FREDERICK COUNTY SANITATION AUTHORITY

Size: px
Start display at page:

Download "FREDERICK COUNTY SANITATION AUTHORITY"

Transcription

1 FREDERICK COUNTY SANITATION AUTHORITY REQUEST FOR QUALIFICATIONS OPEQUON WATER SUPPLY PROJECT April 3,2017 Address Statement of Qualifications to: Frederick County Sanitation Authority Attention: Connie Morrison-Henry 315 Tasker Road Stephens City, VA Inquiries and questions should be addressed to: Statement of Qualifications are due: April 28, 2017 at 2 PM local time Envelopes must be sealed and plainly marked: SOQ Enclosed Envelopes must include the name and address of the Respondent. Respondents must submit five paper copy sets of the proposal along with one digital copy. The Frederick County Sanitation Authority reserves the right to reject any and all Statement of Qualifications. Page 1 of 23

2 FREDERICK COUNTY SANITATION AUTHORITY REQUEST FOR QUALIFICATIONS Contents Section 1. Background Introduction RFQ Organization Authority s Objectives...5 Section 2. Project Overview Project Scope Project Budget and Funding Project Schedule...6 Section 3. Progressive Design-Build Services General Roles and Responsibilities...7 Section 4. Procurement Process Acknowledgement of RFQ Communications and Authority Contact Procurement Schedule Pre-Submittal Meeting and Site Tour...9 Section 5. SOQ Submission Requirements Submittal Place and Deadline Submission Format Submission Content Transmittal Letter Part 1 Executive Summary Part 2 Design-Builder Profile Part 3 Project Team Part 4 Experience Part 5- Project Approach and Understanding Part 6- Cost Factors Section 6. SOQ Evaluation and Selection General Responsiveness...15 Page 2 of 23

3 6.3 Minimum Qualification Requirements Interviews Comparative Evaluation Criteria Selection of Short List...17 Section 7. Conditions for Respondents Owner Authority Ineligible Firms and Individuals Conflict of Interest Proprietary Information Rights of the Authority Obligation to Keep Project Team Intact Addenda Appeals...19 Attachment A Definition of Terms...20 Attachment B Forms for Affirmation of Compliance...21 Attachment C Submittal Certification...22 Attachment D Source Water Testing Results Page 3 of 23

4 Section 1. Background 1.1 Introduction This request for qualifications (RFQ) for the Opequon Water Supply Project (Project) invites statements of qualifications (SOQs) according to the requirements set forth in this RFQ, including the format and content guidelines in Section 5, and in accordance with the Design-Build Procedures adopted by the Frederick County Sanitation Authority (Authority). The SOQs will be reviewed and evaluated to generate a short list of two to five Respondents, as described in Section 6, which will then be invited to participate in interviews. At the completion of the RFQ evaluation process, the Authority intends to issue a request for proposals (RFP) to two to five Respondents for award of a Progressive Design-Build Contract, which is anticipated to be based on EJCDC 2016 design-build forms, as revised by Authority to meet the requirements of the Virginia Public Procurement Act and its needs for this Project. The capitalized terms in this RFQ have the meanings as first used in the text of this RFQ and as defined in Attachment A (Definition of Terms). The Project is to be designed and constructed in two stages using the progressive design-build delivery method: Preliminary Stage: Prepare design to 60-80% complete and a guaranteed maximum price (GMP) proposal Completion Stage: Complete design, construction and post-construction tasks, including performance testing, startup commissioning and operator training and support (if the GMP proposal is approved by the Owner in Preliminary Stage) This RFQ is subject to revision after the date of issuance via written addenda. Any such addenda will be posted on the Owner s web site (not distributed directly to potential Respondents). It is each Respondent s responsibility to obtain all RFQ addenda prior to submitting its SOQ. In no event will the Owner be liable for any costs incurred by any Respondent or any other party in developing or submitting an SOQ. 1.2 RFQ Organization This RFQ consists of seven Sections and three Attachments: Section 1: Background Section 2: Project Overview Section 3: Progressive Design-Build Services Section 4: Procurement Process Section 5: SOQ Submission Requirements Section 6: SOQ Evaluation and Selection Section 7: Conditions for Respondents Attachment A: Definition of Terms Attachment B: Affirmation of Compliance Attachment C: Submittal Completion Attachment D: Source Water Testing Results 01 The contents of the RFQ Attachments take priority over any conflicting statements in the RFQ Sections. Page 4 of 23

5 1.3 Authority s Objectives The Authority s objectives for delivery of the Project are as follows: Priorities: Address as many of the Authority s priorities as funding and scheduling constraints allow. Quality: Provide treatment facilities and equipment that will be sustainable and will reliably produce required quantities of finished water in full compliance with federal and state regulations and contractual standards for water quality over the range of raw water quality conditions set by the Authority. Cost: Minimize life-cycle cost. Schedule: Achieve the scheduled completion date of February 28, 2020 for design, construction and performance testing of the Project. Risk: Achieve an optimal balance of risk allocation between the Authority and the Design-Builder. Safety: Implement an effective safety program incorporating best industry practices. By selecting the progressive design-build delivery method for the Project, the Authority is committed to working in close collaboration with the Design-Builder during the Preliminary Stage to develop the Project s design to achieve the Project objectives and to obtain a mutually-agreeable GMP price for delivery of the Project. Section 2. Project Overview 2.1 Project Scope The Frederick County Sanitation Authority s water system, serving Authority customers in the Frederick County, Virginia area surrounding the City of Winchester, is currently supplied by the Diehl and Anderson Water Treatment Plants, filtration plants rated at 4.0 MGD each. The raw water sources for each plant is derived from groundwater wells and abandoned quarries. Finished water is also purchased from the City of Winchester. The proposed project has been conceived to construct an Opequon Creek water intake structure, an Ebert Road Quarry water intake structure, raw water pumping station(s), an 8.0 MGD filtration plant (expandable to 14MGD) with pre and posttreatment processes as necessary, maintaining plant operational requirements not to exceed fourteen (14) hours per day, and raw waterlines to and from the new filtration plant and intake sites. A Progressive Design Build delivery, following the Authority s Design- Build Procedures, is being sought for this Project in order to meet the required timeframe for construction, achieve the benefit of design flexibility and to allow Authority to work in partnership with the selected Design Builder for the most cost effective and reliable solution. One objective of the Project is to provide treated water from the Opequon Creek to serve the customers of the Authority s water system. The following outlines the anticipated outcome of the Project: 1. Opequon Creek 8.0 MGD Raw water intake and pump station; 2. Ebert Road Quarry and raw water intake and pump station; 3. 5 mile raw waterline from proposed Opequon Creek raw water pump station to proposed water treatment plant and Ebert Road Quarry, capable of transferring 10 MGD; mile raw water line from the Ebert Road Quarry to the water treatment plan, capable of transferring 6 MGD; 5. Raw waterline from the Bachmann water well to the adjacent water treatment plant; MGD filtration water treatment plant, designed to be readily upgradable to 14.0MGD; 7. Finished waterline from the new filtration plant to the existing water system; Page 5 of 23

6 8. Pre and post treatment processes as necessary to address disinfection byproducts (DBPs) and potential taste and odor concerns; In the event that budgetary constraints impact the anticipated outcome of the Project and the accomplishable scope, the draft order of priorities in the anticipated value based decision making process is likely to be implemented as follows: 1. Provide for the design of an 8 MGD water treatment plant with a suitable treatment train for the 3 water sources: Opequon Creek, Bachman water well, and the Ebert Road Quarry water. 2. Provide raw waterline from the Ebert Road Quarry to the treatment plant 3. Provide water treatment for the on-site Bachmann water well and Ebert Road Quarry water by January 1, Provide for the Opequon Creek water intake and raw waterline to the treatment plant. The Authority currently has only limited water quality data available for the raw water sources ( Attachment D -Source Water Testing Results 01). The results include grab samples taken on March 6,2017. Sampling was taken at the future creek intake site and quarry site. An additional sample is included, taken from the FCSA distribution system on the same date, providing information on FCSA finish water quality. Sampling and analysis of the groundwater well located on the future water plant site is currently underway and will be provided as an addendum if available prior to the SOQ submission deadline. 2.2 Project Budget and Funding The cost for design and construction of the Project is currently budgeted at $20 million. Such budget does include Authority s other Project costs, such as professional advisory services, property or access rights, site investigations, environmental studies, certain governmental approvals, taxes, etc. The Authority intends to use a Drinking Water State Revolving Fund Loan and/or a Virginia Resource Authority Bond in conjunction with funds contributed from the Authority s Board Designated Reserves to provide the capital funding needed for the Project. 2.3 Project Schedule It is anticipated that the Progressive Design-Build Contract will be executed on or about July 1, The design, permitting, construction and performance testing of the completed Project are expected to be completed no later than February 28, Section 3. Progressive Design-Build Services 3.1 General The Design-Builder will provide services in two distinct stages. Preliminary Stage services generally consist of preliminary engineering, geotechnical investigations and design development, as well as preparation, in close collaboration with the Authority, of a proposed price and schedule. The proposed price and schedule includes the Project s design (developed to the Authority s required level of completion), a Guaranteed Maximum Price, Project schedule, and supporting documentation, such as detailed open-book costing for the GMP. Completion Stage services generally encompass completing the Project s design, construction and post-construction tasks such as performance testing, commissioning startup testing and operator support. Permitting activities are included in each Stage. Page 6 of 23

7 Preliminary services (including, but not limited to): Develop the Project execution plan, including Project schedule. Produce the basis-of-design report. Develop the engineering design (including preparing and submitting intermediate design review packages) and valueengineering activities in conjunction with Authority. Prepare a project cost model and provide detailed cost estimates as the design and design alternatives are advanced. Submit and negotiate a Guaranteed Maximum Price to complete the second stage (Completion Stage). Perform engineering studies (such as subsurface investigations, pilot studies, raw water/ wastewater analyses, etc.) to support design and cost estimating. Identify Project permitting requirements and initiate certain permitting activities. Completion Stage (including, but not limited to): Complete the final design. Procure equipment and subcontractors. Secure necessary permits. Construct the Project. Conduct startup, commissioning and performance testing. Provide operator training. Provide warranty coverage. 3.2 Roles and Responsibilities Authority: The Authority will cooperate with the Design-Builder and will fulfill its responsibilities in a timely manner to facilitate the Design-Builder s timely and efficient performance of services. Authority responsibilities include: Review submissions and provide comments to Design-Builder. Furnish existing studies and provide complete, accurate and reliable data and information regarding the Project, including record drawings, preliminary studies, environmental impact assessments, etc. Provide information and provide (or engage Design-Builder to perform) additional studies that may be necessary to complete the Project. Provide adequate funding. Provide access to the Project site and any necessary easements. Obtain the governmental approvals and permits Authority is responsible for, and assist Design-Builder in obtaining governmental approvals and permits it is responsible for. Provide necessary data and inputs (e.g., raw water, wastewater influent or biosolids) for Project start-up and performance testing. Design-Builder: The Design-Builder will cooperate with the Authority and will provide in a timely manner the Preliminary Stage and Completion Stage services necessary to complete the Project scope specified in this RFQ. Design-Builder responsibilities include: Prepare design and construction documents. Supervise subcontractors and Design-Builder personnel. Page 7 of 23

8 Obtain certain governmental approvals and permits. Maintain site security. Conduct performance testing. Implement quality-management procedures. Implement Project health and safety practices. Section 4. Procurement Process 4.1 Acknowledgement of RFQ Each Respondent should provide the Authority an acknowledgement that it has received the RFQ and is a potential Respondent. Such acknowledgement shall identify and provide full contact information for the Respondent Contact, who shall be the Respondent s single point of contact for the receipt of any future documents, notices and addenda associated with this RFQ. Such acknowledgement must be sent in writing and a copy electronically transmitted to the Authority Contact by Communications and Authority Contact On behalf of the Authority, Connie Morrison-Henry, Purchasing Agent, will act as the sole point of contact for this RFQ and shall administer the RFQ process. All communications shall be submitted in writing or by , and shall specifically reference this RFQ. All inquiries shall include RE: OWSP SOQ Questions in the subject line of the . All questions or comments should be directed to the Authority Contact as follows: Connie Morrison-Henry Purchasing Agent Frederick County Sanitation Authority 315 Tasker Road Stephens City, VA Extension 121 chenry@fcsa-water.com No oral communications from the Authority Contact or other individual is binding. No contact with Authority staff, board members or any public official concerning the Project during the procurement process is allowed. A violation of this provision may result in disqualification of Respondent. The Authority Contact my designate alternate contracts, such as the Owner s Representative or other FCSA staff members, in order to address specific inquiries. 4.3 Procurement Schedule The current procurement schedule is as follows: Issue RFQ April 3, 2017 Pre-submittal meeting April 10, 2017 Page 8 of 23

9 Deadline for questions April 13, 2017 Submit SOQ April 28, 2017 Interviews (if required) May 8, 2017 SOQ evaluation completed/short list released May 12, Pre-Submittal Meeting and Site Tour Authority will conduct a pre-submittal meeting for those interested in responding to the RFQ. Attendance at this meeting is not mandatory. The meeting will be held at 315 Tasker Road, Stephens City, Virginia on April 10, 2017 starting at 10:00. At this meeting, Authority will offer information about the Project and the procurement process. Those who attend the pre-submittal meeting will have the opportunity to tour the Project site following the meeting to familiarize themselves with site conditions and constraints. Respondents shall advise the Authority Contact 5 days before the meeting of the names of individuals who will attend the pre-submittal meeting. Due to space constraints, each firm is limited to 4 attendees at the meeting and site tour. Section 5. SOQ Submission Requirements 5.1 Submittal Place and Deadline The submittal must be received no later than April 28, 2017 at 2 pm, addressed to Connie Morrison-Henry Purchasing Agent Frederick County Sanitation Authority 315 Tasker Road Stephens City, VA Each Respondent assumes full responsibility for timely delivery of its SOQ at the required location. Any SOQ received after the submittal deadline will not be opened and will be returned. The delivered packaging containing the SOQ documents must note SOQ Enclosed-OWSP Proposal on its face. 5.2 Submission Format Provide Financial Records information in a separate sealed envelope labeled Financial Records Confidential and Proprietary. The pages of the Financial Records portion of the submittal do not count towards any page limits. Provide one bound hard copy of Financial Records in a separate envelope within the submittal package. Do not provide electronic copy of Financial Records in any format. Responses should include 5 hard bound copies and one compact disc (CD) or digital video disc (DVD) which contains a single Adobe Portable Document Format (PDF) file containing the entire contents in the same layout and format as the hard copies. PDF files shall have bookmarks provided to, at minimum, identify the same level of section separations as provided in the hard copies. Do not include any of the Financial Records information with the bound hard copies or associated PDF files. SOQ must not exceed 50 total pages (most or all 8½ x 11 inch with 1-inch or greater margins), excluding the transmittal letter, Page 9 of 23

10 index or table of contents, front and back covers, title pages/separation tabs, and appendices. A maximum of 10 of the total pages may be 11 x 17-inch tri-fold format. Eleven-point font or larger must be used in SOQ Parts Submission Content The content requirements set forth in this RFQ represent the minimum content requirements for the SOQ. It is the Respondent s responsibility to include information in its SOQ to present all relevant qualifications and other materials. The SOQ, however, should not contain standard marketing or other general materials. It is the Respondent s responsibility to modify such materials so that only directly relevant information is included in the SOQ. The SOQ must include the following information in the order listed: Transmittal Letter Part 1 Executive Summary Part 2 Design-Builder Profile Part 3 Project Team Part 4 Experience Part 5 Project Understanding and Approach Part 6- Cost Factors Appendix A Forms for Affirmation of Compliance Appendix B Resumes Appendix C Financial Statements (separate envelope) Transmittal Letter Respondents must submit a transmittal letter (maximum two pages) on the Respondent s letterhead. It must be signed by a representative of the Respondent who is authorized to sign such material and to commit the Respondent to the obligations contained in the SOQ. The transmittal letter must include the name, address, phone number and address for the Respondent s Contact, and must specify who would be the Design-Builder s signatory to any contract documents executed with the Authority. Such letter may include other information deemed relevant by the Respondent Part 1 Executive Summary The executive summary (maximum three pages) must include a concise overview of the key elements of the SOQ and must summarize and refer to information in the SOQ concerning satisfaction of the Minimum Qualification Requirements. The executive summary shall not be used to convey additional information not found elsewhere in the SOQ Part 2 Design-Builder Profile A detailed and complete description of the company proposed as the Design-Builder must be provided in Part 2 of the SOQ. (The term company can refer to either a single entity or a joint venture.) Information concerning Key Personnel and other firms that may be included on the Project Team, such as sub-consultants and subcontractors, should be provided in Part 3 Page 10 of 23

11 of the SOQ. The Design-Builder Profile must include the following information: General Provide general information about the Design-Builder, such as lines of business and service offerings, locations of home and other offices, number of employees (professional and non-professional), years in business, and evidence of required licenses. Legal structure Identify whether the Design-Builder is organized as a corporation, limited liability company (LLC), general partnership, joint venture, limited partnership, or other form of legal entity. As applicable, identify the authority of the Design-Builder (e.g., shareholders, members, partners, and the like) who hold an interest of ten percent or more. Project office location Identify where the Design-Builder intends to maintain its project office(s) and where the majority of the design work will be performed. Financial condition In SOQ Appendix C (Financial Statements), provide audited financial statements for the Design-Builder for the past three years and quarterly financial statements, certified by the chief financial officer, for the current year. If the Design-Builder is a joint venture, LLC, or partnership, such financial statements must be provided for each partner or member. Payment and performance bonds A letter from the Design-Builder s surety must be provided to verify the availability of a design-build bond or bonds (covering both performance and payment) of at least $20 million for this Project. The surety must be authorized by law to do business in Virginia and must have an A.M. Best Company Rating of A minus VIII or better. The surety must also be listed in the U.S. Department of Treasury s Circular 570. Insurance A letter or Certificate of Insurance from the Design Builder s insurance company must be provided stating its ability to acquire and provide the following minimum limits for the required insurance: Statutory workers compensation insurance (as required by state law) Employer s liability insurance: $ 1 million Commercial general liability insurance: $ 1-2 million per occurrence; $ 5-10 million annual aggregate Commercial automobile liability insurance: $ 2-5 million combined single limit for bodily injury and property damage Excess liability insurance above the employer s, general and automobile insurance: $ 5-20million Professional liability (errors and omissions): $ 1-2 million each occurrence and $2-5 million the aggregate Builder s Risk (and/or installation floater) for all or parts of the project: $5-30 million The required insurance must be obtained and maintained from insurance companies that have an A.M. Best Rating of A Page 11 of 23

12 minus and VIII or better and are duly licensed or authorized in Virginia. The SOQ must provide the following additional information pertaining to factors or events that have the potential to adversely impact the Design-Builder s ability to perform its contractual commitments. Material adverse changes in financial position. Describe any material historical, existing or anticipated changes in financial position, including mergers, acquisitions, takeovers, joint ventures, bankruptcies, divestitures, or any material changes in the mode of conducting business. Legal proceedings and judgments. List and briefly describe any pending or past (within 10 years) legal proceedings and judgments, or any contingent liability, of the Respondent or any officer, director or owner of the Respondent that could adversely affect the financial position or ability to perform contractual commitments to Authority. This includes, but is not limited to, any judgments related to breach of contract for governmental or non-governmental construction. If no such proceedings or judgments are listed, provide a sworn statement to that effect from the general counsel. Completion of contracts. Has the Design-Builder failed to complete any contract, or has any contract been terminated due to alleged poor performance or default within the past 10 years? Has the Design-Builder been in substantial noncompliance with the terms and conditions of prior construction, design-build or construction management contracts with a public body without good cause within the past 10 years? If the answer to either question is yes describe the circumstances. Violation of laws. Has the Design-Builder or any officer, director, owner, project manager, procurement manager or chief financial officer of the Design-Builder been convicted of any criminal conduct or been found in violation of any federal, state, or local statute, regulation, or court order concerning antitrust, public contracting, employment discrimination or prevailing wages within the past 10 years? If so, describe the circumstances. Debarred from bidding. Has the Design-Builder or any officer, director or owner of the Design-Builder been debarred within the past 10 years, or is it under consideration for debarment, on public contracts by the federal government or any public body or agency of any level of government? If so, describe the circumstances. If any of the above questions are answered in a manner that indicates that any of these unfavorable factors or events are present, it is the Respondent s responsibility to: (1) describe in detail the unfavorable factor or event; and (2) provide sufficient information to demonstrate that the unfavorable factor or event will not adversely impact the Design-Builder s ability to perform its contractual commitments. The Respondent must notify the Authority of any changes subsequent to submission of the SOQ and before the selection process is completed (and, in the case of the selected Respondent, before execution of the Progressive Design-Build Contract) Part 3 Project Team The composition, organization and management of the Project Team must be described in two separate subsections. Page 12 of 23

13 Design-Builder/ other firms: Identify any other firms (such as subcontractors and sub-consultants) included on the Project Team along with the Design-Builder and describe the scope of the Design-Builder s and each firm s services and responsibilities during the Preliminary Stage and Completion Stage of the Project. The firm(s) serving as the Designer and the Builder must be clearly identified. Provide Preliminary Stage and Completion Stage organizational charts showing the reporting relationships and responsibilities of the Design-Builder and any other firms, and describe the Design-Builder s approach to the management of such firms. Key Personnel Identify all Key Personnel (and their firm affiliations) on the Project Team and describe their specific responsibilities during Preliminary Stage and Completion Stage of the Project. Provide Preliminary Stage and Completion Stage organizational charts showing the reporting relationships and responsibilities of all Key Personnel (along with their firm affiliations) and describe the Design-Builder s approach to the management of such Key Personnel. Indicate the commitment of all Key Personnel in terms of an estimated percentage of time during each phase of the Project. Provide resumes for all Key Personnel in SOQ Appendix B (Resumes). Resumes must be limited to two pages per individual and include: Academic and professional qualifications Professional registration (as applicable) Experience as it relates to the Project and to the individual s specified role on the Project Any change in the firms or Key Personnel included in the SOQ would require Authority approval Part 4 Experience The SOQ must describe the performance history and experience of the Project Team on similar projects and provide information concerning safety. Reference Projects The Respondent shall submit descriptions of reference projects to demonstrate relevant experience of the Respondent and members of the Project Team. Each project description shall contain at least the following information: Name of Owner Owner reference and contact information Role of Respondent Contract value Year started and year completed Description of the project showing relevance to this Project Page 13 of 23

14 Firms and Key Personnel that participated in project and are included in this SOQ, along with a clear description of the project role and responsibility of each In addition, a one-page summary table should be provided to cross-reference the Project Team (firms and Key Personnel) with participation in the reference projects. Safety Provide a summary description of the Design-Builder s corporate safety program and include safety statistics or records indicating categories of accidents and their incidence or frequency rates for the past five years. The following safety records must be provided for the Design-Builder for the current and past five years: The experience modification rate (EMR) calculated by the National Council on Compensation Insurance or similar rating bureau. (The EMR is also referred to as the experience modification rating, experience modification factor, experience modifier or X-mod.) The days-away-from-work injury incidence rate. A day-away-from-work injury is an injury that prevents an employee from returning to his or her next regularly scheduled shift. The incidence rate is calculated by multiplying the number of days-away-from-work injuries for the particular year by 200,000 and then dividing the product by the person-hours worked for that year Part 5- Project Approach and Understanding Provide a conceptual description of the Design-Builder s understanding of the Project elements and a discussion of how that understanding should allow the Authority to conclude that the Design-Build team is conceptually knowledgeable of the Project. Describe your team s understanding of the critical success factors from the perspective of various stake holders affected by the Project. Provide a conceptual description of the Design-Builder s approach for managing and performing its services during Preliminary Stage and Completion Stage of the Project. At a minimum, address the following: Describe the strategy for collaboratively evaluating the Project priorities versus budgetary and scheduling constraints. Discuss how risk factors will be identified and addressed. Discuss how the design and construction processes will interface, including how constructability, permitability, and schedule-ability issues will be addressed. Describe the process for developing the GMP, including the amount of cost contingency. Identify and prioritize the work components critical to the Project s success and how these components will be addressed. Describe the Project approach utilizing the priorities listed in Section 2.1 and the given budget. Discuss how collaborative relationship with the Authority will be established and cultivated during the design development, schedule development, and cost development Part 6- Cost Factors Provide a description of how the Design-Build team expects to be compensated. Describe how the Design-Build team will Page 14 of 23

15 manage a $20 million total project budget. Describe how you will allocate the Cost of Work with respect to budgetary allocations within the GMP and with respect to developing the Contract Price. Describe how cost savings will be shared. For Preliminary Stage services, provide a preliminary proposed scope of services. While the Authority will prefer a Lump Sum Fee proposal for these services, describe the methodology for compensation for any scope items that the Design Builder chooses to handle outside of the Lump Sum Fee. Provide an hourly rate schedule for the staff expected to contribute to the Preliminary Stage and Completion Stage services. Provide an estimate of the direct labor multiplier used to develop the hourly rate schedule. Describe how costs may be derived and an estimate of the schedule necessary to prepare biddable documents in the event that the Authority and the Design Build team cannot reach a GMP Agreement (the Authority elects to take the offramp). Describe the open book GMP development process and provide a briefly summarized example. For the GMP proposal (to be developed during Preliminary Stage), provide a description of the cost estimating approach to developing: Design Builder s Fee (GMP) Estimated Cost of Work List of separately priced items Lastly, provide a description of the approach to developing a Contract Price, i.e. Design Builder s Fee plus Cost of Work plus Design Builder s contingency minus Savings accrued to the Owner. Section 6. SOQ Evaluation and Selection 6.1 General The SOQs will be reviewed and evaluated by the Authority s selection committee (with assistance provided by outside advisors if desired by Authority) according to the requirements and criteria outlined in this Section 6. During the SOQ evaluation process, written questions or requests for clarifications may be submitted to one or more Respondents regarding its SOQ or related matters. Failure to respond in a timely manner to any such questions or requests may be grounds for elimination of the Respondent from further consideration. In addition, the Authority may require that all or a limited number of Respondents participate in interviews. 6.2 Responsiveness Each SOQ will be reviewed to determine whether it is responsive to the RFQ. Failure to comply with the requirements of this RFQ may result in an SOQ being rejected as nonresponsive. At its sole discretion, however, the selection committee may waive any such failure to meet a requirement of this RFQ and may request clarification or additional information to remedy a failure. 6.3 Minimum Qualification Requirements Each responsive SOQ will be reviewed to determine whether it meets the Minimum Qualification Requirements outlined in this subsection. At its sole discretion, the selection committee may waive any failure to satisfy such requirements and may request clarification or additional information to address any questions that may arise in this regard. Any SOQ that does not satisfy all Page 15 of 23

16 the Minimum Qualification Requirements may be rejected. Performance and Payment bond. Ability of the Design-Builder to provide a design-build performance and payment bond(s) in the amount of $20 million Net worth. The Design-Builder must have a minimum net worth of $10 million. Material adverse condition. The Design-Builder must not be subject to a material adverse condition, such as pending litigation, insufficient liquidity, weak operating net income or cash flow, or excessive leverage, that gives rise to reasonable doubt concerning its ability to continue to operate as an ongoing concern, to provide performance and payment bonds or insurance at minimum levels required by this RFQ, or to maintain sufficient financial strength to undertake and successfully complete the Project and to mitigate/absorb Project risks. Licensing and registration. The Design-Builder and each firm must be licensed in Virginia for the type of work to be performed. The Designer must include in responsible charge an engineer registered in Virginia, and each architect must be registered in Virginia. The Project Team must include a licensed Class A contractor in the Commonwealth of Virginia. Design experience. Within the past 10 years, the Designer must have successfully completed the design of at least 5 similar or comparable projects for municipal clients in the United States and preferably one similar or comparable project for a municipal client in Virginia. Construction experience. Within the past 10 years, the Builder must have successfully completed the construction of at least 5 similar or comparable projects for municipal clients in the United States and preferably one similar or comparable project for a municipal client in Virginia. Design-build experience. Within the past 10 years, the Respondent should have successfully completed or performed a substantial degree of work on at least three similar or comparable projects for municipal applications in the United States and preferably one similar or comparable project for municipal clients in Virginia. Collaborative Project Delivery experience includes projects in which the Builder and the Designer worked under a project delivery approach which promoted integration of Design and Construction. Such project delivery approaches may have included Design Build, or Construction Manager at Risk. Respondent should have been a primary entity (Designer or Builder or both) in such experience. Safety record. The Builder should provide its safety record including but not limited to EMR. Provide explanation of EMR values and records to further explain your safety record. Project Understanding. The Design Build team should demonstrate sufficient understanding of Project factors to allow the Authority to conclude that the Design Build team can effectively address the majority of the Authority s expectations without the need for intensive day to day guidance being required on the part of the Authority during the accomplishment of the Project. Page 16 of 23

17 Project Approach. The Design Build team should demonstrate their capacity to creatively develop and implement a Project approach that will accomplish most of the Authority s objectives within the budgetary and scheduling constraints derived from the understanding of the project by the Design Build team. Cost Factors. The Design Build team should communicate sufficient description of value to allow the Authority to conclude that their services and work will be valued attractively. 6.4 Interviews The selection committee will evaluate and rank the responsive SOQs that satisfy the Minimum Qualification Requirements by applying the weighted comparative evaluation criteria set forth below. The Selection Committee may hold meetings and interviews, and conduct discussions and correspondence with one or more of the Respondents to seek an improved understanding of any information contained in an SOQ. Currently, the Selection Committee does not intend to develop a separate interview criteria. Instead, the Selection Committee intends to use the interview to seek and improved understanding of any information contained in the SOQ; that improved understanding will be used to enhance the application of the weighted comparative evaluation criteria. If the responsive SOQs contain information that suggests separate interview criteria are necessary, that criteria will be developed by the selection committee and communicated in advance of the interview phase of the evaluation process. 6.5 Comparative Evaluation Criteria The selection committee will evaluate and rank the responsive SOQs that satisfy the Minimum Qualification Requirements by applying the weighted comparative evaluation criteria set forth below. Criteria Description Value Qualifications 25 Experience 30 Project Understanding and Approach 35 Cost Factors Selection of Short List After the evaluation process is complete the top-ranked Respondents will be selected for inclusion in the short list of two to five Proposers who will receive the RFP. Section 7. Conditions for Respondents 7.1 Owner Authority The Frederick County Sanitation Authority is a Virginia Corporation created under the Virginia Water and Waste Authorities Act on August 1, 1967, for the purpose of acquiring, constructing, operating, and maintaining and integrated water supply and distribution system in Frederick County and an integrated sewer system for Frederick County. The Authority is a public body, politic and corporate, deemed to be an instrumentality exercising public and essential governmental functions for health and Page 17 of 23

18 welfare. The procurement process for this Project is authorized under the Design-Build Procedures adopted on March 24, The Design-Build Procedures were adopted under the authority of the Virginia Public Procurement Act. 7.2 Ineligible Firms and Individuals The following firms and individuals are serving in an advisory capacity to the Authority for this Project and are therefore not eligible to assist or participate with any Respondent that submits an SOQ for the Project. 1. Earl Sutherland, PE, Pennoni, Winchester, Virginia 2. McGuire Woods, LLP, Tysons/Richmond, Virginia 7.3 Conflict of Interest Identify any persons know to the Respondent who would be obligated to disqualify themselves from participation in any transaction arising from or in connection to the project pursuant to the Virginia State and Local Government Conflict of Interest Act ( VSLGCIA ), as amended. 7.4 Proprietary Information All materials submitted to the Authority become public property and are subject to the Freedom of Information Act. The Respondent can request that all information submitted by the Respondent as part of its SOQ be considered as a trade secret or proprietary information by marking the check box located on the Submittal Certification (Attachment C). 7.5 Rights of the Authority In connection with this procurement process, including the receipt and evaluation of SOQs and development of the short list, Authority reserves to itself (at its sole discretion) all rights available to it under applicable law, including without limitation, with or without cause and with or without notice, the right to: Cancel, withdraw, postpone, or extend this RFQ, in whole or in part, at any time, without incurring any obligations or liabilities Modify the procurement schedule Waive deficiencies, informalities and irregularities in an SOQ and accept and review a non-conforming SOQ Suspend and terminate the procurement process or terminate evaluations of SOQs received Permit corrections to data submitted with any SOQ Hold meetings and interviews, and conduct discussions and correspondence, with one or more of the Respondents to seek an improved understanding of any information contained in an SOQ Seek or obtain, from any source, data that has the potential to improve the understanding and evaluation of the SOQs Seek clarification from any Respondent to fully understand information provided in the SOQ and to help evaluate and rank the Respondents Reject an SOQ containing exceptions, additions, qualifications or conditions not called for in the RFQ or otherwise not acceptable to the Authority Conduct an independent investigation of any information, including prior experience, identified in an SOQ by contacting project references, accessing public information, contacting independent parties, or any other means Request additional information from a Respondent during the evaluation of its SOQ Page 18 of 23

19 7.5 Obligation to Keep Project Team Intact Respondents are advised that all firms and Key Personnel identified in the SOQ shall remain on the Project Team for the duration of the procurement process and execution of the Project. (The anticipated dates for award of the Progressive Design-Build Contract and for completion of the Project are set forth in Section 2.3 of this SOQ.) If extraordinary circumstances require a change, it must be submitted in writing to the Authority Contact, who, at his or her sole discretion, will determine whether to authorize a change, recognizing that certain circumstances (such as termination of employment) may occur that are beyond the Design-Builder s control. Unauthorized changes to the Project Team at any time during the procurement process may result in elimination of the Respondent from further consideration. 7.6 Addenda If any revisions to the RFQ or procurement process become necessary or desirable (at the Authority s sole discretion), the Authority may issue written addenda. The Authority will not transmit addenda to potential Respondents. The Authority will post all addenda on the Authority Project website at the following address: It is Respondent s responsibility to obtain all addenda prior to submitting its SOQ. 7.7 Appeals Respondents not selected for short list to receive Request for Proposals may appeal such decision in accordance with the process set forth in of the Virginia Code. Page 19 of 23

20 Attachment A Definition of Terms The definitions of some of the capitalized terms used in this RFQ are presented below: Authority Frederick County Sanitation Authority, 315 Tasker Road, Stephens City, VA Builder The Design-Builder or other firm (such as a subcontractor or joint venture partner) that will provide construction services and have responsible charge of construction of the Project. Designer The Design-Builder or other firm (such as a sub-consultant or joint venture partner) that will provide professional design services and have responsible charge of the design, including preparation of the construction documents. Design-Builder The entity that will enter into the Progressive Design-Build Contract with the Authority and that will be the single point of accountability to the Authority for delivering the services and the Project. Progressive Design-Build Contract The contract is anticipated to be based on the EJCDC 2016 design-build form, as revised by the Authority to meet the requirements of the Virginia Public Procurement Act and its needs for the Project. Key Personnel The individuals, employed by Design-Builder or other firm included on the Project Team, who would fill certain key roles in delivery of the Project and related services by the Design-Builder, including the following positions: project manager, safety manager, design manager, construction manager, task leaders and other individuals filling similar roles. Minimum Qualification Requirements The requirements set forth in Subsection 6.3 of this RFQ that, at a minimum, must be satisfied (or waived by the Authority) in order for the SOQ to be evaluated and ranked according to the comparative evaluation criteria. Owner- Frederick County Sanitation Authority, 315 Tasker Road, Stephens City, VA Project Opequon Water Supply Project. Project Team The Design-Builder, Key Personnel and any additional firms (such as subcontractors and sub-consultants) included in the SOQ. Respondent The entity responding to this RFQ by submitting the SOQ. Page 20 of 23

21 Attachment B Forms for Affirmation of Compliance CERTIFICATION OF COMPLIANCE WITH PROHIBITION OF POLITICAL CONTRIBUTIONS AND GIFTS DURING THE PROCUREMENT PROCESS For contracts with a stated or expected value of $5 million or more except those awarded as the result of competitive sealed bidding I,, a representative of, Please Print Name Name of Bidder/Offeror am submitting a Statement of Qualifications to the Frederick County Sanitation Authority in response to the Request for Qualifications Opequon Water Supply Project Progressive Design Build Project, a solicitation where the stated or expected contract value is $5 million or more which is being solicited by a method of procurement other than competitive sealed bidding as defined in of the Code of Virginia. I hereby certify the following statements to be true with respect to the provisions of of the Code of Virginia. I further state that I have the authority to make the following representation on behalf of myself and the business entity: 1. The offeror shall not knowingly provide a contribution, gift, or other item with a value greater than $50 or make an express or implied promise to make such a contribution or gift to the Governor, his political action committee, or the Governor's Secretaries, if the Secretary is responsible to the Governor for an agency with jurisdiction over the matters at issue, during the period between the submission of the bid/proposal and the award of the contract. 2. No individual who is an officer or director of the offeror, shall knowingly provide a contribution, gift, or other item with a value greater than $50 or make an express or implied promise to make such a contribution or gift to the Governor, his political action committee, or the Governor's Secretaries, if the Secretary is responsible to the Governor for an agency with jurisdiction over the matters at issue, during the period between the submission of the bid/proposal and the award of the contract. 3. I understand that any person who violates of the Code of Virginia shall be subject to a civil penalty of $500 or up to two times the amount of the contribution or gift, whichever is greater. Signature Title Date Page 21 of 23

22 Name of Firm: Attachment C Submittal Certification Proposal shall be valid for 180 days. Agreement shall include a statement that all materials and documents acquired or produced by the Design-Build team members, both individually and collectively, in conjunction with the resulting contract shall be delivered to and become property of the Authority without restriction or limitation of their future use. As submitted, all of the content contained in this response to the Request for Qualifications becomes the property of the Authority without restriction or limitation of their future use. All of the content contained in this response to the Request for Qualifications is true and accurate to the best of my knowledge and belief. Signature of Officer Authorized to represent firm in negotiations and sign any contract as a result: Name of Officer: Title: Telephone: Fax: Federal Tax ID No. : State Tax ID No.: Address of office that will be responsible for performance of Firm: Project Manager s Signature: Project Manager s Name: Title: Telephone: Fax:: : Trade secrets or proprietary information submitted by a bidder, offeror or contractor in connection with a procurement transaction or prequalification application submitted pursuant to subsection B of shall not be subject to the Virginia Freedom of Information Act ( et seq.); however, the bidder, offeror or contractor shall (i) invoke the protections of this section prior to or upon submission of the data or other materials, (ii) identify the data or other materials to be protected, and (iii) state the reasons why protection is necessary. By checking the box below, the Respondent requests that all information submitted by the Respondent as part of its SOQ be considered as a trade secret or proprietary information. CHECK BOX TO INVOKE THIS PROTECTION Page 22 of 23

Request for Qualifications

Request 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 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

OFFEROR S STATEMENT OF QUALIFICATIONS

OFFEROR 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 information

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW PART II INSTRUCTIONS TO PROPOSERS Minnesota Department of Transportation SP 7408-29 TH 14/218 DESIGN-BUILD REQUEST FOR PROPOSALS 1 INTRODUCTION RFP and ITP. This Request for Proposals (RFP) is issued by

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

Phase I Downtown Restoration/Redevelopment Project. Request for Qualifications/Proposals. Two Step Selection Process

Phase I Downtown Restoration/Redevelopment Project. Request for Qualifications/Proposals. Two Step Selection Process Phase I Downtown Restoration/Redevelopment Project Guaranteed Fixed Price Design-Build Delivery Request for Qualifications/Proposals Two Step Selection Process City of Clarkesville Solicitation Number:

More information

REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018

REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018 REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES Cumberland Mountain Community Services Board RFP#: AUDIT2018-2020 Issue Date April 23, 2018 Cumberland Mountain Community Services requests qualified

More information

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois REFURBISHED LAPTOP COMPUTER UNITS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School District No. 4, Champaign

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 QUALIFICATIONS (RFQ) FOR 2015 PROFESSIONAL SERVICES ON-CALL LIST

REQUEST FOR QUALIFICATIONS (RFQ) FOR 2015 PROFESSIONAL SERVICES ON-CALL LIST REQUEST FOR QUALIFICATIONS (RFQ) FOR 2015 PROFESSIONAL SERVICES ON-CALL LIST I. OVERVIEW The District is seeking qualified firms to provide On-Call Professional Services in support of Capital Improvement

More information

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

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

More information

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY CITY OF CONROE P.O. BOX 3066 CONROE, TEXAS 77305 RESPONSES DUE: DECEMBER 14, 2017 CITY OF CONROE PURCHASING DEPARTMENT

More information

Helena Public Schools. Helena, MONTANA REQUEST FOR QUALIFICATIONS FOR GENERAL CONTRACTOR/CONSTRUCTION MANAGER SERVICES FOR

Helena 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 information

Request for Proposals: Environmental Site Assessment for Single Property

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

More information

Request for 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

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

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP). MEMORANDUM DATE: March 1, 2015 TO: FROM: RE: All Interested Parties Municipal Employees Retirement System of Michigan Request For Proposal For Actuarial Audit Services The Municipal Employees Retirement

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

Sealed proposals will be received until 4 pm on Friday, March 16, 2018.

Sealed proposals will be received until 4 pm on Friday, March 16, 2018. Request for Proposals for Financial Statement Audit Services February 1, 2018 1 Mount Rogers Community Services Board (MRCSB) requests qualified independent certified public accountants to submit proposals

More information

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

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

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Covington Point Lift Station Improvements CCE PROJECT NO. 812-100(C) February 21, 2013 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 I. REQUEST

More information

PROCUREMENT POLICY Originally Adopted April 1983 Revised: February 26, 2014

PROCUREMENT POLICY Originally Adopted April 1983 Revised: February 26, 2014 PROCUREMENT POLICY Originally Adopted April 1983 Revised: February 26, 2014 Table of Contents PREFACE... 3 I. INTRODUCTION... 4 II. GENERAL... 4 A. Purpose... 4 B. Applicability... 5 C. Delegation of Authority...

More information

REQUEST FOR QUALIFICATIONS FOR GENERAL CONTRACTOR/CONSTRUCTION MANAGER SERVICES FOR ALTERNATIVE PROJECT DELIVERY FOR THE CONSTRUCTION OF A NEW LIBRARY

REQUEST FOR QUALIFICATIONS FOR GENERAL CONTRACTOR/CONSTRUCTION MANAGER SERVICES FOR ALTERNATIVE PROJECT DELIVERY FOR THE CONSTRUCTION OF A NEW LIBRARY Missoula Public Library P a g e 1 REQUEST FOR QUALIFICATIONS FOR GENERAL CONTRACTOR/CONSTRUCTION MANAGER SERVICES FOR ALTERNATIVE PROJECT DELIVERY FOR THE CONSTRUCTION OF A NEW LIBRARY September 2015 Missoula

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

INVITATION FOR STATEMENT OF QUALIFICATIONS

INVITATION FOR STATEMENT OF QUALIFICATIONS INVITATION FOR PROJECT NAME: WWTP HEADWORKS AND CLARIFIER PROJECT RFQ NUMBER: 2015-017 Statement of Qualifications Due Date: Thursday, May 14, 2015 Time: 2:00 PM CITY OF NORTHGLENN PUBLIC WORKS DEPARTMENT

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

West Ridge Park Ballfield Light Pole Structural Assessment

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

More information

REQUEST FOR PROPOSAL AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date May 27, 2015

REQUEST FOR PROPOSAL AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date May 27, 2015 REQUEST FOR PROPOSAL AUDIT SERVICES Cumberland Mountain Community Services Board RFP#: AUDIT2015-2017 Issue Date May 27, 2015 Cumberland Mountain Community Services requests qualified independent certified

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

INVESTMENT ADVISORY SERVICES REQUEST FOR PROPOSAL Proposal Due: 4:00 p.m., Tuesday, February 20, 2018

INVESTMENT ADVISORY SERVICES REQUEST FOR PROPOSAL Proposal Due: 4:00 p.m., Tuesday, February 20, 2018 Proposal Due: 4:00 p.m., Tuesday, February 20, 2018 The Vallecitos Water District ( VWD or District ) is seeking Investment Advisory Firms to submit proposals for portfolio management services. Investment

More information

RENEWABLE WATER RESOURCES

RENEWABLE WATER RESOURCES RENEWABLE WATER RESOURCES Purchasing Department 561 Mauldin Road Greenville, South Carolina 29607 REQUEST FOR QUALIFICATION For Indefinite Delivery Contract Construction Services For Process (WRRFs) and

More information

RFQ # REQUEST FOR QUALIFICATIONS (RFQ) For BOND UNDERWRITING SERVICES

RFQ # REQUEST FOR QUALIFICATIONS (RFQ) For BOND UNDERWRITING SERVICES RFQ # 2015-16-011 REQUEST FOR QUALIFICATIONS (RFQ) For BOND UNDERWRITING SERVICES RFQ Release Date: SOQ Due Date: Friday, May 27 th Friday, June 10 th Page 1 of 9 Redwood City School District Request for

More information

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

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

More information

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL 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 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

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

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

More information

CITY OF HONDO, TEXAS REQUEST FOR QUALIFICATIONS FOR. City Attorney/Legal Services RFQ#

CITY OF HONDO, TEXAS REQUEST FOR QUALIFICATIONS FOR. City Attorney/Legal Services RFQ# CITY OF HONDO, TEXAS REQUEST FOR QUALIFICATIONS FOR City Attorney/Legal Services RFQ# 16-012 PUBLISHED DATE: FEBRUARY 11, 2016 RESPONSE DUE DATE: MARCH 11, 206 Interested vendors must submit a RESPONSE

More information

NORTHWESTERN COMMUNITY SERVICES

NORTHWESTERN COMMUNITY SERVICES NORTHWESTERN COMMUNITY SERVICES AUDIT SERVICES: NORTHWESTERN COMMUNITY SERVICES REQUEST FOR PROPOSAL Issue Date: May 25, 2018 The Northwestern Community Services requests qualified independent certified

More information

REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT. Section 1 Additional Administrative Information

REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT. Section 1 Additional Administrative Information REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT Section 1 Additional Administrative Information 1.1 Purchasing Agent The Purchasing Agent identified in the RFB cover sheet is the sole point of contact regarding

More information

Biosolids Handling Facility Project at the Hailey Wastewater Treatment Plant

Biosolids Handling Facility Project at the Hailey Wastewater Treatment Plant City of Hailey Public Works Department Hailey, Idaho Request for Statements of Qualification Construction Engineering & Inspection Services Biosolids Handling Facility Project at the Hailey Wastewater

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

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS FINANCIAL AND COMPLIANCE AUDITS OF THE KANSAS PUBLIC EMPLOYEES DEFERRED COMPENSATION 457 PLAN SEALED PROPOSALS for furnishing the services

More information

REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014

REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014 REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014 The Central Valley Opportunity Center ( CVOC ) is soliciting

More information

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

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

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR LEGAL SERVICES 750 Commerce Drive, Suite 110 Decatur, Georgia 30030 TABLE OF CONTENTS PART I INTRODUCTION... PAGE 1.1 Definitions...3 1.2 Profile of the...3 PART II STATEMENT

More information

Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR

Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR-001-01-13 SUBMISSION DEADLINE: Friday, March 1, 2013 at 4:00 p.m. 1 Request for Proposals

More information

2018 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. 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 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

QUARTZ HILL WATER DISTRICT REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

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

More information

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

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

More information

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

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

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Sealed proposals will be received at the WESTERN TIDEWATER REGIONAL JAIL Attn: Tim Wertheimer Director, Administration and Support Services 2402 Godwin Blvd Suffolk, Virginia 23434

More information

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director Yakima Valley Libraries 102 North Third Street Yakima, WA 98901 Request for Statement of Qualifications (SOQ) For Remodel of Sunnyside Community Library 621 Grant Sunnyside, WA 98944 Notice is hereby given

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

PHASE 1 STAFF FACILITIES LOCKER ROOM

PHASE 1 STAFF FACILITIES LOCKER ROOM CARMEL AREA WASTEWATER DISTRICT Carmel, California REQUEST FOR QUALIFICATIONS CONSTRUCTION/BUILDING SERVICES FOR: PHASE 1 STAFF FACILITIES LOCKER ROOM Issued on: October 14, 2014 QUALIFICATIONS DUE: November

More information

WEXFORD COUNTY REQUEST FOR PROPOSALS

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

More information

MIDDLESEX COUNTY UTILITIES AUTHORITY

MIDDLESEX COUNTY UTILITIES AUTHORITY MIDDLESEX COUNTY UTILITIES AUTHORITY REQUEST FOR QUALIFICATIONS FOR FINANCIAL INVESTMENT AND ADVISORY SERVICES FOR THE AUTHORITY S SOLID WASTE AND WASTEWATER DIVISIONS DEADLINE: 12:00 NOON ON FRIDAY, FEBRUARY

More information

Charlotte-Mecklenburg Schools. Request for Qualifications

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

More information

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

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017

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

More information

Request for Qualifications #9709RFQ. Architectural Services for Dawson County Fire Station #9

Request for Qualifications #9709RFQ. Architectural Services for Dawson County Fire Station #9 Dawson County Board of Commissioners Dawson County, GA Request for Qualifications #9709RFQ Architectural Services for Dawson County Fire Station #9 Schedule of Events This Request for Qualifications will

More information

LEGAL NOTICE TOWN OF MADISON REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FEBRUARY 15, 2017

LEGAL NOTICE TOWN OF MADISON REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FEBRUARY 15, 2017 LEGAL NOTICE TOWN OF MADISON REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FEBRUARY 15, 2017 The Town of Madison, Connecticut is requesting proposals from qualified firms of certified public

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

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

More information

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

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

More information

Lower Township Municipal Utilities Authority. ( Authority or LTMUA )

Lower Township Municipal Utilities Authority. ( Authority or LTMUA ) Lower Township Municipal Utilities Authority ( Authority or LTMUA ) Request for Sealed Qualifications for Professional Services under a Fair and Open Process For Bond Counsel 2019 February 1, 2019 to January

More information

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street

More information

REQUEST FOR QUALIFICATIONS FOR. ISSUE DATE: November 3, 2017 DUE DATE: November 20, 2017

REQUEST FOR QUALIFICATIONS FOR. ISSUE DATE: November 3, 2017 DUE DATE: November 20, 2017 REQUEST FOR QUALIFICATIONS FOR Design/Build Construction Services Merriam Community Center ISSUE DATE: DUE DATE: November 20, 2017 Project Manager: Meredith Hauck, Assistant City Administrator Contact

More information

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

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

More information

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO High Plains Library District (HPLD) invites qualified firm to submit a response to a Request for Proposal for legal

More information

City of Bowie Private Property Exterior Home Repair Services

City of Bowie Private Property Exterior Home Repair Services City of Bowie Private Property Exterior Home Repair Services The City requires private property repair services for the Code Compliance Division of the Department of Community Services. Work is generated

More information

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation Request for Proposal #2036 Orange Coast College Exterior Lighting Energy Efficiency Project Implementation I. NOTICE A. Statement of Proposal NOTICE IS HEREBY GIVEN that Coast Community College District

More information

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

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

More information

Public Review Draft PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES

Public Review Draft PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES. PURPOSE AND INTENT OF RULE () The primary purpose of this Rule is to describe the process for developing

More information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 REQUEST FOR PROPOSAL (RFP) 2018-02 LEGAL REPRESENTATION IN ACTIONS FOR UNLAWFUL DETAINER DATE ISSUED: Thursday, January

More information

REQUEST FOR QUALIFICATIONS Bailey Cove Transmission Main Phase 1

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

More information

RFQ NO Dated: March 16, 2018 Town of South Palm Beach. Published: Palm Beach Post. Page 1 of 16

RFQ NO Dated: March 16, 2018 Town of South Palm Beach. Published: Palm Beach Post. Page 1 of 16 TOWN OF SOUTH PALM BEACH REQUEST FOR QUALIFICATIONS CONTINUING CONTRACTS FOR PROFESSIONAL ENGINEERING SERVICES RFQ NO. 2018-1 The Town of South Palm Beach is seeking Letters of Interest and Professional

More information

PRE-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. 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 information

Request for Qualifications

Request for Qualifications Request for Qualifications Needs Assessment and Feasibility Study For New El Centro Public Library Facility Release Date: January 22, 2015 Contact Information: City of El Centro Community Services Department

More information

Town of Manchester, Connecticut General Services Department

Town of Manchester, Connecticut General Services Department Town of Manchester, Connecticut General Services Department Request for Qualifications/Proposal Architectural and Related Consultant Services For Elementary Schools Facilities Study RFP 17/18-67 Proposals

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

Request for Proposal. RFP # Delinquent Tax Collection Services

Request for Proposal. RFP # Delinquent Tax Collection Services County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-0208-1 This procurement is governed

More information

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid TOWN OF CENTREVILLE Queen Anne s County, Maryland Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report Invitation for Bid Documents Available: Mandatory Pre-bid Meeting: Proposal

More information

COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ)

COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ) COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ) Due: August 26, 2011 by 2:00pm Statements shall be submitted to: County of Sonoma Probation Department Attn:

More information

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES October 2, 2015 HUMAN RESOURCES DEPARTMENT 200 AVERY AVENUE MORGANTON, NORTH CAROLINA REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES GENERAL INFORMATION Burke County is located in western

More information

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) Proposals will be accepted at the Shawnee County Counselor s Office, Shawnee County Courthouse, 200 SE 7 th Street,, until 2:00 P.M. on

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

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

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

More information

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

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

More information

Request for Proposals for Agent of Record/Insurance Broker Services

Request for Proposals for Agent of Record/Insurance Broker Services County of Charlotte PO Box 608 250 LeGrande Ave; Suite A Charlotte Court House, VA 23923 Request for Proposals for Agent of Record/Insurance Broker Services Note: This public body does not discriminate

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

Philadelphia County, Pennsylvania

Philadelphia County, Pennsylvania 34BRequest for Proposal for a 35BDesign Build Contractor Project No. 18-059.1 RFP for Design Build of SouthPort Vehicle Processing Facility Philadelphia County, Pennsylvania 2018 May 23, 2018 NOTICE TO

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) Ladue School District hereby invites the submission of proposals for: Real Estate Broker Services The responsive Proposal will comply with all federal, state and local regulations.

More information

CAMERON INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ENERGY SAVING PERFORMANCE CONTRACT TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

CAMERON INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ENERGY SAVING PERFORMANCE CONTRACT TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES CAMERON INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ENERGY SAVING PERFORMANCE CONTRACT TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES The intent of this Request for Qualifications (RFQ) is to solicit

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

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

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES SECTION I GENERAL INFORMATION A. INTRODUCTION/BACKGROUND The Coral Gables Retirement Board (hereafter Board ) is requesting

More information

PREQUALIFICATION PACKAGE FOR

PREQUALIFICATION 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 information

REQUEST FOR PROPOSALS FOR MEDICAL DIRECTOR KNOXVILLE FACILITY RFP # KN

REQUEST FOR PROPOSALS FOR MEDICAL DIRECTOR KNOXVILLE FACILITY RFP # KN STATE OF TENNESSEE TENNESSEE STATE VETERANS HOMES BOARD REQUEST FOR PROPOSALS FOR MEDICAL DIRECTOR KNOXVILLE FACILITY RFP CONTENTS SECTIONS: 1. INTRODUCTION 2. RFP SCHEDULE OF EVENTS 3. PROPOSAL REQUIREMENTS

More information

NORFOLK AIRPORT AUTHORITY PART I REQUEST FOR PROPOSALS GENERAL AIRPORT REVENUE BOND UNDERWRITING SERVICES

NORFOLK AIRPORT AUTHORITY PART I REQUEST FOR PROPOSALS GENERAL AIRPORT REVENUE BOND UNDERWRITING SERVICES NORFOLK AIRPORT AUTHORITY PART I REQUEST FOR PROPOSALS GENERAL AIRPORT REVENUE BOND UNDERWRITING SERVICES August 27, 2018 1.0 INTRODUCTION The Norfolk Airport Authority (the Authority ) is seeking proposals

More information