The written proposal documents supersede any verbal or written prior communications between the parties.

Size: px
Start display at page:

Download "The written proposal documents supersede any verbal or written prior communications between the parties."

Transcription

1 May 2, 2018 REQUEST FOR PROPOSAL RP The Gwinnett County Board of Commissioners is soliciting competitive sealed proposals from qualified Consultants Provision of Supplemental Consultant Demand Services on an Annual Contract with three (3) Options to Renew. for Proposal Opening Date and Location Proposals must be returned in a sealed container marked on the outside with the Request for Proposal number and Company Name. Proposals will be received until 2:50 P.M. local time on June 1, 2018 at the Gwinnett County Purchasing Office, 75 Langley Drive, Lawrenceville, Georgia Any proposal received after this date and time will not be accepted. Proposals will be publicly opened and only names of submitting firms will be read at 3:00 P.M. A list of firms submitting proposals will be available the following business day on our website Pre-proposal Date and Location A pre-proposal conference is scheduled for 11:00 a.m. on May 18, 2018 at the Gwinnett County Department of Water Resources Central Facility, 684 Winder Highway, Lawrenceville, Georgia, All consultants are urged to attend. Question Submittal Instructions Questions regarding proposals should be directed to Shelley McWhorter at shelley.mcwhorter@gwinnettcounty.com or by calling , no later than May 23, Proposals are legal and binding upon the bidder when submitted. Facility Access Gwinnett County does not discriminate on the basis of disability in the admission or access to its programs or activities. Any requests for reasonable accommodations required by individuals to fully participate in any open meeting, program or activity of Gwinnett County Government should be directed to Susan Canon, Gwinnett County Justice and Administration Center, Insurance Successful firm(s) will be required to meet insurance requirements. The Insurance Company should be authorized to do business in Georgia by the Georgia Insurance Department, and must have an A.M. Best rating of A-10 or higher. The written proposal documents supersede any verbal or written prior communications between the parties. Selection criteria are outlined in the request for proposal documents. Gwinnett County reserves the right to reject any or all proposals to waive technicalities and to make an award deemed in its best interest. Award notification will be posted after award on the County website, and companies submitting a proposal will be notified via . We look forward to your proposal and appreciate your interest in Gwinnett County. Shelley McWhorter Shelley McWhorter, CPPB Purchasing Associate III /smm

2 Page 2 I. Invitation to Submit Proposals A. The Gwinnett County Department of Water Resources (GCDWR) hereby requests Proposals from consultants for the Supplemental Consultant Demand Services on an Annual Contract with three options for renewal. This submission will assist GCDWR in selecting consulting firms to provide demand services for GCDWR in its implementation of its capital improvement and operating programs. GCDWR needs sufficient information to determine that your firm is adequately staffed and capable of providing annual demand professional services for each of the following service categories where your firm may attempt to qualify. Service Category A1 Water and Wastewater Facilities and Pump Station Services Service Category I1 Specialized Technical Support Services Service Category J Storm-water BMP Design and Watershed Management Services Service Category K Architectural Services Due to workload demands, GCDWR intends to select a minimum of three (3) firms under each of the Service Categories listed above. Depending on the number of proposals and different types of specialized services submitted for Service Category I1, there is no specified minimum or maximum of firms to be selected under Service Category I1. The minimum numbers noted above are not guaranteed. Gwinnett County reserves the right to award to a smaller or larger number of firms, if in our best interest. Firms that are already under contract as the Lead Consultant with Gwinnett County in RP Consultant Demand Services on an Annual Contract for Service Category A - Water and Wastewater Facilities and Pump Station Services and Service Category I - Specialized Technical Support Services should not submit for this proposal. A separate proposal is required for each Category from firms if they wish to be considered for that specific Service Category. Consultants shall submit one independent proposal for each Category addressing criteria requested under Section IV of this RFP Preparation of Proposals. Following award of the selected firms under each Category of this contract, firms may be contacted based upon their qualifications and experiences to develop an approach and fee for specific projects. The County will select the most qualified firm to finalize the proposal that it deems to provide the best service/value for the specified project and/or is in the best interest of the County. No minimum or maximum amount of work is guaranteed for each selected firm under this solicitation, and work will be procured on an as-needed basis via Work Authorization approvals per request. B. Partnering, teaming and sub-consultants will be permitted as part of the proposal for every category. If partnering or teaming, all of the teaming partners, and/or sub-consultants must be clearly identified and the reasons and benefits to GCDWR for this teaming arrangement presented. C. GCDWR will not pay any Consultant or Sub-Consultant for work done in preparation of this proposal submittal. D. One (1) unbound original (designated as the original), five (5) bound copies, and one (1) electronic version on CD of your proposal should be submitted. All copies of the proposal must be identical. The full cost of proposal preparation is to be borne by the proposing firm. The original proposal must be signed in ink by a company official who has authorization to commit company resources. These officials will also be individuals noted as authorized to sign Work Authorizations. Proposals shall be submitted in a sealed envelope/package. Envelope/package

3 Page 3 shall be identified with the RFP proposal number, Service Category letter, and company name on the outside and addressed to the following: Gwinnett County Purchasing Division Gwinnett Justice and Administration Center Second Floor, 75 Langley Drive Lawrenceville, Georgia The Proposer is to submit, in a separately sealed envelope, one (1) original and five (5) exact copies of Proposal Fee Schedule. Envelope/package shall be identified on the outside with FEE SCHEDULE, RFP proposal number, Service Category letter, and Company name. The FEE SCHEDULE shall be addressed as shown in D. above. E. Sole responsibility rests with the firm to ensure that their proposal(s) are received on time at the above stated location. F. Proposals submitted by alternate means other than those specified in this solicitation will be rejected and disposed of accordingly. This includes proposals sent by facsimile, , or any other electronic or telegraphic means. If the County receives a proposal through such alternate means, the County does not assume any burden or liability to notify the Consultant that the proposal has been rejected. Proposers are to follow the instructions outlined in this solicitation and failure of the Proposer to do so may result in the County deeming the Proposer s submittal as non-responsive. Firms are expected to allow adequate time for delivery of their proposals either by hand delivery, postal service or other means. Late proposals will not be accepted and will be returned to the Proposer. G. All questions concerning this RFP should be directed IN WRITING by May 23, 2018 to Shelley McWhorter, Purchasing Associate III, Gwinnett County - Purchasing Division, 75 Langley Drive, Lawrenceville, Georgia either by to Shelley.McWhorter@gwinnettcounty.com or Fax: Where appropriate, GCDWR responses to formal questions will be in writing and will be distributed to all firms on our record as having received a copy of this RFP. Please note that it is the consultant s responsibility to confirm with the Purchasing Associate that the Proposer is on record as having received a copy of this RFP. In each case of formal questions, GCDWR will determine whether a response is appropriate or necessary. H. Between the date of the issuance of the solicitation and the date of the final contract award by the Board of Commissioners, individuals, firms and businesses seeking an award of a Gwinnett County contract may not initiate or continue any verbal or written communications regarding a solicitation with any County officer, elected official, employee or other County representative without permission of the Purchasing Associate named in the solicitation. Violations will be reviewed by the Purchasing Director. If determined that such communication has compromised the competitive process, the offer submitted by the individual, firm or business may be disqualified from consideration for award. This process is to ensure that all prospective respondents have the same level of knowledge relative to the RFP, as well as ensuring any additional data is made available to all proposers. I. Submitted proposals and all documentation regarding the proposals will not be made available to the public until such time that an official action has been taken by the Gwinnett County Board of Commissioners to award or reject this solicitation. All proposals and supporting materials, as well as correspondence relating to this RFP, become property of Gwinnett County when received and will be subject to the Georgia Open Records Act.

4 Page 4 J. All applicable State of Georgia and Federal laws, City and County ordinances, licenses and regulations of all agencies having jurisdiction shall apply to the consultants and services throughout and incorporated herein by reference. The Agreement with the selected firm, and all questions concerning the execution, validity or invalidity, capacity of the parties, and the performance of the Agreement, shall be interpreted in all respects in accordance with the Charter and Code of Gwinnett County and the laws of the State of Georgia. II. Instructions to Consultants A. Consultant Qualifications No proposal shall be accepted from and no contract will be awarded to any person, firm, or corporation that is in arrears to Gwinnett County, upon debt or contract that is a defaulter, as surety or otherwise, upon any obligation to Gwinnett County or that is deemed irresponsible or unreliable by Gwinnett County. If requested, consultant shall be required to submit satisfactory evidence that they have a practical knowledge of the particular service proposed upon and that they have the necessary financial resources to provide the proposed service category called for as described in Section III. Description of Services of this RFP. B. Demand Services Agreement for Professional Services The consultant will be expected to sign a Demand Services Agreement for Professional Services developed by Gwinnett County (Sample Agreement included). The proposal must contain a statement that the consultant has carefully reviewed the agreement, can meet all insurance and other requirements, and if selected, will sign the agreement. No modifications to the agreement will be permitted. This information will be included in the cover letter referenced in Section IV. Preparation of Proposals of this RFP. Selected consultant(s) are required within ten (10) days of the Notice of Award to provide the following: Certificate of Insurance specified in proposal Two (2) sets of properly executed contract documents. III. Description of Services A. Service Category A1 Water and Wastewater Facilities and Pump Stations Services The consultant shall provide professional services as requested by the County to improve, repair, expand and modify the County water facilities, water reclamation facilities and departmental facilities, including pumping and lift stations. This effort will include, but not be limited to, project scope development, review of records, research of design criteria and investigation of materials, construction methods and equipment, and other necessary functions related to the specific project; coordination of reports in written and graphic form; preparation of probable budgetary construction cost estimates; Design Development Services; Basis of Design reports; instrumentation and control design and support services; preparation of a summary for the Basis of Design report; preparation of construction contract documents suitable for bid conforming to applicable Federal or State regulations and Gwinnett County ordinances; and bid phase services including bid advertisement, bidders pre-qualifications, response to questions from suppliers, manufacturers, and potential bidders, preparation of agenda and meeting minutes, bid tabulation, and recommendation for award of contract and permitting. The consultant will perform surveys as requested by the County in support of the design of water, wastewater treatment, and pump station facilities under this contract and as otherwise required for the operation of these systems. These surveys may include cadastral surveys, topographical surveys, engineering surveys, hydrographic surveys, boundary surveys,

5 Page 5 as-built surveys, surveys for definition of easement areas both existing and proposed, and construction surveys for line and grade of proposed pipelines. Additional services provided may include, but are not limited to, professional opinions and filing survey documents with the appropriate departments/agencies. Survey services shall be offered with billing rates to address conventional services as well as survey grade versus mapping grade GPS services. Construction management services will include, but not be limited to, project scope development; provision of administrative management and/or management assistance throughout construction; review and monitoring of construction schedules provided by successful bidders; QA/QC construction monitoring; review of contractor s shop drawings and submittals; conducting warranty inspections of all construction based on approved specifications; as-built development and monitoring; pay application review and approval; inspection and verification of stored materials; arrangement of groundbreaking ceremonies; review of RFI s, RFP s, FO s and change orders; review and management of punch-list items; development and submission of asset management reports; coordination of start-up and training; review and approval of O&M manuals; and observation of construction to ensure design compliance. The consultant may be asked to provide quick professional services to respond to urgent or emergency projects as requested by GCDWR, on an as-needed basis. This effort will include, but not be limited to, Conceptual Design; Basis of Design; Detailed Design; preparation of construction contract documents suitable for bid conforming to applicable Federal or State regulations and Gwinnett County ordinances; and bid phase services including bid advertisement, bidders pre-qualifications, response to questions from suppliers, manufacturers, and potential bidders, preparation of agenda and meeting minutes, bid tabulation, and recommendation for award of contract and/or permitting. The consultant shall provide services to assist GCDWR in complying with Federal, State and/or local environmental policies and environmental science issues. The consultant shall provide miscellaneous environmental services including, but not limited to, project scope development, biological assessments, water quality impact evaluations, wetland determinations, threatened and endangered species assessments, cultural and archaeological assessments, land management, noise reports, air quality reports, dredge and fill permitting, NPDES permitting, storm-water pollution prevention plans, monitoring reports, mitigation design and mitigation construction management, stream buffer and trout stream issues. Efforts shall include data collection, impact assessments, alternative evaluations, report preparation, agency coordination, wetland design, plans and specifications, bidding support, environmental policy and planning documents, permit application preparation and submittal, and public involvement. Associated services may include review of reports, design and related work performed by others, including, but not limited to, value engineering, bid ability, and constructability reviews. The consultant shall perform subsurface record investigation and related tasks in obtaining applicable underground utility information and data required under this service category. These include: investigations to be performed throughout Gwinnett County on an asneeded and as-requested basis; provide subsurface utility designating and reporting; provide all engineering services in identifying and evaluating features and properties of unknown underground utilities and other subsurface facilities; provide engineering report of findings; provide subsurface utility location coordination and reporting; provide all engineering services in determining horizontal and vertical alignments of underground utilities and provide engineering report of findings.

6 Page 6 The Consultant shall coordinate internal departmental communications with customers, residents, the media and other departments, working closely with and complementing the activities of the GCDWR Public Information Officer (PIO)/Communications Manager. Services to be provided shall include, but not be limited to: providing press releases and communications; review and critiquing presentation materials prepared by others; publication of facility brochures; increasing the arena for understanding the department s conservation and reuse programs; marketing and departmental branding; publication of an internal departmental newsletter; reviewing bill inserts for content, syntax, and tone; communicating the department s new strategic plan; gathering or writing articles for the department s newsletter as well as the County s employee newsletter; participation in facility tours and new employee orientations; and providing oversight, including coordination of efforts to upgrade the department s website for both external and internal users. The Consultant shall coordinate external communications with customers, residents, the media and other departments, working closely with and complementing the activities of the GCDWR PIO/Communications Manager: facilitating neighborhood meetings on projects; crafting press releases; providing public outreach; preparation of speaking points; production of presentation materials; development and/or review of multimedia presentations; attendance at evening meetings or weekend events; developing and conducting customer satisfaction and customer service surveys, tracking results, and transforming those results into action plans for others to improve service; following up with unhappy customers or residents after problems have been solved; making contacts with Media, and coaching others on addressing questions from Media; and participation in facility tours. The Consultant shall perform evaluations of treatment processes, equipment and facilities, and shall provide engineering opinions regarding optimization and re-design of plant operations, equipment and facilities. This includes services such as conducting water/wastewater related research, BioWin Model development, chemical and microbial analysis of water/wastewater quality, characterization, treatability, and contaminant mitigation; water/wastewater plant process evaluations, including new/innovative treatment techniques, efficacy studies, regulatory compliance, and permit validations; sludge/residuals studies, including both water plant and water reclamation facility residuals; hydraulic models of water treatment facilities, wastewater treatment facilities and pump stations; environmental hygiene studies; environmental safety investigations; chemical kinetics studies to determine formation potentials of disinfection byproducts and other contaminants. Deliverables will include written research reports, design recommendations and guidelines, Standard Operating Procedure manuals, position statements, white papers, and statements of opinion concerning potential outcomes of various actions. Results may be presented in the form of papers at technical conferences and published in related technical journals. Work may include presentation support, professional development and Gwinnett County employee training and any additional services meeting the intent of this category. Work also may include any other additional services not mentioned which could reasonably be expected to be provided under this Service Category. B. Service Category I1 Specialized Technical Support Services The consultant will provide specialized technical support services as requested by GCDWR in support of a specified project which is not specified in the areas of work outlined in the above Service Categories (Category A1 Water and Wastewater Facilities and Pump Station Services, Category J Storm-water BMP Design and Watershed Management, and Category K Architectural Services) and or Service Categories as identified in RP016-16: Category A Water and Wastewater Facilities and Pump Station Services, Category B Water Line, Sewer Line and Reuse Water Line Services, Category C Watershed Management Services, Category D Storm

7 Page 7 Drainage Infrastructure Services, Category E Storm-water Master Modeling and Floodplain Management Services, Category F Urgent Services and Third-Party CM Services, Category G Asset Management, Planning, and Modeling Services, and Category H Management and IT Consulting Services and Category I Specialized Technical Support Services. No specific scopes of work have been developed at this time. However, the work may include, but is not limited to, dams and reservoirs engineering services, information management services, direct consultation to develop strategies and policies, investigation of various products and work methods, bench or pilot studies, audits, specialized studies, unique scope development, specialized technology/data management, special project management and support, special construction management and support, expert opinions, and/or expert or peer review of plans and proposals developed by other consultants. Services may also include emergency response and disaster recovery. Work may also include project or program management support on a limited term basis. Work also may include any other services not mentioned which could reasonably be expected to be provided under this Service Category. C. Service Category J Storm-water BMP Design and Watershed Management Services The consultant shall provide professional services for the implementation of watershed improvements to protect and improve in-stream water quality and aquatic habitat. Projects under this category will focus heavily on smart Storm-water design, better site design principles, and green infrastructure. Tasks performed within this category include public education and outreach, project evaluation and selection, hydraulic and hydrologic modeling, design, permitting, preparation of bid documents, construction management and administration support, and monitoring and inspections. These tasks will be performed on watershed improvement project types including low impact development/green infrastructure and new and retrofitted Best Management Practices (BMPs). Additional services provided may include, but are not limited to, professional opinions, plan review, bid phase services, value engineering and constructability reviews. The consultant will perform surveys as requested by the County in support of the design of watershed improvements and Storm-water BMPs. These surveys may include cadastral surveys, topographical surveys, engineering surveys, hydrographic surveys, bathymetric surveys, geomorphic surveys, boundary surveys, as-built surveys, surveys for definition of easement areas (existing and proposed), and construction surveys for line and grade of proposed pipe lines. Additional services provided may include, but are not limited to, professional opinions and filing survey documents with the appropriate departments/agencies. The consultant shall provide specialized geotechnical services that fall outside of Gwinnett County s Annual Contract for Comprehensive Materials & Field Testing Services, such as infiltration testing, necessary for design of Storm-water BMPs and other watershed management projects completed under this category. The consultant shall provide specialized construction management services relevant to the project types under this service category. Construction management services which will include, but not be limited to, project scope development, provision of administrative management and/or management assistance throughout construction; review and monitoring of construction schedules provided by successful bidders; QA/QC construction monitoring; review of contractor s shop drawings and submittals; conducting warranty inspections of all construction based on approved specifications; as-built development and monitoring; pay application review and approval; inspection and verification of stored materials; arrangement of groundbreaking ceremonies; review of RFI s, RFP s, FO s and change orders; review and management of punch

8 Page 8 list items; development and submission of asset management reports; coordination of start-up and training; review and approval of O&M manuals; observation of construction to ensure design compliance; and any additional services meeting the intent of this category. The consultant shall provide services to assist in complying with Federal, State or local environmental regulations and policies. The consultant shall provide miscellaneous environmental services including, but not limited to, project scope development, biological assessments, water quality impact evaluations, wetland determinations and delineations, threatened and endangered species assessments, cultural and archaeological assessments, land management, noise reports, air quality reports, dredge and fill permitting, NPDES permitting, Storm-water pollution prevention plans, monitoring reports, and mitigation design. The consultant shall coordinate internal and external departmental communications with customers, residents, the media and other County departments on an as-needed basis. Services to be provided shall include, but are not limited to, facilitating neighborhood meetings on projects, crafting press releases, providing public outreach, preparation of speaking points, production of presentation materials, attendance at evening meetings or weekend events, developing and conducting customer service surveys including tracking results, following up with customers or residents, and participation in site tours. Associated services may include review of reports, design and related work performed by others, including but not limited to value engineering, bid ability, and constructability reviews. Work also may include any other additional services not mentioned which could reasonably be expected to be provided under this Service Category. D. Service Category K Architectural Services The consultant shall provide professional architectural services as requested by the County that may include projects involving buildings and structures at the water and wastewater plants, regional pump stations, laboratories, research facilities, and DWR Central Facilities. The project types include new process buildings, modifications to existing process buildings and laboratories, new and modifications to operation and maintenance facilities, administration, research and training facilities and miscellaneous building types for specific functions. The consultant shall have the capability to use BIM software from the initial concept phases, detail design and to produce final as-built drawings. The following list of design tasks shall be provided by the consultant: Develop and prepare overall architectural program for the structure Establish and determine architectural concepts with the County Establish building envelope Prepare basis of design report to establish scope, schedule and cost Prepare preliminary architectural drawings including floor plans, sections, and elevations Prepare life safety plans, establish occupied and non-occupied spaces Perform building code review, determine type of construction Meet with the Fire Marshall to review and validate building code review and life safety requirements Prepare 30% design documents and model for County review using BIM/3D Prepare opinion of probable cost Schedule and conduct review meetings with the County Prepare 60% design documents including specifications, cost and sequence of construction Schedule and conduct 60% review meeting with the County

9 Page 9 Prepare 90% design documents including cost estimate and front end documents Schedule and conduct 90% review meeting with the County. Prepare 100% completed bid documents for submittal to Purchasing Coordinate all design efforts with all other engineering disciplines through meetings and exchange of design documents All design deliverables will be quality reviewed prior to submittal to the County. This includes conducting a constructability review by a qualified construction engineer. Prepare all required permits and meet with permitting officials to obtain feedback and approval Building design requirements may include ADA and LEED certification depending on the facility s use designation Design will include any redesign required as a result of Value Engineering conducted at 30% design The following list of bid and construction service tasks shall be provided. Assist in preparation of contractor pre-qualification requirements and evaluation Attend and take meeting minutes at the pre-bid conference Respond to technical questions regarding interpretation of the drawings and specs Prepare, issue, and distribute any required addenda Tabulate bids, check references and issue a recommendation to award to GCDWR Provide conformed documents to GC purchasing Conduct pre-construction conference and issue meeting minutes Provide office engineering including RFI log and response, submittal log and review, and change order log, review and approval Provide periodic discipline site visits to evaluate conformance with the design documents Review Contractor s pay request and recommend payment Monitor the Contractor s compliance with procedural requirements identified in the specifications for the project including obtaining permits, meeting submittal requirements, monitoring schedules, etc. Conduct construction progress meetings as required by the size and complexity of the project Resident engineering as required by the size and complexity of the project Construction manager as required by the size and complexity of the project Evaluate and determine the acceptability of substitute materials and equipment Receive and review for compliance certificates of inspection, testing results, and other documentation required by the contract documents Perform site visits as required to review the completed work and prepare a final punch list for substantial completion Review and approve all documentation required for substantial completion Assist the DWR PM with obtaining final sign-off from DWR Operations and Maintenance Coordinate with Material Testing firms during construction In addition to the above tasks the consultant shall provide project management and administrative services listed below. Project scheduling and updates Monthly invoices and progress reports Meeting minutes and tracking of action items Coordination between consultant, subs, DWR, permitting agencies and equipment manufacturers Administer the Consultant and project QA/QC plan and Safety plan as required Assure project staffing is in compliance with the consultant s proposal

10 Page 10 Monitor and report on project issues and changes in scope Prepare agenda for various types of design meetings and workshops Communicate weekly with the DWR project manager Coordinate the availability of subject matter experts

11 Page 11 IV. Preparation of Proposals Each Consultant shall read all sections of this RP including the instructions, and all attachments hereto. Failure to do so will be at the Consultant s risk. The Lead Consultant must sign the proposal with their usual signature by an authorized representative and shall give their full business address. Proposals do not have a page limit. Proposals should be letter size, single-sided written pages using an Arial font size no smaller than 12 point. Figures, charts and exhibits shall be included under the appropriate tabs as described below. Resumes are to be included under Tab H, should be limited to no more than 2 pages per individual, and should be project relevant. The following information shall be submitted in the proposal in the format as specified herein. Cover Letter A proposal cover letter should be provided presenting an Executive Summary of the Consultant s proposal. Please limit this cover letter to 2 pages or less. Tab A Lead Consultant Identification Partnering, teaming and sub-consultants are permitted. If teaming or partnering is proposed, the proposer must clearly present the reasons and benefits this teaming provides GCDWR. A Lead Consultant is defined as the firm that will perform work valued greater than or equal to the majority of the total work authorization contract dollar value. If teaming with other Consultant(s) is proposed, describe the working history and relationship with the Sub-Consultant(s). Indicate if the Lead Consultant has ever worked with the Sub-Consultant(s) previously including when, where and the services provided by the Sub-Consultant(s). Identify roles and specific areas of responsibility of the Lead and Sub- Consultant(s) for this demand services contract. In addition to the information requested above, include the following information for the Lead Consultant: 1. Corporate ownership and history. 2. Affiliates and subsidiaries. 3. Operating philosophy. 4. Principal business office and local office locations, inside or outside Gwinnett County. 5. List of full time employees who are registered as Professional Engineers (PE) in the State of Georgia performing direct related engineering work for the Category your firm wishes to be considered. Include a table that lists name, years of experience, PE number and registration fields (e.g. Structural Engineer, Civil Engineer, Environmental Engineer, Hydraulic Engineer or others), two representative projects, roles and responsibilities, and home office locations. 6. List of full time employees with license or certification other than PE in the State of Georgia performing direct related professional services for the Category your firm wishes to be considered. Include a table that lists names, years of experience, professional registration or certification area (e.g. PG, BCEE, PMP or others), two representative projects, roles and responsibilities, and home office locations. 7. List of other full time employees (other than items #5 and #6 above) in your local office performing direct related professional services for the Category your firm wishes to be considered. 8. Provide ranges of services, capabilities and strengths of the Lead Consultant. 9. Reasons and benefits of this teaming provided to GCDWR. Tab B Major Sub-Consultant Identification A Major Sub-Consultants is defined as a Sub-Consultant to that may perform a majority of the design or study work on a project and/or provides a majority of project team members to the Lead Consultant for total project delivery. The following information for each Major Sub-Consultant: 1. Corporate ownership and history.

12 Page Affiliates and subsidiaries. 3. Operating philosophy. 4. Principal business office and local office locations, inside or outside Gwinnett County. 5. List of full time employees who are registered as Professional Engineers (PE) in the State of Georgia performing direct related engineering work for the Category your firm wishes to be considered. Include a table that lists name, years of experience, PE number and registration fields (e.g. Structural Engineer, Civil Engineer, Environmental Engineer, Hydraulic Engineer or others), two representative projects, roles and responsibilities, and home office locations. 6. List of full time employees with license or certification other than PE in the State of Georgia performing direct related professional services for the Category your firm wishes to be considered. Include a table to list names, years of experience, professional registration or certification area (e.g. PG, BCEE, PMP or others), two representative projects and roles and responsibilities and home office locations. 7. List of other full time employees (other than items #5 and #6 above) in your Major Sub- Consultant s local office performing direct related professional services for the Category your firm wishes to be considered. 8. Provide ranges of services, capabilities and strengths of the Major Sub-Consultant. Tab C Minor Sub-Consultant Identification A Minor Sub-Consultant is defined as a consultant that provides support services and/or has a small role in the overall work authorization. Give the full legal name of each minor sub-consultant firm. Also provide the address of each minor sub-consultant s principal business office. Tab D - Experience of Lead Consultant and Sub-Consultants on Similar Potential Projects GCDWR has developed a list of example projects in Tab F of this Section of the RFP under each Category (except Category I1) that the County may incorporate into future demand services. Briefly describe the relevant past experience of the Lead Consultant and Major Sub-Consultants on these example projects, listed in Tab F, within the Category you wish to be considered, of similar size and scope that have relevant experience including experience in performing professional services for State, County and municipal governments. As the County is currently underway with Master Planning efforts for the facilities, collection, and distributions system, there may be additional projects not yet forecast. The Consultant may elect to provide project experience sheets on projects the Consultant believes may have relevance to the County. The Consultant needs to select a minimum of two (2) example projects from Category A1, J, and K which can represent the Consultant s capabilities and expertise. The Consultant shall provide a minimum of three (3) relevant project experience sheets for each selected example project listed in Tab F - as part of the submittal requirements under Tab D. For example, for Service Category A1, there are six (6) example projects listed in Tab F. The Lead Consultant and/or Major Sub-Consultants needs to select a minimum of two (2) example projects to represent your relevant experiences. In addition, the Consultant may provide project experience sheets of projects that demonstrate their technical expertise in the Service Category that falls outside of the example projects provided. For each project experience sheet, the Lead Consultant and/or Major Sub-Consultants should provide the following required information to include, but not be limited to: Project description List of services Dollar value of each contract both for design and construction Description of the major roles and responsibilities of the consulting firm Indicate the people that worked on the project that will be assigned to this project Comparison of the project s final budget and schedule with the initial budget and schedule - explain negative variances (i.e., exceeded budget or schedule)

13 Page 13 Specific details that indicate where the Consultant/Major Sub-Consultant s approach saved either cost or time for the client Reference with name, address, and phone numbers For Services Category I1 Specialized Technical Support Services, GCDWR is not able to develop any potential projects at this time. The Lead Consultant and/or Major Sub-Consultants need to select one or more specialized technical services listed under Services Category I1, Tab F and provide your experiences (Tab D) and proposed Key Staff Qualifications, individual experiences, location and availability (Tab E) that are related to these selected specialized technical services. The Consultant shall provide a minimum of three (3) relevant project experience sheets for each selected specialized technical services as part of the submittal requirements under Tab D. Employee experience cannot be substituted for firm experience. The project experience sheets must demonstrate the consulting firm s experience and not an individual employee s experience. All project experience sheets must have been completed within the past ten (10) years. In addition to these project experience sheets, the Lead Consultant and/or the Major Sub-Consultants shall provide a separate table listing all projects/task orders (past and current) with GCDWR within the last five (5) years. State the name of the project, GCDWR project manager and/or primary contact, project type, prime or sub, and contract value. The project performance from GCDWR project manager and/or primary contact will be requested and may be part of the evaluation. The list of GCDWR projects/task orders should be included at the end of Tab D. Consultant may use the same table of GCDWR projects/task orders if the proposer is proposing more than one Category. Tab E - Key Staff Qualifications, Experiences, Location and Availability Provide an overall demand services organization chart for the proposed Service Category. The proposer should identify the roles/positions/responsibilities of each proposed team member (including staff from Major Sub-Consultants). The proposed organization chart should include the Client Services Manager, Services Coordinator/Contract Manager, Project Managers, Subject Matter Experts, QA/QC Managers, and Lead Design Engineers for each discipline. Provide a table to show all key members of the project team, their degree, professional registrations, years of experience, levels of responsibility and availability. This table should also include two representative projects for each key member, their roles and responsibilities, and their home office locations. The Client Services Manager should have the authority to commit the necessary resources of the company. Also, the proposer should describe and demonstrate how each key individual will add the most value toward achieving the key objectives for implementing and providing professional services and is the best choice for GCDWR to meet this demand service contract. Tab F Example Project Understanding and Technical Approach As described in Tab D above, GCDWR has developed a list of example projects under each Category (except Category I1) that the County may wish to incorporate into future demand services. Using the same example projects selected under Tab D {minimum of two (2) from Category A1, J, and/or K and minimum of one (1) from Category I1}, the Lead Consultant and/or Sub-Consultants should provide the project experience sheets that address the following information: Summarizes and describes understanding of the selected example project(s) Identifies the key problems and technical issues that were anticipated, prevented and/or managed Identifies stakeholders and describes the impacts of the project on the stakeholders and business activity Identifies staff assigned to the project Provides a technical approach and philosophy that shows the Consultant s value to GCDWR

14 Page 14 In addition, the Consultant should provide project experience sheets of projects that demonstrate their technical expertise and that demonstrate value to Gwinnett County in the Service Category that falls outside of the example projects provided. The project experience sheets shall address the information as noted in the paragraph above. These example projects under each Category are: Service Category A1 Water and Wastewater Facilities and Pump Station Services 1. F. Wayne Hill Water Resources Center (F. Wayne Hill WRC) Solids and Biogas Handling Facilities Gwinnett County Department of Water Resources is developing a Master Plan for the F. Wayne Hill WRC to identify means to optimize existing treatment capacity and to identify process limitations and inefficiencies such that the facility can achieve the current 60-mgd rating. The Master Plan will also identify facility upgrades needed to meet the current rated capacity of 60-mgd with consideration for expansion to 80-mgd. The F. Wayne Hill WRC has five (5) 1-MG egg-shaped digesters for solids reduction. As part of the recommendation in the Master Plan, GCDWR is considering the following for the expansion of the solids and biogas handling facilities: Addition of two (2) egg-shaped digesters Addition of a sludge holding tank New biogas storage facilities and flares F. Wayne Hill WRC thickens sludge 24/7 and dewaters 18 hours a day, 5 days a week. Provide your experiences and technical approach to keeping the facility running while constructing new processes, equipment, and related infrastructure. Based on the F. Wayne Hill WRC Master Plan report, present the project approach for implementing the F. Wayne Hill WRC solid system upgrade and provide your egg-shaped anaerobic digester and biogas storage facilities engineering experiences. 2. F. Wayne Hill WRC - Addition of Biogas Generator Based on the F. Wayne Hill WRC Master Plan report, present your project approach for the design and implementation of a new biogas generator and biogas treatment system to produce pipeline quality gas. The project approach should include the required infrastructure to support the additional facilities. 3. F. Wayne Hill WRC New Membrane Facility The F. Wayne Hill WRC currently uses membranes for tertiary treatment and to meet reclaimed water discharge criteria for Lake Lanier. The new membrane facility shall be capable of treating 40-mgd from polishing membranes. Present your project approach for implementation of a new building structure, design of submerged polishing membranes similar to the existing membrane treatment process, and the required chemical storage, feed, and infrastructure to support the new membrane facility. 4. New Regional Wastewater Pump Station A new regional wastewater pump station with 5.0 mgd capacity is forecast for Gwinnett County. The two-stage pump station design configuration is to be wet pit/dry pit with odor control via chemical feed. The regional pump station design includes easement acquisition, new buildings, and related infrastructure. 5. New Chemical Feed Facilities at Lanier Filter Plant (LFP) The Lanier Filter Plant is a 150-mgd direct filtration plant that provides finished drinking water to the North and Central Service zones. The facility has been in operation since the mid

15 Page s and has had numerous upgrades and rehabilitation projects to meet the requirements for advanced treatment processes. Bulk chemical storage is provided in different locations around the facility in outdated buildings. As part of the overall Master Plan, a centralized chemical building to house the disinfection system, polymer, lime, and orthophosphate is being planned. As part of the chemical building, site work, traffic planning, and maintenance of current operation practices will need to be considered. 6. Water Production Facility Expansion Plans Gwinnett County is currently developing a Master Plan for Water Production that will address the future expansion of the water production facilities Lanier Filter Plant and Shoal Creek Filter Plant. The Master Plan is scheduled for completion in early 2019 and will provide recommendations for treatment process upgrades, expansion, and related site improvements at one or both of the facilities based on life cycle cost analysis. Service Category I1 Specialized Technical Support Services The Lead Consultant may provide specialized technical support services as requested by GCDWR in support of a specified project. Please select one or more specialized technical services listed below and provide your experiences (Tab C) and Key Staff Qualifications, individual experiences, location and availability (Tab D) that are related to, but not limited to the following Specialized Technical Support Services: Underwater Infrastructure Inspection Services Information Management Services Dam and Reservoir Engineering Services Instrumentation Design Services Root Cause Analysis Services Permitting Assistance Services Financial Analysis Services Operation Training/Assistance Services Safety Analysis, Safety Training and Safety Program Development Services Survey Services Geotechnical Services Value Engineering Services Constructability and Operability Review Services Hazardous Waste Remediation Services Other Specialized Technical Support Services For Services Category I1, since there are no potential projects developed under each specialized technical service, it is not required for Lead Consultant to develop a potential project understanding and technical approach and submitted under Tab E. Service Category J Storm-water BMP Design and Watershed Management Services 1. Develop a countywide Storm-water Master Plan to prepare for the next five years of Stormwater BMP project implementation. The objective is to identify and prioritize projects based on Watershed Improvement Program (WIP) goals and cost-benefit analysis. Discussion does not need to include identification of specific project locations, but should explain logic and best practices your firm would use to provide the Master Plan. 2. Retrofit the Yellow River Water Reclamation Facility (WRF) site with BMPs to meet current Gwinnett County Storm-water Management Manual (GC SMM) standards for water quality, channel protection, and overbank and extreme flood protection. Identify any opportunities to collect BMP performance data for recommended design.

June 6, 2016 RP ADDENDUM #3

June 6, 2016 RP ADDENDUM #3 Addendum #1 Page 1 June 6, 2016 RP016-16 ADDENDUM #3 Q1. Re: Service Category E, page 19, the H&H modeling requested for the Richland Creek basin in item 1. is actually quite different that the updating

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

RP Page 1. RP Page 1

RP Page 1. RP Page 1 RP016-16 Page 1 RP019-17 Page 1 June 28, 2017 REQUEST FOR PROPOSAL RP019-17 The Gwinnett County Board of Commissioners is soliciting competitive sealed proposals from qualified Firms for Control System

More information

RP Page 1. The written proposal documents supersede any verbal or written prior communications between the parties.

RP Page 1. The written proposal documents supersede any verbal or written prior communications between the parties. RP027-17 Page 1 September 28, 2017 REQUEST FOR PROPOSAL RP027-17 The Gwinnett County Board of Commissioners is soliciting competitive sealed proposals from qualified contractors to Provide On-Call SCADA

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

ARTICLE 8: BASIC SERVICES

ARTICLE 8: BASIC SERVICES THE SCOPE OF SERVICES ADDED BY THIS AMENDMENT IS FOR A CM AT RISK PROJECT ONLY. THE SCOPE OF SERVICES SPECIFIED BELOW INCLUDES ARTICLES 8.1, 8.3, 8.4, 8.5, 8.6, 8.7 AND 8.8. THE SERVICES SPECIFIED IN ARTICLE

More information

The written proposal documents supersede any verbal or written prior communications between the parties.

The written proposal documents supersede any verbal or written prior communications between the parties. March 29, 2017 REQUEST FOR PROPOSAL RP011-17 The Gwinnett County Board of Commissioners is soliciting competitive sealed proposals from qualified contractors to provide On-Call Water and Wastewater Facility

More information

REQUEST FOR QUALIFICATIONS FOR ON-CALL PROJECT MANAGEMENT AND TECHNICAL SUPPORT SERVICES

REQUEST FOR QUALIFICATIONS FOR ON-CALL PROJECT MANAGEMENT AND TECHNICAL SUPPORT SERVICES REQUEST FOR QUALIFICATIONS FOR ON-CALL PROJECT MANAGEMENT AND TECHNICAL SUPPORT SERVICES SEPTEMBER 2018 Submit proposal to: Tony Williams, Principal Civil Engineer Marin County Flood Control & Water Conservation

More information

Strategic Business Plan Department of Water Resources. Gwinnett County Department of Water Resources

Strategic Business Plan Department of Water Resources. Gwinnett County Department of Water Resources g w i n n e t t c o u n t y Strategic Business Plan Department of Water Resources Gwinnett County Department of Water Resources A Message from the Director The Department of Water Resources Strategic Business

More information

OWNER/PROFESSIONAL SERVICES CONSULTANT AGREEMENT PROJECT TITLE UNIVERSITY OF ILLINOIS

OWNER/PROFESSIONAL SERVICES CONSULTANT AGREEMENT PROJECT TITLE UNIVERSITY OF ILLINOIS PROJECT TITLE UNIVERSITY OF ILLINOIS THIS AGREEMENT, made and entered into in the City of, State of Illinois, as of the date of the last signature of the parties hereto by and between THE BOARD OF TRUSTEES

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

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINED TERMS SECTION 00200 INSTRUCTIONS TO BIDDERS 1.01 TERMS USED IN THESE INSTRUCTIONS TO BIDDERS WILL HAVE THE MEANINGS INDICATED IN THE GENERAL CONDITIONS AND SUPPLEMENTARY CONDITIONS. ADDITIONAL

More information

CITY OF SIGNAL HILL SUBJECT: AUTHORIZE RELEASE OF REQUEST FOR PROPOSALS FOR ON- CALL ENGINEERING DESIGN SERVICES

CITY OF SIGNAL HILL SUBJECT: AUTHORIZE RELEASE OF REQUEST FOR PROPOSALS FOR ON- CALL ENGINEERING DESIGN SERVICES CITY OF SIGNAL HILL 2175 Cherry Avenue Signal Hill, CA 90755-3799 AGENDA ITEM TO: FROM: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL GRISSEL CHAVEZ DEPUTY DIRECTOR OF PUBLIC WORKS SUBJECT: AUTHORIZE

More information

REQUEST FOR STATEMENTS OF QUALIFICATIONS Construction Manager at Risk for Las Vegas Wash Main Branch Channel & Trail Improvements

REQUEST FOR STATEMENTS OF QUALIFICATIONS Construction Manager at Risk for Las Vegas Wash Main Branch Channel & Trail Improvements REQUEST FOR STATEMENTS OF QUALIFICATIONS Construction Manager at Risk for Las Vegas Wash Main Branch Channel & Trail Improvements RSOQ NO. 007 040 PWP CL 2011 181 May 2, 2011 CITY OF NORTH LAS VEGAS REQUEST

More information

Proposals are legal and binding upon the bidder when submitted. One unbound original and six (6) copies should be submitted.

Proposals are legal and binding upon the bidder when submitted. One unbound original and six (6) copies should be submitted. July 31, 2018 REQUEST FOR PROPOSAL RP018-18 The Gwinnett County Board of Commissioners is soliciting competitive sealed proposals from qualified service providers for the Landfill Disposal of Bio-Solids

More information

King County Flood Control District 2015 Work Program

King County Flood Control District 2015 Work Program Attachment A 2015 Work Plan 10-24-14 King County Flood Control District 2015 Work Program The District work program is comprised of three categories: district oversight and policy development, operations,

More information

EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6

EXHIBIT A RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6 EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6 3. PLANNING AND ADMINISTRATION A-6 OF THE PROJECT 4. PRECONSTRUCTION PHASE A-7 5. PRE-BIDDING

More information

Wastewater Utilities. FY Budget Presentation

Wastewater Utilities. FY Budget Presentation Utilities FY 2018-19 Budget Presentation 1 Volume Forecast Wastewater Customers by Class Fiscal Year Residential Commercial Wholesale Total Growth 2013 26,995 1.1% 3,091 0.8% 4 30,090 1.1% 2014 27,548

More information

City of Crescent City Request for Proposals (RFP) for Wastewater Treatment Plant CONTRACT UTILITIES MANAGER November 7, 2018

City of Crescent City Request for Proposals (RFP) for Wastewater Treatment Plant CONTRACT UTILITIES MANAGER November 7, 2018 City of Crescent City Request for Proposals (RFP) for Wastewater Treatment Plant CONTRACT UTILITIES MANAGER November 7, 2018 Due Date: November 20, 2018 Due Time: 4:00 PM PST Location: Office of the City

More information

Attachment B. King County Flood Control Zone District Work Program

Attachment B. King County Flood Control Zone District Work Program Attachment B King County Flood Control Zone District Work Program The King County Flood Control Zone District work program is comprised of two major categories: Programmatic Work Program o Flood Preparedness,

More information

Request for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services

Request for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services Request for Qualifications RFQ #13-001 Continuing Services Contracts for Professional Engineering Services City of Winter Garden 300 West Plant Street Winter Garden, FL 34787 (407) 656-4111 LEGAL ADVERTISEMENT

More information

SOUTH CAROLINA AERONAUTICS COMMISSION Request for Qualifications (RFQ) Land Surveying Services for Airport Development IDC State Project #U30-D008-MJ

SOUTH CAROLINA AERONAUTICS COMMISSION Request for Qualifications (RFQ) Land Surveying Services for Airport Development IDC State Project #U30-D008-MJ SOUTH CAROLINA AERONAUTICS COMMISSION Request for Qualifications (RFQ) Land Surveying Services for Airport Development IDC State Project #U30-D008-MJ The South Carolina Aeronautics Commission (SCAC) seeks

More information

City of Arroyo Grande Department of Public Works REQUEST FOR PROPOSAL WATER AND WASTEWATER RATE STUDY UPDATE

City of Arroyo Grande Department of Public Works REQUEST FOR PROPOSAL WATER AND WASTEWATER RATE STUDY UPDATE I. INTRODUCTION City of Arroyo Grande Department of Public Works REQUEST FOR PROPOSAL WATER AND WASTEWATER RATE STUDY UPDATE The City of Arroyo Grande, California (the City ) was incorporated as a general

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Covington Point Lift Station Improvements CCE PROJECT NO. 812-100(C) February 21, 2013 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 I. REQUEST

More information

Request for Fee Proposals (RFFP) Progressive Design-Build Services. New High School

Request for Fee Proposals (RFFP) Progressive Design-Build Services. New High School Request for Fee Proposals (RFFP) Progressive Design-Build Services New High School Issaquah School District February 12, 2018 TABLE OF CONTENTS 1. INTRODUCTION 2. PROJECT OVERVIEW 3. APPLICATION OF FEE

More information

BIDS MUST BE RECEIVED BEFORE 12:00 (NOON) ON BID OPENING DAY

BIDS MUST BE RECEIVED BEFORE 12:00 (NOON) ON BID OPENING DAY COBB COUNTY PURCHASING DEPARTMENT 100 Cherokee Street, Suite 260 Marietta, Georgia 30090 (770) 528-8400 /FAX (770) 528-1154 Email: purchasing @cobbcounty.org www.cobbcounty.org/purchasing IMPORTANT NOTICE

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

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services Request for Qualifications RFQ 19-001 Continuing Services Contracts for Professional Engineering Services City of Winter Garden 300 West Plant Street Winter Garden, FL 34787 (407) 656-4111 LEGAL ADVERTISEMENT

More information

PUBLIC ANNOUNCEMENT. By order of the Board of County Commissioners, Warren County, Ohio.

PUBLIC ANNOUNCEMENT. By order of the Board of County Commissioners, Warren County, Ohio. PUBLIC ANNOUNCEMENT Sealed statement of qualifications for professional engineering services for the design of water treatment plant membrane softening upgrades will be received by the Warren County Water

More information

BIOSOLIDS MANAGEMENT

BIOSOLIDS MANAGEMENT CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 November 13, 2014 RFP NO. 15-02 BIOSOLIDS MANAGEMENT ADDENDUM NUMBER TWO TO: All Offerors

More information

MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES

MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES Notice is hereby given that sealed proposals will be received at the Finance Department,

More information

Biosolids Handling Facility Project at the Hailey Wastewater Treatment Plant

Biosolids Handling Facility Project at the Hailey Wastewater Treatment Plant City of Hailey Public Works Department Hailey, Idaho Request for Statements of Qualification Construction Engineering & Inspection Services Biosolids Handling Facility Project at the Hailey Wastewater

More information

UPPER OCCOQUAN SERVICE AUTHORITY REQUEST FOR DESIGN-BUILD PROPOSAL S FOR IMPROVEMENTS TO BUILDING H/1, CONTRACT H/1

UPPER OCCOQUAN SERVICE AUTHORITY REQUEST FOR DESIGN-BUILD PROPOSAL S FOR IMPROVEMENTS TO BUILDING H/1, CONTRACT H/1 UPPER OCCOQUAN SERVICE AUTHORITY REQUEST FOR DESIGN-BUILD PROPOSAL S FOR IMPROVEMENTS TO BUILDING H/1, CONTRACT H/1 Capital Improvements Section: John W. Airhart, Manager, Capital Improvements Section

More information

Feasibility Study, and Conceptual Design for the Coastal Rail Trail and Bridge across Loma Alta Creek in the City of Oceanside

Feasibility Study, and Conceptual Design for the Coastal Rail Trail and Bridge across Loma Alta Creek in the City of Oceanside Request for Proposal (RFP) for a Project Study Report (PSR), Feasibility Study, and Conceptual Design for the Coastal Rail Trail and Bridge across Loma Alta Creek in the City of Oceanside The Project The

More information

REQUEST FOR PROPOSALS #10652

REQUEST FOR PROPOSALS #10652 COUNTY OF MONTEREY CONTRACTS/PURCHASING DIVISION 1488 SCHILLING PLACE SALINAS, CA 93901 (831) 755-4990 REQUEST FOR PROPOSALS #10652 for ON-CALL GREASE TRAP AND SEWER LIFT STATION PUMPING, WATER JETTING

More information

Request for Proposals (RFP): Lake Avondale Stormwater Mitigation Facility Design and Construction Documents

Request for Proposals (RFP): Lake Avondale Stormwater Mitigation Facility Design and Construction Documents Request for Proposals (RFP): Lake Avondale Stormwater Mitigation Facility Design and Construction Documents Issuing Agency: City of Avondale Estates 21 North Avondale Plaza Avondale Estates, GA 30002 Phone:

More information

MIDDLESEX COUNTY UTILITIES AUTHORITY

MIDDLESEX COUNTY UTILITIES AUTHORITY MIDDLESEX COUNTY UTILITIES AUTHORITY REQUEST FOR QUALIFICATIONS FOR CONSULTING ENGINEERING AND VARIOUS PROFESSIONAL AND EXTRAORDINARY UNSPECIFIABLE SERVICES FOR THE AUTHORITY S SOLID WASTE AND WASTEWATER

More information

May 25, 2018 RP Supplemental Consultant Demand Services on an Annual Contract ADDENDUM #4

May 25, 2018 RP Supplemental Consultant Demand Services on an Annual Contract ADDENDUM #4 May 25, 2018 RP013-18 Supplemental Consultant Demand Services on an Annual Contract ADDENDUM #4 Q1. For Category I1, Specialized Technical Support Services does the RFP need to include all mentioned services

More information

DATE: September 12, 2017 REPORT NO. PW Chair and Members Committee of the Whole Operations and Administration

DATE: September 12, 2017 REPORT NO. PW Chair and Members Committee of the Whole Operations and Administration DATE: September 12, 2017 REPORT NO. PW2017-061 TO: FROM: Chair and Members Committee of the Whole Operations and Administration E. (Beth) Goodger, General Manager Public Works Commission 1.0 TYPE OF REPORT

More information

AIA Document A133 TM 2009

AIA Document A133 TM 2009 AIA Document A133 TM 2009 Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price

More information

STATE OF VERMONT STANDARD FORM. GENERAL CONDITIONS FOR F P R DESIGN BUILD CONTRACTS (March 2017)

STATE OF VERMONT STANDARD FORM. GENERAL CONDITIONS FOR F P R DESIGN BUILD CONTRACTS (March 2017) STATE OF VERMONT STANDARD FORM GENERAL CONDITIONS FOR F P R DESIGN BUILD CONTRACTS (March 2017) The following general conditions are for use with DESIGN BUILD construction contracts with the State of Vermont,

More information

REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014

REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014 REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014 The Central Valley Opportunity Center ( CVOC ) is soliciting

More information

Request for Proposal

Request for Proposal Central Whidbey Island Fire & Rescue 1164 Race Road Coupeville, WA 98239 Professionalism Integrity Compassion Excellence (360) 678-3602 www.cwfire.org Request for Proposal Fire Station Planning and Design

More information

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

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

More information

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office For For The Issue Date: June 1, 2018 Due Date: June 25, 2018 by 10:00 a.m. Central Time Submit RFP to: Benton County Commission c/o Michelle McLerran Kreisler P.O. Box 1238 316 Van Buren Warsaw, Missouri

More information

COMMUNITY CERTIFICATIONS

COMMUNITY CERTIFICATIONS OMB No. xxxxxxxx Expires: xxxxxxxx National Flood Insurance Program Community Rating System COMMUNITY CERTIFICATIONS D R A F T CRS COMMUNITY CERTIFICATIONS The following community certifications are part

More information

1. Advertisement for Bids: Delete with additive alternate bid items as shown on revised Advertisement for Bid.

1. Advertisement for Bids: Delete with additive alternate bid items as shown on revised Advertisement for Bid. ADDENDUM NO. 1 PROJECT: DUNHAM LIFT STATION REPLACEMENT PHASE ONE CLIENT: CITY OF ST. JOSEPH ISSUE DATE: 11/01/18 The following clarifications and changes shall be included in the Plans and Specifications

More information

Request for Proposal for Engineering Services. January 10, 2017 Sue Howard Closing Date: January 17,

Request for Proposal for Engineering Services. January 10, 2017 Sue Howard Closing Date: January 17, Request for Proposal for Sue Howard Closing Date: January 17, 2017 Email: sue.howard@wetaskiwin.ca Contents Purpose... 3 Background... 3 Terms of Reference... 4 1. General... 4 2. Key Dates... 5 Scope

More information

OKEECHOBEE COUNTY PROCUREMENT POLICY

OKEECHOBEE COUNTY PROCUREMENT POLICY OKEECHOBEE COUNTY PROCUREMENT POLICY I. SCOPE Purchasing authority is vested in the Office of the County Administrator, subject to limitations prescribed herein. This policy applies to expenditure(s) of

More information

ADVERTISEMENT FOR BIDS APPOMATTOX RIVER WATER AUTHORITY SOUTH CENTRAL WASTEWATER AUTHORITY

ADVERTISEMENT FOR BIDS APPOMATTOX RIVER WATER AUTHORITY SOUTH CENTRAL WASTEWATER AUTHORITY APPOMATTOX RIVER WATER AUTHORITY SOUTH CENTRAL WASTEWATER AUTHORITY 21300 Chesdin Road 900 Magazine Road Petersburg, VA 23803 Petersburg, VA 23803 ADVERTISEMENT FOR BIDS APPOMATTOX RIVER WATER AUTHORITY

More information

PENNSYLVANIA TURNPIKE COMMISSION

PENNSYLVANIA TURNPIKE COMMISSION PENNSYLVANIA TURNPIKE COMMISSION RETENTION OF AN ARCHITECTURAL OR ENGINEERING FIRM Design of a New Maintenance Facility - District 4 Reference No. 4-094 The Pennsylvania Turnpike Commission (PTC) will

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

DES MOINES METROPOLITAN WASTEWATER RELAMATION AUTHORITY REQUEST FOR PROPOSALS

DES MOINES METROPOLITAN WASTEWATER RELAMATION AUTHORITY REQUEST FOR PROPOSALS DES MOINES METROPOLITAN WASTEWATER RELAMATION AUTHORITY REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR WRA BIOGAS CONDITIONING & INJECTION Activity ID 01-2016-001 1. Purpose: The Des Moines Metropolitan

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

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES The Fayette County School District (FCSD) desires to retain the services of a professional Construction

More information

The written proposal documents supersede any verbal or written prior communications between the parties.

The written proposal documents supersede any verbal or written prior communications between the parties. October 1, 2018 REQUEST FOR PROPOSAL RP025-18 The Gwinnett County Board of Commissioners is soliciting competitive sealed proposals from qualified contractors for a Construction Manager (CM) at Risk for

More information

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR

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

Document C132 TM. Standard Form of Agreement Between Owner and Construction Manager as Adviser

Document C132 TM. Standard Form of Agreement Between Owner and Construction Manager as Adviser Document C132 TM 2009 Standard Form of Agreement Between Owner and Construction Manager as Adviser AGREEMENT made as of the 14th day of July in the year 2014 (In words, indicate day, month and year.) BETWEEN

More information

City of Centerville BMP Pages Table of Contents. Minimum Control Measure 1. Public Education and Outreach

City of Centerville BMP Pages Table of Contents. Minimum Control Measure 1. Public Education and Outreach i City of Centerville s Table of Contents Minimum Control Measure 1. Public Education and Outreach Best Management Practice Page 1-1: Outreach Publications...1 1-2: 30-day Public Notice for Annual Storm

More information

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk CMAA Document CMAR-1 Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk 2004 EDITION This document is to be used in connection with CMAA Standard Form of Contract

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

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

(2) BOARD means the Colorado Water and Wastewater Facility Operators Certification Board or its designee.

(2) BOARD means the Colorado Water and Wastewater Facility Operators Certification Board or its designee. 100.1 PURPOSE 100.1.1 Article 9 of Title 25, C.R.S., requires that every water treatment facility, domestic or industrial wastewater treatment facility, wastewater collection system and water distribution

More information

CITY OF LEAVENWORTH REQUEST FOR PROPOSALS WATER TREATMENT PLANT ASSESSMENT. Proposal submission deadline is Friday, February 2, 2018 at 5:00 PM

CITY OF LEAVENWORTH REQUEST FOR PROPOSALS WATER TREATMENT PLANT ASSESSMENT. Proposal submission deadline is Friday, February 2, 2018 at 5:00 PM January 16, 2018 City of Leavenworth 700 Highway 2 / Post Office Box 287 Leavenworth, Washington 98826 (509) 548-5275 / Fax: (509) 548-6429 Web: www.cityofleavenworth.com City Council Cheryl K. Farivar

More information

Standard Form of Agreement Between Owner and Architect for a Federally Funded or Federally Insured Project

Standard Form of Agreement Between Owner and Architect for a Federally Funded or Federally Insured Project Document B108 2009 Standard Form of Agreement Between Owner and Architect for a Federally Funded or Federally Insured Project AGREEMENT made as of the in the year (In words, indicate day, month and year.)

More information

Request for Qualifications (RFQ) from Architectural/Engineering Firms

Request for Qualifications (RFQ) from Architectural/Engineering Firms Town of Windham, CT Issue Date: April 18, 2018 Bid Number: WHS 482018 To: Re: ALL PROSPECTIVE RESPONDENTS Request for Qualifications (RFQ) from Architectural/Engineering Firms The Town of Windham, CT (hereafter

More information

Document A701 TM. Instructions to Bidders

Document A701 TM. Instructions to Bidders Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address) St. Croix Regional Education District Technology Bid Package St. Croix River Educational District

More information

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH REQUEST FOR PROPOSAL FOR Full Cost Allocation Plan and Citywide User Fee and Rate Study Finance Department CITY OF HUNTINGTON BEACH Released on October 17, 2007 Full Cost Allocation Plan and Citywide User

More information

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation Request for Proposal #2036 Orange Coast College Exterior Lighting Energy Efficiency Project Implementation I. NOTICE A. Statement of Proposal NOTICE IS HEREBY GIVEN that Coast Community College District

More information

Document A133 TM. AGREEMENT made as of the day of in the year 20 (In words, indicate day, month and year.)

Document A133 TM. AGREEMENT made as of the day of in the year 20 (In words, indicate day, month and year.) Document A133 TM 2009 Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price AGREEMENT

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

Request for Qualifications (RFW: 18-19/01) Architectural/Engineering Firms

Request for Qualifications (RFW: 18-19/01) Architectural/Engineering Firms Request for Qualifications (RFW: 18-19/01) Architectural/Engineering Firms RFQ Due Date: May 3, 2019 @ 2:00 p.m. Mr. Alonso Casas, Project Manager Building 10, Room #16 Imperial Community College District

More information

City of Portsmouth Portsmouth, New Hampshire Public Works Department Request for Proposals # 27-11

City of Portsmouth Portsmouth, New Hampshire Public Works Department Request for Proposals # 27-11 City of Portsmouth Portsmouth, New Hampshire Public Works Department Request for Proposals # 27-11 GREASE TRAP INSPECTION, PUMPING, HAULING & DISPOSAL (RECYCLING) A PILOT PROJECT The City of Portsmouth

More information

{Company.Name} {ToContact.DisplayAddress} {Projects.Name}

{Company.Name} {ToContact.DisplayAddress} {Projects.Name} ARCHITECT/ENGINEER AGREEMENT This Architect/Engineer Agreement ( Agreement or Contract ) is entered into effective as of day of, 2014 ( Effective Date ), by and between the Houston Independent School District,

More information

Modernization, FEMA is Recognizing the connection between damage reduction and

Modernization, FEMA is Recognizing the connection between damage reduction and EXECUTIVE SUMMARY Every year, devastating floods impact the Nation by taking lives and damaging homes, businesses, public infrastructure, and other property. This damage could be reduced significantly

More information

AIA Document A133 TM 2009

AIA Document A133 TM 2009 AIA Document A133 TM 2009 Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price

More information

CONSULTING AGREEMENT STANDARD TERMS AND CONDITIONS

CONSULTING AGREEMENT STANDARD TERMS AND CONDITIONS CONSULTING AGREEMENT STANDARD TERMS AND CONDITIONS The following Standard Terms and Conditions, together with the attached scope of services constitute the terms of the Agreement between ("Consultant")

More information

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S.

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S. SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO. 1 5661 S. Ironwood Drive Apache Junction Arizona 85120 Phone (480) 941-6754 Fax (480) 671-3180 www.smcfd.org BID PACKAGE PROJECT 18.C.18 Issue Date:

More information

Public Works & Infrastructure Committee. Executive Director, Engineering & Construction Services Director, Purchasing & Materials Management Division

Public Works & Infrastructure Committee. Executive Director, Engineering & Construction Services Director, Purchasing & Materials Management Division STAFF REPORT ACTION REQUIRED Contract Award Request for Proposals No. 9117-14-7110 Professional Engineering Services and Program Management Services for Basement Flooding Protection Program Date: June

More information

PENNSYLVANIA TURNPIKE COMMISSION. Reference No

PENNSYLVANIA TURNPIKE COMMISSION. Reference No PENNSYLVANIA TURNPIKE COMMISSION RETENTION OF AN ENGINEERING FIRM Design and Construction Consultation Services Lehigh Tunnel, Northbound and Southbound Replacement of Roadway Tunnel Lighting and Raceway

More information

Lower Township Municipal Utilities Authority. ( Authority or LTMUA )

Lower Township Municipal Utilities Authority. ( Authority or LTMUA ) Lower Township Municipal Utilities Authority ( Authority or LTMUA ) Request for Sealed Qualifications for Professional Services under a Fair and Open Process For Special Projects Engineering Contract 2019

More information

Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL

Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL-220-16 1.0 INTRODUCTION The City of Mobile is inviting qualified consultants

More information

TERMS OF REFERENCE FOR CONSULTING SERVICES FOR A STORMWATER FUNDING STUDY

TERMS OF REFERENCE FOR CONSULTING SERVICES FOR A STORMWATER FUNDING STUDY TERMS OF REFERENCE FOR CONSULTING SERVICES FOR A STORMWATER FUNDING STUDY PROJECT OVERVIEW The City of Guelph (City) wishes to retain a consulting engineering firm to complete a Stormwater Funding Study.

More information

Request for Proposals (RFP)

Request for Proposals (RFP) Town of Londonderry, NH Planning and Engineering Professional Review Services Request for Proposals (RFP) The Town of Londonderry, New Hampshire (Town), through the office of the Town Manager, and with

More information

AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN the Owner: (Name, legal status and address)

AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN the Owner: (Name, legal status and address) Document A134 2009 Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work Plus a Fee without a Guaranteed Maximum Price AGREEMENT

More information

Solano Community College District REQUEST FOR QUALIFICATIONS (RFQ #14-008) CIVIL ENGINEERING SERVICES CAPITAL IMPROVEMENT PROGRAM

Solano Community College District REQUEST FOR QUALIFICATIONS (RFQ #14-008) CIVIL ENGINEERING SERVICES CAPITAL IMPROVEMENT PROGRAM REQUEST FOR QUALIFICATIONS (RFQ #14-008) CIVIL ENGINEERING SERVICES CAPITAL IMPROVEMENT PROGRAM In November of 2002 and November 2012 the residents of the Solano Community College District ( District ),

More information

Proposal Response Date: March 18, 2019, at 1:00p.m.

Proposal Response Date: March 18, 2019, at 1:00p.m. CONSULTANT SERVICES Architectural & Engineering Design Services Tracey Elementary & West Rocks Middle School Cafeteria and Kitchen Improvements Norwalk Public Schools REQUEST FOR PROPOSAL Proposal Response

More information

REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER. New Combined Court Facility In Montezuma County

REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER. New Combined Court Facility In Montezuma County REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER New Combined Court Facility In Montezuma County 12/11/2015 Prepared by: Montezuma County 109 W. Main, Room 302 Cortez, CO 81321 Melissa

More information

PUBLIC WORKS ADMINISTRATION / ENGINEERING

PUBLIC WORKS ADMINISTRATION / ENGINEERING PUBLIC WORKS ADMINISTRATION / ENGINEERING MISSION STATEMENT: The mission of the Public Works Department is to plan, design, build and maintain the public infrastructure in a manner that is consistent with

More information

AGREEMENT FOR ANNUAL CONTINUING PROFESSIONAL SERVICES (FOR USE ON MINOR PROJECTS)

AGREEMENT FOR ANNUAL CONTINUING PROFESSIONAL SERVICES (FOR USE ON MINOR PROJECTS) BUSINESS AFFAIRS PLANNING DESIGN & CONSTRUCTION AGREEMENT FOR ANNUAL CONTINUING PROFESSIONAL SERVICES (FOR USE ON MINOR PROJECTS) THIS AGREEMENT BETWEEN OWNER AND PROFESSIONAL FOR ANNUAL SERVICES (the

More information

April 15, 2013 PEST CONTROL BID Page 1 of 13

April 15, 2013 PEST CONTROL BID Page 1 of 13 INVITATION TO BID PEST CONTROL SERVICES The Ware County Board of Commissioners is seeking bids from Contractors to provide Pest Control services for all the county buildings listed in the bid package.

More information

AIA Document A201 TM 1997

AIA Document A201 TM 1997 AIA Document A201 TM 1997 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address): Project University of Maine at Farmington THE OWNER: (Name and address):

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

More information

SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT

SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT PROJECT: 404 HMGP Acquisition Program- or 403 Immediate Threat Program Asbestos Abatement For the County of Cedar Contractor: Address:

More information

FREQUENTLY ASKED QUESTION ABOUT FLOODPLAINS Michigan Department of Environmental Quality

FREQUENTLY ASKED QUESTION ABOUT FLOODPLAINS Michigan Department of Environmental Quality FREQUENTLY ASKED QUESTION ABOUT FLOODPLAINS Michigan Department of Environmental Quality WHAT IS A FLOOD? The National Flood Insurance Program defines a flood as a general and temporary condition of partial

More information

CITY OF PALM DESERT COMPREHENSIVE GENERAL PLAN

CITY OF PALM DESERT COMPREHENSIVE GENERAL PLAN Comprehensive General Plan/Administration and Implementation CITY OF PALM DESERT COMPREHENSIVE GENERAL PLAN CHAPTER II ADMINISTRATION AND IMPLEMENTATION This Chapter of the General Plan addresses the administration

More information

CHARLES COUNTY GOVERNMENT. Home Elevation in Newburg. ITB Number 15-20

CHARLES COUNTY GOVERNMENT. Home Elevation in Newburg. ITB Number 15-20 CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Home Elevation in Newburg ITB Number 15-20 December 2, 2014 ADDENDUM NUMBER ONE TO: All Bidders Please be

More information

Tri-Cities Academic Building Washington State University Richland, WA Project Manual

Tri-Cities Academic Building Washington State University Richland, WA Project Manual Tri-Cities Academic Building Washington State University Richland, WA Project Manual Project No. 8589-2016 Issued 9/25/2018 Washington State University Facility Services, Capital Tri-Cities Academic Building

More information

B. The Bid is made in compliance with the Bidding Documents.

B. The Bid is made in compliance with the Bidding Documents. SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are

More information