Each Consultant shall submit five (5) bound sets + one (1) electronic copy of the proposal in accordance with Section III, "PROPOSAL REQUIREMENTS.

Size: px
Start display at page:

Download "Each Consultant shall submit five (5) bound sets + one (1) electronic copy of the proposal in accordance with Section III, "PROPOSAL REQUIREMENTS."

Transcription

1 Request For Proposals Turnkey Services The City of San Mateo Citywide Streetlight LED Conversion Phase II Public Works Department City of San Mateo 330 West 20th Avenue San Mateo, CA February 25, 2016 The City of San Mateo (CITY) is accepting proposals to select a qualified consultant firm to enter into an Energy Service Contract in order to undertake a turnkey project for the Citywide Streetlight LED Conversion project. All questions regarding this Request for Proposals (RFP) shall be directed to Jay Yu, Assistant Engineer, in writing via facsimile at (650) or to Public Works Department, City Hall, 330 West 20 th Avenue, San Mateo, CA The RFP is available for viewing online at The City intends to award an Energy Service contract for turnkey services for the Citywide Streetlight LED Conversion project. The City reserves the right not to award any contract. The scope of work is outlined in Section II, SCOPE OF SERVICES, of this RFP. Proposals shall be submitted by firms that have a capable and demonstrable background in the type of work described in Section II, SCOPE OF SERVICES, of this RFP. In addition, all interested firms shall have sufficient, readily available resources in the form of trained personnel, support services, specialized consultants and financial resources to carry out the work without delay or shortcomings. The proposals shall be submitted to the Public Works Department, City of San Mateo, 330 West 20th Avenue, San Mateo, California, 94403, no later than: 4:00 p.m. on March 17, 2016 Each Consultant shall submit five (5) bound sets + one (1) electronic copy of the proposal in accordance with Section III, "PROPOSAL REQUIREMENTS."

2 Table of Contents I. INTRODUCTION... 3 II. SCOPE OF WORK... 4 III. PROPOSAL REQUIREMENTS... 8 IV. CONSULTANT SELECTION PROCEDURE... 9 V. ESTIMATED PROJECT TIMETABLE VI. CONTACT PERSON VII. LATE PROPOSALS NOT CONSIDERED VIII. PRODUCT SPECIFICATION 12 EXHIBITS: A. City of San Mateo Department of Public Works Standard Professional Services Agreement B. Construction Plans C. Bid Schedule D. Lighting Fixture Adaptors and Fittings - Drawings

3 I. INTRODUCTION The City of San Mateo is soliciting proposals from qualified Firms/Consultants (Consultant) to enter into an Energy Service Contract in order undertake a turnkey project for the conversion of approximately 1,038 existing decorative HID streetlights to a Light Emitting Diode (LED) type throughout the City. The requested services contemplated under the Energy Services Contract consist of furnishing all labor, materials, supplies, vehicles, facilities and equipment to perform the Scope of Work identified below in this document. The proposals submitted in response to this RFP will be one of the aspects used as a basis for selecting the firm to complete the Scope of Work. The proposal will be evaluated and ranked according to the criteria provided in Section IV CONSULTATN SELECTION PROCEDURE in this RFP. To the City will then select either one (1) or more consultants in for an in person interview. I. BACKGROUND: On January 14, 2015 the City of San Mateo received a low interest loan from the California Energy Commission (CEC) to replace all of its cobra head to Light Emitting Diode (LED) in an effort to reduced energy and maintenance cost. This project will be completed through a turnkey contract and will use a single Consultant to provide project management, material procurement, installation, GIS database verification, Pacific Gas & Electric (PG&E) billing changes, pole assessment and relabeling of pole numbers. II. OBJECTIVE: The City s objective for this Project includes the following a. Converting approximately 1,038 existing decorative HID streetlights to LED b. Updating the City s streetlight database and ensuring accurate data by redlining the construction plans provided by the City. c. Optimizing the environmental benefits of the program (e.g. reduction in greenhouse gases) d. Reducing future maintenance cost of streetlights. e. Completing the Project in the most efficient manner in order to meet the CEC s loan requirements, receipt of PG&E one-time rebates and to change over to a lower LS-2 streetlight rate. f. Working with City staff to properly analyze special corridors g. Obtaining rebates currently available from PG&E.

4 II. SCOPE OF SERVICES The Consultant shall perform the following turnkey services described in this section. The Citywide Streetlight LED Conversion project shall be completed by September 19, 2016 and all rebates and rate changes shall be completed by October 17, The City reserves the right to modify the scope of services at its discretion. PART I PROCUREMENT/INVENTORY i. Procurement: The Consultant will be responsible for procuring, managing, storing, handling and distributing lighting fixtures and associated materials to complete the installation as defined by in this Request for Proposal. The material procured by the Consultant shall be protected against damage or loss until the materials have been installed, commissioned and accepted by the City of San Mateo. ii. iii. iv. Inventory: The Consultant shall also provide an inventory control plan clearly tracking all incoming shipments and distribution of these materials and provide it to the City. The City of San Mateo reserves the right to inspect the materials while storage and prior shipment to the work areas. All records for the incoming and outgoing shipments must be kept on file and made available (electronically) upon request by the City of San Mateo officials. Data Verification: The Consultant shall verify that all data provided in this RFP is accurate. Verification shall include but is not limited to verification of tenon sizes, quantity of decorative fixtures, fitment to existing poles, energy calculations and etc. After all data has been verified the Consultant shall update all applicable exhibits, quantities, fittings and execute the purchase order (PO) for the material. Working Days: The Consultant will have a total of twenty (20) working days from the day the notice to proceed (NOC) to start PART I is issued to complete every aspect of work outlined in PART I PROCUREMENT/INVENTORY. Once proof has been provided to the City that the PO has been executed to the manufacture for procurement or twenty days has surpassed (whichever is first) since the NOC has been issued, the working days for PART I will stop. Once the PO has been executed, a maximum of ten (10) weeks will be allocated to procure/obtain the material (unless proof is provided to show otherwise). PART II CONSTRUCTION AND MANAGEMENT i. Work Plan: Before installation the Consultant shall provide a draft Work Plan for submittal to the City of San Mateo with their proposal. A final Work Plan will be due with the executed Work Order. Work Plan shall include:

5 Method Statement which outlines the area for which the contractor would like to work, the number of lift trucks and equipment to be used, Crew size, number of fixtures to be installed in that area. CWP "Critical Work Plan" which shall address safety issues that have been identified for each area. The CWP shall provide the method and procedure's the contractor intends to use to address and manage the safety of its own workers, Live Electrical circuit, Public Protection, working from heights if methods must be engaged that are not covered within the general work plan and any shift work required. Traffic Control Plan meeting all the requirements of the Authority having jurisdiction for the streets, roads, high ways and intersections in that area. Critical Path Schedule ii. Installation: The Consultant will be responsible for furnishing and installing all LED fixtures as per the Bid Schedule (Exhibit C) and Construction Plans (Exhibit B). The approximate quantity is estimated to be one thousand and thirty eight (1,038) decorative HID streetlights. Also the Consultant is responsible for identification and recording of the badge number and other critical information, for each pole on the construction plans provided by the City, as well as, inspection of the poles general condition, wire leads, wire and fixture tabs/labels, removal of the existing fixture, proper disposal of the existing fixture ballast and lamps, removal and disposal of all dirt debris and packaging materials, installation of the new LED fixture by proper distribution type for the area or road way, intersection etc., installation of all required sensors. Consultant shall be responsible for providing all required equipment, rigging, man lifts, misc. items and incidental hardware required for a complete a fully functional installation. The installation must be field tested for intended function prior to calling for inspection. In the rare instance where a traffic video detection camera is receiving power from an intersection safety light, the Consultant shall disconnect the existing fixture, install the new LED fixture and provide power to the video detection camera through an approved method by the City. No additional cost shall be charged to the City for the down time. A price quote shall be submitted to the City to perform the City approved method to provide power to the video detection camera no later than 2 days after the discovery. Consultants shall only replace the fixtures that are titled P1-P5, S1-S2 and T1-T11 as shown in the legend from Exhibit B Construction Plans. In the scenario where a fixture wattage is not labeled in the construction plans, the consultant is responsible for verifying, recording and installing the proper fixture. iii. Daily Reports: The Subcontractor shall provide daily reports from each of the crew leaders on a daily basis, identifying quantities and Badge numbers installed per crew., as well as, a daily roster signed by each crew member. A list of poles in an incomplete state shall be provided to the City s CM daily when function cannot be attained. The report shall include the pole by badge number, any materials required to resolve the issue, and

6 whether the issue is outside the scope of work. The badge number and other identifiers shall be tracked and the subcontractor shall maintain weekly follow up with the City on the incomplete work until completed. Additional conditions to note shall include but are not limited to: Missing or Incorrect Pole Numbers Unusable mast arms/fitting Overhead conflicts (power lines, etc) Bad/missing ground Bad wiring/wiring devices Photocells for non-converted streetlights/circuits Obstructed streetlights (trees, other) Additional pole located within design area that are not in the construction plans. iv. Weekly Report: The Consultant shall provide a weekly progress report which shall be accompanied by an updated Critical Path Schedule. The report shall detail the progress of the overall project by quantities of fixtures installed and commissioned per day and week. The Consultant shall indicate in the report any delays which will impact the completion of the project. The intent of the report is to communicate any critical information that will improve coordination and help plan the future work. v. Traffic Control: The Consultant shall comply with the 2012 Manual on Uniform Traffic Control Devices Edition (MUTCD) for all traffic control related activities. The City will have the right to revise the traffic control as they see fit and safe. A traffic control plan must be submitted and approved before the start of vi. vii. viii. Working Days: The Consultant will have a total of forty five (45) working days from the day the notice to proceed (NOC) is issued to complete every aspect of work outlined in PART II CONSTRUCTION AND MANAGEMENT. Measurement and Payment: Contract price as shown in Exhibit C Bid Schedule shall include labor, materials, equipment and meeting all the requirements in this RFP. Guarantee: The Consultant warrants and guarantees that all material and equipment used or furnished and all workmanship are of the type and quality specified herein. The Consultant further guarantees that any latent fault in construction or defective material discovered within one year after acceptance of the work shall be remedied by him without cost to the City, upon written notice given to him. Other subsequent latent defects shall be covered by responsibilities set forth in the law. In the event of failure to comply with the above-mentioned conditions within a reasonable time after notice, the City will have the defects repaired and made good at the expense of the Consultant, who agrees to pay the costs and charges therefore immediately upon demand. The signing of the agreement by the Consultant shall constitute execution of the above guarantees. The Faithful Performance and Payment Bond shall remain in full effect during the guarantee period and will not be released until the expiration of such period.

7 PART III DOCUMENTATION i. Rate Changes: The Consultant is responsible for working with PG&E to make sure all the streetlights that are specified in the construction plans are converted into the lower LS-2 rate that was originally intended. The Consultant will have a total of twenty (20) calendar days after the last streetlight has been installed, to submit the rates changes to PG&E. It is highly recommended the Consultant work with PG&E continuously throughout the entire project to meet this deadline. Final payment will not be made until PG&E has converted over the rates. ii. Rebates: The Consultant is responsible for working with PG&E to capture the one-time rebates provided by PG&E. The Consultant shall arrange for collected utility company rebates to be delivered to the City. The Consultant will have a total of twenty (20) calendar days after the last streetlight has been installed to provide the City with the onetime rebate in the amount agreed upon by both parties, unless told otherwise by the City. PART IV POST CONSTRUCTION i. As-Builts: After the completion of PART II and III of the scope of work, the Consultant shall provide marked up As-Builts to the City for final recording of the new streetlight infrastructure. As-Builts shall be presented to the City in the format of an excel spreadsheet that is compatible with the City s ArcGIS 10.1 software as well as revised plan sheets to Exhibit B. ii. iii. Recycling: The Consultant will be responsible for recycling all streetlight fixtures in a responsible matter. The Consultant must provide proof of recycling to the City before release of final payment. Working Days: The Consultant will have a total of ten (10) working days from the completion of PART II CONSTRUCTION AND MANAGEMENT to complete every aspect of work outlined in PART IV POST CONSTRUCTION.

8 III. PROPOSAL REQUIREMENTS The City requests that the Consultant submit a concise proposal clearly addressing all of the requirements outlined in the RFP. The intent of the RFP is to encourage responses that clearly communicate the Proposer s understanding of the City s requirements and its approach to successfully provide the products and/or services on time and within budget. Proposer shall submit five (5) bound sets + one (1) electronic copy of its proposal containing 8-1/2" x 11" sheet sizes for the text and 11" x 17" sheet sizes for any fold-out drawings. Proposals shall be no more than 10 pages, including cover letter. Resumes, references, fee schedule, and relevant projects shall be in the appendix sections and no more than 20 pages. Double sided pages will count as two pages. The proposal must include, at a minimum, the following information: i. Statement of Current Qualifications: Provide a brief statement of qualifications for your firm and include why your firm should be selected to be the turnkey consultant for the Citywide Streetlight LED Conversion Phase II project. The Consultant shall demonstrate in the proposal that they have successfully completed similar energy turnkey contracts as described in this document. The Consultant shall have a minimum of three (3) current successful turnkey streetlight conversion projects with a minimum conversion of 1000 streetlights per project within the last 2 to 3 years. Also provide specific operational data such as average number of fixture replaced per day and etc. Please also list any intangibles you can provide to the City if you are selected. ii. iii. iv. Key Members: Provide a brief description of the key team members that will be directly working on this project. Also, provide an organization chart and résumés for proposed key staff to be assigned to this Citywide Streetlight LED Conversion Phase II project if your firm is selected, including education, licenses, relevant experience, etc. If you have a sub-contractor as part of your team to do the physical installation, it is essential to list their resume and experience in this type of work (i.e. number of conversions, Cities, fixtures converted and etc.) Projected Benefits: Provide a brief overview of the benefits you estimate the City will be able to achieve with the two (2) options of luminaire specified in this project. Examples of benefits may include energy cost savings, maintenance cost savings, Carbon reduction and etc. Also state whether you can meet or exceed the working days allowed for this project. Reference: Provide a minimum of three (3) key references for the project team for recent similar work. The City will contact these references and inquire about your company s work and performance. Include the following information for the references a. Contracting Agency b. Agency Project Manager (Include Contact Information) c. Agency Project Inspector (Include Contact Information) d. Contract Amount

9 e. Date of Contract f. Date of Completion g. Vendor Project Manager and Include Product Used h. Number of Fixtures Replaced v. Bidder Schedule: Complete Exhibit C Bid Schedule. All cost must be submitted in a sealed envelope. The contractor must submit pricing for all options shown in Exhibit C. Proposals shall remain effective for ninety (90) days beyond the submittal date. IV. CONSULTANT SELECTION PROCEDURE I. EVALUATION CRITERIA: Pursuant to Sections of the Government Code of the State of California, the Consultant selection process will be based on qualifications. Proposals received by the City will be reviewed by the Selection Committee, which will make the final selection based on the following factors. Quality of Proposal: Proposal is concise, well written, and organized. The proposal meets requirements specified in Section III, Proposal Requirements. Firm Qualifications: Technical experience in performing work of a closely similar nature, experience working with public agencies and performing public outreach, record of completing work on schedule, strength and stability of the firm, and assessments by client references. Staff and Project Organization: Qualifications of project staff, key personnel s level of involvement in performing related work, logic of project organization, adequacy of labor commitment, concurrence in the restriction on changes in key personnel. II. EVALUATION PROCEDURE: Evaluation of the proposals will be performed by a Selection Committee consisting of an in-house staff group or a mixed group of staff and non-staff persons who will assess the qualifications, experience, strength of the Consultant, and ability to perform the work. The cost to the City for performing the work shall be an important, but not overriding decision. The Selection Committee will establish a list of finalists based on pre-established review criteria, interview the finalist firms, and determine

10 the successful Consultant. The individual or composite rating and evaluation forms prepared by the Selection Committee will not be revealed. An oral interview with one or more of the firms submitting proposals may be requested after written proposals have been received by the City. The City will schedule the time and place for the interview if determined to be necessary. Each Consultant should be prepared to clarify and elaborate on the details set forth in their proposal. Forty five minutes will be allowed for the oral interview, including ten minutes for the question and answer period. The Project Manager that will be assigned to this project must lead the presentation before the Selection Committee. Tentative interview date is listed in Section V Estimated Project Timetable. III. AWARD: The successful Consultant will be asked to enter into a contract with the City reflecting the terms and conditions of the proposal plus the City's standard professional services agreement requirements for City funded projects. A copy of the City of San Mateo Department of Public Works Standard Professional Services Agreement is attached in Exhibit A. If there are any exceptions to the Agreement, the Consultant must state the exceptions in the Proposal. The City reserves the right to modify the scope of work and reject any or all proposals.

11 V. ESTIMATED PROJECT TIMETABLE Schedule for Consultant Selection Process The following project timeline is provided for your scheduling information; however it is subject to change at the discretion of the City. Project Benchmarks Date (No Later Than) Request for Proposals available February 25 th, 2016 Proposals due at the City March 17 th, 2016 Preliminary Evaluation March 17 March 22, 2016 Consultant Interview March 22 March 25, 2016 Consultant Selection March 25 th, 2016 Award of Contract April 18, 2016 VI. CONTACT PERSON Prospective Consultants may contact Jay Yu, Assistant Engineer, for further information regarding contractual questions for this Request for Proposals. Deadline for inquires is on March 10 th, Inquires will be responded no later than March 15 th, All requests for interpretation or questions must be sent by facsimile or in writing and must clearly include the subject line RFP: City of San Mateo Citywide Streetlight LED Conversion Project. Inquiries and written correspondence may be directed to: JAY YU PUBLIC WORKS DEPARTMENT CITY OF SAN MATEO 330 WEST 20th AVENUE SAN MATEO, CA (650) (650) (FAX) VII. LATE PROPOSALS NOT CONSIDERED Proposals must be received by the time specified at the address listed above. Any proposals received after the deadline will not be considered.

12 VIII. PRODUCT SPECIFICATIONS I. BACKGROUND: In 2014 the City of San Mateo was authorized to explore options to reduce energy consumption from its LS-2 rated cobra head streetlights. Upon looking into options the City conducted a lighting study that analyzed lighting photometrics, capital cost, warranty, maintenance and existing case studies. Section VIII was developed to reflect the lighting study. The Consultant shall provide pricing for both options shown in the Exhibit C Bid Schedule. II. LUMINAIRE EXISTING WATTAGE i. KING LUMINAIRE (OPTION A) EXISTING FIXTURE TYPE REPLACEMENT LED MODEL* 175W S1 K118R-B3AR-100(SSL) V-K23-PR7-4K-GRS-RAL6012** 175W S2 K118R-B3AR-100(SSL) V-K23-PR7-4K-GRS-RAL6012** 100W P1 KCK118R-B3AR-60(SSL) V-K4 S/F-PR-4K-GRS-RAL6012 Conversion Kit 175W P2 K118R-B3AR-100(SSL) V-K23-PR7-4K-GRS-RAL W P2 (PARKS) K118R-B3AR-60(SSL) V-K23-PR7-4K-GRS-RAL W P3 K118R-B3AR-60(SSL) V-K23-PR7-4K-GRS-RAL W P4 KCK118R-B3AR-60(SSL) V-K4 S/F-PR-4K-GRS-RAL6012 Conversion Kit 100W P5 KCK118R-B3AR-60(SSL) V-K4 S/F-PR-4K-GRS-RAL6012 Conversion Kit 175W T1 K803-P4RAD-150(SSL) V-KPL30-PR7-4K-RAL6012** 60W T2 (PED ONLY) K803-P4RAD-60(SSL) V-PR7-4K-RAL6012** 100W T3 K803-P4RAD-60(SSL) V-PR7-4K-RAL6012** 100W T3 (PARKS) K803-P4RAD-60(SSL) V-PR7-4K-RAL6012** 175W T4 K803-P4RAD-100(SSL) V-PR7-4K-RAL6012** 175W T5 K803-P4RAD-100(SSL) V-PR7-4K-RAL6012** 175W T6 K803-P4RAD-60(SSL) V-PR7-4K-RAL6012** 175W T7 N/A 250W T8 K803-P4RAD-150(SSL) V-KPL30-PR7-4K-RAL6012** 175W T9 K803-P4RAD-150(SSL) V-KPL30-PR7-4K-RAL6012** 100W T11 K366-P-S-IV-60(SSL) V-PR7-4K-RAL6012 *All lighting distributions will be dependent on the roadway configuration. See Exhibit B, for installation. See Exhibit C for quantities. **Fixture will require a special arm or plumizer adaptor for installation.

13 EXISTING WATTAGE ii. LUMEC (OPTION B) EXISTING FIXTURE TYPE REPLACEMENT LED MODEL* 175W S1 Lumec S56C2-80W48LED4K-R-ACDR-240-SFOK-FN10-RC-TN3-[MC-024]** 175W S2 Lumec S56C2-80W48LED4K-R-ACDR-240-SFOK-FN10-RC-TN3-[MC-024]** 100W P1 KING KCK118R-B3AR-60(SSL) V-K4 S/F-PR-4K-GRS-RAL6012 Conversion Kit 175W P2 Lumec S56C2-80W48LED4K-R-ACDR-240-SFOK-FN10-RC-TN3-[MC-024] 100W P2 (PARKS) Lumec S56C2-55W48LED4K-R-ACDR-LE2-240-SFOK-FN10-RC-TN3-[MC-024] 175W P3 Lumec S56C2-80W48LED4K-R-ACDR-240-SFOK-FN10-RC-TN3-[MC-024] 100W P4 KING KCK118R-B3AR-60(SSL) V-K4 S/F-PR-4K-GRS-RAL6012 Conversion Kit 100W P5 KING KCK118R-B3AR-60(SSL) V-K4 S/F-PR-4K-GRS-RAL6012 Conversion Kit 175W T1 Lumec RN20-135W80LED4K-R-ACDR-240-DNG-SMA-RC-SCRAL6004TX** 60W T2 (PED ONLY) Lumec RN20-55W48LED4K-R-ACDR-240-DNG-SMA-RC-SCRAL6004TX** 100W T3 Lumec RN20-55W48LED4K-R-ACDR-240-DNG-SMA-RC-SCRAL6004TX** 100W T3 (PARKS) Lumec RN20-55W48LED4K-R-ACDR-240-DNG-SMA-RC-SCRAL6004TX 175W T4 Lumec RN20-90W80LED4K-R-ACDR-240-DNG-SMA-RC-SCRAL6004TX** 175W T5 Lumec RN20-90W80LED4K-R-ACDR-240-DNG-SMA-RC-SCRAL6004TX** 175W T6 Lumec RN20-55W48LED4K-R-ACDR-240-DNG-SMA-RC-SCRAL6004TX** 175W T7 N/A 250W T8 Lumec RN20-135W80LED4K-R-ACDR-240-DNG-SMA-RC-SCRAL6004TX** 175W T9 Lumec RN20-135W80LED4K-R-ACDR-240-DNG-SMA-RC-SCRAL6004TX** 100W T11 Lumec EcoSwap CAND2-65W42LED4K-RLE3-240-RAL7042 *All lighting distributions will be dependent on the roadway configuration. See Exhibit B, for installation. See Exhibit C for quantities. **Fixture will require a special arm or plumizer adaptor for installation. III. IV. PHOTOCELL i. Ripley 6390LL-BK Longlife Photocontrol (or approved equal) SHORTING CAP i. Ripley 6005 Shorting Cap (or approved equal) V. CONDUCTORS i. All electrical conductors shall comply with section of the 2012 Greenbook. IV. Lighting Arms and Adaptors

14 i. S1-S2 lighting fixture types shall utilize the Bull Horn Double Arm adaptor/arm as shown in Exhibit D Lighting Fixture Adaptors and Fittings - Drawings. ii. T3 and T5 lighting fixtures shall utilize the adaptor/arm with the same specifications as Catalog # 12-CA-REL shown in Exhibit D Lighting Adaptors and Fittings - Drawings. iii. T4 lighting fixtures shall utilize the adaptor/arm with the same specifications as Catalog # 12-CA-REL shown in Exhibit D Lighting Fixture Adaptors and Fittings - Drawings. iv. T1, T6, T8 and T9 lighting fixtures shall utilize the KPL30-PR plumizer as shown in Exhibit D Lighting Fixture Adaptors and Fittings Drawings.

Request for Proposals. 42nd Avenue Pump Station Rehabilitation. Public Works Department City of San Mateo 330 West 20th Avenue San Mateo, CA 94403

Request for Proposals. 42nd Avenue Pump Station Rehabilitation. Public Works Department City of San Mateo 330 West 20th Avenue San Mateo, CA 94403 42nd Avenue Pump Station Rehabilitation Public Works Department City of San Mateo 330 West 20th Avenue San Mateo, CA 94403 May 24, 2015 The City of San Mateo (City) is accepting proposals to select a qualified

More information

Request for Proposals. Hillsdale Pedestrian/Bicyclist Bridge Design

Request for Proposals. Hillsdale Pedestrian/Bicyclist Bridge Design Request for Proposals Hillsdale Pedestrian/Bicyclist Bridge Design Public Works Department City of San Mateo 330 West 20th Avenue San Mateo, CA 94403 JUNE 13, 2013 The City of San Mateo (CITY) is accepting

More information

EXHIBIT "A" SCOPE OF SERVICES FOR DISTRICT 7 AREAWIDE LIGHTING DATABASE & ASSESSMENT CONTINUING SERVICES FINANCIAL PROJECT NO.

EXHIBIT A SCOPE OF SERVICES FOR DISTRICT 7 AREAWIDE LIGHTING DATABASE & ASSESSMENT CONTINUING SERVICES FINANCIAL PROJECT NO. EXHIBIT "A" SCOPE OF SERVICES FOR DISTRICT 7 AREAWIDE LIGHTING DATABASE & ASSESSMENT CONTINUING SERVICES FINANCIAL PROJECT NO. 443787 1 72 01 Revised: 07/05/18 06/29/18 TABLE OF CONTENTS PAGE NO. I. PURPOSE...

More information

Request for Proposals Triennial Performance Audit of Public Transit Systems and The Council of Governments in San Joaquin County

Request for Proposals Triennial Performance Audit of Public Transit Systems and The Council of Governments in San Joaquin County Request for Proposals Triennial Performance Audit of Public Transit Systems and The Council of Governments in San Joaquin County April 09, 2018 Responses Due Date/Time April 30, 2018 before 4:00 PM Pacific

More information

REQUEST FOR PROPOSALS For Engineering Design Services Street Reconstruction at Various Locations CITY OF SAN MATEO, CALIFORNIA

REQUEST FOR PROPOSALS For Engineering Design Services Street Reconstruction at Various Locations CITY OF SAN MATEO, CALIFORNIA REQUEST FOR PROPOSALS For Engineering Design Services Street Reconstruction at Various Locations CITY OF SAN MATEO, CALIFORNIA The City of San Mateo hereby requests proposals for engineering design services

More information

ADDENDUM D January 31, 2014

ADDENDUM D January 31, 2014 Finance Department Purchasing Division Dear Proposer: REQUEST FOR PROPOSALS (RFP) Specification No. 14-10815-C FOR STREET LIGHTING CONVERSION TO LED PROJECT PROPOSALS WILL NOT BE OPENED AND READ PUBLICLY

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

Request For Proposal Of Printing and Design Services. Marketing Department

Request For Proposal Of Printing and Design Services. Marketing Department Request For Proposal Of Printing and Design Services Marketing Department Released on June 3, 2016 Mosaic Youth Theatre of Detroit Printing and Design Services REQUEST FOR PROPOSAL (RFP) BACKGROUND Mosaic

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS Issue Date: August 11, 2013 Title: Issuing Agency & Address Location of Work: RFQ#: SWaM-2013-15 Pre-Qualified Contractors Term Small, Women, and Minority Owned (SWaM) Contractors for Renovation, Replacement

More information

REQUEST FOR PROPOSALS FOR DOWNTOWN SAN MATEO CLEANING SERVICES CITY OF SAN MATEO, CALIFORNIA

REQUEST FOR PROPOSALS FOR DOWNTOWN SAN MATEO CLEANING SERVICES CITY OF SAN MATEO, CALIFORNIA REQUEST FOR PROPOSALS FOR DOWNTOWN SAN MATEO CLEANING SERVICES CITY OF SAN MATEO, CALIFORNIA The City of San Mateo requests proposals for providing cleaning services for the parking garages and lots operated

More information

Illinois Valley Regional Dispatch RFP Disclaimer Logging Recorder

Illinois Valley Regional Dispatch RFP Disclaimer Logging Recorder Illinois Valley Regional Dispatch RFP Disclaimer Logging Recorder To the extent any of the following requirements are propriety or vendor specific or in any way limits open and competitive proposals IVRD

More information

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD TO BIDDER OF RECORD: SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No. 12-6002 Solicitation No. B-14-002-DD ADDENDUM NO. 1 February 17, 2014 The following changes, additions,

More information

Facilities Planning and Construction (FP&C)

Facilities Planning and Construction (FP&C) Appendix 8.4a Facilities Planning and Construction (FP&C) UAA FP&C Quality Assessment Checklist (A) Project: PM: Project ID: Updated:

More information

The Art Barn is available to be seen by potential vendors by appointment only by contacting EMSA s CFO whose information is listed below.

The Art Barn is available to be seen by potential vendors by appointment only by contacting EMSA s CFO whose information is listed below. October 10, 2018 OBJECT: REQUEST FOR PROPOSAL VENDORS, The ( EMSA ) located at 1600 Dundee Avenue in Elgin, IL 60120 is soliciting vendors with an expertise in construction services-demolition to perform

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR COMPENSATION STUDY Proposals Due: November 3, 2016, 4:00 PM 1.0 OBJECTIVE SECTION 1 SUBMITTAL PROCEDURES & DEADLINE The City of Signal Hill is seeking proposals from qualified

More information

ENGINEERING SERVICES Phase III Construction Engineering Services for the Benedictine Parkway Improvement Project

ENGINEERING SERVICES Phase III Construction Engineering Services for the Benedictine Parkway Improvement Project VILLAGE OF LISLE REQUEST FOR QUALIFICATIONS ( RFQ ) #1267 ENGINEERING SERVICES Phase III Construction Engineering Services for the Benedictine Parkway Improvement Project DUE BY: FEBRUARY 5, 2018 @ 11:00

More information

VILLAGE OF GLENDALE, OHIO REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING SERVICES JULY 2015

VILLAGE OF GLENDALE, OHIO REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING SERVICES JULY 2015 VILLAGE OF GLENDALE, OHIO REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING SERVICES I. INVITATION JULY 2015 The Village of Glendale requests firms submit proposal and qualifications for ongoing Civil Engineering

More information

REQUEST FOR PROPOSALS. Construction Manager CM Services Pre-Construction and Construction Services

REQUEST FOR PROPOSALS. Construction Manager CM Services Pre-Construction and Construction Services REQUEST FOR PROPOSALS Construction Manager CM Services Pre-Construction and Construction Services Big Sky Fire Department Station 1 Project Big Sky Fire District OWNER Big Sky, Montana November 2016 Request

More information

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY June 1, 2018 The City of Rhome is now accepting sealed Request for Proposals and Statement of Qualifications (RFQ) for New Water &

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS Delivery Method: Prequalification for Design-Bid-Build Contracts Issue Date: November 17, 2017 Project Name: SWaM 18-20 Pre-qualified Contractors Term Project Code: SWaM-18-20 Commodity/Service: Construction

More information

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT City of McMinnville, Community Development Department ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT Bid Document Nolan Ming 10/11/2017 ALL-IN-ONE

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES OCTOBER 09, 2014 EAST BAY REGIONAL PARK DISTRICT Atlas Road Extension Improvements POINT PINOLE REGIONAL SHORELINE PROPOSALS DUE: 2:00PM, NOVEMBER

More information

Request for Qualifications Statements

Request for Qualifications Statements Request for Qualifications Statements BND WATER DISTRIBUTION AND WASTEWATER TREATMENT ENGINEERING STATEMENTS ENGINEERING DESIGN SERVICES FOR BND WATER DISTRIBUTION AND WASTEWATER TREATMENT The Brownsville

More information

SPECIFICATIONS FOR TENDER # SUPPLY AND INSTALLATION OF LAUNDRY ROOM AIR SUPPLY FAN WESTERN HEALTH

SPECIFICATIONS FOR TENDER # SUPPLY AND INSTALLATION OF LAUNDRY ROOM AIR SUPPLY FAN WESTERN HEALTH SPECIFICATIONS FOR TENDER #0171-1807 SUPPLY AND INSTALLATION OF LAUNDRY ROOM AIR SUPPLY FAN WESTERN HEALTH CLOSING DATE: 20th of March, 2018 CLOSING TIME: 2:00 PM (Newfoundland Time) Invitation to Tender

More information

Document Management System Request for Proposals

Document Management System Request for Proposals Document Management System Request for Proposals City of Great Falls PO Box 5021 Great Falls, MT 59403 Contact: Lisa Kunz City Clerk 406-455-8451 lkunz@greatfallsmt.net PROPOSALS DUE: Wednesday AUGUST

More information

Central Virginia Waste Management Authority Invitation to Bid

Central Virginia Waste Management Authority Invitation to Bid Central Virginia Waste Management Authority Invitation to Bid Sale of Recycled Mixed Paper and Old Corrugated Containers CVWMA Bid 14-62 Issue Date: May 9th, 2014 Background: The Central Virginia Waste

More information

City of Compton Water Utility Division

City of Compton Water Utility Division City of Compton Water Utility Division 205 S Willowbrook Ave, Compton, California 90220 (310) 605-5555 - Fax (310) 763-4567 REQUEST FOR PROPOSALS SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM

More information

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014 REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES Issue Date: April 30, 2014 Due Date: June 6, 2014 In order to be considered, proposals must be signed and returned via email to rwhitmore@wested.org

More information

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES Section I Application (These procedures do not apply to Design-Build Contracts.)

More information

NORTH COUNTRY LIBRARY SYSTEM County Route 190 Watertown, NY 13601

NORTH COUNTRY LIBRARY SYSTEM County Route 190 Watertown, NY 13601 22072 County Route 190 Watertown, NY 13601 REQUEST FOR PROPOSAL DESIGN/BUILD OF SOLAR PHOTOVOLTAIC ARRAY Solicitation The North Country Library System (NCLS), Watertown NY is soliciting proposals from

More information

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS This is an Invitation for Bids (IFB) for the following public work: Presidio Trolley Coach Facility - Presidio Bus Lifts

More information

CITY OF TACOMA Tacoma Power & Public Works Engineering

CITY OF TACOMA Tacoma Power & Public Works Engineering CITY OF TACOMA Tacoma Power & Public Works Engineering ADDENDUM NO. 1 DATE: August 22, 2017 REVISIONS TO: Request for Bids Specification No. PE17-0235F Citywide LED Streetlight Installation NOTICE TO ALL

More information

ATTACHMENT D SCOPE OF SERVICES

ATTACHMENT D SCOPE OF SERVICES ATTACHMENT D SCOPE OF SERVICES OBJECTIVE Owner s Capital Improvement Program (major capital, minor construction, repair, and rehabilitation projects) includes numerous construction and renovation projects.

More information

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER AT RISK (CMAR) SERVICES WITH GUARANTEED MAXIMUM PRICE

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER AT RISK (CMAR) SERVICES WITH GUARANTEED MAXIMUM PRICE CAYUCOS SANITARY DISTRICT 200 Ash Avenue P.O. Box 333, Cayucos, California 93430-0333 www.cayucossd.org 805-995-3290 REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER AT RISK (CMAR) SERVICES WITH GUARANTEED

More information

City of Eagle Point 2017 Paving Instruction to Bidders

City of Eagle Point 2017 Paving Instruction to Bidders City of Eagle Point 2017 Paving Instruction to Bidders Issued: August 2, 2017 Closing Date and Time: Wednesday August 16, 2016 at 2:00 pm Project Summary The City of Eagle Point is requesting bids for

More information

APPENDIX A - TECHNICAL SPECIFICATIONS Lift Station Electric Feed Overhead to Underground Projects for JEA

APPENDIX A - TECHNICAL SPECIFICATIONS Lift Station Electric Feed Overhead to Underground Projects for JEA APPENDIX A - TECHNICAL SPECIFICATIONS Lift Station Electric Feed Overhead to Underground Projects for JEA 1. GENERAL PROJECT REQUIREMENTS 1.1. SCOPE OF WORK: 1.1.1. The Contractor shall be responsible

More information

INVITATION FOR BIDS For a Forklift (CIP# AEQ1902)

INVITATION FOR BIDS For a Forklift (CIP# AEQ1902) INVITATION FOR BIDS For a Forklift (CIP# AEQ1902) BID SUBMITTAL DATE, TIME, & LOCATION: August 21, 2018 @ 2:00 PM Mount Pleasant Waterworks Operations Center 1619 Rifle Range Road Mount Pleasant, SC 29464

More information

REQUEST FOR BID. PURCHASE AND INSTALL OF 3 GATE OPERATORS AND GATES FOR THE NORTHWEST ARKANSAS REGIONAL AIRPORT February 18, 2019

REQUEST FOR BID. PURCHASE AND INSTALL OF 3 GATE OPERATORS AND GATES FOR THE NORTHWEST ARKANSAS REGIONAL AIRPORT February 18, 2019 REQUEST FOR BID PURCHASE AND INSTALL OF 3 GATE OPERATORS AND GATES FOR THE NORTHWEST ARKANSAS REGIONAL AIRPORT February 18, 2019 1. INTRODUCTION The Northwest Arkansas Regional Airport is seeking bids

More information

City of Jacksonville Finance Department

City of Jacksonville Finance Department City of Jacksonville Finance Department # 1 Municipal Drive Office Phone: (501) 982-4502 P.O. Box 126 Fax Number: (501) 985-9768 Jacksonville, AR. 72076 E-Mail: rbest@cityofjacksonville.net Cheryl Erkel

More information

CITY OF PASCO REQUEST FOR PROPOSAL TO PROVIDE SERVICES FOR THE Urban Forestry Plan and Urban Forest Inventory

CITY OF PASCO REQUEST FOR PROPOSAL TO PROVIDE SERVICES FOR THE Urban Forestry Plan and Urban Forest Inventory DEPARTMENT OF Administrative and Community Services 525 N Third Avenue Pasco, WA 99301 Phone 509.543.5757 Fax 509.543.5758 CITY OF PASCO REQUEST FOR PROPOSAL TO PROVIDE SERVICES FOR THE 2018 Urban Forestry

More information

CHAPTER 10 FACILITIES EVALUATIONS (PRE-AWARD) SURVEYS PART 1 INTRODUCTION

CHAPTER 10 FACILITIES EVALUATIONS (PRE-AWARD) SURVEYS PART 1 INTRODUCTION CHAPTER 10 FACILITIES EVALUATIONS (PRE-AWARD) SURVEYS PART 1 INTRODUCTION 10-1 PURPOSE. This section prescribes procedures for conducting an evaluation of the facilities and capabilities of an offeror,

More information

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY LOWER SAUCON TOWNSHIP

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY LOWER SAUCON TOWNSHIP REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY LOWER SAUCON TOWNSHIP Released on July 21, 2016 Police Operations Study REQUEST FOR PROPOSAL ( RFP ) 1. PURPOSE OF THE STUDY The Township of Lower Saucon

More information

Proposals must be received in the Office of the City Manager no later than 2:00 p.m. on December 3, 2018.

Proposals must be received in the Office of the City Manager no later than 2:00 p.m. on December 3, 2018. REQUEST FOR PROPOSAL Proposals are now being accepted in the Office of the City Manager, 745 Forest Parkway, Forest Park, Georgia 30297 for: COMPREHENSIVE CLASSIFICATION & COMPENSATION STUDY FOR THE CITY

More information

REQUEST FOR PROPOSALS YORK COUNTY, PENNSYLVANIA TABLE OF CONTENTS

REQUEST FOR PROPOSALS YORK COUNTY, PENNSYLVANIA TABLE OF CONTENTS REQUEST FOR PROPOSALS GUTHRIE MEMORIAL LIBRARY ENVELOPE REHABILITATION YORK COUNTY, PENNSYLVANIA TABLE OF CONTENTS Table of Contents Section 1: Background...... 2 Section 2: Scope of Services... 2 Section

More information

SERVICE CLASSIFICATION NO. 6

SERVICE CLASSIFICATION NO. 6 P.S.C. NO. 3 ELECTRICITY LEAF: 293 ORANGE AND ROCKLAND UTILITIES, INC. REVISION: 2 INITIAL EFFECTIVE DATE: July 19, 2012 SUPERSEDING REVISION: 1 SERVICE CLASSIFICATION NO. 6 APPLICABLE TO USE OF SERVICE

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

Section 200 Design Process and Quality Management. Electrical Engineering Centre

Section 200 Design Process and Quality Management. Electrical Engineering Centre Section 200 Design Process and Quality Management Electrical Engineering Centre April 2013 TABLE OF CONTENTS 200 DESIGN PROCESS AND QUALITY MANAGEMENT 201 INTRODUCTION TO DESIGN PROCESS... 1 201.1 ABOUT

More information

New Construction Lighting Application. Application Process. Details & Instructions

New Construction Lighting Application. Application Process. Details & Instructions New Construction Lighting Application Details & Instructions PSO provides technical assistance and rebates to assist businesses in making energy saving upgrades. Review details and requirements* at PowerForwardWithPSO.com.

More information

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders Issued: November 15, 2017 Closing Date and Time: January 16, 2018, at 2:00 pm Project Summary The City of Eagle Point is requesting

More information

Q18-06 REQUEST FOR PROPOSALS REPAINT EPOXY PAVEMENT MARKINGS ON S. MAIN STREET. RFP Issuance Date: April 17, 2018 Proposal Due Date: May 8, 2018

Q18-06 REQUEST FOR PROPOSALS REPAINT EPOXY PAVEMENT MARKINGS ON S. MAIN STREET. RFP Issuance Date: April 17, 2018 Proposal Due Date: May 8, 2018 Q18-06 REQUEST FOR PROPOSALS REPAINT EPOXY PAVEMENT MARKINGS ON S. MAIN STREET Engineering Department RFP Issuance Date: April 17, 2018 Proposal Due Date: May 8, 2018 The City of West Bend (City) is requesting

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

BID NO FOOD SERVICEE

BID NO FOOD SERVICEE INVITATION TO BID BID NO. 9809 FOOD SERVICEE POINT OF SALE EQUIPMENT TROY SCHOOL DISTRICT The Troy School District will receive firm, sealed bids for furnishing and delivering new Food Servicee Point of

More information

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

More information

The deadline for submittal of proposals is 4:00 PM, Pacific Time, January 8, 2014.

The deadline for submittal of proposals is 4:00 PM, Pacific Time, January 8, 2014. CITY OF BAINBRIDGE ISLAND, WASHINGTON REQUEST FOR PROPOSALS CLASSIFICATION AND COMPENSATION STUDY INTRODUCTION The City of Bainbridge Island, Washington invites proposals from qualified consulting firms

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

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO.

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO. Request for Proposals (RFP) Information Technology Independent Verification and Validation ADDENDUM NO. 2 Questions and Answers RFP Amendments September 2015 Contained herein are the responses to the questions

More information

WEST BOUNTIFUL CITY, UTAH REQUEST FOR PROPOSAL. City Park Playground Equipment.

WEST BOUNTIFUL CITY, UTAH REQUEST FOR PROPOSAL. City Park Playground Equipment. 1.0 INTRODUCTION WEST BOUNTIFUL CITY, UTAH REQUEST FOR PROPOSAL City Park Playground Equipment The West Bountiful City, Utah is seeking proposals from interested Applicants to furnish and install playground

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

Request For Proposals

Request For Proposals Request For Proposals Watauga County seeks Proposals from individuals or firms interested in providing services for the demolition and removal of a 237,000 square foot building located in Boone, NC. The

More information

5-1 Street Lights Required Street Lights on Private Roadways Developer s Responsibility...5-1

5-1 Street Lights Required Street Lights on Private Roadways Developer s Responsibility...5-1 SECTION 5 STREET LIGHTING CONTENTS Page 5-1 Street Lights Required...5-1 5-2 Street Lights on Private Roadways...5-1 5-3 Developer s Responsibility...5-1 5-4 Utility Company Authorization...5-1 5-5 General

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS 1.0. Invitation Capital Region Water (CRW) owns and operates the drinking water, wastewater and stormwater facilities and infrastructure for the city of Harrisburg, PA and portions of surrounding communities

More information

Request for Proposal

Request for Proposal Request for Proposal Mountainburg Public Schools Attention: Scott Organ 129 Hwy 71 SW Mountainburg, AR 72946 Phone: 479-369-2121 Email: erate@mountainburg.org E Rate Funding Year 2018-19 (Single-Mode Fiber

More information

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee 38105-5029 ADDENDUM NO. 2 Issued: March 6, 2018 This addendum shall become and form a part of the

More information

EXHIBIT A. 1) General:

EXHIBIT A. 1) General: 1) General: EXHIBIT A FINDINGS OF FACT FOR EXEMPTION FROM COMPETITIVE BIDDING AND USE OF THE CONSTRUCTION MANAGER/GENERAL CONTRACTOR (CM/GC) METHOD OF CONTRACTING FOR TILLAMOOK PUD OPERATIONS CENTER AND

More information

Request for Proposals Professional Audit Services. January 17, 2019

Request for Proposals Professional Audit Services. January 17, 2019 Request for Proposals Professional Audit Services January 17, 2019 TABLE OF CONTENTS I. INTRODUCTION A. General Information 4 B. Term of Engagement 5 II. NATURE OF SERVICES REQUIRED A. Scope of Work 5

More information

SAN MATEO COUNTY FAIR REQUEST FOR PROPOSALS ADVERTISING, MARKETING & PUBLIC RELATION SERVICES RFP #

SAN MATEO COUNTY FAIR REQUEST FOR PROPOSALS ADVERTISING, MARKETING & PUBLIC RELATION SERVICES RFP # SAN MATEO COUNTY FAIR REQUEST FOR PROPOSALS ADVERTISING, MARKETING & PUBLIC RELATION SERVICES RFP #101-2011 August 29, 2011 The San Mateo County Event Center is accepting proposals for Advertising, Marketing

More information

Purchasing and Procurement Policy

Purchasing and Procurement Policy Purchasing and Procurement Policy Purpose The purpose of this document is to implement the requirements of state law with regard to procurement and bidding on public contracts for public works, goods,

More information

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk REQUEST FOR PROPOSAL Construction Management Services Not at Risk The St. Charles County Ambulance District proposes to retain a qualified firm/team for the Construction Management Services Not at Risk

More information

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR TOWN OF LABRADOR CITY FORM OF TENDER TLC-04-18 SUPPLY & INSTALLATION OF CONCRETE FLOOR Tenderer Address Telephone # The undersigned bidder has carefully examined the Form of Tender, Instructions to Bidders,

More information

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW January 31, 2018 To Whom It May Concern: I. INSTRUCTIONS ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project 18-0018PW A. The following additions, deletions, revisions, and/or

More information

Chapter 6. Competitive Sealed Bidding: Elements of an Invitation for Bids

Chapter 6. Competitive Sealed Bidding: Elements of an Invitation for Bids Chapter 6. Competitive Sealed Bidding: Elements of an Invitation for Bids Summary This chapter identifies the minimum elements of an invitation for bids when procuring goods or services using the competitive

More information

CENTRAL VALLEY OPPORTUNITY CENTER INVITATION FOR BIDS FORKLIFT

CENTRAL VALLEY OPPORTUNITY CENTER INVITATION FOR BIDS FORKLIFT CENTRAL VALLEY OPPORTUNITY CENTER INVITATION FOR BIDS FORKLIFT Notice is hereby given that the Central Valley Opportunity Center (CVOC) calls for bids to furnish (1) new Forklift. 1. The bid specifications

More information

STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC

STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC PREPARED BY: Metropolitan Washington Airports Authority Washington Dulles International Airport Engineering

More information

SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY

SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY I. Introduction SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY Request for Proposals on Rebate Program Automation Issuance Date: July 24, 2018 Response Deadline: August 23, 2018 The Southern California Public

More information

Rental Property Registration and Crime Free Housing Software. Request for Proposal

Rental Property Registration and Crime Free Housing Software. Request for Proposal Rental Property Registration and Crime Free Housing Software RFP NO.: 13-11 Request for Proposal 19 December 2013 Page 1 TABLE OF CONTENTS Section 1 Introduction...3 General Information...4 RFP Submittal

More information

REQUEST FOR PROPOSALS EXECUTIVE SEARCH SERVICES. Issuance Date November 27, 2017

REQUEST FOR PROPOSALS EXECUTIVE SEARCH SERVICES. Issuance Date November 27, 2017 REQUEST FOR PROPOSALS EXECUTIVE SEARCH SERVICES Issuance Date November 27, 2017 Submittal Deadline January 8, 2018 Page Is Blank For Photocopying MARIN LAFCO 2 TABLE OF CONTENTS Section Page Number I.

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

REQUEST FOR PROPOSALS Garfield Charter Township Hall Sidewalk Snowmelt Heating System Repairs Garfield Township, Grand Traverse County

REQUEST FOR PROPOSALS Garfield Charter Township Hall Sidewalk Snowmelt Heating System Repairs Garfield Township, Grand Traverse County REQUEST FOR PROPOSALS Garfield Charter Township Hall Sidewalk Snowmelt Heating System Repairs Garfield Township, Grand Traverse County Proposals Due: 10:00 A.M., Thursday, March 28, 2019 Address Proposals

More information

REQUEST FOR PROPOSALS. For CONSTRUCTION MANAGER/GENERAL CONTRACTOR SERVICES EOU DATA CENTER PROJECT. May 1, 2018

REQUEST FOR PROPOSALS. For CONSTRUCTION MANAGER/GENERAL CONTRACTOR SERVICES EOU DATA CENTER PROJECT. May 1, 2018 REQUEST FOR PROPOSALS For CONSTRUCTION MANAGER/GENERAL CONTRACTOR SERVICES EOU DATA CENTER PROJECT May 1, 2018 PROJECT WEBSITE: https://secure.orpu.org/bid www.orpin.oregon.gov ISSUE DATE: May 1, 2018

More information

REQUEST FOR PROPOSAL: WIOA Integrated Data Systems Report

REQUEST FOR PROPOSAL: WIOA Integrated Data Systems Report REQUEST FOR PROPOSAL: WIOA Integrated Data Systems Report National Association of State Workforce Agencies National Association of Workforce Boards Circulation Date December 18, 2017 Proposal Submission

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

Disable friendly Washrooms at hostel blocks (A & E)

Disable friendly Washrooms at hostel blocks (A & E) Telephone: 080-26993580 080-26993360 Fax:080- :26584050 Email: anil.sj@iimb.ernet.in : shivakumar.k@iimb.ernet.in TENDER NOTICE: 16 th February 2015 E.M.D (Rs.) TO BE SUBMITTED ALONG WITH TENDER Tender

More information

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

More information

SECTION SUPPLEMENTARY GENERAL CONDITIONS

SECTION SUPPLEMENTARY GENERAL CONDITIONS SECTION 00800 SUPPLEMENTARY GENERAL CONDITIONS PART 1 - GENERAL 1.1 SCOPE OF WORK In general, the Work consists of application of a fluid applied membrane, installation of new tapered insulation, installation

More information

State of North Carolina Department of Health and Human Services

State of North Carolina Department of Health and Human Services State of North Carolina Department of Health and Human Services REQUEST FOR PROPOSAL (RFP) Addendum #6 Date: September 5, 2018 RFP Number: 30-180397 RFP Description: Independent Verification and Validation

More information

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016 WILLIE A. HOPKINS, JR., Director COUNTY OF ALAMEDA ADDENDUM No. 2 DATE: October 26, 2016 to Project No. CPP14C130230000 for Lead and Pesticide Contaminated Soil Remediation Cherryland Community Center

More information

ADDENDUM NO.1. Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN )

ADDENDUM NO.1. Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN ) PADRE DAM MunicIpal Water DIstrict An Everyday Essential ADDENDUM NO.1 Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN 212002) Bid Opening Date: May 22, 2012 Time: 10:00 a.m.

More information

Chicago Smart Lighting Project Request for Proposals (RFP) Volume I: Instructions to Proposers (ITP), Addendum #2

Chicago Smart Lighting Project Request for Proposals (RFP) Volume I: Instructions to Proposers (ITP), Addendum #2 Chicago Smart Lighting Project Request for Proposals (RFP) Volume I: Instructions to Proposers (ITP), Addendum #2 In coordination with the City of Chicago and the Chicago Park District Issued by: The Issued

More information

REQUEST FOR PROPOSALS. City of Wilkes-Barre Web Based Parking Ticket Payment Solutions, and Pay-By-Phone Solution

REQUEST FOR PROPOSALS. City of Wilkes-Barre Web Based Parking Ticket Payment Solutions, and Pay-By-Phone Solution REQUEST FOR PROPOSALS City of Wilkes-Barre Web Based Parking Ticket Payment Solutions, and Pay-By-Phone Solution City of Wilkes-Barre 40 East Market Street Wilkes-Barre, PA 18701 2018 INVITATION FOR REQUEST

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

Town of Bennington, Vermont Pleasant Street and School Street Sidewalk Installation STP EH08(11)

Town of Bennington, Vermont Pleasant Street and School Street Sidewalk Installation STP EH08(11) , Vermont Pleasant Street and School Street Sidewalk Installation STP EH08(11) Request for Qualifications Construction Inspection and Testing Services Issued: January 3, 2017 Due: January 24, 2017 I. INTRODUCTION

More information

BID No: 04/17 REQUEST FOR PROPOSALS FOR TRAVEL MANAGEMENT SERVICES FOR THE GENERAL SECRETARIAT OF THE ORGANIZATION OF AMERICAN STATES

BID No: 04/17 REQUEST FOR PROPOSALS FOR TRAVEL MANAGEMENT SERVICES FOR THE GENERAL SECRETARIAT OF THE ORGANIZATION OF AMERICAN STATES BID No: 04/17 REQUEST FOR PROPOSALS FOR TRAVEL MANAGEMENT SERVICES FOR THE GENERAL SECRETARIAT OF THE ORGANIZATION OF AMERICAN STATES SECRETARIAT OF ADMINISTRATION AND FINANCE (SAF) GENERAL SECRETARIAT

More information

Request for Proposal: Controlled System Separation Feasibility Study

Request for Proposal: Controlled System Separation Feasibility Study Request for Proposal: Controlled System Separation Feasibility Study I. INTRODUCTION A. Overview The New York Independent System Operator ( NYISO ) is requesting proposals for professional services from

More information

CONSTRUCTION MANAGEMENT SERVICES

CONSTRUCTION MANAGEMENT SERVICES DrAFTDRAFTdd EXHIBIT 1 CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR QUALIFICATIONS () SELECTION PROCESS School District of Lee County, Florida TABLE OF CONTENTS 1. INTRODUCTION 1 Lobbying 2 2. REQUEST

More information

REQUEST FOR PROPOSAL Audit and Tax Services ISSUED November 2, 2016 RFP No

REQUEST FOR PROPOSAL Audit and Tax Services ISSUED November 2, 2016 RFP No REQUEST FOR PROPOSAL Audit and Tax Services ISSUED November 2, 2016 RFP No. 17-1141 WorkNet Pinellas, Inc. dba CareerSource Pinellas is accepting proposals from qualified CPA firms to provide services

More information

REQUEST FOR PROPOSALS. Request for Proposals for Classification Pay and Benefits Study (A )

REQUEST FOR PROPOSALS. Request for Proposals for Classification Pay and Benefits Study (A ) CITY OF TUSCALOOSA ) STATE OF ALABAMA ) REQUEST FOR PROPOSALS TO: FROM: RE: Qualified Firms The City of Tuscaloosa, Alabama Request for Proposals for Classification Pay and Benefits Study (A17-0172) DATE

More information

City of Dawson Creek Request for Proposals No

City of Dawson Creek Request for Proposals No City of Dawson Creek Request for Proposals No. 2011-29 SANITARY SEWER MASTER PLAN The City of Dawson Creek is requesting proposals for the creation of a Sanitary Sewer Master Plan. All contract documents

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

CITY OF BEEVILLE, TEXAS

CITY OF BEEVILLE, TEXAS REQUEST FOR PROPOSAL CITY OF BEEVILLE, TEXAS AUTOMATED METER READING SYSTEM FOR PUBLIC WORKS WATER SYSTEM CITY OF BEEVILLE, TEXAS Due Date: 400 North Washington St. May 15, 2017 Beeville, Texas 78102 2:00PM

More information

CITY OF MOORE Outdoor Fitness Equipment for Little River Park (Not to Exceed $65,000) RFP #

CITY OF MOORE Outdoor Fitness Equipment for Little River Park (Not to Exceed $65,000) RFP # CITY OF MOORE Outdoor Fitness Equipment for Little River Park (Not to Exceed $65,000) RFP # 1900-04 The City of Moore Parks and Recreation Department is seeking written proposals for an Outdoor Fitness

More information