REQUEST FOR PROPOSAL (RFP) FOR CONSTRUCTION MANAGEMENT SERVICES FOR SIGNAL HILL LIBRARY CONSTRUCTION, 1770 E. HILL STREET, SIGNAL HILL, CA 90755

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL (RFP) FOR CONSTRUCTION MANAGEMENT SERVICES FOR SIGNAL HILL LIBRARY CONSTRUCTION, 1770 E. HILL STREET, SIGNAL HILL, CA 90755"

Transcription

1 Attachment A REQUEST FOR PROPOSAL (RFP) FOR CONSTRUCTION MANAGEMENT SERVICES FOR SIGNAL HILL LIBRARY CONSTRUCTION, 1770 E. HILL STREET, SIGNAL HILL, CA Proposals Due: September 19, 2016, 4:00 PM

2 Table of Contents I. INTRODUCTION II. III. PROJECT DESCRIPTION SCOPE OF SERVICES IV. PRE-PROPOSAL CONFERENCE V. PROJECT SCHEDULE VI. SUBMITTAL REQUIREMENTS A. Acceptance of Submittals B. Information to be Submitted VII. INTERVIEW VIII. SELECTION PROCESS IX. GENERAL CONDITIONS A. Signature B. Other Considerations C. Business License Required D. Prevailing Wage ATTACHMENTS i

3 REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE SIGNAL HILL LIBRARY CONSTRUCTION PROJECT, NO.119 LOCATED AT 1770 E. HILL STREET, SIGNAL HILL, CA I. INTRODUCTION The is requesting proposals from qualified and professional Construction Management firms, teams, and individuals with experience in construction management of capital improvement projects, preferably but not required, for public sector agencies for the construction of the new Signal Hill Library, located at 1770 E. Hill Street. The qualified firm, team or individual shall provide consulting services on an as needed basis for the construction of the Library and adjacent street improvement during the term of the contract. It is the City s intent to select one Construction Management Consultant for this project. The Construction Manager (CM) will support the City, represent its interests, and lead the everyday construction management and contract administration efforts related to the construction of the Signal Hill Library. This Request for Proposals (RFP) describes the project, the required scope of services, the minimum information that shall be included in the Proposal, and the selection process. Failure to submit the Proposal in accordance with the procedures outlined may be caused for disqualification. II. PROJECT DESCRIPTION By January 2017, the City is expecting to commence construction of a new 20,000 square-foot Library facility to replace the existing Library located at 1770 E. Hill Street. Substantial completion is expected by March 2018, over an anticipated 13 month construction process. The architectural firm of Robert Coffee and Associates prepared the construction drawings and specifications and will serve as project architect during the construction process. The construction bid is expected to be awarded by December Page 1 of 17

4 III. SCOPE OF SERVICES Construction Costs for the new Library is estimated at approximately $7.7 million. The preliminary scope of service below is the minimum scope of services intended to be performed by the Construction Management Consultant (CM). Each proposer should elaborate on scope items to further define the scope, and to demonstrate the proposer s understanding and experience in the performance of similar services. The CM will serve as the City s representative and liaison with the City Project Manager and Project Management Team that may include the Director of Public Works, City Manager, City Attorney, City Engineer, and project architect. The CM will also be the City s representative to administer the construction contract during the construction of the project. The scope of work for the Construction Management Services includes the following essential tasks: A. Construction Phase Services As directed by the City, the CM will manage and oversee the City s Contractor(s), coordinate with the City s consultants, utility companies and other jurisdictional agencies as necessary and required to ensure projects constructed for the City are of high quality and integrity, and such projects move forward in a timely and fiscally prudent manner, and will provide support throughout the project s construction phase. 3.1 Basic Services Construction management is the discipline of planning, organizing, securing and managing resources to achieve specific goals as defined by the project specifications. The primary responsibility of the Construction Manager (CM) is to achieve all of the project goals and objectives while honoring the project s constraints. Primary constraints for a project can be identified as scope, time, and budget. The following services will be required of a qualified, professional CM on an as needed basis for assigned projects: Represent the City and its interests in all negotiations, meetings, community outreach and related activities during all phases of the project Monitor project performance and coordinate project meetings with City staff and consultant design team to ensure compliance with the City s design and construction standards, project schedules and project budgets Prepare project schedules in Primavera P6 Format and track all schedule deviations Identify, prepare, recommend and monitor any required changes to contract(s). Page 2 of 17

5 3.1.5 Manage issues related to the project including insurance, bonds, certified payroll, pay application, retainage, warranty, and grant accounting, and provide other situational resolutions as they may occur Maintain orderly and comprehensive records, documentation, design data, drawings, correspondence, etc. pertaining to project Ensure project accounting and reporting procedures can support informational needs as requested by the City Departments Upon project completion, ensure all close-out procedures, reporting requirements, and records keeping are promptly met Other duties as necessary and assigned Project Control System The CM shall set up, host, backup, and maintain the project control systems for tracking and reporting project progress. The hosted system should include enough licenses to allow efficient access for members of the CM, design team, the City s Project Manager (PM) and contractor s staff. The CM should assume ten (10) licenses for this purpose. This preferred project control system shall include Primavera P6 V8.2 or later and Oracle Contract Manager for documenting, tracking and reporting on budgets, schedules, correspondence, permits, review comments, meeting minutes, consultant and contractor invoices, Requests for Information (RFI), change orders, submittals and daily inspection reports. This system shall also be utilized to track progress through all phases of construction. The CM should have experience using the specified project control systems. The CM may propose the hosting and use of another project control system, but shall be prepared to demonstrate the systems capabilities, ease of use and successful use on similar projects. The approval of the proposed project controls systems will at the sole discretion of the City. Every piece of correspondence produced during the construction phase of the project shall be stamped with a unique identification number, scanned, logged and electronically linked to a database record for easy retrieval and distribution. The City will consider an entirely paperless system if proposed, discussed and approved in advance of the start of construction Establish a Submittals List The CM shall review and develop a log of all required submittals. Numbers will be assigned to each submittal as well as an estimate of long lead items. The submittals list will be given to the contractor during the Pre-construction Meeting for use during the Construction Phase. Required submittals will be tracked and logged on a regular basis in Oracle Contract Manager. Page 3 of 17

6 Jurisdictional Project Coordination The CM will report directly to the City s Project Manager on all project activities and coordinate with the appropriate jurisdictional agencies including other City departments, outside agencies, utility companies and others as follows: City Attorney's Office (as requested) o Miscellaneous legal matters City Council s Office (as requested) o Presentations as directed by City Staff o Provide information and respond to citizen and business concerns brought directly to the attention of the Project Manager or City Council (if needed) Financial Management o Ensure timely processing of consultant and contractor invoices o Ensure timely processing of City invoices for reimbursement by any outside funding agencies Fire Department o Coordinate the relocation of fire lines, hydrants, emergency access, etc. in compliance with local officials o Obtain Fire Dept. approval of all deferred design plans and specifications (if required) Gas & Oil Department o Coordinate relocation of existing gas lines and new service requirements (if needed). o Obtain Gas & Oil Dept. approval of all design plans and specifications (if required) Police Department o Review security and emergency access issues o Coordinate road closures and communicate timelines and impacts to all emergency services Department of Public Works o Obtain all traffic, engineering, surveying and inspection project design criteria from the appropriate sources and distribute to the design team o Obtain approval of all plans and specifications from traffic, engineering, surveying and inspection Planning & Building Department o Assist the contractor with pulling permits Page 4 of 17

7 o Coordinate scheduling of Building Dept. Inspectors when required o Document inspection visits and inspection results o Keep copies of signed cards until all inspections are complete o Assist the Contractor with application for Certificate of Occupancy Library Department o Closely coordinate all aspects of the design with assigned Library staff to ensure the design meets the intended needs o Conduct coordination meeting with Library staff and the Contractor related to taking beneficial occupancy after substantial completion o Assist Library staff with the coordination of move-in activities if required Water & Sewer o Coordinate the relocation/termination/abandonment of existing water and wastewater services and assist in determining new service requirements, if any o Obtain approval on all plans and specifications for new services if required o Assist the Contractor in the procurement of utility excavation permits through the Public Works Department if necessary Power o Assist the Contractor with SCE coordination for the installation of duct banks, pulling cable, making terminations, testing, energizing, and removal of existing overhead poles and easements Cable TV o Coordinate with the local cable company and Contractor in the construction of fiber optic or cable services around the site if required o Assist Cable TV in the procurement of utility excavation permits through the Public Works Department Phone o Coordinate with the local phone company and Contractor in the construction of telephone services o Assist the phone company in the procurement of utility excavation permits through the Public Works Department Citizen Committees (as required) o Attend regular meetings for review and comment when necessary o Assist the citizen committees when necessary Page 5 of 17

8 Review Project Schedules The CM shall be extremely experienced in the use and review of cost loaded and resource loaded Critical Path Method (CPM) schedules. The CM will evaluate the Contractor's project schedule for the following: Accurate start dates, completion dates, other dates detailed in the contract Proper cost loading and resource loading if required Sufficient detail Sequence of construction Potential impacts to other City operations and public Review of logic and sequence of construction Review of time impact analysis Review Schedule of Values and Costs Submitted by the General Contractor - Review schedule of values and check for the following: Unbalanced items Ensure that all items are quantifiable and can be verified for progress payment and auditing purposes Clarify work included in each scheduled item Ensure the General Contractor Has a Clear Understanding of Project Requirements - Review in detail with the General Contractor s project manager the following: Contractual, physical and operational constraints Critical milestones and Initial 4 week look ahead schedules RFI, RFQ and Submittal Procedures Required documentation Progress payment procedures Permit requirements City operational procedures, security and priorities Pre-Construction Meeting - The CM will schedule and conduct a Pre- Construction meeting with the Contractor. The City and Architectural/Engineering (A/E) team will be invited to participate in the meeting. In the meeting all contract General Conditions and other contract requirements will be reviewed. At the meeting the Schedule of Values, Initial Baseline Schedule and other critical submittals will be due Coordinate and Establish CM Facilities On Site - Discuss with the City and operational staff areas that would least impact existing City and tenant operations (if any) and provide the best vantage point for management of the project. Discuss with the Contractor contractual requirement concerning field facilities and coordinate delivery of such items. Once in place, the CM and Inspection staff will mobilize on site and commence Construction Management tasks in the scope of work. Page 6 of 17

9 Assist Contractor in Establishing Facilities On-Site - Meet with the Contractor before mobilization to determine the best location for field facilities. Coordinate a suitable location with approval from the City staff Schedule and Conduct Field Meetings - The following meetings will be held on site: Monthly Progress Meetings with the City and Quality Assurance (QA) inspection staff to discuss all data included in the monthly progress reports. Discussions will focus on the following items: o Progress during the period o Major decisions made o Planned vs. actual schedule o Upcoming work schedule o Current or unresolved problems o Anticipated or pending change orders o Impacts of problems or change orders on schedule & budget o Discussion of new goals o Planned vs. actual budget analysis Weekly Progress Meetings will be mandatory for the A/E firm general contractor and inspection staff. These meetings will be optional or on an as needed basis for involved agencies, local businesses and residents. All parties are always invited to attend. Meeting minutes are distributed to all team members whether in attendance or not. Discussions will focus on the following items: o Comments on last meetings minutes o Contractor presents a detailed 4 week schedule o Progress during the last week o Major decisions made since last meeting o Update of unresolved items from previous meetings o Status of submittals o Review Contractor s Statement of Work (SOW) Special meetings will be scheduled on an as needed basis to discuss issues that become urgent or which require detailed discussion or review of plans and specifications. If issues are not urgent these meetings are usually scheduled right after the weekly meeting to reduce the number of trips to the site for team members Review Contractor Submittals - Based on the approved submittal log the CM will review all contractor submittals for completeness and conformance with the specifications. Submittals requiring the approval of the City or Architect will be forwarded for review and approval. Review of typical contractor submittals will include but not be limited to: Material certifications Phasing plans Page 7 of 17

10 Equipment and material shop drawings Material substitution requests Verify and Process Contractor s Monthly Payment Requests - Upon submittal of the Contractor s monthly invoice, the CM will verify work performed during that period and compare it against the approved schedule of values and Critical Path Method (CPM) schedule. The CM will resolve discrepancies with the Contractor and once verified and agreed upon will process the payment application through the City process Issue Written Field Orders - In specific instances when field conditions are identified that indicate a need for the Contractor to vary from the plans and specifications, the CM shall perform a field investigation of the issues and identify solutions. The CM shall then contact the City s PM and discuss the situation and make recommendations. Upon direction from the City s PM, the CM will issue written field orders to the Contractor outlining what changes to make and outline how those changes will be paid for. The CM will then follow up this procedure by processing a formal change order for approval Process and Track Change Orders - In conjunction with and approval of the City s PM, the CM will process all change orders through the City s approved process. Prior to the submittal of a change order request the CM will: Review the Contractor s request by verifying that the plans and specifications did not include this work in the original scope of work Review the Contractor s cost estimate and perform an independent cost estimate for the changed work Evaluate any claimed impact to the project schedule and budget Negotiate and/or clarify scope and price quotes Discuss all findings with the City s PM and make recommendations Process all appropriate change order paper work through the City s process Coordination with Others - The CM shall coordinate the Contractor s activities with local utility companies and other City consultants and contractors as necessary to complete all work. The CM will conduct special meetings when necessary to ensure that the contractor and utilities and other companies understand each party s scope of work and schedule. The CM shall coordinate and resolve any conflicts Initiate and Maintain Photo Documentation Procedures - Photo documentation is very important to record progress on site. Photo documentation will be done regularly from agreed upon vantage points throughout the project site to establish a progress history. The CM will issued digital cameras to field staff in order to take photographs on an as needed basis to document daily activities, deficiencies, irregularities and as-built conditions. All digital photographs shall Page 8 of 17

11 Page 9 of 17 be logged and placed in an electronic photo album software package to be approved by the City Initiate and Maintain All Tracking Control Procedures - All tracking control and documentation procedures above will be initiated and maintained. Before implementation each procedure will be presented and reviewed by the City and modified to fit City criteria, if required Initiate and Maintain All Reporting Procedures - Prepare Monthly Progress Reports to be submitted to the City, and other agencies as required, at the beginning of each month. Data to be included in the report is as follows: Report of significant events and accomplished goals Description of progress with photos to enhance the descriptions A comparison of Actual vs. Planned Progress, in narrative form as well as bar graph form The latest detailed 4 Week Look Ahead Schedule submitted by the Contractor and reviewed by the CM Identification and discussion of current problems or pending change orders and actions taken or planned to resolve such issues An analysis of change order impacts or potential problems on schedule and budget A discussion of new short and long term goals for the project A comparison of Actual vs. Planned budget expenditures Change order status log Report of progress payments made to date and invoices in process Labor Compliance Reports for all Contractor and Subcontractor employees (if required) A QA/QC (Quality Control) section prepared by the Inspection Team addressing testing and regulatory compliance issues Coordinate QA/QC and Inspection Activities The CM will provide a full-time lead inspector who will report to both the CM and the City s Building Official. The City will also contract separately with a materials testing and inspection company to provide special inspections and all required materials testing. The CM shall coordinate the activities of the City s lead inspector and materials testing and inspection company. The Contractor s activities, material deliveries, equipment and work force will be tracked on a daily basis and reviewed for compliance with the approved plans and specifications. The CM will coordinate and set up meetings or other activities as necessary to make sure that QA/QC procedures are followed and deficiencies are resolved in a timely and efficient manner. The CM will coordinate the scheduling of Building Department Inspectors and track visits, approvals and deficiencies from the start of construction through issuance of the Certificate of Occupancy. The full-time Lead Inspector will be responsible for performing the following tasks as needed to successfully inspect the Library project.

12 Work a full-time schedule to successfully inspect project in progress Coordinate with sub-consultant materials testing and inspection firms as necessary Coordinate with client staff as necessary Utilize the specified document control system as necessary to properly document the project inspection activities Assist the CM with the review of contractor change order requests as necessary Assist the CM with the review of RFI s as necessary Assist the CM with the review of submittals as necessary Stay abreast of all changes related to current building codes and other jurisdictional regulations pertaining to the project Coordinate with private and public utility company inspectors as necessary to successfully complete projects Coordinate as necessary with local agency building departments to successfully complete projects Input, review and update project as-built drawings as necessary to document all changes and deviations from the original bid documents Write, review and log daily inspection reports as necessary utilizing the inspection template forms on the ipad Input, review and update drawing logs as necessary Create sketches and drawings as necessary for project purposes Attend project coordination meetings as necessary Assist the CM with writing, reviewing, issuing and tracking project Non-Compliance Notices as necessary Write, review and update project notes as necessary Write, review and issue project notices as necessary Assist the CM with reviewing the quantity of work completed and reviewing progress payment requisitions as necessary Write, review and update project punch lists as necessary Document and maintain telephone records as necessary Report project issues to senior staff on a regular basis Review As-built Plans and Prepare As-built Reports - The CM will always be aware of and document changed field conditions. The CM will not rely on the Contractor to document as-built conditions. Changes in field conditions will be reported and photographed as they occur by the Inspection Team. The CM will also keep a copy of the construction documents in his office specifically for documenting these as-built conditions. The CM will review the Contractor's submittal of as-built conditions and compare this submittal to his own documentation. Discrepancies will be discussed, resolved and recorded Final Acceptance of Work - Upon substantial completion of the work, the CM will initiate the following procedures to assist the City and Architect to accept all work: Development of the Initial Punch List Continuous inspection of the punch list work until all items are completed Page 10 of 17

13 Page 11 of 17 Arrangement of final inspection by the City, other jurisdictional agencies and the Architect Development of a Final Punch List if necessary Documentation of acceptance of work by the City Close-Out When the contract is nearing completion the CM will initiate Close- Out Procedures. These procedures involve the following tasks: Transmission to the City all required guarantees, warranties, operations manuals and all other documentation required by the contract Transmission to the City all keys, spare parts, additional material, maintenance material, complete CM files, videotaping and photo albums and as-built drawings Preparation and transmission of all required City documentation and paperwork for project compliance and reimbursement Preparation of a Final Report or Letters summarizing the following items: Progress report as described above from the last period though date of final acceptance Overall project summary report addressing all issues required in the monthly progress reports Suggestions for potential improvement in future projects Final Commissioning Report Claims Management The CM shall assist the City in the defense of claims. The CM shall document, analyze and compile information for the City related to the claim. The CM shall use issues tracking techniques in Contract Manager to quickly retrieve related documentation. During the construction process, the CM shall prepare a clear and defined paper trail to describe the chronology of events, describe the details and defend the City s position. Should a claim arise during the course of construction, the CM will assist the City in determining liability, establishing cause, calculating damage, and effecting a settlement where possible by: Evaluating the adequacy of plans and specifications, comparing actual performance to contractual requirements Clearly defining the issues and determining the responsible parties Collecting, organizing, and evaluating factual information Performing scheduling analysis to determine extent of delay utilizing the approved Critical Path Method (CPM) schedule, frag-nets and periodic updates Determining the excusable or compensable delays Evaluating actions taken to mitigate damages Reviewing cost estimates Performing audits to determine actual costs Maintaining records to allow for the compiling of appeal files Participating in negotiations with the claimant

14 Move-In Phase - If required, the CM shall assist the Library Department staff with the relocation from the existing facility to the new facility once completed. 3.2 Terms of Performance A Notice to Proceed will be issued to the successful Proposer subject to successful conclusion of contract award. The City reserves the right to modify the composition of and the scope of services of this project. The services are subject to performance and termination sections described in the Pro Forma Agreement in Attachment B. This contract will be for a period not to exceed 24 months. The execution of an Agreement between the City and successful firm/individual does not guarantee work throughout the duration of the contract period. Numerous factors will be evaluated by the City in its delivery of project and program assignments. The selection of a consultant to perform specific assignments will be dependent on the technical expertise required, and the competitiveness of each proposal. IV. PRE-PROPOSAL CONFERENCE/QUESTIONS The City will not be conducting a pre-proposal conference as part of this RFP process. Questions regarding the RFP can be sent to Grissel Chavez, at gchavez@cityofsignalhill.org or at (562) by 5:00 p.m. September 7, Questions concerning information already contained in this RFP will be answered in writing. Questions requiring clarification or additional information will be addressed in an addendum to this RFP. The City will response to all questions and requests for clarification received by September 7, All return correspondences with proposers, questions and answers, will be communicated to all other proposers. Page 12 of 17

15 V. PROJECT SCHEDULE The following dates reflect the anticipated schedule for soliciting proposals and selecting the Consultant, awarding the contract, and completing the work requested in this RFP: Construction Management Contract Milestone Dates Solicit Proposals For Construction Management Services 8/24/2016 Construction Management Proposals Due 9/19/2016 at 4:00 PM Conduct Consultant Selection Interviews 09/27/2016 Award of Construction Management Contract 10/11/2016 Issue Construction Management Contract Notice to Proceed 11/01/2016 It is the responsibility of the Consultant to take into account the deadlines and other schedule requirements listed above. The Consultant shall prepare and submit with the Proposal a schedule showing how they intend to meet these dates. It is the City s intent to use the schedule submitted by the Consultant to administer the Consultant s contract. If the Consultant is not able to meet the dates as stated above, exceptions must be clearly noted in the Proposal. VI. SUBMITTAL REQUIREMENTS A. Acceptance of Submittals The City will accept Proposals up until 4:00 PM September 19, The Proposal shall be submitted to: Grissel Chavez Deputy Public Works Director 2175 Cherry Avenue Signal Hill, California Please submit one (1) original and four (4) copies of the Consultant s Proposal. Proposals received after the date and time listed above will not be accepted or considered for this Project. B. Information to be Submitted Proposals shall be limited to 25 pages, excluding proposal cover, cover letter, table of contents, and dividers. The following information shall be provided in the format specified below. o Cover Letter o Work Plan o work Schedule o Organization Chart/Staffing Plan Page 13 of 17 o Company Qualification o References o Insurance Requirements o Sealed Fee Proposal

16 Cover Letter: Cover letter shall not exceed two pages. It shall provide an executive summary of the Proposal. Table of Contents: The table of contents shall list the following sections with page numbers and information in each section shall be provided as indicated below. Work Plan: Provide a description of your firm s understanding of the project and a detailed scope of services. Indicate your firm s approach to the project for ensuring quality and fiscal responsibility, and to complete the work in compliance with contract documents, City s standards, all applicable rules, regulations, standards, and requirements. Work Schedule and Proposed Effort: Provide a project work schedule with milestone dates and appropriate work phases including a breakdown of the hourly effort of involved personnel across the various tasks and activities including services beginning at the preconstruction phase and extending throughout post-construction. Staffing Plan: Provide an organizational chart showing the names and responsibilities of key personnel. Identify the individual(s) authorized to negotiate the contract on behalf of the consulting firm and the consultant s project manager. The proposed Project Resident Engineer shall be a professional engineer licensed in California, or certified Construction Manager, and shall have experience working with Public Agencies in similar assignments. It is important that the key project team members have served public agencies in various capacities, and are accustomed to working with governmental agencies, and have good understanding of public agencies, procedures, and policies. The City is looking for a qualified team that can provide turn-key services, and be the single Point of Contact and the Responsible Party representing the City in all aspects of the project. Company Qualifications: Provide a summary of your firm s qualifications, including background and experience. Please indicate your firm s experience in undertaking similar projects and the experience of the team proposed for this project. References: Contractors should provide a minimum of five (5) references from similar projects performed for state and/or large local government clients within the last three years. Information provided shall include: Client name; Project description; Project dates (starting and ending); Technical environment; Staff assigned to reference engagement that will be designated for work per this RFP; and Client project manager name and telephone number. Page 14 of 17

17 Insurance Requirements: The consultants shall review the City s attached sample contract agreement and insurance requirements. The Proposal shall specify that consultant will meet the insurance requirements and execute contract if selected. Sealed Fee Proposal: A sealed fee proposal shall be included separately, as part of the proposal submittal package. The fee proposal will be a not to exceed fee based on an hourly rate of personnel for each category of work. The hourly fee shall include all costs associated in providing all necessary services for individual work items. All sub-consultants and their associated fees must be clearly listed as well. Collectively, the fee shall include all aspects of the project. VII. INTERVIEW Top ranked consultant teams will be interviewed by the Selection Committee. Proposed key personnel (up to four) from the Project Team may be requested to present the teams and their qualifications at an interview. The interview format will consist of a 10 minute presentation given by the consultant (PowerPoint optional) followed by a 30 minute round table discussion (questions and answers led by the panel). VIII. SELECTION PROCESS A selection committee will review the Proposals and consider the following factors to select the most qualified firm: Criteria: Point Value: Proposal Responsiveness 5 Demonstrated understanding of the project requirements, including identification of critical elements and key issues 25 CM Team s Technical Expertise and Experience related to similar kinds of work 30 Firm s Financial Responsibility 10 Results of reference checks. Reference checks will only be conducted for a short list of firms or the top rated firm 15 Approach to Document Handling 15 After evaluation of the Proposals, the Selection Committee (Committee) shall rank the firms. The Selection Committee will then interview the top ranked firms, and select the top firm. The Committee shall begin negotiating a contract with the top firm by opening the sealed fee proposal submitted by the firm. If the Committee and the firm fail to reach an agreement, the City will then begin negotiating with the second ranked firm by first opening the sealed fee proposal submitted by that firm. This process will continue until the Committee is able to reach a mutually agreeable Page 15 of 17

18 Page 16 of 17 scope, cost, and schedule. This will serve as a basis to make a recommendation for ratification to the City Council. IX. GENERAL CONDITIONS A. Signature The Proposal shall be signed by an individual authorized to bind the Consultant. B. Other Considerations The City shall not be liable for any pre-contractual expenses incurred by any firm considering submitting a proposal in response to this RFP. The City reserves the right to accept or reject any and all proposals, or any part of, or waive any informalities or irregularities. The City reserves the right to withdraw, to cancel this RFP at any time without prior notice and the City makes no representations that any contract will be awarded to any firm responding this RFP. C. Business License Required The Signal Hill Municipal Code requires all businesses operating in the City to pay a business license tax. For more information, go to D. Prevailing Wage All work performed in connection with execution of this contract work shall be performed in compliance with all applicable laws, ordinances, rules and regulations of federal, state, county or municipal governments or agencies (including, without limitation, all applicable federal and state labor standards, including the prevailing wage provisions of sections 1770 et seq. of the California Labor Code), and (b) all directions, rules and regulations of any fire marshal, health officer, building inspector, or other officer of every governmental agency now having or hereafter acquiring jurisdiction. The Consultant shall indemnify, defend and hold the City harmless from any and all claims, causes of action and liabilities based upon or arising from the failure of any work related to the Project to comply with all such applicable legal requirements, including, without limitation, any such claims, causes of action or liabilities that may be asserted against or incurred by City with respect to or in any way arising from the Project s compliance with or failure to comply with applicable laws, including all applicable federal and state labor requirements including, without limitation, the requirements of California Labor Code section 1770 et seq. Consultant agrees that all public work (as defined in California Labor Code section (1720) performed pursuant to this Agreement (the Public Work ), if any, shall comply with the requirements of California Labor Code sections 1770 et seq. City makes no representation or statement that the project or any portion thereof, is or is not a public work as defined in California Labor Code section In all bid specifications, contracts and subcontracts for any such Public Work, Consultant shall obtain the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work in this locality for each craft, classification or type of worker needed to perform the Public Work, and shall include such rates in the bid specifications, contract or

19 subcontract. Such bid specifications, contract or subcontract must contain the following provision: It shall be mandatory for the consultant to pay not less than the said prevailing rate of wages to all workers employed by the contractor in the execution of this contract. The consultant expressly agrees to comply with the penalty provisions of California Labor Code section 1775 and the payroll record keeping requirements of California Labor Code section Enclosures: Sample Agreement Page 17 of 17

ARTICLE 8: BASIC SERVICES

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

More information

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

DOCUMENT SCHEDULING OF WORK PART 1 GENERAL 1.1 RELATED DOCUMENTS AND PROVISIONS

DOCUMENT SCHEDULING OF WORK PART 1 GENERAL 1.1 RELATED DOCUMENTS AND PROVISIONS DOCUMENT 01 32 13 PART 1 GENERAL 1.1 RELATED DOCUMENTS AND PROVISIONS All Contract Documents should be reviewed for applicable provisions related to the provisions in this document, including without limitation:

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 PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER. New Combined Court Facility In Montezuma County

REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER. New Combined Court Facility In Montezuma County REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER New Combined Court Facility In Montezuma County 12/11/2015 Prepared by: Montezuma County 109 W. Main, Room 302 Cortez, CO 81321 Melissa

More information

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

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

More information

Professional Auditing Services

Professional Auditing Services Professional Auditing Services Request for Proposal Proposals will be received until the hour of 5:00 o'clock PM, March 14, 2018 City of Manteca Finance Department 1001 W Center St. Manteca, CA 95337 CITY

More information

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

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

More information

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

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

More information

REQUEST FOR 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

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

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

More information

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

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

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

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

SECTION GENERAL CONTRACTOR/CONSTRUCTION MANAGER (GC/CM) AGREEMENT TABLE OF CONTENTS ARTICLE 1 DEFINITIONS... 2

SECTION GENERAL CONTRACTOR/CONSTRUCTION MANAGER (GC/CM) AGREEMENT TABLE OF CONTENTS ARTICLE 1 DEFINITIONS... 2 SECTION 00 50 00 GENERAL CONTRACTOR/CONSTRUCTION MANAGER (GC/CM) AGREEMENT TABLE OF CONTENTS ARTICLE 1 DEFINITIONS... 2 ARTICLE 2 THE CONTRACT DOCUMENTS... 3 ARTICLE 3 WORK OF THIS CONTRACT... 4 ARTICLE

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR AUDIT SERVICES FOR THE COLQUITT COUNTY BOARD OF COMMISSIONERS COLQUITT COUNTY, GEORGIA June 6, 2017 TABLE OF CONTENTS 1. 0 INTRODUCTION 1.1 Purpose for Request for Proposal (RFP)

More information

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

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

More information

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

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

More information

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH 1. GENERAL The City of Folly Beach, South Carolina (City) requests proposals from qualified engineering firms for a Water System

More information

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: Fayetteville School District Business Office ATTN: Lisa Morstad 1000 W, Stone Street Fayetteville, AR 72701 THIS IS NOT A COMPETITIVE BID. The request

More information

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR

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

More information

Request for 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

CITY OF ESCONDIDO REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FOR FISCAL YEARS THROUGH REQUEST FOR PROPOSAL #16-03

CITY OF ESCONDIDO REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FOR FISCAL YEARS THROUGH REQUEST FOR PROPOSAL #16-03 CITY OF ESCONDIDO REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FOR FISCAL YEARS 2015-2016 THROUGH 2019-2020 REQUEST FOR PROPOSAL #16-03 201 North Broadway Escondido, CA 92025-2798 TABLE OF

More information

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Contractor Address Address City, Zip Work Phone Number: Cell Phone Number:

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

PROJECT TITLE PROJECT NO: CONTRACT TITLE UNIVERSITY OF CALIFORNIA, DAVIS CITY, CALIFORNIA

PROJECT TITLE PROJECT NO: CONTRACT TITLE UNIVERSITY OF CALIFORNIA, DAVIS CITY, CALIFORNIA This section is used for projects over $1,000,000 use other section if less than $1M SECTION 01 32 00 CONSTRUCTION PROGRESS DOCUMENTATION PART 1 - GENERAL 1.1 SCOPE A. Preliminary Contract Schedule, Contract

More information

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

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

More information

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

WEXFORD COUNTY REQUEST FOR PROPOSALS

WEXFORD COUNTY REQUEST FOR PROPOSALS WEXFORD COUNTY REQUEST FOR PROPOSALS Central Dispatch 911 Center Architectural Services ISSUED BY: WEXFORD COUNTY BOARD OF COMMISSIONERS Date: September 28, 2018 Project Representative: Elaine Richardson

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

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

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

More information

REQUEST FOR PROPOSAL. Architectural and Space Planning Services

REQUEST FOR PROPOSAL. Architectural and Space Planning Services COLORADO HOUSING AND FINANCE AUTHORITY REQUEST FOR PROPOSAL (RFP) COLORADO HOUSING AND FINANCE AUTHORITY 1981 BLAKE STREET DENVER, CO 80202 REQUEST FOR PROPOSAL Architectural and Space Planning Services

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS REQUEST FOR QUALIFICATIONS The Lorain County Board of Commissioners is seeking proposals from qualified interested parties to serve as CONSTRUCTION MANAGER for the review of bidding documents, contract

More information

CITY OF BARTLESVILLE. Notice to Bidders. AUDIT SERVICE CONTRACT Request for Proposal (RFP)

CITY OF BARTLESVILLE. Notice to Bidders. AUDIT SERVICE CONTRACT Request for Proposal (RFP) CITY OF BARTLESVILLE Notice to Bidders AUDIT SERVICE CONTRACT Request for Proposal (RFP) The City of Bartlesville will be accepting sealed Proposals for the purpose of obtaining a qualified Certified Public

More information

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

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

More information

Request for Proposal For Design Engineering Services. Northwest Lansing Relief Sewer Project

Request for Proposal For Design Engineering Services. Northwest Lansing Relief Sewer Project Request for Proposal For Design Engineering Services City of Lansing, Kansas Wastewater Utility Department 800 First Terrace Lansing, Kansas 66043 February 14, 2018 Page 1 of 14 A. INTRODUCTION The City

More information

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

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

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

More information

Standard Form of Agreement Between Owner and Architect for a Federally Funded or Federally Insured Project

Standard Form of Agreement Between Owner and Architect for a Federally Funded or Federally Insured Project Document B108 2009 Standard Form of Agreement Between Owner and Architect for a Federally Funded or Federally Insured Project AGREEMENT made as of the in the year (In words, indicate day, month and year.)

More information

REQUEST FOR PROPOSALS FOR CITY OF LAGUNA BEACH

REQUEST FOR PROPOSALS FOR CITY OF LAGUNA BEACH REQUEST FOR PROPOSALS FOR CITY OF LAGUNA BEACH Cost Study for Citywide Undergrounding, Laguna Canyon Road and El Toro Road Undergrounding, & Electric Utility Distribution System Acquisition June 3, 2016

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS 702 KAR 4:160 KENTUCKY DEPARTMENT OF EDUCATION REQUEST FOR PROPOSALS for CONSTRUCTION MANAGEMENT SERVICES School District: Project: Boyle County Boyle County Middle School RFP Date: June 20 30, 2016 CONTENTS

More information

City of Beverly Hills Beverly Hills, CA

City of Beverly Hills Beverly Hills, CA City of Beverly Hills Beverly Hills, CA REQUEST FOR PROPOSAL For Professional Services for Conducting a Department Needs Assessment and Developing a Grant Funding Strategy to Support City Priority Projects

More information

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS REQUEST FOR PROPOSAL No. 2018-621 RESIDENTIAL CURBSIDE TEXTILE RECYCLING SERVICE The City of Conroe is seeking proposals from qualified firms

More information

REQUEST FOR PROPOSALS (RFP) FOR. City of Signal Hill. SCE Street Light Purchase and LED Conversion. Analysis

REQUEST FOR PROPOSALS (RFP) FOR. City of Signal Hill. SCE Street Light Purchase and LED Conversion. Analysis Attachment A REQUEST FOR PROPOSALS (RFP) FOR City of Signal Hill SCE Street Light Purchase and LED Conversion Analysis Proposals Due: November 7, 2016, 4:00 PM Table of Contents I. OBJECTIVE II. PROJECT

More information

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor)

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor) OREGON STATE UNIVERSITY CM/GC CONTRACT (Construction Manager/General Contractor) THE CONTRACT IS BETWEEN: OWNER: Oregon State University And CONSTRUCTION MANAGER/ GENERAL CONTRACTOR (referred to as Contractor

More information

REQUEST FOR PROPOSAL RFP #14-03

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

More information

N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP)

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

More information

Consulting Services - Cable Television System Franchise Renewal CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632

Consulting Services - Cable Television System Franchise Renewal CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632 REQUEST FOR PROPOSAL Consulting Services - Cable Television System Franchise Renewal ISSUE DATE: October 1, 2014 CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632 CLOSING

More information

Union County. Request for Proposals # Employee Survey Services

Union County. Request for Proposals # Employee Survey Services Union County Request for Proposals # 2015-030 Employee Survey Services Due Date: April 9, 2015 Time: 2:00pm Receipt Location: Government Center, 500 N. Main Street, Administrative Services, Procurement

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

Request for Proposal. Marina Coast Water District

Request for Proposal. Marina Coast Water District Request for Proposal Marina Coast Water District The Marina Coast Water District wishes to contract for District general legal counsel Proposals due by 5:00pm April 30, 2015 Proposals should be sent electronically

More information

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

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

More information

REQUEST FOR QUALIFICATIONS DEADLINE: OCTOBER 19, :00 PM PT

REQUEST FOR QUALIFICATIONS DEADLINE: OCTOBER 19, :00 PM PT Roseburg Public Schools Purchasing Department 1419 NW Valley View Drive Roseburg OR 97471 1798 Phone 541 440 4020 Fax 541 440 4000 REQUEST FOR QUALIFICATIONS RFQ Number and Name: 17 653 PROJECT MANAGEMENT

More information

Botetourt County Public Schools

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

More information

Construction Management-at-Risk Agreement

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

More information

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Contractor City, Zip Work Phone Number: Cell Phone Number: Fax Number: Email

More information

CITY OF LOS ANGELES REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SERVICES

CITY OF LOS ANGELES REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SERVICES CITY OF LOS ANGELES REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SERVICES MAY 31, 2017 1 I. INTRODUCTION AND BACKGROUND 1. Invitation The City of Los Angeles is seeking qualified consultants to

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

SEALED BID REQUEST FOR PROPOSAL CLERK-OF-THE-WORKS STRUCTURAL REINFORCEMENTS CENTRAL SERVICES BUILDING, MIDDLESEX, VT

SEALED BID REQUEST FOR PROPOSAL CLERK-OF-THE-WORKS STRUCTURAL REINFORCEMENTS CENTRAL SERVICES BUILDING, MIDDLESEX, VT Department of Buildings and General Services Office of Purchasing & Contracting 109 State Street [phone] 802-828-2211 Montpelier VT05609-3001 [fax] 802-828-2222 http://bgs.vermont.gov/purchasing Agency

More information

REQUEST FOR PROPOSALS MICHIGAN ECONOMIC DEVELOPMENT CORPORATION TRANSFORMATIONAL BROWNFIELD REDEVELOPMENT PROJECTS RFP-CASE

REQUEST FOR PROPOSALS MICHIGAN ECONOMIC DEVELOPMENT CORPORATION TRANSFORMATIONAL BROWNFIELD REDEVELOPMENT PROJECTS RFP-CASE REQUEST FOR PROPOSALS MICHIGAN ECONOMIC DEVELOPMENT CORPORATION TRANSFORMATIONAL BROWNFIELD REDEVELOPMENT PROJECTS RFP-CASE-211899 i REMINDER Please check your proposal to make sure you have included all

More information

ORANGE COUNTY EMPLOYEES RETIREMENT SYSTEM MEMORANDUM

ORANGE COUNTY EMPLOYEES RETIREMENT SYSTEM MEMORANDUM ORANGE COUNTY EMPLOYEES RETIREMENT SYSTEM MEMORANDUM DATE: October 9, 2014 TO: Board of Retirement FROM: Robert Valer SUBJECT: RFP for Fiduciary Counsel Recommendation: Authorize distribution of a Request

More information

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP REQUEST FOR PROPOSALS FOR PROFESSIONAL CONSULTING SERVICES RFP 252018 Town of Scarborough P.O. Box 360 259 U.S. Route One Scarborough, Maine 04070-0360 Released on April 12, 2018 Proposals Due on May 7,

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

DIVISION 1 GENERAL REQUIREMENTS SECTION MODIFICATION PROCEDURES AND PRICING OF CHANGED WORK

DIVISION 1 GENERAL REQUIREMENTS SECTION MODIFICATION PROCEDURES AND PRICING OF CHANGED WORK DIVISION 1 GENERAL REQUIREMENTS SECTION 01 2600 MODIFICATION PROCEDURES AND PRICING OF CHANGED WORK PART 1 GENERAL 1.01 SUMMARY A. Section includes requirements that supplement the paragraphs of Document

More information

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

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

More information

RSU # 78 RFP # 1 BASELINE ASSESSMENT OF FACILITY

RSU # 78 RFP # 1 BASELINE ASSESSMENT OF FACILITY RSU # 78 RFP # 1 BASELINE ASSESSMENT OF FACILITY RFP Coordinator: Brian Foster, Superintendent Tel: (207) 864-3312 e-mail: bfoster@rangeleyschool.org Fax: _(207) 864-2451 From the time this RFP is issued

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS ARCHITECTURAL/ENGINEERING SERVICES Proposals Due by: Tuesday, April 5, 2016 at 10:00 AM Secaucus Housing Authority 700 County Avenue Secaucus, New Jersey 07094 201 867-2957 www.secaucusha.org

More information

QUARTZ HILL WATER DISTRICT REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

QUARTZ HILL WATER DISTRICT REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES QUARTZ HILL WATER DISTRICT REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES 1 QUARTZ HILL WATER DISTRICT REQUEST FOR PROPOSAL PROFESSIONAL AUDITING SERVICES JANUARY 7, 2019 I. INTRODUCTION: A.

More information

CITY OF PETALUMA REQUEST FOR PROPOSALS

CITY OF PETALUMA REQUEST FOR PROPOSALS CITY OF PETALUMA S 1) OVERHEAD COST ALLOCATION PLAN AND OMB CIRCULAR A-87 PLAN 2) USER FEE STUDY 3) CIP ADMINISTRATIVE RATE AND WORK ORDER RATE ANALYSIS 4) PREPARATION OF HOURLY OVERHEAD RATES 5) INTERNAL

More information

Jefferson. Street) V. Wood. their interest in that alter any. specification or o

Jefferson. Street) V. Wood. their interest in that alter any. specification or o REQUEST FOR QUALIFICA ATIONS (RFQ/P) FOR AN A/E CONSULTANT Lewis Palmer School District #38 PO Box 40 (146 Jefferson Street) Monument CO 80132 PROPOSAL DUE DATE/DELIVERY REQUIREMENTS 4:00 PM March 21,,

More information

Document A133 TM. AGREEMENT made as of the day of in the year 20 (In words, indicate day, month and year.)

Document A133 TM. AGREEMENT made as of the day of in the year 20 (In words, indicate day, month and year.) Document A133 TM 2009 Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price AGREEMENT

More information

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

REQUEST FOR BID PROPOSALS

REQUEST FOR BID PROPOSALS REQUEST FOR BID PROPOSALS FOR EASTERN OREGON TRADE AND EVENT CENTER PROJECT BID ISSUANCE #8 LANDSCAPING AND IRRIGATION Hermiston, Oregon February 12, 2016 Eastern Oregon Trade and Event Center BID ISSUANCE

More information

CITY OF DUNDAS, MINNESOTA CITY ENGINEER REQUEST FOR PROPOSALS (RFP)

CITY OF DUNDAS, MINNESOTA CITY ENGINEER REQUEST FOR PROPOSALS (RFP) CITY OF DUNDAS, MINNESOTA CITY ENGINEER REQUEST FOR PROPOSALS (RFP) The is requesting written proposals from professional engineering firms to provide consulting services as a City Engineer. The City expects

More information

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES PROPOSALS MUST BE SUBMITTED BY 4:00 PM DECEMBER 29, 2016 TO: MR. TONY LENTYCH EXECUTIVE DIRECTOR TRAVERSE CITY

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

PROJECT AND CONSTRUCTION MANAGEMENT SERVICES FOR THE FIRST 5 LA FACILITY RENOVATION PROJECT REQUEST FOR PROPOSALS (RFP)

PROJECT AND CONSTRUCTION MANAGEMENT SERVICES FOR THE FIRST 5 LA FACILITY RENOVATION PROJECT REQUEST FOR PROPOSALS (RFP) PROJECT AND CONSTRUCTION MANAGEMENT SERVICES FOR THE FIRST 5 LA FACILITY RENOVATION PROJECT REQUEST FOR PROPOSALS (RFP) Los Angeles County Children and Families First Proposition 10 Commission (aka First

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

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-1 (2004 Edition)

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-1 (2004 Edition) THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-1 (2004 Edition) Standard Form of Agreement Between Owner and Construction Manager (Construction Manager At-Risk) This document

More information

SBCTA REQUEST FOR PROPOSALS (RFP) FOR CONSTRUCTION MANAGEMENT SERVICES STATE ROUTE 60/ARCHIBALD AVENUE INTERCHANGE IMPROVEMENT PROJECT

SBCTA REQUEST FOR PROPOSALS (RFP) FOR CONSTRUCTION MANAGEMENT SERVICES STATE ROUTE 60/ARCHIBALD AVENUE INTERCHANGE IMPROVEMENT PROJECT SBCTA REQUEST FOR PROPOSALS (RFP) 18-1001876 FOR CONSTRUCTION MANAGEMENT SERVICES STATE ROUTE 60/ARCHIBALD AVENUE INTERCHANGE IMPROVEMENT PROJECT KEY RFP DATES RFP Issue Date: April 11, 2018 Pre-Proposal

More information

REQUEST FOR PROPOSALS FOR FACILITY DESIGN SERVICES: CITY HALL & COUNCIL CHAMBERS RENOVATION & ADA COMPLIANCE PROJECT

REQUEST FOR PROPOSALS FOR FACILITY DESIGN SERVICES: CITY HALL & COUNCIL CHAMBERS RENOVATION & ADA COMPLIANCE PROJECT REQUEST FOR PROPOSALS FOR FACLTY DESGN SERVCES: CTY HALL & COUNCL CHAMBERS RENOVATON & ADA COMPLANCE PROJECT Proposals must be received no later than 2:00 p.m. Friday September 4 2015 Questions with regard

More information

REQUEST FOR PROPOSAL For PROFESSIONAL SERVICES. Water & Stormwater Utility Rate Analyses

REQUEST FOR PROPOSAL For PROFESSIONAL SERVICES. Water & Stormwater Utility Rate Analyses REQUEST FOR PROPOSAL For PROFESSIONAL SERVICES Water & Stormwater Utility Rate Analyses 1. INTRODUCTION The intent of this REQUEST FOR PROPOSAL is to obtain a qualified person, firm, or corporation, hereafter

More information

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017 REQUEST FOR PROPOSALS for SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017 City of Culver City FINANCE DEPARTMENT 9770 Culver Boulevard Culver City, CA 90232-0507 PROPOSAL DUE: January

More information

AGREEMENT BETWEEN THE BOARD OF REGENTS OF THE TEXAS A&M UNIVERSITY SYSTEM AND SPAWGLASS CONSTRUCTION CORP., CONSTRUCTION MANAGER-AT-RISK

AGREEMENT BETWEEN THE BOARD OF REGENTS OF THE TEXAS A&M UNIVERSITY SYSTEM AND SPAWGLASS CONSTRUCTION CORP., CONSTRUCTION MANAGER-AT-RISK AGREEMENT BETWEEN THE BOARD OF REGENTS OF THE TEXAS A&M UNIVERSITY SYSTEM AND SPAWGLASS CONSTRUCTION CORP., CONSTRUCTION MANAGER-AT-RISK 1 ARTICLE 1 SCOPE OF WORK 2 DEFINITIONS TABLE OF CONTENTS 3 CONTRACTOR

More information

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

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

More information

REQUEST FOR 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

RFP for Auditing Service Town of Belmont 1

RFP for Auditing Service Town of Belmont 1 TOWN OF BELMONT, NEW HAMPSHIRE REQUEST FOR PROPOSAL FINANCIAL AND COMPLIANCE AUDIT INTRODUCTION The Town of Belmont invites qualified independent certified public accounting firms to submit proposals for

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

Request for Proposal for Construction Manager-at Risk Responses Due: 3:00 p.m. Thursday, September 10, 2015

Request for Proposal for Construction Manager-at Risk Responses Due: 3:00 p.m. Thursday, September 10, 2015 Request for Proposal for Construction Manager-at Risk Responses Due: 3:00 p.m. Thursday, September 10, 2015 The Housing Authority of the Town of Glastonbury (the GHA ) is seeking a qualified firm to serve

More information

Table of Contents. Attachments:

Table of Contents. Attachments: Request for Proposals Small Landlord Loan Program August 30, 2018 Table of Contents Table of Contents 1 Application Process 2 Project Description 4 Proposal Submission Requirements 8 Evaluation & Selection

More information

VIRGINIA DEPARTMENT OF TRANSPORATION SPECIAL PROVISION FOR CPM PROGRESS SCHEDULE FOR CATEGORY IV PROJECTS

VIRGINIA DEPARTMENT OF TRANSPORATION SPECIAL PROVISION FOR CPM PROGRESS SCHEDULE FOR CATEGORY IV PROJECTS S108D00-0911 VIRGINIA DEPARTMENT OF TRANSPORATION SPECIAL PROVISION FOR CPM PROGRESS SCHEDULE FOR CATEGORY IV PROJECTS March 1, 2011 Section 103.06(e) Progress Schedule of the Specifications is deleted

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

PART 3. Lump Sum Design-Build Agreement Between Department and Design-Builder

PART 3. Lump Sum Design-Build Agreement Between Department and Design-Builder PART 3 Lump Sum Design-Build Agreement Between Department and Design-Builder This AGREEMENT is made as of the day of in the year of, by and between the following parties, for services in connection with

More information

CAPITOL REGION PURCHASING COUNCIL REQUEST FOR PROPOSAL (RFP) FOR E-PROCUREMENT SYSTEM. Issue Date: January 14, 2019

CAPITOL REGION PURCHASING COUNCIL REQUEST FOR PROPOSAL (RFP) FOR E-PROCUREMENT SYSTEM. Issue Date: January 14, 2019 CAPITOL REGION PURCHASING COUNCIL REQUEST FOR PROPOSAL (RFP) FOR E-PROCUREMENT SYSTEM Issue Date: January 14, 2019 Deadline for Questions: January 30, 2019 Response Date/Time: February 20, 2019 (2:00 p.m.

More information

UTILITIES INTERNAL POLICIES AND PROCEDURES MANUAL

UTILITIES INTERNAL POLICIES AND PROCEDURES MANUAL UTILITIES INTERNAL POLICIES AND PROCEDURES MANUAL Arkansas State Highway and Transportation Department Right of Way Division September 2011 Table of Contents 1.00 GENERAL... 1 1.01 ORGANIZATION... 1 1.02

More information

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

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

More information

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) E-RATE YEAR 15 (2012/2013) RFP 6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) Anderson Union School District Anderson Union High School District (AUHSD) is seeking proposals for the upcoming Year

More information

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR SECTION 109 MEASUREMENT AND PAYMENT

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR SECTION 109 MEASUREMENT AND PAYMENT SECTION 102.01 PREQUALIFICATION OF BIDDERS of the Specifications is amended as follows: The eighth paragraph is replaced by the following: When the Contractor's actual progress is more than 10 percent

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER-AT-RISK

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER-AT-RISK AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER-AT-RISK MD ANDERSON AGREEMENT No. This Agreement is made as of, 2015 (the Effective Date ), by and between The Owner: The University of Texas M. D. Anderson

More information

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California April 27, 2017 Subject: Request for Proposals Engineering Design Services and Construction Management for the Sewer Lining Project on Cypress, Essexfells, Vega, and Florentina. The City of Alhambra is

More information