INVITATION TO BID (ITB) Sealed Bid Request

Size: px
Start display at page:

Download "INVITATION TO BID (ITB) Sealed Bid Request"

Transcription

1 INVITATION TO BID (ITB) Sealed Bid Request Tucannon River RM , Project Area (PA) (1) Construction Materials, (2) Construction Services, and (3) Post Construction Survey Confederated Tribes of the Umatilla Indian Reservation Tucannon Basin Fish Habitat Enhancement Project Department of Natural Resources (Contractors are not required to bid on all groups, separate contracts will be issued for each group or subgroup) CONTRACTORS INVITED TO BID THE PROJECT: All licensed contractors with and without Indian preference. Technical Contact: Kris Fischer (Office & Fax) Administrative Contact: Julie A. Burke (Office & Fax) Critical Dates: Site Tour (MANDATORY) April 14, :00 pm PST Request for Clarification Deadline: April 17, 2017 COB Response to Clarification Deadline: April 21, COB Proposal Submission Deadline: May 1, :00 pm PST Public Opening May 1, :15 pm PST Tentative Award Selection (est.): May 8, 2017 Contract Award (est.): May 19, 2017 Project Initiation (Implementation Phase): July 1, 2017 Project In-Water Work Window: July 15, 2017 August 15, 2017 Project Completion (Implementation Phase): August 31, 2017

2 Invitation to Bid Part I General Information and ITB Process Tucannon River RM , PA (1) Construction Materials, (2) Construction Services, and (3) Post Construction Survey 1.1 Project Purpose and Location The Confederated Tribes of the Umatilla Indian Reservation (CTUIR), Department of Natural Resources Fisheries Program is requesting bids for three separate phases (groups) for the implementation of the Tucannon River Hartsock Reach Channel and Floodplain Restoration Project to support the on-going restoration efforts in the Tucannon River Watershed. Project is as follows: Group (1) will include construction material acquisition and delivery ((1a) conifers, (1b) cottonwoods and (1c) boulders); Group (2) will include the construction services (all work necessary for the installation of the log jams and boulders as described in the Tucannon River Hartsock Reach Channel and Floodplain Restoration Project (PA 18) Construction Design Drawings and Technical Specifications, and Tucannon River Hartsock Reach, Phase 1 Fish Habitat and Floodplain Restoration Project Implementation Plan) and; Group (3) will include post construction survey (as-built survey). Qualified contractors can bid on all groups or any one group or subgroup separately (contractors are not required to bid on all groups or subgroups, separate contracts will be issued for each group or subgroup). The proposed project is located on the Tucannon River between RM (Project Area (PA) 17-18), at the W.T. Wooten Wildlife Area, owned by the State of Washington, Department of Fish and Wildlife. With the exception of one location at the upstream end of the project reach, access will be across State land. Access to the upstream site will be coordinated by the CTUIR and the landowner. The successful implementation of this project will increase channel complexity and floodplain connectivity for Endangered Species Act (ESA)-listed and non-esa-listed native fish species within the Tucannon Watershed. This project s goals are to improve: o o o Floodplain connectivity (increase base flow, increase shallow groundwater capacity, and increase capability of functional connection and interaction with the floodplain through hyporheic flow); Channel morphology (improve channel form, sinuosity, complexity, geomorphic and hydrograph stability); Fish habitat (increase the quality and diversity of in-stream habitat for resident and anadromous fish in the Tucannon River); 2017 RFP Tucannon River Construction Materials, Construction Services and Post Construction Survey- Page 2 of 31

3 o Restoration of natural channel processes (through the addition of large wood to increase channel complexity, restoration of sediment routing processes through the removal of levees and other floodplain impediments and planting of native species in the floodplains and uplands). These identified pre-project goals will be met through the implementation and construction of the Tucannon River Hartsock Channel and Floodplain Restoration Project (PA 18). The objectives necessary to meet the goals of this project include; Embedded habitat logs with rootwads are expected to create up to 27 and 16 small scour pools with complex instream cover for single and double log installations, respectively. Scaling with the general diameter of log rootwads laid out in the plans, expected scour pool areas are estimated to be around 12 ft 2 at each single log installation, and around 25 ft 2 at each double log installation. Corresponding total expected lift in habitat area = 724 ft 2. Larger pools are expected to develop around each of the 10 ELJs proposed; the area of pool habitat at low flow should scale in two parts, with the (i) width of the structure projecting into the channel and (ii) streamwise length of the projecting log with rootwad, and is expected to be on the order of 130 ft 2 per pool. Corresponding total expected lift in habitat area = 1,300 ft 2. Each LWD jam placed in an active channel area that is wet at low flow should provide a mix of local scour pool habitat and overhead cover. There will be a total of 15 distinct jams added to the project reach with variable area coverage and influence on pool morphology; estimated area of instream/overhead cover ranges between 210-1,040 ft 2 across jams; note that these numbers could change depending on severity of flooding in next several years, and how the wood shifts and accumulates new material in response. Two jams placed at the head and tail of a high flow side channel split are expected to lead to enlargement of the side channel and re-connection at low flows. Corresponding total expected lift in habitat area under and around jams immediately after construction = 9,030 ft 2. Length of side channel opened up = 180 ft. Eight boulder-ballasted logs will be placed in an existing pool that presently has no instream object or overhead cover; the area of pool with new cover and structural complexity provided by the logs and boulders will be at least 140 ft 2. Corresponding total expected lift in habitat area = 840 ft 2. Twenty exposed debris logs will not provide immediate habitat benefits, but will over the long term increase riparian vegetation density over an area of at least 5,400 ft 2 of currently exposed gravel, and potentially contribute towards the effectiveness of other project elements creating up to 650 ft of side channel habitat if the river splits around the structures RFP Tucannon River Construction Materials, Construction Services and Post Construction Survey- Page 3 of 31

4 Habitat boulders placed directly in the channel will be associated with a hydraulically sheltered horseshoe scour hole that at minimum scales with a semicircle with diameter equal to that of the boulder, or approximately 3.5 ft 2 of shear zone drift feeding and holding habitat for juvenile and adult salmonids, respectively at each boulder. A total of 15 boulders are planned. Corresponding total expected lift in habitat area = 52.5 ft 2. The three pilot channels cut downstream of the braided depositional area will respectively, going in the upstream direction, reconnect and potentially enlarge approximately (i) 1,050 ft of floodplain/side-channel habitat during annual high flow, (ii) 380 ft of side channel and 550 ft of floodplain channel at the bankfull flow level (somewhere between the 1.5- and 2-year flood), and (iii) 470 ft of floodplain channel at around the 3-year flood level. Increased connectivity of the upstream portion of the spring channel between the ford location and the sediment ponds could, over the long term as the channel enlarges, create an additional 3,400 ft of spawning habitat for steelhead and rearing habitat for a variety of species. The project site is located approximately 15 miles southeast of Dayton, Washington, on the Tucannon River near RM (PA 17-18). The current land use is characterized as fish and wildlife habitat and is used as a recreational property, as it is the Washington Department Fish and Wildlife, W.T. Wooten Wildlife Area. The project reach is identified in the Tucannon River Geomorphic Assessment 1 and the Habitat Restoration Design 2. The Tucannon River Hartsock Reach Channel and Floodplain Restoration Project (PA 18) Construction Design Drawings and Technical Specifications, and Tucannon River Hartsock Reach, Phase 1 Fish Habitat and Floodplain Restoration Project Implementation Plan can be accessed at the Web Address: ftp://ftp.services.ctuir.org 1.2 Scope of the ITB The bid for this request is broken into 3 separate sections and subsections that can be bid on separately (it is not required that a contractor bid on all sections). These 3 sections include; Group (1) will include construction material acquisition and delivery of ((1a) conifers and/or (1b) boulders), Group (2) the construction services (installation and construction of log jams and placement of boulders). Construction work will be completed as described in the Tucannon River Hartsock Reach Channel and Floodplain Restoration Project (PA 18) Construction Design Drawings and Technical Specifications, and Tucannon River Hartsock Reach, Phase 1 Fish Habitat and Floodplain Restoration Project Implementation Plan and; Group (3) the post construction survey (as-built survey). When bidding on a particular section or subsection, cost estimates should include sufficient detail to describe which group or subgroup you re bidding on, and the cost estimates should 1 See Tucannon River Geomorphic Assessment & Habitat Restoration Study (April 2011) Report. 2 See Conceptual Restoration Plan, Reach 6 to 10 Tucannon R Phase II (November 2011) RFP Tucannon River Construction Materials, Construction Services and Post Construction Survey- Page 4 of 31

5 include supportive documentation justifying costs associated with the work required to complete the group you are bidding on. The Contractor is responsible for providing estimates that are based on design plans completed by R2 Resource Consultants, Inc., for the Tucannon River Hartsock Reach Channel and Floodplain Restoration Project (PA 18). Bids should be based on the physical conditions of the project site and the pre-identified staging areas (as determined in the design plans), and the ability to work cost effectively within the scope of the design package. The Contractor s bid will demonstrate diligence and focus in bid preparation with specific effort directed at the evaluation, identification and suggested resolution of any discrepancies, lack of clarity, or other questions arising from the evaluation of the design plans, specifications, permit or supplementary project materials that may affect the timing, schedule, execution or unforeseen expenditures related to the project. 1.3 Project Timeline: Group 1: Project materials delivery will begin on/or around May 1, 2017, this date may change based on current staging area site conditions. If there is still snow or if the site is too muddy, this date will be pushed back to decrease impacts to the site. Group 2: Construction project staging is scheduled to begin as close to July 1, 2017 as possible. Project work needs to occur within the maximum allowable timeframe of the designated instream work window, July 15, 2017 August 15, If unforeseeable problems arise there is a possibility the work would be granted a ten day in-water work window extension to August 25, 2017, but no later due to spawning ESA listed spring Chinook. Group 3: The site survey (as-built survey) should be completed by December 31, Closing Date for Submissions The closing date for submissions will be on May 1, 2017 at 2:00 pm., Pacific Standard Time (PST). Bids received after the specified time will not be considered. Contractors must submit three (3) hard copies and a digital copy (via jump drive) of their bid to: Confederated Tribes of the Umatilla Indian Reservation DNR FISHERIES PROGRAM Attn: Julie Burke Timíne Way Pendleton, OR The outer envelope should be clearly marked Tucannon River Construction Materials, Construction Services, and Post Construction Survey SEALED BID, DO NOT OPEN RFP Tucannon River Construction Materials, Construction Services and Post Construction Survey- Page 5 of 31

6 The public opening will be held at the CTUIR Governance Center at 2:15 pm on the closing day in Mission, Oregon located at Timine Way, conference room TBD. 1.5 In Writing Bids must be prepared by computer or typewriter. No oral, handwritten, telephone, , or facsimile Proposals will be accepted. 1.6 Necessary Information Bids must contain all information requested in the ITB. The CTUIR will not consider additional information submitted after the Closing Date and may reject incomplete bids. 1.7 Cost of Bids The CTUIR shall not be liable for any expenses incurred by Contractors in either preparing or submitting Bids, evaluation/selection, or contract negotiation process, if any. 1.8 Request for Clarification Contractors may submit a written request for clarification via mail or by April 17, The CTUIR will not consider any requests submitted after the time period specified above. Questions regarding the ITB or request for clarification shall be sent to the ITB contact listed in Part Response to Requests for Clarification Responses to questions will be provided no later than April 21, Proposals Constitute Firm Offers Submission of a Bid constitutes Contractor s affirmation that all terms and conditions of the Bid constitute a binding offer that shall remain firm for a period of ninety (90) days from the Closing Date Signature Required; Proposer Affirmations An authorized representative of the Contractor must sign the original Bid in ink. Contractor s signature and submission of a signed Bid in response to the ITB constitute Contractor s affirmation that the Contractor agrees to be bound by the terms and conditions of the ITB and by all terms and conditions of the Contract awarded Type of Contract The CTUIR shall execute a Subcontract for Construction Materials, Construction Services and Post Construction Survey RFP Tucannon River Construction Materials, Construction Services and Post Construction Survey- Page 6 of 31

7 1.13 Confidential Information Bids are confidential until the evaluation and selection process has been completed and the CTUIR has issued a notice of tentative award. Any information a Contractor submits in response to the IFB that the Contractor considers a trade secret or confidential proprietary information, and Contractor wishes to protect from public disclosure, must be clearly labeled with the following: This information constitutes a trade secret or confidential proprietary information and is not to be disclosed except in accordance with applicable public disclosure laws Requests for Further Clarification of Bids The CTUIR may request additional clarification from Contractors on any portion of the Proposal Cancellation of IFB The CTUIR may cancel this IFB at any time upon finding that it is in the CTUIR s best interest to do so Rejection of Bids The CTUIR may reject a particular Bid or all Bids upon finding that it is in the CTUIR s best interest to do so Tentative Award and Contract Negotiations The CTUIR will provide a written tentative award notice to the lowest responsive and responsible bidder, selection based on the requirements described in Part III and IV. The CTUIR may conduct informal discussions for purposes of obtaining a contract within the available funds. Discussion may include: (a) Contract tasks; (b) Staffing; (c) Performance Schedule; and (d) A maximum, not to exceed Contract price, which is consistent with the Bid and fair and reasonable to the CTUIR, taking into account the estimated value, scope, complexity, and nature of the services to be provided. The CTUIR may also discuss the statement of work and, at its discretion, add to the scope of services based on a Contractor s recommendations (but still within the scope of this IFB) or reduce the scope of services. Final award will be contingent upon successful discussion of a contract within seven (7) working days after the tentative award. The CTUIR may terminate discussions with the lowest responsive and responsible bidder if they fail to result in a contract within a reasonable time. The CTUIR will then enter into negotiations with the next responsible Contractor, and if necessary the third responsible Contractor RFP Tucannon River Construction Materials, Construction Services and Post Construction Survey- Page 7 of 31

8 1.18 Protest of Tentative Award Selection A notification of tentative award to the Lowest Responsive, Responsible Bidder will be mailed to all Contractors that submitted a Bid in response to this IFB. A Bidder who claims to have been adversely affected by the selection of a competing Bidder shall have five (5) calendar days after receiving the notice of selection to submit a written protest of the selection to the IFB contact listed in Part 1.4. The CTUIR will not consider protests submitted after the date established in this part. The protest must specify the grounds upon which the Protest is based Award After expiration of the five (5)-calendar day selection protest period and resolution of all protests, the CTUIR will proceed with final award Investigation of References The CTUIR reserves the right to investigate the references and past performance of any Contractor with respect to its successful performance of similar services, compliance with IFB and contractual obligations, and its lawful payment of suppliers, sub-contractors, and employees. The CTUIR may postpone award or execution of the contract after the announcement of the apparent successful Contractor in order to complete its investigation. The CTUIR reserves the right to reject any bid at any time prior to the execution of any resulting contract Amendments The CTUIR reserves the right to amend the resulting Contract from this IFB. Amendments could include but are not limited to, changes in the statement of work, extension of time and consideration changes for the Contractor. All amendments shall be in writing and signed by all approving parties before becoming effective. Only the CTUIR has the final authority to execute changes, notices or amendments to Contract Tour of Site A mandatory tour of the site shall be provided on April 14, 2017 at 1:00 pm. Interested contractors should meet in Dayton at the Snake River Salmon Recovery Board Office at 410 East Main Street, Dayton, WA Contractors planning to tour the project site are expected to confirm attendance with the administrative contact by April 13 st, 2017 at 1:00pm RFP Tucannon River Construction Materials, Construction Services and Post Construction Survey- Page 8 of 31

9 PART II SERVICES TO BE PROVIDED 2.1 Scope of Work The CTUIR is currently accepting bids to implement a large scale fish habitat restoration project on the Tucannon River, approximately 15 miles southeast of Dayton, Washington. This proposal is broken into 3 separate groups to increase the competitiveness of the bid. These groups include; Group (1) will include construction material acquisition and delivery ((1a) conifers and (1b) boulders); Group (2) will include the construction services (all work necessary for the installation of the log jams and boulders as described in the Tucannon River Hartsock Reach Channel and Floodplain Restoration Project (PA 18) Construction Design Drawings and Technical Specifications, and Tucannon River Hartsock Reach, Phase 1 Fish Habitat and Floodplain Restoration Project Implementation Plan) and; Group (3) will include post construction survey (as-built survey). The goal of this project is to benefit spring/summer Chinook salmon, summer steelhead, bull trout and resident fishery resources. The property is located at RM ( Hartsock Reach ; Tucannon River Project Areas PA 17-18) located within the WDFW W.T. Wooten Wildlife Area. The project design includes the following major elements, which are described in greater detail in the accompanying design drawings and technical specifications: Group (1) will include construction material acquisition and delivery ((1a) conifers and (1b) boulders); Contractor shall provide boulders designated for helicopter placement with 2 1\2 minimum holes drilled through the center of the boulder. Bidders can provide bids for group 1a and/or group 1b. Bidders are not required to bid on all groups. For the Group where the Bidder is providing a bid-provide the cost of each type of material under the Unit Price, and enter the Total Bid Price in the next column. For evaluation purposes please exclude Washington State sales tax from your bid; applicable sales tax will be added to the apparent successful bidder s contract amount. Enter the ON-SITE DELIVERY (material handling and shipping) costs for each Group. These costs include all the costs incidental to the pickup, delivery and off-loading of all materials required by the specific Staging Areas. Failure to address each line item in a Group for which a bid is submitted as detailed may result in a bid being rejected for lack of responsiveness. Group (2) will include the construction services (all work necessary for the installation of the log jams and boulders as described in the Tucannon River Hartsock Reach Channel and Floodplain Restoration Project (PA 18) Construction Design Drawings and Technical Specifications, and Tucannon River Hartsock Reach, Phase 1 Fish Habitat and Floodplain Restoration Project Implementation Plan, excluding those items that will be installed by helicopter) RFP Tucannon River Construction Materials, Construction Services and Post Construction Survey- Page 9 of 31

10 The Tucannon River Hartsock Reach Channel and Floodplain Restoration Project (PA 18) Construction Design Drawings and Technical Specifications, and Tucannon River Hartsock Reach, Phase 1 Fish Habitat and Floodplain Restoration Project Implementation Plan can be accessed at the Web Address: ftp://ftp.services.ctuir.org The project goals will be accomplished by installing LWD structures and large single trees and/or logs with rootwads to increase large wood loading, create pool habitat, instream cover habitat complexity and substrate sorting, reconnecting the floodplain and channel for restoring floodplain vegetation, increasing riparian vegetation extent, enhancing upland terrace vegetation impacted previously by land use, and increasing over-summer survival in the dis-connected old main channel by creating additional pool habitat with cover. In addition, floodplain connectivity will be increased by excavating pilot channels to increase flow in floodplain swales and channels during high water events, with goals of increasing off-channel habitat availability for rearing and spawning salmonids and enhancing floodplain vegetation growth. As part of construction activities, the project will involve specifically: Mobilization and demobilization, including preparing staging and access routes, following all TESC, water management, and stream crossing plans, and restoring the site per the plans. Staging and sorting logs and boulders in an ordered manner, and identifying where each specific piece is destined to be installed. Materials for helicopter shall be staged apart from materials to be installed using heavy equipment. Constructing six (6) boulder-ballasted logs per the plans, with the logs attached securely to the boulders so that each assembly can be lifted by helicopter and placed expeditiously in the stream. Using an excavator to embed individual LWD logs with rootwads at various locations throughout the reach to provide widely distributed instream habitat and gravel sorting functions; some will be installed with a vertical bole to trap loose logs during high water to create a larger jam and reduce wood loading on a county bridge, others with live cottonwood poles in contact with the water table to promote future riparian growth; Using an excavator to install collections of larger logs and trees with rootwads into different types of generally unanchored LWD jams creating a variety of habitat conditions, with a subset of logs anchored to boulders using biodegradable hemp rope, and selected logs tied together to form interim jams that can adjust form during high water without immediately being entrained downstream; Using an excavator to install small engineered log jams to create a hard point that results in pool creation and/or promote a split channel morphology; vertical boles installed as part of the jam for stability are also intended for catching and racking loose logs that may break free from the LWD jams during high water to create a larger jam and reduce wood loading on a county bridge; Using an excavator to install exposed debris logs on a low elevation gravel bar to increase gravel deposition, and on higher elevation gravel deposits to trap loose LWD jam logs floating downstream during floods; 2017 RFP Tucannon River Construction Materials, Construction Services and Post Construction Survey- Page 10 of 31

11 Increasing floodplain connectivity between the river mainstem and selected relic floodplain and side channels by scalping shallow cuts at three locations indicated in the plans to allow overflow into the channels more frequently during floods; Excavating a fourth channel in the floodplain to increase floodplain connectivity between the river mainstem and a long spring channel, which is intended to enlarge the spring channel upstream of the Hartsock Grade sediment ponds so its cross-section profile is closer in size to downstream of the ponds, thereby promoting creation of additional steelhead spawning and rearing off-channel habitat; Installation of a 53 long x 12 wide Railcar Bridge over the spring channel. The Railcar Bridge shall be purchased from an approved vendor, delivered and installed to improve public access and reduce steelhead mortality in the spring channel. Contractor will be responsible for installation of the bridge including all necessary grading and surfacing to install the abutments, per the plans. (See sheet 26, of the CTUIR Tucannon River Hartsock Floodplain Restoration Design 90%.pdf) Removing a small levee near the current river mainstem channel and using the material to raise an overflow sill in the sediment ponds that might otherwise discharge turbid or warmer water to the spring channel in the future as the ponds fill and undergo ecological succession. In addition, excavating a small area to increase flow conveyance between two ponds and disposing the material on the adjoining berm. All channel excavation and structures shall be completed and constructed according to attached Design Drawings, Specifications, permit conditions, and as directed on-site by the CTUIR Representative or Designated Technical Representative. All conservation measures and best management practices will be followed as outlined in the construction plans for the proposed project. The CTUIR will negotiate a final contract based on the Contractor proposal and completed final design and specifications documents and implementation plan. Contract implementation will be conditional on receipt of all regulatory permits by project start date. Construction staking shall be completed by the project engineer (R2 Resource Consultants, Inc.) prior to project work activities indicating areas of disturbance, required floodplain elevations within project disturbance areas and locations of structures and construction depth. Construction in the Hartsock Reach will be completed during the fish window of 2017, currently specified as July 15, 2017 to August 15, Both the Construction Contractor (this contract) and Helicopter Contractor (separate contract) will be working at the same time, and will need to coordinate activities. Construction materials contractor will be responsible for providing and staging all logs and boulder materials to be picked up, transported, and installed by helicopter. All plantings will be performed by CTUIR. Group (3) will include post construction survey (as-built survey). The final project as-built survey will be conducted by the project engineer. However, Contractor shall perform as-built surveys during construction to document, at a minimum, that the floodplain excavation, fill and shaping during project construction and placement of buried rock and wood structures within the channel and floodplain meet design specifications. Contractor shall provide 2017 RFP Tucannon River Construction Materials, Construction Services and Post Construction Survey- Page 11 of 31

12 adequate survey data and recorded points verifying construction elevations and reflect the design intent to meet design specifications for Record Drawings. Requirements: The survey of completed construction shall be completed, and deliverables shall be transmitted to CTUIR in a manner consistent with the specifications detailed in Attachment E GIS Standards and Requirements and Implementation Plan. 2.2 Project Specifications Group 1 Material Procurement and Delivery The Contractor shall be responsible for procuring the large woody material necessary for implementing the proposed project. All large woody material for the proposed project must meet the minimum standards for species, diameter and length and quantities listed in the attached bid schedule and design drawings. All rock for the proposed project must meet the minimum standards as outlined in the attached bid schedule and design drawings. All of the materials shall be delivered by the Contractor to the appropriate staging areas located within the Project area. The Tucannon River Hartsock Reach Channel and Floodplain Restoration Project (PA 18) Construction Design Drawings and Technical Specifications, and Tucannon River Hartsock Reach, Phase 1 Fish Habitat and Floodplain Restoration Project Implementation Plan can be accessed at the Web Address: ftp://ftp.services.ctuir.org Group 2 Construction Services The Contractor shall be responsible for following the design plan to implement the CTUIR Tucannon River Hartsock Floodplain Restoration Project. The Tucannon River Hartsock Reach Channel and Floodplain Restoration Project (PA 18) Construction Design Drawings and Technical Specifications, and Tucannon River Hartsock Reach, Phase 1 Fish Habitat and Floodplain Restoration Project Implementation Plan can be accessed at the Web Address: ftp://ftp.services.ctuir.org Group 3 Post Construction Survey (As-built Design) The final project as-built survey will be completed by the selected contractor. Contractor shall perform the as-built survey after construction is complete to document, at a minimum, that the floodplain excavation, fill and shaping during project construction and placement of buried rock and wood structures within the channel and floodplain to meet design specifications. Contractor shall provide adequate survey data and recorded points verifying construction elevations and horizontal extents to meet design specifications for Record Drawings. Requirements: The post construction survey shall be completed, and deliverables shall be transmitted to CTUIR in both hard copy and digital formats. These formats should also be completed in a manner consistent with the specifications detailed in Attachment C GIS Standards and Requirements. Contractor shall provide all materials, items, operations, or methods specified, listed, or scheduled on the Drawings or in the Specifications, including all materials, labor, equipment, and incidentals necessary and required to conduct proper surveys. Contractor proposal must describe in detail survey methodology and data analysis in meeting these requirements relative to documenting completion of work specific to design specifications RFP Tucannon River Construction Materials, Construction Services and Post Construction Survey- Page 12 of 31

13 2.3 Required Equipment Standards: A. Synthetic hydraulics - hydraulic oil in the track-mounted excavators that are utilized during project construction must meet or exceed stringent acute aquatic toxicity (L- 50) requirements, and be biodegradable. Example: Chevron Clarity or equivalent. (Note: Compliance with specification will be tested by the CTUIR and designated agent). B. Fueling shall occur at a minimum of 150 feet from open water per HIP III requirements. C. Spill Kits (including rag pads and booms) will be required on site at all times. D. Equipment will be free of leaks and be in good operating condition. 2.4 Minimum Equipment Specifications: Proposed equipment quantities and specifications are the responsibility of the Contractor in meeting the project construction and timelines as outlined in the Technical Specifications and Drawings. 2.5 Materials and Services Furnished by the Contractor: The Contractor must supply all equipment and experienced operators necessary to complete the work specified in the contract. In addition the contractor must furnish and cover: 1. All costs of equipment, operation, and transportation. 2. An experienced, qualified supervisor for crew. 3. All required safety equipment and training for crew members in use of tools. 4. Designated representative to supervise contract operations and represent Contractor. 5. All materials and equipment for BMP implementation Oil and Fuel Spill Prevention The contractor will be allowed to fuel, lubricate and perform minor maintenance activities to trucks or other heavy machinery at the project site. However these activities must not occur within a distance of 300 feet of any water body or stream in the vicinity of the project site, and will follow all requirements specified as HIP III requirements in the plans and in the HPA. The CTUIR or a designated agent reserves the right to inspect the contractor s equipment at any time. Equipment must be in good working condition, free from leaks in hydraulic, fuel and power systems and clean enough to allow for close inspection of these systems. The CTUIR reserves the right to reject any equipment that does not meet these conditions Fire Prevention and Control The contractor shall be responsible for fighting his/her own fire(s). The contractor, acting independently, shall immediately extinguish without expense to the CTUIR or the landowner, all fires on or in the vicinity of the project site, which are caused by the contractor or the contractors employees, whether set directly or indirectly as a result of the work on the project. The contractor may be held liable for damages resulting from fires set or caused by the contractor s employees or resulting from operation of this contract. If the amount and 2017 RFP Tucannon River Construction Materials, Construction Services and Post Construction Survey- Page 13 of 31

14 character of labor, subsistence, supplies and transportation which the contractor is in a position to furnish promptly for fire suppression prove inadequate, the CTUIR or a designated agent is authorized to procure such items and services as may be deemed necessary and charge to the contractor Regulations and Permits The contractor shall, without additional expense to the CTUIR, be responsible for complying with any Federal and State Laws, Codes, and Regulations applicable to the performance of the work Contractor Bonding, Liability, Licensing, Insurance and Bid Deposit Requirements: The contractor shall be held responsible for all damages to persons or property that occur as a result of the contractors fault of negligence, and shall take proper safety and health precautions to protect the work, the workers, the public, and the property of others. The CTUIR will be responsible for providing liability and workers compensation insurance for its employees when they are on the work site. Contractor must be a licensed contractor with the State of Washington, and hold liability insurance with the following limits: $2,000,000 aggregate, and $1,000,000 per occurrence. Liability insurance must name the CTUIR as an additional insured party for the duration of the project. Contractor must provide Commercial Automobile Liability Insurance in amount equal to the greater of (1) one million dollars for all vehicles used in performance of the services or (2) any other amount required by applicable law. Contractor must also provide a certificate of workman comp insurance (if contractor has employees). Contractor shall post Performance and Payment Bonds equal to 100 percent of the contract price before work commences. A bid deposit of 5% of the total bid must accompany the bid. This must be in the form of a bid bond, certified check, or cashier s check issued to CTUIR DNR Fisheries. The bid deposit will be returned as per final contract acceptance Site Maintenance The Contractor shall dispose of all refuse created by the Contractor's activities and such refuse shall be hauled off of the project area and disposed of in a lawful manner Environmental Effects The Contractor shall coordinate with the CTUIR and direct their activities in such a manner to minimize adverse effects on the environment Furnished Materials and Services: The CTUIR or designated agent will acquaint the Contractor with work areas and access roads, administer the contract, and oversee all work elements. In addition, the CTUIR will provide: a. Daily inspection of work for compliance and certification of Contractors work RFP Tucannon River Construction Materials, Construction Services and Post Construction Survey- Page 14 of 31

15 2.5.8 Bid Itemization b. Map of project area. c. Design/Construction details. d. Right of way agreements, easements, and any other necessary environmental or cultural clearances. e. Fish salvage crews. Bid will include itemized costs per bid item component by quantities and unit cost including materials, proposed equipment, equipment hourly rate, operator hourly rate, and personnel hourly rates. Contractor will provide a lump sum price per bid item and total aggregate bid Point of Hire and Release Project point of hire and release shall be at the project site Acceptance of Work Acceptance of work will be determined by a 100% inspection of the work by the CTUIR. Nonconformance with any specification will classify the work as unsatisfactory, and rework will be required to bring the work up to the standards negotiated and agreed upon in the contract agreement. The contractor shall maintain a complete copy of the contract and specifications available on-site at all times, for use by the contractor and the contractor s employees, and to provide for reference in discussions with CTUIR personnel Timeline and Penalties for Unauthorized delays a. The scheduled date for completion of the Project is August 31, The Contractor must complete all aspects of the work on, or before this date, unless completion is delayed due to conditions mutually agreed upon and designated in writing by the Contractor and the CTUIR. b. Once work is commenced, project work shall be ongoing. Work shall commence on a Monday-Friday schedule unless prior arrangements are made with the CTUIR. Any delay in daily production will be discussed and agreed upon through the CTUIR. c. Work shall not commence until the work schedule is approved, then shall be continuous, unless weather conditions or circumstances beyond Contractor's control prevent working. The CTUIR must approve deviation from the approved work schedule in writing Payment One lump sum request for payment per bid item may be submitted to the CTUIR upon successful completion of the project. Thirty percent of the total contractual cost will be withheld until final completion of the project. The Contractor shall contact the CTUIR to request final inspection of work for payment. The CTUIR will make the final payment within days of receipt of an invoice following a final inspection that approves all work RFP Tucannon River Construction Materials, Construction Services and Post Construction Survey- Page 15 of 31

16 Use of Premises No camping will be allowed on the project site. The project area shall be cleared of all nonforest debris resulting from contractor s operation as required by the CTUIR prior to final payment being received Davis-Bacon Act Wage Rates (10-13) This project is funded with Federal funds. All employees of the prime contractor or subcontractor(s) shall be paid wages as per Davis-Bacon Act. It is the responsibility of the contractor to determine applicable wage determinations ( Indian Preference Unless otherwise specified, the Contract will be awarded to the lowest, responsive, responsible bidder; unless a responsive, responsible Indian bidder is within 1% of lower non-indian bidder RFP Tucannon River Construction Materials, Construction Services and Post Construction Survey- Page 16 of 31

17 PART III BID REQUIREMENTS 3.1 General Requirements Bid packages must contain information about the Contractor s qualifications and experience in completing similar projects. References are required from at least three (3) similar projects. Include project name, contact name, address, and telephone number, a description of the project, project completion date, and the relationship of the contact person to the project referenced. Provide line-item price quotes for mobilization and project elements identified in the Project Bid Sheet(s). GENERAL INFORMATION PART IV REVIEW & SELECTION The CTUIR will issue a contract agreement to the lowest responsive and responsible bidder whose bid is deemed to be responsive to the invitation, and whether the apparent low bidder is responsible. The CTUIR will use the following criteria to properly evaluate each bid received: 1) Contractor experience (50%) 2) Aggregate bid price (50%). 4.2 INVITATION FOR BID and SELECTION CRITERIA Bids will be considered with two main criteria: A. Past Experience will be reviewed and the highest rank will be for those contractors that have completed similar projects, or can clearly demonstrate the capacity to take on this type of project, and whose customers on such projects have rated their quality of the work highly. Past, applicable experience must be clearly identified in Bid Sheet. B. Aggregate bid prices will be evaluated and an assessment and comparison to other bids will be made using the lump sum mobilization costs and aggregate total costs for line item project elements. 4.3 AWARD NOTICE The bidder deemed to be the lowest responsive and responsible will be given a tentative award. The CTUIR and the lowest responsive and responsible bidder will enter into contract discussions. Contract discussions will be directed towards obtaining a written agreement on the Contractor's tasks, staffing and performance schedule. Furthermore, this agreement will contain a maximum, not-to-exceed price which is consistent with the Contractor s bid, and fair and reasonable to the CTUIR, taking into account the estimated value, scope, complexity, and nature of the services RFP Tucannon River Construction Materials, Construction Services and Post Construction Survey- Page 17 of 31

18 Final award, however, will be contingent upon successful negotiation of a final contract seven (7) calendar days of the announcement of tentative award. The CTUIR may terminate discussions with the lowest responsive and responsible bidder if they fail to result in a contract within a reasonable time. The CTUIR will then enter into discussions with the second lowest bidder, and if necessary the third lowest bidder. If the second or third round of discussions fails to result in a contract, the CTUIR may formally terminate the solicitation. ========================================================================== Attached Documents PART V Attachments The following items are attached to the IFB: Attachment A: Project Site Vicinity Maps Attachment B: Design Drawings, Tucannon River Floodplain Restoration Project Attachment C: Bid Schedule (Construction Materials) Attachment D: Bid Schedule (Project Construction) Attachment E: Bid Schedule (Post Project Survey (As-Built)) Attachment F: GIS Standards and Requirements 2017 RFP Tucannon River Construction Materials, Construction Services and Post Construction Survey- Page 18 of 31

19 Attachment A: Project Site Vicinity Maps 2017 RFP Tucannon River Construction Materials, Construction Services and Post Construction Survey - Page 19 of 31

20 2017 RFP Tucannon River Construction Materials, Construction Services and Post Construction Survey - Page 20 of 31

21 2017 RFP Tucannon River Construction Materials, Construction Services and Post Construction Survey - Page 21 of 31

22 Attachment B: Design Drawings, Tucannon River Floodplain Restoration Project Design drawing for the project area is located on the CTUIR FTP site. The directions for finding the drawing are listed below; If you are using Windows 7; right click on the start button and choose "Open Windows Explorer" (Internet Explorer 7 does not allow FTP that is why you have to do it this way) If you are using Windows 10; right click on the start button and choose File Explorer In the address bar put this: ftp://ftp.services.ctuir.org Click go or hit enter Put in this username: ctuir Password: public Then they can copy the file or drag and drop it to their computer, or open it RFP Tucannon River Construction Materials, Construction Services and Post Construction Survey - Page 22 of 31

23 Attachment C: Bid Sheet (Construction Materials) Construction Materials Bid Item Summary Sheet Bidder s Qualifications must be attached to Bid Sheet Tucannon River RM Project Area (PA) CONTRACTOR S FULL LEGAL NAME: (PLEASE PRINT OR TYPE): AUTHORIZED SIGNATURE: PRINTED NAME AND TITLE OF PERSON SIGNING: DATE: COMPANY ADDRESS: FAX NUMBER: ADDRESS: BID PRICES VALID FOR DAYS Bid Item Item Description Total Quantity 1 Mobilization and Demobilization 1 Unit Lump Sum (LS) Unit Price $ Total Bid Price LOGS for Helicopter work 2 Staging Area 1 Logs LOG - 10"-12" DBH x 12' Length 14 EA $ LOG - 12"-14" DBH x 12' Length 19 EA $ LOG W/ ROOTWAD - 12" DBH x 20' Length 24 EA $ LOG W/ ROOTWAD - 14" DBH x 35'-40' Length 4 EA $ LOG W/ ROOTWAD - 18" DBH x 20' Length 8 EA $ WRACKING (CUT TREE TOPS; 1 TREE TOP PER LOG $ DELIVERED) 1 LS ON-SITE DELIVERY 1 LS $ Item Total $ 3 Staging Area 2 LOG - 16"-18" DBH X 65' Length 7 EA $ LOG W/ ROOTWAD - 16"-18" DBH x 45' Length 8 EA $ LOG W/ ROOTWAD - 16"-22" DBH x 45' Length 11 EA $ LOG W/ ROOTWAD - 18"-22" DBH x 45' Length 15 EA $ RACKING (CUT TREE TOPS; 1 TREE TOP PER LOG $ DELIVERED) 1 LS ON-SITE DELIVERY 1 LS $ Item Total $ Page Sub-total $ 2017 RFP Tucannon River Construction Materials, Construction Services and Post Construction Survey - Page 23 of 31

24 Bid Item Item Description Total Quantity LOGS for Helicopter work continued Unit Unit Price 4 Staging Area 3 $ Logs LOG - 16"-18" DBH x 65' Length 1 EA $ LOG W/ ROOTWAD - 12"-16" DBH x 20' Length 19 EA $ LOG W/ ROOTWAD - 18"-24" DBH x 30' Length 6 EA $ LOG W/ ROOTWAD - 16"-18" DBH x 45' Length 21 EA $ LOG W/ ROOTWAD - 22"-26" DBH x 45' Length 1 EA $ RACKING (CUT TREE TOPS; 1 TREE TOP PER LOG $ DELIVERED) 1 LS ON-SITE DELIVERY 1 LS $ 5 Staging Area 1 LOGS for Excavator work Item Total $ LOG W/ ROOTWAD - 18" DBH x 35' Length 8 EA $ LOG W/ ROOTWAD - 14"-20" DBH x 35' Length 14 EA $ LOG W/ ROOTWAD - 16"-28" DBH x 30'-45' Length 40 EA $ LOG W/ ROOTWAD - 22"-26" DBH x 45' Length 7 EA $ LOG W/ ROOTWAD 24"-30" DBH x 30' Length 8 EA $ RACKING (CUT TREE TOPS; 1 TREE TOP PER LOG $ DELIVERED) 1 LS ON-SITE DELIVERY 1 LS $ Item Total $ Total Bid Price 6 Staging Area 2 LOG W/ ROOTWAD, 12" DBH X 20'L 6 EA $ LOG W/ ROOTWAD, 14" DBH X (35'-40')L 1 EA $ LOG W/ ROOTWAD, 18" DBH X 20'L 2 EA $ LOG W/ ROOTWAD, 18" DBH X 35'L 12 EA $ RACKING (CUT TREE TOPS; 1 TREE TOP PER LOG $ DELIVERED) 1 LS ON-SITE DELIVERY 1 LS $ Item Total $ 7 Staging Area 3 DOUG FIR LOGS - 10"-12" DBH x 12' Length 6 EA $ DOUG FIR LOGS - 12"-14" DBH x 12' Length 13 EA $ LOG W/ ROOTWAD - 12" DBH x 20' Length 30 EA $ LOG W/ ROOTWAD - 12"-14" DBH x 25' Length 10 EA $ LOG W/ ROOTWAD - 14" DBH x 35'-40' Length 5 EA $ LOG W/ ROOTWAD - 14"-20" DBH x 35' Length 6 EA $ LOG W/ ROOTWAD - 16"-18" DBH x 45' Length 26 EA $ LOG W/ ROOTWAD - 16"-22" DBH x 45' Length 12 EA $ LOG W/ ROOTWAD - 16"-28" DBH x 30'-45' Length 29 EA $ Item Sub-total $ Page Sub-Total $ 2017 RFP Tucannon River Construction Materials, Construction Services and Post Construction Survey - Page 24 of 31

25 Bid Item Item Description 7 Staging Area 3 continued Total Quantity LOGS for Excavator work Unit Unit Price LOG W/ ROOTWAD - 18" DBH x 20' Length 10 EA $ LOG W/ ROOTWAD - 18" DBH x 35' Length 10 EA $ WRACKING (CUT TREE TOPS; 1 TREE TOP PER LOG $ DELIVERED) 1 LS ON-SITE DELIVERY 1 LS $ Item Total $ TOTAL AGGREGATE BID FOR LOGS (Items 2-8) $ Total Bid Price 8 Staging Area 2 BOULDERS for Helicopter work BOULDERS - THREE MAN WSDOT (4) 9 EA $ BOULDERS LB 4 EA $ BOULDERS LB 15 EA $ ON-SITE DELIVERY 1 LS $ Item Total $ 9 Staging Area 3 $ BOULDERS - THREE MAN WSDOT (4) 6 EA $ BOULDERS LB 12 EA $ BOULDERS LB 23 EA $ BOULDERS ) 11 EA $ ON-SITE DELIVERY 1 LS $ ALL BOULDERS DESIGNATED FOR HELICOPTER USE SHALL HAVE A 3 DIAMETER HOLE DRILLED THROUGH THE MIDDLE 10 Staging Area 1 BOULDERS for Excavator work Item Total $ BOULDERS LB 7 EA $ BOULDERS - FOR 30 EMBEDDED LOGS* 1 LS $ ON-SITE DELIVERY 1 LS $ *BOULDER QUANTITIES WILL BE DEPENDENT ON LOG DIMENSIONS; FOR DETAILS SEE TABLE 2 ON SHEET 14 OF THE DESIGN PLANS Item Total $ 11 Staging Area 3 BOULDERS LB 1 EA $ BOULDERS - FOR 29 EMBEDDED LOGS* 1 LS $ ON-SITE DELIVERY 1 LS $ *BOULDER QUANTITIES WILL BE DEPENDENT ON LOG DIMENSIONS; FOR DETAILS SEE TABLE 2 ON SHEET 14 OF THE DESIGN PLANS Item Total $ TOTAL AGGREGATE BID FOR BOULDERS (items 8-11) $ TOTAL BID ITEMS (1-11) Notice: The contractor shall deliver a range of log sizes within the specified log size ranges the contractor shall not deliver all logs of a single size within each specified size range. Accepted log species include Douglas fir (Pseudotsuga menziesii), ponderosa pine (Pinus ponderosa), western red cedar (Thuja plicata) or approved alternative. Logs shall be freshly cut, in good condition, and shall be inspected by the project engineer upon delivery RFP Tucannon River Construction Materials, Construction Services and Post Construction Survey - Page 25 of 31

26 Attachment D: Bid Schedule (Project Construction) Construction Bid Item Summary Sheet (Excludes helicopter work) Bidder s Qualifications must be attached to Bid Sheet Tucannon River RM Project Area (PA) CONTRACTOR S FULL LEGAL NAME: (PLEASE PRINT OR TYPE): AUTHORIZED SIGNATURE: PRINTED NAME AND TITLE OF PERSON SIGNING: DATE: COMPANY ADDRESS: FAX NUMBER: ADDRESS: BID PRICES VALID FOR DAYS Bid Item Item Description Total Quantity Unit Unit Price Total Bid Price 1 MOBILIZATION AND DEMOBILIZATION 1 Lump Sum (LS) $ 2 Site Preparation CLEARING AND GRUBBING (portion of access routes) 2 AC $ STAGING AREA PREP (Hog Fuel; install) 1.4 AC $ TEMPORARY EROSION AND SEDIMENT CONTROL 1 LS $ Item Total $ 3 Earthwork PILOT CHANNEL CUT AND HAUL, SPREAD 671 CY $ BERM/POND EXCAVATION, HAUL, SPREAD 272 CY $ Item Total $ 4 Stream Structures EXPOSED DEBRIS LOGS 20 EA $ EMBEDDED LOGS 67 EA $ LWD LOGS (STRUCTURE L14; SEE DESIGN PLANS) 6 EA $ ENGINEERED LOG JAMS 10 EA $ ASSEMBLY OF BOULDER BALLASTED LOGS* 6 EA $ LOGS STREAM CROSSINGS 11 EA $ INSTALL EQUIPMENT BRIDGE OVER SPRING CHANNEL 1 LS $ *BOULDER BALLASTED LOGS WILL BE PLACED IN-STREAM AS PART OF A SEPARATE HELICOPTER CONTRACT Item Total $ 5 Water Management TEMPORARY COFFERDAMS (LOGS STRUCTURES) 1 LS $ TEMPORARY DEWATERING PUMPS (LOGS STRUCTURES) 1 LS $ Item Total $ 6 Other Items RIPPING AND SEEDING (SITE RESTORATION) 1.6 AC $ TOTAL AGGREGATE BID Items 1-6 $ 2017 RFP Tucannon River Construction Materials, Construction Services and Post Construction Survey - Page 26 of 31

27 Attachment E: Bid Schedule (Post Project Survey (As-Built)) Post Project Survey (As-built) Bid Item Summary Sheet Bidder s Qualifications must be attached to Bid Sheet Tucannon River RM Project Area (PA) CONTRACTOR S FULL LEGAL NAME: (PLEASE PRINT OR TYPE): AUTHORIZED SIGNATURE: PRINTED NAME AND TITLE OF PERSON SIGNING: DATE: COMPANY ADDRESS: FAX NUMBER: ADDRESS: BID PRICES VALID FOR DAYS Bid Item Item Description Total Quantity Unit Unit Price Total Bid Price 1 AS-BUILT SURVEY As-built survey and inventory of completed project 1 LS $ As-built report write-up 1 LS $ TOTAL AGGREGATE BID $ 2017 RFP Tucannon River Construction Materials, Construction Services and Post Construction Survey - Page 27 of 31

Tucannon Restoration Science Workshop Field Tour Booklet (May 24 th 2018)

Tucannon Restoration Science Workshop Field Tour Booklet (May 24 th 2018) Tucannon Restoration Science Workshop Field Tour Booklet (May 24 th 2018) Field Tour Agenda: 8:20 am Meet at the SRSRB office We will meet at the SRSRB office to load the bus and ride to the Last Resort

More information

Request for Proposal Scope Development Guide. Asotin County Geomorphic Assessment. and. Conceptual Restoration Plan

Request for Proposal Scope Development Guide. Asotin County Geomorphic Assessment. and. Conceptual Restoration Plan Request for Proposal Scope Development Guide Asotin County Geomorphic Assessment and Conceptual Restoration Plan Asotin County Conservation District December 3, 2015 1 1.0 INTRODUCTION The Asotin County

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

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

Tulalip Tribes Request for Proposals: DEER CREEK ENHANCEMENT PROJECT

Tulalip Tribes Request for Proposals: DEER CREEK ENHANCEMENT PROJECT Tulalip Tribes Request for Proposals: DEER CREEK ENHANCEMENT PROJECT 1. Notice to Qualified Parties: 1.1. Invitation: The Tulalip Tribes is advertising a Request for Proposals (RFP) from qualified contractors

More information

Confederated Tribes of the Chehalis Reservation

Confederated Tribes of the Chehalis Reservation Confederated Tribes of the Chehalis Reservation REQUEST FOR PROPOSALS Preliminary Operational and Maintenance Services for the Chehalis Tribal Fish Hatchery Date: Monday, August 20, 2018 Response Due:

More information

Amity School District 4J

Amity School District 4J Amity School District 4J Code: DJCA-AR Adopted: 10/11/00 Revised/Readopted: 06/22/05 Personal Services Contracts I. Personal Services Contracts Defined A. Personal services contracts include, but are not

More information

PRE-PROPOSAL FORM Lewis River Aquatic Fund 2011

PRE-PROPOSAL FORM Lewis River Aquatic Fund 2011 PRE-PROPOSAL FORM Lewis River Aquatic Fund 2011 Form Intent: To provide a venue for an applicant to clearly indicate the technical basis and support for proposed project. Specifically the project s consistency

More information

PEND OREILLE COUNTY COMMUNITY DEVELOPMENT DEPARTMENT 2016 TIMBER SALE. REQUEST for LOGGING & HAULING SERVICES

PEND OREILLE COUNTY COMMUNITY DEVELOPMENT DEPARTMENT 2016 TIMBER SALE. REQUEST for LOGGING & HAULING SERVICES 1 PEND OREILLE COUNTY COMMUNITY DEVELOPMENT DEPARTMENT 2016 TIMBER SALE REQUEST for LOGGING & HAULING SERVICES BID DEADLINE: 2 p.m. on Friday, April 1 st, 2016 SUBMIT BIDS TO: Pend Oreille County Attn:

More information

REQUEST FOR QUOTATION ACQ RFQ. For. IBM Mainframe Storage Equipment Maintenance and Support. Response Due Date: January 6, :00 PM

REQUEST FOR QUOTATION ACQ RFQ. For. IBM Mainframe Storage Equipment Maintenance and Support. Response Due Date: January 6, :00 PM REQUEST FOR QUOTATION ACQ-2013-1212-RFQ For IBM Mainframe Storage Equipment Maintenance and Support Response Due Date: January 6, 2014 2:00 PM The RFQ Coordinator is the SOLE POINT OF CONTACT at WSDOT

More information

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018 Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) REQUEST FOR QUOTES (RFQ) #2018-38 Horseback Riding Lessons Issue Date: May 1, 2018 Project Name:

More information

Meacham Creek Restoration Project

Meacham Creek Restoration Project Meacham Creek Restoration Project Meacham Creek Restoration Project Umatilla National Forest Walla Walla Ranger District Michael Rassbach, District Ranger Public Scoping Document Proposal Summary The Walla

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

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

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

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245 DEMOLITION BID BID OPENING November 20, 2018, 8:00pm Village of Germantown 306 Prairie St. Germantown, IL 62245 Important Bids will not be reviewed without the following information fully completed and

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

COUNTY OF INYO REQUEST FOR PROPOSALS. For. Lower Owens River Project Fremont Cottonwood and Native Willow Tree Pole Planting Pilot Project

COUNTY OF INYO REQUEST FOR PROPOSALS. For. Lower Owens River Project Fremont Cottonwood and Native Willow Tree Pole Planting Pilot Project COUNTY OF INYO REQUEST FOR PROPOSALS For Lower Owens River Project Fremont Cottonwood and Native Willow Tree Pole Planting Pilot Project Deadline for Submission: January 6, 2017 Inyo County Water Department

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

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

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

3. Identification of problem or opportunity to be addressed

3. Identification of problem or opportunity to be addressed 1. Project Title Clearwater Creek Instream Habitat Restoration 2. Project Manager Adam Haspiel Mt. St. Helens National Volcanic Monument 42218 NE Yale Bridge Road Amboy, WA 98604 360-449-7833 360-449-7801

More information

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am AGENDA PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am Project #217090 & 218041 Britt Place Washout / Precinct Road Washout CBJTC, Starke, FL 1. SIGN-IN OF ALL ATTENDEES: 2. INTRODUCTIONS:

More information

Meacham Creek Fish Habitat Enhancement: Application of the CTUIR River Vision

Meacham Creek Fish Habitat Enhancement: Application of the CTUIR River Vision Meacham Creek Fish Habitat Enhancement: Application of the CTUIR River Vision Future of Our Salmon A Vision of Restoration in the Columbia River Basin June 1, 2011 James Webster Confederated Tribes of

More information

REQUEST FOR CONSTRUCTION BIDS May 23, 2017

REQUEST FOR CONSTRUCTION BIDS May 23, 2017 REQUEST FOR CONSTRUCTION BIDS May 23, 2017 Cambridge Greenway Trail / Railroad Bridge Replacement Flood Mitigation Project 1.0 Project Background A former railroad bridge that currently carries the Cambridge

More information

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY

More information

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID Solicitation #: ITB 151-2017 Title: Description: SEMINOLE TRIBE OF FLORIDA INVITATION TO BID General Home Repairs (Big Cypress Reservation) The Housing Department of the Seminole Tribe of Florida is requesting

More information

FENCING AND FENCE REPAIR

FENCING AND FENCE REPAIR INVITATION FOR BIDS FOR FENCING AND FENCE REPAIR As Requested by THE SOUTHERN SANDOVAL COUNTY ARROYO FLOOD CONTROL AUTHORITY IFB No. 2018-04 BID DUE DATE: August 8, 2018 TABLE OF CONTENTS Submission Instructions

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 BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO: ISSUE DATE: MARCH 21, 2012 (REVISION 2-08/31/12) PROJECT: CNB BUILDINGS 2 AND 3 CATOOSA, OKLAHOMA OWNER: BID TO: (Mail & Fax) CHEROKEE NATION BUSINESSES 777 WEST CHEROKEE STREET CATOOSA, OKLAHOMA 74015

More information

Request for Quotations Arras Weir Maintenance

Request for Quotations Arras Weir Maintenance Request for Quotations 2015-35 Arras Weir Maintenance The City of Dawson Creek requests written quotes for maintenance at the Arras Weir on the Kiskatinaw River, 1.7 km upstream of the Kiskatinaw Bridge

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB

LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB County Contacts: Ken Bowman Las Animas County Maintenance Super Phil Dorenkamp Las Animas County Admin Kim Chavez Las Animas County HR EMS

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

DRAFT MONITORING REPORT LELAND-DOUGLAS HABITAT RESTORATION PROJECT

DRAFT MONITORING REPORT LELAND-DOUGLAS HABITAT RESTORATION PROJECT DRAFT MONITORING REPORT LELAND-DOUGLAS HABITAT RESTORATION PROJECT Prepared for Stillaguamish Tribe of Indians Prepared by Anchor QEA, LLC 1605 Cornwall Avenue Bellingham, Washington 98225 October 2013

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 Stormwater Mitigation Construction of Final Design Plans at Cambridge Elementary School

REQUEST FOR PROPOSALS Stormwater Mitigation Construction of Final Design Plans at Cambridge Elementary School 1 Project Schedule: REQUEST FOR PROPOSALS Stormwater Mitigation Construction of Final Design Plans at Cambridge Elementary School December 8, 2017 December 27, 2017 January 3, 2018 January, 9 at 4 PM February

More information

REQUEST FOR CONSTRUCTION BIDS February 22, 2010

REQUEST FOR CONSTRUCTION BIDS February 22, 2010 REQUEST FOR CONSTRUCTION BIDS February 22, 2010 Roaring Branch Channel and Floodplain Restoration Project 1.0 Project Background Roaring Branch (watershed area ~ 41 square miles) flows generally west through

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

Roosevelt County. INVITATION FOR BID No CRUSHED CALICHE

Roosevelt County. INVITATION FOR BID No CRUSHED CALICHE Roosevelt County INVITATION FOR BID No. 2014-01 CRUSHED CALICHE Bids Submitted by: Tuesday, March 25, 2014 Time: 2:00 p.m. Bids Submitted to: Roosevelt County Administration 109 W. First Street, 4 th Floor

More information

REQUEST FOR QUOTE RF44-Throwbot XT

REQUEST FOR QUOTE RF44-Throwbot XT REQUEST FOR QUOTE RF44-Throwbot XT Hard Copy Bids... Hard copy bids must be received on or before the due date and time listed above at the following physical location regardless of delivery method: 8543

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

Invitation for Bid - Standard Office Furniture / Task Chair

Invitation for Bid - Standard Office Furniture / Task Chair Invitation for Bid - Bid#2016-09-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement of goods and/or trade services as described

More information

Attic Insulation at Gibbs Village East & West IFB Number Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East & West

Attic Insulation at Gibbs Village East & West IFB Number Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East & West 525 South Lawrence Street Montgomery, Alabama 36104 Attic Insulation at Gibbs Village East & West IFB Number 2019-03 TYPE OF PROJECT: Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East

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

West Valley Library Parking Lot Repair with Porous Asphalt

West Valley Library Parking Lot Repair with Porous Asphalt RFQ-066 Request for Quote for West Valley Library Parking Lot Repair with Porous Asphalt Susan Miller Facilities Manager Yakima Valley Libraries April 3, 2017 RFQ NAME: ISSUING AGENCY: West Valley Library

More information

Finance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS

Finance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS Finance Chapter 355-4-1 STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER 355-4-1 DIVISION OF PURCHASING TABLE OF CONTENTS 355-4-1-.01 Repeal Of Previous Rules 355-4-1-.02 Definitions

More information

JUDD STREET LIFT STATION DEWATERING CONTRACT

JUDD STREET LIFT STATION DEWATERING CONTRACT JUDD STREET LIFT STATION DEWATERING CONTRACT MONTCALM COUNTY, MICHIGAN MAY 23, 2018 CITY OF GREENVILLE JOB NO. 401-590-975.281 PREPARED BY: CITY OF GREENVILLE ENGINEERING DEPARTMENT 411 S. LAFAYETTE GREENVILLE,

More information

DRAFT TECHNICAL SPECIFICATIONS FOR

DRAFT TECHNICAL SPECIFICATIONS FOR DRAFT TECHNICAL SPECIFICATIONS FOR DETROIT RIVER AOC STONY ISLAND HABITAT RESTORATION PROJECT THE DETROIT RIVER, WAYNE COUNTY, MICHIGAN FOR INFORMATION JANUARY, 2016 Prepared for: FRIENDS OF THE DETROIT

More information

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2017-NC-001 For Construction of HIGDON LOOP ROAD BRIDGE located in Nelson County Kentucky 09/2017 REQUEST FOR BIDS HIGDON LOOP ROAD BRIDGE REPLACEMENT Nelson

More information

155 North Beech, Casper, WY * (307) * (307) Fax INDEX

155 North Beech, Casper, WY * (307) * (307) Fax INDEX INSTRUCTION TO BIDDERS 155 North Beech, Casper, WY 82602 * (307) 265-0603 * (307) 266-5414 Fax PART 1: INSTRUCTION TO BIDDERS INDEX BIDDING DOCUMENTS. 2 CONTRACTOR APPLICATION FORM.2 EXAMINATION OF CONTRACT

More information

INVITATION TO BID GIFFORD WOODS STATE PARK KENT BROOK PEDESTRIAN BRIDGE PROJECT

INVITATION TO BID GIFFORD WOODS STATE PARK KENT BROOK PEDESTRIAN BRIDGE PROJECT INVITATION TO BID VERMONT AGENCY OF NATURAL RESOURCES DEPARTMENT OF FORESTS, PARKS & RECREATION GIFFORD WOODS STATE PARK KENT BROOK PEDESTRIAN BRIDGE PROJECT ISSUE DATE: JUNE 14, 2012 MANDATORY SITE MEETING:

More information

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT RFP # 1710002 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later

More information

City of Tacoma Tacoma Public Utilities Tacoma Power. REQUEST FOR BIDS PG F Alder Lake Park Sewage Treatment Expansion

City of Tacoma Tacoma Public Utilities Tacoma Power. REQUEST FOR BIDS PG F Alder Lake Park Sewage Treatment Expansion City of Tacoma Tacoma Public Utilities Tacoma Power REQUEST FOR BIDS PG14-0667F Alder Lake Park Sewage Treatment Expansion Submittal Deadline: 11:00 a.m., Pacific Time, Tuesday, April 14, 2015 Submittal

More information

REQUEST FOR BIDS Supply and Delivery of Swimming Pool Chemicals FY 1819

REQUEST FOR BIDS Supply and Delivery of Swimming Pool Chemicals FY 1819 REQUEST FOR BIDS Supply and Delivery of Swimming Pool Chemicals FY 1819 Objective: Pleasant Hill Recreation & Park District (District) is seeking competitive sealed bids for the supply and delivery of

More information

GILA RIVER INDIAN COMMUNITY GEORGE WEBB VILLAGE SUBDIVISION INFRASTRUCTURE IFB # ADDENDUM NO. 2 September 14, 2011

GILA RIVER INDIAN COMMUNITY GEORGE WEBB VILLAGE SUBDIVISION INFRASTRUCTURE IFB # ADDENDUM NO. 2 September 14, 2011 TO: All Bidders From: Gila River Indian Community, Property and Supply Department The following addendum to the George Webb Village Subdivision Infrastructure construction project is made. Acknowledgment

More information

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013 ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013 BIDDING AND CONTRACT DOCUMENTS FOR THE HORRY COUNTY SOLID WASTE AUTHORITY YARD WASTE MANAGEMENT AND COMPOSTING FACILITY HORRY COUNTY, SOUTH CAROLINA ****************************************************************************************************

More information

ADDENDUM No. 2. ITB No WTP LIME RESIDUAL REMOVAL CONTRACT No. 2 DREDGING AND HAULING

ADDENDUM No. 2. ITB No WTP LIME RESIDUAL REMOVAL CONTRACT No. 2 DREDGING AND HAULING ADDENDUM No. 2 ITB No. 4561 WTP LIME RESIDUAL REMOVAL CONTRACT No. 2 DREDGING AND HAULING Bids Due: February 4, 2019 at 2:00 P.M. (Local Time) The following changes, additions, and/or deletions shall be

More information

School Risk Assessment

School Risk Assessment RSU #14 WINDHAM RAYMOND SCHOOLS AND YARMOUTH SCHOOLS School Risk Assessment RFP # 12-06 Bill Hansen and Judy Paolucci 12/2/2011 RSU #14 Windham Raymond Schools and the Yarmouth School Department are requesting

More information

DEAN + TYLER + BURNS ARCHITECTURE

DEAN + TYLER + BURNS ARCHITECTURE DEAN + TYLER + BURNS ARCHITECTURE May 17, 2017 Community Safe Room for the City Springville 580 Indian Crest Drive Indian Springs, AL 35124 tel.: 205.427.7890 email: m@rchitecture-e.com ADDENDUM NO. 3

More information

REQUEST FOR PROPOSALS OREGON CITY ANNEX FIBER OPTIC ENGINEERING & INSTALLATION. Date Due: Friday, September 8, Time Due: 4:00 p.m.

REQUEST FOR PROPOSALS OREGON CITY ANNEX FIBER OPTIC ENGINEERING & INSTALLATION. Date Due: Friday, September 8, Time Due: 4:00 p.m. Information Technology 625 Center Street Oregon City OR 97045 Ph (503) 657-0891 fax (503) 657-7892 REQUEST FOR PROPOSALS OREGON CITY ANNEX FIBER OPTIC ENGINEERING & INSTALLATION Date Due: Friday, September

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

REQUEST FOR QUOTATIONS Crushed Gravel

REQUEST FOR QUOTATIONS Crushed Gravel REQUEST FOR QUOTATIONS 2018-06 Crushed Gravel The City of Dawson Creek requests quotations for the supply and delivery of approximately 2000 tonnes of ¾ crushed gravel (1000 tonnes per year for two years)

More information

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile:

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile: Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI 49646 Telephone: 231.258.2242 Facsimile: 231.258.8205 The Kalkaska County Road Commission is an Equal Opportunity Provider and Employer

More information

Manistee County Road Commission 2018 Processed Road Gravel Specifications and Bid Form Page 1 of 8

Manistee County Road Commission 2018 Processed Road Gravel Specifications and Bid Form Page 1 of 8 Page 1 of 8 SEALED PROPOSALS (BIDS) WILL BE RECEIVED UNTIL 3:00 PM, EDT, FRIDAY, FEBRUARY 23, 2018 Board of County Road Commissioners of the County of Manistee, 8946 Chippewa Highway, Bear Lake, Michigan

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 PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL ACQUISITION & IMPLEMENTATION OF A CORPORATE WIDE BOX STYLED STANDARD LOCKERS Proposal Release Date: March 25, 2008 Proposal Due Date: April 25, 2008 Page - 1 - of 9 TABLE OF CONTENTS

More information

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018 Construction Contracts Administration, Procurement Contracts & Materials Management (PCMM) Oregon State University 644 SW 13 th Ave. Corvallis, Oregon 97333 P 541-737-4261 F 541-737-5546 oregonstate.edu

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

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

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

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

INVITATION FOR BIDS IFB NO FOR CDCA BATHROOMS/KITCHEN UPDATES. Dr. Julius R. Scruggs, Pastor

INVITATION FOR BIDS IFB NO FOR CDCA BATHROOMS/KITCHEN UPDATES. Dr. Julius R. Scruggs, Pastor INVITATION FOR BIDS First Missionary Baptist Church The Church that is striving to become one of the most loving churches in all the world. 3509 Blue Spring Road, Huntsville, Alabama 35810 256-852-4318,

More information

REQUEST FOR INFORMATION AND PROPOSALS Independent Risk Analysis for the Straits Pipelines PART I GENERAL INFORMATION

REQUEST FOR INFORMATION AND PROPOSALS Independent Risk Analysis for the Straits Pipelines PART I GENERAL INFORMATION REQUEST FOR INFORMATION AND PROPOSALS Independent Risk Analysis for the Straits Pipelines The Michigan Departments of Environmental Quality and Natural Resources, the Michigan Agency for Energy, and the

More information

SMALL WATER PROJECTS PROGRAM 101 BY. JODIE PAVLICA, P.E. SMALL WATER PROGRAM MANAGER WYOMING WATER DEVELOPMENT OFFICE 3/20/18

SMALL WATER PROJECTS PROGRAM 101 BY. JODIE PAVLICA, P.E. SMALL WATER PROGRAM MANAGER WYOMING WATER DEVELOPMENT OFFICE 3/20/18 SMALL WATER PROJECTS PROGRAM 101 BY. JODIE PAVLICA, P.E. SMALL WATER PROGRAM MANAGER WYOMING WATER DEVELOPMENT OFFICE 3/20/18 TODAY S TOPICS SMALL WATER PROJECT PROGRAM To provide grant funding for Small

More information

REQUEST FOR COMPETITIVE SEALED PROPOSALS BADGER HIGH RESOLUTION WATER METERS AND ENCODERS

REQUEST FOR COMPETITIVE SEALED PROPOSALS BADGER HIGH RESOLUTION WATER METERS AND ENCODERS REQUEST FOR COMPETITIVE SEALED PROPOSALS BADGER HIGH RESOLUTION WATER METERS AND ENCODERS The West Wise Special Utility District (WWSUD) is requesting the submission of competitive sealed proposals, which

More information

Village of Algonquin Request for Proposals Accounting Services

Village of Algonquin Request for Proposals Accounting Services Village of Algonquin Request for Proposals Accounting Services Issue Date: February 1, 2018 Submission Deadline: March 2, 2018 5:00 p.m. CST PROPOSALS RECEIVED AFTER THE SUBMISSION DEADLINE WILL BE RETURNED

More information

Statement of Work Tree Planting Services 202 Parkway, Montgomery County

Statement of Work Tree Planting Services 202 Parkway, Montgomery County Statement of Work Tree Planting Services 202 Parkway, Montgomery County SPECIAL PROVISIONS Governing Specifications Service Requirements Purchase Order Validity Period Option to Renew Option to Extend

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

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

Highlands Housing Authority

Highlands Housing Authority Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 REQUEST FOR PROPOSALS for CONCRETE SIDEWALK REPAIRS at JENNIE PARKER MANOR HIGHLANDS,

More information

REQUEST FOR PROPOSAL TO PROVIDE DESIGN AND BUILD SERVICES FOR THE RE-ROOF OF THE PUBLIC LIBRARY / SAM FOX MUSEUM DUE MARCH 2, 2013

REQUEST FOR PROPOSAL TO PROVIDE DESIGN AND BUILD SERVICES FOR THE RE-ROOF OF THE PUBLIC LIBRARY / SAM FOX MUSEUM DUE MARCH 2, 2013 REQUEST FOR PROPOSAL TO PROVIDE DESIGN AND BUILD SERVICES FOR THE RE-ROOF OF THE PUBLIC LIBRARY / SAM FOX MUSEUM DUE MARCH 2, 2013 The City of Dillingham is the owner of the Dillingham City Library / Sam

More information

CITY OF BELLINGHAM, WASHINGTON Purchasing-Vendor Guide

CITY OF BELLINGHAM, WASHINGTON Purchasing-Vendor Guide P U R C H A S I N G O F F I C E, 2 2 2 1 P A C I F I C S T, B E L L I N G H A M W A. 9 8 2 2 9 P H O N E 360-778-7750 F AX 3 6 0-778-7706 P U R C H A S I N G O F F I C E, 2 7 7 8-7 7 5 0 CITY OF BELLINGHAM,

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

TOWN OF WAYLAND MASSACHUSETTS CONSERVATION COMMISSION

TOWN OF WAYLAND MASSACHUSETTS CONSERVATION COMMISSION TOWN OF WAYLAND MASSACHUSETTS 01778 CONSERVATION COMMISSION TOWN BUILDING 41 C0CHITUATE ROAD TELEPHONE: (508) 358-3669 FAX: (508) 358-3606 Wayland s Wetlands and Water Resources Bylaw CHAPTER 194 (D-768)

More information

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131 CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES City of Des Peres 12325 Manchester Road Des Peres, MO 63131 Prepared by City Engineer January 2014 CONSTRUCTION DOCUMENTS

More information

REQUEST FOR PROPOSAL BID NO: LE

REQUEST FOR PROPOSAL BID NO: LE REQUEST FOR PROPOSAL BID NO: 14 10 1296LE The Navajo Nation Purchasing Services Department is soliciting for sealed proposals and bids to conduct a Comprehensive Classification and Wage Scale Study for

More information

Town of Burlington, MA Request for Qualifications Owner s Project Manager (OPM) Services for the Design and Construction of DPW Facilities

Town of Burlington, MA Request for Qualifications Owner s Project Manager (OPM) Services for the Design and Construction of DPW Facilities Town of Burlington, MA Request for Qualifications Owner s Project Manager (OPM) Services for the Design and Construction of In accordance with Massachusetts General Laws, Chapter 149, Sec. 44A½, the Town

More information

ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018

ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018 ADDENDUM 1 Date: June 13, 2018 Bid No.: Title: 18-11/AL Repair and Maintenance of Landfill Gas Chiller System Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018 This Addendum

More information

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017 REQUEST FOR QUOTES (RFQ) #2017-25 Issue Date: December 5, 2017 Procurement & Contract Services Klamath Falls: Wilsonville: 541.885.1133 (office) 503.821.1266 (office) 3201 Campus Dr. 27500 SW Parkway Ave.

More information

NOTICE OF TIMBER SALE

NOTICE OF TIMBER SALE NOTICE OF TIMBER SALE SALE NAME/NO.: Tower of Power 341-15-72 AUCTION DATE/TIME: AUCTION LOCATION: DISTRICT/UNIT OFFICE (MAILING ADDRESS FOR BIDS): February 19, 2015, starting at 10:00 a.m. Oregon Department

More information

INVITATION FOR BID (IFB):

INVITATION FOR BID (IFB): DATE: May 8, 2018 ADDENDUM NO. 1 INVITATION FOR BID (IFB): B180022132 RPD Furnish & Install Ballistic Glass Lobby Counters IFB #B180022132 WAS ISSUED: Wednesday April 25, 2018 RECEIPT DATE: May 23, 2018

More information

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE Proposals Solicited by: City of Nanticoke 15 East Ridge Street Nanticoke, PA 18634 C:\Users\jim\Desktop\Nanticoke City\07222013professionalengservices\Engineer

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

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia: REVISED BID FORM SEALED BIDS WILL BE RECEIVED at the Department of Procurement Services, City Hall, 900 E. Broad Street, Rm. 1104, Richmond, Virginia 23219, UNTIL BUT NOT LATER THAN 2:30 P.M. ON February

More information

INVITATION FOR BID (IFB)

INVITATION FOR BID (IFB) State of Colorado Department of Transportation (CDOT) INVITATION FOR BID (IFB) ISSUE DATE: January 24, 2013 NUMBER: IFB BID SUBMISSION DDLINE DATE: February 7, 2013 TIME: 1:30 P.M. RETURN ALL SUBMISSIONS

More information

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. General Conditions Scope: It is the intent of these specifications

More information

2. Clarification: The building address is 801 Henderson Street.

2. Clarification: The building address is 801 Henderson Street. East Energy Structural Steel Painting University of South Carolina Project Number H27-Z037 Addendum One October 19, 2015 NOTE: The following amendments, additions, and deletions shall be made to the Construction

More information

HORRY COUNTY SOLID WASTE AUTHORITY, INC.

HORRY COUNTY SOLID WASTE AUTHORITY, INC. HORRY COUNTY SOLID WASTE AUTHORITY, INC. The Horry County Solid Waste Authority, Inc. is requesting sealed proposals for the repair of the concrete tipping floor at the Material Recycling Center (MRF)

More information