specifications (T1.1-T2.8) N/A N/A A /06/17 A1.1 N/A N/A A2. contractor ract and Scope of Work 8.812 ract To: contractor: LBA Construction LLC 2733 Ross Clark Circle Dothan, Alabama 36301 Scope: Window Film: Provide and install 7 mil shatter resistant window film

More information

Incomplete submissions will be declined

Incomplete submissions will be declined ENVIRONMENTAL CONTRACTORS & CONSULTANTS Veracity Insurance Solutions, LLC 260 South 2500 West, Suite 303 Pleasant Grove UT 84062 info@veracityins.com T: 866.395.1308 F: 801.763.1374 APPLICATION REQUIREMENTS

More information

Request For Qualifications Construction Management at Risk

Request For Qualifications Construction Management at Risk Request For Qualifications Construction Management at Risk DAVIE COUNTY HIGH SCHOOL REPURPOSING PROJECT SOLICITATION: REC-2018-020 Representative for RFQ: Brad Blackwelder bblackwelder@daviecountync.gov

More information

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25 City of Henderson PO Box 716 Henderson, Kentucky 42419 September 14, 2014 REQUEST FOR PROPOSALS # 14-25 Social Media Services for the City of Henderson s Community Visionary Plan and Comprehensive Plan

More information

Request for Qualifications for Environmental Compliance and Biological Monitoring Services for the UC Merced 2020 Project

Request for Qualifications for Environmental Compliance and Biological Monitoring Services for the UC Merced 2020 Project Request for Qualifications for Monitoring Services for the UC Merced 2020 Project UC Merced Physical Operations, Planning and Development Planning & Real Estate Services August 2017 Table of Contents University

More information

Addendum #1 RFQ #MM MCCD Measure MM Bond Program DSA Inspector of Record (IOR) Multiple Award MSA March 19, 2019

Addendum #1 RFQ #MM MCCD Measure MM Bond Program DSA Inspector of Record (IOR) Multiple Award MSA March 19, 2019 RFQ #MM-19-013 MCCD Measure MM Bond Program DSA Inspector of Record (IOR) Multiple Award MSA March 19, 2019 This to RFQ #MM-19-013, unless otherwise noted herein, makes changes to and/or clarifies the

More information

Santa Cruz Port District REQUEST FOR PROPOSALS FOR GARBAGE HAULING SERVICES

Santa Cruz Port District REQUEST FOR PROPOSALS FOR GARBAGE HAULING SERVICES Santa Cruz Port District REQUEST FOR PROPOSALS FOR GARBAGE HAULING SERVICES The Santa Cruz Port District is seeking proposals from qualified independent contractors for: GARBAGE HAULING SERVICES BACKGROUND

More information

PROPOSALS DUE NO LATER THAN 11:00 A.M., SEPTEMBER 23, 2015 (6 COPIES) TO THE ATTENTION OF KRAIG BOYNTON, PURCHASING AGENT.

PROPOSALS DUE NO LATER THAN 11:00 A.M., SEPTEMBER 23, 2015 (6 COPIES) TO THE ATTENTION OF KRAIG BOYNTON, PURCHASING AGENT. REQUEST FOR PROPOSAL (RFP) FOR ARCHITECTURAL/ENGINEERING SERVICES FOR BUILDING ANALYSIS OF THE CITY- OWNED BUILDING LOCATED AT 149 NORTH BROAD STREET (FORMER ILLINOIS NATIONAL GUARD ARMORY) Kraig Boynton,

More information

University of California, Riverside

University of California, Riverside University of California, Riverside Request for Qualifications For ATHLETICS & DANCE BUILDING LOCKER ROOM REMODEL Phase 1 Program Space Analysis Study, Building Systems Analysis, Building Code Analysis,

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

DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01

DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01 DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01 PROJECT TITLE: Marketing and Outreach Proposal PROPOSAL DUE DATE: February 27, 2015 by 4:00 P.M. Mailed,

More information

CITY STATE ZIP CODE TELEPHONE #

CITY STATE ZIP CODE TELEPHONE # CONTRACTORS AND CONSULTANTS APPLICATION PLEASE ANSWER ALL QUESTIONS IN FULL NOTICE: If a policy is issued, the limit of liability available to pay judgments for settlements shall be reduced by amounts

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

Contractor shall provide new thermal fused plastic laminate doors for each interior opening as scheduled. All openings are to receive new hardware.

Contractor shall provide new thermal fused plastic laminate doors for each interior opening as scheduled. All openings are to receive new hardware. contractor ract and Scope of Work 8.801, 8.802, 8.803, and 8.804 ract To: LBA Construction LLC 2733 Ross Clark Circle Dothan, Alabama 36301 contractor: Scope: Doors, Frames, and Door Hardware Provide and

More information

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

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES I. PROJECT DESCRIPTION Town of Pembroke Park, Florida ( Town ) is soliciting proposals from interested accounting

More information

Quick Call for Proposals. State of Minnesota. Minnesota Department of Transportation. Quick Call for Proposals ( Quick Call )

Quick Call for Proposals. State of Minnesota. Minnesota Department of Transportation. Quick Call for Proposals ( Quick Call ) State of Minnesota Minnesota Department of Transportation ( Quick Call ) Fiber Optic Training Course for Intelligent Traffic Systems March 15, 2019 Proposals must be received no later than 11:00 AM, Central

More information

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH REQUEST FOR PROPOSAL FOR Full Cost Allocation Plan and Citywide User Fee and Rate Study Finance Department CITY OF HUNTINGTON BEACH Released on October 17, 2007 Full Cost Allocation Plan and Citywide User

More information

University of Maine System Supplementary Requirements to AIA Document B Standard Form of Agreement Between Owner and Architect

University of Maine System Supplementary Requirements to AIA Document B Standard Form of Agreement Between Owner and Architect APPENDIX A University of Maine System Supplementary Requirements to AIA Document B102 2007 Standard Form of Agreement Between Owner and Architect NOTE: B102 2007 AS MODIFIED WITH UNIVERSITY OF MAINE SYSTEM

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

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

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

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS Purchasing & Contracts Branch 2201 East Market Street Long Beach, California 90805-5556 RFP Contact: Erica Bonilla, Contract Analyst Email: ebonilla@lbschools.net REQUEST FOR PROPOSALS RFP 07-1718 Environmental

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

AN AGREEMENT BY AND BETWEEN THE TEXAS A&M UNIVERSITY SYSTEM OFFICES AND BRADY ENVIRONMENTAL SERVICES

AN AGREEMENT BY AND BETWEEN THE TEXAS A&M UNIVERSITY SYSTEM OFFICES AND BRADY ENVIRONMENTAL SERVICES AN AGREEMENT BY AND BETWEEN THE TEXAS A&M UNIVERSITY SYSTEM OFFICES AND BRADY ENVIRONMENTAL SERVICES This Master Agreement ( Agreement ) is entered into and effective September 1, 2017 (the Effective Date

More information

REQUEST FOR QUALIFICATIONS Bailey Cove Transmission Main Phase 1

REQUEST FOR QUALIFICATIONS Bailey Cove Transmission Main Phase 1 RFQ Bailey Cove Transmission Main - Phase 1 REQUEST FOR QUALIFICATIONS Bailey Cove Transmission Main Phase 1 Consulting Engineering Services Huntsville Utilities (HU), is accepting Statements of Qualifications

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 PROPOSAL (RFP) # DESIGN BUILD NEW CHIEFLAND MIDDLE/HIGH SCHOOL CONSULTANTS' COMPETITIVE NEGOTIATION ACT (CCNA)

REQUEST FOR PROPOSAL (RFP) # DESIGN BUILD NEW CHIEFLAND MIDDLE/HIGH SCHOOL CONSULTANTS' COMPETITIVE NEGOTIATION ACT (CCNA) REQUEST FOR PROPOSAL (RFP) # 2017-01 DESIGN BUILD NEW CHIEFLAND MIDDLE/HIGH SCHOOL CONSULTANTS' COMPETITIVE NEGOTIATION ACT (CCNA) EXHIBIT I SCOPE OF WORK PREPARED BY: LEVY COUNTY SCHOOL BOARD FACILITIES

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

DESIGN AND CONSTRUCTION STANDARDS GENERAL DESIGN GUIDELINES 2.01

DESIGN AND CONSTRUCTION STANDARDS GENERAL DESIGN GUIDELINES 2.01 2.01 GENERAL This section contains general compliance and safety planning information to be used by design professionals and contractors in the design and construction of University facilities. The criteria

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

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

PORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES

PORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES PORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES The Port of South Whidbey ( Port ), Freeland, Washington is accepting Statements of Qualifications

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

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

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT West Valley Sanitation District PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT 1. INTRODUCTION A. West Valley Sanitation District of Santa Clara County (District) is accepting proposals for janitorial

More information

Capital Programs RRUMC AIR HANDLING UNIT MODIFICATION REQUEST FOR QUALIFICATIONS AIR TESTING, ADJUSTING AND BALANCING CONSULTANT

Capital Programs RRUMC AIR HANDLING UNIT MODIFICATION REQUEST FOR QUALIFICATIONS AIR TESTING, ADJUSTING AND BALANCING CONSULTANT Capital Programs RRUMC AIR HANDLING UNIT MODIFICATION REQUEST FOR QUALIFICATIONS AIR TESTING, ADJUSTING AND BALANCING CONSULTANT PROJECT NUMBER: 945432.01 DECEMBER 2017 TABLE OF CONTENTS I. ADVERTISEMENT

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS RELOCATION SERVICES FORMER MANITOU COMMUNITY CENTER 4806 South 66 th Street, Tacoma WA Page 1 RFP AT A GLANCE: PROJECT TITLE: ADDRESS: PROJECT DESCRIPTION: Manitou Relocation 4806

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR RISK MANAGEMENT CONSULTANT

REQUEST FOR QUALIFICATIONS (RFQ) FOR RISK MANAGEMENT CONSULTANT REQUEST FOR QUALIFICATIONS (RFQ) FOR RISK MANAGEMENT CONSULTANT ISSUED BY: SOUTH HARRISON TOWNSHIP Date Issued: DECEMBER 6, 2018 Responses Due by: DECEMBER 19, 2018 AT 4:00 p.m. Office of the Township

More information

ENVIRONMENTAL SERVICE PROVIDERS APPLICATION FOR CONTRACTORS AND CONSULTANTS

ENVIRONMENTAL SERVICE PROVIDERS APPLICATION FOR CONTRACTORS AND CONSULTANTS ENVIRONMENTAL SERVICE PROVIDERS APPLICATION FOR CONTRACTORS AND CONSULTANTS INSTRUCTIONS: Please complete all applicable sections of this Application. Please read all questions carefully and provide complete

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

MONTANA STATUTES : (1) MONTANA CODE: TITLE 39: LABOR CHAPTER 71: WORKERS COMPENSATION

MONTANA STATUTES : (1) MONTANA CODE: TITLE 39: LABOR CHAPTER 71: WORKERS COMPENSATION MONTANA STATUTES : (1) MONTANA CODE: TITLE 39: LABOR CHAPTER 71: WORKERS COMPENSATION Terms References Industrial Hygiene 1 Industrial Hygienist 0 Certified Industrial Hygienist - CIH 0 Certified Associate

More information

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # 24-09-CM BACKGROUND The City of Kirkland Economic Development Program is focused on business retention. The satisfaction of existing

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

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT] ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT] THIS Agreement ( Agreement ) for consulting services is made by and between the City of Pittsburg

More information

for Job Order Contract Washington State University

for Job Order Contract Washington State University for Job Order Contract Issued 1/12/2018 For Washington State University By Facilities Services, Capital Statement of Qualifications Deadline: February 15th, 2018, 3:00 pm Issued 1/12/2018 Page 1 of 11

More information

Request for Qualifications (RFQ) for Legal Services to Mustang Special Utility District Issued April 30, 2015

Request for Qualifications (RFQ) for Legal Services to Mustang Special Utility District Issued April 30, 2015 Request for Qualifications (RFQ) for Legal Services to Mustang Special Utility District Issued April 30, 2015 Submission Due by 12:00 Noon, CDT on Tuesday, June 2, 2015 Mr. Chris Boyd, General Manager

More information

REQUEST FOR PROPOSALS FOR CONSTRUCTION SAFETY OVERSIGHT SERVICES

REQUEST FOR PROPOSALS FOR CONSTRUCTION SAFETY OVERSIGHT SERVICES REQUEST FOR PROPOSALS FOR CONSTRUCTION SAFETY OVERSIGHT SERVICES RESPONSES DUE: 4:00 P.M. PST, June 3, 2011 E-MAIL SUBMISSION ADDRESS Phemister@polb.com Page 2 of 21 INTRODUCTION Brief Overview of the

More information

Charlotte-Mecklenburg Schools. Request for Qualifications

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

More information

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE REGENTS OF THE UNIVERSITY OF CALIFORNIA AND CONSULTANT NAME PROJECT NAME

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE REGENTS OF THE UNIVERSITY OF CALIFORNIA AND CONSULTANT NAME PROJECT NAME PROFESSIONAL SERVICES AGREEMENT BETWEEN THE REGENTS OF THE UNIVERSITY OF CALIFORNIA AND CONSULTANT NAME PROJECT NAME UNIVERSITY OF CALIFORNIA SAN DIEGO CAMPUS LA JOLLA, CALIFORNIA 92093 AGREEMENT NO: COMMITMENT

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS REQUEST FOR QUALIFICATIONS NO. 964-5378 COUNTY OF FRESNO POLYGRAPH TESTING SERVICES SUBMITTALS: ADDRESSED TO: MAILING ADDRESS: OFFICE ADDRESS: MARK ENVELOPE: COST LIMIT FOR AGREEMENT(S): Three (3) paper

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

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 RFP NO: 2017-03 REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 Advertisement for Request for Proposals CITY OF SOUTH BAY RFP NO: 2017-03

More information

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

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

REQUEST FOR PROPOSALS FOR General Counsel Legal Services

REQUEST FOR PROPOSALS FOR General Counsel Legal Services REQUEST FOR PROPOSALS FOR General Counsel Legal Services RFP Issued: October 6, 2017 RFP Submission Deadline: November 1, 2017 Issued by: Colusa Groundwater Authority 100 Sunrise Blvd., Suite A Colusa,

More information

Solano Community College District REQUEST FOR QUALIFICATIONS & PROPOSAL (RFQP #16-018) AERONAUTICS AND WORKFORCE DEVELOPMENT BUILDING PROJECT

Solano Community College District REQUEST FOR QUALIFICATIONS & PROPOSAL (RFQP #16-018) AERONAUTICS AND WORKFORCE DEVELOPMENT BUILDING PROJECT REQUEST FOR QUALIFICATIONS & PROPOSAL (RFQP #16-018) AERONAUTICS AND WORKFORCE DEVELOPMENT BUILDING PROJECT In November 2012 the Solano Community College District ( District ) successfully passed the Measure

More information

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES INTRODUCTION A. Overview The Sullivan County Land Bank Corporation ( SCLBC ) is issuing this Request for Qualifications ("RFQ") to obtain Accounting

More information

STORM DRAIN ENGINEERING DESIGN SERVICES

STORM DRAIN ENGINEERING DESIGN SERVICES City of Imperial Community Development Department STORM DRAIN ENGINEERING DESIGN SERVICES Request for Proposals Project Funded by: SB1, The Road Repair and Accountability Act of 2017 Point of Contact:

More information

REQUEST FOR QUALIFICATION/REQUEST FOR PROPOSAL (RFQ/RFP) # Request for Proposal must be received no later than December 5, 2014 at 2:00 PM

REQUEST FOR QUALIFICATION/REQUEST FOR PROPOSAL (RFQ/RFP) # Request for Proposal must be received no later than December 5, 2014 at 2:00 PM REQUEST FOR QUALIFICATION/REQUEST FOR PROPOSAL (RFQ/RFP) #1415-80 LEGAL CONSULTING SERVICES FOR VARIOUS LEGAL ISSUES REGARDING FACILITIES PLANNING AND CONSTRUCTION PROJECTS Request for Proposal must be

More information

Minnesota Departments of Health and Human Services

Minnesota Departments of Health and Human Services INFORMAL SOLICITATION Minnesota Departments of Health and Human Services Description of Project The Minnesota Departments of Health and Human Services are soliciting recommendations on the outcomes or

More information

DATE: November 2, 2017 MANAGEMENT SERVICES

DATE: November 2, 2017 MANAGEMENT SERVICES DATE: November 2, 2017 SUBJECT: REQUEST FOR PROPOSALS FOR MANAGEMENT SERVICES ON-CALL CONSTRUCTION Pursuant to the Request for Proposals (RFP) for On-Call Construction Management Services, all proposers

More information

Proposal No:

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

More information

Request for Qualifications

Request for Qualifications Request for Qualifications Barry County Sheriff s Department/Jail Facility and Commission on Aging Facility Consulting Services Barry County 220 W. State St. Hastings, Michigan 49058 Prepared By: Michael

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

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

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay.

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay. responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay. (h) Primary Coverage. For claims arising out of or relating to work on the Specific Project, Tenant s insurance

More information

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017 COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT Date of Issue: September 25, 2017 Due Date for Proposal: October 6, 2017 COUNTY OF WISE, VA REQUEST

More information

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

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

REQUEST FOR PROPOSALS For. Guaranteed Energy Savings Contract

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

More information

REQUEST FOR PROPOSALS FOR DESIGN OF THE GRAPE DAY PARK RESTROOM PROJECT

REQUEST FOR PROPOSALS FOR DESIGN OF THE GRAPE DAY PARK RESTROOM PROJECT Julie Procopio, P.E. Director of Engineering Services/City Engineer 201 North Broadway, Escondido, CA 92025 Phone: 760-839-4001 Fax: 760-839-4597 October 19, 2017 To Whom It May Concern: SUBJECT: REQUEST

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

Service Providers for Agency Marketing and Outreach Campaigns

Service Providers for Agency Marketing and Outreach Campaigns Request for Qualifications for: Service Providers for Agency Marketing and Outreach Campaigns Release Date: June 18, 2018 Qualifications Due: July 18, 2018 StopWaste 1537 Webster Street, Oakland, CA 94612

More information

WHEREAS, the District desires to adopt the Prequalification Process, including the Questionnaire, Rating System, and Appeal Process.

WHEREAS, the District desires to adopt the Prequalification Process, including the Questionnaire, Rating System, and Appeal Process. RESOLUTION NO. 18-009 OF THE BERKELEY UNIFIED SCHOOL DISTRICT ADOPTING PREQUALIFICATION PROCESS FOR PRIME CONTRACTORS PURSUANT TO PUBLIC CONTRACT CODE SECTION 20111.6 WHEREAS, the Berkeley Unified School

More information