General Contractor Prequalification for the Biosolids Handling Facility at the Hailey Wastewater Treatment Plant

Size: px
Start display at page:

Download "General Contractor Prequalification for the Biosolids Handling Facility at the Hailey Wastewater Treatment Plant"

Transcription

1 City of Hailey Public Works Department Hailey, Idaho Request for Prequalification Proposals General Contractor Prequalification for the Biosolids Handling Facility at the Hailey Wastewater Treatment Plant December 2014

2 Notice of General Contractor Prequalification for Biosolids Handling Facility at the City of Hailey Wastewater Treatment Plant The City of Hailey, Idaho will accept sealed prequalification proposals at 115 S Main St., Suite H, Hailey, Idaho, 83333, until 2:00 p.m. MST, January 9, 2015 for work at the City of Hailey Wastewater Treatment Plant. The project will include demolition of an existing packaged plant and construction of a new equipment building and two new aerobic digesters. The equipment building will house a screw press, thickeners, auger, blowers, pumps, chemical feed units, and associated process piping. Each digester is a concrete tank with associated aeration piping and diffusers, jet mixing piping, and covers. Notice is hereby given that the City of Hailey determined that all bidders on the Biosolids Handling Facility at the City of Hailey Wastewater Treatment Plant must be prequalified prior to submitting bids. It is mandatory that all General Contractors who intend to submit bids fully complete the prequalification questionnaire and be approved by the City of Hailey to be on the Bidders list. No bids will be accepted from a Contractor that has failed to comply with these requirements. If two or more business entities wish to submit a bid on this project as a joint venture, or expect to submit a bid as part of a joint venture, each entity within the joint venture must be separately qualified to bid. Prospective bidders interested in submitting a prequalification proposal may obtain prequalification instructions and forms from the City of Hailey s website at Project plans are available via Dropbox after registering with the City of Hailey Public Works Department. Respondents may register by or fax to the following: Tracy Anderson Coordinator, Public Works tracy.anderson@haileycityhall.org FAX: (208) Official Addenda to the Request for Prequalification Proposals will be posted to the City of Hailey s website at Addenda will also be sent via , as a courtesy only, to prospective bidders who register with the City of Hailey Public Works Department. Prospective bidders may request to be added to the prospective bidders list by sending an with complete contact information to tracy.anderson@haileycityhall.org. Questions regarding this Notice of Prequalification should be directed in writing and sent by or fax to: Mariel Platt Director, Public Works City of Hailey 115 S Main St., Suite H Hailey, ID mariel.platt@haileycityhall.org Page 1

3 FAX: (208) Publish: Idaho Mountain Express December 17, 2014 December 24, 2014 Page 2

4 1.0 Proposal Instructions and Information Please include one (1) original proposal and four (4) copies for the evaluators. Proposals are to be received no later than January 9, 2015 at 2:00 p.m. MST. Prequalified proposers will be invited to participate in the bidding for the project. Proposals must include supporting detailed information (if any) and Exhibits A and B even if no supplemental information is provided. All proposals must be signed. Proposer must complete and submit the signed Certification with the proposal. Proposals not signed will be considered nonresponsive and disqualified. The submission package or envelope must be sealed and plainly marked with the following: 1) the request for prequalification title, and 2) the opening date and time. The submitting proposer s return address must appear on the envelope or package. A submission made using overnight services must be shipped in a separate sealed inner envelope/package identified as stated above. No responsibility will attach to the City of Hailey, or to any official or employee thereof, for the pre-opening of, post-opening of, or the failure to open a submission not properly addressed and identified. Do not fax or your proposal. Proposals must be submitted in writing. No oral, telephone, facsimile, telegraphic, ed or late submissions will be considered. All submissions must be received at the City of Hailey, 115 S Main St, Suite H, Hailey, Idaho, and time and date stamped prior to the closing date and time. It is the submitting proposer s responsibility to timely submit their proposal in a properly marked envelope, prior to the scheduled closing, for receipt in sufficient time to allow the submission to be time and date stamped. 1.1 Scope of Work The City of Hailey operates a sequencing batch reactor (SBR) with an aerobic digester for sludge storage and stabilization. The aerobic digester is located in the former packaged wastewater treatment plant built in The packaged plant was not designed to serve as an aerobic digester, although the City has been able to utilize the infrastructure for an additional 14 years after the Woodside treatment plant was constructed in Thickened liquid sludge is hauled to drying beds at the Ohio Gulch Landfill for drying to meet Class B biosolids requirements and final disposal. The City of Hailey recently completed the 90 percent design of the Solids Handling Improvements identified in the preliminary engineering report (PER) and the 2010 Facility Plan. The recommendation in the PER included a process that will allow for meeting Class B biosolids requirements at the treatment plant through aerobic digestion and utilizing sludge thickening and sludge dewatering to produce a cake product. This will in turn allow for a lower trucking cost to take solids to Ohio Gulch and reduce the amount of waste entering the landfill facility. Page 3

5 The project will include demolition of an existing packaged plant and construction of a new equipment building and two new aerobic digesters. The equipment building will house a screw press, thickeners, auger, blowers, pumps, chemical feed units, and associated process piping. Each digester is a concrete tank with associated aeration piping and diffusers, jet mixing piping, and covers. Project plans are available via Dropbox after registering with the City of Hailey Public Works Department. Respondents may register by or fax to the following: Tracy Anderson Coordinator, Public Works tracy.anderson@haileycityhall.org FAX: (208) Intent of Proposal The intent of this solicitation is to prequalify prospective General Contractors under Idaho Code (3) (b), to bid on the project. Proposers are required to provide the information in their proposals that demonstrates the experience and appropriate resources to successfully complete a project of relevant size, complexity and schedule to this project. Specifically, proposers are requested to demonstrate financial and non-financial resources, personnel, proficient schedule management, and the ability to successfully coordinate construction activities with Owner operations to maintaining the existing treatment facilities. 1.3 Proposer s Costs The proposer will be responsible for all costs (including site visits where needed) incurred in preparing or responding to this solicitation. All materials and documents submitted in response to this request become the property of the City of Hailey and will not be returned. 1.4 Evaluation of Proposer The City of Hailey may conduct reference investigations as are necessary to evaluate and determine the performance record and ability of the proposer(s) to perform the size and type of work to be contracted. By submitting a proposal, proposer authorizes the City of Hailey to conduct reference investigations as needed. 1.5 Reserved Rights The City of Hailey reserves the right to waive minor irregularities and omissions in the information contained in the proposals submitted, to make all final determinations, and to determine at any time that it is in the best interest of the city to abandon the prequalification process. Page 4

6 1.6 Public Records The Idaho Public Records Law, Idaho Code Section through 9-348, allows the open inspection and copying of public records. Public records include any writing containing information relating to the conduct or administration of the public s business prepared, owned, used, or retained by a state of local agency regardless of the physical form or character. All, or most, of the information contained in proposals to be submitted will be a public record subject to disclosure under the Public Records Law and will be available for inspection and copying by any person. The Public Records Law contains certain exemptions. One exemption potentially applicable to part of your response may be for trade secrets. Trade secrets include a formula, pattern, compilation, program, computer program, device, method, technique or process that derives economic value, actual or potential, from not being generally known to, and not being readily ascertainable by proper means by other persons and is subject to the efforts that are reasonable under the circumstances to maintain its secrecy. If proposer considers any element of its proposal to be a trade secret, or otherwise protected from disclosure, proposer must: a. Indicate by marking each page of the pertinent document confidential; and b. Include the specific basis for the position that it be treated as exempt from disclosure. Prices quoted in your proposal are not a trade secret. The following is not acceptable or in accordance with the Public Record Law and will not be honored: a. Marking your entire proposal as exempt, or b. Placing a statement or legend on one (1) page stating that all, or substantially all, of the proposal is exempt. The City of Hailey, to the extent allowed by law and in accordance with these Instructions, will honor a designation of nondisclosure. If you claim material to be exempt from disclosure under the Idaho Public Records Law, the proposer expressly agrees to defend, indemnify and hold harmless the City of Hailey from any claim or suit arising from the city s refusal to disclose any such material. Any questions regarding the applicability of the Public Records Law should be addressed to the proposer s own legal counsel prior to submission. 1.7 Requests for Clarification Any proposer who wishes to request clarifications on this Request for Prequalification Proposals may submit a written notification to the City of Hailey Public Works Department, to be received no later than noon on January 5, The notification will state the exact nature of the clarification. Questions and responses of any one proposer which the City of Hailey deems may affect or cause an ambiguity in proposal responses, will be supplied to all prospective proposers by Addendum. Direct written requests for clarification to: Page 5

7 Mariel Platt Director, Public Works City of Hailey 115 S Main St., Suite H Hailey, ID mariel.platt@haileycityhall.org FAX: (208) The city is not responsible for questions that are not received. 1.8 Addenda to the Request for Prequalification Proposals Official Addenda to the Request for Prequalification Proposals will be posted to the City of Hailey s website at Addenda will also be sent via , as a courtesy only, to prospective bidders who register with the City of Hailey Public Works Department. Prospective bidders may request to be added to the prospective bidders list by sending an with complete contact information to tracy.anderson@haileycityhall.org. Verbal modifications are not binding on the city or the proposer. No oral changes will be considered or acknowledged. Proposers are required to acknowledge each addendum received in their proposal response. 1.9 Protest Any licensed contractor that fails the prequalification stage may appeal any such determination as allowed by Idaho Code (3) (b) Qualified Proposers Notification The City of Hailey will conduct a formal review of the proposals and will determine the list of qualified bidders who are eligible for bidding. All applicants will be formally notified by first class mail on or before advertisement for solicitation for bids for the project work. 2.0 Content and Format of Proposals 2.1 Proposers shall submit information in the following order: Completed forms in the section titled Qualification Requirements, including the Certification, Sections 1 (General Information), 2 (Experience), and 3 (Performance). Completed Exhibits A and B (note: submit Exhibit B, regardless of whether it requires completion with supplemental information or is left blank). Page 6

8 2.2 All blanks on the forms shall be completed by typing or printing with ink and the Certification signed in ink. Erasures or alterations shall be initialed in ink by the person signing. 2.3 A proposal submitted by a partnership, limited liability company or corporation shall be executed in the partnership, limited liability company or corporation name and signed by a partner, member, manager or officer (whose title must appear under the signature), accompanied by evidence of authority to sign. The official address of the partnership, limited liability company, or corporation shall be shown. 2.4 For proposers intending to prequalify as a joint venture, proposal submitted shall be executed by each firm indicating the percentage of ownership in the joint venture. To be considered qualified as a joint venture, each individual firm shall meet the experience and performance requirements and submit all supporting information in the Request for Prequalification Proposals. The official address of the joint venture shall be shown. 2.5 All names shall be typed or printed in ink below the signatures. 2.6 The proposal shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Certification. 2.7 Postal and addresses and telephone number for communications regarding the proposal shall be shown. 3.0 Basis of Evaluation and Prequalification 3.1 Proposers will be evaluated on a pass/fail and scoring basis. Only proposers that complete all information requested, completely and accurately, and meet or exceed the minimum requirements as stated will be determined to be a qualified bidder for the project. 3.2 Before a qualification will be awarded, the City of Hailey will check proposer references to evaluate the information relevant to qualifications and performance submitted by the proposer. The City of Hailey reserves the right to check other sources available. By submitting a proposal, the proposer authorizes the City of Hailey to conduct reference investigations as needed. 3.3 All proposers who submit a completed proposal will be notified by the City of Hailey following the evaluation and determination of qualification/disqualification. Formal notification will be by first class mail on or before advertisement for solicitation for bids for the project work. Page 7

9 4.0 Project Schedule (Tentative) Prequalification Request for Prequalification Proposals Issued...December 17, 2014 Proposals Due...January 9, 2015 Project Bidding Invitation to Qualified Bidders...March 18, 2015 Mandatory Pre-Bid Conference...March 25, 2015 Bid Opening...April 15, 2015 Bid Award...April 29, 2015 Proposed Project Construction Notice to Proceed...May 14, 2015 Substantial Completion...February 2, 2016 Final Completion...March 15, 2016 Page 8

10 QUALIFICATION REQUIREMENTS Biosolids Handling Facility City of Hailey Wastewater Treatment Plant I hereby certify that: Certification The information provided in this proposal is true, accurate and complete. Proposer: Address: Phone: Authorized Representative: Title: Signature: Date: Proposer has received, read, and understands all addenda issued in conjunction with this Request for Prequalification Proposals. Addendum No: Addendum No: Addendum No: Addendum Date: Addendum Date: Addendum Date: Page 9

11 Preliminary Matters The City of Hailey intends to award the Biosolids Handling Facility Project construction contract to the lowest, responsive, qualified bidder on or before April 29, If the successful bidder is unable to execute the contract and provide the necessary license, bonds, and insurances, at no fault of the City of Hailey, the city reserves the right to reject the bid, apply the bid bond as allowed by law, and award the contract to the next lowest, responsive, qualified bidder. The successful contractor must be able to meet the following minimum requirements. Any contractor that will have difficulty meeting these requirements is encouraged not to submit a prequalification proposal. 1. Contractor must possess a valid and current Idaho Public Works Contractor s license for the project prior to the date listed above for award of the Biosolids Handling Facility Project construction contract. 2. Contractor must have a liability insurance policy with a policy limit of at least $2,000,000 per occurrence and $4,000,000 aggregate prior to the date listed above for award of the Biosolids Handling Facility Project construction contract. Additional insurance coverages may also be required. 3. Contractor must have a workers compensation insurance policy as required by Idaho Code Title 72 prior to the date listed above for award of the Biosolids Handling Facility Project construction contract. 4. Contractor must be able to provide 100 percent Performance and Payment Bonds with their bids for the Biosolids Handling Facility Project construction contract. Section 1 General Information To be considered qualified proposer must complete and return the response to each item in this section, as completely and accurately as possible. Although this section is not scored, incomplete information in this section may result in a proposer being rejected from further consideration and eliminated from the list of prequalified bidders. 1.1 Firm Name: Firm Type: Corporation Partnership Individual LLC Business Address: Telephone Number: Fax Number: Page 10

12 List all Idaho construction license numbers, classifications, type, category, and expiration dates of the Idaho contractor licenses held by your firm: 1.2 Years the Firm listed in item 1.1 has been in business: NOTE: To be determined as a qualified bidder, firms must have been in business for a minimum of the past 10 years performing as a General Contractor. If proposer operated under other previous company names, list the previous company names and the years in business under each name for the past 10 years in the space below. Provide an explanation why the company name was changed. Proposer qualification will be based on proposer s explanation included in this section. Period: Firm Name: Reason for changing name: 1.3 Provide all of the following information for an individual with ownership of 25% or more of the business or of any business entity which is shareholder, member or partner of the business. Position Name Years with Co. % Ownership Page 11

13 Identify every construction firm that any person listed above has been associated with (as owner, general partner, limited partner, member, manager or officer) at any time during the last five years. (NOTE: For this question, owner and partner refer to ownership of twenty-five percent or more of the business.) Person s Name Construction Firm Dates of Person s Participation with Firm 1.4 Has there been any change in ownership of the firm at any time during the last three years? (NOTE: A corporation whose shares are publicly traded is not required to answer this question.) If yes, explain on a separate signed page. 1.5 Is the firm a subsidiary, parent, holding company or affiliate of another construction firm? (NOTE: Include information about other firms if one firm owns 50 percent or more of another, or if an owner, partner, or officer of your firm holds a similar position in another firm.) If yes, explain on a separate signed page. 1.6 Are any corporate officers, partners, members, managers or owners connected to any other construction firms? (NOTE: Include information about other firms if an owner, partner, or officer of your firm holds a similar position in another firm.) If yes, explain on a separate signed page. Page 12

14 Section 2 Experience In this section, the City of Hailey will score the proposer on experience with critical project elements and response of project owners to reference questions. Scoring information is provided in the appropriate sections. 2.1 Similar Treatment Plant Experience Proposer shall provide information about its three most recent similar municipal wastewater treatment plant projects on Exhibit A. A one-page description of the scope of work of each project should be inserted following Exhibit A. A similar project is one that had a total construction cost of at least $3 million and has similar project elements (as defined in 2.2) to the project to be bid. Names and references must be current and verifiable. 2.2 Experience with Critical Project Elements Each of the three projects listed in Exhibit A will be evaluated for all four of the critical project elements below and scored as follows: No satisfactory project in the last ten years = Zero (0) points One satisfactory project in the last ten years = Fifty (50) points More than one satisfactory project in the last ten years = One Hundred (100) points Check yes or no on Exhibit A to indicate whether or not each of these critical project elements were a part of each of the proposer s projects. Please attach a one-page project description of each of the three projects, following Exhibit A. The one-page project description should detail these elements and any other elements the proposer deems pertinent. Confirmation of critical project elements will be conducted with project owners. Critical Project Elements a. Construction, startup, and commissioning of a cast-in-place concrete water holding structure of at least 200,000 gallons and associated process and/or aeration systems. b. Work in and around an active, operating water and/or wastewater treatment facility during construction. c. Installation, startup, and commissioning of wastewater equipment including, but not limited to pumping, aeration system, blowers, screw press or thickeners. d. Installation and startup of wastewater process equipment with integrated instrumentation controls and network (PLC or SCADA) communications. TOTAL POSSIBLE POINTS FOR SECTION 2.2 = 400 (average of all projects scored) MINIMUM SCORE REQUIRED FOR SECTION 2.2 = 300 (average of all projects scored) Page 13

15 2.3 Reference Questions The following questions will be used to interview owner contacts from at least two of the three completed similar reference projects provided in Exhibit A. Contacts must be project owners and not designated representatives from an entity other than the owner. Prior to submittal of proposals, proposers are encouraged to inform owners of the scoreable questions that will be asked of them. The City of Hailey will select the projects to score and conduct the interviews within 5 week(s) after prequalification proposals are due. For proposer reference projects of which an owner will not or cannot provide scores, the proposer will receive the minimum score for any question that is not answered. a. Are there any outstanding stop notices, liens, or claims by the contractor that are currently unresolved on contracts for which notices of completion were recorded more than 120 days ago? (10 points for each is deducted from overall score; maximum amount to be deducted is 50 points) b. On a scale of 0-100, with 100 being the best, did the contractor provide adequate personnel? c. On a scale of 0-100, with 100 being the best, did the contractor provide adequate supervision? d. On a scale of 0-100, with 100 being the best, was there adequate equipment provided on the job? e. On a scale of 0-100, with 100 being the best, was the contractor timely in providing reports and other paperwork, including change order paperwork, scheduling updates, and timely and complete submittals on materials and equipment? f. On a scale of 0-100, with 100 being the best, how well did the contractor meet the overall project schedule (based on notice to proceed, contract duration and approved contract extensions? g. On a scale of 0-100, with 100 being the best, rate the contractor on performing the work on the project without requesting change orders which increased the costs of the project. h. On a scale of 0-100, with 100 being the best, rate the contractor on performing the work on the project with requesting change orders which decreased the costs of the project. Page 14

16 i. On a scale of 0-100, with 100 being the best, rate the contractor on the timely submission of reasonable cost and time estimates to perform change order work. j. On a scale of 0-100, with 100 being the best, rate the contractor on how well the contractor performed the work after a change order was issued, and how well the contractor integrated the change order work into the existing work. k. On a scale of 0-100, with 100 being the best, rate how the contractor has been performing in the area of turning in Operation & Maintenance manuals, completing as-built drawings, providing required training and taking care of warranty items. l. On a scale of 0-100, with 100 being the best, rate the contractor on whether there were an unusually high number of claims, given the nature of the project, or unusual difficulty in resolving them. m. On a scale of 0-100, with 100 being the highest, rate the contractor with respect to timely payments by the contractor to either subcontractors or suppliers. (Max. 100 points. If the person being interviewed knows of no such difficulties, the score on this question will be 100. ) n. On a scale of 0-100, with 100 being the best, how would you rate the quality of the work overall? TOTAL POSSIBLE POINTS FOR SECTION 2.3 = 1,300 (average of all projects scored) MINIMUM SCORE REQUIRED FOR SECTION 2.3 = 910 (average of all projects scored) Section 3 Performance This section assesses overall performance history based on the proposer s entire body of work. To be considered as qualified, proposer must respond to each item in this section as completely and accurately as possible. A response in this section answered as Yes may disqualify the candidate from further consideration. If proposer answers Yes to any of the following questions, provide explanation on Exhibit B with the project, dates, circumstances, resolution, and/or other pertinent details. The City of Hailey reserves the right to determine if the proposer is non-qualified based on the city s evaluation of the proposer s explanation. Has your firm or any of its parents or subsidiaries (or, as applicable, any of its owners, officers or partners), in the last ten (10) years: 3.1 Had any claims requiring mediation, arbitration, litigation or other formal dispute resolution from ongoing or former projects? Page 15

17 3.2 Failed to complete a construction contract, been terminated for any reason and/or had claims made against payment or performance bonds? 3.3 Had liquidated damages charged for delay on a project? 3.4 Been refused surety, bond or liability insurance? 3.5 Had your contractor s license suspended, put on probation or revoked in any jurisdiction? 3.6 Had a bankruptcy petition filed in its name, voluntary or involuntary? 3.7 Had insurance terminated by a carrier due to excessive claims history and/or nonpayment of premium? 3.8 Changed insurance carriers? 3.9 Received any citations from OSHA? (NOTE: If you have filed an appeal of a citation, and the OSHA Appeals Board has not yet ruled on your appeal, you need not include information about it.) 3.10 Been debarred, disqualified, removed or otherwise prevented from bidding on, or completing, any government agency or public works project for any reason? 3.11 Failed to execute a contract after notice of award and relinquished its bid bond? Page 16

18 3.12 Ever been found guilty in a criminal action for making any false claim or material misrepresentation to any public agency or entity? 3.13 Ever been convicted of a crime involving any federal, state, or local law related to bidding, award or performance of a construction project? 3.14 For the past three premium years, had a three-year average Experience Modification Rate (EMR) (worker s compensation insurance) of more than 0.85? Page 17

19 EXHIBIT A Project Title & Location Bid Amount ($) Final Contract ($) Contract Period (months) Actual Completion (months) Project Includes Critical Project Elements (Check Yes or No and attach one-page project description that details the critical elements; critical elements will be verified with project owners.) References Element 2.2 a see page 13 Element 2.2 b see page 13 Element 2.2 c see page 13 Element 2.2 d see page 13 Owner / Client Name: Owner / Client Contact: Phone: Owner / Client Name: Owner / Client Contact: Phone: Owner / Client Name: Owner / Client Contact: Phone: Scoring Information Each of the three projects listed in Exhibit A will be evaluated for each of the critical project elements and scored as follows: SCORING OFFICIAL USE ONLY No Project 0 No Project 0 No Project 0 No Project 0 No satisfactory project in the last ten years = Zero (0) points One satisfactory project in the last ten years = Fifty (50) points More than one satisfactory project in the last ten years = One Hundred (100) points One Project 50 More Than One Project 100 One Project 50 More Than One Project 100 One Project 50 More Than One Project 100 One Project 50 More Than One Project 100 Refer to page 13 for corresponding information. Page 18

20 EXHIBIT B If proposer answers Yes to any questions in Section 3 Performance, provide the project, dates, circumstances, resolution, and/or other pertinent details. (NOTE: Exhibit B must be submitted, even if blank.) Item No. Detail Response Page 19

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE AZUSA UNIFIED SCHOOL DISTRICT 1 TABLE OF CONTENTS Filing of PreQualifications Submittals 3 PREQUALIFICATION QUESTIONNAIRE 6 Page Part I:

More information

PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET

PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET Exhibit A PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET Submission of Pre-Qualification Packet Deadline: TBD Newcomb Academy AB300 New Construction Project Place of Pre-Qualification

More information

PREQUALIFICATION QUESTIONNAIRE

PREQUALIFICATION QUESTIONNAIRE PREQUALIFICATION QUESTIONNAIRE FOR HUENEME ROAD RECYCLED WATER PIPELINE PROJECT PHASE II THE PROJECTS AND PREQUALIFICATION In the coming months, the City of Oxnard ( City ) will be bidding a project for

More information

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Irvine Unified School District ( District ) has determined that bidders on an annual basis must be prequalified prior to submitting a bid on a project

More information

VICTOR VALLEY UNION HIGH SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR

VICTOR VALLEY UNION HIGH SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR VICTOR VALLEY UNION HIGH SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR GENERAL CONTRACTOR AND MECHANICAL, ELECTRICAL, PLUMBING, FIRE PROTECTION AND UNDERGROUND PIPELINE SUBCONTRACTOR LICENSEES (License

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

Request for Prequalification. Electrical Subcontractor

Request for Prequalification. Electrical Subcontractor Request for Prequalification Electrical Subcontractor For ECHOWATER PROJECT August 2014 (Revised 9/5/2014) (Revised 9/17/2014) Sacramento Regional County Sanitation District Request for Contractor Prequalification

More information

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

More information

LEVEL I PREQUALIFICATION DOCUMENTS COMPUTER SCIENCE ENGINEERING (CSE) ADDITION AND RENOVATION

LEVEL I PREQUALIFICATION DOCUMENTS COMPUTER SCIENCE ENGINEERING (CSE) ADDITION AND RENOVATION Project No. 4863/A4L-396 LEVEL I PREQUALIFICATION DOCUMENTS for COMPUTER SCIENCE ENGINEERING (CSE) ADDITION AND RENOVATION University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North

More information

LEVEL I PREQUALIFICATION DOCUMENTS

LEVEL I PREQUALIFICATION DOCUMENTS Project No. LEVEL I PREQUALIFICATION DOCUMENTS for MUIR BIOLOGY BUILDING 3RD FLOOR RENOVATION University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North Torrey Pines Road La Jolla,

More information

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES July 23, 2012 NOTICE OF PRE-QUALIFICATION OF CONTRACTORS FOR THE PRESTRESSED CONCRETE CYLINDER PIPE (PCCP) PRESSURIZED WATER MAINS 48 AND LARGER AND APPURTENANCES Gwinnett County is soliciting applications

More information

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UNIVERSITY OF EMBU REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UoEm/04/2017-2019 CLOSING DATE: APRIL 18TH 2017 AT 11.00 AM Table of Contents

More information

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Number: B042911 IFB Due Date and Time: May 9th, 2011 5:00 p.m./mountain Time UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Title: DRY GOOD- COLOR COPIER Number of Pages: 08 ISSUING

More information

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010 The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

PLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST FOR CONTRACTOR PREQUALIFICATION

PLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST FOR CONTRACTOR PREQUALIFICATION PRRIP ED OFFICE FINAL 3/3/2010 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 PLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST

More information

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

Supply of Office Furniture, Fittings, Furnishings & other Equipments. The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

Policies and Procedures for PREQUALIFICATION of JOINT VENTURES

Policies and Procedures for PREQUALIFICATION of JOINT VENTURES SOUTH CAROLINA DEPARTMENT OF TRANSPORTATION Policies and Procedures for PREQUALIFICATION of JOINT VENTURES Rev. July 1, 2014 Replaces Previous Versions This policy and procedure document is a working document

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 QUALIFICATION: Radio Project Phase II RFQ OPENING DATE: December 7, 2015 TIME: 2:00

More information

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET This project is being readvertised due to the small number of prequalification packages received in response to the county's

More information

2017 Renewable Energy Sale - Request for Offers Solicitation Protocol

2017 Renewable Energy Sale - Request for Offers Solicitation Protocol 2017 Renewable Energy Sale - Request for Offers Solicitation Protocol Issuance Date: Week of January 23, 2017 i Table of Contents I. OVERVIEW... 1 A. OVERVIEW... 1 B. RENEWABLE ENERGY SALE RFO COMMUNICATION...

More information

INSTRUCTIONS FOR COMPLETING PRE-QUALIFICATION STATEMENT

INSTRUCTIONS FOR COMPLETING PRE-QUALIFICATION STATEMENT INSTRUCTIONS FOR COMPLETING PRE-QUALIFICATION STATEMENT Item 1 Select only those projects that you wish to pre-qualify. Item 2 Enter full company name. Item 2a Check the appropriate box. Item 2b Insert

More information

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION Subject to conditions prescribed by the University of California, San Diego, responses to the University's prequalification documents for a Design Build

More information

THE CITY OF SAN MATEO REQUEST FOR QUALIFICATIONS BAYFRONT LEVEE IMPROVEMENTS PROJECT NO

THE CITY OF SAN MATEO REQUEST FOR QUALIFICATIONS BAYFRONT LEVEE IMPROVEMENTS PROJECT NO THE CITY OF SAN MATEO REQUEST FOR QUALIFICATIONS for BAYFRONT LEVEE IMPROVEMENTS PROJECT NO. 468301 Public Works Department 330 West 20 th Avenue San Mateo, CA 94403 September 2010 TABLE OF CONTENTS Page

More information

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund State Historic Preservation Office Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund April 2014 Table of Contents Conflict of Interest... 3 Floodplains... 3 Hazardous

More information

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 (JAN 2017 DEC 2018) PRE QUALIFICATION DOCUMENT Stima Plaza, Kolobot Road, P.O. Box 1548-00600 Nairobi,

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

Both envelopes must have the following information in the lower left hand corner:

Both envelopes must have the following information in the lower left hand corner: SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including

More information

Selection of Contractor Step 5. June 2013

Selection of Contractor Step 5. June 2013 Selection of Contractor Step 5 June 2013 Project Management Concept Step 1: Needs Development Step 2: Scope Development Step 3: Procurement of Design Team Step 4: Design Step 5: Bid/Procurement of Contractor

More information

United Nations Development Programme (UNDP) FOR THE

United Nations Development Programme (UNDP) FOR THE United Nations Development Programme (UNDP) CALL FOR EXPRESSIONS OF INTEREST AND PREQUALIFICATION FOR THE CONSTRUCTION AND REHABILITATION OF IRRIGATION SYSTEMS IN LEBANON UNDP Lebanon invites interested

More information

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) RELEASE DATE: April 13, 2017 PRE-PROPOSAL MEETING: Date: April 24, 2017

More information

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION May 19, 2015 The Addison Public Library invites you to submit a reply to this Request for

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 Peralta Community College District 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department Date: March 30, 2011 ADDENDUM No. 3 BID NO.: 10-11/27 PCCD Smart

More information

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified

More information

Casework Technical Support (Social Welfare - Project Management)

Casework Technical Support (Social Welfare - Project Management) Casework Technical Support (Social Welfare - Project Management) Request for Tenders for Services to MABS NATIONAL DEVELOPMENT The latest date for receipt of tenders is 09 June 2017 Commercial House Westend

More information

INVITATION FOR BID IFB For: Record Storage Services. Notice to Prospective Bidders

INVITATION FOR BID IFB For: Record Storage Services. Notice to Prospective Bidders INVITATION FOR BID IFB 2017-20 For: Record Storage Services Notice to Prospective Bidders Release Date: Wednesday, March 28, 2018 You are invited to review and respond to this Invitation For Bid (IFB).

More information

Request for Proposal For: 2018 American Bar Association Temporary Services

Request for Proposal For: 2018 American Bar Association Temporary Services Table of Contents Bid Timetable [2] 1.0 General Bid Information [3] 2.0 Proposal Requirements [5] 3.0 Criteria for Selection [7] 4.0 Specifications and Work Statement [7] Appendix A: Bidder Response Sheet

More information

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Nordlof Center Lower Level West Issued November 8, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Due Date: Bid Opening Time and

More information

PUBLIC ANNOUNCEMENT REQUEST FOR DESIGN-BUILD SERVICES STATEMENTS OF QUALIFICATIONS (GREENVILLE CITY SCHOOL DISTRICT)

PUBLIC ANNOUNCEMENT REQUEST FOR DESIGN-BUILD SERVICES STATEMENTS OF QUALIFICATIONS (GREENVILLE CITY SCHOOL DISTRICT) PUBLIC ANNOUNCEMENT REQUEST FOR DESIGN-BUILD SERVICES STATEMENTS OF QUALIFICATIONS (GREENVILLE CITY SCHOOL DISTRICT) The Greenville City School District (the "District") invites interested parties to submit

More information

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Online Training System for the Department. office.

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Online Training System for the Department. office. The Lower Rio Grande Valley Development Council (LRGVDC) Invitation to Bid (ITB): Online Training System for the 9-1-1 Department Quotes Due Not Later than: Issuing Office: Monday, April 18 th, 2016 at

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS December 15, 2014 Secured Document Shredding Services Project 2014-2015 Due 10:00 AM CST/CDT Tuesday, January 20, 2015 Company Name: Contact Information: Printed Name & Title Address,

More information

City of Olivette Request for Qualifications Furniture Procurement and Installation April 26, 2016

City of Olivette Request for Qualifications Furniture Procurement and Installation April 26, 2016 General Information The City of Olivette (City) is seeking a qualified firm to provide procurement, installation, and warranty service related to furnishings and furniture at the City s new Municipal Center.

More information

Dates/Times: p.m. Pacific Time.

Dates/Times: p.m. Pacific Time. Notice - Request for Qualifications (RFQ) For Corrosion Engineering and Investigations For The "E" Street Reservoir Cover Repainting For The City of Port Angeles 06-12-12 The City of Port Angeles, Washington,

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) RFQ/11/055

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) RFQ/11/055 REQUEST FOR QUOTATION INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) Request for Quotation to supply: SIMULTANIOUS INTERPRETATION SYSTEM IRAQ RFQ/11/055 May 26, 2011 Page 2 of 11 Table of Contents

More information

Request for Proposal

Request for Proposal Request for Proposal Employer of Record Short-Term Training Career Planner Program # 608 Direct all replies to: Krista Kennedy Contract Compliance Monitor 1717 Taylor Avenue Racine WI 53403 262.638.6671

More information

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition Document B132 2009 Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

APPLICATION FOR AT-WILL EMPLOYMENT

APPLICATION FOR AT-WILL EMPLOYMENT Cal Alumni Association #1 Alumni House, Berkeley, CA 94720-7520 Phone (510) 642-7026 * Fax (510) 642-6100 www.alumni.berkeley.edu Mission Statement: Our mission is to advance and promote the interests

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS UTILITY BILLING SOFTWARE DUE DATE: NO LATER THAN 5:00 PM EASTERN TIME, MARCH 11, 2016 QUESTIONS: JESSICA MARTIN-LANE JESSICA@MARTIN-MCGILL.COM NOTE: THE COUNTY OF HARNETT RESERVES

More information

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m.

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m. COLTS NECK TOWNSHIP BOARD OF EDUCATION 70 CONOVER ROAD, COLTS NECK, NJ 07722 REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES Submission Date: November 28, 2017 4:00 p.m. The Colts Neck Township School District

More information

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. INVITATION FOR BID Copier 2016 ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Digital Printer/Copier/Scanner FOR ADDITIONAL

More information

PREQUALIFICATION OF BIDDERS FOR SUPPLY/PROVISION OF GOODS, SERVICES AND WORKS FOR 2016 FINANCIAL YEAR ENDING DECEMBER 2016 CATEGORY CHS/..

PREQUALIFICATION OF BIDDERS FOR SUPPLY/PROVISION OF GOODS, SERVICES AND WORKS FOR 2016 FINANCIAL YEAR ENDING DECEMBER 2016 CATEGORY CHS/.. PREQUALIFICATION OF BIDDERS FOR SUPPLY/PROVISION OF GOODS, SERVICES AND WORKS FOR 2016 FINANCIAL YEAR ENDING DECEMBER 2016 CATEGORY CHS/..2016 DECEMBER 2015 TABLE OF CONTENTS 1.1 SECTION 1: PREQUALIFICATION

More information

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru TABLE OF CONTENTS PAGE INVITATION TO BID...00050-1 thru 00050-2 INSTRUCTIONS TO BIDDERS...00200-1 thru 00200-9 BID FORM...00400-1 thru 00400-8 Attachments: Bid Bond (EJCDC Form C-430)...00400.A-1 thru

More information

Finance & Technology Administrator (815) ext 223

Finance & Technology Administrator (815) ext 223 2017 PAVING IMPROVEMENTS BID PACKET Due: Location: April 26, 2017 by 10:00 am Oregon Park District Fairgrounds Park 607 Fair Park Drive Oregon, IL 61061 Bid Proposal: 2017 Paving Improvements Administrative

More information

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Black Box Theatre at Nordlof Center Issued June 14, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Opening Time and Date: Bid Deposit/Bid

More information

Notice to Bidders Page 1 of 6

Notice to Bidders Page 1 of 6 Page 1 of 6 COYOTE CREEK LEVEE RODENT DAMAGE REPAIR DOWNSTREAM OF SR 237 Project No. 62084001, Task No. 5171 Contract No. C0637 1. Notice. Notice is hereby given that sealed Bids will be accepted by the

More information

REQUEST FOR QUALIFICATIONS (RFQ)

REQUEST FOR QUALIFICATIONS (RFQ) REQUEST FOR QUALIFICATIONS (RFQ) AGENCY STRATEGIC PLANNING CONSULTANT April 15, 2016 Fresno Economic Opportunities Commission (Fresno EOC) seeks a qualified, experienced, professional consultant or consultant

More information

DRIVER S EMPLOYMENT APPLICATION 9355 Highway 60 West Lewisport, KY 42351

DRIVER S EMPLOYMENT APPLICATION 9355 Highway 60 West Lewisport, KY 42351 DRIVER S EMPLOYMENT APPLICATION 9355 Highway 60 West Lewisport, KY 42351 (Answer all questions completely. If a question does not apply, respond to the question by indicating N/A Please PRINT LEGIBLY)

More information

REQUEST FOR PROPOSALS FOR AN INTEGRATED PROJECT DELIVERY METHOD UTILIZING DESIGN/BUILD GUARANTEED MAXIMUM PRICE (GMP) SERVICES

REQUEST FOR PROPOSALS FOR AN INTEGRATED PROJECT DELIVERY METHOD UTILIZING DESIGN/BUILD GUARANTEED MAXIMUM PRICE (GMP) SERVICES REQUEST FOR PROPOSALS FOR AN INTEGRATED PROJECT DELIVERY METHOD UTILIZING DESIGN/BUILD GUARANTEED MAXIMUM PRICE (GMP) SERVICES Pueblo Urban Renewal Authority (PURA) Pueblo Convention Center Expansion &

More information

REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No

REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No. 15-1474 Tampa Bay Workforce Alliance, Inc. is accepting proposals from qualified CPA firms to provide audit and tax services. Parties

More information

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction STANDARD SPECIFICATION SECTIONS Design, Engineering and Construction SPECIFICATIONS for Replacement of Heating System Building 045 Project Number XXXXXX June 25, 2004 Consultant Name and Address, etc.

More information

University of Kansas Procurement Services

University of Kansas Procurement Services University of Kansas Procurement Services PURCHASING PROCEDURES MANUAL 1 Contents 1.0 DEPARTMENTAL PURCHASING AUTHORITY... 4 1.1 Introduction... 4 1.2 Use of Mandatory Contracts and Preferred Agreements...

More information

Denver Water Capital Projects Contractor Prequalification REQUEST FOR QUALIFICATIONS

Denver Water Capital Projects Contractor Prequalification REQUEST FOR QUALIFICATIONS RFQ Term: 1/1/2016 1/1/2020 Denver Water Capital Projects Contractor Prequalification REQUEST FOR QUALIFICATIONS Denver Water (DW), in an effort to improve the administration and efficiency, has initiated

More information

ATTENTION CONTRACTORS

ATTENTION CONTRACTORS ATTENTION CONTRACTORS If you download this RFQ from the website, it is your responsibility to advise WOU's Planning Office that you have done so. This will allow us to add you to the Respondent's List,

More information

Invitation to Negotiate

Invitation to Negotiate Invitation to Negotiate Programming, Design, and Consulting Services Lisa Daws 4/3/2012 CLERKS OF COURT OPERATIONS CORPORATION Table of Contents Agency Background... 3 Statement of Purpose... 3 Scope of

More information

UNIVERSITY OF CALIFORNIA, SAN DIEGO

UNIVERSITY OF CALIFORNIA, SAN DIEGO UNIVERSITY OF CALIFORNIA, SAN DIEGO BERKELEY DAVIS IRVINE LOS ANGELES MERCED RIVERSIDE SAN DIEGO SAN FRANCISCO SANTA BARBARA SANT A CRUZ OFFICE OF THE ASSIST ANT VICE CHANCELLOR CAMPUS ARCHITECT- FACILITIES

More information

MIDLAND COUNTY APPLICANT INSTRUCTIONS

MIDLAND COUNTY APPLICANT INSTRUCTIONS MIDLAND COUNTY APPLICANT INSTRUCTIONS HUMAN RESOURCES & RISK MANAGEMENT 500 N. Loraine, Suite 100 Midland, Texas 79701 (p) 432-688-4855 (f) 432-688-4961 1. Applications are accepted for posted (vacant)

More information

PUBLIC ADVERTISMENT PRE QUALIFICATION OF MEDICAL SUPPLIERS FOR THE PERIOD -JANUARY 2018 TO DECEMBER 2019

PUBLIC ADVERTISMENT PRE QUALIFICATION OF MEDICAL SUPPLIERS FOR THE PERIOD -JANUARY 2018 TO DECEMBER 2019 ISLAMIC RELIEF SOMALIA Km5 along Zobe Mogadishu Afgooye Road Behind Ex-Higher Education Ministry Next To Champers of Commerce opposite Of OIC Office. PUBLIC ADVERTISMENT PRE QUALIFICATION OF MEDICAL SUPPLIERS

More information

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE U.S. Department of Transportation Federal Motor Carrier Safety Administration 400 7th Street SW Washington, DC 20590 SERVICE DATE February 08, 2007 LICENSE MC-587619-B CHOICE TRANSPORT, LLC COLUMBUS, NE

More information

Energy Auction for the CPV Sentinel Generating Facility

Energy Auction for the CPV Sentinel Generating Facility Energy Auction for the CPV Sentinel Generating Facility Energy Auction Instructions and Terms and Conditions of Participation Updated June 11, 2013 A. GENERAL A.1. Company ( SCE ) seeks to sell, by this

More information

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 TABLE OF CONTENTS SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 SECTION II- INSTRUCTIONS TO TENDERER... 4 ELIGIBILITY... 4

More information

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St.

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St. 531 N. Nash Street Hortonville, WI 54944-0099 Phone: 920-779-6011 Fax: 920-779-6552 www.hortonvillewi.org REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St. Date Issued: February 5, 2016 Date Due: March

More information

Memo. Date: November 30, 2006

Memo. Date: November 30, 2006 Memo Date: November 30, 2006 Subject: Request for Qualifications Quantity Surveying Services for Partnerships British Columbia Projects RFQ Number: 1230 Partnerships BC welcomes qualified individuals,

More information

INVITATION TO BID (Request for Proposal)

INVITATION TO BID (Request for Proposal) INVITATION TO BID (Request for Proposal) July 5, 2017 PROJECT Collaborative Spaces Furniture PROJECT DESCRIPTION The Topeka and Shawnee County Public Library is a 21st-century, landmark library; most recently

More information

UNITED NATIONS COMMISSION ON INTERNATIONAL TRADE LAW (UNCITRAL)

UNITED NATIONS COMMISSION ON INTERNATIONAL TRADE LAW (UNCITRAL) UNITED NATIONS COMMISSION ON INTERNATIONAL TRADE LAW (UNCITRAL) UNCITRAL Model Law on Procurement of Goods, Construction and Services with Guide to Enactment CONTENTS PREAMBLE CHAPTER I. GENERAL PROVISIONS

More information

Commonwealth of Virginia

Commonwealth of Virginia Commonwealth of Virginia Alternative Project Delivery Division April 2017 Virginia Department of Transportation TABLE OF CONTENTS INTRODUCTION... 2 1.0 DEFINITIONS... 3 2.0 PRELIMINARY PROJECT SELECTION...

More information

Ohio Public Employees Retirement System. Request for Proposal

Ohio Public Employees Retirement System. Request for Proposal Ohio Public Employees Retirement System For: Consulting Services for Development of the Business Intelligence & Analytics Office Date: 9/11/2017 Project Name: Business Intelligence & Analytics Program

More information

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Document 00 41 13 - Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Sealed bids will be received by Miami University at 181 Cole Service Building, Oxford,

More information

EMPLOYMENT APPLICATION

EMPLOYMENT APPLICATION Play N Trade is an Equal Opportunity Employer. Race, color, religion, age, sex, disability, marital or veteran status, place of national origin and other categories protected by law are not factors in

More information

Understanding Public Bid Law La. R.S. 38:

Understanding Public Bid Law La. R.S. 38: Understanding Public Bid Law La. R.S. 38:2211-2293 E R I N D A Y, A S S I S T A N T A T T O R N E Y G E N E R A L L O U I S I A N A D E P A R T M E N T O F J U S T I C E Application All Political Subdivisions

More information

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD BUIDLING FOR THE CITY OF HOPKINSVILLE,

More information

KERIO VALLEY DEVELOPMENT AUTHORITY

KERIO VALLEY DEVELOPMENT AUTHORITY KERIO VALLEY DEVELOPMENT AUTHORITY PREQUALIFICATION/REGISTRATION FOR AIR TICKETING, TOUR & TRAVEL SERVICES TENDER N0.: KVDA/PQ/18/2017-2018/19 RECEIPT NO. TENDER REG. NO. CLOSING DATE :THURSDAY 22 ND JUNE,

More information

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

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

More information

Preparation of Bidding Document. Health System Strengthening Round Nine Project United Nation Development Programme Juba South Sudan

Preparation of Bidding Document. Health System Strengthening Round Nine Project United Nation Development Programme Juba South Sudan Preparation of Bidding Document Health System Strengthening Round Nine Project United Nation Development Programme Juba South Sudan Mandatory Documents to be Submitted to get Eligibility in Bid Opening

More information

Sendero Drilling Company

Sendero Drilling Company Sendero Drilling Company Dear Applicant: You have expressed a desire to join Sendero and it is your responsibility to carefully provide all of the information requested. A background screen is conducted

More information

TENDER FOR SUPPLY OF OFFICE FURNITURE (RESERVED FOR THE SPECIAL GROUPS)

TENDER FOR SUPPLY OF OFFICE FURNITURE (RESERVED FOR THE SPECIAL GROUPS) GEOTHERMAL DEVELOPMENT COMPANY LIMITED GDC/PM/OT/016/2016-2017 TENDER FOR SUPPLY OF OFFICE FURNITURE (RESERVED FOR THE SPECIAL GROUPS) CLOSING DATE AND TIME: 17th October, 2016 at 2.00Pm Geothermal Development

More information

LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO.

LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO. LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT SPECIFICATIONS FOR THE CONSTRUCTION OF HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO. 139 OCTOBER 2017 LACSD PO

More information

Railroad Commission of Texas Mentor Protégé Program

Railroad Commission of Texas Mentor Protégé Program Railroad Commission of Texas Mentor Protégé Program December 3, 2002 1 1.0 Description The Railroad Commission of Texas Mentor/Protégé Program is developed in accordance with Government Code 2161.065 and

More information

MIDLAND COUNTY APPLICANT INSTRUCTIONS

MIDLAND COUNTY APPLICANT INSTRUCTIONS MIDLAND COUNTY APPLICANT INSTRUCTIONS HUMAN RESOURCES 500 N. Loraine, Suite 100 Midland, Texas 79701 (p) 432-688-4855 (f) 432-688-4961 1. Applications are accepted for posted (vacant) positions only. 2.

More information

Construction Family of Documents

Construction Family of Documents Construction Family of Documents The EJCDC Construction Family Documents (C-Series) is intended for engineered construction projects. The current edition (2013) is endorsed by both the Construction Specifications

More information

REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL

REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL 5006 EOI REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL Responses to this Request for Expressions of Interest will be received at the Information Counter, Main Floor,

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR TEMPORARY STAFFING SERVICES Proposals must be received and receipted no later than 3:00 p.m. PDT, April 12, 2012 ABSOLUTELY NO EXCEPTIONS San Diego Workforce Partnership, Inc.

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

UNIVERSITY OF CALIFORNIA, RIVERSIDE BARN EXPANSION PROJECT. ADVERTISEMENT FOR PREQUALIFICATION for CONSTRUCTION MANAGER/GENERAL CONTRACTOR AT RISK

UNIVERSITY OF CALIFORNIA, RIVERSIDE BARN EXPANSION PROJECT. ADVERTISEMENT FOR PREQUALIFICATION for CONSTRUCTION MANAGER/GENERAL CONTRACTOR AT RISK UNIVERSITY OF CALIFORNIA, RIVERSIDE BARN EXPANSION PROJECT ADVERTISEMENT FOR PREQUALIFICATION for CONSTRUCTION MANAGER/GENERAL CONTRACTOR AT RISK PROJECT. 950493 University of California, Riverside Architects

More information

REQUEST FOR QUOTATION INVITATION

REQUEST FOR QUOTATION INVITATION CITY OF CHICAGO REQUEST FOR QUOTATION INVITATION FOR: RE: Chicago Police Candidate Background Investigative Services Small Orders - Target Market Request for Quotation (RFQ) Specification Number: 95306

More information

REQUEST FOR PROPOSAL SCRAP TIRE TRANSPORTATION AND RECYCLING FOR THE CARROLL-COLUMBIANA-HARRISON SOLID WASTE DISTRICT

REQUEST FOR PROPOSAL SCRAP TIRE TRANSPORTATION AND RECYCLING FOR THE CARROLL-COLUMBIANA-HARRISON SOLID WASTE DISTRICT REQUEST FOR PROPOSAL SCRAP TIRE TRANSPORTATION AND RECYCLING FOR THE CARROLL-COLUMBIANA-HARRISON SOLID WASTE DISTRICT Purpose: To provide opportunities for residents to properly recycle used tires from

More information

1) Please share the last years expenditure under this contract. Answers: LIPA expects to spend approximately $1.2 million a year.

1) Please share the last years expenditure under this contract. Answers: LIPA expects to spend approximately $1.2 million a year. RFP for Information Technology Services- Questions Due: 8/11, 3pm, Answers due 8/16 Questions/Answers 1) Please share the last years expenditure under this contract. Answers: LIPA expects to spend approximately

More information

ELKO CITY POOL FACILITIES BOILER REPLACEMENT TABLE OF CONTENTS

ELKO CITY POOL FACILITIES BOILER REPLACEMENT TABLE OF CONTENTS ELKO CITY POOL FACILITIES BOILER REPLACEMENT TABLE OF CONTENTS ITEM PAGE Table of Contents 2 Invitation to Bid 3 Instructions to Bidders 4-19 Bid Proposal 20-24 Proposal Guarantee (Bid Bond) 25-26 Experience

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) "Empanelment of HR Consultants for Recruitment Services Issue Date: 21 st June 2017 Last Date for Receipt of Proposal at SBI: 30 th June 2017 State Bank of India Central Recruitment

More information

RFP # Request for Proposal Branding Services. Date: January 12, Proposals must be submitted by 3:00 PM: February 10, 2017

RFP # Request for Proposal Branding Services. Date: January 12, Proposals must be submitted by 3:00 PM: February 10, 2017 RFP #1116-1 Request for Proposal Branding Services Date: January 12, 2017 Proposals must be submitted by 3:00 PM: February 10, 2017 Purchasing Department Queens Borough Public Library 89-11 Merrick Boulevard

More information