City of Lawrence Office of the Purchasing Agent

Size: px
Start display at page:

Download "City of Lawrence Office of the Purchasing Agent"

Transcription

1 DANIEL RIVERA MAYOR RITA V. BROUSSEAU CHIEF PROCUREMENT OFFICER City of Lawrence Office of the Purchasing Agent City Hall, Room Common Street Lawrence, Massachusetts BID ADDENDUM #1 TEL: (978) FAX: (978) To: All Bidders From: Rita V. Brousseau, Chief Procurement Officer Date: March 20, 2015 Re: Design & Construction Management Services for the Abbott Academy RFQ This Addendum modifies and forms a part of the Bid Set documents dated March 11, Sheet. This Addendum consists of the following: three (3) typed pages & Briefing Session Attendance Where any items called for in the bid documents are supplemented here, the supplemental requirements shall be considered as added thereto. Where any original item is amended, voided, or superseded here, the other provisions of such items not specifically amended, voided, or superseded shall remain in effect. INTRODUCTION ABOUT THE ABBOTT LAWRENCE ACADEMY: Abbott Lawrence Academy (ALA) offers students of Lawrence an opportunity previously unavailable to most: the chance to experience a rich and rewarding honors education in the tradition of the most prestigious independent schools in the country. Free of charge, ALA provides equal opportunity to all students in the city, leveling the playing field for Lawrence students who want to accelerate their learning. ALA promises a first-of its-kind experience; the personalization of an accelerated program combined with access to the robust enrichment programs available at Lawrence High School. The result is a school that challenges its students every day and ultimately prepares them for admission to the nation s most competitive colleges and universities. In terms of design we are looking for modern, collegiate style classrooms and library space that is on par with the most updated colleges and universities learning environments. ADDENDUM #1 - Page 1 of 3

2 I. The following items are the City s responses to Bidder questions that took place at the Briefing Session that was held on Wednesday, March 18, 2015 at 10:00 a.m. 1. Question: Are there separate budgets for furniture/equipment and for construction? Answer: Yes, there is a budget for construction and a separate budget for furniture and equipment for the Abbott Academy. 2. Question: Will the designer be responsible for furniture design? Answer: LPS is currently working with vendors approved on the Commonwealth of Massachusetts Statewide contract. If that changes before designer applications are due, and Addendum will be issued by the CPO. 3. Question: On page 12 of the RFQ under Design Services, it lists that designers should submit a proposal for services including Civil Engineering, I do not see in the scope of work that civil engineering is necessarily needed. Is it possible that this service is left over from a previous RFQ? Answer: Yes, that is correct. It was inadvertently overlooked and should be deleted. As of this date, we do not see a need for civil engineering. 4. Question: What disciplines of engineering do you anticipate needing for this project? Do you anticipate a fully functional science lab? Answer: We will need mechanical specifications for the HVAC system, data, electrical, and lighting upgrades. We do not anticipate needing a fully functional science lab at this time. If students need water for a science project, we will utilize what we have. 5. Question: What kind of learning style do you envision? Will it be similar to a middle school model? Answer: No, we envision a very modern classroom, a collegiate style that has a lot of flexibility and fluidity. We want to be able to move furniture and students around for a different type of learning experience. We will not be using old style desks and chairs. 6. Question: Will you need an assembly area? Answer: No, the campus has a lecture hall adjacent to the library. 7. Question: Will you need design services to move or reconfigure the remaining library space? Answer: Yes, we will need design reconfiguration to better utilize the remaining space and existing furniture. We are currently discussing moving services with moving vendors on the Commonwealth of Massachusetts Statewide contract. 8. Question: Will the students be in the four classrooms all day for all their studies? Answer: No, they will attend two classes with the Freshmen Academy and will attend English, Math, History and Physics at the Abbott Lawrence Academy. Designers need to design a functional physics lab. 9. Question: When is construction expected to be complete? Answer: No later than Wednesday, July 29, Teachers will be reporting to work on August 10, 2015 and students will be returning for new school year on August 18, ADDENDUM #1 - Page 2 of 3

3 10. Question: What is the construction budget? Answer: $800, Question: To what extent should the designer expect to perform construction management services? Answer: LPS has staff on handle to daily monitoring of the construction progress. Designer construction management will consist of construction cost estimating and minimal oversight of the construction project to keep the project on track. This project will be a short turnaround. 12. Question: What is the HVAC system? Answer: It is a rooftop unit that serves just the library. 13. Question: What happens if the Abbott Lawrence Academy expands or accepts more students? Answer: LPS is currently working on possible new phases. 14. Question: Will the center of the library be utilized by the Abbott Lawrence Academy? Answer: No, we would like to create a tutoring lab for privacy during tutoring sessions. Sessions serve anywhere between 4 to 12 students at a time and are currently occupying space they can find in the open library area. Our desire is to have a contemporary privacy space that is designed for modern, collegiate style classrooms and library space that is on par with the most updated colleges and universities learning environments. NOTE TO ALL BIDDERS: YOU MUST ACKNOWLEDGE RECEIPT OF ALL ADDENA ON YOUR BID SUBMISSION FORM WHERE INDICATED. ADDENDUM #1 - Page 3 of 3

4

5 DANIEL RIVERA MAYOR RITA V. BROUSSEAU CHIEF PROCUREMENT OFFICER City of Lawrence Office of the Purchasing Agent City Hall, Room Common Street Lawrence, Massachusetts March 11, 2015 TEL: (978) FAX: (978) Dear Sir or Madam: The City of Lawrence is soliciting submission of qualifications from qualified architectural or engineering firms licensed to do business in the Commonwealth of Massachusetts for professional services to design and provide construction management of four classrooms in a current open learning space at the Lawrence High School Campus. Qualification submissions will be accepted in this Office of the Purchasing Agent on or before Thursday, March 26, 2015 at 11:00 a.m. A briefing session and site walk shall be held on Wednesday, March 18, 2015 at 10:00 a.m. Interested firms should meet in the Library at the Lawrence High School Campus located at North Parish Road. Applications must be mailed or hand delivered in a sealed envelope to the Purchasing Department, City Hall, 200 Common Street, Room 301, Lawrence, MA Proposals delivered elsewhere and not in this office by 11:00 AM, Thursday, March 26, 2015 will not be considered. An envelope containing three copies and one original shall be clearly marked in a sealed envelope Design & Construction Management Services for Abbott Academy. Sincerely, Rita V. Brousseau Rita V. Brousseau Chief Procurement Officer

6 CITY OF LAWRENCE, MASSACHUSETTS REQUEST FOR QUALIFICATIONS FOR DESIGN & CONSTRUCTION MANAGMENT SERVICES FOR ABBOTT ACADEMY TABLE OF CONTENTS Introduction Page 3 Project Description Page 3 Key Dates Page 4 Qualification Instructions Page 4-6 Qualification Requirements Page 9-10 Scope of Services Page Evaluation Criteria Page References Page 18 Design & Construction Mgmt. Fee Page 18 Certificate of Non Collusion Page 20 Certificate of Good Standing Page 21 Certificate of Tax Compliance Page 22 Clerk Certificate Page 23 Sample Standard Contract Page Application to Designer Selection Committee Form Appendix A 2 P a g e

7 INTRODUCTION The City of Lawrence is soliciting submission of qualifications from qualified architectural or engineering firms licensed to do business in the Commonwealth of Massachusetts for professional services to develop a design for the build out of four classrooms for the new Abbott Academy to be located in an open space library at the Lawrence High School Campus. The awarded firm will be responsible for all associated services required for the complete design, construction bid document specifications, and construction administration as authorized for the assigned projects. This solicitation is being conducted in accordance with the provisions of Massachusetts General Laws Chapter 7C and all contracts must be strictly awarded in accordance with the required of MGL Ch. 7C and this Request for Qualifications (RFQ). Issuance of this RFQ does not signify the City s submission of this service to the provisions of the Act, and the contract and award will be made at the City s discretion. If it becomes necessary to revise any part of this RFQ or otherwise provide additional information, an addendum will be issued to all prospective proposers who received copies of the original request. The Awarding Authority will be the City of Lawrence, acting by and through the Purchasing Agent. The Scope of Services listed under Page 11, Technical Scope of Services, this RFQ, any published addenda to the RFQ and the Proposer s Response will become part of the Contract between the City of Lawrence and the successful proposer. PROJECT DESCRIPTION In Fall 2007, a $110 million, 42-acre high school campus opened in South Lawrence. The Lawrence High School Campus is a premier prototype for the conversion of large urban high schools into smaller learning communities. The LHS Campus athletic facilities, which are among the largest and most modern in the state, have a 3,400-seat field house, which is adjacent to the Lawrence Veterans' Memorial Stadium. The Lawrence High School also has a Media Center and a Performing Art Center that seats more than 1,200 people and has been featured in national publications. Lawrence Public Schools is proud to introduce Abbott Lawrence Academy, a first-of-its-kind accelerated honors program at Lawrence High School! Designed to meet the academic needs of high-performing students, Abbott Lawrence Academy will provide an academically rigorous program aimed at challenging students to achieve greatness in 3 P a g e

8 the classroom while preparing them to matriculate to America s top colleges and universities KEY DATES March 11, 2015 March 18, 2015 March 19, 2015 March 26, 2015 March 27 April 10, 2015 Within 30 days RFQ Advertised in Central Register & Eagle Tribune. Briefing Session 10:00 AM, Lawrence High School Campus Library 1:00 p.m. Last date for questions to be submitted to Purchasing Agent Qualifications Due 11:00 AM, Purchasing Agent s Office Evaluation & Interview period Award to best proposer QUALIFICATION INSTRUCTIONS A. INSTRUCTIONS TO PROPOSERS A briefing session and site walk shall be held on Wednesday, March 18, 2015 at 10:00 a.m. Interested firms should meet in the Library at the Lawrence High School Campus located at North Parish Road. 1. The City may cancel this RFQ, in whole or in part, or may reject all qualifications submitted in response, or may procure only some goods and/or services outlined in this RFQ whenever such action is determined to be fiscally advantageous to the City or if it is otherwise in the best interest of the City. 2. The City may request that supplementary information be furnished to assure the City that a proposer has the technical competence, the business and technical organization, and the financial resources adequate to successfully perform the necessary work. 3. Proposals/Applications submitted shall contain three copies and one original and must be clearly marked in a sealed envelope Design & Construction Management Services for Abbott Academy. 4 P a g e

9 4. Required forms are provided by the awarding authority in the appendices attached. All qualifications shall be in ink or typewritten and must be presented in an organized and clear manner. 5. Questions or clarifications rising from these documents shall be submitted to the City Purchasing Agent in writing. They must be submitted in accordance with Page 4, Key DATES. 6. Each proposer shall acknowledge receipt of any and all addendum issued to the Request for Qualifications by so indicating in the Cover Letter/General Response. Failure to do so shall be cause to reject the qualification as being unresponsive. 7. The proposer shall sign the qualification correctly in ink or in the case of an organization, firm, partnership or corporation, a person having the legal authority from said organization to sign the qualification will sign the document. 8. Proposers may correct, modify or withdraw the original qualifications on or before the date and time as stated in the Legal Advertisement. Corrections or modifications shall be in sealed envelopes, clearly marked to indicate the contents, with the name and address of the vendor. Any late correction or modification to the qualification will not be accepted. A proposer who wishes to withdraw a qualification must make a request in writing. 9. Each proposer shall be presumed to have read and be thoroughly familiar with these documents. Unfamiliarity with these documents shall in no way relieve any proposer from any obligation in respect to his/her qualification. 10.It is understood that the designer s Qualification to the City to provide said services and products will remain valid for 90 days past the submission deadline. 11.The proposer s attention is directed to the fact that all applicable state laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over proposal/purchase shall apply to the contract throughout, and they shall be deemed to be included in the contract the same as though herein written out in full. 12.It is understood that the proposer has submitted the Qualification in good faith and has not colluded with any other individuals, 5 P a g e

10 firms, or corporations in creating the qualification to subvert the market process. See Certificate of Non-Collusion attached. 13.All costs involved in preparing the Qualification will be borne by the vendor; the City will not be liable for any costs associated with the creation of the Qualification. The proposer shall be familiar with all state, local and other laws relating to this type of work and shall obtain all permits required and shall pay all expenses for same. 14.All responses are to include a statement that the Qualification is in accordance with this Request for Qualifications and that the proposer has read and understands all sections and provisions herein. Exceptions, if any, are to be clearly stated. 15.Qualifications, which are incomplete, conditional or obscure, will be rejected. No award will be made to any proposer who cannot satisfy the awarding authority that he/she has sufficient ability and sufficient capital to enable him/her to meet the requirements of these specifications. The awarding authority s decision or judgment on these matters shall be final, conclusive and binding. 16.Any qualification received after the date and time stated in the Legal Advertisement will be deemed non-responsive and shall not be opened. Unopened qualifications will be returned to the proposer. 17.The evaluation of the qualifications will be conducted by an Designer selection committee appointed by the Purchasing Agent. The judgment of the evaluators will be based upon the evaluation criteria set forth in this RFQ and shall be final. 18.The qualifications will be opened on the date and at the time stated in the Legal Advertisement the name of the person or organization submitting a qualification will be recorded. The contents of all submittals will be opened privately and not be disclosed to the public or competing proposers until the evaluation process is completed. A register of qualifications will be completed indicating the name of the proposer. This register may be viewed upon request. The names of the witnesses will also be recorded. 19.Any contract resulting from this RFQ shall be awarded to the proposer whose Qualification is deemed to be the most Highly Advantageous to the City. The Designer selection committee will be the sole judge in determining whether a vendor s qualification satisfies the requirements of this RFQ and whether or not the 6 P a g e

11 Qualification will prove advantageous to the City. The selected vendor will be under contractual agreement to the City and the City per the attached contract document. 20.Response to this Request for Qualifications acknowledges the vendor's acceptance of all sections and requirements of this document. The Request for Qualifications will be written into the successful designer's qualification as part of the system contract. IF THE DESIGNER S QUALIFICATION DOES NOT COMPLY WITH THE REQUIREMENTS OF THIS REQUEST FOR QUALIFICATIONS, OR IF AN ITEM IS NOT UNDERSTOOD IN ANYWAY, A COPY OF THAT SECTION OF THE REQUEST FOR QUALIFICATIONS MUST THEN BE INCLUDED IN THE QUALIFICATION AND ALL ITS COPIES CLEARLY STATING THE DEVIATION, ADDITIONS, OR OTHER COMMENTS. QUESTIONS AND CLARIFICATIONS Questions requiring clarification shall be submitted in writing or faxed to the Purchasing Agent prior to the date indicated on Page 4, Key Dates, in order to afford the City adequate time to respond with a correction or additional information prior to the deadline for submission of qualifications. Should it be found necessary, a written addendum will be incorporated into the RFQ and will become part of the contract. Those who have received a copy of the RFQ will be notified of such changes. NOTIFICATION OF AWARD All proposers will be notified of the selection decision within 30 days of the date qualifications are due to the City unless otherwise notified by the City. In no case will the award be made beyond 90 days unless the vendor agrees to extend the period of time in which the qualification is valid. INTERVIEW After their review of firm qualifications, the Designer selection committee will interview a selected short list of the most qualified, responsive and responsible proposers. Proposers whose submittals are determined to be not advantageous or that did not meet the minimum requirements will not be interviewed. In accordance with those interviews, the Designer selection committee will then rank those finalists and make a recommendation of award to the Purchasing Agent as the awarding authority on this project, subject 7 P a g e

12 to the satisfactory negotiations of the plan of services. If the Purchasing Agent, or designee, is unable to negotiate a contract, including any modifications to the fee, with the top-ranked finalist, the Purchasing Agent, or designee, will then commence negotiations with the next ranked finalist and so on, until a contract is successfully negotiated and approved by the Purchasing Agent. Reimbursement for expenses incurred for this interview will not be forthcoming to either the awarded Contractor or any other candidate asked to be interviewed. The City of Lawrence reserves the right to change the interview period or to extend the dates during which interviews may be undertaken. You should be prepared to meet in the weeks indicated in Page 4, Key Dates. The City reserves the right to change the interview period or to extend the dates during which interviews may be undertaken. LICENSES AND PERMITS The proposer is responsible for attaining and holding in good standing all relevant licenses and certificates associated with the completion of these services. Evidence of these requirements is to be made part of the qualification submittal. If a permit is not currently held or the application process is pending, the contractor should indicate such. The City reserves the sole right to decide if the contract may be awarded to the contractor despite the failure to produce the actual permits or copies thereof. Licenses and permits must be held in force throughout the terms of the services as contracted. The firm should be experienced with Massachusetts Public Procurement and Construction Laws and Procedures. Professional registration of landscape architects and engineers is required on this project. The names of the designer s key DESIGNERs must be submitted along with their resumes. The individuals listed shall attend the interview. The design firm must have sufficient staff to undertake and complete the project in a timely manner. A preliminary schedule for project should be included in the submittal. MISCELLANEOUS INFORMATION The successful architectural design firm shall provide the design of the Abbott Academy classroom project that is responsive to the programmatic needs outlined hereinafter, and in such form that the completion of bidding documents can be at the earliest possible date, after the award of the designers contract. The qualification submittals will be accepted until 11:00 AM on March 26, They shall be 8 P a g e

13 delivered to the Office of the Purchasing Agent, 200 Common Street, Room 301, Lawrence, MA All information acquired by the Designer from the municipality or from others at the expense of the municipality in performance of the agreement, shall be and remains the property of the municipality. All records, data file, computer records work sheets, deliverable products complete and incomplete, and all other types of information prepared or acquired by the proposer for delivery to the City shall be and remain the property of the City. The Designer agrees that he will use this information only as required in the performance of this agreement and will not, before or after the completion of this agreement, otherwise use said information, nor copy, nor reproduce the same in any form except pursuant to the sole written instructions of the City. QUALIFICATION REQUIREMENTS A. MINIMUM REQUIREMENTS The Designer selection committee shall reject qualification(s) which do not meet the following certain minimum requirements: 1. Submitting architectural or engineering firm must have a minimum of five years experience in the design and renovation of public school buildings in Massachusetts. 2. Submitting architectural or engineering firm must submit completed Standard Designer Application Form (attached) with qualification submittal. 3. The qualification must be from an established business, corporation, partnership or firm who normally furnish such services as the principal business for which the corporation or firm is formed. A description of the business including a list of clients (does not have to be complete list; sample is acceptable) and number of employees is required. 4. Knowledge of, and experience in, legal and administrative requirements, procedures, and practices related to the design, funding, and construction of Massachusetts public school building projects including the State Building Code, regulations of the Architectural Barriers Board and Massachusetts public building and procurement laws. 9 P a g e

14 5. A client reference list, with names, addresses, and telephone numbers for clients for whom the consultant has performed similar services in the past. 6. Possess all necessary current licenses and registrations, either within the firm or through independent consults, to qualify under Massachusetts law to perform the function of the DESIGNER. 7. Not be debarred under M.G.L., chapter 149, section 44C. 8. The proposer must have signed both the Certificate of Non Collusion (Page 20), State Taxes Certification Clause (Page 21), and Designer Selection Application and include them in the qualification package. 9. The qualification must be signed by an agent of the company who has authority to bind the company to a firm bid price. 10. All responses are to include a statement that the Qualification is in accordance with this Request for Qualifications and that the proposer has read and understands all sections and provisions herein. Exceptions, if any, are to be clearly stated. B. STAFFING REQUIREMENTS 1. The Proposer must set forth the staffing to be utilized for this service. Include resumes for all proposed personnel, including subcontractors. 2. Each individual, their duties, the number of days each will spend providing this service must be broken down into the following categories: Name Work Assignment Responsibilities 3. Contractors must be prepared to contractually commit all individuals as submitted in their qualification, to this service. Any deviation from the proposed individuals will constitute a breach of agreement to any contractual agreement, which may result from this Request for Qualifications. 4. Should it become impossible for a contractually committed individual to complete his duties, for a reason such as termination of employment, any change will in the designers staffing as 10 P a g e

15 outlined in the qualification will be subject to the approval of the City. The City shall notify the designer within fifteen (15) business days of the acceptance or rejection of any such staff substitutions. Any substituted person must be of an experience level equal to or greater than the person being replaced unless approved by the City. TECHNICAL SCOPE OF SERVICES This request is a solicitation for qualifications for an architect to provide full design services relating to the construction of four classrooms for the new Abbott Academy. The successful architectural/engineering firm shall provide all necessary disciplines to provide the complete design for the Abbott Academy project. The awarded firm will be responsible for all associated services required for the complete design, construction bid document specifications, and construction administration as authorized for the assigned projects. General: 1. Participate in meetings to present and obtain the required regulatory approvals and that of the City boards and Officials in the review and modification of the same. Provide the necessary mounted drawings, diagrams, etc. necessary for presentation to the School Committee and Department representatives at the various meetings to describe the project and gain the necessary approvals for the project to proceed. 2. Preliminary design including but not limited to programming, field evaluations to determine as-built conditions, review of existing drawings and documentation, inspections and testing as required, construction estimates, scheduling. 3. Prepare final design, specifications and contract documents for the public bidding of this construction project per Massachusetts General Law (MGL) Chapter Selected firm will be expected to work with the Procurement Office in the issuance of bids for construction designed under the resultant contract. Bids will be issued and administered by the City s Purchasing Agent with technical support from the selected firm. 5. Selected firm will assist in the review bid documents as required. 11 P a g e

16 6. Construction Administration services will be provided as authorized by the Lawrence Public Schools Director of Facilities. 7. Additional architectural/engineering services as required and authorized. Design Services: Provide a proposal for full design services including: o Civil Engineering o Architectural Design and Construction Administration o Engineering to include Mechanical, Plumbing Electrical, Fire Suppression and data cabling. Site surveys, blueprint/utility drawings of the LHS Campus Library will be provided by owner General Description: Design four fully functional classrooms to house approximately 100 students of the Abbott Academy. Redesign and/or reconfiguration of current open library space to accommodate staff and students. Project Specifics: Four classrooms to support approximately 25 students and 2 staff members each. Each classroom shall be designed to meet any and all Building Code requirements, electrical, data, HVAC, sprinkler and fire suppression needs. Reconfiguration of the library may include the construction of offices, designated studying areas, etc. All local, state and federal codes, regulations and guidelines shall be observed. The facility should be fully accessible. ADDITIONAL NARRATIVE INFORMATION 1. Summarize what you believe your business offers that are unique from other businesses in this field. 2. List the anticipated amount of support services and/or documents the City would be required to provide. MISCELLANEOUS REQUIREMENTS Public Relations: The City and the Designer shall cooperate in maintaining good public relations throughout the period of this project. The Designer may be asked to conduct a public information program that addresses the scope and objective of the project. This would be negotiated directly with the City, should the need arise. The business 12 P a g e

17 principle or a representative of the firm given the contract may be required to meet privately or publicly with the City Council or School Committee to address any concerns or to provide timely updates. QUALIFICATION EVALUATION A. PROCESS The Designer selection committee for this project will be appointed by the Purchasing Agent, working with the Director of Public Works and the Lawrence Public Schools Director of Facilities. 1. The procurement office will review all qualification submittals to make sure minimum requirements are met. Those qualification submittals that meet all of the minimum requirements as outlined in this RFQ, and are determined to be both responsive (those that offer all of the services requested in the RFQ and contain all of the required information and forms properly completed) and those that are responsible (those with the capability, integrity, and reliability to perform under the contract) will be further reviewed by the Designer selection committee using the selection criteria outlined in this section. 2. The Designer selection committee will select the highest ranked submittals by proposers in accordance with the comparative evaluation criteria listed in Pages 16-18, to be interviewed jointly by the Designer selection committee and other officials deemed appropriate 3. After the interview process, the committee will rank each of short listed architects based on the evaluation criteria, the presentation of the firm and the interview, and then make a recommendation of award to the Purchasing Agent as the awarding authority on this project. If the Purchasing Agent is unable to negotiate a contract, including the fee, with the top ranked finalist, the Purchasing Agent will then commence negotiations with the next ranked finalist and so on, until a contract is successfully negotiated and approved by the Purchasing Agent. 4. The City reserves the right to award the contract to the responsive and responsible qualification submittal which best meets the City s needs, taking into account firm qualifications, submittal quality and evaluation criteria. The awarding authority s decision or judgment on these matters shall be final. The committee will use the comparative criterion for each separate rating area, and based 13 P a g e

18 upon these criteria, will assign an overall rating to each qualification. Each of the criteria may contain ratings of: Unacceptable Not Advantageous Acceptable Advantageous Highly Advantageous An Unacceptable rating in any one of the criteria may eliminate the qualification from further consideration. The City reserves the right to award the contract to the responsive and responsible firm which best meets the City s needs, taking into account quality and rate structure. B. Minimum Evaluation Criteria -- Failure to meet the following minimum evaluation criteria may result in immediate rejection of the qualification. 1. Minimum Requirements: Vendors must meet the minimum requirements as specified on Pages P a g e

19 COMPARATIVE EVALUATION CRITERIA Responding Architects are to address each of the following criteria in a clearly labeled section of their response and in the same order. 1. Experience: Depth of experience with similar projects, including professional experience above and beyond the minimum qualifications outlined in this RFQ. Highly Advantageous: The proposal indicates evidence of experience with similar projects of more than fifteen years. Advantageous: The proposal indicates evidence of experience with similar projects between nine and fifteen years. Not Advantageous: The proposal indicates evidence of experience with similar projects between one and eight years. Unacceptable: The proposal indicates no evidence of experience with similar projects. 2. The Firm: Firm Background and Capability: to perform all of the aspects of the projects Highly Advantageous: More than seven (7) years of experience in providing architectural services to Massachusetts municipalities with documented examples of such services. Advantageous: More than five (5) years of experience in providing architectural services to municipalities with documented examples of providing services to Massachusetts Municipalities with documented examples of such services. Acceptable: Three (3) to five (5) years of experience in providing architectural services to Massachusetts municipalities with documented examples of such services. Unacceptable: Less than three (3) years of experience in providing architectural services to Massachusetts municipalities with documented examples of such services. 3. Current Firm Capacity: list significant current work and work completed in the last five (5) years, as well as projects in-house but not yet begun; quantify. Highly Advantageous: Firm capacity can easily handle this assignment with their given work load. Advantageous: Firm capacity appears to be able to handle this assignment with the given work load. Not Advantageous: Firm capacity may be challenged by current work load when taking on this new assignment. Unacceptable: No or limited current work listed. 15 P a g e

20 4. Familiarity with area: Ability to begin work on an immediate basis. Highly Advantageous: The firm has provided evidence of familiarity with the area and of immediate availability and has proposed a timeline for project completion which is ambitious and timely in nature. Advantageous: The firm has provided adequate evidence of familiarity with the area, immediate availability and a proposed timeline for project completion. Not Advantageous: The firm has indicated a vague familiarity with the area or incomplete timeline for availability and/or project completion. Unacceptable: The firm has provided no evidence of familiarity with the area or for availability to begin work and/or ability to ensure project completion. 5. References: Provide references with contact names and valid phone numbers of other clients whereby similar work has been performed. Highly Advantageous: More than Five (5) references are provided for similar project types. Advantageous: More than (3) three and less than five (5) references are provided from similar project types. Acceptable: At least three (3) references are from similar project experience. Not Advantageous: References provided are not related to similar project type. Unacceptable: References are not provided. 6. Staffing: a. Key Personnel: Professional background, caliber and staff availability for project; quantify staff and discipline; describe the % of time to be committed to the project by the key members of the project team. b. Outside Consultants: Qualifications and experience of firms regularly engaged by the architect; describe the % of time to be committed to the project by the leadership of the project team. c. Team Organization: Chart and describe team organization, listing key individuals. Highly Advantageous - The staffing information and team organization provided will exceed the needs set forth by the City and shows the proposer s commitment to putting their best and 16 P a g e

21 most experienced staff and resources into this project. Project roles and responsibility are clearly defined. Advantageous - The staffing information and team organization plan provided will meet the needs of the City, and shows the proposer s commitment to the project by providing an experienced team of quality professionals with defined roles. Not Advantageous - The staffing information provided may meet the City s needs, but the organization plan provided is not clear enough to make a determination of roles and responsibility. Unacceptable - No staffing plan or team organization provided. 7. Understanding Scope of Work: Desirability of approach to project, and demonstrated understanding of the community and it s plan for use. Highly Advantageous: The proposal indicates a thorough review and full understanding of the required Scope of Work, and proposes a clear and comprehensive approach. Advantageous: The proposal indicates sufficient review and understanding of the required Scope of Work, and documents the firm/applicant s proposed approach. Not Advantageous: The proposal indicates incomplete review or a vague understanding of the required Scope of Work. Unacceptable: The proposal indicates inadequate review or understanding of the required Scope of Work. 8. Proposed Value Engineering & Cost Estimating Process: Explain process to control project and construction budget Highly Advantageous - The response provided indicates the proposer will exceed the needs of the City. The firm fully understands the budget control process and is creative in its approach that will insure success in staying within budget guidelines. The firm understands the budget control process and has the team to insure its success. Advantageous - The response provided indicates the proposer will meet the project budget and will more than adequately meet the needs of the City. The firm fully understands and has demonstrated a budget control process and instills confidence that it will work to maintain project budget controls to keep costs in line with the original budget. Not Advantageous: The response indicates the proposer may meet the cost estimating process needs, but the process is not clear enough to make a determination. The Project s cost estimating process does not instill confidence in the firm to complete the project within the given budget. 17 P a g e

22 Unacceptable: Qualification did not address the VE and estimating process. WORK REFERENCES (Proposers will be evaluated based upon the answers to the questions posed to references as outlined below). Reference Check List of Questions: 1) Did this designer provide the specified services for you or for the community? When? Do you currently use the designer for that service? 2) Did the designer perform the work requested in accordance with the terms of the written contract? If not, where were there deviations? 3) How would you describe the working relationship between the Designer and City officials and/or lead members of the contracting body? 4) How was their performance to cost estimate and schedule? 5) Did the designer adhere to the rules and regulations associated with your business relationship? 6) Overall, on a scale of one to ten, how would you rate the designer s performance? 7) Would you retain this designer s services on future projects? DESIGN SERVICES/CONSTRUCTION MANAGEMENT FEE The City of Lawrence will negotiate a fee for the contract for design services and construction management. Fee shall include any incidentals such as mileage, copies, printing and faxing. No pricing should be submitted with the proposal. The designer or its consultants shall not be compensated for any services involved in preparing changes that are required for additional work that should have been anticipated by the designer in the preparation of the bid documents. Required Documentation Responses to this RFQ must include the following forms/information: Letter of transmittal Proposal Completed Non-Collusion Form Completed Certificate of Good Standing Completed Certificate of Tax Compliance 18 P a g e

23 Application to Designer Selection Committee Form CONTRACT AWARD The successful proposer awarded the contract will be required to submit professional liability insurance. The total amount of such insurance shall at a minimum equal the lesser of one million dollars or ten percent (10%) of the project s estimated cost of construction. This insurance coverage shall be at the designer s own expense. Proof that the designer has internal accounting controls as required by M.G.L. C.30, 39R(c) and that the designer has filed and will continue to file an audited financial statement as required by M.G.L. c.30, 39R(d) will be submitted upon contract award. CITY OF LAWRENCE STANDARD CONTRACT Proposers will be required to sign a contract upon notification of award and must be executed prior to the start of the design services and construction management. 19 P a g e

24 CERTIFICATE OF NON COLLUSION The undersigned certifies under the penalties of perjury that this bid or bid has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word person shall mean any natural person, business partnership, corporation, union, committee, club or other organization, entity or group of individuals. Signature of person submitting contract/bid Date Name of Business 20 P a g e

25 STATEMENT OF GOOD STANDING In accordance with State and Federal regulations, I, hereby certify that we are not disbarred, suspended or otherwise excluded from receiving funds or bidding on any project by any State or Federal agency. Signature Date 21 P a g e

26 CERTIFICATE OF TAX COMPLIANCE Pursuant to M.G.L. c. 62C, 49A, I certify under the penalties of perjury that, to the best of my knowledge and belief, I am in compliance with all laws of the Commonwealth relating to taxes, reporting of employees and contractors, and withholding and remitting child support. Social Security Number or Federal Identification Number Signature of Individual or Corporate Name Corporate Officer (if applicable) 22 P a g e

27 CLERK CERTIFICATE Authorization to Sign Contract At a duly authorized meeting of the Board of Trustees/Directors of the held on Name of Organization at which all the Trustees/Directors were present and waived Date notice, it was VOTED, that, Name Officer of this organization, is authorized to execute contract in the name and behalf of said organization, and affix its corporate seal thereto; and such execution of any contract or obligation in this organization s name on its behalf by such under the Officer seal of the organization shall be valid and binding upon this organization. I hereby certify that I am the clerk of the Name of Organization and that is the duly elected Type name Officer of said organization, and that the above vote has not been amended or rescinded and remains in full force and effect as of this date. Corporate Seal Here: (if no seal, print none ) Signature Type name Date Title 23 P a g e

28 CITY OF LAWRENCE PROFESSIONAL SERVICES CONTRACT This AGREEMENT made as of by and between, hereinafter referred to as the Designer, and the CITY OF LAWRENCE, MASSACHUSETTS, a municipal corporation organized and existing under the laws of the Commonwealth of Massachusetts, hereinafter referred to as the City. WITNESSETH THAT: WHEREAS, the City desires to engage the Designer to render certain services hereafter described, NOW THEREFORE, the parties hereto do mutually agree as follows; **GENERAL PROVISIONS** 1. Employment of Designer. The City agrees to engage the services of the Designer and the Designer agrees to perform the services hereinafter set forth. 2. Scope of Services. The Designer shall do, perform, and carry out, in a satisfactory and proper manner, as determined reasonable and fairly by the City, the tasks described within Schedule A, Scope of Services, attached hereto and made a part hereof. The City shall have a reasonable opportunity to inspect all services performed by and work product of the Designer and accept or reject such service or work product. 3. Directives Within Scope of Services. The above tasks and items are not intended to be all inclusive. The City may add to or delete any items, provided that any added items are of a similar nature, and provided that the total cost of such work does not exceed the total cost as specified in Paragraph 8 hereof. The Designer shall undertake such work only upon the direction of the City. All directives and changes thereof in conformance with this Agreement shall be in written form, prepared and signed by the City and accepted and countersigned by the Designer or his authorized representatives. Any added tasks or items, which are not agreed to be within the Scope of Services by both the City and the Designer, or which will incur costs beyond the total cost specified in Paragraph 8, shall be handled in accordance with Paragraph 13 hereof. 24 P a g e

29 4. Data to be furnished to Designer. All information, data and reports as are existing, available, and necessary for the carrying out of work, shall be furnished to the Designer upon request without charge by the City, and the City shall cooperate with the Designer in the carrying out of the Scope of Services. 5. Personnel. (a) The Designer represents that he has, or will secure at his own expense, all personnel required for the performance of the services under this Agreement. Such personnel shall not be employees of or have any contractual relationship with the City except as employees of the Designer. (b) All of the services required hereunder will be performed by the Designer or under his supervision, and all personnel engaged in the work shall be fully qualified and shall be authorized under State and local law to perform such services. ( c ) None of the work or services covered by the Agreement shall be subcontracted without the prior written approval of the City The Designer certifies that it is not disbarred, suspended, or otherwise excluded from receiving funds or bidding on any project by any State or Federal Agency. 6. Waiver of Workmen s Compensation and Unemployment Compensation Benefits. It is agreed that the Designer and Designer s employees, agents, servants or other persons for whose conduct the designer is responsible shall not be deemed to be employees of the city and shall not file any claim nor bring any action for any workmen s compensation or unemployment benefits and compensation for which they may otherwise be eligible as a result of work performed pursuant to the terms of this Agreement. 6.1 The Designer is retained solely for the purposes of and to the extent set forth in this Contract. Designer s relationship to the City during the term of this Contract shall be that of an independent Designer. The Designer shall have no capacity to involve the City in any contract nor to incur any liability on the part of the city. The Designer, its agents or employees shall not be considered as having the status or pension rights of an employee; provided that the Designer shall be considered an employee for the purpose of General Laws c. 268A (the Conflict of Interest Law). The City shall not be liable for any personal injury to or death of the Designer, its agents or employees. 7. Duration. The services of the Designer are to commence as of the date first written above and shall be undertaken and completed in such sequence as to assure their expeditious completion in light of the purposes of this Agreement. All of the services required pursuant to Schedule A, Scope of Services, herein shall be completed pursuant to Schedule C, Work Program and Schedule. Any changes in performance dates shall be handled in accordance with paragraph 13, herein. Additional services may be requested at the option of the City, which shall be completed by such date as may be established by the City at the time of authorization subject to mutual agreement of the parties thereto. 25 P a g e

30 7.1 It is understood and agreed that all specified times or periods of performance are of the essence of this Contract. 8. Compensation. The City agrees to pay the designer the compensation specified in Schedule B, Compensation and Method of Payment, which is attached hereto and made a part hereof, for the above services which shall constitute complete compensation for all services rendered and for such reimbursable expenses as authorized per paragraph 9, Reimbursable Expenses. Appropriate sums will be paid, subject to receipt of a detailed requisition for payment from the Designer specifying that he has performed the work and incurred authorized reimbursable costs under this Agreement in conformance with the Agreement, and that he is entitled to receive the amount requisitioned under the terms of the Agreement and approval of said requisition by the City department responsible for payment of this Contract. 8.1 The Designer may, in the absence of a payment schedule, periodically submit to the Official invoices, itemizing service, labor and expenses for which compensation is due and requesting payment for services rendered by the Designer during the period covered by the invoice. 8.2 Acceptance by the Designer of payment from the City for final services under this Contract shall be deemed to release forever the City from all claims and liabilities. MEDIATION Any claim, dispute or other matter in question arising out of or related to this Agreement shall be subject to mediation as a condition precedent to binding dispute resolution. If such matter relates to or is the subject of a lien arising out of the Architect s services, the Architect may proceed in accordance with applicable law to comply with the lien notice or filing deadlines prior to resolution of the matter by mediation or by binding dispute resolution The Owner and Architect shall endeavor to resolve claims, disputes and other matters in question between them by mediation which, unless the parties mutually agree otherwise, shall be administered by the American Arbitration Association in accordance with its Construction Industry Mediation Procedures in effect on the date of the Agreement. A request for mediation shall be made in writing, delivered to the other party to the Agreement, and filed with the person or entity administering the mediation. The request may be made concurrently with the filing of a complaint or other appropriate demand for binding dispute resolution but, in such event, mediation shall proceed in advance of binding dispute resolution proceedings, which shall be stayed pending mediation for a period of 60 days from the date of filing, unless stayed for a longer period by agreement of the parties or court order. If an arbitration proceeding is stayed pursuant to this section, the parties may nonetheless proceed to the selection of the arbitrator(s) and agree upon a schedule for later proceedings. 26 P a g e

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling TOWN OF BARNSTABLE INVITATION FOR BID Barnstable School Department Hyannis, MA Refuse Collection and Disposal and Recycling May 30, 2013 IFB Due: 7/10/13, no later than 2 pm It is the responsibility of

More information

RFP # 2377 CITY OF WESTFIELD PURCHASING DEPARTMENT Westfield, Mass., STEM PROGRAM OUTREACH FOR THE WESTFIELD PUBLIC SCHOOLS

RFP # 2377 CITY OF WESTFIELD PURCHASING DEPARTMENT Westfield, Mass., STEM PROGRAM OUTREACH FOR THE WESTFIELD PUBLIC SCHOOLS RFP # 2377 CITY OF WESTFIELD PURCHASING DEPARTMENT Westfield, Mass., STEM PROGRAM OUTREACH FOR THE WESTFIELD PUBLIC SCHOOLS The City of Westfield reserves the right to reject any or all proposals, to omit

More information

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

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

Request for Proposals. Assessment Center for Beverly, Peabody and Salem Police Departments

Request for Proposals. Assessment Center for Beverly, Peabody and Salem Police Departments City of Salem, Massachusetts Request for Proposals R-69 Assessment Center for Beverly, Peabody and Salem Police Departments Friday, May 27, 2016 PROPOSALS DUE: Friday, June 17, 2016 at 11:00 AM *Late proposals

More information

OWNER/PROFESSIONAL SERVICES CONSULTANT AGREEMENT PROJECT TITLE UNIVERSITY OF ILLINOIS

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

More information

Request for Bid/Proposal

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

More information

FRANKLIN REGIONAL RETIREMENT SYSTEM REQUEST FOR PROPOSALS FOR INVESTMENT CONSULTANT SERVICES

FRANKLIN REGIONAL RETIREMENT SYSTEM REQUEST FOR PROPOSALS FOR INVESTMENT CONSULTANT SERVICES FRANKLIN REGIONAL RETIREMENT SYSTEM REQUEST FOR PROPOSALS FOR INVESTMENT CONSULTANT SERVICES PURPOSE AND BACKGROUND The Franklin Regional Retirement Board ( Board ) is considering the procurement of services

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

TOWN OF CUMBERLAND, RI BID #

TOWN OF CUMBERLAND, RI BID # TOWN OF CUMBERLAND, RI BID # 2014-0710-06 The Town of Cumberland is seeking competitive bid proposals for SITE CONSTRUCTION DESIGN AND CONSTRUCTION SUPERVISION FOR RENOVATING VALLEY FALLS VETERANS MEMORIAL

More information

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

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

More information

NC General Statutes - Chapter 143 Article 8 1

NC General Statutes - Chapter 143 Article 8 1 Article 8. Public Contracts. 143-128. Requirements for certain building contracts. (a) Preparation of specifications. Every officer, board, department, commission or commissions charged with responsibility

More information

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS Request for Bids SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS DONALD CERRONE, CHAIRMAN JOHN M WALSH, VICE-CHAIRMAN

More information

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE SECTION 1: PURPOSE. 1.1 The County of Greene hereby requests proposals from interested

More information

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders. CITY OF LACEY, WASHINGTON REQUEST FOR STATEMENTS OF QUALIFICATIONS # AG-16.0370 GRAPHIC DESIGN, BRANDING, AND USER INTERFACE DESIGN SERVICES March 1, 2018 OVERVIEW The City of Lacey, Washington, is accepting

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

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

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520) REQUEST FOR PROPOSALS Energy Performance Contracting Services INTRODUCTION The City of Coolidge will accept competitive sealed proposals for energy performance contracting services at the address or physical

More information

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

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

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

West Ridge Park Ballfield Light Pole Structural Assessment

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

More information

FOR QUALIFICATIONS FOR THE PROVISION OF PROFESSIONAL SERVICES FOR CALENDAR YEAR 2019 ISSUE DATE: 9, 2018 DUE DATE:

FOR QUALIFICATIONS FOR THE PROVISION OF PROFESSIONAL SERVICES FOR CALENDAR YEAR 2019 ISSUE DATE: 9, 2018 DUE DATE: NOTE: The will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in this Request for Qualifications.

More information

Mini-Brooks Qualifications Based Selection Supplement of Design/Build Statutes

Mini-Brooks Qualifications Based Selection Supplement of Design/Build Statutes The Supplement Presentation as of August, 2015 Mini-Brooks Qualifications Based Selection Supplement of Design/Build Statutes (the full Statutes for Design/Build approaches with an analysis of each) David

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

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. 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

Request for Quote (RFQ)

Request for Quote (RFQ) August 9, 2017 Southern Utah University Request for Quote (RFQ) Night Vision Goggles (NVG) Helicopter Conversion SUU Aviation Science RFQ # NVGC17-0809 Due: 3:00 PM MDT, August 30, 2017 Index SECTION 1.0

More information

Goodwin Memorial Library Hadley, MA REQUEST FOR QUALIFICATIONS Project Title: Library Building Program. Proposal Due Date/Time: 09/30/14 4:00 PM EST

Goodwin Memorial Library Hadley, MA REQUEST FOR QUALIFICATIONS Project Title: Library Building Program. Proposal Due Date/Time: 09/30/14 4:00 PM EST Goodwin Memorial Library Hadley, MA REQUEST FOR QUALIFICATIONS Project Title: Library Building Program Proposal Due Date/Time: 09/30/14 4:00 PM EST Schedule of Events Date Request for Qualifications Release

More information

REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER February 13, 2017

REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER February 13, 2017 REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER 2017-08 February 13, 2017 Request for Qualifications: Project 2017-08 Licensed Professional Architectural Services The EVERETT HOUSING AUTHORITY is soliciting

More information

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B Sealed bids will be received by the Gratiot Community Airport at the City of Alma municipal office at 525 East Superior Street, P.O.

More information

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas REQUEST FOR PROPOSAL CONCESSION OPERATIONS for The City of Sherman, Texas Prepared By: City of Sherman Finance Department 405 N. Rusk St. P.O. Box 1106 Sherman, Texas 75091-1106 Craig Long Budget Analyst

More information

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

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

More information

B. The Bid is made in compliance with the Bidding Documents.

B. The Bid is made in compliance with the Bidding Documents. SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are

More information

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

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

More information

PUBLIC NOTICE FUEL OIL #2 LARGE TANK. Specification and bid proposal forms are available from November 15 through November 29, 2018 at:

PUBLIC NOTICE FUEL OIL #2 LARGE TANK. Specification and bid proposal forms are available from November 15 through November 29, 2018 at: 1.0 PUBLIC NOTICE PUBLIC NOTICE The School Committees from the following schools and municipalities hereby invite bids for the 2019 2020 school year: ASHBURNHAM/WESTMINSTER, AUBURN, AYER/SHIRLEY, BERLIN/BOYLSTON,

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

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS REVEREND PETER ATKINS PARK BATHROOM PROJECT CCE PROJECT NO. 117-106 NOVEMBER 2, 2017 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 1.0 INTRODUCTION

More information

INVITATION TO TENDER TENDER FORM

INVITATION TO TENDER TENDER FORM INVITATION TO TENDER 09-07-2025 TENDER FORM Submitted by: To: (hereinafter referred to as the Bidder ) Workers Compensation Board Registration Number: CAMOSUN COLLEGE (hereinafter called the Owner ) Purchasing

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

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

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

HVAC Remodel Second Floor North Center Building

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

More information

Submittal Guidelines RFQ# Daytona State Beer & Wine Institute

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

More information

Town of Wareham. Request for Proposals (RFP) AMBULANCE BILLING SERVICE

Town of Wareham. Request for Proposals (RFP) AMBULANCE BILLING SERVICE Town of Wareham Request for Proposals (RFP) AMBULANCE BILLING SERVICE Your participation is invited with regard to the above referenced proposal. In order for your submission to be considered responsive

More information

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent 6550 Walden Rd., Beaumont, Texas 77707 Phone: 409-842-1818 Fax: 409-842-2729 Legal Notice Advertisement

More information

SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES

SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES INVITATION FOR BID (IFB) SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES TOWN OF LONGMEADOW MASSACHUSETTS May 16, 2012 1 INVITATION FOR BID (IFB): SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING

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

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

Project Manual for Relocation of Apartment Contents

Project Manual for Relocation of Apartment Contents Project Manual for Relocation of Apartment Contents Proposal # P-MOV022019 SOMERVILLE HOUSING AUTHORITY 30 Memorial Road, Somerville, Massachusetts 02145 Telephone 617/625-1152 Fax 617/623-8581 Honorable

More information

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN13-004 DESIGN CRITERIA PROFESSIONAL SERVICES REQUEST FOR QUALIFICATIONS (RFQ) NO. EN13-004 FOR A DESIGN CRITERIA PROFESSIONAL

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

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

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

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

AIA Document A201 TM 1997

AIA Document A201 TM 1997 AIA Document A201 TM 1997 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address): Project University of Maine at Farmington THE OWNER: (Name and address):

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

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

TOWN OF BARNSTABLE. Awarding Authority: Barnstable Municipal Airport Commission. April 8, 2010

TOWN OF BARNSTABLE. Awarding Authority: Barnstable Municipal Airport Commission. April 8, 2010 TOWN OF BARNSTABLE REQUEST FOR PROPOSALS For CLERK OF THE WORKS REPRESENTATION SERVICES For the NEW PASSENGER TERMINAL and AIR TRAFFIC CONTROL TOWER CONSTRUCTION PROJECT Awarding Authority: Barnstable

More information

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL DOCUMENT SHREDDING February 26, 2015 The New York Liquidation Bureau ( NYLB ) carries out the responsibilities of the Superintendent of Financial Services

More information

NOW, THEREFORE, THE BOARD OF TRUSTEES OF THE TWIN RIVERS UNIFIED SCHOOL DISTRICT DOES HEREBY RESOLVE, DETERMINE, AND ORDER AS FOLLOWS:

NOW, THEREFORE, THE BOARD OF TRUSTEES OF THE TWIN RIVERS UNIFIED SCHOOL DISTRICT DOES HEREBY RESOLVE, DETERMINE, AND ORDER AS FOLLOWS: RESOLUTION NO. 652 RESOLUTION OF THE BOARD OF TRUSTEES OF THE TWIN RIVERS UNIFIED SCHOOL DISTRICT APPROVING THE AWARD OF PRECONSTRUCTION SERVICES CONTRACT AND LEASE-LEASEBACK CONSTRUCTION CONTRACT FOR

More information

Austin Independent School District Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas

Austin Independent School District Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas 78703-5399 March 22, 2016 REQUEST FOR QUALIFICATIONS The Austin Independent School District is soliciting Statements of Qualifications

More information

Standard Form of Agreement Between Contractor and Subcontractor

Standard Form of Agreement Between Contractor and Subcontractor Standard Form of Agreement Between Contractor and Subcontractor GENERAL TERMS AND CONDITIONS ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) these General Terms and Conditions,

More information

REQUEST FOR PROPOSALS PENSION ADMINISTRATION SOFTWARE SERVICES

REQUEST FOR PROPOSALS PENSION ADMINISTRATION SOFTWARE SERVICES REQUEST FOR PROPOSALS PENSION ADMINISTRATION SOFTWARE SERVICES The Taunton Contributory Retirement Board ( Board ) is seeking proposals from qualified firms to provide Pension Administration Software Services

More information

REQUEST FOR PROPOSAL (RFP) ARCHITECTURAL & DESIGN SERVICES FOR RAWLINGS LIBRARY SPACE PLANNING & INTERIOR RENOVATION

REQUEST FOR PROPOSAL (RFP) ARCHITECTURAL & DESIGN SERVICES FOR RAWLINGS LIBRARY SPACE PLANNING & INTERIOR RENOVATION REQUEST FOR PROPOSAL (RFP) ARCHITECTURAL & DESIGN SERVICES FOR RAWLINGS LIBRARY SPACE PLANNING & INTERIOR RENOVATION REQUEST FOR PROPOSAL DATE: February 16, 2018 PROPOSALS DUE Not Later Than: 3:00PM (Mountain

More information

REQUEST FOR PROPOSAL. UPS Maintenance

REQUEST FOR PROPOSAL. UPS Maintenance REQUEST FOR PROPOSAL UPS Maintenance DATE: February 7, 2008 QUESTIONS DUE BY: February 19, 2008 DUE DATE and BID OPENING: February 26, 2008 TIME OF BID OPENING: 2:00 P.M. EST LOCATION OF BID OPENING: 103

More information

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Servicing Carrier REQUEST FOR PROPOSAL ( RFP ) ISSUED.

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Servicing Carrier REQUEST FOR PROPOSAL ( RFP ) ISSUED. The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Servicing Carrier REQUEST FOR PROPOSAL ( RFP ) ISSUED July 31, 2014 Issued by Affinity Insurance Services, Inc. Plan Administrator Minnesota

More information

Professional Services and Bidding Construction Projects BILL NO. SPONSORED BY COUNCILMAN

Professional Services and Bidding Construction Projects BILL NO. SPONSORED BY COUNCILMAN Professional Services and Bidding Construction Projects BILL NO. SPONSORED BY COUNCILMAN ORDINANCE NO. AN ORDINANCE OF THE CITY OF, MISSOURI, ESTABLISHING POLICIES AND PROCEDURES FOR SELECTING PROFESSIONAL

More information

INFORMATION FOR BIDDERS

INFORMATION FOR BIDDERS 1. Receipt and Opening of Bids INFORMATION FOR BIDDERS The Laguardo Utility District (herein called the Owner ), invites bids on the form attached hereto, all blanks of which must be appropriately filled

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

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

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park Issued By: Town Manager 3150 Southwest 52 nd Avenue Pembroke Park,

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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT

More information

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals ( RFP ) Issued by Affinity Insurance Services, Inc. Plan Administrator - MWCARP This RFP is a solicitation

More information

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

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

More information

Request for Proposals (RFP)

Request for Proposals (RFP) Town of Londonderry, NH Planning and Engineering Professional Review Services Request for Proposals (RFP) The Town of Londonderry, New Hampshire (Town), through the office of the Town Manager, and with

More information

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER August 2017 Name of Bidder Address Telephone Number TABLE OF CONTENTS CITY OF KALISPELL Used Asphalt Paver Title No. of Pages Table of Contents (This

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

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

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

General Conditions for Construction GCC201. Contract Type: Document No. for the following PROJECT: (Name and location or address) EXAMPLE

General Conditions for Construction GCC201. Contract Type: Document No. for the following PROJECT: (Name and location or address) EXAMPLE Page 1 of 37 for the following PROJECT: (Name and location or address) EXAMPLE THE OWNER: (Name and address) Example, THE ARCHITECT: (Name and address) TABLE OF ARTICLES 1 GENERAL PROVISIONS 2 OWNER 3

More information

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR QUALIFICATIONS:

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR QUALIFICATIONS: COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR QUALIFICATIONS: ARCHITECTURAL SERVICES FOR CHILD DEVELOPMENT CENTER RENOVATION RFQ #1711001 Due Date: December 7, 2017 Not Later Than

More information

INFORMATION FOR BID. Tee Shirts (School Nutrition)

INFORMATION FOR BID. Tee Shirts (School Nutrition) BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time

More information

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Legal Defense Services Request For Proposals

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Legal Defense Services Request For Proposals The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Legal Defense Services Request For Proposals ( RFP) Issued by Affinity Insurance Services, Inc. Plan Administrator - MWCARP This RFP is a

More information

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

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB: Darlington County is requesting sealed bids for Asphalt Surface Treatment (Triple Treatment Type I) for all (8) eight roads in the Timberchase Subdivision. The roads consist of the following: 1. Timberchase

More information

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

More information

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services City of Jeffersontown Request for Qualifications ON-CALL Electrical Services Table of Contents Request of Qualifications I. Invitation and Instructions to Interested Firms II. III. IV. General Provisions

More information

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES The intent of this Request for Qualifications (RFQ) is to solicit responses from Energy Service

More information

Request for Proposals

Request for Proposals RFP #G058 Request for Proposals A/E Design Consulting Services Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301 Proposals must be submitted No later than 1:00 PM March

More information

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO REQUEST FOR PROPOSAL For 21c Roof Replacement PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO PPLD RFP # 490-18-05 The Pikes Peak Library District (PPLD) invites qualified Roofing Contractors (The Company

More information

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST RFP14-1480 Request for Proposal RFP14-1480 SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST DATE OF ISSUE: September 08,, 2014 TO RESPOND BY RESPOND TO: September 22, 2014 3:00

More information

TAUNTON CONTRIBUTORY RETIREMENT SYSTEM REQUEST FOR PROPOSALS FOR INVESTMENT CONSULTANT SERVICES

TAUNTON CONTRIBUTORY RETIREMENT SYSTEM REQUEST FOR PROPOSALS FOR INVESTMENT CONSULTANT SERVICES TAUNTON CONTRIBUTORY RETIREMENT SYSTEM REQUEST FOR PROPOSALS FOR INVESTMENT CONSULTANT SERVICES The Taunton Retirement Board (hereinafter, the Board") invites proposals from qualified entities seeking

More information

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

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

More information

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

ANNEX A Standard Special Conditions For The Salvation Army

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

More information

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following: THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS This entire Bid Package, which includes the following: Notice Inviting Bids, Bid Proposal Forms, and County of Inyo Standard Contract No.

More information

Estate Development Consultant

Estate Development Consultant RFP Real Estate Development Consultant Issued: April 11, 2018 Issued by: Contact: Cambridge Redevelopment Authority 255 Main Street, Eighth Floor Cambridge, MA 02142 Tom Evans, Executive Director, tevans@cambridgeredevelopment.org

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

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

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis Request Proposals ( RFP ) 2018-01 On An As Needed Basis City of Coachella Engineering Division 1515 Sixth Street Coachella, Calinia 92236 Deadline Submissions: November 1, 2017 by 3:00 p.m. Request Proposals

More information