Request for Proposal (RFP) : Engineering Services Sprinkle Road from Cork Street to Comstock Avenue & Storm Sewer Mapping on Sprinkle Road

Size: px
Start display at page:

Download "Request for Proposal (RFP) : Engineering Services Sprinkle Road from Cork Street to Comstock Avenue & Storm Sewer Mapping on Sprinkle Road"

Transcription

1 Request for Proposal (RFP) Sealed proposals will be received by the Kalamazoo County Road Commission (KCRC), at its offices at 3801 East Kilgore Road, Kalamazoo, Michigan 49001, until Monday July 25, 2012 at 11:00 am at which time they will be publicly opened and read for the following: : Engineering Services Sprinkle Road from Cork Street to Comstock Avenue & Storm Sewer Mapping on Sprinkle Road Proposals (three copies) must be presented in a sealed container, with the item and date of opening clearly marked. Services to be provided include the preliminary engineering, surveying, recommendations for design, acquisition of right-of-way, conducting public meetings, design engineering and furnishing all material necessary to implement bidding by the Michigan Department of Transportation (MDOT) for construction of the project. The project services are to be in accordance with the standards established by MDOT for Federal Aid projects. The KCRC reserves the right to reject any or all bids and to waive irregularities in any document and to accept the proposal they deem in the best interest of the KCRC. The RFP document is available online at click on the Purchasing tab to view all current bidding opportunities, or by visiting KCRC offices. If there are questions about the specifications, please call Tom Hohm, Chief Engineer, x221. If there are questions about the bid process, please call Tracy Stull, Finance Director, at x201. Kalamazoo County Road Commission, Tracy Stull Finance Director 1

2 INSTRUCTIONS TO PARTICIPANTS This proposal shall be legibly prepared in ink or typed on the bidding blank furnished. Bid or proposal prices must have specific dollar values unless otherwise requested on the bid document. Any bid or proposal not stated in dollar value will be disqualified as non-responsive. If any price already entered by the vendor is to be altered, it shall be crossed out with ink, the new price entered above it with ink and initialed by the vendor, also in ink. Proposals or bids prepared with pencil will be rejected. All proposals must be submitted in enclosed sealed envelopes bearing the name of the vendor and a notation in the lower left corner indicating item for which the bid or proposal is submitted. Bids or proposals must be received in the business office by the time specified on the cover documents. Invoices will be processed for payment within thirty (30) days after receipt and authorization of invoice. Cash discounts, if any, shall be based on a period of 30 days or more after the delivery of the purchase item or service, following invoice delivery. Lesser periods will not be considered in the awarding. Material Safety Data Sheets (MSDS) must be submitted with any bid or quote for a product or service that requires the use of a product that must have a MSDS. MSDS are kept on file at the KCRC, and Contractors can review for material housed or used by the KCRC. Compliance with Federal Civil Rights Act of 1964 The parties hereto agree, when applicable, that they will comply with the Federal Civil Rights Act of 1964, the Federal, State and Local Fiscal Assistance Act of 1972, and all rules and regulations issued there under, as well as the applicable portions of the Elliott-Larsen Civil Rights Act and the Michigan Handicappers' Civil Rights Act being Article 2, Act No. 220, Public Acts of 1976, as amended. Specifically, contractors and subcontractors are required not to discriminate against any employee or applicant for employment with respect to such person's hire, tenure, terms, conditions or privileges or employment or any matter directly or indirectly related to employment because of such person's race, color, religion, national origin, ancestry, age or sex or protected classes as defined by law. Breach of this covenant may be regarded as a material break of the contract or purchasing agreement and may be processed as provided under the State of Michigan laws. The Kalamazoo County Road Commission in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 USC 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Federally-assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of gender, disability, race, color, or national origin in consideration for an award. 2

3 GENERAL INFORMATION A. INTRODUCTION The Kalamazoo County Road Commission (KCRC) invites qualified bidders to submit proposals for the purpose of providing services for the KCRC engineering services for design surveying, preparing construction plans and specifications, and construction engineering for Sprinkle Road from Cork Street to Comstock Avenue roadway project. The Commission is scheduled to utilize $1,350,000 Federal Surface Transportation Program (STP) and KCRC funds for the resurface of this roadway project in The project will be advertised in the MDOT February 2013 letting. The Commission is also scheduled to utilize $350,000 Federal/State Local Bridge Program funds for the Bridge project in 2013/2014. A detailed description of the project is given in the Scope of Work. B. ISSUING OFFICE This bid/request for Proposal (RFP) is issued by the KCRC, which is the primary point of contact. All technical questions regarding this bid/rfp are to be directed to Tom Hohm, Chief Engineer, (269) ext C. TYPE OF CONTRACT The contract will consist of this RFP document in combination with a purchase order from the KCRC. Before submitting a proposal, please understand that the KCRC does not intend to sign any contract drafted by the selected firm. The purchase order will be based upon the Firm s response to this RFP. The purchase order will be based on hourly salary times overhead multiplier, plus profit, plus non-salaried expense with a specified maximum, not to be exceeded. D. REJECTION OF PROPOSALS The KCRC reserves the right to reject any and all proposals received as a result of this RFP, or to negotiate separately with any source whatsoever, in any manner necessary, to serve the best interests of the KCRC. The KCRC does not intend to award a purchase order solely on the basis of any response made to this request, or otherwise pay for the information solicited or obtained. E. INCURRING COSTS The KCRC is not liable for any costs incurred by consultants prior to issuance of a purchase order. F. ADDENDA TO THE RFP In the event it becomes necessary to revise any part of this RFP, addenda will be provided to all consultants who have received copies of this RFP. G. PROPOSALS To be considered, Consultant must submit a completed response to the RFP using the format provided in Part II. Each proposal must be submitted in three (3) copies to the KCRC Finance Director. An official authorized to bind the Consultant to its provisions must sign the proposal. The proposal for this RFP must remain valid for at least ninety (90) days. Consultants must submit three copies of the general consulting firm information. 3

4 H. ECONOMY OF PREPARATION Proposal should be prepared simply and economically, providing a concise description of the consultant's ability to meet the requirements of the RFP. I. PROFESSIONAL SERVICES REQUIREMENTS The Consultant to whom the work is awarded will be required to have a State of Michigan registered professional engineer seal. All work by the various disciplines shall be performed under supervision of a registered professional, fully qualified for that discipline. No change in staff will be permitted without a written request followed by affirmative response by the KCRC Chief Engineer. J. CONSULTANT INTERVIEW The KCRC may select one - three Consultant Firms to interview. We may ask for additional information regarding the firm s qualifications, capabilities, and experience with road design and construction management. 4

5 PART II PROPOSAL AND AWARD The undersigned, having become thoroughly familiar with and understanding all of the proposal/contract documents incorporated herein, agrees to provide services as specified herein as proposed below: The Consultant shall provide all of the information as requested herein with their proposal. Failure to do so and/or failure to provide post-proposal requested information may be cause for rejecting the proposal as nonresponsive. The project will be divided into phases; design engineering storm sewer mapping, right-of-way acquisition, and construction engineering. Price Design Engineering Services Road Project $ Design Engineering Services Bridge Project $ Storm Sewer Mapping Sprinkle Road $ Hourly Rate Right-of-Way (ROW) Services (est. 100 Hours) $ $ ROW Title Search and Review, Environmental DEQ Fee, NOC Fee $ 5, Road Construction Engineering (minimum 950 Hours) $ Bridge Construction Engineering (minimum 300 Hours) $ TOTAL NOT TO EXCEED $ Note: Design Engineering Services Road Project: The price for the project includes soil borings and preliminary surveying, video imaging of storm sewer, in addition to the items noted in the following sections. 5

6 Construction Engineering: The price includes construction staking, materials sampling and testing and certified stormwater inspections. The hourly estimate does not include time for construction staking and materials sampling and testing add those to your Construction Engineering price. In addition to this price proposal page, please provide a detailed cost estimate for each phase of the project. For information, please state the overhead multiplier and the profit factor to be applied Overhead Multiplier Profit Factor Consultant payment will be based upon hourly rate and the number of hours worked. The hourly rate will be multiplied by an overhead multiplier. That amount will be multiplied by the profit factor. Then direct nonsalaried expense will be added. The price noted above for ROW Services includes all associated costs of hourly rate with overhead, profit, benefits, insurance, and vehicle and fuel costs included in the hourly rate. All clerical and other administrative costs are also included in the Hourly Rate. Occasionally, additional work beyond the scope of work identified herein might be necessary. Please provide the hourly rates to apply to the following classes of employees: Owner/Partner $ / hour Professionals $ / hour Technicians $ / hour Clericals $ / hour Others (please specify) $ / hour 6

7 QUALIFICATIONS QUESTIONNAIRE Please answer the following questions completely. You are not required to submit answers on this form and additional information (brochures, illustrations, etc.) will be used in determining qualifications. If not using this form, please follow its format. 1. Firm name: Website: 2. Established: Year State 3. Type of organization: a. Individual: b. Partnership: c. Corporation: d. Other. 4. Former firm name(s) if any, and year(s) in business: 5. Home office business address and telephone number where work will be performed: 6. Branch office(s) if work will be performed there: 7

8 7. Personnel of firm (and subconsultants if applicable) who will be working on this project. Attach resumes of key personnel: NAME AND TITLE SPECIALTY YEARS EXPERIENCE Provide a brief description of your firm s operational structure. 8. Total personnel of firm: a. Professional: b. Non-professional: 9. Attach a list of Road and Bridge design performed over the last five (5) years. Include project name, owner, contact person and phone number, description of project, and professional services. State weather the project was delivered within the required timeframe, and if not why. 10. Provide your understanding of the project and any special qualifications that your firm brings to the project. Include a detailed price breakdown to indicate hour estimates for each classification of employee. Also indicate any subconsultant work and costs, soil boring, and materials analysis cost. 11. Prepare a project schedule to show the key project tasks and the time allocated to each task for this project. 8

9 12. Identify any additional professional consulting service(s) you will utilize to work on this project and their expected role(s) list all subconsultants. 13. Does your firm, or employees of your firm (if selected) require any additional accommodation? If yes, then describe the accommodation. I hereby certify that all of the information provided is true and answered to the best of my ability. Signed: Name: Type or Print Title: Date: 9

10 A. PROJECT BACKGROUND SCOPE OF WORK The Kalamazoo County Road Commission (KCRC) is seeking engineering services for the following projects: Sprinkle Road from 100 feet north of Cork Street to Comstock Avenue (Road Project) Sprinkle Road from Comstock Avenue to Michigan Avenue (Bridge Project) This Request for Proposals is for design services, mapping services, right-of-way (ROW) services, and construction engineering for the entire portion of this project. The Road Project is to mill and resurface Sprinkle Road. The existing curb line will be spot repaired. Review all existing ADA sidewalk ramps. Design new ADA sidewalk ramps for the non-compliant locations. The storm sewer system will be video imaged, and will be analyzed for defects and needed repairs. Each storm sewer structure will also be video imaged and any necessary repairs noted. The existing storm structure covers will be reviewed and covers will be replaced. The culvert at the Gilbert Drain is to be replaced. Design a replacement culvert and apply for the required MDEQ and Drain Commission permits. Funding for the Road Project is Federal Surface Transportation Program and KCRC funds. The Road Project is programmed for construction in The construction project budget is $1,350,000 Significant permanent new ROW is not anticipated, but some small acquisitions are anticipated. Some grading permits will also be required. ROW personnel must possess the qualifications required by the Michigan Department of Transportation for Federal Aid type of projects. Provide a statement of qualifications. The Bridge Project is to place an epoxy overlay on the bridge decks and approach slabs of the Sprinkle Road Bridge over the Kalamazoo River and over the Norfolk Southern Railroad (Amtrak). The bridge project is programmed for 2014, but MDOT has indicated that it may allow the project to proceed in 2013 to fully allocate the annual program. The KCRC is planning to bid both projects separately, but may choose to combine them into one project if there is a technical reason to do so. The Consultant should consider both possibilities in the pricing. Funding for the Bridge Project is State and Federal Local Bridge Program and KCRC funds. The construction project budget is $350,000. The Storm Sewer Mapping (Sprinkle Road) work is described below under Preliminary Engineering. B. RESPONSIBILITIES OF THE KCRC The KCRC'S Chief Engineer will closely follow progress of the work and will provide the following: 1. Transmit instructions, receive information, interpret and define the KCRC's policies and provide decisions in a timely manner. Generally, will be used to accomplish this. 10

11 2. Furnish pertinent records and/or information for use by the Consultant. 3. The KCRC Chief Engineer will be the Project Engineer, and will be responsible for overall project decision making, including reviewing all pay estimates, signing contract modifications, and approving all work orders for extra work. 4. Review progress submittals and respond in writing regarding necessary changes. 5. Notify the Consultant when the KCRC observes any defect in the product. C. PROJECT TIMELINE The following tentative timeline has been established for the project: Anticipated Project Start: August 5, 2012 Complete Preliminary Project Concepts: August 20, 2012 Complete Soil Boring and Survey Work: August 25, 2012 Complete Proposed Right-of-Way Plan: August 30, 2012 Start ROW Acquisition: September 1, 2012 Apply for Environmental Clearances: September 1, 2012 Apply for SHPO Clearance: September 15, 2012 Program Application to KCRC: September 15, 2012 Grade Inspection Plans to KCRC: September 15, 2012 Submit Stormwater Calculations to KCRC: September 15, 2012 Conduct Informational Meeting: September 15, 2012 Conduct a Utility Coordination Meeting: September 15, 2012 Grade Inspection Package to MDOT September 15, 2012 Complete ROW Acquisition: September 25, 2012 Grade Inspection: October 15, 2012 Start Final Design: October 16, 2012 Certify ROW to MDOT: November 1, 2012 Submit Storm Sewer Arcview File November 1, 2012 Complete Final Design: November 1,

12 Road Project Submit Final Design Package to MDOT: November 7, 2012 Project Letting: February 2013 Preconstruction Meeting: March 2013 Conduct Informational Meeting: April 5, 2013 Project Construction Start (Road): April 25, 2013 Project Completion (Road): July 2013 Project Punchlist and File Review (Road): August April 2014 Bridge Project Project Letting: March 2013* Preconstruction Meeting: April 2013 Project Construction Start (Bridge): August 1, 2013 Project Completion (Bridge): September 15, 2013 Project Punch list and File Review (Bridge): October April 2014 D. DELIVERABLES *Apply 2014 dates if the project is not advanced. 1. Submit a project schedule for all phases of design, ROW, and utility coordination. 2. Furnish a monthly report to the Chief Engineer stating the status of the tasks, and the status of permits and clearances. Mail this information to the Project Manager on CD. 3. Furnish visual displays for public informational meetings. 4. Submit design calculations and material quantity calculations for major items. 5. Project Plans, Specification and Estimate as noted. 6. Final Plans on Mylar, and CD in PDF and Autocad Drawing (design file). 7. Arcview file of the storm sewer system as a GIS layer of county map and aerial 12

13 E. SCOPE OF SERVICES 1. Design Phase: RFP Engineering Services for Sprinkle Road from Cork Street to Comstock Avenue Early Preliminary Engineering Establish a CD file for internal documentation including correspondence, permits, specifications, plans and estimate. Maintain this CD through the design and construction process. Update the CD immediately for all of the required items. Bring an updated CD to each of the monthly progress meetings. The CD must include a scan copy of all environmental / permitting documents that are sent and received. Alternatively, the Consultant may establish a web based FTP site. During this stage confirm the design standard and concept. Identify existing right-of-way limits, and any necessary ROW acquisitions. The last step in this stage is to develop a tentative project construction schedule and a preliminary engineer s estimate. The typical cross sections and other images will be developed as visual aids for the informational meetings. During this stage the Consultant must submit a progress schedule to the KCRC which identifies all key tasks, and the dates which they will be completed by. It also must include all targets such as receipt of any required permits and environmental clearances. The Consultant must update this project management plan at all times and must supply it to the KCRC at any time requested, and must maintain it on the project CD (in a spread sheet format). Identify the soil investigation that is required, and submit the request to the KCRC. Obtain soil borings. Evaluate the existing soils to confirm the pavement design. A minimum soil investigation will be 12 soil borings 4 feet deep. A minimum of 10 of the soil borings must be through the existing pavement to provide a pavement layer characterization. Conduct site surveying, and review of as-built plans. Consultants must utilize existing aerial photography to develop concepts and may use these services for the necessary contour map for vertical control. Existing as built plans are also available to establish the base survey for the project. Conduct a video imaging survey of the existing storm sewer. Video image all storm sewer pipe, laterals, and manholes. Review the video footage and provide a copy with an analytical report to KCRC. Field inspects existing manhole structures and covers to determine condition, and recommend any necessary replacements. Provide this in a report format. Analyze stormwater and develop a plan to manage the stormwater. The existing stormwater system was constructed in 1978 and KCRC plans are available. The system may need to be modified to be compliant with current best management practices. Two existing outfall points exist for the storm sewer system. One system exits Sprinkle Road corridor at Miller Drive where it enters the City of Kalamazoo system. The second system has an outfall point just north of Wynn Road on the west side of Sprinkle Road. The culvert at the Gilbert Drain is to be replaced. Design a replacement culvert and apply for the required MDEQ and Drain Commission permits. HEC-RAS analysis is required. The resulting stormwater system will be modified to utilizate pretreatment in the existing stormwater drainage system. Note that a calculation will be made by the consultant to indicate the existing stormwater drainage patterns and the existing drainage volumes. A portion of the drainage resulting 13

14 from this project will be directed to manholes within the site that provides pretreatment (minimum of 4 drainage structures). The existing (Wynn Road) outfall must be improved with a 10 foot by 50 foot stepped outfall basin. The basin must be surrounded by riprap with two internal check dams. Submit the stormwater calculation and the stormwater plan to the KCRC. Recommend a treatment to minimize reflective hot mix asphalt (HMA) cracking. Attend two public project informational meetings with all business owners and neighbors on this project location to review and coordinate the construction plan. Develop a project preliminary cost estimate. Submit 2 copies of the early preliminary engineering plan to the KCRC. Submit a recommendation for Preliminary Engineering. Environmental Design The Consultant must develop the stormwater management plan as noted above. Additionally, the Consultant must provide an environmental review of the project to certify that no threatened or endangered species are impacted by the project. This will require coordination with the Michigan Department of Transportation to review the State s Natural Features Inventory. A site visit by a qualified biologist will be required to assess the Natural Features Inventory as it pertains to the site and to make a determination regarding the site. If any additional design or coordination is necessary due to the presence of a threatened or endangered species, the Consultant must immediately notify the KCRC Chief Engineer, and will track additional coordination/ mitigation/ remediation time separately. Preliminary Engineering The consultant will complete plans to the Grade Inspection submittal during this design stage, and the Consultant will submit the project plans to MDOT for the Grade Inspection Meeting. The submittal to KCRC must include major item quantity calculations. During this stage of design, present the preliminary engineer s estimate to the KCRC. Based on the available funds, recommend the best approach to the project to constrain it to the available funds. This may include a modification of auxiliary lanes. The paved portion of the shoulder may be widened. This stage includes the following tasks: Develop a maintaining traffic plan (Maintain traffic) Conduct final site surveying Develop of a utility coordination plan and conduct a meeting with Utilities Acquire title work and develop a proposed right-of-way plan Acquire the required appraisals (if necessary) Acquire right-of-way as necessary Obtain permits Submit all design materials to KCRC Conduct informational meeting with property owners Develop a preliminary engineer s cost estimate 14

15 Furnish all materials necessary for MDOT Grade Inspection Meeting During this stage the Consultant will propose the acquisition of any necessary grading permits or permanent easements. Upon approval, obtain grading permits. Assist the KCRC in the required environmental clearance process, and apply for required permits. A Notice of Coverage Application (MDEQ) is required for this project. The Consultant will complete all permit forms for KCRC signature. The Consultant will supply all supporting documentation that is required with the permit application. The Consultant will be required to submit the required checks for permit fees. Identify all trees to be removed on the plans. Complete a tree permit form in compliance with the KCRC Tree Removal Policy. Coordinate with the property owner to determine if they want to keep the removed wood. Develop a utility relocation plan that states which utilities must relocate and by which date. The Consultant must correspond with utilities to develop this plan. Develop a construction staging plan that indicates when the Contractor s key work operations will occur. Identify all utility relocation activities that must occur, and include them in the plan. Identify all critical utilities on the plan, and indicate the clear zones in which the Contractor may not operate. Finalize and submit the stormwater management plan to KCRC. Stormwater must utilize existing facilities as feasible. A 10 foot by 50 foot drainage basin BMPs must be designed as part of this stormwater plan. Additionally, 4 pretreatment basins will be required. A stormwater plan (sketch) must be developed to indicate the surface flows at each drainage structure. Provide the stormwater calculations and sketch to the KCRC. Review all driveways. Recommend any driveway modifications. Coordinate the driveway changes with KCRC staff. The masonry wall just north of Cork Street is to be repaired and coated with a sanded epoxy paint/ sealer. The fence on top of the wall is to be replaced with an aesthetic/ decorative fence. Storm Sewer GIS Develop a map of the storm sewer that is compatible with the Kalamazoo County GIS system (ArcView). The map must be in a format that can be modified by KCRC in the future to add other storm sewer systems, or to modify the storm sewer on Sprinkle Road. This map must be for the entire length of Sprinkle Road from V Avenue to D Avenue. Asbuilt plans will be provided by KCRC. This mapping project will require some field verification. The file must be updated to reflect the 2013 construction on Sprinkle Road. The mapping must provide coordinate and elevation of the inlets. Provide invert elevations and pipe type and size. Note: This GIS project starts at V Avenue in Vicksburg and extends north to D Avenue in Cooper Township. 15

16 Bridge Project RFP Engineering Services for Sprinkle Road from Cork Street to Comstock Avenue Specific Construction Work Items include: repair end block, bridge railing, and guardrail, repair concrete slab, shot / sand blast the bridge decks and approach slabs, apply epoxy overlay (decks and approach slab), and place pavement markings. Project Coordination The Michigan Department of Transportation has jurisdiction of Sprinkle Road Bridge over M-96. MDOT indicates that they would be interested in utilizing the lane closures to have their own forces apply an epoxy overlay or epoxy sealer on the deck of the MDOT bridge. The Consultant will develop the necessary coordination clause. Right-of-Way Develop a right-of-way plan. Submit this plan to the KCRC for review and comment. Upon approval obtain title work and appraisals (if required). Develop a ROW budget for the project. The ROW budget will anticipate the necessary cost of the ROW acquisitions. Preliminary plan approval is required prior to continuing to full design and right-of-way acquisition. Upon KCRC approval, obtain the necessary right-of-way. The invoice must clearly indicate the hours spent on each individual parcel. Submit a request for checks for actual ROW acquisitions to the KCRC. Final Design During this phase, the Consultant will develop the final design documents for submittal to KCRC (submit two copies of the proposed final design). After meeting with KCRC and receiving Final Approval, submit the final package to MDOT for project advertisement. The final design package must include plans, specifications, and the final engineer s estimate. Place all final design items on the project CD. The final design submittal must include a quantity calculation for all major items. Design Criteria and Features The Consultant will prepare plans and specifications that are consistent with standard design practices, and will preserve the integrity of the environment. The road design will be in accordance with applicable AASHTO, MDOT 3R, MDOT Bridge Design Guidelines, and KCRC standards. KCRC intends to apply the MDOT 3R Design Standard. Indicate any other guidelines that you will apply. Construction plans will indicate existing roads, drives, curbs, sidewalks, fences, gates, trees, and existing structures in the vicinity. Utilities will be located and shown on the plans. Site drainage will follow current flow-lines as closely as possible. 16

17 Drawing Requirements The Final Design will be submitted on 24 by 36 Mylar. Plans used on site are to be formatted to 12 by 18 size sheets. The Final Design will also be submitted in electronic format on CD (in a format approved by the KCRC). Lettering and dimensions will be large enough to allow half size copies to be generated. Lettering on half size plans must be at minimum nine foot. All plans will be submitted with a common north arrow (generally north is directed up or to the right if necessary). 2. Construction Phase: The Construction Phase begins with project advertisement for MDOT letting. The construction phase includes the following tasks: Conduct project public informational meeting Attend preconstruction meeting Project inspection Act as KCRC project representative Facilitate monthly progress meetings Maintain pay item and material documentation in FieldManager Software Construction surveying/ staking Materials sampling and testing (as required by MDOT) Construction file documentation File review and project final estimate Environmental coordination and stormwater inspection (Certified Stormwater Operator) The Consultant will provide one qualified inspector to provide adequate on site construction inspection with workdays starting at approximately 7 A.M. The project will involve on site work requiring inspection on some Saturdays. The inspector must be on site during all major work operations and all operations involving concrete and HMA placement. Note that some evening or night operations may occur. If the Contractor elects to mill and pave at night then the consultant inspector will be expected to be available accordingly. The Consultant will review the concrete mix design, and HMA mix designs. The Consultant will act as the Certified Stormwater operator for the project, and will maintain a stormwater inspection file on site. The Consultant will be responsible for organization of the Construction File, and to coordinate the File Review with MDOT (and/ or FHWA). Submit a final estimate package to the KCRC. The Construction Engineering is estimated to require a minimum of 950 road and 300 bridge hours of field inspection and office technician time plus a separate amount for Construction Staking Surveying and the Materials Sampling and Testing. Consultant must include a statement which indicates that the hours are met or exceeded. The Construction Engineering phase includes the Construction Staking Surveying and the Materials Sampling and Testing. 17

18 3. General: Experience Requirements: Road Design Engineer must have a minimum of 7 years of road design experience Road Construction Inspector must have a minimum of 5 years of HMA inspection experience, and must have MDOT Placement of Hot Mix Asphalt Technician Certification Office Technician must have MDOT Office Technician Certification Bridge Design Engineer must have a minimum of 7 years of bridge design experience Meetings: During all stages of the Design Phase and Construction Phase, the Consultant will meet with the KCRC Chief Engineer and other agency staff monthly to review project scope and work plans. Scheduling: The Consultant will be responsible for the scheduling of the personnel necessary to meet the overall project schedule. The Consultant is responsible for submitting a monthly progress report to indicate current status of all tasks including at minimum all items included in the project timeline. The progress report must also include a checklist of all clearances necessary for this project. Invoicing: Submit invoices monthly which must include the KCRC assigned purchase order number on the invoice. State the staff person working on project by date, number of hours, and by task. Submit a right-of-way services invoice separately. Submit subconsultant invoice with the prime consultant s invoice. Payment will be made on the current bi-weekly KCRC schedule following authorization of the invoice. F. EXPENSES Meals, mileage for travel, lodging, or fuel for travel will not be considered for separate payment but must be considered included in the stated overhead rate that will be applied to the hourly professional service rate. The use of rental vehicles or company vehicles will not be considered for separate payment but must also be considered included in the stated overhead rate that will be applied to the hourly professional service rate. Only expenses for copying and mail will be considered for separate payment. 18

19 A. Price EVALUATION CRITERIA KCRC is looking for efficiency of costs thus distance and travel time will be considered. The Chief Engineer reserves the right to negotiate a total price and scope with the consultants. In the final selection, award will be made to the Consultant whose proposal is the most advantageous to the KCRC, price and other factors considered. B. Qualifications The KCRC will review past history and experience with applications of Design Engineering principles. Demonstrated ability to deliver projects on time is mandatory. C. Interview The KCRC may conduct an interview with two to four of the finalist Firms before a selection is made. The interview will last approximately one hour. 19

20 By my signature, I hereby certify that all drivers supplied under the terms and conditions of this bid document hold valid CDL licenses and are covered by an approved drug testing program. I hereby state that all of the information I have provided is true, accurate, and complete, and that I have read and I agree to be bound by the requirements/terms and conditions. I hereby state that I have the authority to submit this proposal, which will become a binding contract if accepted by the KCRC. I hereby state that I have not communicated with, nor otherwise colluded with any other bidder, nor have I made any agreement with, or offered/accepted anything of value to/from an official or employee of the KCRC that would tend to destroy or hinder free competition. This page must be submitted with vendor bid. Failure to do so may disqualify vendor bid. Company Name Your Name Title Taxpayer ID Street Address City, State, Zip Telephone/Cell Fax Number Address Date Signature The KCRC will use the firm s identification information provided for purchase orders, payment and other contractual purposes. If the contractual relationship is with, or the payment made to another firm, please provide a complete explanation on your letterhead and attach to your proposal. Please provide for accounts payable purposes: Remittance Address: 20

21 GENERAL REQUIREMENTS A. PROPOSAL ELEMENTS All consultants shall complete all elements in the proposal requirements. In the event additional space is needed, attach extra sheets and identify the information by corresponding question numbers. FAILURE TO DO SO MAY BE CAUSE FOR REJECTING YOUR PROPOSAL AS NON-RESPONSIVE. B. NO THIRD-PARTY RIGHTS It is agreed and understood that the contract is made solely for the benefit of the KCRC and Contractor, that it is not made for the benefit of any third party and that no action or defense may be founded upon this contract except by the parties signatory hereto. C. POST PROPOSAL INFORMATION After proposals are opened, the KCRC may request further proposal information or clarification in selected areas. Requested information shall be provided by the Consultant either in writing or by oral presentations. All costs incurred in connection with responding to this RFQ/RFP shall be borne by the respondent. D. MERGER The contract shall contain the entire agreement between the parties relating to the transactions contemplated hereby and all prior or contemporaneous agreements, understandings, representations and statements, oral or written, shall be merged. E. COUNTERPARTS The contract may be executed in two or more counterparts, but all of which together shall constitute one and the same instrument. F. PARTIAL INVALIDITY The KCRC and Contractor intend and believe that each provision in the contract complies with all applicable local, state and federal laws and judicial decisions. However, if any provision or provisions in the contract are found by a court of law to be in violation of any applicable local, state or federal ordinance, statute, law, administrative or judicial decision or public policy, and, if such court should declare such portion, provision or provisions unlawful, then the remainder of the contract shall be construed as if such illegal, invalid, unlawful, void or unenforceable portion, provision or provisions were not contained therein and that the rights, obligations and interest of the KCRC and Contractor under the remainder of the contract shall continue in full force and effect. G. OWNERSHIP OF DOCUMENTS All tracings, plans and specifications prepared under the terms of this proposal/contract shall be delivered to and become the property of the KCRC. All charts, sketches or any other data prepared shall be delivered to the KCRC upon request with no restriction or limitation on their future use. H. PROPOSAL PRICE AND EXPENSE The total fees proposed shall include all the services as requested herein including, but not limited to, the services requested for providing reports, project monitoring and all expenses incidental to providing these services including telephone, photocopying, etc. 21

22 TERMS AND CONDITIONS A. AWARD OF CONTRACT 1. The contract will be awarded to the responsible Consultant whose proposal, conforming to this solicitation; will be most advantageous to the KCRC according to the criteria outlined herein. The KCRC reserves the right to accept or reject any or all proposals and waive informalities and minor irregularities in proposals received. 2. Notification of award will be in writing by the KCRC Finance Director. Upon notification, the Consultant/ Professional Firm (hereinafter Firm) shall submit to the KCRC Finance Director all required insurance certificates and such other documentation as may be requested or required hereunder. Upon their receipt and subsequent approval by the KCRC, the Finance Director will forward to the Firm a Purchase Order. Work shall NOT be started until such Purchase Order is received by the Firm. 3. Unilateral changes in proposal prices by the Consultant shall not be allowed. However, the KCRC at its sole option, reserves the right to negotiate with Consultant. B. DISCLOSURE OF PRICE DETERMINATION After contract award, a summary of total price information for all submissions will be available for review by those consultants participating in the RFP. C. REQUEST FOR PROPOSAL AS CONTRACT Should modifications (after proposal opening) NOT be necessary; this Request for Proposal (RFP) will be executed as the contract. D. SUBCONTRACTORS - NON-ASSIGNMENT Consultant shall state in writing any and all sub-contractors to be associated with this proposal, including the type of work to be performed. The Firm shall cooperate with the KCRC in meeting its commitments and goals with regard to maximum utilization of minority and women-owned business enterprises. The Firm hereby agrees and understands that the contract resulting from this proposal shall not be transferred, assigned or sublet without prior written consent of the KCRC. E. TAXES The KCRC is exempt from all federal excise tax and state sales and use taxes. However, depending upon the situation, the vendor or firm may not be exempt from said taxes and the KCRC is making no representation as to any such exemption. F. INVOICING AND PAYMENTS Consultant must submit an invoice monthly for the work completed during the month. Payment for a contract entered into as a result of this RFP will be made monthly in the next billing cycle following receipt of the Consultant's billing statement and processing by the KCRC Chief Engineer. The Consultant's billing statement must include detailed information regarding person-hours expended by classification and by task, as well as information regarding such items as materials and other eligible non-overhead costs. G. CHANGES AND/OR CONTRACT MODIFICATIONS The KCRC reserves the right to increase or decrease services or requirements, or make any changes necessary at any time during the term of this contract, or any negotiated extension thereof. Price 22

23 adjustments due to any of the foregoing changes shall be negotiated and mutually agreed upon by the Firm and the KCRC. Changes of any nature, after contract award, that reflect an increase or decrease in requirements or costs shall not be permitted without prior approval by the KCRC business manager. H. LAWS, ORDINANCES AND REGULATIONS This agreement shall be governed by the laws of the State of Michigan. The Firm shall keep themselves fully informed of all local, state and federal laws, ordinances and regulations in any manner affecting those engaged or employed in the work and the equipment used. The Firm and/or employees shall, at all times, serve and comply with such laws, ordinances and regulations. Any permits, licenses, certificates or fees required for the performance of the work shall be obtained and paid for by the Firm. I. INDEPENDENT PRICE DETERMINATION 1. By submission of a proposal, the Consultant certifies as to its own organization that in connection with this proposal: a. The prices in the proposal have been arrived at independently without consultation, communication or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other Consultant or with any competitor; and b. Unless otherwise required by law, the prices which have been quoted in the proposal have not been knowingly disclosed by the Consultant, and will not knowingly be disclosed by the Consultant, prior to award, directly or indirectly to any other Consultant, or to any competitor; and c. No attempt has been made or will be made by the Consultant to entice any other person or firm to submit, or not to submit, a proposal for the purpose of restricting competition. 2. Each person signing the proposal certifies that either: a. They are the person(s) in the Consultant's organization responsible within the organization for the decision as to the prices being offered in the proposal, and that they have not participated, and will not participate, in any action to A. 1, 2 and 3, above; or b. They are not the person(s) in the Consultant's organization responsible within that organization for the decision as to the prices being offered in the proposal, but that they have been authorized in writing to act as agent for the persons responsible for such decision in certifying that such persons have not participated, and will not participate in any action contrary to A. 1, 2, and 3 above, and, as their agent, do hereby so certify, and that they have not participated, and will not participate, in any action contradictory to A. 1, 2, and 3, above. 3. A proposal will not be considered for award if the statement required in the Cost and Price Analysis portion of the proposal has been altered so as to delete or modify A. 1, 2, or B., above. If A. 2 has been modified or deleted, the proposal will not be considered for award unless the Consultant furnishes, with the proposal, a signed statement that sets forth in detail the circumstances of the 23

24 disclosure, and the Business Office determines that such disclosure was not made for the purpose of restricting competition. J. RIGHT TO AUDIT The KCRC or its designee shall be entitled to audit all of the Firm's records, and shall be allowed to interview any of the Firm's employees, throughout the term of this contract and for a period of three years after final payment or longer if required by law to the extent necessary to adequately permit evaluation and verification of: 1. Firm's compliance with contract requirements, 2. Compliance with provisions for pricing change orders, invoices or claims submitted by the Firm or any of their payees. K. HOLD HARMLESS If the acts or omissions of the Contractor/Vendor or its employees, agents or officers, cause injury to person or property, the Contractor/Vendor shall defend, indemnify and save harmless the KCRC, its agents, officials, and employees against all claims, judgments, Iosses, damages, demands, and payments of any kind to persons or property to the extent occasioned from any claim or demand arising there from. L. DEFAULT The KCRC may at any time, by written notice to the Firm, terminate this contract and the Firm's right to proceed with the work, for just cause, which shall include, but is not limited to the following: 1. Failure to provide insurance and bonds (when called for), in the exact amounts and within the time specified or any extension thereof. 2. Failure to perform the services within the time specified herein, or any extension thereof. 3. Failure to make progress if such failure endangers performance of the contract in accordance with its terms. 4. Failure to perform in compliance with any provision of the contract. 5. Standard of Performance - Firm guarantees to provide the services rendered herein in accordance with the accepted standards of the industry or industries concerned herein, except that if the specifications call for higher standards, then such higher standards shall be provided. Upon notice by the KCRC of the Firm's failure to comply with such standards or to otherwise be in default of this contract in any manner following the Notice to Proceed, the Firm shall immediately remedy said defective performance in a manner acceptable to the KCRC. Should the Firm fail to immediately correct said defective performance, said failure shall be considered a breach of this contract and grounds for termination of the same by the KCRC. In the event of any breach of this contract by the Firm, the Firm shall pay any cost to the KCRC caused by said breach including but not limited to the replacement cost of such services with another Firm. 24

25 The KCRC reserves the right to withhold any or all payments until any defects in performance have been satisfactorily corrected. In the event the Firm is in breach of this contract in any manner, and such breach has not been satisfactorily corrected, the KCRC may bar the Firm from being awarded any future KCRC or City contracts. M. INDEPENDENT CONTRACTOR At all times the Firm, any of its employees, or its sub-contractors, and their subsequent employees shall be considered independent contractors and not as KCRC employees. The Contractor shall exercise all supervisory control and general control over all workers' duties, payment of wages to Contractor's employees and the right to hire, fire and discipline their employees and workers. N. PROJECT CONTROL 1. The Consultant will perform the work under the direction and control of the Chief Engineer for the KCRC. 2. The Consultant will submit, along with the billing statement, written summary reports of progress which outline the work accomplished during the reporting period, work to be accomplished during the subsequent reporting period, and any problems which have arisen or may arise which should be brought to the attention of the KCRC Chief Engineer and may need approval for significant deviation from work previously agreed upon. O. RESPONSIBILITIES The KCRC agrees to provide full, reliable information regarding its requirements for the Project and, at its expense, shall furnish the information, surveys and reports, if any, as described in the specifications. In addition, the KCRC agree to provide, at its expense and in a timely manner, the cooperation of its personnel and such additional information with respect to the Project as may be required from time to time. P. TERMINATION The KCRC may terminate this Agreement by giving written notice at least thirty (30) days prior to the date of termination. 1. In the event of such termination by the Firm, the KCRC, together with any other remedies that are legally available, may withhold any subsequent payment due under this agreement until such time as the services required to be performed under this Agreement have been completed by the KCRC or another firm. In the event that the KCRC incurs additional expenses caused directly or indirectly by the termination of this Agreement, together with such other remedies as are legally available, the KCRC shall be entitled to deduct such expenses from any unpaid amount due to the Firm wider this agreement. 2. In the event of such termination by the KCRC, the KCRC shall pay the Firm for services and reimbursable expenses performed or incurred prior to the termination date plus all costs and expenses directly attributable to such termination for which the Firm is not otherwise compensated. Q. USE OF DOCUMENTS Provided to the KCRC: All plans, drawings and specifications provided to the KCRC under this Agreement shall become property of the KCRC and shall be deemed public records as required by Michigan law. The KCRC shall be entitled to use such documents for its own municipal purposes only, 25

ADDENDUM / REVISION (portion corrected in red line attached) TO REPLACE PREVIOUS REQUEST FOR PROPOSAL

ADDENDUM / REVISION (portion corrected in red line attached) TO REPLACE PREVIOUS REQUEST FOR PROPOSAL Notice to Bidders ADDENDUM / REVISION (portion corrected in red line attached) TO REPLACE PREVIOUS REQUEST FOR PROPOSAL Sealed proposals will be received by the Kalamazoo County Road Commission (KCRC),

More information

Notice to Bidders. Bid # : 22A/23A GRAVEL - COMPACTED IN PLACE

Notice to Bidders. Bid # : 22A/23A GRAVEL - COMPACTED IN PLACE Notice to Bidders Sealed proposals will be received by the Kalamazoo County Road Commission (KCRC), at its offices at 3801 East Kilgore Road, Kalamazoo, Michigan 49001, until Monday, March 3, 2014 at 9:00

More information

Notice to Bidders. Bids must be on forms supplied by KCRC and in sealed envelopes with the item and date of opening clearly marked.

Notice to Bidders. Bids must be on forms supplied by KCRC and in sealed envelopes with the item and date of opening clearly marked. Notice to Bidders Sealed proposals will be received by the Kalamazoo County Road Commission (KCRC), at its offices at 3801 East Kilgore Road, Kalamazoo, Michigan 49001, until Monday, January 6, 9:15 AM

More information

: Roadside Mowing

: Roadside Mowing Notice to Bidders Sealed bids will be received by the Kalamazoo County Road Commission (KCRC), at its offices at 3801 East Kilgore Road, Kalamazoo, Michigan 49001, until Monday, March 3, 2014 at 9:45 am

More information

THREE RIVERS AREA YOUTH SPORTS COMPLEX. Request for PROPOSALS. 333 West Michigan Ave. Three Rivers, Michigan,

THREE RIVERS AREA YOUTH SPORTS COMPLEX. Request for PROPOSALS. 333 West Michigan Ave. Three Rivers, Michigan, City of Three Rivers THREE RIVERS AREA YOUTH SPORTS COMPLEX Request for PROPOSALS 333 West Michigan Ave. Three Rivers, Michigan, 49093 269 273 1075 www.threeriversmi.org Engineering Services for the Youth

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

NON-MOTORIZED FACILITIES

NON-MOTORIZED FACILITIES NON-MOTORIZED FACILITIES POLICY The Board of Road Commissioners of the County of Kalamazoo non-motorized policy provides a guideline for the development of non-motorized facilities in the public right-of-way.

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

More information

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES SILVER FALLS SCHOOL DISTRICT REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES DEADLINE FOR RECEIPT OF RFP: TO BE OPENED BY: May 1, 2016 at 3:00 p.m. Superintendent Andy Bellando Silver Falls School District

More information

BERRIEN COUNTY ROAD COMMISSION

BERRIEN COUNTY ROAD COMMISSION PROPOSAL AND SPECIFICATIONS FOR FLORENCE, HUNTOON & STANLEY SLURRY SEAL PROJECT NO. P17011 BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF BERRIEN 2860 EAST NAPIER AVENUE BENTON HARBOR, MI 49022 1-269-925-1196

More information

DEVELOPER EXTENSION AGREEMENT

DEVELOPER EXTENSION AGREEMENT DEVELOPER EXTENSION AGREEMENT SILVER LAKE WATER DISTRICT APPLICATION AND AGREEMENT TO CONSTRUCT EXTENSION TO DISTRICT SYSTEM Project: Developer: The undersigned, Developer (also referred to as Owner )

More information

PROPOSAL FOR STREET SWEEPING SERVICES

PROPOSAL FOR STREET SWEEPING SERVICES 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2017-2018 STREET SWEEPING SERVICES BID OPENING: Thursday, April 27, 2017 at 10:00 a.m. BOARD OF COUNTY

More information

Request for Proposal For Design Engineering Services. Northwest Lansing Relief Sewer Project

Request for Proposal For Design Engineering Services. Northwest Lansing Relief Sewer Project Request for Proposal For Design Engineering Services City of Lansing, Kansas Wastewater Utility Department 800 First Terrace Lansing, Kansas 66043 February 14, 2018 Page 1 of 14 A. INTRODUCTION The City

More information

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 RFP NO: 2017-03 REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 Advertisement for Request for Proposals CITY OF SOUTH BAY RFP NO: 2017-03

More information

BERRIEN COUNTY ROAD COMMISSION

BERRIEN COUNTY ROAD COMMISSION PROPOSAL AND SPECIFICATIONS FOR 2017 PARK PLACE SUBDIVISION STREETS ULTRA THIN PROGRAM PROJECT NO. P17014 BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF BERRIEN 2860 EAST NAPIER AVENUE BENTON HARBOR,

More information

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT] ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT] THIS Agreement ( Agreement ) for consulting services is made by and between the City of Pittsburg

More information

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 RETURN PROPOSALS TO: Rhetta Hogan Finance Department City of Yreka 701 Fourth Street Yreka, CA 96097 DEADLINE FOR

More information

NOTICE. If your firm plans to bid on this project, please send an response to with the following information:

NOTICE. If your firm plans to bid on this project, please send an  response to with the following information: 1 NOTICE Thank you for your inquiry regarding the City of Pontiac project listed below: CONSTRUCTION ENGINEERING SERVICES- BRIDGES If your firm plans to bid on this project, please send an e-mail response

More information

Railroad-DOT Mitigation Strategies (R16) Resurfacing Agreements

Railroad-DOT Mitigation Strategies (R16) Resurfacing Agreements Railroad-DOT Mitigation Strategies (R16) Resurfacing Agreements Resurfacing projects are among the most common and routine types of projects regularly conducted by highway agencies. When resurfacing projects

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study CITY OF CHINO HILLS Request for Proposals (RFP) for Water Fixed Assets Assessment Study Date: April 15, 2014 Department: Project Name: Proposal Due Date: Public Works Department Water Fixed Assets Assessment

More information

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018 NAME OF CONTRACTOR: PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS & CITY OF ALLEGAN MARCH 21, 2018 BOARD OF COUNTY ROAD COMMISSIONERS OF ALLEGAN COUNTY, MICHIGAN 1308 Lincoln Road,

More information

BERRIEN COUNTY ROAD COMMISSION PROPOSAL AND SPECIFICATION FOR AGGREGATE BASE COURSE 6.75 MILES IN BERRIEN COUNTY

BERRIEN COUNTY ROAD COMMISSION PROPOSAL AND SPECIFICATION FOR AGGREGATE BASE COURSE 6.75 MILES IN BERRIEN COUNTY BERRIEN COUNTY ROAD COMMISSION PROPOSAL AND SPECIFICATION FOR AGGREGATE BASE COURSE 6.75 MILES IN BERRIEN COUNTY BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF BERRIEN 2860 EAST NAPIER AVENUE BENTON

More information

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: Fayetteville School District Business Office ATTN: Lisa Morstad 1000 W, Stone Street Fayetteville, AR 72701 THIS IS NOT A COMPETITIVE BID. The request

More information

VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES A. Purpose of Request The Village of Greendale Wisconsin is requesting proposals for the purpose of retaining a certified

More information

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time

More information

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services CTH BB from University Dr. to Pond Road CTH C from CTH F to East Co. Line CTH V from Palmer Road to Amberg Posting Date: May

More information

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP REQUEST FOR PROPOSALS FOR PROFESSIONAL CONSULTING SERVICES RFP 252018 Town of Scarborough P.O. Box 360 259 U.S. Route One Scarborough, Maine 04070-0360 Released on April 12, 2018 Proposals Due on May 7,

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

More information

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program Request For Proposal City of St. Joseph, Michigan Three Year Cross Connection Control Program City of St. Joseph 700 Broad Street St. Joseph, MI 49085 I. Purpose This Request for Proposal ( RFP ) is to

More information

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01 State College Area School District 131 West Nittany Avenue State College, PA 16801-4899 REQUEST FOR PROPOSAL RFP #2010/11-01 RFP Title: Labor Negotiator Release of RFP: July 28 2010 Due Date: September

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San

More information

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services Appendix C Sample Contract for Professional Services Contract # xxxx Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY DIVISION OF ENGINEERING 80 West

More information

There will be a pre-bid meeting held at the Park s and Cemetery office located at 429 E 24 th St, Holland, MI on Monday, September 18, 2017 at 10am.

There will be a pre-bid meeting held at the Park s and Cemetery office located at 429 E 24 th St, Holland, MI on Monday, September 18, 2017 at 10am. September 7, 2017 TO: RE: PROSPECTIVE BIDDERS TREE PLANTING BID The City of Holland will receive sealed bids to supply and plant trees at various locations throughout the City of Holland. The work must

More information

City of Beverly Hills Beverly Hills, CA

City of Beverly Hills Beverly Hills, CA City of Beverly Hills Beverly Hills, CA REQUEST FOR PROPOSAL For Professional Services for Conducting a Department Needs Assessment and Developing a Grant Funding Strategy to Support City Priority Projects

More information

April 27, 2017 REQUEST FOR PROPOSALS (RFP) FOR PROFESSIONAL LAND SURVEYING SERVICES

April 27, 2017 REQUEST FOR PROPOSALS (RFP) FOR PROFESSIONAL LAND SURVEYING SERVICES April 27, 2017 REQUEST FOR PROPOSALS (RFP) FOR PROFESSIONAL LAND SURVEYING SERVICES PROPOSAL DUE: May 23, 2017 City of Oceanside Engineering Division 300 North Coast Highway Oceanside, CA, 92054 (760)

More information

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BIDS SNOW REMOVAL AND SANDING USM GORHAM 1.0 GENERAL INFORMATION

More information

Specifications for the Application Of Silane Penetrating Sealer to Various Bridge Decks in Otsego County

Specifications for the Application Of Silane Penetrating Sealer to Various Bridge Decks in Otsego County Specifications for the Application Of Silane Penetrating Sealer to Various Bridge Decks in Otsego County It is the intent of these specifications to solicit a unit price bid per square foot for the furnishing

More information

Request for Proposal (RFP) For Earthwork / Grading for CTH V (CTH C to Palmer Road) 2014 Construction Season Posting Date: July 16, 2014

Request for Proposal (RFP) For Earthwork / Grading for CTH V (CTH C to Palmer Road) 2014 Construction Season Posting Date: July 16, 2014 Request for Proposal (RFP) For Earthwork / Grading for CTH V (CTH C to Palmer Road) 2014 Construction Season Posting Date: July 16, 2014 Response Deadline: August 5, 2014 3:00 p.m.central Standard Time

More information

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B Sealed bids will be received by the Gratiot Community Airport at the City of Alma municipal office at 525 East Superior Street, P.O.

More information

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATION FOR

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATION FOR BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATION FOR 1 BERRIEN COUNTY ROAD DEPARTMENT PROGRESS CLAUSE: Start work within ten (10) days after receiving notice of award of contract or on the date

More information

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Issue Date: March 28, 2013 Responses due: April 18, 2013, 4:00 p.m. Pacific Local Time REQUEST FOR PROPOSAL I. PURPOSE OF REQUEST The

More information

KELTY TAPPY DESIGN, INC.

KELTY TAPPY DESIGN, INC. KELTY TAPPY DESIGN, INC. ARCHITECTURE PLANNING URBAN DESIGN FURNITURE BID DOCUMENTS LAGRANGE COUNTY PUBLIC LIBRARY Introduction Thank you for your interest in providing furniture-related items for the

More information

A. All Responses to Request for Statements shall be sent to:

A. All Responses to Request for Statements shall be sent to: CITY OF FEDERAL WAY REQUEST FOR STATEMENT OF QUALIFICATIONS ARCHITECTURAL AND ENGINEERING SERVICES Surface Water Management ( SWM ) Comprehensive Plan Capital Improvements Program Update and Rate Study

More information

NOTICE TO BIDDERS CONCRETE CONSTRUCTION

NOTICE TO BIDDERS CONCRETE CONSTRUCTION ROAD COMMISSION for MONTCALM COUNTY 619 W. MAIN STREET STANTON, MICHIGAN 48888 PHONE: 989-831-5285 NOTICE TO BIDDERS Sealed bids will be received by the Board of County Road Commissioners of Montcalm County

More information

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS REQUEST FOR BIDS BID REQUEST NO. 604712 02 SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS ISSUE DATE: FEBRUARY 1, 2019 BID OPENING DATE: FEBRUARY 11, 2019 3:00 PM LOCAL TIME ISSUED

More information

PROPOSAL FOR LIQUID CALCIUM CHLORIDE

PROPOSAL FOR LIQUID CALCIUM CHLORIDE 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR LIQUID CALCIUM CHLORIDE BID OPENING: Tuesday, April 19, 2016 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS

More information

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017 COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT Date of Issue: September 25, 2017 Due Date for Proposal: October 6, 2017 COUNTY OF WISE, VA REQUEST

More information

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2018 BITUMINOUS PAVING PROGRAM JUDDVILLE ROAD FROM CLINTON COUNTY LINE (MERIDIAN ROAD) TO GENESSEE COUNTY LINE (M-13) IN SHIAWASSEE COUNTY + / - 22.34 MILES

More information

CITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services

CITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services CITIES OF BOYNE CITY AND CHARLEVOIX INVITATION TO BID Pavement Marking Services Sealed bids are now being accepted by the Cities of Boyne City and Charlevoix for Pavement Marking of Roadways and Parking

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 April 27, 2017 Subject: Request for Proposals Engineering Design Services and Construction Management for the Sewer Lining Project on Cypress, Essexfells, Vega, and Florentina. The City of Alhambra is

More information

City of Albany, New York Traffic Engineering

City of Albany, New York Traffic Engineering City of Albany, New York Traffic Engineering REQUEST FOR PROPOSALS FOR THE PROVISION OF ENGINEERING SERVICES Traffic Signal Design Services RFP No. TE-11-001 November 15, 2011 SECTION 1: PURPOSE 1.1 The

More information

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS REQUEST FOR QUALIFICATIONS The Lorain County Board of Commissioners is seeking proposals from qualified interested parties to serve as CONSTRUCTION MANAGER for the review of bidding documents, contract

More information

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP). MEMORANDUM DATE: March 1, 2015 TO: FROM: RE: All Interested Parties Municipal Employees Retirement System of Michigan Request For Proposal For Actuarial Audit Services The Municipal Employees Retirement

More information

PROPOSAL FOR 2019 MINERAL WELL BRINE

PROPOSAL FOR 2019 MINERAL WELL BRINE 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2019 MINERAL WELL BRINE BID OPENING: Thursday, November 15, 2018 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS

More information

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) Proposals will be accepted at the Shawnee County Counselor s Office, Shawnee County Courthouse, 200 SE 7 th Street,, until 2:00 P.M. on

More information

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS CLOSING TIME: RFP S ARE DUE NOT LATER THAN 10:00 A.M. ON January 30, 2017 200 N. 12 th STREET CORSICANA,

More information

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Legal Defense Services Request For Proposals

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Legal Defense Services Request For Proposals The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Legal Defense Services Request For Proposals ( RFP) Issued by Affinity Insurance Services, Inc. Plan Administrator - MWCARP This RFP is a

More information

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER A. INTRODUCTION FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER The Franklin Borough is seeking proposals from licensed Professional Engineers for the position of Borough Engineer for calendar

More information

Request for Proposal

Request for Proposal Request for Proposal RFP No. 2017 11 001 Consulting Services for Emergency Operations Response Plans Issue Date Monday, November 20, 2017 ISSUED BY OFFICE OF PROCUREMENT RICE UNIVERSITY 6100 MAIN ST.,

More information

Mold Remediation and Clean Up of Central High School

Mold Remediation and Clean Up of Central High School GOOCHLAND COUNTY REQUEST FOR QUOTATION Mold Remediation and Clean Up of Central High School FROM: Goochland County Parks, Recreation & Facilities P.O. Box 10, 1800 Sandy Hook Road Goochland, VA 23063 Phone

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) Ladue School District hereby invites the submission of proposals for: Real Estate Broker Services The responsive Proposal will comply with all federal, state and local regulations.

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

PROPOSAL FOR 2017 MINERAL WELL BRINE

PROPOSAL FOR 2017 MINERAL WELL BRINE 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2017 MINERAL WELL BRINE BID OPENING: Friday, February 24, 2017 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS

More information

City of Ballwin RFP #18-01 Ries Road Bridge Replacement BRM-4939(606)

City of Ballwin RFP #18-01 Ries Road Bridge Replacement BRM-4939(606) NOTICE TO CONTRACTORS Sealed bids, addressed to Ballwin Public Works, 14811 Manchester Road, Ballwin, Missouri 63011 for the proposed work will be received by the City of Ballwin until 10:00 AM (prevailing

More information

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) Prince William County Service Authority (the Service Authority ) is accepting competitive sealed bids from qualified Contractors

More information

WEXFORD COUNTY REQUEST FOR PROPOSALS

WEXFORD COUNTY REQUEST FOR PROPOSALS WEXFORD COUNTY REQUEST FOR PROPOSALS Central Dispatch 911 Center Architectural Services ISSUED BY: WEXFORD COUNTY BOARD OF COMMISSIONERS Date: September 28, 2018 Project Representative: Elaine Richardson

More information

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES Friendship is soliciting proposals and qualification statements from parties having specific interests

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL Cleveland County REQUEST FOR PROPOSAL DESCRIPTION: DORAN MILL ASBESTOS ABATEMENT AND DEMOLITION DATE OF ADVERTISEMENT: February 21, 2018 PRE-BID MEETING: March 8, 2018, 10:00am at the Doran Mill, 404 Polkville

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More information

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/ Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR 72201 Phone 501/ 340-8390; Fax 501/ 340-8352 RFP #: RFP-17-005 REQUEST FOR PROPOSAL for FORENSIC AUDIT YORKWOOD IMPROVEMENT

More information

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR By and Between WILLIAM S. HART UNION HIGH SCHOOL DISTRICT And Dated as of TABLE OF CONTENTS Page RECITALS... 1 PART 1 PROVISION OF CM SERVICES... 1 Section

More information

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR Bid #08-15 Sealed bids for a three year, annually renewable contract to provide School Fencing Repairs and installation

More information

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA INVITATION TO SUBMIT PROPOSALS The Village of Sparta is accepting sealed bids from

More information

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES October 2, 2015 HUMAN RESOURCES DEPARTMENT 200 AVERY AVENUE MORGANTON, NORTH CAROLINA REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES GENERAL INFORMATION Burke County is located in western

More information

Botetourt County Public Schools

Botetourt County Public Schools Botetourt County Public Schools Request for Proposals # 18-5000 for Architectural and Engineering Services Related to the Design of a New Elementary School One (1) original and four (4) copies of sealed

More information

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # ) REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO (PPLD RFP #490-16-01) Pikes Peak Library District ( PPLD ) invites qualified

More information

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520) REQUEST FOR PROPOSALS Energy Performance Contracting Services INTRODUCTION The City of Coolidge will accept competitive sealed proposals for energy performance contracting services at the address or physical

More information

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Champaign Park District: Request for Bids for Playground Surfacing Mulch May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be

More information

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL CONTRACTOR 17GRAVEL2 PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL Furnish, Haul and Spread processed road gravel (22-A Modified or 21AA) at various locations in

More information

MELBA SCHOOL DISTRICT

MELBA SCHOOL DISTRICT MELBA SCHOOL DISTRICT REQUEST FOR PROPOSAL ( RFP ) FOR EPSON 595wi SHORT THROW PROJECTORS (STP) FOR MELBA SCHOOL DISTRICT NO. 136 ( MSD ) DUE: MONDAY; MAY 9, 2016 AT 12:00PM (MT) 1 Initials INVITATION

More information

New Castle County Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

New Castle County Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) New Castle County ( County ) is seeking proposals for professional services from Land Survey firms ( Surveyors ) for survey services related to the design and construction of Special Services Projects

More information

REQUEST FOR QUALIFICATIONS Bailey Cove Transmission Main Phase 1

REQUEST FOR QUALIFICATIONS Bailey Cove Transmission Main Phase 1 RFQ Bailey Cove Transmission Main - Phase 1 REQUEST FOR QUALIFICATIONS Bailey Cove Transmission Main Phase 1 Consulting Engineering Services Huntsville Utilities (HU), is accepting Statements of Qualifications

More information

UTILITIES INTERNAL POLICIES AND PROCEDURES MANUAL

UTILITIES INTERNAL POLICIES AND PROCEDURES MANUAL UTILITIES INTERNAL POLICIES AND PROCEDURES MANUAL Arkansas State Highway and Transportation Department Right of Way Division September 2011 Table of Contents 1.00 GENERAL... 1 1.01 ORGANIZATION... 1 1.02

More information

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole Bid Package For Lease of Golf Carts City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN 37864-5500 Phone: (865) 868-1570 Fax: (865) 453-5518 Contact: Nicole Catlett Email: ncatlett@seviervilletn.org

More information

INVITATION FOR BIDS. Agency Name: Culpeper SWCD. 351 Lakeside Drive. Culpeper, Virginia (540) Project Name & Location:

INVITATION FOR BIDS. Agency Name: Culpeper SWCD. 351 Lakeside Drive. Culpeper, Virginia (540) Project Name & Location: INVITATION FOR BIDS Agency Name: Culpeper SWCD 351 Lakeside Drive Culpeper, Virginia 22701 (540) 825-8591 Project Name & Location: Access Road Relocation 1) Mountain Run Dam 8A (04701) PROJECT CODE NO:

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

AGREEMENT FOR WORK TO BE PERFORMED BY KING COUNTY ROAD SERVICES DIVISION

AGREEMENT FOR WORK TO BE PERFORMED BY KING COUNTY ROAD SERVICES DIVISION AGREEMENT FOR WORK TO BE PERFORMED BY KING COUNTY ROAD SERVICES DIVISION THIS AGREEMENT is made and entered into by and between King County ( the County ) and the City of Medina, ( the City ). RECITALS

More information

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST) To: Raymond

More information

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C) Request for Proposals t o provide Janitorial Services Residence Halls RFP-18111 Due Date Proposal Submissions March 8, 2018 by 3:00 p.m. MANDATORY Pre-Proposal Meeting March 1, 2018 @ 2:00 p.m. in New

More information

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO High Plains Library District (HPLD) invites qualified firm to submit a response to a Request for Proposal for legal

More information

NOTICE TO BIDDERS. Specifications and bidding blanks may be obtained at the Road Commission office at the above address.

NOTICE TO BIDDERS. Specifications and bidding blanks may be obtained at the Road Commission office at the above address. NOTICE TO BIDDERS Sealed proposals will be received by the Ottawa County Road Commission, at its offices at 14110 Lakeshore Drive, Grand Haven, Michigan 49417, until Wednesday July 26, 2017 at 10:00am

More information