Request for Qualifications. B Construction Management at Risk Services

Size: px
Start display at page:

Download "Request for Qualifications. B Construction Management at Risk Services"

Transcription

1 Request for Qualifications B Construction Management at Risk Services RFQ Due Date: October 30, 2015, 2:00 p.m. Attn: Kelly Cress Gafcon Office - Building 87 Grossmont-Cuyamaca Community College District 8800 Grossmont College Dr. El Cajon, CA 92020

2 NOTICE TO RESPONDENTS NOTICE IS HEREBY GIVEN that Grossmont-Cuyamaca Community College District, acting by and through its Governing Board, hereinafter referred to as the DISTRICT, will receive up to, but not later than 2:00 p.m. on October 30, 2015, sealed submissions for the award of the following contract: GROSSMONT-CUYAMACA COMMUNITY COLLEGE DISTRICT Request for Qualifications Construction Management at Risk Services Such submissions shall be received at the location specified below: Attn: Kelly Cress Gafcon Office Building 87 Grossmont-Cuyamaca Community College District 8800 Grossmont College Drive El Cajon, CA Each submission must conform and be responsive to this Notice and all other documents comprising the pertinent Request for Qualification documents. Copies of the Request for Qualification documents are now available at the District s website ( The District reserves the right to reject any or all submissions, to accept or reject any one or more items of a submission, or to waive any irregularities or informalities in the submissions or in the process. No submission may be withdrawn for a period of sixty (60) days after the due date. Grossmont-Cuyamaca Community College District does not discriminate with regard to race, religious creed, marital status, age, color, sex, national origin, mental or physical disability in the award of contracts. Grossmont-Cuyamaca Community College District encourages responses from minority, small business, disadvantaged business, disabled veteran, and women contractors, consultants and suppliers. Advertising dates: October 9, 2015 October 16, 2015 The Daily Transcript Page 2 of 26

3 Table of Contents Notice to Respondents... 2 RFQ Schedule District Overview Instructions, Information and General Conditions... 7 Purpose of RFQ... 7 Definition of Terms... 7 Questions/Clarifications... 7 Right to Reject... 8 Modifications to Submissions... 8 Proprietary Information... 8 Ordinances, Laws and Regulations... 8 Withdrawal of Submissions... 8 Irrevocable Offer... 9 Cost of Preparing Submissions... 9 GCCCD Modifications to Submissions... 9 Non-collusion Declaration... 9 Acknowledgement of Insurance Requirements... 9 Equal Opportunity Affirmative Action Statement... 9 Registration with the Department of Industrial Relations... 9 Prohibited Interest... 9 Proposer Conduct... 9 Future Contract Awards Scope of Services Upcoming District Projects Evaluation of Submissions Qualifications Submission A. General Information Cover Letter Proposer Corporate Information B. Project Approach C. Project History D. Personal Experience E. References F. Hourly Rates for Personnel (home office and field) G. Appendices Page 3 of 26

4 Appendix A: Non-Collusion Declaration Appendix B: Insurance Affidavit Appendix C: Equal Opportunity Statement Appendix D: Worker s Compensation Certificate Appendix E: Addenda Acknowledgement Appendix F: RFQ Submission Checklist Page 4 of 26

5 RFQ/FUTURE RFP SCHEDULE RFQ First Advertisement and Issuance October 9, 2015 RFQ Second Advertisement October 16, 2015 RFI s Due (Requests for Information) October 20, 2015 RFI Responses by District October 23, 2015 Submission Deadline October 30, 2015 Construction Management at Risk (CMR) Pool Selection November 18, 2015 Future Request for Proposal (RFP) for Phase 1 Teaching and Performance Theater & Phase 2 Arts and Communications Complex at Grossmont College will commence directly after the selection of firm(s) around November 18, A detailed schedule will be published outlining the dates for a Site Walk, Proposal Submission, and subsequent CMR firm interviews. Page 5 of 26

6 1. DISTRICT OVERVIEW The Grossmont-Cuyamaca Community College District (GCCCD) has 2 campuses, Grossmont College and Cuyamaca College. In November 2012, a $398 million bond measure was passed by the voters of east San Diego County (Proposition V). The overall program calls for construction of new facilities and the renovation of existing facilities on both campuses. The program is expected to last approximately ten years and is dependent upon the pace at which bond dollars can be accessed. Future State funding may also be available to augment Proposition V and increase the overall bond program. Some of the projects that will be constructed at one or both Campuses include, but are not limited to the following: Grossmont College Arts and Communication Complex / Performing Arts Center Science Math & Career Technology Complex Liberal Arts / Business Technology Complex Cuyamaca College Ornamental Horticulture Facilities Student Services Building New Instructional Building (Building F) The District s Facilities Master Plan may be found at: Page 6 of 26

7 2. INSTRUCTIONS, INFORMATION AND GENERAL CONDITIONS PURPOSE OF RFQ The purpose of this Request for Qualifications (RFQ) is to solicit statements of qualifications from qualified Construction Management at Risk firms interested in providing GCCCD with Preconstruction and Construction Phase services for projects contained in the Facilities Master Plan. The services sought by this RFQ include all customary services normally provided under the umbrella of construction management as well as the umbrella of general contractor during the construction phase. The selected Construction Management at Risk firms (CMRs) will be placed on a prequalified/preapproved list (valid for five (5) years) and may be asked, through an RFP, to provide some or all of the following services: pre-construction services, trade contractor bidding and contracting, building construction, building commissioning and project closeout. The selected CMRs will not be responsible for the design but will be at risk for all other requirements of the construction. In general, it is the intent of the District to enter into contract with a CMR firm at or near the end of the schematic development phase for the larger projects identified in Section 3, Scope of Services. It is expected that some design and construction work undertaken by the District will include requirements by the State of California, California Community College s Chancellor s Office, City of El Cajon, other local and State and Federal agencies, and for participation of Disabled Veterans Business Enterprises (DVBE). DEFINITION OF TERMS The designation of District refers to the Grossmont-Cuyamaca Community College District, a political subdivision of the State of California. The term Proposers refers to Firms that choose to submit statement of qualifications for Construction Management at Risk. The terms "Contract" and "Agreement" shall be used interchangeably within this document. Throughout this document, the term District shall be used to designate the rights and responsibilities of the Grossmont-Cuyamaca Community College District. The term Proposer shall be used to designate the rights and responsibilities of the successful firm responding to this RFQ. QUESTIONS/CLARIFICATIONS RFQ is issued by the Grossmont-Cuyamaca Community College District. A copy of this RFQ may be obtained by downloading it from the District s website at Questions concerning this RFQ shall be submitted in writing by to kcress@gafcon.com on or before October 20, Indicate the RFQ number (B16.006) and the RFQ title in the subject line of the . Contact with the District shall be made only through ; telephone calls will not be accepted. Page 7 of 26

8 All notices, clarifications, and addenda to this RFQ shall be posted on the District website by October 23, District is not responsible for sending individual notification of changes or updates. It is the sole responsibility of the proposing Consultants to remain apprised of changes to this RFQ as shown on the District website. RIGHT TO REJECT This Request for Qualification does not constitute a commitment by the District to award a contract. The District reserves the right to waive any informalities and to reject any or all submissions and/or to cancel the Request for Qualifications. The prequalification pool selection shall be made based upon the submission(s) that serve(s) the best interest of the District. Selection will be based on proposer s qualification and best fit as deemed by the District. No contract award shall exist until executed and approved by the District s Governing Board. MODIFICATIONS TO SUBMISSIONS The submission may be modified after it is submitted by written notice to the District of withdrawal and resubmission before the date and time specified for receipt of submissions. Modification will not be considered if offered in any other manner. PROPRIETARY INFORMATION In the event any Proposer shall include in the submission any information deemed "proprietary" or "protected", such information shall be separately packaged from the balance of the submission and clearly marked as to any proprietary claim. The District discourages the submission of such information and undertakes to provide no more than reasonable efforts to protect the proprietary nature of such information. The District, as a public entity, cannot and does not warrant that proprietary information will not be disclosed due the Provisions of the California Public Records Act. The District shall have the right to use any or all information included in the submissions received unless the information is expressly restricted by the Proposer. ORDINANCES, LAWS AND REGULATIONS The Proposer shall comply with all ordinances, laws, and regulations pertaining to the operation contemplated hereby, including, but not limited to, the California Workers' Compensation Act, the Federal Equal Employment Opportunities Act, and the Americans with Disabilities Act. The Proposer shall apply for, obtain, and maintain in force all permits and licenses required by the various agencies of Federal, State, and local government having jurisdiction over the Proposer operations. All operations and materials shall be in accordance with all applicable Federal, State, County and City laws, statutes and requirements. WITHDRAWAL OF SUBMISSIONS Any Proposer may withdraw their submission by written request via to kcress@gafcon.com at any time prior to the deadline set for receipt of submissions. The subject line of the should include and read: your company name/withdrawal of B RFQ for CM at Risk Services. No submission may be withdrawn or modified after that deadline. Withdrawn submissions may be resubmitted up to the time designated for the receipt of submissions provided that they are then fully in conformance with the general terms and conditions of the RFQ. Page 8 of 26

9 IRREVOCABLE OFFER Submissions shall be considered irrevocable offers for a period of sixty (60) days from the date of receipt and may not be withdrawn during this period without consent of the District. COST OF PREPARING SUBMISSIONS Any and all costs associated with the preparation of responses to this Request for Qualifications, including site visits, oral presentations and any other costs shall be entirely the responsibility of the Proposer and shall not be reimbursable in any manner by the District. GCCCD MODIFICATIONS TO SUBMISSIONS Any interpretation, correction, or change to this RFQ will be made by written Addendum. Interpretations, corrections, or changes of this RFQ made in any other manner will not be binding, and Proposers shall not rely upon such interpretations, corrections, and changes. Any changes or corrections will be issued by GCCCD. Addenda will be ed to all that are known to have received a copy of the RFQ. Since failure to acknowledge any addendum(s) may be cause for rejection, Proposers must return the addendum-completed acknowledgment(s) prior to or with the submission (Appendix E). NON-COLLUSION DECLARATION Declarations are required to be completed by the Proposer declaring that the submission is in all respects fair and without collusion or fraud. Please see Appendix A. ACKNOWLEDGEMENT OF INSURANCE REQUIREMENTS The Insurance Requirement Affidavit must be completed (Appendix B), notarized and returned with the submission. EQUAL OPPORTUNITY AFFIRMATIVE ACTION STATEMENT Proposer must accept and sign the Equal Opportunity and Affirmative Action Statement set forth in Appendix C. REGISTRATION WITH THE DEPARTMENT OF INDUSTRIAL RELATIONS Proposers are hereby notified that future construction will be subject to monitoring and enforcement by the Department of Industrial Relations (DIR) and subject to the requirements of all applicable provisions of the California Labor Code and the California Code of Regulations. All prospective respondents must be registered by the DIR by the time of response to this RFQ, October 30, PROHIBITED INTEREST No official of the District who is authorized in such capacity and on behalf of the District to take part in negotiations or to make, accept or approve this contract, shall have direct or indirect financial interest in the award or any part thereof. Proposer shall receive no compensation hereunder should bidder aid, abet or knowingly participate in violation of this article or breach or violation of this article, the District shall have the right to terminate the contract either in part or in whole and any loss or damage sustained by the District in procuring the services on the open market which the Proposer agreed to perform, shall be borne and paid for by the Proposer. PROPOSER CONDUCT During the RFQ window (from release of this RFQ to final award), proposer is not permitted to contact any GCCCD employees or members of the Governing Board unless at the request of GCCCD's designated contact person (Director Purchasing & Contracts) or to fulfill pre-existing contractual obligations. No gratuities of any kind will be accepted, including meals, gifts, or trips. Violation of these conditions may constitute immediate disqualification. Page 9 of 26

10 FUTURE CONTRACT AWARDS Following the establishment of the CMR pool, it is the intent of the District to award one or more contracts as the result of the completion of an RFP process for specific projects. However, the District reserves the right to apportion the services described in this RFQ among multiple CMR s if this is determined to be in the District's best interests. No minimum amount of work is guaranteed. 3. SCOPE OF SERVICES The exact scope of services required by the District will be determined at a later date. However, the scope of work will include, but not be limited to, assisting District staff and/or District s Bond Program Management Team from initial project conception through completion of the construction and closeout services including DSA certification, if required. In general the Construction Manager will work cooperatively with the District, staff and consultants, the architect of record, the program manager, the project inspector and the prime trade contractors to facilitate the timely completion of projects. The CMR Agreement template will be provided at the time of each RFP issuance and is not yet available. The CMR services will consist of the following phases: A. Pre-construction Services 1. Cost Estimating 2. Constructability Review 3. Value Engineering 4. Scheduling B. Construction Services 1. Site Construction Management 2. BIM Coordination C. Project Close-out Page 10 of 26

11 If selected for a project via the RFP process, the CMR will be required to: A. Assist the A/E firm during the design phase with constructability review and preparing estimates. B. Assist District and Bond Staff in the bidding phase for trade contractors. C. Develop and commit to a Guaranteed Maximum Price (GMP) for the project based upon trade contractor bids. D. Accept the novated trade contracts E. The CMR will be responsible (at risk) for all costs that exceed the GMP unless approved by the District. F. The CMR will not be allowed to bid or perform any work of the trades. The following briefly lists some of the Upcoming District Projects: For designs starting prior to 2021 Project information is subject to change Grossmont College A. Teaching and Performance Theater / Arts and Communications Complex ($41M construction: Phase1 & 2 as one CMR project) Phase 1 - $24M Construction: new 35,000 sf, 350-seat theater Schematic Design is 100%, DD s are 50% complete 19 month construction (Feb 2017 Aug 2018) Phase 2 - $17M Construction: new 13,000 sf communications building and other renovations Start DD s Nov 2017 or earlier, Submit DSA July month construction (Jul 2019 Dec 2020) B. Science, Math & Career Tech Complex Phase 1 Building 31 South Renovation/ Modernization ($5.6M construction) Total renovation of Building 31 (19,857 GSF). Also, college staff and personnel will be relocated from the existing building into temporary swing space then back into the modernized facilities. Start Design Oct 2015, Submit DSA July month construction (Sept 2017 Dec 2018) C. Science, Math & Career Tech Complex Phase 2 Building 36 North Demolition/ New Two Story ($17M construction) Demolition of Building 36 and construction of new two (2) story 55,143 GSF building, followed by demolition of buildings 32B, 37, 30B, 38C, 95 at the end of the project. Also, college staff and personnel will be relocated from the existing buildings into temporary swing space then back into the new facilities. Start Design month construction (late ) D. Liberal Arts/ Business Technology Complex Phase 1 ($38.4M construction) Multiple buildings in the 500 complex will be renovated and/or reconstructed. Start Design month construction ( ) Page 11 of 26

12 Cuyamaca College E. Ornamental Horticulture Complex ($9M construction) New 10,000 sf classroom building with storage building, nursery, and siteworks Start Design Jan month construction (Oct 2017 Dec 2018) F. Student Services Building ($18M construction) New 30,000 sf, two story office building with testing labs, classroom, and meeting spaces Design thru month construction (Apr 2019 Oct 2020) 4. EVALUATION OF SUBMISSIONS The District will screen all submissions for compliance with this RFQ, and will select a group of prequalified firms among the submissions submitted based upon, but not limited to, the following weighted criteria with a maximum of 100 points. A. Overall responsiveness of the qualifications submittal, clearly stating the understanding of the purpose, scope and objectives of CMR services (10 points). B. Project approach: firm capability, staffing and experience with CMR or similar (20 points). C. Project history: experience with projects similar to the GCCCD list and CMR or GMP basis (20 points). D. Personnel experience, especially with CMR or GMP (20 points). E. Client references and their satisfaction regarding prior projects (15 points). F. Office proximity to GCCCD (5 points). G. Hourly rates for personnel (10 points). At this time, no interviews are anticipated for the RFQ CMR pool selection process. The District reserves the right during the selection process to inspect the Proposer's activities and verify statements with respect to this RFQ to ensure the Proposer's accuracy of information, competence, and ability to perform the specified services. The Proposer's submission may be rejected if the above inspection discloses inaccurate information, or a demonstration that the Proposer is not qualified or able to perform the specified services. 5. QUALIFICATIONS SUBMISSIONS It shall be the responsibility of the Proposer to ensure that Submissions are received in the following way: Each submission shall be prepared simply, providing the straightforward, concise description of the proposer's ability to meet the requirements of the RFQ. Proposer must submit 10 copies of the Page 12 of 26

13 submission, bound, with tabs and one USB Flash Drive with the submission saved on it. Oral, telephone, facsimile (fax machine) submissions will not be accepted. Emphasis should be on completeness and clarity of contents. No submission shall exceed fifteen (15) double sided pages (30 single sided pages, although the District prefers double sided) in length including all resumes, exhibits, charts, and graphics, but excluding tabs and covers. The Appendix forms (A F) are not counted as part of the page limitation. Submissions in response to this RFQ shall be in the following order and shall include: A. General Information: Provide a cover letter and firm information as follows: 1. Cover Letter The CMR shall certify in the Cover Letter that: 1. It has the necessary experience and qualifications for a construction manager as provided for in Government Code Section 4525, et seq. and 2. It has the required at risk expertise and experience in construction supervision, bid evaluation, project scheduling, cost benefit analysis, claims review and negotiation and general management and administration of construction projects. The CMR shall certify that all basic services will be provided by a California Licensed and Department of Industrial Relations registered contractor. An unsigned cover letter may be cause for the submission to be rejected. The cover letter must contain a statement that the Proposer acknowledges that all documents submitted pursuant to this request for qualifications process will become a matter of public record. The letter must also contain the following: The Proposer s name, address, , telephone, and facsimile number. Indicate home office and local offices. The Proposer s Federal Employer Identification Number and Corporate Identification Number, if applicable. The name, title or position, and telephone number of the individual signing the cover letter. A statement indicating the signature is authorized to bind the Proposer contractually. The name, title or position, and telephone number of the primary contact and/or account administrator, if different from the individual signing the cover letter. A statement to the effect that the submission is a firm and irrevocable offer, good for 60 days. Please complete Submission Sections A thru G and Appendix A thru F for the RFQ response. A statement expressing the Proposer s willingness to perform the services as described in this RFQ. A statement indicating that all forms, certificates and compliance requirements included in this RFQ are completed and duly submitted in the response. A statement expressing the Proposer s availability of staff and other required resources for performing all services and providing all deliverables within the specified time frames as described in the RFQ. 2. Proposer Corporate Information a) The District expressly reserves the right to reject the bid of any bidder who, upon investigation, has been determined to fail to complete similar contracts in a timely fashion or in a satisfactory manner. Such rejection would, if applicable, be based upon the principle that the bidder is non-responsible and poses a substantial risk of being unable to complete the work in a costeffective, professional and timely manner. Page 13 of 26

14 b) In performing the above-described responsibility determination, the District reserves the right to utilize all possible sources of information in making its determination, including but not limited to: inquiries to regulatory State Boards and agencies; Dun and Bradstreet credit reports, inquiries to companies and public entities for which Contractor has previously performed work, reference checks and examination of all public records. c) The bidder must provide the following information: 1) Firm Name and Address: 2) Telephone: Fax: 3) Type of Firm: Individual (check one) Partnership Corporation 4) Contractor s License: Primary Class License. No. License Expiration Date: Department of Industrial Relations Contractor Registration No.: 5) Names and titles of all officers of the firm: 6) Number of years as a contractor in construction of this type: 7) Number of years your organization has conducted business under its present name: 8) Has a claim or other demand ever been made against your organization s California Contractor License Bond? Yes No If yes, on a separate attachment, state the following: (i) the name, address and telephone number of each person or entity making claim or demand; (ii) the date of each claim or demand; (iii) the circumstances giving rise to each such claim or demand; and (iv) the Page 14 of 26

15 disposition of each such claim or demand. 9) Has a complaint ever been filed against your organization's California Contractors License with the California Contractors State License Board? Yes No If yes, on a separate attachment, state the following for each complaint: (i) the name, address and telephone number of each person or entity making the complaint; (ii) the date of each complaint; (iii) the circumstances giving rise to each such complaint; and (iv) the disposition of each such complaint, including without limitation, any disciplinary or other action imposed or taken by the California Contractors State License Board as a result of any such complaint. 10) List the categories of work your organization typically performs with your own forces: 11) Claims and lawsuits (if you answer yes to any of the following, you must attach details). (a) Have any lawsuits or other administrative, legal, arbitration or other proceedings, ever been brought or commenced against your organization or any of its principals, officers or equity owners in connection with any construction contract or construction project. Yes No If so, describe the circumstances, the amount demanded or other relief demand and the disposition of each such lawsuit or other proceeding. (b) Has your organization ever filed a lawsuit or commenced other administrative, legal or other proceedings in connection with any construction contract or construction project? Yes No If so, describe the circumstances, the amount demanded or other relief demand and the disposition of each such lawsuit or other proceeding. (c) Are there any judgments, orders, decrees or arbitration awards pending, outstanding against your organization or any of the officers, directors, employees or principals of your organization? Yes No If so, describe each such judgment, order, decree or arbitration award and the present status of the satisfaction or discharge thereof. 12) Has your organization ever refused to sign a contract awarded to it? Yes No If so, on a separate attachment, state the following: (i) describe each such contract; (ii) the owner's name, address, telephone number and contact person; and (iii) the circumstances of Page 15 of 26

16 your refusal to sign such contract. 13) Has your organization ever failed to complete a construction contract? Yes No If so, on a separate attachment, state the following: (i) describe each such contract; (ii) the owner's name, address, telephone number and contact person; and (iii) the circumstances of your failure to complete such contract. 14) Has your organization ever been declared in default of a construction contract? Yes No If so, on a separate attachment, state the following: (i) describe each such contract; (ii) the owner's name, address, telephone number and contact person; and (iii) the circumstances of each such declaration of default. 15) Has any construction contract to which your organization is a party been terminated for the convenience of the project owner? Yes No If so, identify the project and project owner along with a description of the circumstances under which the convenience termination occurred. 16) Has a claim or other demand ever been asserted against any Bid Bond, Performance Bond, or Payment Bond posted by your organization in connection with any construction contract or your submittal of a bid for a construction contract? Yes No If so, on a separate attachment, state the following: (i) the name, address, telephone number and contact person for each claimant; (ii) the date upon which each such demand or claim was made; and (iii) the disposition of each such demand or claim. B. Project Approach: Provide answers to the following based on the firm s project approach and construction management philosophies. Assume a typical new construction project with a construction value of $25 million and a construction duration of 18 months. a. Proposed Project Approach. Describe your firm s capabilities for budgeting, scheduling, cost estimating and document control during the preconstruction, construction and post construction phases. What special qualifications would you bring to the table? What differentiates your services from others within the industry? What systems do you use? How have your pre-construction services led to the reduction in change orders? b. Proposed Staffing and Project Organization. The selected firm shall employ, at its expense, professionals properly qualified in the execution of the functions required for the planning and project/construction management of the project. What techniques have you previously used to learn and understand the culture and soul of a complex community such as a community college? What techniques have you previously used to collegially coordinate among design teams comprised of highly talented professional, most of who probably have strong egos and who feel passionate ownership of their designs? Page 16 of 26

17 c. Provide summary information for the firms experience with CMR and/or CM Multi-prime for Public Construction Contracts with a Guaranteed Maximum Price platform in the last 10 years. d. Provide information relative to the firm s experience with the Division of the State Architect (DSA) and working with State Inspectors of Record/ Project Inspectors, the Uniform Building Code (UBC), Title 24 of the California Code of Regulations, LEED criteria and BIM coordination. C. Project History: Provide descriptions of recent projects your firm has completed which are similar to the District s Upcoming Projects list. Provide at a minimum two (2) recent projects, but no more than six (6), with all projects within the last 10 years. Proposers should include projects with a Guaranteed Maximum Price platform with preference for CM at Risk. The format of this section is at the discretion of the respondent, however at a minimum must contain items below. a. Name, Location and Owner of project b. Delivery Method and Services Provided c. Services durations and Construction Duration d. Special challenges that were encountered and how they were overcome. e. Construction Budget compared to final construction cost. Describe any differences between them and how the differences developed. f. Change Order summary information with a brief explanation of the type and purpose of the changes incurred. g. Contact information for owner s representatives who were involved with the project. h. Project value, fee, general conditions, contractor contingency percentage and shared savings incentives if applicable. D. Personnel Experience: Provide information about the experience of individual team members (home office and field) that may support future RFP submissions. Provide the name(s), title(s), qualification(s), license information, availability and location of key staff members and supervisory personnel. Provide relevant organizational charts and indicate who will be the District s contact person for the CMR pool. Name: Title: Office Location: Qualification/License: Role: How long in current position? How long licensed in California? How long with relevant experience? Number of community college programs? Page 17 of 26

18 Brief Profile: Other relative experience: E. References: Each Proposer must be able to present both current and past evidence of satisfactory performance in providing CMR type services requested. The District is particularly interested in evaluating references for public community colleges similar to size and function of GCCCD. Please provide references from at least three (3) customers served within the past five (5) years similar to the needs of GCCCD. One of the three references may be a current ongoing project. Name of Entity: Contact Person: Address: City: State: Zip: Phone Number: Fax: Dates of Services: From: To: Types of Services Provided: Projects Involved and Delivery Method: F. Hourly Rates for Personnel (home office and field): Provide the following information regarding the hourly rates to be charged to the District as part of the General Conditions of a future RFP. Include typical support personnel for home office and field services. TYPE OF SERVICE: Construction Management at Risk Hourly Rates Position/Job Title 2016 Project Manager Superintendent Estimator Etc. % Mark-up for reimbursables (NTE 10%) List any other types of services generating a cost to the District which are not included in the fees shown above and typical for the work in the scope of services, plus a formula or explanation as to how these additional costs will be determined and billed to the District. Page 18 of 26

19 G. Appendices Appendix A: Noncollusion Declaration Must be notarized Appendix B: Insurance Affidavit Must be notarized Appendix C: Equal Opportunity Affirmative Action Statement (requires Corporate Seal) Appendix D: Certificate Regarding Worker s Compensation (requires Corporate Seal) Appendix E: Addenda Acknowledgement Appendix F: Check List This qualifications package should be enclosed in a sealed envelope bearing the name of the Proposer. All submissions must be received on or before the above mentioned due date and time. Any submission received after the scheduled closing time for receipt of submission will be returned to the proposer unopened or rejected. All sealed submissions must be delivered to: Grossmont-Cuyamaca Community College District Gafcon Office Building Grossmont College Dr., El Cajon, Ca Parking Lot 4a Attn: Kelly Cress Note: GCCCD will not accept postmarks or fax responses. RFQ responses must be received at the above address by the deadline indicated. Page 19 of 26

20 APPENDIX A NON-COLLUSION DECLARATION (To be executed by Proposer and submitted with Submission) State of California ) ) County of ) I, being first duly sworn, deposes and says that he is of the party making the attached submission; that the submission is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the submission is genuine and not collusive or sham; that the proposer has not directly or indirectly induced or solicited any other proposer to put in a false or sham submission, and has not directly or indirectly colluded, conspired, connived, or agreed with any proposer or anyone else to put in a sham submission, or that anyone shall refrain from submitting a submission; that the proposer has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the submission price of the proposer or any other proposer, or to fix any overhead, profit, or cost element of the submission price, or of that of any other proposer, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the submission are true; and, further, that the proposer has not, directly or indirectly, submitted his or her price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, submission depository, or to any member or agent thereof to effectuate a collusive or sham submission. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this day of, 2015 at California. Signature of Proposer Print Name and Title Subscribed and sworn to (or affirmed) before me on this day of, 20, by proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature, Notary Public (seal) My Commission Expires: Page 20 of 26

21 APPENDIX B INSURANCE AFFIDAVIT INSURANCE AFFIDAVIT TO BE EXECUTED BY PROPOSER AND SUBMITTED WITH SUBMISSION State of County of )ss The undersigned, being first duly sworn, deposes that he/she is of Here in called the Proposer; that the Proposer has submitted qualifications to provide CMR Services for the Grossmont-Cuyamaca Community College District, herein called the District. The Proposer agrees that he/she is familiar with the circumstances affecting the preparation and making of such submission, and is properly qualified to make this affidavit; that he/she certifies the following. Proposer shall procure and maintain and shall require all subcontractors, if any, whether primary or secondary, to procure and maintain either: Comprehensive General Liability Insurance With a combined single limit per occurrence of not less than $1,000,000 OR Commercial General Liability Insurance (including automobile insurance) which provides limits of not less than: a) Per occurrence (combined single limit) $1,000,000 b) Project Specific Aggregate (for this Project only) $2,000,000 c) Products/Completed Operations $1,000,000 d) Personal & Advertising Injury limit $1,000,000 AND Automobile Liability Insurance In the amount of not less than $1,000,000 per occurrence for bodily injury and property damage Professional Liability (Errors and Omissions) At all times during the performance of the work under this Agreement the Proposer shall maintain professional liability insurance, in a form and with insurance companies acceptable to District in an amount indicated herein. Professional Liability (errors and omissions) $1,000,000 Insurance Covering Special Hazards: Following special hazards shall be covered by riders or riders to above-mentioned commercial liability insurance or property damage insurance policy or policies of insurance, or by special policies of insurance, in amounts as follows: Automotive and truck where operated in amounts as stated above. Material hoist where used in amounts as stated above. Page 21 of 26

22 INSURANCE AFFIDAVIT (continued) Subscribed and sworn to before me Firm This day of, Signed Type or print name of affiant Notary Public My commission expires. Title Page 22 of 26

23 APPENDIX C EQUAL OPPORTUNITY STATEMENT GROSSMONT-CUYAMACA COMMUNITY COLLEGE DISTRICT EQUAL OPPORTUNITY AFFIRMATIVE ACTION STATEMENT Every person, firm, company or corporation with whom the Grossmont-Cuyamaca Community College District does business in the amount of $ 10,000 or cumulative contracts totaling $10,000 is required to sign the following statement: It is the policy of the District that in connection with all work performed under contracts, there be no discrimination against any prospective or active employees engaged in the work because of race, color, ancestry, national origin, religious creed, sex, age or marital status. The successful bidder agrees to comply with applicable Federal and California laws including, but not limited to, the California Fair Employment Practice Act, beginning with Government Code 12900, and Labor Code In addition, the successful bidder agrees to require like compliance by any subcontractors employed on the work by him. Name of individual, company or corporation By: (Corporate Seal) Title: Address: City State Zip Code Page 23 of 26

24 APPENDIX D WORKER S COMPENSATION CERTIFICATE CONTRACTOR S CERTIFICATE REGARDING WORKERS COMPENSATION Labor Code section 3700 in relevant part provides: Every employer except the State shall secure the payment of compensation in one or more of the following ways: (a) (b) By being insured against liability to pay compensation in one or more insurers duly authorized to write compensation insurance in this State. By securing from the Director of Industrial Relations a certificate of consent to self-insure, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self-insure and to pay any compensation that may become due to his employees I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this Contract. Contractor By Signature Title (In accordance with Article 5 (commencing at section 1860), chapter 1, part 7, division 2 of the Labor Code, the above certificate must be signed and filed with the awarding body prior to performing any work under this Contract.) Page 24 of 26

25 APPENDIX E ADDENDA ACKNOWLEDGEMENT Addenda: Changes or corrections to the submission document will be issued via a numbered addendum. Proposer must acknowledge receipt of all addendums. Not acknowledging all addendums may be reason for rejection of the submission. Record below the number(s) and date(s) of addenda received, if applicable. Addendum # Addendum # Addendum # Addendum # Addendum # Date Received: Date Received: Date Received: Date Received: Date Received: Page 25 of 26

26 APPENDIX F RFQ SUBMISSION CHECKLIST (Initial each line item to confirm submission and/or acknowledgement) Included in RFQ Response Item A. General Information (Cover Letter and Corporate Information) (initial each box) B. Project Approach C. Project History D. Personnel Experience E. References F. Hourly Rates for Personnel G. APPENDICES Appendix A: Non-collusion Declaration Must be notarized Appendix B: Insurance Affidavit Must be notarized Appendix C: Equal Opportunity Affirmative Action Statement (requires Corporate Seal) Appendix D: Certificate Regarding Worker s Compensation (requires Corporate Seal) Appendix E: Addenda Acknowledgement Appendix F: Check List Page 26 of 26

OXNARD UNION HIGH SCHOOL DISTRICT. Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services

OXNARD UNION HIGH SCHOOL DISTRICT. Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services OXNARD UNION HIGH SCHOOL DISTRICT Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services The Oxnard Union High School District ( District ) is seeking Statements of Qualifications

More information

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID DO NOT INCLUDE REYCLING FEE IN YOUR BID LINCOLN UNIFIED SCHOOL DISTRICT -- -- -- -- -- -- -- -- CHROMEBOOK BID INSTRUCTIONS TO BIDDERS SPECIFICATIONS BID OPENING JULY 6, 2015, 12:00PM EDUCATION CENTER

More information

Request for Qualifications (RFW: 18-19/01) Architectural/Engineering Firms

Request for Qualifications (RFW: 18-19/01) Architectural/Engineering Firms Request for Qualifications (RFW: 18-19/01) Architectural/Engineering Firms RFQ Due Date: May 3, 2019 @ 2:00 p.m. Mr. Alonso Casas, Project Manager Building 10, Room #16 Imperial Community College District

More information

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407 TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY FEE PROPOSAL FORM Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407 To the Trustees of

More information

5. BID FORMS TABLE OF CONTENTS

5. BID FORMS TABLE OF CONTENTS 5. BID FORMS TABLE OF CONTENTS SECTION 1 BID FORM SECTION 2 BID DATA FORMS 2.A LIST OF PROPOSED SUBCONTRACTORS 2.B BID BOND SECTION 3 NON-COLLUSION AFFIDAVIT SECTION 4 BIDDER INFORMATION FORM 4.A INFORMATION

More information

RETIREE HEALTH BENEFITS TRUST

RETIREE HEALTH BENEFITS TRUST RETIREE HEALTH BENEFITS TRUST Request for Qualifications and Proposals (RFQ/P) #566 for Legal Services - Retiree Benefits Trust Fund Program REQUEST FOR QUALIFICATIONS and PROPOSALS (RFQ/P) #566 for Legal

More information

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040 INVITATION TO BID DATE ISSUED: September 27, 2017 FOR: Professional janitorial services for a contract period of January 1, 2018 to December 31, 2018. This annual contract may be renewed for two (2) one

More information

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017 ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No. 17-001 Addendum #2 February 23, 2017 To All Prospective Bidders: The Fortuna Union High School

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) MT. SAN JACINTO COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSAL (RFP) 2014-102, POLICE SERVICES RFP DEADLINE- December 10, 2014 at 2:00 p.m. Advertisement Dates: November 26, 2014 and December 3, 2014

More information

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.

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

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

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 OWNER : THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 Phone: 404.608.2300 Mandatory Pre-Bid Conference: Date: July 28,

More information

PLEASANTVILLE HOUSING AUTHORITY

PLEASANTVILLE HOUSING AUTHORITY PLEASANTVILLE HOUSING AUTHORITY REQUEST FOR PROPOSALS/QUOTES - PROFESSIONAL SERVICES FEE ACCOUNTANT SUBMISSION DATE: Insert Date PUBLIC NOTICE FOR REQUEST FOR PROPOSALS/QOUTE - PROFESSIONAL SERVICE CONTRACT

More information

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860) TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT 06045-0191 (860) 647-3031 FAX (860) 647-5206 REQUEST FOR PROPOSAL NO. 17/18-15 FINANCIAL ADVISORY SERVICES

More information

2. Develop recommendations and best practices for the District to following in serving these students.

2. Develop recommendations and best practices for the District to following in serving these students. Homeless & Food Insecurity Services RFQ XXX Due no later than: Add Date, 2017 by 4pm to Purchasing, 33 Gough Street, San Francisco, CA 94103 khennig@ccsf.edu City College of San Francisco seeks a contractor(s)

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

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

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

Grossmont-Cuyamaca Community College District Project Labor Agreement Evaluation Plan

Grossmont-Cuyamaca Community College District Project Labor Agreement Evaluation Plan March 16, 2017 PROCEDURE MANUAL TABLE OF CONTENTS PLA EVALUATION PLAN PROCESS A. OVERVIEW... 2 Projects... 2 Controlling Laws and Regulations... 2 Roles and Responsibilities... 2 B. KEY PERFORMANCE INDICATORS

More information

KERN HEALTH SYSTEMS REQUEST FOR PROPOSAL SUBMISSION CHECKLIST

KERN HEALTH SYSTEMS REQUEST FOR PROPOSAL SUBMISSION CHECKLIST KERN HEALTH SYSTEMS REQUEST FOR PROPOSAL SUBMISSION CHECKLIST Kern Health Systems (KHS) is a government agency dedicated to running a fair bidding program to foster high quality business relationships.

More information

CAMDEN COUNTY EDUCATIONAL SERVICES COMMISSION 225 White Horse Avenue Clementon, New Jersey 08021

CAMDEN COUNTY EDUCATIONAL SERVICES COMMISSION 225 White Horse Avenue Clementon, New Jersey 08021 CAMDEN COUNTY EDUCATIONAL SERVICES COMMISSION 225 White Horse Avenue Clementon, New Jersey 08021 REQUESTS FOR PROPOSALS NOTICE OF SOLICITATION FOR PROFESSIONAL SERVICES FOR THE 2018-2019 SCHOOL YEAR Notice

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

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

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

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES REQUEST FOR PROPOSAL HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES August 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and

More information

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES I. PURPOSE AND INTENT The City of Easton (hereinafter City ) is currently seeking proposals from qualified Third-Party Agencies (hereinafter

More information

TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS

TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS JANUARY 23, 2019 11:00 A.M. ADDRESS ALL PROPOSALS TO: TOWNSHIP ADMINISTRATOR

More information

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # ) REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO (PPLD RFP #490-16-01) Pikes Peak Library District ( PPLD ) invites qualified

More information

SOMERSET COUNTY INSURANCE COMMISSION

SOMERSET COUNTY INSURANCE COMMISSION SOMERSET COUNTY INSURANCE COMMISSION REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES The Somerset County Insurance Commission ( Commission ) is soliciting proposals through a fair and open process in accordance

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

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK Name of Bidder Business Address Phone No. City/State Zip Code TO THE BOARD OF SUPERVISORS OF hereinafter referred to as,

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

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

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department April 18, 2014 ADDENDUM No. 2 Re: RFP No., 13-14/26 Bond Underwriting Services PERALTA COMMUNITY

More information

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES REQUEST FOR SEALED QUALIFICATIONS FOR PROFESSIONAL SERVICES UNDER A FAIR AND OPEN PROCESS MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES Contract Term February 1, 2017 through January 31, 2018 SUBMISSION

More information

REQUEST FOR PROPOSALS FOR SERVICES OF FUND ATTORNEY /REGULATORY COMPLIANCE & LEGISLATIVE SERVICES

REQUEST FOR PROPOSALS FOR SERVICES OF FUND ATTORNEY /REGULATORY COMPLIANCE & LEGISLATIVE SERVICES REQUEST FOR PROPOSALS FOR SERVICES OF FUND ATTORNEY /REGULATORY COMPLIANCE & LEGISLATIVE SERVICES Issued by the The Somerset County Joint Insurance Fund Date Issued: November 30, 2018 Responses Due by

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 PROPOSAL FOR RISK MANAGEMENT CONSULTANT

REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT BOROUGH of PINE HILL SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS December 5, 2017 10:00 A.M. ADDRESS ALL PROPOSALS TO: BUSINESS ADMINISTRATOR

More information

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES SILVER FALLS SCHOOL DISTRICT REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES DEADLINE FOR RECEIPT OF RFP: TO BE OPENED BY: May 1, 2016 at 3:00 p.m. Superintendent Andy Bellando Silver Falls School District

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL SERVICES FOR THE PURCHASE & INSTALLATION OF A NEW VIDEOBOARD SYSTEM AT HUNTINGTON PARK HOME OF THE COLUMBUS CLIPPERS 1) INTENT Franklin County Stadium, Inc., ( FCS, dba Huntington

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

Housing Authority of the Borough of Keansburg

Housing Authority of the Borough of Keansburg Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ 07734 Telephone: # 732-787-6151 / Fax: # 732-787-5204 JUDY FERRARO Chairperson MARY FOLEY Vice-Chairperson YOLANDA ANN COMMARATO

More information

PUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM

PUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM PUBLIC WORKS DEPARTMENT BID FORMS FOR POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM-19-019 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID

More information

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No.

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No. Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE REQUEST FOR PROPOSALS - Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES Regional School

More information

Suite 300 Tenant Improvement

Suite 300 Tenant Improvement BID FORM FOR: Suite 300 Tenant Improvement UNIVERSITY OF CALIFORNIA Office of the President Sacramento, CA 95814 February 19, 2014 BID TO: Pamela Madison, Space Planning Manager University of California,

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 # Citrus Community College District VENDING SERVICES PROPOSAL

Request for Proposal # Citrus Community College District VENDING SERVICES PROPOSAL Request for Proposal #09-1718 Citrus Community College District VENDING SERVICES PROPOSAL Return Proposal to: Citrus Community College District Attn: Robert Lopez, Director of Purchasing 1000 W Foothill

More information

ROSEVILLE JOINT UNION HIGH SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES FOR MEASURE D AND OTHER PROJECTS

ROSEVILLE JOINT UNION HIGH SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES FOR MEASURE D AND OTHER PROJECTS ROSEVILLE JOINT UNION HIGH SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES FOR MEASURE D AND OTHER PROJECTS Qualifications Deadline Date March 2, 2017 at 4:00PM TABLE

More information

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR MANALAPAN TOWNSHIP MONMOUTH COUNTY, NEW JERSEY Notice is hereby given that sealed proposals addressed to Rose LaFergola, RPPO/QPA, will be received on or before Friday, August 3, 2012 at 11:00 am at which

More information

Lockbox Services. Job No FA

Lockbox Services. Job No FA Request for Proposal (RFP) for: Lockbox Services Job No. 09-10-FA Department of Finance and Administration 123 Fifth Avenue Kirkland, WA 98033 Page 1 of 15 REQUEST FOR PROPOSAL I PURPOSE OF REQUEST The

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

SANTA CLARA COUNTY OFFICE OF EDUCATION REQUEST FOR PROPOSAL FOR AUDIT OF THE JUNE 30, 2017 CASH BALANCE OF ALUM ROCK UNION ELEMENTARY SCHOOL DISTRICT

SANTA CLARA COUNTY OFFICE OF EDUCATION REQUEST FOR PROPOSAL FOR AUDIT OF THE JUNE 30, 2017 CASH BALANCE OF ALUM ROCK UNION ELEMENTARY SCHOOL DISTRICT SANTA CLARA COUNTY OFFICE OF EDUCATION REQUEST FOR PROPOSAL FOR AUDIT OF THE JUNE 30, 2017 CASH BALANCE OF ALUM ROCK UNION ELEMENTARY SCHOOL DISTRICT NOTICE IS HEREBY GIVEN that the Santa Clara County

More information

PUBLIC NOTICE BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY 1551 HIGHWAY 88 WEST, BRICK, NJ NOTICE OF SOLICITATION FOR RFQs

PUBLIC NOTICE BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY 1551 HIGHWAY 88 WEST, BRICK, NJ NOTICE OF SOLICITATION FOR RFQs PUBLIC NOTICE BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY 1551 HIGHWAY 88 WEST, BRICK, NJ 08724 NOTICE OF SOLICITATION FOR RFQs Notice is hereby given that pursuant to the provisions of N.J.S.A. 19:44A-20.5

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

LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES

LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES Submission Date: June 9, 2015 By: Adrian Pollio School Business Administrator/ Board Secretary Page 1 of 19 Lincoln Park

More information

MONROE TOWNSHIP SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR: Insurance Brokerage Services Property & Casualty and Workers Compensation

MONROE TOWNSHIP SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR: Insurance Brokerage Services Property & Casualty and Workers Compensation MONROE TOWNSHIP SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR: Insurance Brokerage Services Property & Casualty and Workers Compensation Lisa Schulz School Business Administrator/ Board Secretary 1 MONROE TOWNSHIP

More information

Proposal No:

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

More information

Request For 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

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320 PUBLIC WORKS DEPARTMENT BID FORMS FOR ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL

More information

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street Indianapolis, IN 46221 ITQ Issue Date: November 29, 2017 Project Site: Contact:

More information

REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study

REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study Due date: May 12, 2017 Time: 4:00 pm Receipt Location: 230 Government Center Drive Wilmington, NC 28403 Procurement Contact Person: Name:

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

PURCHASING SPECIFICATION

PURCHASING SPECIFICATION PURCHASING SPECIFICATION Subject: REQUEST FOR HOTEL RATES TEMPORARY RELOCATION SERVICES Lead Education Awareness and Control [LEAC] Program / Request for Rates Page No: 1 of 9 Effective Date: June 4, 2012

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236

More information

Request For Qualifications Construction Management at Risk

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

More information

HUNTERSVILLE GATEWAY APPROX 327 HUNTERSVILLE GATEWAY DR HUNTERSVILLE, NC ABC STORE # 22

HUNTERSVILLE GATEWAY APPROX 327 HUNTERSVILLE GATEWAY DR HUNTERSVILLE, NC ABC STORE # 22 REQUEST FOR QUALIFICATIONS (RFQ) For ARCHITECTURAL/ENGINEERING SERVICES FOR THE MECKLENBURG COUNTY ALCOHOLIC BEVERAGE CONTROL BOARD HUNTERSVILLE GATEWAY APPROX 327 HUNTERSVILLE GATEWAY DR HUNTERSVILLE,

More information

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019 Bidders Name: Address: City and State: Phone: Fax: E-Mail: TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ 08085 SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR

More information

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE REQUEST FOR PROPOSALS Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE Issued by the: Economic Development Corporation of the City of Detroit

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional firms licensed in

More information

City of Albany, New York Traffic Engineering

City of Albany, New York Traffic Engineering City of Albany, New York Traffic Engineering REQUEST FOR PROPOSALS FOR THE PROVISION OF ENGINEERING SERVICES Traffic Signal Design Services RFP No. TE-11-001 November 15, 2011 SECTION 1: PURPOSE 1.1 The

More information

City of Bellevue Request for Proposal Legal Notice

City of Bellevue Request for Proposal Legal Notice City of Bellevue Request for Proposal Legal Notice Notice is hereby given that the City of Bellevue has issued the following Request for Proposal. The complete Request for Proposal, including all submittal

More information

ADDENDUM For Reference For Bidders

ADDENDUM For Reference For Bidders Castro Valley Unified School District CHABOT ELEMENTARY SCHOOL, MARSHALL ELEMENTARY SCHOOL, AND STANTON ELEMENTARY SCHOOL INTERIM HOUSING PORTABLES CONSTRUCTION, PART 2 ADDENDUM 02 04 For Reference For

More information

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING Friendship is soliciting proposals and qualification statements from parties having specific interests and qualifications

More information

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et seq. PROPOSALS MUST BE SUBMITTED BY 11:00

More information

Request for Proposal # Postage Meter Lease & Maintenance Service

Request for Proposal # Postage Meter Lease & Maintenance Service Request for Proposal # 2018-025 Postage Meter Lease & Maintenance Service Due Date: October 19, 2017 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500

More information

City of Albany, New York

City of Albany, New York City of Albany, New York REQUEST FOR PROPOSALS FOR THE PROVISION OF BOND COUNSEL SERVICES Proposal Number 2012-03 March 19, 2012 SECTION 1: PURPOSE 1.1 The City of Albany hereby requests proposals from

More information

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536 PUBLIC WORKS DEPARTMENT BID FORMS FOR LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID PROPOSAL

More information

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES Friendship is soliciting proposals and qualification statements from parties having specific interests

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

ROCKY HILL PUBLIC SCHOOLS REQUEST FOR PROPOSALS FOR AUDITING SERVICES. June 30, 2018

ROCKY HILL PUBLIC SCHOOLS REQUEST FOR PROPOSALS FOR AUDITING SERVICES. June 30, 2018 S FOR June 30, 2018 Rocky Hill Public Schools Audit RFP.doc Page # 1 TABLE OF CONTENTS I. INTRODUCTION A. General Information B. Term of Engagement II. DESCRIPTION OF THE SCHOOL DISTRICT A. General B.

More information

St. George CCSD #258

St. George CCSD #258 St. George CCSD #258 ATTENTION Please read specifications for complete proposal instructions! Specifications Mowing and Lawn Services Proposals Due At: St. George CCSD #258 5200 E. Center Street Bourbonnais,

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

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019 Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at

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

Request for Services Evaluate Cell Tower Lease Rates

Request for Services Evaluate Cell Tower Lease Rates Request for Services Evaluate Cell Tower Lease Rates Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 (706) 879-2198 mvaughn@gordoncounty.org Cell

More information

Request for Risk Management and Insurance Broker Services

Request for Risk Management and Insurance Broker Services TO: Prospective Vendors DATE: 08/01/ SUBJECT: Services Request for Proposal for Risk Management and Insurance Brokerage You are invited to submit Proposals for Risk Management and Insurance Brokerage Services

More information

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

Company Name: Address: Date: OFFICAL SIGNATURE PRINT Section 3 Clause A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The

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

HILLSBOROUGH CITY SCHOOL DISTRICT REQUEST FOR STATEMENT OF QUALIFICATIONS AND REQUEST FOR PROPOSAL

HILLSBOROUGH CITY SCHOOL DISTRICT REQUEST FOR STATEMENT OF QUALIFICATIONS AND REQUEST FOR PROPOSAL HILLSBOROUGH CITY SCHOOL DISTRICT REQUEST FOR STATEMENT OF QUALIFICATIONS AND REQUEST FOR PROPOSAL FOR Energy Services Design-Build Contractor For Proposition 39 Funded Energy Efficiency & Conservation

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL CONSULTING ENGINEERING SERVICES FOR LAND ACQUISITION CONSULTANT. March 24 th, 2019 RFQ

REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL CONSULTING ENGINEERING SERVICES FOR LAND ACQUISITION CONSULTANT. March 24 th, 2019 RFQ ENGINEERING REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL CONSULTING ENGINEERING SERVICES FOR LAND ACQUISITION CONSULTANT March 24 th, 2019 RFQ 2019-2 City of Claremore, Oklahoma 1 1. INVITATION The

More 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

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

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex December 4, 2016 Submission Deadline: 12:00 p.m. December 20, 2016 1. REQUEST FOR PROPOSAL The City of Brentwood

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

TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY

TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY SEEKS PROPOSALS FOR FINANCIAL ADVISORY CONSULTANT SERVICES FOR THE PERIOD JANUARY 1, 2018 TO DECEMBER 31, 2018 Introduction Pursuant to the Fair

More information

Charlotte-Mecklenburg Schools Capital Program Services. Request for Qualifications Architectural Design Services

Charlotte-Mecklenburg Schools Capital Program Services. Request for Qualifications Architectural Design Services Charlotte-Mecklenburg Schools Capital Program Services Request for Qualifications Architectural Design Services February 25, 2019 Contents Section 1 - ADVERTISEMENT...1 Section 2 - INTRODUCTION AND OVERVIEW...1

More information

Solano Community College District REQUEST FOR QUALIFICATIONS (RFQ #14-008) CIVIL ENGINEERING SERVICES CAPITAL IMPROVEMENT PROGRAM

Solano Community College District REQUEST FOR QUALIFICATIONS (RFQ #14-008) CIVIL ENGINEERING SERVICES CAPITAL IMPROVEMENT PROGRAM REQUEST FOR QUALIFICATIONS (RFQ #14-008) CIVIL ENGINEERING SERVICES CAPITAL IMPROVEMENT PROGRAM In November of 2002 and November 2012 the residents of the Solano Community College District ( District ),

More information

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Just in Time Classroom and Office Supplies Bid # 15/16-006

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Just in Time Classroom and Office Supplies Bid # 15/16-006 Corona-Norco Unified School District 2820 Clark Ave. Norco, CA 92860 Just in Time Classroom and Office Supplies Bid # 15/16-006 November 16, 2015 1 Just in Time Classroom and Office Supplies Bid # 15/16-006

More information

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018 MODESTO CITY SCHOOLS BID NO. 18-4673 GASOLINE AND DIESEL FUEL DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018 MODESTO CITY SCHOOLS Purchasing Department 426 Locust Street Modesto, CA

More information