Western Municipal Water District Request for Proposals (RFPs) Professional Services for La Sierra Pipeline Project

Size: px
Start display at page:

Download "Western Municipal Water District Request for Proposals (RFPs) Professional Services for La Sierra Pipeline Project"

Transcription

1 Page 1 of 11 Western Municipal Water District Request for Proposals (RFPs) Professional Services for La Sierra Pipeline Project Western Municipal Water District (WMWD) invites the submittal of written proposals from qualified engineering consulting firms interested in providing pipeline, pump stations and chloramination station design services for the La Sierra Pipeline Project in the City and County of Riverside. Interested firms shall submit proposals in PDF format (10 MB file size limit) to Jimmy Chen at jchen@wmwd.com. Proof of on-time submittals will be confirmed with a response from Western. Excluding cover letter, table of contents, resumes, cost and financial data, be limited to 30 single sided, single spaced, and 10 point font size minimum. Submittals shall be addressed as follows: Jimmy Chen, Principal Engineer La Sierra Pipeline Project Engineering Division Western Municipal Water District Meridian Parkway, CA The submittal of the proposal is due no later than 10:00 AM on April 23, The Consultant s Fee Proposal shall be submitted in a separate marked with Fee Proposal clearly on the subject line. There will be a mandatory Pre-proposal Meeting at WMWD Main Conference Room 120 at 10:00 AM on March 25, A job walk will follow Pre-proposal Meeting. The time period to submit questions regarding the request for proposals and/or the project ends at 10:00 AM on April 14, WMWD will issue addenda to the request for proposals if any no later than April 16, Background The La Sierra Pipeline Project will convey potable water from WMWD s Arlington Desalter (AD) to serve the needs of WMWD s Riverside Distribution Service Area. The completion of pipeline and pump stations will reduce the region s dependency on imported water from the Metropolitan Water District of Southern California s Mills Treatment Plant (MTP) and increase water supply reliability. The Final Programmatic EIR (PEIR) for Riverside-Corona Feeder Project (RCF), which La Sierra Pipeline is a component of, was certified in May, Due to pipeline realignment needs, a Final Supplemental EIR/EIS (Exhibit A) that augmented the original PEIR was completed by Albert A. Webb Associates (Webb) in February, Therefore, the scope doesn t include CEQA document. At this time WMWD is not actively pursuing RCF except La Sierra Pipeline Project. 1

2 Page 2 of 11 WMWD retained Webb to do a planning level study of Reaches E/F/G of the RCF Project in Refer to Exhibit A for the alignment of Reaches E/F/G. The result of the study is the La Sierra and Cleveland Pipeline Project Study Report (Report) dated October, 2009 (Exhibit B). The Report outlines alignment alternatives of La Sierra Pipeline and Cleveland Pipeline. Interested consultants are notified that site conditions may have changed after the Report completed in For example the planned high school at the intersection of Pierce and Indiana was built and Indiana in front of the high school was widened. The selected alignment back then may not be the most feasible one now. Kennedy/Jenks Consultants (KJ) was requested to prepare a conceptual planning-level cost estimates for design, construction, and operation for La Sierra Pipeline Project alternatives in KJ presented cost estimates to WMWD in a memorandum dated Jun 15, 2012 (Exhibit C). WMWD requires that the consultant s proposal shall include consideration for complete the plans, specifications, and estimates (PS&E) for both modified Option B (capable of transporting a minimum of 20 cubic feet per second flow (cfs) and Option C on KJ s memorandum. Carollo Engineers completed the Arlington Desalter Expansion Site Master Plan and Preliminary Design Report (PDR) in February, 2010 (Exhibit D). The PDR further identifies final and interim pipeline and facility configurations at AD and future Lake Mathews Water Treatment Plant (WTP) product water clearwell. However, for this RFP Lake Mathews WTP will not be considered. The design at both pump stations shall have provisions to convert from interim to final configurations. Scope of La Sierra Pipeline Project The Pipeline Design Project includes approximately: Modified Option B (KJ s Option B with 20 cfs flow capacity): 24 Diameter Pipeline 25,000 LF 36 Casing for Railroad and Canal Crossings 350 LF 3,500 HP (approx.) Pump Station at AD 1 EA (Station 1) 750 HP (approx.) Pump Station at La Sierra Tank Site 1 EA (Station 2) Option C: 24 Diameter Pipeline 25,000 LF 36 Casing for Railroad and Canal Crossings 350 LF 975 HP Pump Station at AD 1 EA (Station 1) 225 HP Pump Station at La Sierra Tank Site 1 EA (Station 2) Modified Option B aims to provide 20 cfs for one month in case that MTP shuts down. It pumps 3,500 acre feet per year (AFY) baseline flow from WMWD s AD daily. The pumping of baseline flow shall run mostly at night. The design of baseline flow pumping shall consider demand fluctuation between high and low seasons. Assume Low demand is about 60% of high demand. Option C conveys baseline flow only. 2

3 Page 3 of 11 Referring to Exhibit B, there are three (3) reaches in this Pipeline. Reach 1 starts from AD to AD Turnout for a distance of 2,150 feet. Reach 2 is from AD Turnout to La Sierra Turnout for a distance of 11,400 feet. Reach 3 is from La Sierra Turnout to La Sierra Tank and MGL for a distance of 10,200 feet. Interested consultant is made aware that this alignment is not final and is encouraged to study alternative alignment design. On Reach 1 pipeline will cross the Riverside County Flood Control &. Water Conservation District (RCFC&WCD) channel and BNSF railroad in Pierce Street. On Reach 2, there is a RCFC&WCD channel crossing in Indian Avenue. Installing 36 casings at the crossings requires jack and bore construction. Consultant shall design the number of pumps at Station 1 with one as a spare pump for Modified Option B. However, Station 1 has three (3) 350 HP pumps with one as a spare pump per Option C. Total Discharge Head (TDH) is 825 feet for this station. Station 1 needs to convey water from AD to both existing AD-Norco pipeline and La Sierra Pipeline. Due to the high lift, pumps should be designed for efficiency and energy savings. Consultant shall design the number of pumps at Station 2 with one as a spare pump for Modified Option B. Station 2 has three (3) 75 HP pumps with one as a spare pump per Option C. TDH for station 2 is estimated to be 136 feet. To match water quality within the Western Distribution system, a chloramination facility is proposed to treat water as it enters La Sierra Tank and MGL. This chloramination facility will be located within Station 2 site. Station 2 will be located on a WMWD owned property near La Sierra Tank and MGL (Exhibit F). Station 2 discharges water into MGL and La Sierra Tank. Choosing pumps for this station needs to consider pressure variation in MGL. It is suspected that electrical power provided by Riverside Public Utilities (RPU) at Station 1 is not sufficient at peak power demand, therefore; the consultant needs to coordinate with RPU to improve electrical capacity. WMWD operates its facilities through a SCADA system. The new pipeline, pump stations and chloramination facility will need to be integrated into WMWD SCADA system. The capability to power both pump stations with electric power (RPU for Station 1 and SCE for Station 2) and/or natural gas (Shell Oil and Southern California Gas) shall be evaluated and included in the design if feasible. At some of WMWD large pump stations, pumps run on natural gas and use electrical drives as backup to reach maximum energy efficiency. Description of Services Requested The selected consultant shall research as-built drawings and right-of-way documents from various public agencies and private institutions, investigate field topographic, geographic, developments, and street traffic conditions, and prepare PS&E documents for 3

4 Page 4 of 11 public bidding. The consultant will assist WMWD in the bidding process and during the construction. The following are the anticipated scope of services: Task 1. Project Administration and Multi-Agency Coordination Kick-off Meeting Upon receipt of a written Notice to Proceed from WMWD, consultant shall conduct a kick-off meeting with WMWD, inviting agencies in the City and County of Riverside, and private entities such as Southern California Gas, Shell Oil, SCE, communication and cable companies, and BNSF and RCTC Railroads, to review the scope of the project, develop project schedule, and confirm deliverables. The project schedule shall include each task and subtasks, milestones, critical path designation and a schedule for progress meeting. Multi-Agency Coordination The pipeline alignment is in public streets owned by the City of Riverside and County of Riverside. There are existing public utilities in these streets. There are crossings to RCFC&WCD flood channels and BNSF and RCTC railroads. Some possible alignment alternatives run along RCFC&WCD flood channels. It is very important to coordinate with these entities and get their approval (permits) before survey, geotechnical exploration, and construction can be started. Communication with adjacent property owners, community groups and elected officials will be coordinated through WMWD s Project Manager and Community Affairs Department. Project Milestone/Monthly Meetings Consultant shall prepare a project execution schedule with major milestones to WMWD Project Manager for approval. Consultant shall prepare and present regular Project progress report to WMWD staff each month or as otherwise agreed upon with WMWD s Project Manager. Consultant shall make sure to invite proper public agencies or private parties to the meeting. Consultant is responsible for organizing these meetings including preparing agenda, compiling meeting minutes and distributing the minutes to all attendees or as required. Project Community Meeting The Consultant may be required to attend community outreach meetings and making presentations on the Project. The community outreach meetings may require Consultant to outline the purpose of the Project and to receive input from the community. The community meetings may require the Consultant to present the proposed design including staging and traffic remediation during construction. Input from community meetings will be incorporated into the final design as needed. 4

5 Page 5 of 11 Task 2. Utility Documentation, ROW, Property and Utility Research Consultant shall conduct thorough research to obtain all available utility documents within the Project area. Consultant shall be responsible for researching all applicable agency and utility company records. Consultant shall conduct field research to collect visible information of project sites. Consultant shall be responsible for preparing a complete list of all underground (U/G) and aboveground (A/G) utilities and facilities in the Project area. Consultant shall work with all U/G and A/G utility owners in obtaining these entities next five (5) years facility improvement projects and schedules. Consultant shall research and develop, in consultation with the Project Manager, a best fitted site layout for the proposed Stations including room for the future Arlington Desalter Expansion. Upon completion of research Consultant shall prepare a comprehensive utility and property map including near and long term facilities. Consultant shall prepare a complete list of utility documents found and these shall be referenced in the plans and specifications. Consultant shall assist WMWD to prepare easement documents and/or public ROW encroachment permit applications for the proposed pipeline and to record easement documents with County Recorder s Office. Task 3. Potholing and Geotechnical Exploration Consultant shall be responsible for developing a potholing plan for locating and profiling existing U/G utilities, and when approved by WMWD, will be responsible for conducting the required potholing. Consultant shall be responsible for preparing traffic control plans for potholing work and obtain approvals from City and County Traffic Engineers. Consultant shall submit Potholing Report describing all findings in PDF format electronically. Consultant shall be responsible for developing a Geotechnical Exploring and Test Plan for the pipeline alignment, and structures. Upon approval from WMWD, Consultant shall conduct geotechnical exploring and tests per the Plan. Consultant shall prepare traffic control plans for geotechnical exploration and shall work with City and County Traffic Engineers to obtain street work permits. Consultant shall record the findings during the exploration and testing and prepare a Geotechnical Exploration and Test Report including recommendation. Consultant shall Submit the report in PDF format electronically to WMWD. Task 4. Preliminary Design Upon completing record document research, field data collection, potholing, and geotechnical exploration, Consultant shall compile all gathered information and 5

6 Page 6 of 11 prepare Preliminary Design Plans. Preliminary Design shall include recommended alignment of the pipeline, location and configuration of pump stations and chloramination station. Consultant shall further explore alternatives for pipeline alignment, pump station location and configuration within and outside of the reports mentioned in the Background section. Consultant shall prepare alternative designs and life cycle cost estimates for different alternatives and configurations. Consultant shall prepare hydraulic analysis. Consultant shall update KJ s cost estimate for construction and calculate the cost estimate for the cost per acre-foot of water delivered to WMWD s water distribution system including water commodity, financing, operation, maintenance, and replacement costs. Consultant shall recommend the best alternative to WMWD and prepare the Preliminary Design and cost estimate based on the recommended alternative. Consultant shall submit Preliminary Design in PDF electronically. Consultant shall submit Preliminary Design to agencies that request to review the Preliminary Design in the format they request. WMWD will review and comment on the submitted Preliminary Design. WMWD may request Consultant to supplement more information or modify the Preliminary Design. After the Preliminary Design is approved by WMWD, Consultant shall proceed with Detailed Design. Task 5. Detailed Design With Preliminary Design review comments from WMWD and other entities, Consultant shall prepare Detailed Design PS&E for the proposed La Sierra Pipeline Project. Plans shall be prepared using computer aided design software (eg. AutoCAD or Microstation) and shall be printed on size 36x24 paper. Final plan submittal shall be signed by a California Registered Professional Engineer in each corresponding discipline. Plans shall include construction staging concept and construction traffic control plans. Consultant shall submit the Detailed Design plans including traffic control plans to agencies for required permit application and approval. The General Conditions shall follow Western s format. The Special Conditions and Technical Specifications shall be prepared based on CSI specification format. WMWD will review the submitted PS&E, provide comments, and request revisions until it is in compliance with WMWD s Standards and Policies. Task 6. Final PS&E Upon approval of Detailed Design PS&E from WMWD and receiving permits from agencies, Consultant shall prepare the Final PS&E for bid. The final bid package shall include plans, specifications and required appendices. 6

7 Page 7 of 11 Task 7. Assistance in Bidding and Construction Consultant shall coordinate with plan rooms to distribute Plans and Specifications to prospected contractors. During bidding period, contractors may have questions on the plans and specifications. Consultant shall assist WMWD staff to answer questions from prospected contractors and attend the Pre-bid Meeting. After bids are opened, Consultant shall prepare bid analysis, verify contractor information, and make recommendations to WMWD regarding the apparent low bidder. Consultant shall attend the bid opening and read the bids. Consultant is responsible for reviewing and making recommendations to WMWD staff as to respond to contractor on Request for Informations submitted from contractor during construction period. Consultant shall attend the Pre-construction Meeting and construction progress meetings if required by WMWD Project Manager. Consultant shall create logs identifying each submittal and RFI, the date the submittal or RFI were submitted, the resolution to each submittal or RFI and the date the resolution was submitted back to WMWD s Project Manager and Contractor. Consultant will review submittals, RFI s, and shop drawings during construction when forwarded by WMWD s Project Manager. Consultant may be requested to visit construction site to resolve construction issues. WMWD may choose to use EADOC platform for construction document management. This includes the handling of submittals, RFI s, correspondents, etc. Consultant shall have the capability to use EADOC. Task 8. As-builts Preparation Upon receipt and acceptance of the field as-built construction drawings from WMWD s Project Manager, Consultant shall prepare Final As-builts incorporating any changes that occurred during the construction. Consultant shall submitted Final As-builts to WMWD in mylars and PDF electrically. Final Asbuilts shall be signed by a California Registered Professional Engineer in each corresponding discipline. Additional Services Consultant is encouraged in its proposals to identify any additional work that is not specified in this Scope of Work that would be, in its opinion, necessary to complete the Project as defined herein. Consultant may propose additional services that in its opinion will improve the efficiency and quality of the project. If identified, the Additional Work or Services must be included in the proposal but separated out in the Consultant s Fee Schedule. 7

8 Page 8 of 11 Proposal Format Firms shall structure their proposals to respond to the following selection criteria: 1. Overview of the Company: Provide an overview of the prime firm, including major services provided, size of the firm, location and size of the branch office if any at which work may be performed. List recently completed projects, involving consulting services similar to those being requested in the Scope of Work, by the prime or sub consultants. Detail specific experience and explain how it is applicable to the type of work as outlined in the Scope of Work. For each project listed, include the client s name, dates the work was performed, client references and specific details of the firms participation and individual responsibilities on the Project. 2. Project Team and Organization and Team Experience: Provide an organization chart detailing the proposed Project team and its structure. Provide a list of proposed sub-consultants, their office locations and work proposed to be performed at those offices. Provide brief summary of key personnel, citing their qualifications and professional experiences relevant to the proposed services. Emphasize education, licenses, certifications, and technical experience. Work experiences shall identify the year, job title, and the firm of employment at the time the work was done. Detailed resumes, if submitted, should be included in the appendices to the proposal but not counted in the 30 page limit. 3. Understanding of the Project: Discuss firms understanding of the technical issues and types of services needed to complete the work as outlined in the Scope of Work. Identify any challenges that could be faced during the execution of the work, and discuss approaches in dealing with them. Include discussion of any challenges or other project delivery issues that may affect the successful completion of the Project. 4. Project Management and QA/QC Approach: Describe your approach to managing proposed Project Team. Provide a preliminary project schedule with your proposal identifying all tasks specified in the RFP, and break tasks into subtasks if relevant. Include a brief discussion of your standard project delivery and/or project management methods and how you will ensure completion of the project within the agreed upon time frames and budget limit. Describe the firm s quality control and quality assurance program and discuss how you will apply it to the Project. 5. Fee Proposal and Fee Schedule: 8

9 Page 9 of 11 Include a Time and Material fee proposal with a Not-to-Exceed maximum amount to cover the entire Scope of Work requested. Break tasks into subtasks to better manage schedule and cost. Prepare fee proposal using a spreadsheet similar to schedule of value with resources assigned to each task or subtask. Refer to Exhibit E for a sample schedule of value. Submit hourly rates of project team members and specified the applicable periods. Describe how the rates will be escalated if applicable during the execution of the Project. Submit the Fee Proposal separately from your project proposal. Proposal Evaluation The proposals will be evaluated based upon the following criteria: Company Qualification (25%): This includes Overview of the Company and relevant experiences of the consultant and sub-consultants. Proposed Team Qualifications (25%): This includes team organization and experiences of key project team members. Understanding of the Project and Level of Efforts (25%): This includes level of understanding the project issues and challenges that will be demonstrated in the proposal. Project Management and QA/QC (25%): This demonstrates how the consultant s project management approaches are applied to the project to complete it within schedule and budget. QA/QC guarantees WMWD will receive quality product with the money spent. The primary evaluation criteria used by WMWD are as outlined above. Though this is not a competitive bid process based on price alone, the review panel may review the cost estimates prior to ranking the proposal submissions. After selection of the prospective consultant deemed most qualified, Western will initiate negotiations. If an acceptable contract cannot be reached with the prospective consultant deemed most qualified, WMWD may then negotiate with the next most qualified prospective consultant. WMWD reserves the right, after opening the proposals, to reject any or all proposals, or to accept proposal(s) that in its sole judgment are in the best interest of WMWD. In case that more than one consultant is considered extremely well qualified and responsive, WMWD may elect to generate a short list and have oral presentations with the short-listed consultants. Insurance and Contractual Requirements WMWD requires insurance policy endorsement form (or a certified copy of an insurance policy providing the same provisions as the endorsement forms) be submitted and approved before the contract can be executed. If a selected consultant is not able to provide the insurance requirements, WMWD reserves the right to immediately cancel consultant s selection, and select another consultant to perform this work. 9

10 Page 10 of 11 Consultant shall purchase and maintain during the execution of the Project coverages of: Commercial General Liability Insurance, of at least $1,000,000 per occurrence/ $2,000,000 aggregate for bodily injury, personal injury and property damage, at least as broad Insurance Services Office (ISO) Commercial General Liability coverage (Occurrence Form CG 0001); and Automobile Liability Insurance for bodily injury and property damage including coverage for owned, non-owned and hired vehicles, of at least $1,000,000 per occurrence for bodily injury and property damage, at least as broad as ISO Form Number CA 0001 (ed. 6/92) covering automobile liability, Code 1 (any auto); Workers Compensation Insurance of at least $1,000,000 per occurrence, in compliance with applicable statutory requirements and Employer's Liability Coverage. Insurance carriers shall be authorized by the Department of Insurance, State of California, to do business in California and maintain an agent for process within the state. Such insurance carrier shall have not less than an "A-"; "Class VII" according to the latest Best Key Rating unless otherwise approved by the District; and Professional Liability (Errors and Omissions) coverage of $1,000,000 per claim. Subconsultants and subcontractors of Consultant are required to have the same coverage as the Consultant. It is Consultant s responsibility to ensure that any subconsultant or subcontractor have obtained the proper insurance coverages. A copy of the typical contract language that WMWD requires is included in Appendix A. You proposal should indicate any concerns that your firm will have with this language or if the terms are acceptable. Attachments: Exhibit A Excerpt of the Final Supplemental EIR/EIS, February, 2012 Exhibit B Excerpt of the Study Report, La Sierra and Cleveland Pipeline Project, Albert A. Webb Associates, October, 2009 Exhibit C Memorandum, Planning-Level Project Capital and Operating Cost for Riverside Corona Feeder Connection Options, Kennedy/Jenks Consultants, June 15, 2012 Exhibit D Excerpt of the AD Expansion Site Master Plan and Preliminary Design Report, February, 2010 Exhibit E Sample Schedule of Value Exhibit F Pump Station 2 Location Map 10

11 Page 11 of 11 Appendix A WMWD Sample Contract Appendix B Arlington Desalter Drawings Appendix C MGL Drawings Appendix D La Sierra Tank Drawings Appendix E La Sierra Trunk Sewer Drawings Appendix F La Sierra Trunk Sewer Geotechnical Report (As-builts will be made available to prospected consultants after the mandatory Preproposal meeting) 11

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR DESIGN OF RECHARGE BASIN ON VICTORIA SITE

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR DESIGN OF RECHARGE BASIN ON VICTORIA SITE REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR DESIGN OF RECHARGE BASIN ON VICTORIA SITE General Provisions Western Municipal Water District (WMWD) requests a qualified Design Consultant

More information

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE ROOF AND HVAC REPLACEMENT PROJECT PW1320

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE ROOF AND HVAC REPLACEMENT PROJECT PW1320 REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE 2015 2016 ROOF AND HVAC REPLACEMENT PROJECT PW1320 Issued by: City of Stockton Public Works Department 22 E. Weber Avenue, Room 301 Stockton, CA 95202

More information

REQUEST FOR PROPOSALS

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

More information

Request for Proposals and Bids for Civil Engineering Services for Off-site Improvements for a Residential Neighborhood

Request for Proposals and Bids for Civil Engineering Services for Off-site Improvements for a Residential Neighborhood Request for Proposals and Bids for Civil Engineering Services for Off-site Improvements for a Residential Neighborhood The Quinault Indian Nation (QIN) is pleased to present a Request for Proposal and

More information

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

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

More information

SCRRA RIGHT-OF-WAY ENCROACHMENT PROCESS

SCRRA RIGHT-OF-WAY ENCROACHMENT PROCESS SCRRA RIGHT-OF-WAY ENCROACHMENT PROCESS MARCH 2017 SCRRA RIGHT-OF-WAY ENCROACHMENT PROCESS 1.0 General A. All work activities within the SCRRA operating corridor and right-of-way, or work activities that

More information

PROFESSIONAL SERVICES REQUEST FOR PROPOSALS Moffat Collection System Siphon 1 River Crossing

PROFESSIONAL SERVICES REQUEST FOR PROPOSALS Moffat Collection System Siphon 1 River Crossing Project Description PROFESSIONAL SERVICES REQUEST FOR PROPOSALS Moffat Collection System Siphon 1 River Crossing The Siphon 1 River Crossing project consists of replacing an existing aerial pipe crossing

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

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

PEIRCE ISLAND WASTEWATER TREATMENT FACILITY UPGRADE

PEIRCE ISLAND WASTEWATER TREATMENT FACILITY UPGRADE REQUEST FOR QUALIFICATIONS CITY OF PORTSMOUTH NEW HAMPSHIRE Public Works Department ENGINEERING SERVICES PEIRCE ISLAND WASTEWATER TREATMENT FACILITY UPGRADE VALUE ENGINEERING REVIEW RFQ No. 59-14 City

More information

Metropolitan Washington Airports Authority. Request for Qualifications Information. Architectural / Engineering Task Contract Design Services

Metropolitan Washington Airports Authority. Request for Qualifications Information. Architectural / Engineering Task Contract Design Services Request for Qualifications Information Architectural / Engineering Task Contract Design Services At Ronald Reagan Washington National Airport Washington Dulles International Airport Dulles Toll Road System

More information

Request for Qualifications. Career Pathways for English Language Learners. April 21, 2014

Request for Qualifications. Career Pathways for English Language Learners. April 21, 2014 Request for Qualifications Career Pathways for English Language Learners April 21, 2014 To organizations, businesses, and community colleges in the Seattle area working with English language learner populations:

More information

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

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

More information

BOROUGH OF BERLIN. Municipal Planning Board Engineer. Term: January 1, 2018 to December 31, 2018.

BOROUGH OF BERLIN. Municipal Planning Board Engineer. Term: January 1, 2018 to December 31, 2018. BOROUGH OF BERLIN REQUEST FOR QUALIFICATIONS FOR MUNICIPAL ATTORNEY, MUNICIPAL AUDITOR, MUNICIPAL BOND COUNSEL, MUNICIPAL ENGINEER, MUNICIPAL WATER & SEWER ENGINEER, MUNICIPAL PROSECUTOR, MUNICIPAL PUBLIC

More information

EL PASO WATER - PUBLIC SERVICE BOARD REQUEST FOR SUBMITTALS RFS June 27, 2017

EL PASO WATER - PUBLIC SERVICE BOARD REQUEST FOR SUBMITTALS RFS June 27, 2017 EL PASO WATER - PUBLIC SERVICE BOARD REQUEST FOR SUBMITTALS RFS 21-17 June 27, 2017 TO: RE: Invited Firms Request for Submittals to El Paso Water - Public Service Board (EPWater) Statement of Work Professional

More information

Construction Family of Documents

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

More information

EJCDC Contract Documents for America s Infrastructure Buy online at

EJCDC Contract Documents for America s Infrastructure Buy online at EJCDC Contract Documents for America s Infrastructure Buy online at www.booksforengineers.com N-122 Uniform Location of Subject Matter (2012) Published jointly with AIA and CSI. FREE DOWNLOAD Construction

More information

NC State University OESAD GUIDELINES Contract Year

NC State University OESAD GUIDELINES Contract Year July 1, 2014 NC State University OESAD GUIDELINES Contract Year 2014-2016 I. Informal Projects A. Preface Based on the North Carolina Administrative Code (NCAC), Title 01, Subchapter 30D Section.0300 Selection

More information

Addendum #02 New County Office Building Responses to RFP Questions

Addendum #02 New County Office Building Responses to RFP Questions Sam Lin Manager Project Development Unit 1402 Maple Street Redwood City, CA 94063 650-369-4766 September 22, 2017 slin@smcgov.org Addendum #02 New County Office Building Responses to RFP Questions To All

More information

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

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

More information

REQUEST FOR PROPOSALS TO PROVIDE PLANNING, RECOMMENDATIONS, AND CONTRACT DOCUMENTS FOR PIPELINE INSPECTION AND CONDITION ASSESSMENT FOR THE

REQUEST FOR PROPOSALS TO PROVIDE PLANNING, RECOMMENDATIONS, AND CONTRACT DOCUMENTS FOR PIPELINE INSPECTION AND CONDITION ASSESSMENT FOR THE REQUEST FOR PROPOSALS TO PROVIDE PLANNING, RECOMMENDATIONS, AND CONTRACT DOCUMENTS FOR PIPELINE INSPECTION AND FOR THE 24-INCH UNIT B AND 27-INCH UNIT K RANCHO SUMMIT DRIVE PIPELINES 12-INCH ENCINITAS

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS I. INTRODUCTION The Port of Oakland Aviation Division requests proposals from qualified consultants to perform technical evaluations for existing Terminal 1 buildings at Oakland International Airport (OAK).

More information

600 - Phase C Intermediate Review Checklist for the Architect- Engineer

600 - Phase C Intermediate Review Checklist for the Architect- Engineer 600 Phase C Intermediate Review Checklist for the Architect Engineer This checklist is to be used by the ArchitectEngineer during Phase C of the Project and shall be included in the Intermediate Review

More information

Enterprise Parkway Improvement Project, CIP# E364

Enterprise Parkway Improvement Project, CIP# E364 Exhibit A SCOPE OF SERVICES AND FEES This project, in general, consists of: Construction of roadway improvements to extend Enterprise Parkway east of Superior Industries and Lockheed Martin to connect

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

US Army Corps of Engineers

US Army Corps of Engineers I I I ' A I US Army Corps of Engineers LA River Ecosystem Restoration, CA Preconstruction Engineering and Design Phase 104791 LOS ANGELES DISTRICT SOUTH PACIFIC DIVISION August 15, 2017 1 Table of Contents

More information

Exhibit A Scope of Services and Deliverables

Exhibit A Scope of Services and Deliverables Exhibit A Scope of Services and Deliverables Attachment to MnDOT Contract No. for Project Name Project # 16-TZ dated Scope of Services includes: Programming / Schematic Design Phase Design Development

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

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

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

More information

Exhibit B - A/E Scope of Services (General Contracting Project) State of Ohio Professional Services Agreements for Public Facility Construction

Exhibit B - A/E Scope of Services (General Contracting Project) State of Ohio Professional Services Agreements for Public Facility Construction - State of Ohio Professional Services Agreements for Public Facility Construction TABLE OF CONTENTS ARTICLE 1 - BASIC SERVICES... 1 ARTICLE 2 - PROGRAM VERIFICATION STAGE... 2 ARTICLE 3 - SCHEMATIC DESIGN

More information

Request for Consultant Statements of Interest and Qualifications POINT DEFIANCE ZOO & AQUARIUM

Request for Consultant Statements of Interest and Qualifications POINT DEFIANCE ZOO & AQUARIUM Request for Consultant Statements of Interest and Qualifications POINT DEFIANCE ZOO & AQUARIUM Capital Bond Program Implementation Planning Services 5/20/14 The Point Defiance Zoo & Aquarium (PDZA) will

More information

ALTERNATIVE PROJECT DELIVERY DIVISION

ALTERNATIVE PROJECT DELIVERY DIVISION VIRGINIA DEPARTMENT OF TRANSPORTATION ALTERNATIVE PROJECT DELIVERY DIVISION INSTRUCTIONAL AND INFORMATIONAL MEMORANDUM GENERAL SUBJECT: Design-Build Requirements for Advertisement SPECIFIC SUBJECT: APPROVED:

More information

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

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

More information

Transit Return on Investment (ROI) Study Request for Proposals (RFP)

Transit Return on Investment (ROI) Study Request for Proposals (RFP) Transit Return on Investment (ROI) Study Request for Proposals (RFP) Table of Contents 1. Introduction... 1 2. Scope of Services... 1 3. Project Schedule... 5 4. Evaluation Criteria... 5 5. Submission

More information

REQUEST FOR PROPOSAL (RFP) RFP

REQUEST FOR PROPOSAL (RFP) RFP REQUEST FOR PROPOSAL (RFP) ENGINEERING CONSULTANT REGIONAL WASTEWATER PIPELINE FEASIBILITY STUDY FEBRUARY 9, 2015 TABLE OF CONTENTS SECTION 1 SUMMARY AND BACKGROUND 2 SECTION 2 PROJECT SCOPE 3 SECTION

More information

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION

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

More information

Denver Water Capital Projects Contractor Prequalification REQUEST FOR QUALIFICATIONS

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

More information

Request for Proposal: City of Claremont Parking Garage Evaluation & Maintenance Program

Request for Proposal: City of Claremont Parking Garage Evaluation & Maintenance Program Request for Proposal: City of Claremont Parking Garage Evaluation & Maintenance Program October 2015 Page 1 of 10 Table of Contents 1.0 General Information 2.0 Evaluation & Maintenance Program Overview

More information

REQUEST FOR QUALIFICATIONS (RFQ) For Engineering Services Institute for Marine Mammal Studies (IMMS)

REQUEST FOR QUALIFICATIONS (RFQ) For Engineering Services Institute for Marine Mammal Studies (IMMS) REQUEST FOR QUALIFICATIONS (RFQ) For Engineering Services Institute for Marine Mammal Studies (IMMS) The IMMS is soliciting qualification statements for engineering services to assist the IMMS with the

More information

CITY OF BLUE ASH REQUEST FOR QUALIFICATIONS TO PROVIDE ARCHITECTURAL AND ENGINEERING SERVICES FOR THE DESIGN OF THE

CITY OF BLUE ASH REQUEST FOR QUALIFICATIONS TO PROVIDE ARCHITECTURAL AND ENGINEERING SERVICES FOR THE DESIGN OF THE PLEASE READ: If you are obtaining this RFQ document electronically from the City s web-site, please email jward@blueash.com or call Judi Ward at 745-8538 and request to be placed on the RFQ holder s list.

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 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

Forsyth County General Services Department Construction Management Division 201 North Chestnut Street Winston-Salem, NC 27101

Forsyth County General Services Department Construction Management Division 201 North Chestnut Street Winston-Salem, NC 27101 Forsyth County General Services Department Construction Management Division 201 North Chestnut Street Winston-Salem, NC 27101 Request for Qualifications Construction Manager at Risk (CMAR) INSTRUCTIONS

More information

1.0 ABOUT THE NU GUIDELINES

1.0 ABOUT THE NU GUIDELINES Construction Policies & Procedures Northeastern University Guidelines for Capital Project Design & Implementation.0 ABOUT THE NU GUIDELINES This document is intended to describe in a comprehensive manner

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS Birmingham Jefferson Civic Center Authority address 2100 Richard Arrington Jr. Blvd North Birmingham, AL 35203 website www.bjcc.org phone 205.458.8400 REQUEST FOR PROPOSALS DESIGN & ENGINEERING SERVICES

More information

New York State Contract Reporter NYS' official source of contracting opportunities Bringing business and government together

New York State Contract Reporter NYS' official source of contracting opportunities Bringing business and government together The New York State Contract Reporter NYS' official source of contracting opportunities Bringing business and government together This document printed Friday, 04/15/2016 Contracting Opportunity Title:

More information

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

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

More information

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

Programmatic Environmental Impact Statement (EIS) for Lower Green River Corridor Plan Request for Proposals:

Programmatic Environmental Impact Statement (EIS) for Lower Green River Corridor Plan Request for Proposals: Programmatic Environmental Impact Statement (EIS) for Lower Green River Corridor Plan Request for Proposals: The King County Flood District (District) is seeking proposals from firms to prepare a programmatic

More information

Dates/Times: p.m. Pacific Time.

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

More information

SIXTH STREET VIADUCT REPLACEMENT PROJECT MONTHLY EXECUTIVE MEETING REPORT JULY 2013

SIXTH STREET VIADUCT REPLACEMENT PROJECT MONTHLY EXECUTIVE MEETING REPORT JULY 2013 SIXTH STREET VIADUCT REPLACEMENT PROJECT MONTHLY EXECUTIVE MEETING REPORT JULY 2013 Sixth Street Viaduct Replacement Project Monthly Executive Meeting Report July 2013 TABLE OF CONTENTS Project Manager

More information

REQUEST FOR PROPOSAL Engineering Design for Culinary Water Tank and Secondary Water Tank Conversion

REQUEST FOR PROPOSAL Engineering Design for Culinary Water Tank and Secondary Water Tank Conversion REQUEST FOR PROPOSAL Engineering Design for Culinary Water Tank and Secondary Water Tank Conversion Page 1 of 5 REQUEST FOR PROPOSALS Syracuse City is seeking the services of a qualified engineering consultant

More information

FREQUENTLY ASKED QUESTION FOR VDOT DESIGN-BUILD PROJECTS. June 1, 2013

FREQUENTLY ASKED QUESTION FOR VDOT DESIGN-BUILD PROJECTS. June 1, 2013 FREQUENTLY ASKED QUESTION FOR VDOT DESIGN-BUILD PROJECTS June 1, 2013 For general guidance the following information is provided as an aid to those preparing submittals in response to Design-Build solicitations.

More information

SECTION C STATEMENT OF WORK

SECTION C STATEMENT OF WORK SECTION C STATEMENT OF WORK C.1 SCOPE OF WORK - SUMMARY A. General: Contractor shall provide personnel, supervision, tools, equipment, software and hardware, required professional registration and licenses,

More information

Lease-Leaseback Project Delivery Method

Lease-Leaseback Project Delivery Method Lease-Leaseback Project Delivery Method ASBA Technical Meeting & Tradeshow Winter 2013 Presented by: Mark Baginski Principal Verde Design, Inc. James Moore V.P. of Pre-Construction Services Robert A. Bothman,

More information

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

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

More information

ADDENDUM NUMBER ONE Clarifications

ADDENDUM NUMBER ONE Clarifications August 25, 2017 ADDENDUM NUMBER ONE Clarifications RE: Interdisciplinary Science and Technology Building VII (ISTB 7) Request for Qualifications No. CMAR 11976 Total pages in this addendum: Five (5) The

More information

VILLAGE OF FRANKFORT REQUEST FOR PROPOSAL FOR PROFESSIONAL PLANNING SERVICES TO PREPARE A COMPREHENSIVE PLAN

VILLAGE OF FRANKFORT REQUEST FOR PROPOSAL FOR PROFESSIONAL PLANNING SERVICES TO PREPARE A COMPREHENSIVE PLAN VILLAGE OF FRANKFORT REQUEST FOR PROPOSAL FOR PROFESSIONAL PLANNING SERVICES TO PREPARE A COMPREHENSIVE PLAN I. Purpose of Proposal The requests proposals from planning and design consultants to complete

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Title Organizational Review LRFP Number 2100.17.01 Project Manager Alan Sorum Submittal Deadline June 17, 2016 Award Announcement July 15, 2016 Submit Proposals to: or Alan Sorum,

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

Volume II- Project Development Processes

Volume II- Project Development Processes Volume II- Project Development Processes This section outlines the procedures that are expected of capital projects at The University of Chicago. These requirements supplement the planning procedures required

More information

MASTER AGREEMENT FOR BRIDGE DESIGN SERVICES SCOPE OF WORK

MASTER AGREEMENT FOR BRIDGE DESIGN SERVICES SCOPE OF WORK MASTER AGREEMENT FOR BRIDGE DESIGN SERVICES SCOPE OF WORK The professional services to be provided by the Consultant under this Agreement shall be as necessary to complete the required analyses, layouts,

More information

Verizon Wireless Collocation Guidelines Washington/Baltimore/Virginia

Verizon Wireless Collocation Guidelines Washington/Baltimore/Virginia Verizon Wireless Washington/Baltimore/Virginia Network Engineering 1831 Rady Court Richmond, VA 23222 804-347-2572 Verizon Wireless Collocation Guidelines Washington/Baltimore/Virginia The Verizon Wireless

More information

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

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

More information

Associate Transportation Planner

Associate Transportation Planner Page 1 of 6 COUNTY OF SANTA CLARA INVITES APPLICATIONS FOR THE POSITION OF: Associate Transportation Planner An Equal Opportunity Employer SALARY $47.11 - $57.27 Hourly $3,768.64 - $4,581.20 Biweekly $8,165.39

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

Village of Lincolnwood

Village of Lincolnwood Village of Lincolnwood REQUEST FOR QUALIFICATIONS (RFQ) MUNICIPAL ENGINEERING SERVICES Response Due Date: Friday, March 21, 2014, 4:00 p.m. Send Sealed Qualifications to: Timothy C. Wiberg Village Manager

More information

LEVEL I PREQUALIFICATION DOCUMENTS

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

More information

Metropolitan Washington Airports Authority. Request for Qualifications Information (RFQI) RFQI No C084. for

Metropolitan Washington Airports Authority. Request for Qualifications Information (RFQI) RFQI No C084. for Request for Qualifications Information (RFQI) RFQI No. for Project Controls Task Contract for Project Support & Management at Washington Dulles International Airport and Ronald Reagan Washington National

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

MTA - NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY DIVISION OF MATERIEL web.mta.info/nyct/procure/nyctproc.htm

MTA - NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY DIVISION OF MATERIEL web.mta.info/nyct/procure/nyctproc.htm MTA - NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY 10004 DIVISION OF MATERIEL web.mta.info/nyct/procure/nyctproc.htm Vreplies@nyct.com 0000149475 Contract #CM-1058 NOTICE -OF ADDENDUM ADDENDUM #1 INCLUDES

More information

Professional Practice 544

Professional Practice 544 February 22, 2016 February 29, 2016 Professional Practice 544 AIA-B101 Owner - Architect Agreement Michael J. Hanahan Schiff Hardin LLP 233 S. Wacker, Ste. 6600 Chicago, IL 60606 312-258-5701 mhanahan@schiffhardin.com

More information

Chapter 3 DESIGN. C. Project Scope: The Designer may proceed only with the authorized scope of work. Scope changes must be approved by the OFD-PM.

Chapter 3 DESIGN. C. Project Scope: The Designer may proceed only with the authorized scope of work. Scope changes must be approved by the OFD-PM. Chapter 3 DESIGN 3.01 INTRODUCTION A. The Designer, in providing professional services for the project in accordance with the terms and conditions of the Owner/Designer Agreement, should adhere to the

More information

North and South Plan ALBERT JUNE 2. G:\2013\ \Reports\N and S Water AFC\Cover Page North and South AFC Water Master Plan.docx.

North and South Plan ALBERT JUNE 2. G:\2013\ \Reports\N and S Water AFC\Cover Page North and South AFC Water Master Plan.docx. North and South Plan AFC Water Master Prepared for: WESTERN MUNICIPAL WATER DISTRICT 14205 Meridian Parkway. Riverside, CA 92518 (951) 571-7100 Prepared by: ALBERT A. WEBBB ASSOCIATES 3788 MCCRAY STREET

More information

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY REQUEST FOR QUALIFICATIONS Professional Construction Management Services Harrisburg International Airport Rehabilitate Runway 13-31 Susquehanna Area Regional

More information

Request for Proposals Town of Plymouth, New Hampshire

Request for Proposals Town of Plymouth, New Hampshire 1. General Information Request for Proposals Town of Plymouth, New Hampshire Building Energy Audits The Town of Plymouth is seeking bids for qualified individuals or firms to provide six (6) Building Energy

More information

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

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

More information

Heavy Equipment Maintenance Building Project. Pre-Bid Meeting and Site Tour

Heavy Equipment Maintenance Building Project. Pre-Bid Meeting and Site Tour Heavy Equipment Maintenance Building Project Contract No. 4343 Pre-Bid Meeting and Site Tour February 22, 2017 Agenda Introduction of the HEMB Project Team EchoWater Project Overview Heavy Equipment Maintenance

More information

Ohio Public Employees Retirement System. Request for Proposal

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

More information

Request for Proposal & Statement of Qualifications

Request for Proposal & Statement of Qualifications Request for Proposal & Statement of Qualifications TREE and ELDERBERRY RELOCATION/TRANSPLANTING Natomas Levee Improvement Program Mandatory Pre Proposal Site Walk: September 09, 2009 10:30 AM Submit Questions

More information

Coordination of Consultants

Coordination of Consultants Coordination of Consultants Ontario Association of Architects Practice Tip PT.27 Version 1.0 May 21, 2012 2012 OAA, all rights reserved. Persons who are not members of the OAA must obtain written permission

More information

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

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

More information

House Doctor Consulting Services Application Package

House Doctor Consulting Services Application Package Public Facilities Department House Doctor Consulting Services Application Package For FY2013 FY2015 House Doctor Consulting Services Project #7005 City of Boston Thomas M. Menino, Mayor Michael Galvin

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

San Pablo Avenue and Buchanan Street Pedestrian Safety Improvements Project Contract Addendum No. 1 - Sidewalk Reconstruction

San Pablo Avenue and Buchanan Street Pedestrian Safety Improvements Project Contract Addendum No. 1 - Sidewalk Reconstruction BKF No. 20165089-11 June 15, 2017 Aleida Andrino-Chavez Transportation Planner City of Albany 1000 San Pablo Avenue Albany, CA 94706 Transmitted Via Email Subject: San Pablo Avenue and Buchanan Street

More information

LOWER MANHATTAN DEVELOPMENT CORPORATION

LOWER MANHATTAN DEVELOPMENT CORPORATION LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR QUALIFICATIONS for PHOTOCOPYING AND RELATED SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development

More information

La Grange Public Library Request for Proposal Executive Search Firm

La Grange Public Library Request for Proposal Executive Search Firm La Grange Public Library Request for Proposal Executive Search Firm Please return all Proposals by January 19, 2018 4:30 pm CST to: La Grange Public Library Personnel Committee 10 West Cossitt Ave. La

More information

REQUEST FOR PROPOSAL CONSULTING SERVICES DEVELOPING A CORPORATE STRATEGIC PLAN

REQUEST FOR PROPOSAL CONSULTING SERVICES DEVELOPING A CORPORATE STRATEGIC PLAN THE CORPORATION OF THE REQUEST FOR PROPOSAL CONSULTING SERVICES DEVELOPING A CORPORATE STRATEGIC PLAN Proposals will be received prior to 2:00pm on Friday May 29, 2015. All inquiries related to this Request

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 STATEMENT OF QUALIFICIATIONS FOR WATER SOURCE RAW WATER TRANSMISSION MAIN

REQUEST FOR STATEMENT OF QUALIFICIATIONS FOR WATER SOURCE RAW WATER TRANSMISSION MAIN REQUEST FOR STATEMENT OF QUALIFICIATIONS FOR WATER SOURCE RAW WATER TRANSMISSION MAIN FOR CITY OF SIDNEY SIDNEY, OHIO PROPOSALS TO BE RECEIVED AT THE OFFICE OF THE PUBLIC WORKS DIRECTOR 201 WEST POPLAR

More information

APPENDIX A DEFINITION OF PROFESSIONAL ENGINEERING CONSULTING SERVICES

APPENDIX A DEFINITION OF PROFESSIONAL ENGINEERING CONSULTING SERVICES Appendix A RFP No. 894-2014 Page 1 of 1 Template Version: SrC120131129 - Consulting Services RFP APPENDIX A DEFINITION OF PROFESSIONAL ENGINEERING CONSULTING SERVICES Revision: 2014-09-22 DEFINITION OF

More information

Architectural Services

Architectural Services Architectural Services 2016 Capital Improvement Program Request for Proposal Number: 18-20 Title of the Projects: Renovations to Weaver Middle School Procurement Department Bibb County School District

More information

REQUEST FOR LETTERS OF INTEREST IN PROFESSIONAL ENGINEERING SERVICES PROJECT NO /05. Ref: General Engineering Services

REQUEST FOR LETTERS OF INTEREST IN PROFESSIONAL ENGINEERING SERVICES PROJECT NO /05. Ref: General Engineering Services REQUEST FOR LETTERS OF INTEREST IN PROFESSIONAL ENGINEERING SERVICES PROJECT NO. 99-16-04/05 Ref: General Engineering Services The Ohio Turnpike and Infrastructure Commission ( Commission ) issues this

More information

CITY OF CHICAGO DEPARTMENT OF BUILDINGS

CITY OF CHICAGO DEPARTMENT OF BUILDINGS CITY OF CHICAGO DEPARTMENT OF BUILDINGS GUIDELINES FOR THE PREPARATION OF REQUESTS FOR QUALIFICATIONS FOR THE SELECTION OF CONSULTING FIRMS TO PERFORM LIFE SAFETY EVALUATIONS The Chicago Department of

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

GUILFORD COUNTY SCHOOLS JOB DESCRIPTION JOB TITLE: EXECUTIVE DIRECTOR FACILITIES GENERAL STATEMENT OF JOB

GUILFORD COUNTY SCHOOLS JOB DESCRIPTION JOB TITLE: EXECUTIVE DIRECTOR FACILITIES GENERAL STATEMENT OF JOB GUILFORD COUNTY SCHOOLS JOB DESCRIPTION JOB TITLE: EXECUTIVE DIRECTOR FACILITIES GENERAL STATEMENT OF JOB Under limited supervision, performs responsible Facility Services work to carry out Board of Education

More information

BULLETIN 34: BUILDING ENVELOPE SERVICES APPROPRIATE PROFESSIONAL PRACTICE

BULLETIN 34: BUILDING ENVELOPE SERVICES APPROPRIATE PROFESSIONAL PRACTICE 200-4010 Regent Street Burnaby BC V5C 6N2 Canada Telephone: (604) 430-8035 Toll Free Canada-wide: 1-888-430-8035 Facsimile: (604) 430-8085 BULLETIN 34: BUILDING ENVELOPE SERVICES APPROPRIATE PROFESSIONAL

More information

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET

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

More information

Invitation to Negotiate

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

More information

Sanitary Sewer System Upgrades. Multiple Pump Stations Prescott Road to Greenwell Springs Road (Area NFW-C-0010)

Sanitary Sewer System Upgrades. Multiple Pump Stations Prescott Road to Greenwell Springs Road (Area NFW-C-0010) ENGINEERING SERVICES REQUEST FOR QUALIFICATIONS FOR THE FOLLOWING PROJECT Sanitary Sewer System Upgrades Multiple Pump Stations Prescott Road to Greenwell Springs Road (Area NFW-C-0010) DPW Project No.:

More information