CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems

Size: px
Start display at page:

Download "CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems"

Transcription

1 CITY OF CHINO HILLS Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems February 18, 2016 Department: Public Works Proposal Due Date: March 17, 2016 Time: 2:00 P.M. Proposals must be submitted to the: City of Chino Hills Attn: City Clerk s Office City Center Drive Chino Hills, CA Proposal Information Format: Proposals will be received by the City of Chino Hills, hereinafter called the City, at the office of the City Clerk, City Center Drive, Chino Hills, California 91709, until 2:00 p.m., Thursday, March 17, Each Proposal must be submitted in a sealed envelope, addressed to the City at the above-referenced address. Each sealed envelope containing a Proposal must be plainly marked on the outside as Proposal for: On-Call and Emergency Repair Services Including Water and Sewer Systems, and Contractor s name and address, if applicable. If forwarded by mail, the sealed envelope containing the proposal must be enclosed in another envelope addressed to the City of Chino Hills, c\o City Clerk, City Center Drive, Chino Hills, California Submittal of two copies of the proposal is required. The Contractor s fee schedule, in the format provided, is to be submitted in a separate sealed envelope clearly marked Cost Proposal at the time of submission of the proposal. Copies of the Request for Proposal may be obtained at the Public Works Department of the City of Chino Hills, La Palma Dr., Chino California Questions regarding the Request for Proposal should be directed to Public Works at or via at publicworks@chinohills.org. Page 1

2 The Proposal shall include, as a minimum: 1. A statement that this RFP shall be incorporated in its entirety as a part of the Contractor s proposal. 2. A Statement of Qualifications applicable to this project including the names, qualifications, state certifications, and proposed duties of the Contractor s staff to be assigned to this project; a listing of the five most recent, similar projects completed including the names, titles, addresses, and telephone numbers of the appropriate persons which the City can contact. 3. A written response to the Proposal Format for Resources sections in the proposal including the listing of resources, personnel, and pricing. 4. A written statement of contractor s ability to respond to an emergency site within 45 minutes of notification. 5. A written statement that the submitted fee schedule Exhibit A is part of the Contractor s proposal for use in invoicing for payments and for extra work incurred that is not part of this RFP. 6. A written statement by the Contractor that all federal laws and regulations shall be adhered to notwithstanding any state or local laws and regulations. In case of conflict between federal, state, or local laws or regulations, the strictest shall be adhered to. 7. A written statement by the Contractor shall allow all authorized federal, state, county, and the City of Chino Hills officials access to place of work, books, documents, papers, fiscal, payroll materials, and other relevant contract records pertinent to this project upon request. All relevant records shall be retained for at least three years. 8. A written statement that the Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. 9. A written statement that the Contractor shall comply with the California Labor Code. Pursuant to said regulations entitled: Federal Labor Standards provisions; Federal Prevailing Wage Decision; and State of California Prevailing Wage Rates, respectively. 10. A written statement that the Contractor shall comply with the Copeland Antikickback Act (18 USC 874 C) and the implementation regulation (29 CFR 3) issued pursuant thereto, and any amendments thereof. Page 2

3 11. A written statement that the Contractor and any listed subcontractors must be registered with the Department of Industrial Relations (DIR) prior to submitting bids to any public work contracts. Failure to comply will make bids non-responsive. No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with DIR pursuant to Labor Code Section Description/Background The City has a need for an on-call and emergency responder for water and sewer system repair services. The intent of this proposal is to identify a qualified firm to perform this service. Equipment and labor prices will be established as a part of this RFP process, along with costs for materials typically required for the work to be performed. The contract may be awarded to more than one proposer. Scope of Work The successful proposer will be awarded a contract with an annual not to exceed amount with established prices for labor, equipment, and typical materials. Contractor shall provide all labor, material and equipment to perform system repair services as needed. The contract may be used for other projects as required by the City. Contractor will be asked to provide estimates for emergency repairs based upon the established fee schedule. On occasion, materials required may not be specifically established in the fee schedule. For those materials, the contractor will submit actual costs and be allowed a set mark up as established in the basic contract. All repairs will be required to meet the City of Chino Hills standard specifications for the Water and Sewer systems. Contractor shall warrant all work for a period of one year from final date of completion as agreed by the City of Chino Hills. The City and Contractor shall agree that no specific quantity of work is guaranteed to be provided to the Contractor under the term and conditions of the contact. The city does not guarantee that the Contractor will be assigned any specific project during the term of the contract. The contract duration shall be for a period of three years from the date of award and may be renewed on an annual basis not to exceed two additional years subject to the consent of the City Manager. The Contractor must have the ability to respond to emergency sites within 45 minutes. Page 3

4 Administrative Elements 1. The Contractor shall assign a responsible representative and an alternate to coordinate with City staff. Any other changes in responsible representatives must be approved, in advance, by the City. The City will have the right to reject other proposed changes in personnel and may consider any other changes in responsible representatives a breach of contract. 2. The Contractor shall provide all necessary personnel, instruments, equipment, and materials to perform the described services. 3. The Contractor shall have a California class A license. Provide a list of all licenses. 4. Evaluation Criteria: The information submitted will be evaluated by the City of Chino Hills. The evaluation criteria to be used in the selection process will include but are not limited to the following: a. Approach to the work including, but not limited to, task breakdown and staffing, twenty percent (20%). b. Reports of references, and the experience and technical competence of the firm and key people on similar projects of equal complexity, thirty percent (30%). c. Available Equipment, fifteen percent (15%). d. Ability to respond, thirty-five percent (35%). The City of Chino Hills reserves the right to accept or reject any or all proposals or to waive any defects or irregularities in the proposals or selection process. All submittals to the RFP will be date-time stamped upon receipt. Any submittals stamped as received after the date and time shown for bid submittal shall be rejected. Standard Agreement The City has provided a copy of the Standard Agreement (attached). Please review this agreement and provide the City with a written statement of your firm s willingness to accept the terms of the agreement. Please specifically identify each and every term of the agreement which your firm is unwilling to accept and the reason therefor. Page 4

5 Prevailing Wages The successful Contractor agrees to abide by the requirements under Section 1773 of the Labor Code of the State of California for general prevailing wages where it is applicable. Subcontracting The Proposer may utilize the services of specialty Subcontractors on those parts of the work that, under normal contracting practices, are performed by a specialty Subcontractor. It is understood that at least 50 percent of the work to be performed shall be performed by the successful Contractor. Any subcontractor used must adhere to the same terms and conditions as the successful Contractor. The Proposer is representing to City that Proposer and any subcontractor has all appropriate licenses, certifications, and registrations to perform the work hereunder. The Proposer shall be fully responsible to the City for the performance of his/her Subcontractors, and of persons either directly or indirectly employed by them. Nothing contained herein shall create any contractual relation between any Subcontractor and the City. Page 5

6 Proposal Format for Resources PROPOSER MUST FOLLOW THE FORMAT SHOWN BELOW WHEN SUBMITTING THE PROPOSAL AND IDENTIFY EACH SECTION AS DESIGNATED BELOW: Section 1. Equipment NOTE: If your company has a fee schedule please attach it as well as complete below. DESCRIPTION MAKE/MODEL/YEAR HOURLY RATE OVERTIME RATE LOCATION AFTER HOURS Large Excavator Small Excavator Back Hoe Compressor and Jack Hammer Dump Truck Pick-up or Van Truck and Flat Bed Trailer Dewatering Equipment By-pass Pump and Hose List all Other Equipment Below Section 2. Parts Mark-up Percentage mark-up to supply parts as needed % Page 6

7 Section 3. Labor If your company has a schedule of labor pricing, please attach it as well as complete below. Classification Journeyperson Group 1 Group 2 Group 3 Group 4 Group 5 Prevailing Wage (PW) Hourly Rate PW- Overtime Rate (OT) PW Double Time (DT) Rate Contractor s Mark-Up in Percentage Fully Burdened Rate Fully Burdened OT Rate Fully Burdened DT Rate Laborers General Foreman Foreman Group 1 General Group 2 Chute Man Group 3 Pipeline Group 4 Pipe Layer Group 5 Blaster Apprentice (85%) Operating Engineers General Foreman Foreman Group 1 Oiler Group 8 Universal Group 10 Mechanic/Certified Welder Carpenter General Foreman Journeyman Project Manager Pipe Layer Equipment Operator Page 7

8 Section 4. Experience and Qualifications a) Provide an overview of the company and resources to accomplish the requirements of this RFP. b) List work experience and qualifications of the Superintendent. c) List work experience and qualification of the Foreman. d) List work experience and qualification of the equipment operator. e) What training and qualifications do you require your equipment operators to maintain? f) Provide any other information that may be helpful in evaluating your company s ability to perform the proposed work. Section 5. Services Methodology Summarize the key features of your proposed services and describe how you intend to fulfill the requirements of this Proposal. Identify any variables or risks that could affect your ability to provide on-call services to the City, and how you intend to mitigate them. Section 6. Emergency Services What will be your procedure to respond to emergency calls? How will the City contact your company after hours, weekends, and holidays? How long will it take from the phone call until someone will be on the job site? Section 7. References List five references two references must be governmental agencies, three references must have used your company in a similar on-call and emergency basis in the last two years. Section 8. Licenses Provide copies of current Contractors license with the Proposal, one license must be a current California Class A license. Section 9. Other Information Include any other reasonable information. Page 8

9 Section 10. Example Water Main Project Item No Description Quantity Unit Unit Price Subtotal 1 Mobilization 1 Lump $ $ Sum 2 16 CML/CMC (12 Ga.) waterline 7 feet deep 100 Linear Feet $ $ 3 12 Ductile iron pipe water main 5 feet deep 4 16 resilient wedge gate valve 5 6 fire hydrant assembly (include gate valve, guard posts, and pavement markers) 7 Pavement removal (assume t=4 ), Disposal and Replacement (assume t=4) 100 Linear Feet $ $ 2 Each $ $ 1 Each $ $ 200 Square Feet $ $ $ $ Total bid Water Main Project Example (Sum of subtotals for Water) $ Page 9

10 Section 11. Example Sewer Main Project Item No Description Quantity Unit Unit Price Subtotal 1 Mobilization 1 Lump Sum $ $ 2 Furnish and install Linear Feet $ $ extra strength VCP sewer main Class B- 2 bedding; complete in place, tested and ready for operation 3 Furnish and install 4ft 2 Each $ $ diameter manhole; complete in place, tested and ready for operation 4 Furnish and install Linear Feet $ $ VCP sewer lateral 5 Trench shoring, 1 Lump Sum $ $ sheeting, and bracing 6 Prepare and 1 Lump Sum $ $ implement phasing/sewer bypass plan including but not limited to pumping, piping, trucks, monitoring, etc. (assume Q = 1,000 gpm) 7 Pavement removal 200 Square Foot $ $ (assume t=4 ), Disposal and replacement (assume t=4 ) 8 Provide testing and 100 Linear Feet $ $ video inspection of sewer main $ $ Total bid Sewer Main Project Example (Sum of subtotals for Sewer) $ Page 10

11 CITY OF CHINO HILLS On-Call and Emergency Repair Services Including Water and Sewer Systems Scope of Services The contract has an annual not to exceed amount with prices for labor, equipment, and typical materials as established in Exhibit A. Contractor will be asked to provide estimates for emergency repairs based upon the established fee schedule. On occasion, materials required may not be specifically established in the fee schedule. For those materials, the contractor will submit actual costs and be allowed a set mark up as established in the basic contract. The Contractor must respond to emergency sites within 45 minutes. Scope of Services The Contractor shall provide all labor, material and equipment to perform services which may include but not be limited to the excavation, procurement of materials, installation, backfill and paving and all other work necessary to complete the following types of work: 1. The repair and construction of Vitrified Clay Pipe (VCP) and Polyvinylchloride (PVC) sewer mains ranging from 6 to 3 in diameter. a. The repair and construction of sewer manholes b. The repair and construction of sewer cleanouts c. The repair and construction of sewer laterals d. Dewatering of excavations e. By pass pumping f. Traffic Control g. Site remediation and cleaning 2. The repair and construction of water mains (various materials including concrete cylinder, PVC, ductile iron pipe, and Concrete Mortar Lined and Coated (CML&C) steel ranging from 1 to 30 in diameter and related appurtenances. a. The repair and construction of system valves b. The repair and construction of pressure reducing valves c. The repair and construction of fire hydrants d. Dewatering of excavations e. Traffic Control f. Disinfection and flushing g. Site remediation and cleaning 3. The repair and construction of water and sewer pump stations and related appurtenances which may include mechanical, electrical and piping components. 4. The contractor may be called for other services not related to water and sewer. The City and Contractor agree that no specific quantity of work is guaranteed to be provided to the Contractor under the term and conditions of this Agreement. The City does not guarantee that the Contractor will be assigned any specific project during the term of the Agreement. Page 1

CITY OF CHINO HILLS. Request for Proposals (RFP) for. On-call Electrical Repair Service. On-call Electrical Repair including Water and Wastewater

CITY OF CHINO HILLS. Request for Proposals (RFP) for. On-call Electrical Repair Service. On-call Electrical Repair including Water and Wastewater CITY OF CHINO HILLS Request for Proposals (RFP) for On-call Electrical Repair Service March 30, 2016 Department: Project Name: Public Works On-call Electrical Repair including Water and Wastewater Proposal

More information

BID # UTILITY SERVICE CONTRACT SECTION C SPECIFICATIONS OWNER

BID # UTILITY SERVICE CONTRACT SECTION C SPECIFICATIONS OWNER BID # 15-14 UTILITY SERVICE CONTRACT SECTION C SPECIFICATIONS OWNER Board of Trustees Middlesex County College 2600 Woodbridge Avenue P.O. Box 3050 Edison, New Jersey 08818-3050 SECTION C - DETAILED TECHNICAL

More information

Highlands Housing Authority

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

More information

Request for Proposals

Request for Proposals Request for Proposals PLEASE TAKE NOTICE that the Lakewood Township Municipal Utilities Authority (Authority) hereby solicits proposals for performance of a Leak Detection Survey (LDS) of the Authority

More information

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BIDS DUE: December 22 nd 2016 @ 2:00 P.M. Belleville City Hall City Hall 1819

More information

Finance & Technology Administrator (815) ext 223

Finance & Technology Administrator (815) ext 223 2017 PAVING IMPROVEMENTS BID PACKET Due: Location: April 26, 2017 by 10:00 am Oregon Park District Fairgrounds Park 607 Fair Park Drive Oregon, IL 61061 Bid Proposal: 2017 Paving Improvements Administrative

More information

Addendum No. 1 Page 1 of 2

Addendum No. 1 Page 1 of 2 Addendum No. 1 Page 1 of 2 DATE: March 14, 2016 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Parking Lot S7 Improvements JJC PROJECT

More information

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone *  * Fax City of New Haven 101 FRONT STREET PO BOX 236 NEW HAVEN, MO 63068 Phone 573-237-2349 * www.newhavenmo.org * Fax 573-237-4696 February 19, 2013 Request for Bids New Haven City Park Bock Field fencing The

More information

SECTION TRENCHING & BACKFILLING

SECTION TRENCHING & BACKFILLING SECTION 02225 - TRENCHING & BACKFILLING 1.0 GENERAL 1.1 Work included in this Section includes trenching and backfilling for underground pipelines and related structures only. 1.2 Reference Specifications

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

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

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Black Box Theatre at Nordlof Center Issued June 14, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Opening Time and Date: Bid Deposit/Bid

More information

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Nordlof Center Lower Level West Issued November 8, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Due Date: Bid Opening Time and

More information

NOTICE OF BOARD ACTION BOARD OF DIRECTORS TOWN OF MANCHESTER, CONNECTICUT

NOTICE OF BOARD ACTION BOARD OF DIRECTORS TOWN OF MANCHESTER, CONNECTICUT NOTICE OF BOARD ACTION BOARD OF DIRECTORS TOWN OF MANCHESTER, CONNECTICUT On June 7, 2016, the Board of Directors of the Town of Manchester, in its capacity as the Water Pollution Control Authority, revised

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

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

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

More information

SECTION A1 EXCAVATION AND BACKFILL GENERAL

SECTION A1 EXCAVATION AND BACKFILL GENERAL SECTION A1 EXCAVATION AND BACKFILL GENERAL The work under this section shall include all excavation to such width and depth as shown on the drawings, specified herein, or ordered by the Engineer. Such

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

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

Job Order Contracting (JOC) ITB JE Overview August 2016

Job Order Contracting (JOC) ITB JE Overview August 2016 Job Order Contracting (JOC) ITB 16-14204-JE Overview August 2016 Job Order Contracting (JOC) What is JOC? Using general and specialty trade contractors to perform a series of projects on an as-needed basis.

More information

BIDS WILL BE CONSIDERED NON-RESPONSIVE WITHOUT THE REQUIRED SIGNATURE ACKNOWLEDGING THE FOLLOWING:

BIDS WILL BE CONSIDERED NON-RESPONSIVE WITHOUT THE REQUIRED SIGNATURE ACKNOWLEDGING THE FOLLOWING: BID SHEET FOR CIP 17-101 CIPP LINING OF SANITARY SEWER SYSTEM Item No. 16 17 18 19 20 21 Description and Bid Unit Price Brim Style Service Line Connection Sealing System Temporary Bypass Facilities Set

More information

Lyndhurst Elementary School Renovation & Addition Secondary Technology Design Package

Lyndhurst Elementary School Renovation & Addition Secondary Technology Design Package Lyndhurst Elementary School Renovation & Addition Secondary Technology Design Package INVITATION TO BID PROJECT: Lyndhurst Elementary School Secondary Technology Package BID DUE DATE: AUGUST 23, 2017 TIME:

More information

SECTION C1 DUCTILE IRON PIPE AND FITTINGS GENERAL

SECTION C1 DUCTILE IRON PIPE AND FITTINGS GENERAL SECTION C1 DUCTILE IRON PIPE AND FITTINGS GENERAL This section covers the furnishing and installation of ductile iron water pipe, fittings, thrust restraint and pipe disinfection. Ductile Iron Pipe MATERIALS

More information

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

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

More information

REQUEST FOR 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

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California November 20, 2017 Subject: Request for Proposals RFP2M17-11 Engineering Design Services for the Sewer Lift Station #4 and Force Main Replacement Project The City of Alhambra is requesting a proposal from

More information

TOWN OF MOUNT PLEASANT WESTCHESTER COUNTY, NEW YORK

TOWN OF MOUNT PLEASANT WESTCHESTER COUNTY, NEW YORK TOWN OF MOUNT PLEASANT WESTCHESTER COUNTY, NEW YORK COST EVALUATION FOR ROLLING HILLS AREA WATER MAIN EXTENSION PROFESSIONAL CONSULTING, LLC. Octagon 10, Office Center 1719 Route 10, Suite 225 Parsippany,

More information

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged.

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged. Inspiration Water & Sewer Adjustments Bid No. 16-217-05-17 Page 3 of 26 Addendum #1, RFB 16-217-05-17, May 13, 2016 be furnished to all bidders as an amendment to the solicitation, if such information

More information

Request For Proposal Of Printing and Design Services. Marketing Department

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

More information

Request for Bids Sewer Department City of Portsmouth, New Hampshire Sewer Inventory Bid #48-15

Request for Bids Sewer Department City of Portsmouth, New Hampshire Sewer Inventory Bid #48-15 Bid #48-15 Request for Bids Sewer Department City of Portsmouth, New Hampshire Sewer Inventory Bid #48-15 City of Portsmouth Public Works Department Sewer Inventory INVITATION TO BID Sealed bid proposals,

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 WELL DRILLING & TESTING SERVICES I-77 EXIT 1 WATER SYSTEM PROJECT DESCRIPTION

REQUEST FOR BIDS WELL DRILLING & TESTING SERVICES I-77 EXIT 1 WATER SYSTEM PROJECT DESCRIPTION REQUEST FOR BIDS WELL DRILLING & TESTING SERVICES I-77 EXIT 1 WATER SYSTEM The Carroll County Public Service Authority requests bids from properly licensed well drilling firms, hereafter referred to as

More information

CITY OF ATLANTIC BEACH BID NUMBER PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA (904)

CITY OF ATLANTIC BEACH BID NUMBER PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA (904) CITY OF ATLANTIC BEACH BID NUMBER 1314-08 PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA 32233 (904) 247-5880 REQUEST FOR BID CONTRACT - CONCRETE REPAIRS FOR THE PUBLIC WORKS/UTILITIES

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

***************************************************************************************************************

*************************************************************************************************************** 02720 STORM DRAINAGE SYSTEM *************************************************************************************************************** SPECIFIER: CSI MasterFormat 2004 number 33 40 00. ***************************************************************************************************************

More information

TORONTO MUNICIPAL CODE CHAPTER 67, FAIR WAGE SCHEDULE A, FAIR WAGE POLICY SCHEDULE A FAIR WAGE POLICY

TORONTO MUNICIPAL CODE CHAPTER 67, FAIR WAGE SCHEDULE A, FAIR WAGE POLICY SCHEDULE A FAIR WAGE POLICY SCHEDULE A FAIR WAGE POLICY 67-A1. Definitions. 67-A2. City of Toronto Council references. 67-A3. Purpose and history of Fair Wage Policy. 67-A4. Intent of Fair Wage Policy. 67-A5. Application. 67-A6.

More information

SECTION PIPE & PIPE FITTINGS PART 1 GENERAL

SECTION PIPE & PIPE FITTINGS PART 1 GENERAL SECTION 02610 PIPE & PIPE FITTINGS PART 1 GENERAL 1.01 DESCRIPTION A. This Section includes the material and bedding requirements for all pipe and pipe fittings for underground pressure and non-pressure

More information

CLARIFICATION, QUESTIONS AND RESPONSES AND DRAWINGS CLARIFICATION

CLARIFICATION, QUESTIONS AND RESPONSES AND DRAWINGS CLARIFICATION Addendum No. 1 Wheeler, Roberts, Moran and Stewart Water Main Replacements PWP Bid No.: WA-2018-029 TMWA Capital Project No.: 10-0001.0048 November 22, 2017 The following information, clarifications, changes

More information

SECTION WATER TREATMENT RESIDUAL REMOVAL, DISPOSAL, AND LAGOON CLEANING

SECTION WATER TREATMENT RESIDUAL REMOVAL, DISPOSAL, AND LAGOON CLEANING SECTION 334701 - WATER TREATMENT RESIDUAL REMOVAL, DISPOSAL, AND LAGOON CLEANING PART 1 - GENERAL 1.1 DESCRIPTION A. Scope: 1. The Contractor shall provide all labor, materials, tools, and equipment required

More information

REQUEST FOR PROPOSAL (RFP) SERVICE AND MAINTENANCE OF AIR CONDITIONING UNITS FOR ASPA OFFICES AUGUST 5, 2013

REQUEST FOR PROPOSAL (RFP) SERVICE AND MAINTENANCE OF AIR CONDITIONING UNITS FOR ASPA OFFICES AUGUST 5, 2013 MATERIALS MANAGEMENT OFFICE REQUEST FOR PROPOSAL (RFP) SERVICE AND MAINTENANCE OF AIR CONDITIONING UNITS FOR ASPA OFFICES AUGUST 5, 2013 RFP NO. FY13.1142.FSM UTU ABE MALAE Executive Officer Page 1 of

More information

SECTION POLYVINYL CHLORIDE (PVC) WATERLINE

SECTION POLYVINYL CHLORIDE (PVC) WATERLINE SECTION 02632 POLYVINYL CHLORIDE (PVC) WATERLINE PART 1 - GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals required, and install polyvinyl chloride (PVC) waterline,

More information

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Document 00 41 13 - Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Sealed bids will be received by Miami University at 181 Cole Service Building, Oxford,

More information

INVITATION FOR BID TERMS AND CONDITIONS:

INVITATION FOR BID TERMS AND CONDITIONS: INVITATION FOR BID RE-ROOFING BUILDING at: Abingdon Child Development Center Early Head Start Roof Replacement 152 Highland Street, Abingdon, Virginia 24210. DESCRIPTION OF ITEMS: Notice is hereby given

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

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

LI STATIONS N-03 & N-06 PLACEMENT BID # B May 18, 2016 Addendum 2

LI STATIONS N-03 & N-06 PLACEMENT BID # B May 18, 2016 Addendum 2 revard Central Services Florida's Coast CENTRAL SERVICES GROUP Telephone (321) 617 7390 PURCHASING SERVICES Fax (321) 617-7391 Brevard County Government Center 2725 Judge Fran Jamieson Way, Bldg. C, Suite

More information

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA Northwest Trek Core Area Fence Upgrade SWR BID NO. T Request for Bids

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA Northwest Trek Core Area Fence Upgrade SWR BID NO. T Request for Bids REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA Northwest Trek Core Area Fence Upgrade SWR BID NO. T-2016-0210-05410910 Request for Bids The Metropolitan Park District of Tacoma will receive sealed

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

2. A preconstruction meeting with the TWA s staff is required prior to initiating construction.

2. A preconstruction meeting with the TWA s staff is required prior to initiating construction. General: 1. Construct utilities in accordance to TWA approved plans and shop drawings. Any deviation from the approved plans shall be approved by the DEVELOPER S ENGINEER and TWA 2. A preconstruction meeting

More information

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

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

More information

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

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the CONTRACT AGREEMENT This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the "City") and Contractor as of the date the last party to this Contract Agreement signed below. W I T N E

More information

A. MISSION AND STRUCTURE OF HARVESTWORKS, INC.

A. MISSION AND STRUCTURE OF HARVESTWORKS, INC. REQUEST FOR PROPOSALS For Consulting Services HARVESTWORKS, a registered 501 (c) (3) non-profit organization in the state of New York, seeks proposals to provide Organizational Development Services relating

More information

3.0 DESIGN CRITERIA FOR SANITARY SEWER FACILITIES

3.0 DESIGN CRITERIA FOR SANITARY SEWER FACILITIES 3.0 DESIGN CRITERIA FOR SANITARY SEWER FACILITIES All sanitary sewers shall be designed in accordance with these Design Standards, LBWD Rules and Regulations, and to accepted engineering principles. In

More information

Oak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion

Oak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion 1 Oak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion Bids due April 5, 2016 1 2 Oak Park Unified School District 5801 Cornishon Ave Oak Park, CA 91377 NOTICE TO

More information

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Section BF Bid Form For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Bid Proposals will be received at the office of the Owner. Identified

More information

PERMIT TO EXCAVATE IN HIGHWAY CHESHIRE, CONNECTICUT

PERMIT TO EXCAVATE IN HIGHWAY CHESHIRE, CONNECTICUT PERMIT TO EXCAVATE IN HIGHWAY CHESHIRE, CONNECTICUT PERMIT # DATE: Name Of Applicant Address City, State, Zip ( ) Fax: ( ) Email Telephone Number permit faxed (date) permit emailed (date) Permission is

More information

SEALED BID. Contract for the Implementation of the State Standard Plan for Electronic Collection and Recycling

SEALED BID. Contract for the Implementation of the State Standard Plan for Electronic Collection and Recycling Waste Management Division REQUEST FOR PROPOSAL SEALED BID Contract for the Implementation of the State Standard Plan for Electronic Collection and Recycling DATE: March 1, 2013 QUESTIONS DUE BY: April

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified

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

Mission Statement/Statement of Purpose (You may also attach a copy of your organization s mission statement.)

Mission Statement/Statement of Purpose (You may also attach a copy of your organization s mission statement.) The George Washington University Center for Career Services 2017-2018 FEDERAL WORK STUDY PARTICIPATION AGREEMENT Program Dates: August 27, 2017 - May 19, 2018 FOR OFF-CAMPUS ORGANIZATIONS (Not Involved

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

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project BID INSTRUCTIONS Montour County Courthouse Retaining Wall Repair Project The Montour County Commissioners are receiving bids for the Courthouse Retaining Wall Repair Project. The parking lot is located

More information

REQUEST FOR QUOTATION INVITATION

REQUEST FOR QUOTATION INVITATION REQUEST FOR QUOTATION INVITATION DATE: August 2, 2010 DPS: REQUIREMENT: SUBJECT: Patricia Farina DPS Contract Administrator Email: Patricia.Farina@cityofchicago.org Telephone: 312-744- 7660 Rental of Scaffolding

More information

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

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

More information

Maintenance, Repair, and Operations JOC Program

Maintenance, Repair, and Operations JOC Program Maintenance, Repair, and Operations JOC Program Pre-Proposal Meeting CSP #16-11-07 Building Automation Systems CSP #16-11-08 Glass and Glazing Service CSP #16-11-09 HVAC / Mechanical CSP #16-11-10 Plumbing

More information

Request for Proposal: Due October 11, :00 pm

Request for Proposal: Due October 11, :00 pm Remove and replace approx. 6000 sq. ft. of asphalt, clean and tack 1200 sq. ft. of low spots, seal coat and stripe parking lot at 1030 Temple Ave Camarillo, CA 93010 Request for Proposal: Due October 11,

More information

Sunnyside Valley Irrigation District Enclosed Lateral Improvements Projects Contract : Regions 011, 13 & 014

Sunnyside Valley Irrigation District Enclosed Lateral Improvements Projects Contract : Regions 011, 13 & 014 Sunnyside Valley Irrigation District Addendum No. 1 Enclosed Lateral Improvements Projects 2010-2011 Issued: 8/30/2010 Contract 10-003: Regions 011, 013 & 014 Page 1 of 7 Sunnyside Valley Irrigation District

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

INVITATION to BID. 11:00 a.m.

INVITATION to BID. 11:00 a.m. L E G A L N O T I C E INVITATION to BID The Town of Ridgefield invites all interested parties to submit sealed bids on the following: Bid DUE DATE: June 22, 2017 Bid DUE TIME: Bid ITEMS: 11:00 a.m. Aluminum

More information

SECTION IV. PIPELINE EXCAVATION AND BACKFILL

SECTION IV. PIPELINE EXCAVATION AND BACKFILL SECTION IV. PIPELINE EXCAVATION AND BACKFILL A. Description of Work B. Surface Types C. Backfill D. Surface Restoration A. DESCRIPTION OF WORK 1. Extent: Excavation of trenches for pipelines shall include

More information

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD BUIDLING FOR THE CITY OF HOPKINSVILLE,

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS 1. INVITATION ADVERTISEMENT FOR BIDS Sealed proposals for the following work will be received by the University of Kentucky, Capital Construction Procurement Section, Room #322 Peterson Service Building,

More information

Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) Page 1 of 10

Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) Page 1 of 10 Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 BID OPENING: 1/30/2018, @ 2 pm EST ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) ADS Environmental Services 935 W Chestnut Street,

More information

BIDDING SCHEDULE SEWER LIFT STATION NO. 2 REPLACEMENT PROJECT CITY OF ALHAMBRA City s Project No. N2M17-83

BIDDING SCHEDULE SEWER LIFT STATION NO. 2 REPLACEMENT PROJECT CITY OF ALHAMBRA City s Project No. N2M17-83 Item No. BIDDING SCHEDULE SEWER LIFT STATION NO. 2 REPLACEMENT PROJECT CITY OF ALHAMBRA City s Project No. N2M17-83 DESCRIPTION EST. QTY. UNIT UNIT PRICE TOTAL PRICE GENERAL BID ITEMS 1 Per Plans and Specifications

More information

SPECIFICATIONS - DETAILED PROVISIONS Section Project Control Schedule C O N T E N T S

SPECIFICATIONS - DETAILED PROVISIONS Section Project Control Schedule C O N T E N T S SPECIFICATIONS - DETAILED PROVISIONS Section 01310 - Project Control Schedule C O N T E N T S PART 1 - SCHEDULE REQUIREMENTS PROGRESS SCHEDULE... 1 PART 2 - SUBMITTAL PROCEDURES... 2 PART 3 - DEFINITIONS...

More information

SECTION 19 - TRENCH EXCAVATION, BEDDING AND BACKFILL TABLE OF CONTENTS

SECTION 19 - TRENCH EXCAVATION, BEDDING AND BACKFILL TABLE OF CONTENTS SECTION 19 - TRENCH EXCAVATION, BEDDING AND BACKFILL TABLE OF CONTENTS Section Page 19-1 TRENCH EXCAVATION... 19.1 19-1.01 Exploratory Excavation... 19.1 19-1.02 Trench Width... 19.1 19-1.02.A Storm Drain

More information

Sample Bid Specification Revision 2 PVC Expanded-in-Place Pipeline Reconstruction

Sample Bid Specification Revision 2 PVC Expanded-in-Place Pipeline Reconstruction Sample Bid Specification Revision 2 PVC Expanded-in-Place Pipeline Reconstruction 1.00 DESCRIPTION 1.01 WORK INCLUDED: This work shall include the furnishing of all labor, equipment and materials necessary

More information

Scott Eagle Attack Thermal Imaging Camera

Scott Eagle Attack Thermal Imaging Camera Scott Eagle Attack Thermal Imaging Camera Notice is hereby given that the City of Des Peres is seeking sealed bids from qualified vendors for the purchase of a Scott Eagle Attack Thermal Imaging Camera.

More information

Electrical System, Maintenance and Repair Services For the PennDOT District 6-0 Office and Lab Buildings Statement of Work

Electrical System, Maintenance and Repair Services For the PennDOT District 6-0 Office and Lab Buildings Statement of Work Provisions - Governing Specifications - Publication 408 Requirements - Contract Validity Period - Option To Extend - Estimated Quantities - Experience Requirements - Subcontracting - Work Performance Requirement

More information

INSPECTION AND ACCEPTANCE FOR MAINTENANCE

INSPECTION AND ACCEPTANCE FOR MAINTENANCE Inspection and Acceptance For Maintenance Page 1 (Last revised 6/29/10) INSPECTION AND ACCEPTANCE FOR MAINTENANCE SELECTED LINKS TO SECTIONS WITHIN THIS SPECIFICATION Acceptance Sewer As Built Drwg Example

More information

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL DATE: January 5, 2018 UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL 32170-010 ITB# 04-18 REPLACE 12 WATER MAIN AT TURNBULL BAY (DAMAGED DURING

More information

SECTION HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS (PRESSURE PIPE)

SECTION HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS (PRESSURE PIPE) SECTION 02623 HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS (PRESSURE PIPE) PART 1 - GENERAL 1.1 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and install high density

More information

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

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

More information

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

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE U.S. Department of Transportation Federal Motor Carrier Safety Administration 400 7th Street SW Washington, DC 20590 SERVICE DATE February 08, 2007 LICENSE MC-587619-B CHOICE TRANSPORT, LLC COLUMBUS, NE

More information

Facilities Planning and Construction (FP&C)

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

More information

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

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

More information

2016 CONCRETE REPLACEMENT PROJECT

2016 CONCRETE REPLACEMENT PROJECT CITY OF DELTA, COLORADO CONTRACT DOCUMENTS FOR 2016 CONCRETE REPLACEMENT PROJECT Prepared By: City of Delta 360 Main Street Delta, Colorado 81416 (970) 874-7566 ext 216 CITY OF DELTA PUBLIC WORKS DEPARTMENT

More information

CONSTRUCTION SURVEY. Construction survey includes personnel, equipment, and supplies required for, but not limited to, the following:

CONSTRUCTION SURVEY. Construction survey includes personnel, equipment, and supplies required for, but not limited to, the following: CONSTRUCTION SURVEY PART 1 - GENERAL 1.01 SECTION INCLUDES Construction survey includes personnel, equipment, and supplies required for, but not limited to, the following: A. Construction Survey: 1. Project

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

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS April 1, 2009 CITY OF PORTSMOUTH Public Works Department Bid #54-09 2009 Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS This Addendum forms part of the original document marked Bid #54-09 2009

More information

INSPECTION SYSTEM REQUIREMENTS

INSPECTION SYSTEM REQUIREMENTS MILITARY SPECIFICATIONS MIL-I-45208A INSPECTION SYSTEM REQUIREMENTS This specification has been approved by the Department of Defense and is mandatory for use by all Agencies. 1. SCOPE 1.1 Scope. This

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

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION 820-1 SCOPE OF WORK: SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION a. Furnish all labor, materials, equipment, and incidentals required for demolition and/or removal and disposal of existing

More information

AMERICAN SAMOA POWER AUTHORITY MATERIALS MANAGEMENT OFFICE P.O. Box PPB, Pago Pago AS 96799, (684) /3031,

AMERICAN SAMOA POWER AUTHORITY MATERIALS MANAGEMENT OFFICE P.O. Box PPB, Pago Pago AS 96799, (684) /3031, AMERICAN SAMOA POWER AUTHORITY MATERIALS MANAGEMENT OFFICE P.O. Box PPB, Pago Pago AS 96799, (684)699-3057/3031, www.aspower.com REQUEST FOR PROPOSAL ( RFP ) TIRE REPLACEMENT SERVICES APRIL 18, 2017 RFP

More information

BITUMINOUS MIXTURE # 13A BID SHEET

BITUMINOUS MIXTURE # 13A BID SHEET BITUMINOUS MIXTURE # 13A BID SHEET Sealed bids will be received at the office of the Clinton County Road Commission at 3536 S. US Highway 27, St. Johns, Michigan, until 1:00 P.M. Tuesday, January 31 st,

More information

Subcontractor Project Management Plan

Subcontractor Project Management Plan Subcontractor Project Management Plan FOR LAYTON PROJECT: COMPANY: CONTACT NAME: ACTIVITY: Signed Date Written by: Reviewed by: Accepted by: Issue Date Description of Revisions Change Introduced by Change

More information

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017 SECTION 01 4000 - QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification

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