CITY OF AZLE REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT RISK NEW JOINT CITY HALL & POLICE ADMINISTRATION & JAIL FACILITY
|
|
- Reginald Nichols
- 5 years ago
- Views:
Transcription
1 CITY OF AZLE REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT RISK NEW JOINT CITY HALL & POLICE ADMINISTRATION & JAIL FACILITY The City of Azle will accept Request for Qualifications for Construction Manager at Risk services for a new Joint Facility until 10:00 A.M. CDT on April 4, Qualifications shall be delivered to: City of Azle Randy Ramirez, Purchasing Agent 613 SE Parkway Azle, Texas Qualification packets shall be plainly marked on outside of envelope as follows: CONSTRUCTION MANAGER AT RISK FOR: NEW JOINT CITY HALL & POLICE ADMINISTRATION & JAIL FACILITY ATTENTION: Randy Ramirez, Purchasing Agent DO NOT OPEN UNTIL: 10:00 A.M. CDT ON April 4, 2017 Any qualification packets received later than the specified time, whether delivered in person or by mail, shall be disqualified and remain unopened. The City of Azle reserves the right to waive any informality and to reject any or all qualifications/proposals. The Construction Manager, selected in a two-step process, will provide construction services at a contracted fee. The project to be constructed is a new JOINT CITY HALL & POLICE ADMINISTRATION & JAIL FACILITY located in the City of Azle on a city owned site. See Exhibit A located at the end of this RFQ. PROJECT, SCOPE OF WORK AND ANTICIPATED SCHEDULE: The following project narratives are to assist you in responding to the Request for Qualifications.
2 The project is described as follows: The proposed project will be located on City owned property of 13.8 acres on Main St- See Exhibit A. The new joint facility is approximately 28,000 square feet and will include City offices, Council Chambers, and Police Administration (including detention and communications facilities).the new joint facility will also include the typical paving, utilities, and landscaping. The City of Azle will be incorporating sustainable design practices and green/efficient systems into the project but will not seek a LEED rating. Anticipated Construction Start: February 1, 2018 The following describes the anticipated services expected during design and construction: Manage the Guaranteed Maximum Price (GPM) Documentation Establish budget by bid package for design phases Prepare sub-contractor bid or proposal packages Conduct pre-bid meetings Receive bids Conduct award of contracts/purchase orders Provide coordination and management of sub-contractors Summarize monthly reports Provide change order and contingency funds control Establish a quality management program Provide for job safety functions Provide accounting functions Provide jobsite security functions Provide post construction services Review design documents for constructability and make recommendations to improve building performance, schedule and/or project cost Provide value engineering and management of construction schedule Attend pre-construction meeting with City personnel CONSTRUCTION MANAGER SELECTION SCHEDULE Request for sealed qualifications First advertisement March 22, 2017 Request for sealed qualifications Second advertisement March 29, 2017 Step 1- Receive sealed qualifications April 4, 2017
3 Review qualifications April 5, 2017 Announce short list for Step 2 April 6, 2017 Step 2- Receive additional information from short listed firms April 6, 2017 Optional interviews- Specific dates and times to be determined if needed TBD Recommendation to City Council April 18, 2017 REQUEST FOR QUALIFICATIONS: Pursuant to the provisions of the Chapter 271, subsection of the Local Government Code, it is the intention of the City of Azle to select a Construction Manager at Risk in a two-step process for the construction of a new joint facility. Sealed submittals are to include the information requested in this package in the sequence and format prescribed. In addition to and separate from the requested information, submitting organizations may provide supplementary materials further describing their capabilities and experience (under separate cover). Selected short list proposers may be requested to submit additional information indicating fees. Five (5) copies are to be submitted to: City of Azle Randy Ramirez, Purchasing Agent 613 SE Parkway Azle, Texas No later than: 10:00 A.M.CDT on April 4, 2017 Immediately thereafter, the City will review the information. Queries about the project should be addressed to: Steve Gill, sgill@gsbsarchitects.com REQUEST FOR QUALIFICATIONS QUESTIONNAIRE: Please provide the following information in the sequence and format prescribed by this questionnaire. Supplemental materials providing additional information may be included
4 under separate cover attached, but the information requested below is to be provided in this format. 1. FIRM INFORMATION 1.1 Name of firm 1.2 Address of Principal office 1.3 Phone 1.4 Fax 1.5 Form of Business Organization (Corporation, Partnership, Individual, etc.) 1.6 Year founded 1.7 Primary individual to contact 2. ORGANIZATION 2.1 How many years has your organization been in business in its current capacity? 2.2 How many years has your organization been in business under its present name? Under what other or former name(s) has your organization operated? 2.3 If your organization is a corporation, please provide date of incorporation, state of incorporation and list all officers of the corporation. 2.4 If your organization is a partnership, answer the following: date of organization, type of partnership (if applicable), and names of managing partner(s). 2.5 If your organization is individually owned, answer the following: date of organization, name of owner. 2.6 If the form of your organization is other than those listed above, describe it and name the principals. 2.7 Information of the individual that will be the lead on this project. 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business and indicate registration or license numbers, if applicable. 3.2 List jurisdictions in which your organization s partnership or trade name is filed. 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. Would you propose to do any work with your own forces or to bid all work to subcontractors? 4.2 List any subcontractors in which your organization has some ownership and list the categories of work those subcontractors normally perform.
5 4.3 Claims and suits (if the answer to any of the questions below is yes, please attach details) Has your organization ever failed to complete any work awarded to it? Are there any judgments, claims, arbitration proceedings or suits filed or outstanding against your organization or its officers for the last 5 years? Has your organization filed any lawsuits or requested arbitration with regards to construction contracts within the last 5 years? 4.4 Within the last 5 years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (if the answer is yes, please attach details). 4.5 Current work: List the major construction projects your organization has in progress (noting method of selection, i.e.: CM at Risk, Bid, Proposal or other), giving the name and location of project owner, architect, contract amount, percent complete, and scheduled completion date. 4.6 Work over last 5 years: List major projects (particularly public facilities) constructed by your firm. For each project, provide the name, nature of the project/function of the building, size of building (SF), location, cost, completion date, owner, architect, and method selection (i.e.: CM at Risk, Bid, Proposal or other). 5. FINANCIAL INFORMATION 5.1 Attach a financial statement, preferably audited, including your organization s latest balance sheet and income statement showing the following items: Current assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). Non-current assets (e.g., net fixed assets, other assets). Current liabilities (e.g., account payable, notes payable (current), accrued expenses, provisions for income taxes, advances, accrued salaries, and accrued payroll taxes). Non-current liabilities (e.g., notes payable). Capital accounts and retained earnings (e.g., capital, capital stock, authorized and outstanding shares par value, earned surplus, and retained earnings). 5.2 Name and address of firm preparing attached financial statement and date thereof. 5.3 Is the attached financial statement for the identical organization named under item 1 above? If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent, subsidiary).
6 5.4 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 5.5 Provide name, address, and phone number for bank reference. 6. INSURANCE AND BOND INFORMATION 6.1 Certificates of Insurance for both Liability and Worker s Compensation showing the City as an additional insured party will be required upon submission of the GMP. Minimum coverage to be actual cost of construction, approximately $11,400, Performance and Payment Bonds for 100% of the construction cost will be required upon submission of the GMP. 7. EXPERIENCE WITH CONCEPTS FOR WORKING AS A CONSTRUCTION MANAGER AT RISK 7.1 Describe your organization s concepts for working in a team relationship with the Owner and Architect during the design and construction of major projects. Describe your organization s methods for estimating costs, and for scheduling during the design/document phases. Describe how your company will benefit this project using Construction Manager at Risk. 7.2 Cost Estimates: Attach a sample conceptual cost estimate prepared during the design phase of the project and a sample of the final cost estimate/breakdown used to fix the contract amount for the construction of the same project. (The identity of the project may be concealed. The intent is to see the nature and format of the cost information provided). 7.3 Fees: Pre-construction phase service fee: Describe your organization s ideology as it pertains to the preconstruction phase fee, i.e., items and services to be included in the fee. Construction phase service fee: Describe your organization s ideology as it pertains to the construction phase fee, i.e., fixed fee, percentage fee, and particular items to be included and/or excluded from the fee. 7.4 Savings: Describe your organization s concept for the disposition of savings realized during construction. Is the full amount or a percentage thereof returned to the Owner? 7.5 Contingencies: Describe your organization s concept for cost contingencies during design? During construction? What is your organization s concept for the disposition of contingency funds after the completion of the project? Give a history of project cost based on bid cost versus final cost noting reasons
7 and amounts of change orders. What percentage contractor contingency do you carry with 100% construction documents? 7.6 Cost Information: Your firm would be required to make all cost information during design and construction available to owner and architect. Describe how this information would be furnished and how the owner and architect would be assured that it is complete and accurate. 8. SAFETY Provide information as pertains to your firm s accident frequency rate and modifier for the last five years. List any OSHA citations in the last five years. List any deaths that have occurred on your projects in the last five years. 9. SCHEDULES Provide samples of schedules that will be used to control various project phases. Give a history of your ability to deliver projects on time for the past 5 years. Describe methods employed to keep projects on schedule and methods of corrective action to overcome schedule deficiencies. 10. PAYMENT The City will authorize progress payments, only after City officials have personally inspected and signed the request for payment (invoice) from said Construction Manager at Risk. Upon completion of project, the (responsible City employee) may withhold a semi-final payment if there are any unsettled claims connected with this project. 11. REFERENCES For the projects listed above (re: item 4.6), identify a representative of the owner and a representative of the architect (provide name, phone/fax numbers) whom we could contact as references regarding your organization s services. Ideally, some of the references should be for municipal projects of comparable scope. 12. LOCAL PARTICIPATION Describe your organization s approach, willingness and track record of incorporating local (city and county) subcontractors and resources into a construction project.
8 CRITERIA FOR SELECTION: Per Chapter 271, subsection of the Local Government Code, the City of Crowley may consider the following in determining to whom to award the contract for Construction Manager at Risk services. a) The reputation of the vendor and of the vendor s goods or services; b) The relevant experience of the vendor; c) The quality of the vendor s services; d) Past performance of the vendor; e) The extent to which the services meet the City s needs; f) The vendor s past relationship with the City; g) Vendors safety record; h) Proposed personnel for the project; i) Vendors methodology for the project; j) The impact on the ability of the City to comply with laws and rules relating to historically under-utilized businesses; k) The total long-term cost to the City to acquire the vendor s goods or services; and l) Any other relevant factor that a private business entity would consider in selecting a vendor. The following criteria will be considered in selecting the Construction Manager. EXPERIENCE - (50% of scoring) a) The reputation of the vendor and of the vendor s services; b) The relevant experience of the vendor; c) The quality of the vendor s goods or services; d) Past performance of the vendor; and e) The vendor s past relationship with the City. How substantial is the firm s recent experience in the construction of projects of comparable size and complexity? How substantial is the firm s experience in providing construction services for municipal facilities of comparable size and complexity? Is the firm knowledgeable about or experienced in the North Texas construction market? How substantial is the firm s recent experience in providing pre-construction services for projects of comparable size and complexity within the projects designated budget compared to final GMP? CITY S NEEDS - (25% of scoring) f) The extent to which the goods or services meet the City s needs; g) Vendors methodology for the project; and
9 h) The impact on the ability of the City to comply with laws and rules relating to historically under-utilized businesses. Does the description provided by the firm of its pre-construction services evidence both understanding and capabilities of the process in general and as it applies to these projects for the municipality? Does the construction manager appear to have the capability to meet the City s schedule objectives? ORGANIZATION, LICENSING, FINANCIAL INFORMATION, PERSONNEL, REFERENCES, SAMPLE CONTACT (25% of scoring) i) Vendor s safety record; j) Proposed personnel for the project; and k) Any other relevant factor that a private business entity would consider in selecting a vendor. Does the vendor have a good safety record and active safety program? How long has the firm been in business providing the type of services sought by the City? Does the firm s organizational structure, licensing and financial information indicate that the firm is capable of undertaking these projects? Do the personnel proposed for the project appear to have the appropriate experience, capabilities? Did the reference list (both owners and architects) have a favorable experience with the organization? Would they work with them again? How comparable was their project to these projects? Is AIA Document A121/CMc-AGC Document 565, 2003 Edition acceptable as modified by the City? Workers' Compensation Insurance Coverage A. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity.
10 Persons providing services on the project ("subcontractor" in ) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity, which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section (44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) No later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons
11 providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section (44) for all of its employees providing services on the project, for the duration of the project; (2) Provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) Provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) Obtain from each other person with whom it contracts, and provide to the contractor: (a) A certificate of coverage, prior to the other person beginning work on the project; and (b) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) Retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of
12 the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a selfinsured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity.
13 EXHIBIT A
Request for Qualifications Construction Manager at Risk
Request for Qualifications Construction Manager at Risk The Guadalupe County Parking Garage Seguin, Guadalupe County, Texas No.: 09-5300.PG Guadalupe County - The Guadalupe County Parking Garage PROJECT
More informationREQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER-AT-RISK, TWO-STEP PROCESS
REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER-AT-RISK, TWO-STEP PROCESS GUADALUPE COUNTY EXISTING ROAD & BRIDGE SHOP RENOVATION 2605 N. Guadalupe St., Seguin, TX 78155 COUNTY WORK PROJECT RFQ NO. 2017-5302
More informationTexas Administrative Code
Texas Administrative Code TITLE 28 PART 2 CHAPTER 110 SUBCHAPTER B RULE 110.110 INSURANCE TEXAS WORKERS' COMPENSATION COMMISSION REQUIRED NOTICES OF COVERAGE EMPLOYER NOTICES Reporting Requirements for
More informationLIBERTY HILL INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK SERVICES
LIBERTY HILL INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK SERVICES Pursuant to the provisions of Texas Education Code 44.038, as amended, it is the intention
More informationGENERAL SPECIFICIATIONS TABLE OF CONTENTS
GENERAL SPECIFICIATIONS TABLE OF CONTENTS GS.1 CONTROL OF WORK 2 GS.2 CONTRACT DRAWINGS AND SPECIFICATIONS 2 GS.3 BID SCHEDULE FORM 2 GS.4 AWARD OF CONTRACT 2 GS.5 PERMITS AND RIGHTS-OF-WAY 3 GS.6 PROSECUTION
More informationCITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit
CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will
More informationJob No REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGEMENT SERVICES
CLEAR CREEK INDEPENDENT SCHOOL DISTRICT Job No. 2019.408 REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES (CM AT RISK) (TWO STEP PROCESS) CCISD 2017 BOND PROGRAM Step One Districtwide Security
More informationContractor s Qualification Statement
THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A305 Contractor s Qualification Statement 1986 EDITION This form is approved and recommended by The American Institute of Architects (AIA) and The Associated
More informationREQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER AT RISK SERVICES TWO STEP PROCESS
REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER AT RISK SERVICES TWO STEP PROCESS Construction of Decatur HS 2018 Additions and Renovations DECATUR HIGH SCHOOL February 20, 2018 Table of Contents Construction
More informationREQUEST FOR QUOTE (RFQ) MOWING SERVICES AND GROUNDS MAINTENANCE US 290 BUSINESS PARK
REQUEST FOR QUOTE (RFQ) MOWING SERVICES AND GROUNDS MAINTENANCE US 290 BUSINESS PARK Quote Due: Thursday August 30, 2012 10 A.M. QUOTE MAY BE DELIVERED TO: City of Brenham Purchasing Services 200 West
More informationContractor s Qualification Statement
THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A305 Contractor s Qualification Statement 1986 EDITION This form is approved and recommended by The American Institute of Architects (AIA) and The Associated
More informationRequest 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 informationADVERTISEMENT FOR BIDS
CITY OF NORTH KANSAS CITY, MO Department of Public Works 2010 Howell Street North Kansas City, Missouri 64116 Telephone: (816) 274-6004 ADVERTISEMENT FOR BIDS Sealed bids for: Construction of a New Parks
More informationDATE ISSUED: 10/20/ of 13 UPDATE 103 CV(LEGAL)-P
Note: For information on procuring goods and services under Education Code Chapter 44, see CH. Board Authority Delegation of Authority Contracts Valued at or Above $50,000 A district may adopt rules as
More information2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017
2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION PART A 2018 Instructions; Appeals Process PART B 2018 Questionnaire PART C 2018 Questionnaire Scoring PART
More informationPREQUALIFICATION QUESTIONAIRE
CITY HALL FIRST FLOOR COMMUNITY DEVELOPMENT REMODEL PREQUALIFICATION QUESTIONAIRE PROJECT DESCRIPTION Beverly Hills Community Development Facility was last remodeled in 2007, and contains approximately
More informationWilson County Criminal Justice Center th Street, Floresville, Texas TG # May 2014
Wils son County Criminal Justice Center 1103 4 th Street, Floresville,, Texas 78114 TG #1221 12 May 2014 Wils son County Criminal Justice Ce TAB INDEX y enter TAB I Request for Proposals TAB II Request
More informationPRE-QUALIFICATION SUBMITTAL PACKAGE FOR GENERAL CONTRACTOR PRE-QUALIFICATION FOR THE VETERANS SPORTS PARK AT TUSTIN LEGACY, CIP NO.
PRE-QUALIFICATION SUBMITTAL PACKAGE FOR GENERAL CONTRACTOR PRE-QUALIFICATION FOR THE VETERANS SPORTS PARK AT TUSTIN LEGACY, CIP NO. 20043 IN THE CITY OF TUSTIN 300 CENTENNIAL WAY TUSTIN, CALIFORNIA 92780
More informationFAYETTE 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 informationREQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES (CM AT RISK)
REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES (CM AT RISK) Midwestern State University Moffett Library Renovation Project Request for Proposal #735-18 - 8185 TABLE OF CONTENTS Page Notice for
More informationSAN FRANCISCO UNIFIED SCHOOL DISTRICT 2019 PRE-QUALIFICATION QUESTIONNAIRE
PART B. 2019 QUESTIONNAIRE PREQUALIFICATION FOR GENERAL CONTRACTORS AND MECHANICAL, ELECTRICAL AND PLUMBING SUBCONTRACTORS CONTACT INFORMATION Firm Name: Check One: (As it appears on license) Corporation
More informationMadera Unified School District
Madera Unified School District Contractor Prequalification Procedures Prequalification Application PREQUALIFICATION PROCEDURES tice is hereby given by Madera Unified School District ( District ) that general
More informationTaylor County Purchasing Agent
Taylor County Purchasing Agent Scott Henderson 600 Pecan Street Abilene, Texas 79602 Phone - 325-738-8602 FAX - 325-674-1375 E-Mail henderss@taylorcountytexas.org INVITATION TO BID BID TITLE: JAIL FACILITY
More informationFACILITIES CONSTRUCTION (LEGAL)
Note: For information on procuring goods and services under Education Code Chapter 44, see CH. For additional legal requirements applicable to purchases with federal funds, see CBB. Board Authority Delegation
More informationSPECIFICATIONS & INVITATION TO BID ON ANNUAL CONTRACT, FOR USED OR SALVAGED CONCRETE BOX CULVERTS FOR PARKER COUNTY. Formal Bid #PC14-16
SPECIFICATIONS & INVITATION TO BID ON ANNUAL CONTRACT, FOR USED OR SALVAGED CONCRETE BOX CULVERTS FOR PARKER COUNTY Formal Bid # 1. Scope No public official shall have interest in this contract, in accordance
More informationRequest for Qualifications for General Contractors. 8th & Cooper Multi-use Project
Request for Qualifications for General Contractors The 8 th & Cooper Ownership Group is seeking qualifications from General Contractors to provide both preconstruction and construction services for the
More informationPREQUALIFICATION PACKAGE FOR
PREQUALIFICATION PACKAGE FOR THERMAL ENERGY STORAGE TANK REHABILITATION (REVISED) PROJECT 17-59 Due Date and Location for Submittal: 2:00 pm on Monday, December 18, 2017 City Clerk City of Beverly Hills
More informationResponsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE]
Responsibility Statement and Questionnaire CITY OF NAPA PUBLIC WORKS DEPARTMENT NAPA, CALIFORNIA [DATE] Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the
More informationREQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER. New Combined Court Facility In Montezuma County
REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER New Combined Court Facility In Montezuma County 12/11/2015 Prepared by: Montezuma County 109 W. Main, Room 302 Cortez, CO 81321 Melissa
More informationREQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL CONSULTING ENGINEERING SERVICES FOR STORMWATER ANALYSIS & DESIGN. March 24 th, 2019 RFQ
ENGINEERING REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL CONSULTING ENGINEERING SERVICES FOR STORMWATER ANALYSIS & DESIGN March 24 th, 2019 RFQ 2019-3 City of Claremore, Oklahoma 1 1. INVITATION The
More informationIRVING Independent School District
IRVING INDEPENDENT SCHOOL DISTRICT ~ IRVING Independent School District RFQ #18-27-739 Irving ISO REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES (CONSTRUCTION MANAGER-AT-RISK METHOD) (TWO-STEP
More informationATTACHMENT 6 PREQUALIFICATION QUESTIONNAIRE. Firm Name: Check One: Corporation (as it appears on license) Sole Prop.
ATTACHMENT 6 PREQUALIFICATION QUESTIONNAIRE CONTACT INFORMATION Firm Name: Check One: Corporation (as it appears on license) Partnership Sole Prop. Contact Person: Address: Phone: Fax: If Firm is a sole
More informationSUBMISSION REQUIREMENTS
GREATER ORLANDO AVIATION AUTHORITY NOTICE OF PROFESSIONAL SERVICES W-376, SELECTION OF DESIGN CONSULTANT SERVICES FOR RUNWAY 18L-36R REHABILITATION AND RELATED WORK ORLANDO INTERNATIONAL AIRPORT SUBMISSION
More informationPRE-QUALIFICATION REQUIREMENTS FOR BIDDERS Qualification Criteria
PRE-QUALIFICATION REQUIREMENTS FOR BIDDERS Qualification Criteria Contractors desiring to bid are required to complete the attached BIDDER QUALIFICATION QUESTIONNAIRE. These forms will be used to determine
More informationMARCH 3, Referred to Committee on Government Affairs. SUMMARY Revises provisions governing public works. (BDR )
A.B. ASSEMBLY BILL NO. COMMITTEE ON GOVERNMENT AFFAIRS MARCH, 0 Referred to Committee on Government Affairs SUMMARY Revises provisions governing public works. (BDR -0) FISCAL NOTE: Effect on Local Government:
More informationSUBMISSION REQUIREMENTS
GREATER ORLANDO AVIATION AUTHORITY NOTICE OF PROFESSIONAL SERVICES W-00380 SELECTION OF CONTINUING CIVIL ENGINEERING SERVICES CONSULTANT ORLANDO INTERNATIONAL AIRPORT, ORLANDO EXECUTIVE AIRPORT, AND OTHER
More informationREQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL CONSULTING ENGINEERING SERVICES FOR LAND ACQUISITION CONSULTANT. March 24 th, 2019 RFQ
ENGINEERING REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL CONSULTING ENGINEERING SERVICES FOR LAND ACQUISITION CONSULTANT March 24 th, 2019 RFQ 2019-2 City of Claremore, Oklahoma 1 1. INVITATION The
More informationExhibit B-1 MEP Subcontractor Questionnaire
Exhibit B-1 MEP Subcontractor Questionnaire SAN RAFAEL CITY SCHOOLS PREQUALIFICATION QUESTIONNAIRE AND CERTIFICATION FOR PROSPECTIVE MEP SUBCONTRACTORS Due before 2:00pm, day,, 2017 Pursuant to Public
More informationWest Ridge Park Ballfield Light Pole Structural Assessment
Request for Proposal Professional Services October 3, 2017 West Ridge Park Ballfield Light Pole Structural Assessment West Ridge Park 636 Ridge Rd. Highland Park, IL 60035 Submission Deadline: Tuesday,
More informationState Government Procurement
The following excerpts from the Arizona Revised Statutes are laws ACEC of Arizona initiated and secured for our industry. For further details regarding laws in the State of Arizona, go to http://www.azleg.gov
More informationGreenville-Spartanburg Airport District 2000 GSP Drive, Suite 1 Greer, SC CONTRACTOR PREQUALIFICATION APPLICATION
Greenville-Spartanburg Airport District 2000 GSP Drive, Suite 1 Greer, SC 29651 CONTRACTOR PREQUALIFICATION APPLICATION Terminal Drop-off Improvements August 15, 2018 REQUEST FOR QUALIFICATIONS FOR LANDSCAPE
More informationGRAYSON COLLEGE 6101 Grayson Drive Denison, TX Telephone: (903)
GRAYSON COLLEGE 6101 Grayson Drive Denison, TX 75020 Telephone: (903) 463-8620 CONSTRUCTION MANAGER AT RISK DISTILLERY BUILDING AND MACHINING ADDITION TO CTC BUILDING REQUEST FOR QUALIFICATIONS RFQ #17-01
More informationCharlotte-Mecklenburg Schools. Request for Qualifications
Charlotte-Mecklenburg Schools Request for Qualifications Move Management Services December 2, 2018 Table of Contents Section 1 - ADVERTISEMENT...3 Section 2 INTRODUCTION/OVERVIEW/GENERAL INFORMATION...4
More informationSTANDARD 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 information2. Provide engineering supervision, inspection and administration according to scope of work.
RFQ #2017-001 Professional Civil Engineering Services SUBMISSION/SCOPE SPECIFICATIONS: Submittal Date: March 20, 2017 Request for Qualification No: 2017-001 Project(s) Name: Deadline: Professional Civil
More information1 Exam Prep Business and Finance Practice Test 4
1 Exam Prep Business and Finance Practice Test 4 1. All the following are normally required for a loan application except. A. an income statement B. a balance sheet C. a tax return D. retained earnings
More informationEL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT
EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed
More informationRequest 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 informationRequest 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 informationREQUEST 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 informationOFFEROR S STATEMENT OF QUALIFICATIONS
RBHA.ORG 804-819-4000 107 SOUTH FIFTH STREET, RICHMOND, VA 23219 OFFEROR S STATEMENT OF QUALIFICATIONS CAMPUS PHASE II CONSTRUCTION MANAGEMENT AT RISK 2016-AD-0004 TO BE COMPLETED BY OFFERORS IN RESPONSE
More informationBID FOR: Annual Contract for Hidden Creek Sports Complex and Bartlett Park Soccer Complex Mowing
The at INVITATION TO BID BID NUMBER: 2016-019 BID CLOSE DATE: August 22, 2016 BID FOR: Annual Contract for Hidden Creek Sports Complex and Bartlett Park Soccer Complex Mowing BID CLOSE TIME: 2:00 P.M.
More informationREQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES (CM AT RISK)
REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES (CM AT RISK) Midwestern State University Fire Marshal & Texas Accessibility Standards Project Request for Proposal #735-17-8177 TABLE OF CONTENTS
More informationExhibit B-2. MEP Subcontractor Rating System SAN RAFAEL CITY SCHOOLS PREQUALIFICATION QUESTIONNAIRE AND CERTIFICATION FOR PROSPECTIVE BIDDERS, 201
Exhibit B-2 MEP Subcontractor Rating System SAN RAFAEL CITY SCHOOLS PREQUALIFICATION QUESTIONNAIRE AND CERTIFICATION FOR PROSPECTIVE BIDDERS, 201 Name of Subcontractor: 1. Confirm Prequalification Statement
More informationHelena Public Schools. Helena, MONTANA REQUEST FOR QUALIFICATIONS FOR GENERAL CONTRACTOR/CONSTRUCTION MANAGER SERVICES FOR
Helena Public Schools P a g e 1 Helena Public Schools Helena, MONTANA REQUEST FOR QUALIFICATIONS FOR GENERAL CONTRACTOR/CONSTRUCTION MANAGER SERVICES FOR ALTERNATIVE PROJECT DELIVERY FOR NEW CENTRAL ELEMENTARY
More informationCOWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER
REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under
More informationWHEREAS, the District desires to adopt the Prequalification Process, including the Questionnaire, Rating System, and Appeal Process.
RESOLUTION NO. 18-009 OF THE BERKELEY UNIFIED SCHOOL DISTRICT ADOPTING PREQUALIFICATION PROCESS FOR PRIME CONTRACTORS PURSUANT TO PUBLIC CONTRACT CODE SECTION 20111.6 WHEREAS, the Berkeley Unified School
More informationStandard 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 informationDocument 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 informationREQUEST FOR QUALIFICATIONS SUBMITTAL INSTRUCTIONS
REQUEST FOR QUALIFICATIONS SUBMITTAL INSTRUCTIONS CONSTRUCTION MANAGEMENT AT RISK (CMAR) SERVICES Burleigh County Courthouse Renovation Burleigh County BISMARCK, NORTH DAKOTA December 26, 2016 1. INTRODUCTION:
More informationVOLUME 1 BIDDING DOCUMENTS BID NO PROJECT MANUAL FOR COMMISSIONERS COURT AUDIO/VISUAL UPGRADE PROJECT BIDS DUE AUGUST 24, :00 P.M.
Vendor Name: JACK BEACHAM, C.P.M., A.P.P. PURCHASING AGENT TARRANT COUNTY PURCHASING DEPARTMENT ROB COX, C.P.M., A.P.P. ASSISTANT PURCHASING AGENT VOLUME 1 BIDDING DOCUMENTS BID NO. 2015-192 PROJECT MANUAL
More informationPREQUALIFICATION QUESTIONNAIRE
PREQUALIFICATION QUESTIONNAIRE FOR THE LANDSCAPE MAINTENANCE OF VARIOUS CITY PARKS, MEDIANS, COMMUNITY FACILITIES DISTRICTS, A WATERWAYS ASSESSMENT DISTRICT LANDSCAPE MAINTENANCE DISTRICTS AND OTHER CITY
More informationTOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES
TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES I. PROJECT DESCRIPTION Town of Pembroke Park, Florida ( Town ) is soliciting proposals from interested accounting
More informationMIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN
MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN SEALED BIDS DUE: SEPTEMBER 27, 2018 BY 2:00 PM Procurement & Contracts Administrator Department of Finance Midland County Services Building
More informationREQUEST 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 informationSPECIFICATIONS, INVITATION TO BID ONE OR MORE NEW AND UNUSED 4 DOOR SEDAN(S) PARKER COUNTY COMMUNITY SUPERVISION AND CORRECTIONS DEPARTMENT
SPECIFICATIONS, INVITATION TO BID ONE OR MORE NEW AND UNUSED 4 DOOR SEDAN(S) PARKER COUNTY COMMUNITY SUPERVISION AND CORRECTIONS DEPARTMENT FORMAL BID # 1. SCOPE/ SPECIAL TERMS, CONDITIONS: No public official
More informationCOUNTY 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 informationPIERCE COUNTY LIBRARY SYSTEM. REQUEST FOR QUALIFICATIONS (RFQ) for ENGINEERING SERVICES FOR HVAC AND RELATED DESIGN
PIERCE COUNTY LIBRARY SYSTEM REQUEST FOR QUALIFICATIONS (RFQ) for ENGINEERING SERVICES FOR HVAC AND RELATED DESIGN PART 1: INTRODUCTION, PURPOSE, TIMELINE The Pierce County Library System (Library) is
More informationBUILDING CONSTRUCTION AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER
Agenda Item: Action Consent BUILDING CONSTRUCTION AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER OWNER: Palm Beach State College 4200 Congress Avenue Lake Worth, FL 33461 CONSTRUCTION MANAGER: Date Table
More information2. Do you have any final geotechnical report for the proposed property? Yes, See attached. More to come.
Request for Proposals (RFP) for Construction Management at Risk Services for Austin Road Master Planning Including New East Barrow High School Phase 1 Project Addendum #1 Dated 9.24.2018 Page 1 See questions
More informationWEXFORD 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 informationREQUEST FOR PROPOSALS For WINDSTORM AND HAIL INSURANCE COVERAGE. RFP NO.: 2017-I-08 Date Issued: April 3, 2017
602 N. Staples, Corpus Christi, Texas 78401 p. 361-289-2712 f. 361-903-3578 www.ccrta.org REQUEST FOR PROPOSALS For WINDSTORM AND HAIL INSURANCE COVERAGE RFP NO.: 2017-I-08 Date Issued: April 3, 2017 Proposals
More informationADDENDUM NO. 1. Date: March 7, Accessible Ramp at Saddleback College. Bid No South Orange County Community College District
ADDENDUM NO. 1 Date: March 7, 2018 Accessible Ramp at Saddleback College Bid. 2071 South Orange County Community College District General-All project documents including contract documents, drawings, and
More informationEXPERIENCE AND QUALIFICATION STATEMENT OF
EXPERIENCE AND QUALIFICATION STATEMENT OF (Legal Name of Bidder) SUBMITTED TO: Oakland County Water Resources Commissioner Building 95 West One Public Works Drive Waterford, Michigan 48328-1907 REGARDING:
More informationState of North Carolina Prequalification for First Tier Subcontractors under CM at Risk
NC General Statute 143.128.1.c states, The construction manager at risk shall contract directly with the public entity for all construction; shall publicly advertise as prescribed in G.S. 143-129; and
More informationCITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS
CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS CLOSING TIME: RFP S ARE DUE NOT LATER THAN 10:00 A.M. ON January 30, 2017 200 N. 12 th STREET CORSICANA,
More informationRequest for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis
Request Proposals ( RFP ) 2018-01 On An As Needed Basis City of Coachella Engineering Division 1515 Sixth Street Coachella, Calinia 92236 Deadline Submissions: November 1, 2017 by 3:00 p.m. Request Proposals
More informationPrequalification Questionnaire
Prequalification Questionnaire MODESTO CITY SCHOOLS PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE MEP SUBCONTRACTORS (Date) Pursuant to Public Contract Code section 20111.6, each prospective contractor
More informationREQUEST FOR PROPOSAL (RFP) CONSTRUCTION MANAGER-AT-RISK LAKE TRAVIS HIGH SCHOOL - PERFORMING ARTS CENTER (PAC) and FIRST FLOOR OF C-WING RENOVATIONS
LTISD PURCHASING DEPARTMENT 16101 HWY 71, BLDG B AUSTIN, TX 78738 February 14, 2018 REQUEST FOR PROPOSAL (RFP) CONSTRUCTION MANAGER-AT-RISK LAKE TRAVIS HIGH SCHOOL - PERFORMING ARTS CENTER (PAC) and FIRST
More informationBUILDING CONSTRUCTION AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER
BUILDING CONSTRUCTION AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PROJECT NAME AND LOCATION: Project Name Campus Name Campus Address CONSTRUCTION MANAGER: Contractor Name Address ARCHITECT-ENGINEER:
More informationCONTRACTORS AND SUBCONTRACTORS PRE-QUALIFICATION APPLICATION for MEASURE M BOND PROJECTS
CONTRACTORS AND SUBCONTRACTORS PRE-QUALIFICATION APPLICATION for MEASURE M BOND PROJECTS Hollister School District will be soliciting bids for reconstruction and new construction on Measure M Bond Projects.
More informationCity of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #
City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax # 651-674-7546 Sealed Request for Proposals, plainly marked RFP # 12-2 Road Grading Services City
More informationLAREDO INDEPENDENT SCHOOL DISTRICT
LAREDO INDEPENDENT SCHOOL DISTRICT Scope of Work Due Date: July 13, 2015 at 2:30 p.m. (CST) Request for Competitive Sealed Proposal No: 15-024 Project Name: Alma Pierce Elementary Outdoor Basketball Court
More informationRequest for Qualifications
Request for Qualifications Issued: December 2, 2016 City Auditorium Bathroom Remodel Project Design-Build Project STATEMENTS OF QUALIFICATIONS ARE DUE BY 3:00 P.M. TUESDAY, JANUARY 10, 2017 1.0 REQUEST
More informationSUBMISSION REQUIREMENTS
GREATER ORLANDO AVIATION AUTHORITY NOTICE OF PROFESSIONAL SERVICES W-00382 SELECTION OF CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT ORLANDO INTERNATIONAL AND EXECUTIVE AIRPORT SUBMISSION REQUIREMENTS
More informationABB Inc. SUPPLIER SELF ASSESSMENT FORM
ABB Inc. SUPPLIER SELF ASSESSMENT FORM ORGANIZATIONAL ISSUES Name of person completing this form: Date: 1. Company Name: Address (Street): Mailing: City: Country: Telephone No.: Telex No.: Business Line
More informationRequest 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 informationREQUEST 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 informationREQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER SERVICES DICKINSON PUBLIC SCHOOL DISTRICT NO. 1 DICKINSON, NORTH DAKOTA
REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER SERVICES NEW MIDDLE SCHOOL 212,000 SQUARE FEET DICKINSON PUBLIC SCHOOL DISTRICT NO. 1 DICKINSON, NORTH DAKOTA November 25, 2014 1. INTRODUCTION: Dickinson
More informationPROPOSAL 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 informationPURCHASING OFFICE REQUEST FOR QUALIFICATIONS INVESTMENT BROKER DEALER SERVICES RFQ NO
PURCHASING OFFICE REQUEST FOR QUALIFICATIONS INVESTMENT BROKER DEALER SERVICES RFQ NO. 2009-17 RETURN RFQ TO: City of Sugar Land City Secretary Office 2700 Town Center Boulevard North Sugar Land, Texas
More informationGUADALUPE RIVER PARK AND GARDENS IDENTIFICATION, INTERPRETIVE AND WAY FINDING SYSTEMS SINGAGE PROJECT CITY OF SAN JOSE REDEVELOPMENT AGENCY
CITY OF SAN JOSE REDEVELOPMENT AGENCY REQUEST FOR PRE-QUALIFICATION OF EXTERIOR SIGN FABRICATION BIDDERS GUADALUPE RIVER PARK AND GARDENS IDENTIFICATION, INTERPRETIVE AND WAY FINDING SYSTEMS SINGAGE PROJECT
More informationThese regulations are issued pursuant to the following Sections of the Municipal Code of Chicago:
1. GENERAL PROVISIONS 1.1. Statement of Authority These regulations are issued pursuant to the following Sections of the Municipal Code of Chicago: Section 2-92-410 of the Municipal Code of Chicago establishes
More informationC740 (13002F) REQUEST FOR PRE-QUALIFICATION BIDDERS
SILICON VALLEY BERRYESSA EXTENSION PROJECT C740 (13002F) REQUEST FOR PRE-QUALIFICATION OF BIDDERS Milpitas Station Surface Parking and Roadway Issued September 25, 2014 REQUEST FOR PRE-QUALIFICATION OF
More informationLAREDO INDEPENDENT SCHOOL DISTRICT. C/O Mr. Gustavo Alcantar, Director of Procurement Houston Street, Laredo, Texas 78040
LAREDO INDEPENDENT SCHOOL DISTRICT C/O Mr. Gustavo Alcantar, Director of Procurement 1702 Houston Street, Laredo, Texas 78040 Scope of Work/Specifications Request for Proposal (RFP) Submittal Instructions
More informationHUNTERSVILLE GATEWAY APPROX 327 HUNTERSVILLE GATEWAY DR HUNTERSVILLE, NC ABC STORE # 22
REQUEST FOR QUALIFICATIONS (RFQ) For ARCHITECTURAL/ENGINEERING SERVICES FOR THE MECKLENBURG COUNTY ALCOHOLIC BEVERAGE CONTROL BOARD HUNTERSVILLE GATEWAY APPROX 327 HUNTERSVILLE GATEWAY DR HUNTERSVILLE,
More information2017 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 informationCherokee Nation
Cherokee Nation www.cherokee.org REQUEST FOR BIDS FLOORING PROJECT JAY FOOD DISTRIBUTION STORE AND WAREHOUSE JAY, OK Bid Due Date: August 31, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918)
More informationREQUEST FOR PROPOSALS EMPLOYEE ASSISTANCE PROGRAM (EAP) 08/09-20
REQUEST FOR PROPOSALS EMPLOYEE ASSISTANCE PROGRAM (EAP) 08/09-20 I. GENERAL INFORMATION 1.1 Issuing Office: This Request for Proposals (RFP) is issued by the Town of Avon, Connecticut. 1.2 Purpose: The
More informationA competitive bidding process shall be utilized to the greatest extent possible for all construction contracts.
BOARD POLICY NO. 024 PROCUREMENT AND CONTRACTING CONSTRUCTION Purpose To establish a method for administering SANDAG construction contracts. Background Public Utilities Code section 132352.4 states that
More information