REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR: SE 9 TH STREET STORMWATER PUMP STATION Activity ID

Size: px
Start display at page:

Download "REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR: SE 9 TH STREET STORMWATER PUMP STATION Activity ID"

Transcription

1 REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR: E 1 ST STREET & E MARKET STREET STORMWATER PUMP STATION Activity ID SE 9 TH STREET STORMWATER PUMP STATION Activity ID SE 1 ST STREET & VAN BUREN STREET / SE 4 TH STREET & VAN BUREN STREET STORMWATER PUMP STATIONS Activity ID Purpose: The City of Des Moines, Iowa, (City) is hereby soliciting consultant proposals for professional services to provide design and construction phase services for the following projects: A. E 1 st Street & E Market Street Stormwater Pump Station. B. SE 9 th Street Stormwater Pump Station. C. SE 1 st Street & Van Buren Street / SE 4 th Street & Van Buren Street Stormwater Pump Stations. Consultants may submit on one or more of these projects. One proposal shall be submitted identifying which projects the Consultant is submitting for. The City may select one, two, or three consulting firms to complete the projects. This request invites qualified consultants to submit proposals for accomplishments of the items of work described below under Scope of Services. Proposals shall be prepared and submitted in accordance with the requirements described in this Request for Proposals (RFP). Once the firm is selected, a contract will be negotiated based on a mutually agreed upon scope of services. 2. Project Description: The City is completing an assessment of the Des Moines Downtown Levee Systems (DM-I, DM-II, and DM-III) relative to Federal Emergency Management Agency accreditation requirements (44 CFR 65.10). The City s consulting engineer for the assessment, Stantec Consulting Services Inc. (Stantec), issued a draft report titled Des Moines Downtown Levee Systems Assessment Overview dated March 19, 2015 that outlines a program of projects to both reduce flood risk and bring the levee systems into compliance with 44 CFR One component of the plan includes improvements to the stormwater pump stations along the DM-I, DM-II and DM-III levee systems. Stantec prepared the Des Moines Downtown Levees Stormwater Pump Station Assessment Report dated March 8, 2016 (available on the City s Professional Service RFPs website) that identified improvements necessary to meet FEMA criteria and reduce flood risk associated with the pump stations. This report identified the following pump stations needing replacement: A. E 1 st Street & E Market Street Stormwater Pump Station Most of the equipment for the existing E 1 st Street and E Market Street pump station is nearing the end of its functional lifespan. The extensive costs to repair several items, including structural cracking in the perimeter wall, and make operational improvements, all while keeping the pump station in service during the repairs, justify complete replacement of this pump station. There is potential real estate available immediately north of the existing pump station, pending no groundwater contamination exists on the site. This project includes replacement of the existing E 1 st Street and E Market Street pump station and performing storm sewer improvements along E. 4 th

2 Street. Attachment 2A and the Des Moines Downtown Levees Stormwater Pump Station Assessment Report contain more information on this project. B. SE 9 th Street Stormwater Pump Station The existing SE 9 th Street pump station has inadequate discharge elevation (3-feet lower than required for FEMA accreditation), lacks redundancy, has insufficient capacity, and needs several operational improvements and repairs. There is real estate available to construct a new pump station northwest of the existing pump station. This project includes replacement of the existing SE 9 th Street pump station. This project also includes upsizing the storm sewer trunk sewer along Maury Street between SE 11 th Street and SE 9 th Street. Attachment 2B and the Des Moines Downtown Levees Stormwater Pump Station Assessment Report contain more information on this project. C. SE 1 st Street & Van Buren Street / SE 4 th Street & Van Buren Street Stormwater Pump Stations The existing SE 1 st Street & Van Buren Street pump station has inadequate discharge elevation (7-feet lower than required for FEMA accreditation) and needs several operational improvements and repairs. The existing SE 4 th Street & Van Buren Street pump station needs some operational improvements and modeling indicates a great deal of upstream flooding. This project includes the following scope of improvements: Constructing a new pump station to replace the SE 1st & Van Buren and SE 4th & Van Buren pump stations. There potentially is real estate available to construct a new pump station at SE 3 rd Street & Van Buren Street. Converting the SE 1st & Van Buren pump station to a gravity drain. Installing a storm sewer trunk line between Scott Avenue and SE 3rd street. Decommissioning and converting the SE 4th & Van Buren pump station to a gravity drain. Installing a storm sewer discharge between SE 8th Street and Jackson Basin. Attachment 2C and the Des Moines Downtown Levees Stormwater Pump Station Assessment Report contain more information on this project. 3. Proposal Submission: Responses to the RFP must be received by the City of Des Moines as follows: Due Date: Thursday, July 14, 2016 Time: Deliver To: Prior to 4:00PM Pamela S. Cooksey, P.E. City Engineer City Administration Building 400 E. Court Avenue, Suite 200 Des Moines, IA Number of copies: Six (6) hard copies and one (1) electronic.pdf (on USB drive or CD) During the proposal evaluation, the City reserves the right to request additional written information to assist in the evaluation of proposals.

3 Proposals and written responses to the City s request for additional information shall be signed by the proposer (if an individual), by an officer of the proposing firm, or by a designated agent empowered to bind the firm in a contract. Upon receipt, the proposals shall become the property of the City of Des Moines for disposition or usage by the City of Des Moines at its discretion. 4. Proposal Content: To standardize responses and simplify the comparison and evaluation of responses, all statements must be organized in the manner set forth below, separated into sections, and appropriately labeled. All information and materials requested shall be provided in the proposal under a single cover. The proposal length shall be limited to a maximum of 25 single-sided pages, not including dividers and covers. Minimum font size shall be ten (10) point. a. Intent to Submit. Include Attachment 4 with appropriate check boxes marked indicating which (one, two, or all three) projects the firm is submitting for. b. Business Organization (one section for all three projects). The full name and address of the firm s organization and the branch office that will perform the services described herein shall be stated. The Principal-in-Charge of the branch office shall be identified. A statement shall be included from the firm that to the best of its knowledge, there are no circumstances that shall cause a conflict of interest in performing services for the City of Des Moines. A statement shall be included that the Insurance and Indemnification Requirements included as Attachment 1 have been read and understood; and will be accepted by the Consultant without modification upon entering into an agreement with the City of Des Moines. c. Related Technical Experience (one section for all three projects). Descriptions of a minimum of two (2) and a maximum of five (5) projects of similar size and nature shall be submitted. The project description must contain the scope of services performed, location and reference (contact person). d. Project Staffing and Organization (one section for all three projects). Qualifications of the project manager and personnel, including anticipated subconsultants, with specialized skills shall be highlighted. A list of subconsultants that will be used and the work they will perform. Resumes for all key personnel listed shall be included and show the following: 1. Name, specialty, and job title 2. Years of relevant experience with firm (and previous employers) 3. Academic degree(s), discipline, and year degree(s) received 4. Professional registrations 5. Office location where employed 6. A synopsis of experience, training or other qualities that reflect the individual s related experience and expected contribution to the project. e. Additional Information (one section for all three projects). Provide any additional information regarding your firm s experience and capabilities that you feel would be important to the success of the project. f. Individual Project Section(s) (one section for each project marked in Section a above): i. Technical Approach and Scope of Work. The responding firm shall state its understanding of the project as outlined in the Scope of Services. The approach in

4 rendering the services required, including the use of subconsultants, shall be detailed in a proposed Scope of Services. ii. iii. Timely Completion of the Project. Discuss the consultant s and anticipated subconsultant s current workload and its ability to complete the project in a timely manner. Work Elements. Provide a matrix of work elements that would be included, personnel classifications and hours you feel would be appropriate for the work requested. Provide a range of total estimated fees for the professional services requested, including subconsultants. 5. Presubmittal Conference: A conference will not be held, however, firms submitting proposals are strongly encouraged to make site visits. 6. Insurance Requirements: Attachment No. 1, Insurance and Indemnification Requirements, describes the minimum insurance the consultant must have in order to enter into a professional services contract with the City of Des Moines. All firms that submit proposals in response to this RFP will be required to accept and comply with Attachment No. 1, Insurance and Indemnification Requirements if selected. These requirements are not subject to negotiation. 7. Form of Contract: The City of Des Moines standard form of contract will be used for this professional services agreement. A copy of the standard form of contract will be provided upon request. The contents of this RFP, of a proposal submitted in response thereto, and of the City's official response to a question, objection, or request for clarification or interpretation regarding the RFP, and of any exception to the RFP submitted by the successful proposer and accepted by the City, shall become part of the contractual obligation and shall be deemed incorporated by reference into the ensuing contract. 8. Scope of Services: A proposed Scope of Services for each project is included as Attachment 2A, 2B, and 2C, respectively. The proposed Scope of Services is not intended to be a detailed scope of work that will be required as a part of the final professional services agreement, but is intended to provide general information to firms wishing to submit proposals. It is the intent of the City to draw upon the expertise and experience of firms submitting proposals as to their recommendations as to exact tasks of work to accomplish City goals. The City will negotiate the detailed Scope of Services with the successful firm should the City elect to proceed with the project. 9. Contact Person: Any questions concerning the proposals should be directed to Dan Pritchard, Civil Engineer II, 3000 Vandalia Drive, 515/ , fax 515/ , or dwpritchard@dmgov.org. 10. Proposer Questions, and Requests for Clarification or Interpretation: After issuance of an RFP, persons or entities who intend to respond to such RFP by submission of a competitive proposal, and who have questions regarding the RFP, or who object to any term, provision, or requirement of the RFP, or who desire clarification or interpretation of any term, provision, or requirement of the RFP, may submit such questions, objections, or requests for clarification or interpretation to the Contact Person named above no later than seven calendar days prior to the proposal due date. Such questions, objections, requests for clarification or interpretation shall be submitted in writing and shall clearly identify the individual or entity submitting same, including the name, address, telephone number, FAX number and address, if any, of such person or entity.

5 11. City s Response to Proposer Questions, Objections, and Requests for Clarification or Interpretation Issuance of Addenda to RFP: Pamela S. Cooksey, P.E., City Engineer, will respond in writing to all questions, objections, requests for clarification or interpretation presented to the City as provided above or raised or presented at the presubmittal conference as provided above. Only the City's written responses shall be considered the City's official response binding upon the City. In addition to making a written response, the City may issue addenda amending the RFP by changing, deleting, or adding terms, provisions, or requirements to the RFP. Written answers to all written inquiries will be sent to all firms that have been sent this RFP and posted on the City website at In no case will verbal communications override written responses or requirements of this RFP. 12. Proposer s Communications with City Officials and Employees Restricted Proposers Prohibited from Attempting to Improperly Influence City Officials or Employees Violation May Be A Crime- Violation May Result in Rejection or Return of Proposal: After issuance of an RFP by the City, persons or entities who intend to respond to such RFP by submission of a competitive proposal, and who desire to pose questions, objections, requests for clarification or interpretation regarding any term, provision, or requirement of the RFP, shall not attempt to contact or communicate with, in writing, electronically, or orally, any City official or employee other than the designated contact person. After issuance of an RFP, persons or entities who intend to respond to such RFP by submission of a competitive proposal shall not contact or communicate with, in writing, electronically, or orally, any City official or employee in an attempt to gather information which would be helpful in responding to the RFP, or in an attempt to influence the City's consideration of its competing proposal. In addition, the City may refuse to accept or may return the proposal of any person or entity determined to be in violation of this provision. Contacting other selection committee members will be considered inappropriate and may lead to a loss of Selection Criteria points or disqualification, at the discretion of the City Engineer. 13. Cost of Responding to this RFP: The City will not pay for any information requested in the RFP or any cost incurred in submitting proposals, responding to additional questions, or participating in the interview process. 14. Evaluation and Selection Process: Proposals will be evaluated by a selection committee established by the City using the Selection Criteria included in Attachment 3 to identify the firm or firms best qualified to meet the City s needs on this project. The firms deemed best qualified by the selection committee will be invited for additional presentations and interviews. However, the City reserves the right to request interviews of any, all, or none of the consultants. 15. Rejection of Proposals: The City reserves the right to reject any or all proposals in whole or in part and to waive irregularities in proposals received. All firms submitting proposals will receive a written response from the City as to which firm the City selected to proceed with contract negotiation and award for services related to this RFP. 16. City Council Consideration of Evaluation and Selection Committee Recommendation as to Best Proposal Opportunity for Input by the Public: When the evaluation and selection committee's recommendation comes before the City Council for consideration, the City Council may request that the proposer whose proposal is recommended for selection appear before the Council to give a presentation or to answer questions regarding its proposal. Competing proposers will not be allowed to speak at that time unless a prior request has been made by such a proposer and permission to speak

6 granted by the Mayor, or unless a City Council member requests that the competing proposer be allowed to speak and the Council consents to such request. Members of the public may likewise be allowed to speak regarding the selected proposal. The City reserves the right to select another consultant to complete the Scope of Services if at any phase of project development the City determines that the selected consultant is not performing work in accordance with executed engineering services agreements. 17. Award of Contract: Award of contract, if any, will be to the consultant deemed best qualified by the City, in accordance with the selection criteria, to perform the services outlined in this RFP. 18. Assignment of Contract Prohibited Unless Approved in Writing by the City: No contract awarded pursuant to RFP shall be assignable by the successful proposer without the written consent of the City Council. 19. Statutes and Rules: Chapter 2, Municipal Code of the City of Des Moines, contains policies and procedures for procurement under which this request for proposal is issued. The terms and conditions of this bid or request for proposal, the resulting contract or purchase order or activities based upon this bid or request for proposal shall be construed in accordance with the laws of Iowa. Where statutes and regulations of the United States Government are referenced herein, they shall apply to this bid or request for proposal and resulting purchase order or contract. Wherever differences exist between federal and state statutes or regulations affecting this procurement, interpretation shall be in the direction of that which is most beneficial to the interests of the City of Des Moines. 20. Proposals Not Confidential: Proposer Requests for Confidentiality Under Iowa Open Records Law, Chapter 22 of Iowa Code; Disclosure of Proposal Content: Under Chapter 22 of the Iowa Code, Examination of Public Records, all records of a governmental body are presumed to be public records, open to inspection by members of the public. Section 22.7 of the Iowa Code sets forth a number of exceptions to that general rule, establishing several categories of confidential records. Under this provision, confidential records are to be kept confidential, unless otherwise ordered by a court, by the lawful custodian of the records, or by another person duly authorized to release such information. Among the public records which are considered confidential under this Iowa Code provision, are the following: 3. Trade secrets which are recognized and protected as such by law. 6. Reports to governmental agencies which, if released, would give advantage to competitors and serve no public purpose. Under Chapter 22 of the Iowa Code, the City, as custodian of the proposal submitted in response to a Request for Proposals, may, but is not required, to keep portions of such proposals confidential under exceptions 3. and 6. (noted above). If a responding individual or company in good-faith reasonably determines that a portion or portions of its proposal constitute a trade secret, or should otherwise be kept confidential to avoid giving advantage to competitors, a confidentiality request may be submitted with the proposal identifying which portion or portions of the proposal or bid should be kept confidential and why. The burden will be on each individual proposer to make such confidentiality request and to justify application of a confidentiality exception to its proposal. The City will not under any circumstance consider the entire proposal to be a confidential record. If a request is thereafter made by a member of the public to examine a proposal including the portion or portions thereof for which a confidentiality request has been made, the City will so notify the proposer and will keep confidential that portion of the proposal covered by the confidentiality request,

7 pending action by the proposer requesting confidentiality to defend its request. In that notification, the proposer requesting confidentiality will be given not more than 5 calendar days within which to file suit in Polk County District Court seeking the entry of a declaratory order and/or injunction to protect and keep confidential such portion of its proposal. Absent such action by a proposer requesting confidentiality, and absent the entry of a court order declaring such portion or portions of the proposal confidential, the entire proposal will be released for public examination. Proposer shall be responsible for all costs relating to a declaratory judgment or injunctive action, including the payment of any damages assessed and attorney fees and litigation expenses awarded. If the process for selecting the best proposal includes two or more evaluation stages, in which proposals are evaluated at each stage and the field of competing proposals is reduced, all proposals submitted shall be kept confidential, pursuant to Section 22.7 of the Iowa Code, subsection 6 cited above, until completion of the final stage of the evaluation process in order to avoid giving advantage to competing proposers. Upon completion of the final stage in the evaluation process, all competing proposals shall be subject to disclosure; if not otherwise determined confidential as above provided. 21. Contract Compliance: All firms that submit proposals in response to this RFP agree to comply with the requirements of the City of Des Moines Contract Compliance Program, which is available from the City Engineer upon request or may be viewed at the following website: m(december%202012).pdf, and has been viewed by the Consultant.

8 ATTACHMENT 2A SCOPE OF SERVICES E 1 ST STREET & E MARKET STREET STORMWATER PUMP STATION Activity ID General: This proposed Scope of Services is not intended to be a detailed scope of work that will be required as a part of the final professional services agreement, but is intended to provide general information to firms wishing to submit proposals. Project Description As part of a larger levee certification and flood management effort the City of Des Moines proposes to make improvements to the storm sewer system that drains to the levee gatewell and stormwater pump station located at East 1 st Street and Market Street. The City is seeking a consultant to provide professional engineering services for the construction of a new stormwater pump station installation to replace the existing pump station as well as storm sewer improvements along E. 4 th Street as described in Des Moines Downtown Levees Stormwater Pump Station Assessment Report. All necessary design and construction phase engineering services for a complete pump station and outlet to river, decommissioning of old pump station, associated levee alterations, and storm sewer project shall be included in the proposal, including survey, preliminary and final design, geotechnical investigation, hydraulic analysis, final bid documents (plans, specifications, opinion of probable construction costs, etc.), and basis of design report showing the design meets Corps of Engineers design standards and including any necessary certifications that design meets FEMA levee accreditation requirements. The recommended improvements provided in the Des Moines Downtown Levees Stormwater Pump Station Assessment Report are conceptual. The exact locations, alignments, and configurations of the improvements will be developed as part of these design services. Proposed Engineering Services Phase 1-Preliminary Site Investigation a. Review all available project data including but not limited to that provided in Des Moines Downtown Levees Stormwater Pump Station Assessment Report. b. Review existing Stantec hydrologic and hydraulic analysis and model and update as needed for design. c. Perform geotechnical investigation. d. Perform environmental screening and assessment for potential contamination including: i. Review of Iowa Department of Natural Resources and Environmental Protection Agency databases. ii. Review of available data from City of Des Moines. iii. Contact property owners of adjacent brownfields or sites with known underground storage tanks. iv. Field exploration(s) and subsurface investigation(s).

9 e. Identify project constraints due to site size, location, available real estate, and environmental factors, including potential contamination from adjacent properties. f. Identify permits and agency approvals required for construction of the project. g. Initiate utility coordination, including: i. Contacting Iowa One Call through the Design Request System to determine which utilities may be present. ii. Contacting identified utilities to verify presence and locations. iii. Keeping a record log of all communication and correspondence with each utility company for the duration of the project and providing the record log to the City prior to the preconstruction conference. h. Prepare conceptual design update report demonstrating feasibility of recommended alternative, discussion of any additional alternatives considered, operation and maintenance considerations, identify Corps and FEMA requirements to be met by final design, conceptual cost estimate and schedule updates. Phase 2 -Design Phase Services a. Complete topographic survey and existing conditions drawing necessary for detailed design. b. Design new pump station and outlet with three pumps for a total capacity of approximately 100 CFS. Pump station shall have automatic controls in climate controlled control building,

10 emergency standby diesel engine generators, and trash screening with automatic cleaning functionality. Include all necessary civil, process, mechanical, structural, geotechnical, architectural, electrical, and control system design. c. Design storm sewer improvements in E. 4 th Street between E. Court Avenue and E. Walnut Street. d. Conduct monthly meetings with City project staff to update on progress and discuss interim design/technical memorandums as needed. e. Determine all utility conflicts, including performing Subsurface Utility Engineering, design utility relocations which are City responsibility, monitor and coordinate with utility relocations that are not City responsibility. f. Prepare plans/specifications/cost estimate/ basis of design report with review meetings at 30%, 60%, and 95% completion levels. g. Present pump station site plan to Urban Design Review Board and incorporate necessary recommendations. h. Identify and prepare all applications and supporting data to be submitted by City for all local, state, and federal permits required including but not limited to Corps of Engineers 408 levee alteration permit. i. Public Involvement - Attend, provide presentation and prepare public displays summarizing design at up to 2 public meetings. j. Provide bid documents including final plans, specifications, and construction cost estimate required for normal City letting procedures. k. Assist City with all other normal bid procedures including responding to bidders questions, conducting pre-bid meeting, preparing addenda items necessary, evaluating bids, etc. Phase 3 -Construction Phase Services a. Provide construction observation and administration services in coordination with City. b. Preconstruction conference. c. Shop drawing review. d. Answer design interpretation questions. e. Review contractor pay requests. f. Negotiate and prepare change orders. g. Periodic visits to the construction site. h. Final inspection and punch list. i. Coordinate acceptance testing/monitoring. j. Keep City informed on progress and quality of construction work. k. Assist pump station start up. l. Review and assemble operation and maintenance manual. m. Prepare record drawings. n. Submit final Basis of Design Report after construction to reflect as-built construction project for City to use in future certification to FEMA and Corps of Engineers 408 permitting.

11 Proposed Project Schedule Notice to Proceed August 2016 Pre-Final (95%) Plans, Specs, & Estimate August 2017 Final Plans, Special Provisions, & Estimate September 2017 Bid Date October 2017 Award Construction Contract November 2017 Note: This schedule contains only critical deadlines provided by the City. Consultants may provide a more aggressive or more detailed schedule with interim completion dates/submittals in the proposal.

12

13 ATTACHMENT 2B SCOPE OF SERVICES SE 9 TH STREET STORMWATER PUMP STATION Activity ID General: This proposed Scope of Services is not intended to be a detailed scope of work that will be required as a part of the final professional services agreement, but is intended to provide general information to firms wishing to submit proposals. Project Description As part of a larger levee certification and flood management effort the City of Des Moines proposes to make improvements to the storm sewer system that drains to the levee gatewell and stormwater pump station located at SE 9 th Street outlet to the Des Moines River. The City is seeking a consultant to provide professional engineering services for the construction of a new stormwater pump station installation to replace the existing pump station as well as storm sewer improvements on Maury Street between SE 11 th Street and SE 9 th Street, as described in Des Moines Downtown Levees Stormwater Pump Station Assessment Report. All necessary design and construction phase engineering services for a complete pump station and outlet to river, decommissioning of old pump station, associated levee alterations, and storm sewer project shall be included in the proposal, including survey, preliminary and final design, geotechnical investigation, hydraulic analysis, final bid documents (plans, specifications, opinion of probable construction costs, etc.), and basis of design report showing the design meets Corps of Engineers design standards and including any necessary certifications that design meets FEMA levee accreditation requirements. The recommended improvements provided in the Des Moines Downtown Levees Stormwater Pump Station Assessment Report are conceptual. The exact locations, alignments, and configurations of the improvements will be developed as part of these design services. Proposed Engineering Services Phase 1-Preliminary Site Investigation a. Review all available project data including but not limited to that provided in Des Moines Downtown Levees Stormwater Pump Station Assessment Report. b. Review existing Stantec hydrologic and hydraulic analysis and model and update as needed for design. c. Perform geotechnical investigation. d. Identify project constraints due to site size, location, available real estate, and environmental factors. e. Identify permits and agency approvals required for construction of the project. f. Initiate utility coordination, including: i. Contacting Iowa One Call through the Design Request System to determine which utilities may be present. ii. iii. Contacting identified utilities to verify presence and locations. Keeping a record log of all communication and correspondence with each utility company for the duration of the project and providing the record log to the City prior to the preconstruction conference.

14 g. Prepare conceptual design update report demonstrating feasibility of recommended alternative, discussion of any additional alternatives considered, operation and maintenance considerations, identify Corps and FEMA requirements to be met by final design, conceptual cost estimate and schedule updates. Phase 2 -Design Phase Services a. Complete topographic survey and existing conditions drawing necessary for detailed design. b. Design new pump station and outlet with three pumps for a total capacity of approximately 100 CFS. Pump station shall have automatic controls in climate controlled control building, emergency standby diesel engine generators, and trash screening with automatic cleaning functionality. Include all necessary civil, process, mechanical, structural, geotechnical, architectural, electrical, and control system design. c. Design storm sewer improvements in Maury Street between SE 11 th Street and SE 9th Street. d. Conduct monthly meetings with City project staff to update on progress and discuss interim design/technical memorandums as needed. e. Determine all utility conflicts, including performing Subsurface Utility Engineering, design utility relocations which are City responsibility, monitor and coordinate with utility relocations that are not City responsibility. f. Prepare plans/specifications/cost estimate/ basis of design report with review meetings at 30%, 60%, and 95% completion levels. g. Present pump station site plan to Urban Design Review Board and incorporate necessary recommendations. h. Identify and prepare all applications and supporting data to be submitted by City for all local, state, and federal permits required including but not limited to Corps of Engineers 408 levee alteration permit. i. Public Involvement - Attend, provide presentation and prepare public displays summarizing design at up to 2 public meetings. j. Provide bid documents including final plans, specifications, and construction cost estimate required for normal City letting procedures. k. Assist City with all other normal bid procedures including responding to bidders questions, conducting pre-bid meeting, preparing addenda items necessary, evaluating bids, etc. Phase 3- Construction Phase Services a. Provide construction observation and administration services in coordination with City. b. Preconstruction conference. c. Shop drawing review. d. Answer design interpretation questions. e. Review contractor pay requests. f. Negotiate and prepare change orders. g. Periodic visits to the construction site. h. Final inspection and punch list. i. Coordinate acceptance testing/monitoring. j. Keep City informed on progress and quality of construction work. k. Assist pump station start up. l. Review and assemble operation and maintenance manual. m. Prepare record drawings. n. Submit final Basis of Design Report after construction to reflect as-built construction project for City to use in future certification to FEMA and Corps of Engineers 408 permitting.

15 Proposed Project Schedule Notice to Proceed August 2016 Pre-Final (95%) Plans, Specs, & Estimate February 2017 Final Plans, Special Provisions, & Estimate March 2017 Bid Date April 2017 Award Construction Contract May 2017 Note: This schedule contains only critical deadlines provided by the City. Consultants may provide a more aggressive or more detailed schedule with interim completion dates/submittals in the proposal.

16

17 ATTACHMENT 2C SCOPE OF SERVICES SE 1 ST STREET & VAN BUREN STREET / SE 4 TH STREET & VAN BUREN STREET STORMWATER PUMP STATIONS Activity ID General: This proposed Scope of Services is not intended to be a detailed scope of work that will be required as a part of the final professional services agreement, but is intended to provide general information to firms wishing to submit proposals. Project Description As part of a larger levee certification and flood management effort the City of Des Moines proposes to make improvements to the storm sewer system that drains to the levee gatewells and stormwater pump stations located at SE 1 st Street and Van Buren Street and at SE 4 th Street and Van Buren Street. The City is seeking a consultant to provide professional engineering services for the construction of a new single stormwater pump station installation near SE 3 rd Street to replace the existing pump stations, storm sewer improvements between SE 1 st Street and SE 3 rd Street, and storm sewer improvements between SE 8 th Street and SE 9 th Street (new outlet to Jackson Basin), as described in Des Moines Downtown Levees Stormwater Pump Station Assessment Report. All necessary design and construction phase engineering services for a complete pump station and outlet to river, decommissioning of old pump stations while maintaining gravity outlets, associated levee alterations, and storm sewer projects shall be included in the proposal, including survey, preliminary and final design, geotechnical investigation, hydraulic analysis, final bid documents (plans, specifications, opinion of probable construction costs, etc.), and basis of design report showing the design meets Corps of Engineers design standards and including any necessary certifications that design meets FEMA levee accreditation requirements. The recommended improvements provided in the Des Moines Downtown Levees Stormwater Pump Station Assessment Report are conceptual. The exact locations, alignments, and configurations of the improvements will be developed as part of these design services. Proposed Engineering Services Phase 1-Preliminary Site Investigation a. Review all available project data including but not limited to that provided in Des Moines Downtown Levees Stormwater Pump Station Assessment Report. b. Review existing Stantec hydrologic and hydraulic analysis and model and update as needed for design. c. Perform geotechnical investigation. d. Identify project constraints due to site size, location, available real estate, and environmental factors. e. Identify permits and agency approvals required for construction of the project. f. Initiate utility coordination, including: i. Contacting Iowa One Call through the Design Request System to determine which utilities may be present. ii. iii. Contacting identified utilities to verify presence and locations. Keeping a record log of all communication and correspondence with each utility company for the duration of the project and providing the record log to the City prior to the preconstruction conference.

18 g. Prepare conceptual design update report demonstrating feasibility of recommended alternative, discussion of any additional alternatives considered, operation and maintenance considerations, identify Corps and FEMA requirements to be met by final design, conceptual cost estimate and schedule updates. Phase 2 -Design Phase Services a. Design new pump station and outlet with three pumps for a total capacity of approximately 200 CFS. Pump station shall have automatic controls in climate controlled control building, emergency standby diesel engine generators, and trash screening with automatic cleaning functionality. Include all necessary civil, process, mechanical, structural, geotechnical, architectural, electrical, and control system design. b. Design storm sewer improvements to connect SE 1 st storm sewer system with overflow to new pump station at SE 3 rd Street. c. Design storm sewer improvements to redirect SE 8 th Street storm sewer system to outlet to Jackson Basin near SE 9 th Street. d. Conduct monthly meetings with City project staff to update on progress and discuss interim design/technical memorandums as needed. e. Determine all utility conflicts, including performing Subsurface Utility Engineering, design utility relocations which are City responsibility, monitor and coordinate with utility relocations that are not City responsibility. f. Prepare plans/specifications/cost estimate/ basis of design report with review meetings at 30%, 60%, and 95% completion levels. g. Present pump station site plan to Urban Design Review Board and incorporate necessary recommendations. h. Prepare right of way acquisition plats to support City acquisition process. i. Identify and prepare all applications and supporting data to be submitted by City for all local, state, and federal permits required including but not limited to Corps of Engineers 408 levee alteration permit. j. Public Involvement - Attend, provide presentation and prepare public displays summarizing design at up to 2 public meetings. k. Provide bid documents including final plans, specifications, and construction cost estimate required for normal City letting procedures. l. Assist City with all other normal bid procedures including responding to bidders questions, conducting pre-bid meeting, preparing addenda items necessary, evaluating bids, etc. Phase 3- Construction Phase Services a. Provide construction observation and administration services in coordination with City. b. Preconstruction conference. c. Shop drawing review. d. Answer design interpretation questions. e. Review contractor pay requests. f. Negotiate and prepare change orders. g. Periodic visits to the construction site. h. Final inspection and punch list. i. Coordinate acceptance testing/monitoring. j. Keep City informed on progress and quality of construction work. k. Assist pump station start up. l. Review and assemble operation and maintenance manual.

19 m. Prepare record drawings. n. Submit final Basis of Design Report after construction to reflect as-built construction project for City to use in future certification to FEMA and Corps of Engineers 408 permitting. Proposed Project Schedule Notice to Proceed August 2016 R.O.W. Acquisition Plats March 2017 Pre-Final (95%) Plans, Specs, & Estimate August 2017 Final Plans, Special Provisions, & Estimate September 2017 Bid Date October 2017 Award Construction Contract November 2017 Note: This schedule contains only critical deadlines provided by the City. Consultants may provide a more aggressive or more detailed schedule with interim completion dates/submittals in the proposal.

20

21 CITY OF DES MOINES ENGINEERING DEPARTMENT ATTACHMENT 3 SELECTION CRITERIA The consultant Selection Committee established by the City for this project will evaluate each firm in accordance with the following criteria to identify the firm or firms best qualified to meet the City s needs on this project. The firms deemed best qualified by the Selection Committee will be invited for additional presentations and interviews. However, the City reserves the right to request interviews of any, all, or none of the consultants Item Description Rating Ranges 1. Experience, Qualifications and Expertise (0 20) Firm's experience with similar projects, qualifications and expertise of key personnel and subconsultants. 2. Capabilities and Resources (0 20) Projects currently under contract involving equipment and key personnel that would also handle this project along with estimated time of completion. Availability and responsiveness of staff. 3. Project Overview (0-30) Convey your understanding of the project objectives. Identify major problems that you perceive at this time. Describe the overall approach you will use to overcome these problems and efficiently complete this project. 4. References (0 5) Information on other organizations for which your firm has provided comparable consulting services. 5. Quality and Thoroughness of Proposal (0 10) 6. Geographic Location of your Firm (0 5) 7. Additional Factors (0 5) a. City Experience b. Other related information 8. Work Elements (0 5) Appropriateness of estimated staff hours and cost in relation to objectives and methodology for project.

22 Request for Proposals ATTACHMENT 4 INTENT TO SUBMIT (INCLUDE THIS COMPLETED FORM WITH PROPOSAL INSIDE FRONT COVER) The Consultant is submitting this proposal to be considered for the following projects (check all that apply): A. E 1 st Street & E Market Street Stormwater Pump Station B. SE 9 th Street Stormwater Pump Station C. SE 1 st Street & Van Buren Street / SE 4 th Street & Van Buren Street Stormwater Pump Stations December 2013 / Revised June 2016 for Interior Pump Stations RFP

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017 REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: December 11, 2017 DUE DATE: December 28, 2017 Issued by: Rahway Parking Authority NOTE: In the event an interested

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

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS REQUEST FOR QUALIFICATIONS DESIGN / ENGINEERING TEAM RIVERFRONT TOWN CENTER Town of Shallotte 106 Cheers Street, PO Box 2287 Shallotte, North Carolina 28459 Deadline for Submittal: February 9, 2018 at

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 QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017. REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: August 10, 2017 DUE DATE: August 23, 2017 Issued by: Trenton Parking Authority NOTE: In the event an interested

More information

REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING PROFESSIONAL SERVICES VILLAGE OF BARTLETT COUNTRY CREEK LIFT STATION PROJECT

REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING PROFESSIONAL SERVICES VILLAGE OF BARTLETT COUNTRY CREEK LIFT STATION PROJECT REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING PROFESSIONAL SERVICES VILLAGE OF BARTLETT COUNTRY CREEK LIFT STATION PROJECT DATED FEBRUARY 19, 2015 REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING PROFESSIONAL

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019. NOTE: In the event an interested firm has downloaded these specifications from the TPA website, you are responsible for providing the TPA via email at Trentonparkingph@aol.com your contact information,

More information

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 AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

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

More information

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

Purchasing and Procurement Policy

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

More information

REQUEST FOR 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

Fair Oaks Water District

Fair Oaks Water District Fair Oaks Water District Request for Proposal To develop a set of construction drawings, construction specifications and bid documents for a Skyway Well in Fair Oaks. (FOWD Job #C19WTSTSTHD) Prepared by:

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

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

City of Sultan Request for Proposals City Attorney Services

City of Sultan Request for Proposals City Attorney Services The City Council of the ( City ) invites interested law firms and individuals with a minimum of seven (7) years of municipal experience to submit a written proposal to provide City Attorney services. As

More information

RFP NO REQUEST FOR PROPOSALS FOR CITY ATTORNEY SERVICES

RFP NO REQUEST FOR PROPOSALS FOR CITY ATTORNEY SERVICES CITY OF ROLLINGWOOD 403 Nixon Drive Rollingwood, Texas 78746 (512) 327-1838 Fax (512) 327-1869 RFP NO. 2018-02 REQUEST FOR PROPOSALS FOR CITY ATTORNEY SERVICES Respondents to this RFP shall submit completed

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

CITY OF BLACK DIAMOND REQUEST FOR PROPOSALS FOR CONTRACTED CITY LEGAL SERVICES

CITY OF BLACK DIAMOND REQUEST FOR PROPOSALS FOR CONTRACTED CITY LEGAL SERVICES CITY OF BLACK DIAMOND REQUEST FOR PROPOSALS FOR CONTRACTED CITY LEGAL SERVICES I. Proposal Due Date: The City of Diamond invites written proposals for contracted City Legal services. Proposals are due

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 QUALIFICATIONS CITY ENGINEERING SERVICES

REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES QUALIFICATION SUBMITTAL DATE: Monday, February 18, 2019 RFQ Number 2019-01 City of McLendon-Chisholm 1371 W. FM 550 McLendon-Chisolm, Texas 75032 972-524-2077

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

FENCING AND FENCE REPAIR

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

More information

REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES CLEARWATER PUBLIC SCHOOLS EWING PUBLIC SCHOOLS NELIGH-OAKDALE PUBLIC SCHOOLS

REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES CLEARWATER PUBLIC SCHOOLS EWING PUBLIC SCHOOLS NELIGH-OAKDALE PUBLIC SCHOOLS REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES CLEARWATER PUBLIC SCHOOLS EWING PUBLIC SCHOOLS NELIGH-OAKDALE PUBLIC SCHOOLS 1. REQUEST FOR PROPOSALS. Clearwater Public Schools, Ewing Public Schools,

More information

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

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

More information

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

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

More information

REQUEST FOR PROPOSALS FOR. Site Civil Services for the Iowa River Landing Arena CITY OF CORALVILLE IOWA

REQUEST FOR PROPOSALS FOR. Site Civil Services for the Iowa River Landing Arena CITY OF CORALVILLE IOWA REQUEST FOR PROPOSALS FOR Site Civil Services for the Iowa River Landing Arena CITY OF CORALVILLE IOWA City of Coralville Iowa Coralville, IA Page 1 of 6 Please review and provide response to this letter

More information

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL June 1, 2009 I. BACKGROUND The New York Liquidation Bureau (the Bureau ) carries out the responsibilities of the New York State Superintendent of Insurance

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 Qualifications Statements

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

More information

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

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

More information

Request for 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

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

Consultant for Municipal Engineering Services

Consultant for Municipal Engineering Services BOROUGH OF STONE HARBOR 2018 PROFESSIONAL SERVICES REQUEST FOR PROPOSAL RFQ OPENING DATE: THURSDAY, December 14, 2017 AT 12:00PM NOTICE TO BIDDERS The Borough of Stone Harbor is soliciting proposals through

More information

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017 NOTE: The GSMJIF will consider qualifications only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in this Request

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

Support to Development of a Global Competency Framework for UHC. Request for Proposals (RFP) Bid Reference 2018/HIS/HWF/HPS/01

Support to Development of a Global Competency Framework for UHC. Request for Proposals (RFP) Bid Reference 2018/HIS/HWF/HPS/01 1 Support to Development of a Global Competency Framework for UHC Request for Proposals (RFP) Bid Reference Unit Name Human Resources for Health Policy and Standards 2 The World Health Organization (WHO)

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 PROPOSAL (RFP) FOR A CITY ATTORNEY

REQUEST FOR PROPOSAL (RFP) FOR A CITY ATTORNEY REQUEST FOR PROPOSAL (RFP) FOR A CITY ATTORNEY 1. REQUEST FOR PROPOSAL: The North Ogden City ( the City ) requests proposal for the services of a City Attorney. Each response to this Request for Proposal

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

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

Request for Proposal Simulation-Based Learning Competition

Request for Proposal Simulation-Based Learning Competition International Council on Hotel, Restaurant, and Institutional Education February 1, 2018 Request for Proposal Simulation-Based Learning Competition RFP#2018-SIM-101 Your firm is invited to submit a proposal

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

REQUEST FOR PROPOSALS ( RFP ) UNDERWRITING SERVICES VILLAGE OF MOUNT PLEASANT, WISCONSIN RACINE COUNTY, WISCONSIN.

REQUEST FOR PROPOSALS ( RFP ) UNDERWRITING SERVICES VILLAGE OF MOUNT PLEASANT, WISCONSIN RACINE COUNTY, WISCONSIN. REQUEST FOR PROPOSALS ( RFP ) UNDERWRITING SERVICES VILLAGE OF MOUNT PLEASANT, WISCONSIN RACINE COUNTY, WISCONSIN January 29, 2018 Proposals must be received not later than 12:00pm (Noon) CST on February

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

EL PASO WATER - PUBLIC SERVICE BOARD REQUEST FOR SUBMITTALS RFS February 5, 2019

EL PASO WATER - PUBLIC SERVICE BOARD REQUEST FOR SUBMITTALS RFS February 5, 2019 EL PASO WATER - PUBLIC SERVICE BOARD REQUEST FOR SUBMITTALS RFS 25-19 February 5, 2019 TO: RE: Invited Firms Request for Submittals to El Paso Water - Public Service Board (EPWater) Statement of Work Professional

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

REQUEST FOR PROPOSAL REPRESENTATIVE. for the IOWA ECONOMIC DEVELOPMENT AUTHORITY, BUSINESS DEVELOPMENT DIVISION

REQUEST FOR PROPOSAL REPRESENTATIVE. for the IOWA ECONOMIC DEVELOPMENT AUTHORITY, BUSINESS DEVELOPMENT DIVISION REQUEST FOR PROPOSAL REPRESENTATIVE for the IOWA ECONOMIC DEVELOPMENT AUTHORITY, BUSINESS DEVELOPMENT DIVISION SECTION A. - PURPOSE AND INTENT The Iowa Economic Development Authority s Business Development

More information

PIEDMONT TRIAD AIRPORT AUTHORITY

PIEDMONT TRIAD AIRPORT AUTHORITY PIEDMONT TRIAD AIRPORT AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) for ON-CALL ENVIRONMENTAL CONSULTANT SERVICES at the PIEDMONT TRIAD INTERNATIONAL AIRPORT (GSO) The Piedmont Triad Airport Authority (PTAA)

More information

Subject: Statement of Qualifications for Public Safety Building Design

Subject: Statement of Qualifications for Public Safety Building Design March 5, 2010 Subject: Statement of Qualifications for Public Safety Building Design The City of Porterville seeks Statements of Qualification (SOQ) from qualified architectural and engineering firms for

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

Complying with Ohio s. Qualifications-Based Selection Law. (Ohio Revised Code ) A Guide for Public Authorities

Complying with Ohio s. Qualifications-Based Selection Law. (Ohio Revised Code ) A Guide for Public Authorities Complying with Ohio s Qualifications-Based Selection Law for Professional Engineers, Architects & Surveyors (Ohio Revised Code 153.65-.73) A Guide for Public Authorities American Council of Engineering

More information

Bidding Conditions Attachment C

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

More information

Village of Algonquin Request for Proposals Accounting Services

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

More information

TOWN OF WINTER PARK REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER / GENERAL CONTRACTOR

TOWN OF WINTER PARK REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER / GENERAL CONTRACTOR February 5, 2018 SUMMARY OF CM/GC SELECTION PROCESS FOR DIMMIT II APARTMENT BUILDING The Town of Winter Park requests proposals from qualified Construction Manager / General Contractor (CM/GC) firms for

More information

REQUEST FOR PROPOSAL FOR DEVELOPMENT OF CITY-OWNED PROPERTY WITHIN THE BAYBORO HARBOR COMMUNITY REDEVELOPMENT AREA

REQUEST FOR PROPOSAL FOR DEVELOPMENT OF CITY-OWNED PROPERTY WITHIN THE BAYBORO HARBOR COMMUNITY REDEVELOPMENT AREA REQUEST FOR PROPOSAL FOR DEVELOPMENT OF CITY-OWNED PROPERTY WITHIN THE BAYBORO HARBOR COMMUNITY REDEVELOPMENT AREA Issue Date APRIL 20, 2014 Due Date 1:00 P.M. Local Time MAY 20, 2014 v3 RFP 4th at 11th

More information

Ohio s Qualifications-Based Selection Law (as amended by Sub. H.B. 153, 129 th Ohio General Assembly, effective Sept. 28, 2011)

Ohio s Qualifications-Based Selection Law (as amended by Sub. H.B. 153, 129 th Ohio General Assembly, effective Sept. 28, 2011) Ohio s Qualifications-Based Selection Law (as amended by Sub. H.B. 153, 129 th Ohio General Assembly, effective Sept. 28, 2011) Sec. 153.65. As used in sections 153.65 to 153.73 of the Revised Code: (A)(1)

More information

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY LOWER SAUCON TOWNSHIP

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

More information

Request for Proposals for Enterprise Resource Planning System Replacement Consultants Mariposa County, CA

Request for Proposals for Enterprise Resource Planning System Replacement Consultants Mariposa County, CA I. Introduction Request for Proposals for Enterprise Resource Planning A. Purpose Mariposa County ( County ) is requesting proposals from qualified and experienced firms or individuals to provide consulting

More information

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE

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

More information

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR MUNICIPAL PROFESSIONALS

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR MUNICIPAL PROFESSIONALS REQUEST FOR PROPOSAL/QUALIFICATIONS FOR MUNICIPAL PROFESSIONALS Issued by the BOROUGH OF STRATFORD Date Issued: November 16, 2018 Responses Due: December 07, 2018 REQUEST FOR PROPOSAL & QUALIFICATIONS

More information

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

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

More information

Definitions Definitions used in this document are taken from TNI SOP 7-100, and may be found there.

Definitions Definitions used in this document are taken from TNI SOP 7-100, and may be found there. Request for Proposal (RFP) Evaluating Non-Governmental Accreditation Bodies BACKGROUND The NELAC Institute (TNI) is a 501(c)(3) non-profit organization whose mission is to foster the generation of environmental

More information

POARCH BAND OF CREEK INDIANS REQUEST FOR PROPOSALS FOR ETHICS OFFICER

POARCH BAND OF CREEK INDIANS REQUEST FOR PROPOSALS FOR ETHICS OFFICER POARCH BAND OF CREEK INDIANS REQUEST FOR PROPOSALS FOR ETHICS OFFICER Sponsored by: Poarch Band of Creek Indians Ethics Board 5811 Jack Springs Road Atmore, AL 36502 (251) 368-9136 SECTION 1 INTRODUCTION

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 PROPOSAL For CEO Search Listening Sessions Bid Number: March 22, 2019

REQUEST FOR PROPOSAL For CEO Search Listening Sessions Bid Number: March 22, 2019 Fresno Economic Opportunities Commission (Fresno EOC) is soliciting proposals to establish a contract with one (1) qualified and experienced vendor to conduct listening sessions in Fresno EOC Target Areas,

More information

This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order

This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order [Introductory Note to User: The following text as published describes

More information

City of Gibraltar. REQUEST FOR PROPOSALS- Legal Services

City of Gibraltar. REQUEST FOR PROPOSALS- Legal Services City of Gibraltar REQUEST FOR PROPOSALS- Legal Services TABLE OF CONTENTS Part I - Information Provided by the Requester A. Introduction B. Law Firm Qualifications C. Background Information about City

More information

PROFESSIONAL CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ)

PROFESSIONAL CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ) PROFESSIONAL CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ) MARCH 2018 INTRODUCTION AND BACKGROUND The City of Keller is in search of the most qualified firms to provide professional expertise and

More information

Lincoln City Visitor and Convention Bureau. City of Lincoln City REQUEST FOR QUALIFICATIONS

Lincoln City Visitor and Convention Bureau. City of Lincoln City REQUEST FOR QUALIFICATIONS Lincoln City Visitor and Convention Bureau City of Lincoln City REQUEST FOR QUALIFICATIONS Visitor Center Concept Development and Designs Architectural Services Lincoln City, Oregon April 20, 2018 RFQ

More information

CONSTRUCTION MANAGEMENT SERVICES

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

More information

REQUEST FOR PROPOSAL For Legal Services Bid Number:

REQUEST FOR PROPOSAL For Legal Services Bid Number: Fresno Economic Opportunities Commission (Fresno EOC) is soliciting proposals to establish a contract with one (1) qualified and experienced legal firm to serve as General Legal Counsel for Fresno EOC

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

August 31, To Whom It May Concern:

August 31, To Whom It May Concern: August 31, 2017 To Whom It May Concern: The Aerotropolis Atlanta Community Improvement Districts (AACIDs) is soliciting Statements of Qualifications (RFQ) from qualified firm(s) or organization(s) to develop

More information

CONSTRUCTION MANAGEMENT SERVICES

CONSTRUCTION MANAGEMENT SERVICES DrAFTDRAFTdd EXHIBIT 1 CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR QUALIFICATIONS (RFQ) SELECTION PROCESS School District of Lee County, Florida TABLE OF CONTENTS 1. INTRODUCTION 1 Lobbying 2 2. 3 A.

More information

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

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

More information

NEW JERSEY GOVERNMENT RECORDS COUNCIL

NEW JERSEY GOVERNMENT RECORDS COUNCIL REQUEST FOR QUALIFICATIONS FOR SPECIAL COUNSEL FOR NEW JERSEY GOVERNMENT RECORDS COUNCIL Date Issued: June 4, 2012 Question & Answer Cut-off Date: June 18, 2012 Proposals Due: July 2, 2012 KARYN GORDON,

More information

Human Resources Consultant Compensation and Pay Equity Request for Proposal

Human Resources Consultant Compensation and Pay Equity Request for Proposal The Township of Nipissing 45 Beatty Street Nipissing, ON P0H 1W0 Lead Contact: Charles Barton, CAO-Clerk Email: admin@nipissingtownship.com Phone: 705-724-2144 Fax: 705-724-5385 Human Resources Consultant

More information

The University of Texas at San Antonio Request for Qualifications for University Center Update Common Lounge. RFQ No.

The University of Texas at San Antonio Request for Qualifications for University Center Update Common Lounge. RFQ No. The University of Texas at San Antonio Request for Qualifications for University Center Update Common Lounge RFQ No. 743-15-110315SC RFQ Deadline Date: November 25, 2015 1.1. OBJECTIVE AND OVERVIEW SECTION

More information

Chapter 4 State Requirements for Educational Facilities Section 4.1

Chapter 4 State Requirements for Educational Facilities Section 4.1 providential cause, other impending danger to life safety, or pursuant to Section 1013.46(1)(b), F.S., the board can declare an emergency, can negotiate a contract with a design-build firm, design professional,

More information

REQUEST FOR PROPOSALS. Size of Site Approximately 5 acres in size with no permanent structures presently located on the site.

REQUEST FOR PROPOSALS. Size of Site Approximately 5 acres in size with no permanent structures presently located on the site. REQUEST FOR PROPOSALS The Village of Bedford Park is issuing this Request For Proposals (RFP) for the selection of an architectural firm for architectural services in connection with the design of a multi-purpose

More information

Contract Management Policy

Contract Management Policy Contract Management Policy December 2010 (modified June, 2011) Table of contents SECTION 1: Objectives, Definitions and Field of Application...3 1.1 Objectives...3 1.2 Ethics...3 1.3 Scope...4 1.4 Targeted

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

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

Request for Qualifications. For. Engineering Services. Industrial Pretreatment Facilities Feasibility Study

Request for Qualifications. For. Engineering Services. Industrial Pretreatment Facilities Feasibility Study Request for Qualifications For Engineering Services Industrial Pretreatment Facilities Feasibility Study Issue Date: March 14, 2018 Response Deadline: April 30, 2018, 3:00 p.m. General In accordance with

More information

Request for Proposal for Annual Financial Audit Services

Request for Proposal for Annual Financial Audit Services Request for Proposal for Annual Financial Audit Services RFP # 19_001 Jan 10, 2019 Page 1 I. RFP Timeline The following Timeline has been defined to efficiently solicit multiple competitive proposals,

More information

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications: Borough of Park Ridge Request for Qualifications from Engineering Firms Interested in Serving as Borough Engineer to the Borough of Park Ridge For the Period January 1, 2019 through December 31, 2019 Dated:

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

KNOX COUNTY HEALTH ORDINANCE ARTICLE IV ONSITE WASTEWATER DISPOSAL

KNOX COUNTY HEALTH ORDINANCE ARTICLE IV ONSITE WASTEWATER DISPOSAL KNOX COUNTY HEALTH ORDINANCE ARTICLE IV ONSITE WASTEWATER DISPOSAL SECTION A, GOAL: To provide for the protection of the consumer and the environment, by promoting the proper design and construction of

More information

Request for Proposal Human Resources Consultant

Request for Proposal Human Resources Consultant Request for Proposal June 6, 2017 401 West Main Street, Suite 2300 Louisville, Kentucky 40202 Request for Proposal P a g e 2 Introduction Purpose The Louisville & Jefferson County Visitors & Convention

More information

EXHIBIT A SCOPE OF SERVICES FOR. FINANCIAL PROJECT ID(S). Various Projects DISTRICT 2 VARIOUS COUNTIES

EXHIBIT A SCOPE OF SERVICES FOR. FINANCIAL PROJECT ID(S). Various Projects DISTRICT 2 VARIOUS COUNTIES EXHIBIT A SCOPE OF SERVICES FOR FINANCIAL PROJECT ID(S). Various Projects DISTRICT 2 VARIOUS COUNTIES 1 PURPOSE... 3 2 PROJECT DESCRIPTION... 5 3 PROJECT COMMON AND PROJECT GENERAL TASKS... 6 4 ROADWAY

More information

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER REQUEST FOR QUALIFICATIONS To Serve as Legal Counsel to the State of Rhode Island Public Finance Management Board The Office of the General Treasurer

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

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

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

More information

MANHATTAN BEACH UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE LEASE-LEASEBACK DEVELOPERS 2017/2018 I. BACKGROUND AND OVERVIEW

MANHATTAN BEACH UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE LEASE-LEASEBACK DEVELOPERS 2017/2018 I. BACKGROUND AND OVERVIEW PROSPECTIVE LEASE-LEASEBACK DEVELOPERS 2017/2018 I. BACKGROUND AND OVERVIEW Pursuant to Education Code section 17406 and Public Contract Code section 20111.6, the Manhattan Beach Unified School District

More information

Municipality of the District of Lunenburg POLICY

Municipality of the District of Lunenburg POLICY Municipality of the District of Lunenburg Title: Purchasing and Tendering Policy Policy No. MDL-33 Effective Date: January 1, 2014 1. Purpose and Objectives POLICY Amended Date: January 12, 2016 The Municipality

More information

COUNTY OF MERCED REQUEST FOR QUOTATION GENERAL COUNSEL LEGAL SERVICES NO. 7206

COUNTY OF MERCED REQUEST FOR QUOTATION GENERAL COUNSEL LEGAL SERVICES NO. 7206 May 24Mark A. Cowart Director/Chief Information Officer 2222 M Street Merced, CA 95340 (209) 385-7331 (209) 725-3535 Fax www.co.merced.ca.us Issue date: 05.02.17 COUNTY OF MERCED REQUEST FOR QUOTATION

More information

Legal Services Request for Proposals. January 9, 2019

Legal Services Request for Proposals. January 9, 2019 Legal Services Request for Proposals January 9, 2019 TENTATIVE SCHEDULE Distribute/Advertise RFP s January 9, 2019 RFP Submittal Deadline February 15, 2019 Staff Review of Proposals February 19-20, 2019

More information