Questions and Answers RFP Western Riverside County Streetlight Retrofit, Operation and Maintenance. Date Prepared: April 7, 2017

Size: px
Start display at page:

Download "Questions and Answers RFP Western Riverside County Streetlight Retrofit, Operation and Maintenance. Date Prepared: April 7, 2017"

Transcription

1 Questions and Answers RFP Western Riverside County Streetlight Retrofit, Operation and Maintenance Date Prepared: April 7, Do you have any sort of planholder's list or list of interested vendors available? No. WRCOG advertises RFPs on the WRCOG website and distributes through blasts and listservs. WRCOG does not track who views and / or pulls the RFP from the website. 2. Since some of the Cities use Low Pressure Sodium and some High Pressure Sodium, can I assume the Color/Kelvins in the Cobra Heads will be 2700 to 3000 Kelvins Warm White? Yes. 3. Will the WRCOG RFP require software to dim the streetlights applicable to a Smart Sensor and or hand held programmer? No. Software to dim the streetlights is not a requirement of this RFP. 4. Page 9, Section Installation of the RFP mentioned use of products "as specified in this RFP" - yet no such specifications were included in the RFP documents. Can the WRCOG please clarify if any specific manufacturer or specifications are required for proposed materials? Specific manufacturers or specifications are not required for proposals, however associated services costs (LED retrofit installation, maintenance of pre- and post- LED retrofit streetlights, house-side shield installations, and all associated labor) are required. 5. The RFP included the number of streetlights in each participating municipality but does not include an itemized breakdown of existing fixture wattage or type. Can the WRCOG provide a more specific breakdown of all acquirable streetlights included in this RFP?

2 The table below provides the breakdown. LS1 Lamps Calimesa Eastvale Hemet Lake Elsinore Menifee Murrieta Norco Perris San Jacinto Temecula Wildomar Moreno Valley Jurupa Community Service District 50 HPS HPS 53 1, , HPS ,459 2, ,879 1, ,265 3, HPS HPS , , HPS HPS HPS LPS LPS ,330 5, , LPS LPS , LPS MV MV MH MH LS1 Total: ,738 3,186 6,309 6, ,140 1,810 7,354 1,408 9,411 5, The RFP does not provide a standardized bid sheet for proposers to submit costs related to material, installation and other services. Can the WRCOG please provide a standardized template with pre-filled fixture quantities based on wattage and fixture type for proposers to submit allowing for a transparent comparison among proposals? Task Identification Ex. Retrofit Ex. O&M Etc. Etc. Below is an example of how total costs could be presented in the proposals using the information from Response # 5: 10% Streetlight Participation 50% Streetlight Participation 100% Streetlight Participation $ / each $ / each $ / each 7. Does the RFP scope include cobra head fixtures only or will decorative streetlighting be included? If decorative streetlighting is included, are the municipalities open to use of retrofit kits rather than full head replacements? Decorative streetlights are not included in the inventory, however, some cities may elect to retrofit their existing decorative lights at the time of retrofit. WRCOG does not have a full count of these lights.

3 8. Under Section 16 Scope of Work, Section 8 Maintenance the RFP specified "respond to non-emergency reports of streetlight outages and diagnose and/or repair the malfunction within 24 hours". Industry accepted standard for streetlight maintenance is hour response time to confirm receipt of the outage, with 4-7 business days to remedy the repair. This allows the maintenance contractor time not only to reasonably respond but also to group outage repairs into segments to streamline work. This grouping of outage repairs creates reduced costs for the municipalities rather than individual repair requests on a daily basis. Given the distance between municipalities within the RFP, will the WRCOG consider eliminating the "repair" section of this requirement and/or extending the time frame to hours? WRCOG is willing to consider that there may be instances where recognition and repair cannot occur within 24 hours. Our objective is to perform streetlight maintenance in a manner that exceeds industry standards that you note, and we encourage proposers to offer additional innovative, cost and time efficient way to accomplish this service. 9. Under Section 16 Scope of Work, Section 1 Facilitate the "cut-over" process with SCE, the RFP mentions collecting of significant data "upon" retrofit. Please confirm that the WRCOG understands that these required data collection points will significantly slow the installation rate and therefore the overall project schedule. Yes, WRCOG understands. Proposers are encouraged to offer more cost and time efficient ways to update streetlight inventory information. 10. Under Section 16 Scope of Work, Section 1, it mentions replacing the tags "with numbering sequence provided by WRCOG". Please clarify if the Contractor is tasked with creating the numbering sequence and if so, what it will be based on? Please also clarify whether the Contractor is responsible for procurement of the tags and if so, if there are any required specifications for the tags. WRCOG will be procuring the pole tags and developing numbering sequences for approval by member jurisdictions. Contractor responsibility during this process will be to install tags. 11. Under Section 16 Scope of Work, Section 1, the last sentence states: "The jurisdiction and WRCOG shall have access to aforementioned database..." Please define the requirements of access to the database. WRCOG and jurisdictional staff want to have read/write/edit capabilities as part of any streetlight database that is developed/updated. 12. Is the Contractor required to procure the material? If so, can the bidders be expected to provide pricing for five years? WRCOG will purchase the materials. Contractor will perform support activities as related to delivery, storage, timing, etc.

4 13. If the WRCOG already conducted a GIS audit, will the Contractor be exempt from liability of inaccurate data prior to installation (as inaccuracies could profoundly impact procurement)? The selected contractor and WRCOG will be working together to identify any inaccuracy and expect to update this data prior to procurement. 14. Has the design already been completed for this project? If so, please describe the methodology. If not, will the Contractor be responsible for design as part of the scope of work for this project - and what will be the requirements for the design? No. However, the design will be completed prior to bringing a contractor on board. 15. Under Section 16 Scope of Work, Section 6 - This section requires "digital images of nameplates for each replaced fixture". This has been a requirement in other cities' previous projects, but later was determined to be an unnecessary data burden, installation delay, and cost to the cities. As such, can the WRCOG please consider eliminating this requirement? Yes. WRCOG is willing to re-consider. WRCOG encourages proposers to offer additional innovative, cost and time-efficient ways to accomplish this service. 16. Under Section 16 Scope of Work, Section 8a - requires a C-7 contractor license. Given that all of the municipalities in the WRCOG have 120V systems and none have any systems that would be considered low voltage (less than 120V), why is the WRCOG requiring a C-7 contractor s license for this project? To date, this particular license has not been required for any other municipal streetlight conversion bid in the State and is not industry standard because it is irrelevant to streetlight systems. As such, can the WRCOG consider removing this requirement? WRCOG has amended the RFP to only require a General A and C-10 license. The C-7 and C-8 license requirements have been removed. Please see RFP No.17-04: Streetlight Retrofit, Operation and Maintenance (Addendum No.1: Contractor License Requirements) 17. If the WRCOG will not remove the C-7 license requirement, can it please clarify that a subcontractor may possess this and not necessarily the prime contractor for this project? Please see Response to # Under Section 16 Scope of Work, Section 8a - requires a C-8 contractor license. Can the WRCOG please confirm that a subcontractor may possess this license and not necessarily the prime contractor for this project? Please see Response to #16.

5 19. Under Section 16 Scope of Work, Section 10 - Please further define "within 60 miles of WRCOG subregion". Given that the WRCOG spans a large geographic area, will the requirement for a location within 60 miles from the subregion be based on any particular location within the subregion or anywhere within the subregion? A storage facility within 60 miles of the WRCOG subregion boundaries will suffice. The goal should be to align storage facility with selected Contractor business address(es), allowing for streamlined efficiencies in retrofit, operation & maintenance services. 20. Can the WRCOG clarify whether awarded consultant/contractor(s) for previous phases of this project played a role in the development of this current RFP? If so, are these previous involved firm(s) excluded from participating in this bid as a proposer? If not, can the WRCOG explain how this relationship is not a conflict of interest? No. Previous consultant/contractors had no input on the development of this RFP. 21. Section 9 under Provide an online work order management system, the languages mentions both access to the general public and access via a secure website portal. Can the WRCOG please clarify which information must be public and which only accessible through secure website portals? The online work order management system should include a general public reporting mechanism to allow for the public to report streetlight outages and to track general LED retrofit status in the community. 22. Section 11 (k) Under Additional Services mentions the need to respond to all Underground Service Alerts requests in relation to jurisdiction-owned underground streetlight components. Do the municipalities plan on acquiring underground assets? At this time SCE has indicated that all assets below the hand hole will remain the property of SCE. Can the WRCOG clarify if this requirements is still appropriate? No, the jurisdictions do not plan to acquire underground assets from SCE as part of the streetlight acquisition process. However, within the 5-year timeframe of this contract, a jurisdiction may develop new City-owned streetlight systems whereas they would own the underground assets. In these case-by-case scenarios, Proposers should be prepared to provide this level of service. 23. The introduction page 2 states In January 2015 a contract to conduct a streetlight audit and to create an accurate regional inventory was awarded and entered into. By whom... what Contractor or Contractors executed this contract? Southern Contracting. 24. Will the findings of this information pertaining to the January 2015 Audit RFP i.e. ( The Western Riverside Council of Governments (WRCOG) is pleased to release this Request for Proposals (RFP) to solicit firm(s) interested in providing sub regional

6 streetlight acquisition assistance and developing regional lighting design standards for Western Riverside County. This project will assist WRCOG jurisdictions through the streetlight acquisition process and develop regional streetlight design standards with energy efficiency alternatives to enable WRCOG s member jurisdictions to costeffectively acquire, retrofit, and maintain streetlights throughout much of Western Riverside County,) become available prior to the deadline of this RFP? Please see Response to #5. This data will suffice for purposes of this RFP. 25. What are the parameters (scope) with regard to MAINTENANCE of the New LED STREETLIGHTS outside of the warranty? Those streetlights outside of the warranty will continue to be maintained under the term of the contract. 26. What are the warranty requirements of the purportedly desired fixture(s) to be installed? 10 year warranty or better. 27. Will a short list of preapproved fixtures meeting the desired wattage and warranty requirements be provided? a) Manufacturer List? b) Wattage parameters & locations? c) Mapping List Provided? Yes. WRCOG is finalizing the results of the design scope of work. However, identified in Response #12, WRCOG will be procuring materials, and as such this list should not affect potential proposals. 28. Is the AUDIT and Design from 2015 RFP completed? Please see Response to # Will additional design and audit be required in the performance of this RFP scope of work? (i.e. in order to facilitate estimated reimbursement time accounting.) No addition design will be required, but there will likely be minor updates during the cut-over and true-up processes as related to auditing. Please also see Response to # What is the material to be used for the retagging of Pole numbers provided by WRCOG? (i.e. Plastics, stainless steel etc.?) Plastic.

7 31. With, a best case scenario in mind, how many fixture locations will be available for change that are currently owned and maintained by SCE; in a months time (30 days)? 6,000-8,000 fixtures. 32. Regarding the Fixture buy back from SCE, how far along in the buy back process are the Cities listed? What is the calculated number of fixtures available at present? As of March 30, 2017, 10 WRCOG member jurisdictions have approved the Purchase and Sales Agreement at City Council or appropriate Boards and have begun routing agreements for SCE execution prior to submission to the CPUC. These jurisdictions account for 47,741 LS-1 streetlights, and are listed in the table in Response to # Will the Agency provide the LED streetlight fixtures? Please see Response to # Will the Contractor provide the LED streetlight fixtures? Please see Response to # Financial assistance program a) Please provide Clarification on the delivery of financial assistance being provided on page 7, under Cover Letter. Does this mean we should offer a financial assistance program? No. 36. Streetlighting Fixture inventory breakdown a) To provide accurate pricing, Can you please provide for Attachment B a breakdown of the quantity of fixtures by type and wattage and jurisdiction? ie.. Cobra head and Decorative and then provide the breakdown of quantity by the wattage of each fixtures. I.e. Item 70w LED equivalent Cobra Head 100 w LED equivalent Cobra Head 70w LED equivalent decorative head Quantity b) Can WRCOG provide the list of the streetlighting fixtures manufacturers used for the streetlighting pilot program including model number?

8 c) We understand each jurisdiction will approve the streetlighting fixture, is it up to the firm performing the project to provide recommendations on fixture manufactures as long as the streetlighting fixture meets the Palomar observatory guidelines, qualifies for Edison rebate and is on the design light consortium qualified list? d) Will WRCOG be only using the streetlighting fixtures used on the pilot program? e) Can you please provide a list of the preferred LED fixture by each jurisdiction? a) Please see Response to #5. b) Please see table below: Vendor Info Make Model # GENERAL ELECTRIC ERL1 1 02E1 30 A GRAY G L / HSS GENERAL ELECTRIC ERL1 0 05E1 30 A GRAY G L GENERAL ELECTRIC ERLH 0 10E1 30 A GRAY G L GENERAL ELECTRIC ERLH 0 15D1 30 A GRAY G L GENERAL ELECTRIC ERL1 1 02B1 27 A GRAY G L GENERAL ELECTRIC ERL1 1 02B1 30A GRAY G L GENERAL ELECTRIC ERL1 1 02B1 27 A GRAY G L CREE RSW HT 2ME 30W 30K U L GY N Q CREE RSW HT 3ME 30W 30K U L GY N Q CREE RSW HT 3ME 50W 30K U L GY N Q CREE BXSP1 HO HT 3ME 100W 30K UL SV N Q9 CREE BXSP2 HO HT 4ME 165W 30K UL SVN Q9 HUBBELL ASL-MAF-8L-3K U-GR-7PR HUBBELL ASL-MAF-16L-3K U-GR-7PR HUBBELL ASL-MAF-24L-3K U-GR-7PR BEACON VPS-22NB-70-2K-T2-UNV-PCRU-SF2-GYS BEACON VPS-30NB-90-2K-T2-UNV-PCRU-SF2-GYS BEACON VPS-22NB-70-3K-T3-UNV-PCRU-SF2-GYS BEACON VPS-48NB-110-3K-T3-UNV-PCRU-SF2-GYS BEACON VPS-60NB-136-3K-T4-UNV-PCRU-SF2-GYS ATBO 20BLEDE70 MVOLT R2 PCAMB BL NL P7 AO PCLL ATBO 20BLED10 MVOLT R2 PCAMB BL NL P7 AO PCLL ATBS A MVOLT R3 27K HS NL P7 APPCL1 ATBM D MVOLT R3 27K NL AO PCLL ATBM G MVOLT R4 27K NL P7 PCLL ATBS A MVOLT R3 3K HS NLP7 AO PCL1 ATBM D MVOLT R3 3K AO P7 PCLL ATBM H MVOLT R4 3K NL P7 PCLL COOPER VERD A016 D U T N7 10K K HS-VERD AP K / RIPLEY RC8744D COOPER VERD A018 D U T3 10K 4N7 AP 7030 K COOPER VERD GA028 D U T3 10K 4N7 AP 7030 K COOPER VERD GA02 D U T4 10K 4N7 AP 7030 K CHIPS & WAFERS CHIPS & WAFERS CHIPS & WAFERS CHIPS & WAFERS 00332, 00333,00334 SOLAR MAX LST-M SOLAR MAX LST-M SOLAR MAX LST-M SOLAR MAX LST-M SOLAR MAX LST-M SOLAR MAX LST-M PHILIPS RFS-35W16LED3K-T-R2MA-UNIV-DMG-FAWS-RCD-GY3 PHILIPS RFM-72W32LED3K-T-R3MA-UNIV-DMG-RCD-GY3 PHILIPS RFM-160W48LED3K-T-R3MA-UNIV-DMG-RCD-GY3 PHILIPS SVM-90W48LED-R-LE3-UNIV-RC-GY3 SYNERGY SYN-T1J-1 16w Type 2 SYNERGY SYN-T20A-1 60w Type 3 SYNERGY SYN-T20A-2 120w Type 3 SYNERGY SYN-T20A-3 180w Type 4 LEOTEK GCJ1 20G MV WW 2 GY 350 PCR7 LEOTEK GCJ1 20G MV WW 2 GY 1A PCR7 LEOTEK GCJ1 20G MV WW 3 GY 350 PCR7 HSS LEOTEK GCJ1 20G MV WW 3 GY 1A PCR7 LEOTEK GCM2 40F MV WW 3 GY 700 PCR7 LEOTEK EC7 18M MV WW 4 GY 700 PCR7 EXCELLENCE OPTO ESU-DA012M01230S-700 EXCELLENCE OPTO ESU-DA012M01630S-105 EXCELLENCE OPTO ESU-DA013M01230S-700 EXCELLENCE OPTO ESU-DA013M01630S-105 EXCELLENCE OPTO ESU-DA013M03230M-105 EXCELLENCE OPTO ESU-EA013M03230M-150

9 c) Yes. d) Yes, the lights that participated in the Demonstration Area went through a variety of technical, photometric analysis e) No such list has been developed. 37. Page 10 Provision of storage facility must be within 60 miles of WRCOG sub region. Please clarify what is the sub region. For example, if our office is in Anaheim must our storage facility be within 60 miles from each participating agency. Please see Response to #19. A centrally located facility to all member jurisdictions would be preferred. 38. Is the expectation regarding USAs to USA streetlighting facilities only? Or other electrical facilities such as traffic signal and/or interconnect? Streetlight facilities only. 39. There are multiple various types of decorative and non decorative poles and fixtures; various Caltrans vintages of poles ( ) what is expected in terms of maintaining an inventory of poles, fixtures, and appurtenances to complete repairs in a timely manner.within 10 working days? Can each respective agency pay for items inventory items in stock held for each respective agency? Please refer to Section 16.8 for terms of Maintenance. Each respective agency will have the opportunity to pay for items in stock held for each respective agency. 40. Facilitate the cut over process with SCE. Please provide specifications on jurisdictional/regional streetlight numbering labels/tags Such new tag/labels range from $1 $35 per label/tag. Please see Response to # Installation and Maintenance Labor resources. Is this project subject to prevailing wage labor requirements? If so please define what job labor classifications are expected for the installation and maintenance work, respectively. Proposers are advised that this Project is a public work for purposes of the California Labor Code, which requires payment of prevailing wages. WRCOG has obtained from the Director of the Department of Industrial Relations the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work. Said rates are on file at the WRCOG office and will be made available to any interested party upon request. Proposers may obtain a

10 copy of the prevailing rates of per diem wages from the website of the Division of Labor Statistics and Research of the Department of Industrial Relations located at Since Proposers are the party with the best knowledge of the work to be completed by their employees and contractors, WRCOG does not advise on the applicable classifications of workers. It is the sole responsibility of the Proposer to ensure that the project budget for labor reflects the prevailing wage requirements. Likewise, it is the responsibility of the Proposer to determine which prevailing wage rate applies to each of its workers employed on the Project. Proposers shall comply with all applicable California Labor Code requirements, which include but are not limited to prevailing wages (Labor Code Sections 1771, 1774 and 1775), employment of apprentices (Labor Code Section ), certified payroll records (Labor Code Section 1776), hours of labor (Labor Code Sections 1813 and 1815), contractor registration (Labor Code Sections and ) and debarment of contractors and subcontractors (Labor Code Section ). In accordance with the Professional Services Agreement, once selected, the successful Proposer must also agree to defend, indemnify and hold the WRCOG, its elected officials, officers, employees and agents free and harmless from any claims, liabilities, costs, penalties or interest arising out of any failure or alleged failure to comply with prevailing wage laws. 42. Are there any expectations for facilitating community outreach events prior to start of fixture selection and/or installation? Yes, but not from the selected Contractor. 43. After the product installation/retrofit is complete there can be some contract complications relating to project retention versus maintenance; especially with the maintenance portion being 5 years. Will the maintenance contract be separate from cut over/installation contract? If not, how will be project retention be handled? At the end of the first year of acceptance? At the end of the 5 year contract? The Retrofit, Operations & Maintenance will be handled under one contract. As stated in Section 13. WRCOG Standard Professional Services Agreement of the RFP, proposers must identify in their proposal any concerns or objections they would have with any of the agreement s terms and conditions if selected for contract award. Proposer shall propose alternative language for consideration in their proposal. 44. Pay Items with respect to 10,50,100% levels a) Can you provide a sample bid form relative to the various levels?

11 a) Can you provide a sample bid form of maintenance task or activities expected for this contract? Or are we to prescribe our recommendation? If so, how will each proposer be compared if each recommendation is different? a) Please see response to #6 and provide cost breakdown by various participation scenarios (10%, 50%, and 100%) as applicable. a) Please see response to #6. As identified in Section 14. Evaluation Criteria of the RFP, Any award to be made pursuant to this RFP will be based upon the proposal with appropriate consideration given to operational, technical, cost, and management requirements, and following the Scoring Criteria (Attachment A). 45. Each city will have the option to participate, or not, in the selected solution and its associated cost and delivery model? Yes. 46. Cities within WRCOG may be entering into the process with as yet underdetermined sources of capital/funds necessary to fully or partially participate in the chosen solution. If so, should the solution developed and its associated benefits of scale consider a range/price model that accounts for a broader combination of WRCOGs cities, and up to the full population of 55,000 light poles? Yes. As identified in Section 16 (Scope of Work) of the RFP, please provide scenarios of the level-of-service costs where jurisdictions comprising roughly 10%, 50%, and 100% of the 55,000 streetlight inventory participate. 47. Will individual cities have the option to negotiate/renegotiate the end-product recommended for award by WRCOGs? In other words, does their affiliation with WRCOGs under this RFP represent agreement by each city to operate within an awarded response to the RFP? Cities will not have an additional opportunity to negotiate/re-negotiate the endproduct recommended for award by WRCOG. 48. The scope of the RFP does not appear to include the proposer being responsible for the procurement of the luminaires required for the project. How will the luminaire procurement be handled? Please see Response to # How will the services requested in the RFP be contracted, in other words will the successful proposer contract with each participating WRCOG member? The Contract will be between WRCOG and the selected Contractor.

12 50. How many of the WRCOG members that may participate allocated funds for the individual projects? Each of WRCOG s participating member jurisdictions have various forms of financing options available for their consideration. WRCOG participating member jurisdictions will use the information provided by proposers to estimate funding allocations for streetlight services. 51. Do any WRCOG members require the project to be self funding? No. WRCOG member jurisdictions are not required to self fund this project. 52. The RFP states that an audit has already been carried out and that resulted in an inventory with technical information such as type of lamp, power, type of luminaire etc. Can we have access to that inventory? Please see Response to # Based on the submittal instructions, is it the expectation for bidders to deliver electronic copies on a USB to the address listed, or is an submission to masters@wrcog.cog.ca.us sufficient? Please advise. submissions to masters@wrcog.cog.ca.us. 54. Do any of the cities participating in this RFP, or WRCOG, currently have a computerized maintenance management software (CMMS)? No CMMS specific software is currently in affect as related to Streetlights, however, the GIS information gathered during the audit phase of work will be updated and enhanced to include asset management, and retrofit tracking needs. If additional software is recommended by proposers, please provide associated cost(s) in proposals. 55. What is the expected timeline for the retrofit? Should it be over the five years or over a shorter duration? Proposers are encouraged to suggest how to achieve LED retrofit as quickly and efficiently as possible. LED retrofits can begin as early as Q4 of Should the proposal for operations and maintenance include addressing graffiti repair, pull-box cover damages, hand hold cover damages, and knockdowns, etc. or should we anticipate providing this as a pass-through cost? Yes. This should be identified as a separate line-item in the proposal. 57. What firm completed the streetlight audit for WRCOG?

13 Please see Response to # Specifically, what data was collected at the time of the audit? A list of fields would be helpful. Service Account Number, rate code, structure numbers, lamp size, lamp type, energize date, location description, Longitude, Latitude, Pole Number, Customer, Pole Material, fixture model, wattage, Pole Height, Mast Arm length, and google maps link. 59. Can WRCOG provide an electronic copy of the current audit to assist bidders in responding to the RFP? Please see Response to # Is it the intent of the RFP for the contractor to furnish/supply the LED streetlight fixtures, or will the fixtures be purchased by WRCOG/Jurisdictions with the contractor only supplying installation services? Please see Response to # The Scope of Work describes each fixture as a DLC qualified arm-mounted roadway luminaire (cobra fixture). Will any retrofits be a different style fixture other than cobra fixtures (e.g. decorative, post top, shoebox, etc.). Will any installations require arm/mounting bracket modifications? No. Assume all retrofits will be cobra head fixtures with no arm/mounting bracket modifications. 62. Can you provide a breakdown of fixture quantities by wattage by jurisdiction? Please see Response to # Is it anticipated that the re-numbering of the poles be completed during the same visit as the LED fixture retrofit, or to be done in a separate visit? It is anticipated that the re-numbering will take place during the same visit as the LED fixture retrofit or other field visits throughout the cut-over / true-up processes. 64. According to the California Contractor State License Board, all work performed by a C-7 (Low Voltage System) license can be performed by a C-10 (Electrical Contractor) license holder. Based on this, is a C-7 license required if the contractor has a C-10 license? Please see Response to #16.

14 65. Why is an A (General Engineering Contractor) license not required when it is the license that most directly addresses general public works infrastructure including railroads, highways, streets and roads, tunnels...? Please see Response to # The maintenance scope of work identifies a NON-emergency response time of 24 hours for typical streetlight repairs. Considering the typical requirement for NON-emergency streetlight repairs is 5 working days, and considering that the 24 hour requirement will have a significant impact on costs, will WRCOG consider proposals with NONemergency response times greater than 24 hours? Please see Response to # The maintenance scope of work identifies an EMERGENCY response time of 45 minutes. Considering the typical requirement for EMERGENCY response times is 1-2 hours during business hours and 2-4 hours during non-business hours, and considering the geographic scope and traffic implications, will WRCOG consider proposals with EMERGENCY response times greater than 45 minutes? WRCOG is willing to consider that there may be instances where recognition and repair cannot occur within 45 minutes. Our objective is to perform streetlight maintenance in a manner that exceeds industry standards that you note, and we encourage proposers to offer additional innovative, cost and time efficient way to accomplish this service. 68. The maintenance scope of work indicates semi-annual (2 times per year) night checks. Are these full system night checks each, and is WRCOG open to an alternate night check schedule that is either more cost effective or efficient? Yes. WRCOG is open to discuss alternative, efficient night check schedules. 69. Is it anticipated that the contractor will be taking requests for service directly from the public, or only from WRCOG/jurisdiction representatives? WRCOG will promote and maintain a call center that efficiently routes service needs to the selected contractor. However, from time to time or in emergency needs, contractor should expect to receive urgent service requests from WRCOG member jurisdictions staff. 70. Has the WRCOG produced budgetary costs estimates (engineer s estimate) for the installation phase and the ongoing maintenance phase of this project that they are willing to share? Yes, however, the purpose of the RFP is to finalize a cost per pole for retrofit, operations & maintenance.

15 71. Please provide additional streetlight system information. The following information is requested: a) Fixture quantity by SCE Lamp Size b) Pole asset information- material type, height, mast arm length, etc. c) GIS data (if available) Please see Response to # Is the contractor responsible for the purchase of LED fixtures? If so, is there a specification to be released during this RFP process? Please see Response to # Can the results of the LED pilot study in Hemet be released for consideration? This information will not be available prior to the RFP closing. It will be shared with the selected contractor. 74. Can a detailed list of manufacturers and product model numbers demonstrated in the Hemet pilot be provided? Please see Response to #36b 75. What is the current status of contract negotiations with SCE? Is there an anticipated timeline for Advice Letter filings with SCE? Please see Response to #32. There is not an anticipated timeline for Advice Letter filings with SCE. 76. Once the contractor has been selected, will contract negotiations take place with individual agencies or will the negotiations be directly with WRCOG representatives? Please see Response to #49.

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

Purchasing Department 530 Water Street Oakland, CA ADDENDUM No. 1. Bid No /03 LED Street Light Conversion Project

Purchasing Department 530 Water Street Oakland, CA ADDENDUM No. 1. Bid No /03 LED Street Light Conversion Project Purchasing Department 530 Water Street Oakland, CA 94607 Date: August 14, 2015 ADDENDUM No. 1 Bid No. 15-16/03 LED Street Light Conversion Project This Addendum modifies the original Bid documents for

More information

Interim Report for the Town of Falmouth

Interim Report for the Town of Falmouth Interim Report for the Town of Falmouth LED Streetlighting Conversion Revision 4 February 14, 2018 O-0512 Primary Contact Paul Vesel, Director, Business Development NE USA 201 West Street, Suite 200, Annapolis,

More information

RFP Restructuring Advisory Committee: Water and Sewer Question and Answer. Question Cut-Off 2/13/17

RFP Restructuring Advisory Committee: Water and Sewer Question and Answer. Question Cut-Off 2/13/17 RFP 2017-0007 Restructuring Advisory Committee: Water and Sewer Question and Answer Question Cut-Off 2/13/17 1. What is the estimated value of the sewer system? Determining an appropriate valuation of

More information

CHICAGO SMART LIGHTING PROJECT PART I REQUEST FOR QUALIFICATIONS Questions and Answers May 18, 2016

CHICAGO SMART LIGHTING PROJECT PART I REQUEST FOR QUALIFICATIONS Questions and Answers May 18, 2016 CHICAGO SMART LIGHTING PROJECT PART I REQUEST FOR QUALIFICATIONS Questions and Answers May 18, 2016 The following is a summary of the written questions received during the Pre-Submittal Conference on May

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

Morgan Hill Unified SCHOOL DISTRICT SEMI-ANNUAL PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS

Morgan Hill Unified SCHOOL DISTRICT SEMI-ANNUAL PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS Morgan Hill Unified SCHOOL DISTRICT SEMI-ANNUAL PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS The Morgan Hill Unified School District ( District ) has determined that contractors on future projects

More information

RFP SOURCING SERVICES AND TEMPORARY STAFFING AGENCIES. 1. Is this a new solicitation? If not, please share the name of incumbent vendors.

RFP SOURCING SERVICES AND TEMPORARY STAFFING AGENCIES. 1. Is this a new solicitation? If not, please share the name of incumbent vendors. RFP 19-006 SOURCING SERVICES AND TEMPORARY STAFFING AGENCIES Questions/Answers in BOLD Addendum #1 Date 1/30/2019 1. Is this a new solicitation? If not, please share the name of incumbent vendors. This

More information

PUBLIC CONTRACT CODE SECTION

PUBLIC CONTRACT CODE SECTION PUBLIC CONTRACT CODE SECTION 22160 22169 22160. (a) The Legislature finds and declares that the design build method of project delivery, using a best value procurement methodology, has been authorized

More information

OAKLAND UNIFIED SCHOOL DISTRICT FOR NON-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL

OAKLAND UNIFIED SCHOOL DISTRICT FOR NON-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL OAKLAND UNIFIED SCHOOL DISTRICT FOR N-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL OAKLAND UNIFIED SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY

More information

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

Each Consultant shall submit five (5) bound sets + one (1) electronic copy of the proposal in accordance with Section III, PROPOSAL REQUIREMENTS. 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 94403 February 25,

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

Queen Anne s County. ADDENDUM NO. 1 July 31, 2015

Queen Anne s County. ADDENDUM NO. 1 July 31, 2015 Queen Anne s County County Commissioners: James J. Moran, At Large Jack N. Wilson, Jr., District 1 Stephen Wilson, District 2 Robert Charles Buckey, District 3 Mark A. Anderson, District 4 OFFICE OF BUDGET,

More information

Design-Build Selmon West Extension

Design-Build Selmon West Extension TAMPA-HILLSBOROUGH COUNTY EXPRESSWAY AUTHORITY Letter of Clarification No. 1 FOR REQUESTS FOR PROPOSALS Design-Build Selmon West Extension Page 1 of 8 Letter of Clarification No. 1 ~ Date of Letter of

More information

Albany Unified School District Contractor Prequalification

Albany Unified School District Contractor Prequalification Albany Unified School District Contractor Prequalification The Albany Unified School District ( District ) has determined that contractors providing construction services ( Contractor(s) or Firm(s) ) must

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

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

Invitation to Negotiate (ITN) Statewide Travel Management System ITN No D. Questions and Answers ITN Amendments

Invitation to Negotiate (ITN) Statewide Travel Management System ITN No D. Questions and Answers ITN Amendments Invitation to Negotiate (ITN) ADDENDUM NO. 1 Questions and Answers ITN Amendments September 2016 Contained herein are the responses to the questions submitted to the Department of Management Services (Department).

More information

RFP CULVER CITYBUS STOP IMPROVEMENT PROGRAM: BUS SHELTER, BENCH, TRASH RECEPTACLE PROCUREMENT, REMOVAL AND INSTALLATION

RFP CULVER CITYBUS STOP IMPROVEMENT PROGRAM: BUS SHELTER, BENCH, TRASH RECEPTACLE PROCUREMENT, REMOVAL AND INSTALLATION RFP 1589 - CULVER CITYBUS STOP IMPROVEMENT PROGRAM: BUS SHELTER, BENCH, TRASH RECEPTACLE Note: Answers are in blue font. 1. With reference to, Page 1 Item II Objective, 2. exchange them at locations (number

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

Municipality For the purpose of this bulletin, municipality means: a town, village, county, district or a regional municipality.

Municipality For the purpose of this bulletin, municipality means: a town, village, county, district or a regional municipality. ELECTRICAL INSPECTION BULLETIN (Effective 2012-10-01) Rule 30-1000 Installation and Inspection Requirements for Street and Roadway Lighting Systems Scope This document covers the installation and inspection

More information

ELECTRICAL INSPECTION BULLETIN B Installation and Inspection Requirements for Street and Roadway Lighting Systems. (Effective 2015/11/15 )

ELECTRICAL INSPECTION BULLETIN B Installation and Inspection Requirements for Street and Roadway Lighting Systems. (Effective 2015/11/15 ) Scope This document covers the installation and inspection requirements for Street and that are installed and maintained within the jurisdiction of the Nova Scotia Power Incorporated (NSPI) inspection

More information

ADDENDUM #1 TO REQUEST FOR PROPOSALS FOR SCADA SYSTEM DESIGN/INSTALL

ADDENDUM #1 TO REQUEST FOR PROPOSALS FOR SCADA SYSTEM DESIGN/INSTALL ADDENDUM #1 TO REQUEST FOR PROPOSALS FOR SCADA SYSTEM DESIGN/INSTALL This addendum contains: A clarification to the RFP requirements Responses to Questions Received 02-18-10 through 03-11-10 The System

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) DESIGN CONSULTANT FOR EXPANSION JOINT REPLACEMENT Small Business Reserve Procurement M&T BANK STADIUM MSA Project No. 19-021 ISSUE DATE: October

More information

Frequently Asked Questions on Metro s MicroTransit Pilot (MTP)

Frequently Asked Questions on Metro s MicroTransit Pilot (MTP) Frequently Asked Questions on Metro s MicroTransit Pilot (MTP) The Los Angeles County Metropolitan Transportation Authority ( Metro ) will be seeking proposals from qualified firms or Contractor Team(s)

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

Request for Proposals for Marketing Services

Request for Proposals for Marketing Services Request for Proposals for Marketing Services Proposal Deadline: 3:00pm CST, Friday, December 8 th, 2017 Engineers Geoscientists Manitoba, an Association requesting marketing plan development proposals

More information

What Every Contractor Should Know About Prevailing Wages Disadvantaged Business Enterprise (DBE) Supportive Services Program

What Every Contractor Should Know About Prevailing Wages Disadvantaged Business Enterprise (DBE) Supportive Services Program What Every Contractor Should Know About Prevailing Wages Disadvantaged Business Enterprise (DBE) Supportive Services Program The contents of this training course reflect the views of the author who is

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

Draft April 10, Outdoor Lighting Regulations. Purpose and Intent

Draft April 10, Outdoor Lighting Regulations. Purpose and Intent 142.0740 Outdoor Lighting Regulations Purpose and Intent (1) Outdoor lighting fixtures shall be installed in a manner that minimizes negative impacts from light pollution including light trespass, glare,

More information

Converting to LED Street Lights: Getting Started

Converting to LED Street Lights: Getting Started Chapter 6 Converting to LED Street Lights: Getting Started While the benefits of LED street lighting are substantial from a financial, environmental, and community perspective, communities whose lights

More information

$ 150,805 Watershed-wide Nutrient Monitoring Program Watershed-wide Nutrient Monitoring & Report Preparation

$ 150,805 Watershed-wide Nutrient Monitoring Program Watershed-wide Nutrient Monitoring & Report Preparation DRAFT FY 201617 Budget: Lake Elsinore & Canyon Lake TMDL Task Force Summary Task Force Expenditures Draft Budget 201617 Part A: Task Force Regulatory/Administrative Budget 1. Task Force Administration

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

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

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

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

ADDENDUM 2 I. QUESTIONS AND ANSWERS. TE1031: Outside Plant Dark Fiber Optic Infrastructure Construction

ADDENDUM 2 I. QUESTIONS AND ANSWERS. TE1031: Outside Plant Dark Fiber Optic Infrastructure Construction ADDENDUM 2 TE1031: Outside Plant Dark Fiber Optic Infrastructure Construction BID NUMBER: TE1031 ADDENDUM NUMBER: 2 ADDENDUM ISSUED: December 9, 2015 I. QUESTIONS AND ANSWERS The following questions are

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

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

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA 95132 408-923-1871 OFC 408-926-8329 FAX PREQUALIFICATION PACKAGE INSTRUCTIONS FOR PROSPECTIVE MEP SUBCONTRACTORS FEBRUARY

More information

Addendum #1 BID NO.: RFP

Addendum #1 BID NO.: RFP FLORIDA DEPARTMENT OF EDUCATION BUREAU OF CONTRACTS, GRANTS AND PROCUREMENT MANAGEMENT SERVICES 325 West Gaines Street 332 Turlington Building Tallahassee, Florida 32399-0400 Addendum #1 BID NO.: RFP 2019-66

More information

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) SOLICITATION TYPE: DESCRIPTION: Request For Proposals Paperless Invoice Automation Software ISSUE DATE: 04/03/2018 DUE DATE: 04/20/2018

More information

Request for Proposal (RFP) Medical and Dental Supplies RFP No MD-S ADDENDUM NO. 1. July 12, 2016

Request for Proposal (RFP) Medical and Dental Supplies RFP No MD-S ADDENDUM NO. 1. July 12, 2016 Request for Proposal (RFP) ADDENDUM NO. 1 July 12, 2016 Contained herein are the answers to the questions submitted to the Department of Management Services (Department). The Department hereby amends as

More information

CITY OF HOBOKEN ADDENDUM #1 TO RFP DOCUMENTS RFP 17 07

CITY OF HOBOKEN ADDENDUM #1 TO RFP DOCUMENTS RFP 17 07 CITY OF HOBOKEN ADDENDUM #1 TO RFP DOCUMENTS RFP 17 07 Request for Proposals (RFP) Professional Services NORTHWEST RESILIENCY PARK AND MUNICIPAL PARKING GARAGE PROJECT This Addendum # 1, dated April 24,

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

SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY

SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY Request for Proposals for Smart Grid Implementation Services RFP Date: October 22, 2014 Response Deadline: November 21, 2014 I. Introduction The Southern California

More information

RFP 3512R09 Strategic Consultant Services for the Office of Policy and Public Private Partnerships Addendum 3 Appendix H Questions & Answers

RFP 3512R09 Strategic Consultant Services for the Office of Policy and Public Private Partnerships Addendum 3 Appendix H Questions & Answers 1. Question Is pre-registration required for the pre-proposal conference on May 3? Answer Pre-registration is not required. Please refer to Section I-8 of the RFP for further information. 2. Question Please

More information

Notice Inviting Informal Bids

Notice Inviting Informal Bids Notice Inviting Informal Bids Construction Services for SBVC Trane Chiller CH-1 Adaptive Frequency Drive Replacement Project NIB RELEASED: 6/11/2018 SITE WALK AND CONFERENCE (MANDATORY): 9:00 A.M. PST

More information

Metro. Board Report SUBJECT: METRO EXPRESSLANES OPERATIONS AND MAINTENANCE TECHNICAL OVERSIGHT SUPPORT

Metro. Board Report SUBJECT: METRO EXPRESSLANES OPERATIONS AND MAINTENANCE TECHNICAL OVERSIGHT SUPPORT 29 Metro Metro Board Report Los Angeles County Metropolitan Transportation Authority One Gateway Plaza 3rd Floor Board Room Los Angeles, CA File#: 2015-0511, Version: 1 AD HOC CONGESTION REDUCTION COMMITTEE

More information

ADVERTISEMENT FOR SUBCONTRACTOR QUALIFICATION AND ADVERTISEMENT FOR PROPOSALS OF DESIGN BUILD SUBCONTRACTORS (DB SUBCONTRACTORS)

ADVERTISEMENT FOR SUBCONTRACTOR QUALIFICATION AND ADVERTISEMENT FOR PROPOSALS OF DESIGN BUILD SUBCONTRACTORS (DB SUBCONTRACTORS) ADVERTISEMENT FOR SUBCONTRACTOR QUALIFICATION AND ADVERTISEMENT FOR PROPOSALS OF DESIGN BUILD SUBCONTRACTORS (DB SUBCONTRACTORS) PROJECT NOTICE DPR Construction, hereinafter called DPR, intends to award

More information

City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station

City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station The City of Santaquin (the City ) hereby requests competitive proposals from qualified consultants

More information

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE St. Charles County Ambulance District Base 3 & Training Facility Construction 4169 Old Mill Parkway St. Peters, MO 63376 September

More information

Western Riverside Council of Governments Western Riverside County Climate Action Plan Existing Conditions Memorandum

Western Riverside Council of Governments Western Riverside County Climate Action Plan Existing Conditions Memorandum Western Riverside Council of Governments Western Riverside County Climate Action Plan Existing Conditions Memorandum This memorandum assesses existing activities within Western Riverside Council of Governments

More information

BID THRESHOLD AND QUOTES

BID THRESHOLD AND QUOTES April 27 th & 28 th, 2016 As Presented By: Matthew Cavallo, Township Manager for the Township of Verona & Gerald T Reiner Jr., Purchasing Agent for the County of Bergen BID THRESHOLD AND QUOTES Jurisdiction

More information

Notice to Bidders Page 1 of 6

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

More information

REQUEST FOR PROPOSALS FOUR YEAR CONTRACT FOR TEMPORARY EMPLOYEE SERVICES BID NO: Addendum 1: August 16, 2018

REQUEST FOR PROPOSALS FOUR YEAR CONTRACT FOR TEMPORARY EMPLOYEE SERVICES BID NO: Addendum 1: August 16, 2018 REQUEST FOR PROPOSALS FOUR YEAR CONTRACT FOR TEMPORARY EMPLOYEE SERVICES BID NO: 18-2050 : August 16, 2018 has been issued to address the following: 1. Modify one requirement to the Scope of Service. 2.

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

REQUEST FOR PROPOSALS (RFP) AUDIO/VIDEO SYSTEM Design, Procurement and Installation Lemont-Bromberek School District 113A

REQUEST FOR PROPOSALS (RFP) AUDIO/VIDEO SYSTEM Design, Procurement and Installation Lemont-Bromberek School District 113A Introduction Lemont- Bromberek School District 113A is soliciting proposals from qualified vendors to provide an Audio/Video solution that includes the System in all three buildings within the district.

More information

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

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

More information

THE NARRAGANSETT ELECTRIC COMPANY GENERAL STREET AND AREA LIGHTING SERVICE (S-14) RETAIL DELIVERY SERVICE

THE NARRAGANSETT ELECTRIC COMPANY GENERAL STREET AND AREA LIGHTING SERVICE (S-14) RETAIL DELIVERY SERVICE Sheet 1 AVAILABILITY General Street and Area Lighting Service is available under this rate to any city, town, governmental entity, or other public authority hereinafter referred to as the Customer, in

More information

RFP STREET LIGHT LED RETROFIT. To all Bidders: January 16, 2018

RFP STREET LIGHT LED RETROFIT. To all Bidders: January 16, 2018 ADDENDUM NO. 1 RFP-5330-147 STREET LIGHT LED RETROFIT To all Bidders: January 16, 2018 The following changes/deletions/additions are hereby made as part of the Request for Proposal document for the Street

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

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 2 DATE: December 28, 2011 RE: RFP NUMBER: RFP TITLE: ITS Equipment Replacement in Broward County OPENING OF TECHNICAL PROPOSAL DATE: January 5, 2012 Notice

More information

AGENDA STAFF REPORT. CLERK OF THE BOARD Pending Review COUNTY COUNSEL REVIEW. Approved Agreement to Form. Current Year Cost: NI A

AGENDA STAFF REPORT. CLERK OF THE BOARD Pending Review COUNTY COUNSEL REVIEW. Approved Agreement to Form. Current Year Cost: NI A Agenda Item AGENDA STAFF REPORT ASR Control 16-001333 MEETING DATE: 02/14/ 17 LEGAL ENTITY TAKING ACTION: Board of Supervisors BOARD OF SUPERVISORS DISTRICT(S): 2 SUBMITTING AGENCY/DEPARTMENT: John Wayne

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

ADVERTISEMENT FOR QUALIFICATION AND PROPOSALS OF DESIGN/BUILD TRADE PARTNERS

ADVERTISEMENT FOR QUALIFICATION AND PROPOSALS OF DESIGN/BUILD TRADE PARTNERS ADVERTISEMENT FOR QUALIFICATION AND PROPOSALS OF DESIGN/BUILD TRADE PARTNERS PROJECT NOTICE Skanska USA Inc. hereinafter called SKANSKA, intends to award design-build subcontracts to HVAC, Electrical,

More information

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary A D D E N D U M 1 TO All Plan Holders ISSUE DATE 20 January 2017 PROJECT # 15-028 REGARDING Switchgear Replacement NARRATIVE PAGES 1 15-02812 KVa Switchgear Replacement Project SPECIFICATION PAGES 10 DRAWING

More information

LAKELAND AREA MASS TRANSIT DISTRICT (LAMTD) Office of Purchasing and Contracts P.O. Box 1687, Lakeland Florida AMENDMENT OF SOLICITATION

LAKELAND AREA MASS TRANSIT DISTRICT (LAMTD) Office of Purchasing and Contracts P.O. Box 1687, Lakeland Florida AMENDMENT OF SOLICITATION LAKELAND AREA MASS TRANSIT DISTRICT (LAMTD) Office of Purchasing and Contracts P.O. Box 1687, Lakeland Florida 33802 AMENDMENT OF SOLICITATION 1. SOLICITATION No. 12-006 2. AMENDMENT No. 1 3. EFFECTIVE

More information

How many people does it take to procure a light bulb?: The impact of maintenance v. construction

How many people does it take to procure a light bulb?: The impact of maintenance v. construction How many people does it take to procure a light bulb?: The impact of maintenance v. construction Presented by: Sarah W. Langlois Partner, Rogers Morris & Grover, LLP Jim Owens Retired School Facilities

More information

REQUEST FOR PROPOSALS AUDIT

REQUEST FOR PROPOSALS AUDIT REQUEST FOR PROPOSALS 2017-18 AUDIT PROFESSIONAL AUDIT SERVICES ANNUAL FINANCIAL STATEMENT PROPOSAL DEADLINE DATE Tuesday, February 6, 2018 at 3:00pm SUBMIT PROPOSAL TO: Ahmad Sheikholeslami Chief Business

More information

ADDENDUM NO. 1. Date: January 11, for. RFQ for Design-Build Entity, Health Center/ Concession Project at Irvine Valley College. BID No.

ADDENDUM NO. 1. Date: January 11, for. RFQ for Design-Build Entity, Health Center/ Concession Project at Irvine Valley College. BID No. ADDENDUM NO. 1 Date: January 11, 2017 for RFQ for Design-Build Entity, Health Center/ Concession Project at Irvine Valley College BID No. 332 South Orange County Community College District General-All

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

VILLAGE OF MALONE REQUEST FOR PROPOSALS SUBMISSION DEADLINE: 3:00 PM Friday, January 5, 2018

VILLAGE OF MALONE REQUEST FOR PROPOSALS SUBMISSION DEADLINE: 3:00 PM Friday, January 5, 2018 VILLAGE OF MALONE REQUEST FOR PROPOSALS GEOGRAPHIC INFORMATION SERVICES (GIS) IN SUPPORT OF NEW YORK STATE ARCHIVES LOCAL GOVERNMENT RECORDS MANAGEMENT IMPROVEMENT FUND (LGRMIF) GRANT SUBMISSION DEADLINE:

More information

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 01. Terminal D Expansion Joints Rehabilitation CONTRACT NO

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 01. Terminal D Expansion Joints Rehabilitation CONTRACT NO DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 01 Terminal D Expansion Joints Rehabilitation CONTRACT NO. 9500663 February 15, 2019 The Request for Bids for the above is hereby revised as follows:

More information

PROJECT MANUAL BID DOCUMENT 95% REVIEW CHECKLIST PROJECT BID NO EPWU PEM. CONSULTANT SUBMITTED ON / / as a 95% (A) original

PROJECT MANUAL BID DOCUMENT 95% REVIEW CHECKLIST PROJECT BID NO EPWU PEM. CONSULTANT SUBMITTED ON / / as a 95% (A) original PROJECT BID NO EPWU PEM CONSULTANT SUBMITTED ON / / as a 95% (A) original RESUBMITTED ON / / as a 95% (B) revision 1.0 FRONT COVER 1.1 1.2 1.3 1.4 Title begins with location key words, otherwise with program/project

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

REQUEST FOR PROPOSALS (RFP) Design Services for District Heat Distribution System

REQUEST FOR PROPOSALS (RFP) Design Services for District Heat Distribution System REQUEST FOR PROPOSALS (RFP) Design Services for District Heat Distribution System Issued by the City of Montpelier, Vermont Department of Planning and Community Development Responses Due: August 12, 2011,

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

Labor Compliance Department Los Angeles Unified School District

Labor Compliance Department Los Angeles Unified School District October 2017 1 Labor Compliance Department Los Angeles Unified School District LAUSD has been monitoring its construction sites since February 1985. The LAUSD Labor Compliance Program was enacted on January

More information

PHARMACY BENEFIT MANAGEMENT (PBM) SERVICES

PHARMACY BENEFIT MANAGEMENT (PBM) SERVICES STATE OF ALASKA Department of Administration Division of Retirement and Benefits PHARMACY BENEFIT MANAGEMENT (PBM) SERVICES RFP 180000053 Amendment #1 February 9, 2018 This amendment is being issued to

More information

Q1. Can you please tell me if there is a plan-holders list posted for RFP 3512R02? A1: There is no plan-holders list.

Q1. Can you please tell me if there is a plan-holders list posted for RFP 3512R02? A1: There is no plan-holders list. Q1. Can you please tell me if there is a plan-holders list posted for RFP 3512R02? A1: There is no plan-holders list. Q2. Is prequalification required for the prime contractor and their subcontractors?

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) GENERAL CONTRACTOR RENOVATIONS TO OPERATIONS OFFICE M&T BANK STADIUM MSA Project No. 19-013 ISSUE DATE: October 9, 2018 MARYLAND STADIUM AUTHORITY

More information

Climate Action Plan For Western Riverside County

Climate Action Plan For Western Riverside County Climate Action Plan For Western Riverside County Western Riverside Council of Governments 4080 Lemon Street, 3rd Floor MS 1032 Riverside, CA 92501 (951) 955-7985 www.wrcog.cog.ca.us Why Prepare a Climate

More information

Gainesville Technical Center 5399 Wellington Branch Drive Gainesville VA Phone (703)

Gainesville Technical Center 5399 Wellington Branch Drive Gainesville VA Phone (703) Gainesville Technical Center 5399 Wellington Branch Drive Gainesville VA 20155 Phone (703) 754-6750 Work Request # UNDERGROUND DISTRIBUTION FACILITIES AGREEMENT (FOR COMMERCIAL CUSTOMER) Developer/Builder/Owner

More information

Bowman Outside Plant Splicing Project

Bowman Outside Plant Splicing Project Title and Summary Request for Best Value Bid ( RFB ): RFBVB Title: RFB Publication: RFB Composition: RFB Amendments: Contracting Entity: No. FY13 0116 Bowman Outside Plant Splicing Project As follows:

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

Highway / Utility Guide

Highway / Utility Guide Oregon Department of Transportation Highway Division Right of Way Section Highway / Utility Guide Railroad & Utilities Unit Right of Way Section STATEMENT OF PURPOSE It is important to understand that

More information

HOUSING OPPORTUNITIES COMMISSION OF MONTGOMERY COUNTY DAVIS BACON ACT GUIDELINES

HOUSING OPPORTUNITIES COMMISSION OF MONTGOMERY COUNTY DAVIS BACON ACT GUIDELINES HOUSING OPPORTUNITIES COMMISSION OF MONTGOMERY COUNTY DAVIS BACON ACT GUIDELINES The purpose of this Davis Bacon Act Guideline ( Guideline ) is to implement the applicable provisions of the Davis Bacon

More information

LOCAL GOVERNMENT PARTNERSHIP CITY OF BEAUMONT

LOCAL GOVERNMENT PARTNERSHIP CITY OF BEAUMONT LOCAL GOVERNMENT PARTNERSHIP CITY OF BEAUMONT 2009-2011 Program Cycle Abstract DATED: MARCH 10, 2008 PART 1. PARTNER INFORMATION a) City of Beaumont b) New Local Government Partner b) Contact: Kelsey DeForge

More information

TEXAS TECH UNIVERSITY HEALTH SCIENCES CENTER MEDICAL SCIENCE BUILDING II EARLY GMP SUB SELECTION REQUEST FOR PROPOSAL

TEXAS TECH UNIVERSITY HEALTH SCIENCES CENTER MEDICAL SCIENCE BUILDING II EARLY GMP SUB SELECTION REQUEST FOR PROPOSAL TEXAS TECH UNIVERSITY HEALTH SCIENCES CENTER MEDICAL SCIENCE BUILDING II El Paso, Texas EARLY GMP SUB SELECTION REQUEST FOR PROPOSAL for the BUILDING CONCRETE GLASS AND GLAZING FIRE SPRINKLER MECHANICAL

More information

CUSTOMER NAME Security Awareness Education Request for Proposal. Program Content & Hosting Services Date

CUSTOMER NAME Security Awareness Education Request for Proposal. Program Content & Hosting Services Date CUSTOMER NAME Security Awareness Education Request for Proposal Program Content & Hosting Services Date Contents SAE Project Overview... 3 SAE Vendor Qualifications... 3 Project Milestones... 3 CUSTOMER

More information

CHAPTER 12: LABOR STANDARDS

CHAPTER 12: LABOR STANDARDS CHAPTER 12: LABOR STANDARDS CHAPTER PURPOSE & CONTENTS This chapter provides states with general information on labor standards as these requirements apply to CDBG-funded construction work. The following

More information

Commercial Lighting Renovation Guide

Commercial Lighting Renovation Guide A GUIDE TO MAXIMIZE LIGHTING EFFICIENCY Commercial Lighting Renovation Guide How to confidently select your lighting contractor, select products and maximize lighting efficiency in your facility. Unless

More information

ADVERTISEMENT FOR QUALIFICATION AND PROPOSALS OF DESIGN/ASSIST TRADE PARTNER

ADVERTISEMENT FOR QUALIFICATION AND PROPOSALS OF DESIGN/ASSIST TRADE PARTNER ADVERTISEMENT FOR QUALIFICATION AND PROPOSALS OF DESIGN/ASSIST TRADE PARTNER PROJECT NOTICE Skanska USA Inc. hereinafter called SKANSKA, intends to award a design-assist subcontract to a Framing & Drywall

More information

Metro. Board Report. File #: , File Type: Contract Agenda Number: 25.

Metro. Board Report. File #: , File Type: Contract Agenda Number: 25. Metro Board Report Los Angeles County Metropolitan Transportation Authority One Gateway Plaza 3rd Floor Board Room Los Angeles, CA File #: 2015-0690, File Type: Contract Agenda Number: 25. AD-HOC CONGESTION

More information

Section 6: Returnable Bidding Forms / Checklist

Section 6: Returnable Bidding Forms / Checklist Section 6: Returnable Bidding Forms / Checklist This form serves as a checklist for preparation of your Proposal. Please complete the Returnable Bidding Forms in accordance with the instructions in the

More information

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Replacement of Manual Trolley Switch System Phase 1

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Replacement of Manual Trolley Switch System Phase 1 CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS This is an Invitation for Bids (IFB) for the following public work: Replacement of Manual Trolley Switch System Phase

More information

REQUEST FOR PROPOSAL WAYFINDING SIGN DESIGN AND FABRICATION FOR THE CITY OF SALIDA, COLORADO

REQUEST FOR PROPOSAL WAYFINDING SIGN DESIGN AND FABRICATION FOR THE CITY OF SALIDA, COLORADO REQUEST FOR PROPOSAL WAYFINDING SIGN DESIGN AND FABRICATION FOR THE CITY OF SALIDA, COLORADO I. INVITATION AND INTENT The City of Salida invites all interested, qualified persons or firms capable of providing

More information

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

Township of Severn REQUEST FOR PROPOSAL. Architectural & Professional Services Fire Station Replacement

Township of Severn REQUEST FOR PROPOSAL. Architectural & Professional Services Fire Station Replacement Township of Severn REQUEST FOR PROPOSAL Architectural & Professional Services Fire Station Replacement Deadline for proposal submission is June 15, 2017 at 2:00 p.m. Contact Person: Tim Cranney Director

More information