City Of Titusville, Florida

Size: px
Start display at page:

Download "City Of Titusville, Florida"

Transcription

1 RFQ #:17-Q-30 Due Date: August 29, 2017 at 3:30 p.m. Mail Date: 07/31/17 Purchasing Agent: Respond: City of Titusville April Chapman Purchasing and Contracting Administration 555 South Washington Avenue Titusville, Florida ( ) RFQ Title/Name: Continuing Consultant : Engineering, Surveying, and A&E Services City Of Titusville, Florida Request For Qualifications (RFQ) Continuing Consultant: Engineering, Surveying, and A&E Services RFQ# 17-Q-30 July 2017

2 "NO BID" RESPONSE TO REQUEST FOR QUALIFICATIONS If your firm is unable to submit a proposal at this time, please provide the information requested in the space provided below and return to: City of Titusville Purchasing & Contracting Division Post Office Box 2806 Titusville, FL Attention: Purchasing & Contracting Administrator We have received Request for Qualifications #17-Q-30, Continuing Consultant: Engineering, Surveying, and A&E Services, due on August 29, 2017 at 3:30 P.M. Reason for "No Bid" (use company letterhead if necessary). Would you like consideration for this type of solicitation in the future? Yes ( ) No ( ) By: Signature: Name & Title, Typed or Printed Company Name Phone Number/Fax 2

3 REQUEST FOR QUALIFICATIONS RFQ FLORIDA LICENSED ENGINEER(S), SURVEYOR(S), & ARCHITECT(S) PURSUANT TO THE CONSULTANTS COMPETITIVE NEGOTATIONS ACT (CCNA), FLORIDA STATUTE ACQUISITION OF PROFESSIONAL ARCHITECTURAL, ENGINEERING, LANDSCAPE ARCHITECTURAL, PLANNING, OR SURVEYING AND MAPPING SERVICES. THE CITY OF TITUSVILLE INVITES INTERESTED FLORIDA LICENSED FIRMS CAPABLE OF PERFORMING PROFESSIONAL CONSULTING SERVICES REQUIRED BY CITY DEPARTMENTS ON AN AS NEEDED BASIS ON VARYING COMPENTENCY TO PRESENT THEIR QUALIFICATIONS AND CAPABILITIES PERTAINING TO SERVICEABILITY. STATEMENTS OF QUALIFICATIONS (SOQs) WILL BE ACCEPTED BY THE CITY OF TITUSVILLE AT CITY HALL, 555 S. WASHINGTON AVENUE, TITUSVILLE, FLORIDA 32796, UNTIL AUGUST 29, 3:30 P.M., AT WHICH TIME AND DATE ALL PROPOSALS DULY SUBMITTED WILL BE PUBLICLY OPENED AND READ OUTLOUD IN THE CITY COUNCIL CHAMBERS. ANY SUBMITTALS RECEIVED AFTER THE TIME AND DATE SPECIFIED ABOVE WILL NOT BE CONSIDERED. SEALED ENVELOPES SHALL CONTAIN THE NAME OF THE PROPOSING FIRM AND BE MARKED AS FOLLOWS: RFQ NUMBER: 17-Q-30 TITLE: CONTINUING CONSULTANT: ENGINEERING, SURVEY, and A&E SERVICES DUE DATE: AUGUST 29, 3:30 P.M. Qualified firms interested in responding to this Request For Qualifications may pick up a solicitation package at 555 S. Washington Ave., Titusville, FL or request a complete package from: City s website; ONVIA Demandstar website ( or via from April Chapman, Purchasing Contracts Coordinator, april.chapman@titusville.com, which contains details relevant to this RFQ. Firms shall be able to be properly licensed to conduct its business in the State of Florida, with all licenses, permits, and certificates as required by all local, State of Florida, and Federal agencies. Your attention is directed to F.S. Section (2) (A) Public Entity Crime, which prohibits certain persons or affiliates who have been convicted of a public entity crime from responding to this invitation. A form is included in the information package for your execution and submission. A Drug Free Workplace Form is included in the information package for your execution and submission. Failure to execute and submit the above forms may be considered incomplete and immediately disqualified. Firms interested in submitting a response to this RFQ agree not to contact (lobby) City of Titusville Council Members or any employee or agent of City of Titusville at any time during the solicitation period and selection process. All inquiries shall be in writing and directed to April Chapman at april.chapman@titusville.com. Any contact with the aforementioned parties will be considered inappropriate and subject your response to rejection/disqualification. The City reserves the right to make any changes to this RFQ, or to reject any and all proposals, or parts of any and all proposal, or to accept any proposal or potion thereof deemed to be in the best interest of the City, or postpone or cancel this RFQ, at any time, or to re-solicit this RFQ, or to waive any irregularities in this RFQ or in the offers received as a result to this RFQ. The City also reserves the right to request clarification or information from any firm that submitted a proposal. The City is not liable for any expenses incurred by any firm as a result of being a respondent to this solicitation. 3

4 Continuing Consultant Services Engineering, Survey, and A&E Services RFQ #17-Q INTRODUCTION Pursuant to Consultants Competitive Negotiations Act (CCNA), F.S , the City of Titusville hereby invites interested Florida Licensed Professional Engineers, Surveyors and Architects to present their qualifications pertaining to various engineering, planning, surveying & architectural services with concentration in the area of water management required by the City from time to time on an as needed basis. The City intends to award Non-exclusive Continuing Services Contract(s), which will be referred to as Master Agreement(s), to multiple firms for a three (3) year term, with two (2) optional one (1) year extensions thereof upon written consent of the parties. Work, under the Master Agreement(s), shall be assigned by means of Work Orders, which have been duly authorized by the City and executed by the City and the Consultant. 2. PRE-CONFERENCE MEETING: N/A 3. SCOPE OF SERVICES Except where further defined by City s Supplemental Instructions in Attachment 1, the Scope of Services is anticipated to include, but not be limited to the planning, programming, land survey, mapping, site work, environmental, engineering, design, construction documents, permitting inspection, project management, construction administration, commissioning, architectural, civil, structural systems, mechanical systems, electrical systems, control/instrumentation, utilities, plants, highway, public works, urban planning, land development municipal regulatory reviews, public presentation, and general consulting regarding any technical issues and construction of various municipal projects requiring engineering and/or architectural services in the following areas: A. Project work types (see Exhibit B) requiring various Engineering/Architectural discipline qualifications and specializations such as: 1. Water Resources specialization areas such as: Water Production Wells, Treatment Plants, Storage and Distribution Facilities. Sanitary Collection, Lift Stations, Treatment Plants and Wetlands Facilities Reuse Water Treatment, Storage and Distribution Facilities Life Cycle Analyses of Upgrade and Expansion Alternatives for Complex Water and Wastewater Treatment Projects Water and Wastewater Facility Operations, Maintenance and Facility Management Design of Utility Electrical, Instrumentation Controls, SCADA and Panels Structural Design Capability for Tanks, Buildings, Supports, etc. Water Distribution and Lift Station Network Modeling Geotechnical Engineering and Aquifer Management Concrete and Steel Storage Tanks Comprehensive Multidiscipline Design and Construction Documents for Complex Water and Wastewater Treatment Projects. Utility Infrastructure Master Planning, Renovation, Replacement, Upgrade and New Construction 2. Public Works including specialization areas such as: 4

5 Road, Bridge, and Parking Facilities Traffic Engineering, Signalization, Signage, Traffic Studies Land Surveying, Mapping, and GIS Services Stormwater Management Environmental Assessments Municipal Regulatory Reviews Municipal Planning Community Parks, Greenways and Trails Marine Projects Master Planning, Renovation, Replacement, Upgrade and New Construction Civil Engineering 3. Public Buildings and Facilities specialization areas such as: Space Planning, Analysis and Studies Architectural Design Building Envelope Modification and Improvements Structural Systems Mechanical Systems (including HVAC and Plumbing) Electrical Systems Site Work and Drainage Landscape Architecture Community Development Improvements Neighborhood Improvements 4. Environmental Services specialization areas such as: Environmental Assessments or Analysis Permitting Municipal Regulatory Reviews Water Resource/Water Supply/Wastewater Treatment Stormwater BMP testing and consulting Compliance and monitoring Storage Tanks: fuel, concrete, and steel (underground and above) B. The Engineering Services requirements shall include, but not be limited to: Field investigations, analyses, evaluations, assessments, appraisals, surveys, studies and reports. Water resource investigation and consumptive use permitting, Comprehensive municipal planning, including building and zoning. Site plan or development review. Varying degrees of project design from conceptual to final. Preparation of detailed, multidiscipline construction bid specifications, drawings and plans. Assist as required in the procurement of construction services. Project permitting with agencies having jurisdiction. Varying degrees of project cost estimates from conceptual to detailed. Varying degrees of project construction schedules from conceptual to detailed. Project management services including construction inspection, submittal reviews, quality control, cost control, review of as built drawings, etc. 5

6 Ordinance preparation. Develop and prepare construction drawings, specifications, project manuals, and reports. Assisting the City in securing grants or project financing. Interpretation of federal, state and local regulation. Assist the City with project start-up. Provide other engineering or architectural services as directed by the City. NOTE: Each individual assignment would be the subject of a Work Order with a Negotiated Fee supplemental to the Master Agreement. Exclusions include work estimated dollar value of two million or more and any federal funded projects. 4. DEVELOPMENT COSTS The City of Titusville shall not be held liable for any expenses incurred in connection with the preparation of a response to this RFQ or cost associated with interview for same. 5. INQUIRIES It is extremely important that all potential respondents are given clear and consistent information. Therefore, all respondents are required to submit their questions in writing so that questions and corresponding answers can be distributed to all potential respondents. Interested parties having questions regarding this RFQ shall address their questions in writing to the following: April Chapman Procurement Contracts Coordinator City of Titusville 555 S. Washington Avenue Titusville, FL april.chapman@titusville.com Phone #: (321) Fax#: (321) Such contact shall be for clarification purposes only. Material changes, if any to the submittal requirements will be transmitted by written addendum. No interpretation of the meaning of the RFQ, any corrections of any ambiguity, inconsistency, or error therein, will be made by any respondent orally. Every request for such interpretation must be in writing addressed to the attention of April Chapman. The City shall not be bound by oral explanations or instructions given at any time during competitive process or afterward. 6. All requests for clarification must be received in writing no later than five (5) calendar days prior to the date for opening of the proposals. All such interpretations and supplemental instructions will be in the form of written addenda to the proposal. Only the interpretation or correction so given by the Purchasing and Contracting Department representative in writing shall be binding. Documents may be downloaded from the City s website; or from Onvia Demandstar or may request from the Purchasing & Contracting Administration via from april.chapman@titusville.com 7. SUBMITTAL: Respondent must submit five (5) typed and legible copies and one (1) unbound single-sided original of the RFP qualification response in a sealed envelope and/or box and must be received no later than 3:30p.m. local time August 29, Each submittal envelope/box shall clearly identify the firm somewhere on the outside space. The original copy of the response must be clearly labeled 6

7 ORIGINAL. The material should be in the same sequence or order as requested by the City and all information should be related directly to this RFQ. The City shall not be liable for any cost incident to the preparation of responses, materials, reproductions, presentation, copyright infringement, etc. Sealed qualifications must be clearly marked as follows: RFQ #17-Q-30, Continuing Consultant: Engineering, Survey, and A&E Services and returned to: City of Titusville City Hall Purchasing and Contracting Department 555 S. Washington Ave., 2 nd flr. Titusville, FL Submittal may be mailed to the City of Titusville, Purchasing & Contracting Division, 555 South Washington Ave., Titusville, FL 32796, sent by third party carrier (Federal Express, Airborne, UPS, etc.) or submitted in person to April Chapman, 555 South Washington Ave. 2 nd flr., Titusville, FL 32796, Monday through Friday between 8:00 a.m. until 5:00 p.m. 8. All submittals received on or before the due date and time will be opened on August 29, 2017 at 3:30p.m., at which time only the name of firms submitting qualifications will be read. No details or the contents shall be disclosed until notice of intent of award or thirty (30) days after opening of qualifications, whichever comes first, in accordance with Chapter , Florida Statutes. 9. Submittals shall clearly indicate the legal name, address and telephone number of the Consultant (corporation, firm, partnership, individual). Proposals shall be signed above the typed or printed name and title of the signer. The signer shall have the authority to bind the Consultant to the submitted Statement of Qualifications (SOQ). 10. Any Statement of Qualifications (SOQ) may be withdrawn up until the date and time set above for opening of the qualifications. Any SOQ not so withdrawn shall constitute an irrevocable offer for a period of 90 days or until one or more of the proposals have been duly accepted and a contract is executed by the City Council, whichever occurs first. City Council action on proposals normally will be taken within 90 days of opening; however, no guarantee or representation is made herein as to the time between the proposal opening and subsequent Council action. 11. The City reserves the right to accept or reject any or all Statement of Qualifications (SOQ), with or without cause, or accept the Statement of Qualifications of the firm deemed, in its sole judgement, as the most qualified. The City reserves the right to award the contract to a responsible Consultant submitting a responsive proposal with a resulting negotiated agreement, which is most advantageous, and in the best interests of the City. The Evaluation Committee and the City shall be the sole judge of all the decisions related and the resulting negotiated agreement that is in its best interest, and its decision shall be final. 12. By responding to this solicitation, the team attests that no City Council member or City employee or any such person s spouse, child parent, brother, sister, dependent or person assuming a relationship being the substantially equivalent of the above, has an existing or pending, direct or indirect, financial interest in the respondent s team. 13. WITHDRAWAL Withdrawal may be accomplished only when the City receives a writing request at the address indicated above prior to the opening date. The reason for withdrawal must be stated in order to be considered for future work. 7

8 14. NON-LOBBYING AGREEMENT Firms interested in submitting a response to the RFQ, agree not to contact City Council members or any employee(s) or agent of the City at any time during the solicitation period and selection process. All oral or written inquires must be directed through the Purchasing Contract Coordinator. Any other contact with the owner will be considered inappropriate and subject your response to rejection. 15. DELAYS: The City reserves the right to delay or alter any date or time schedule if the City deems it is in its best interest to do so. 16. PUBLIC ENTITY CRIMES A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime, may not submit a proposal/bid on a contract to provide any goods or services to a public entity; may not submit a proposal/bid on a contract with a public entity for the construction or repair of a public building or public work; may not submit a proposal/bid on leases of real property to a public entity, may not be award or perform work as a contractor, supplier, subcontractor, or proposer under a contract with a public entity, and may not transact business with any public entity in excess of threshold amounts provided in FS Section for a period of 36 months from the date of being placed on the convicted vendor list. 17. DRUG FREE WORKPLACE CERTIFICATION All proposers must complete the enclosed "Drug Free Workplace Certification" if applicable, and submit it with their proposal. 18. All applicable laws and regulations of the State of Florida and ordinances and regulations of Brevard County and the City of Titusville will apply to any resulting agreement. In the event of litigation, venue will be Brevard County, Florida. 19. STATEMENT OF "No Bid" FORM If your firm chooses not to submit a proposal, please complete and return the enclosed Statement of "No Bid" form. Failure to respond by either submitting a proposal or a completed "No Bid" form after three (3) invitations shall result in your firm being removed from our solicitation mailing list. 20. Hold Harmless and Indemnification: The Consultant shall, during the term of the contract including any warranty period, indemnify, defend, and hold harmless the City, its' officials, employees, agents, and representatives thereof from all suits, actions, or claims of any kind, including attorney's fees, brought on account of any personal injuries, damages, or violations of rights, sustained by any person or property in consequence of any neglect in safeguarding contract work or on account of any act or omission by the Consultant or his employees, or from any claims or amounts arising from violation of any law, bylaw, ordinance, regulation or decree. The Consultant agrees that this clause shall include claims involving infringement of patent or copyright. 21. INSURANCE REQUIREMENTS The Consultant and its sub-consultants shall procure, maintain, and provide proof of insurance certificates in accordance with the requirements outlined and contained herein. Proof of coverage shall be submitted no later than ten (10) days prior to the commencement of services and such coverage shall be maintained by the offeror for the duration of the contract period, for occurrence policies. Claims made policies must be in force or that coverage purchased for three (3) years after contract completion date. 8

9 A. General Before starting work, the Consultant shall procure and maintain minimum levels of insurance as specified by this section. B. Coverage Except as otherwise stated, the amounts and types of insurance shall conform to the following minimum requirements: 1) Worker s Compensation Coverage to apply to all employees for Statutory Limits in compliance with the applicable state and federal laws. In addition, the policy must include: a. Employer s liability with a limit of $1,000,000 each accident and disease. 2) Commercial General Liability Coverage must be afforded on a form no more restrictive than the latest edition of the Commercial General Liability Policy, on an occurrence basis, filed by the Insurance Services Office and must include: a. Minimum limits of $1,000,000 per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Minimum limit of $2,000,000 General Aggregate (per project). b. Premises and Operations minimum limits of $1,000,000 per occurrence and $2,000,000 General Aggregate (per project). c. Independent Contractors d. Products and completed Operations Consultant shall maintain in force until at least three (3) years after completion of all services required under the Contract, coverage for products and completed operation. e. Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless and/or indemnification agreement. 3) Business Auto Policy Coverage must be afforded on a form no more restrictive than the latest edition of the Business Auto Policy filed by the Insurance Services Office and must include: a. Minimum limits of $1,000,000 per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. b. Owner Vehicles c. Hired and Non-Owned Vehicles. 4) Professional Liability The Consultant shall maintain a professional liability insurance policy in the amount $2,000,000 during the term of this Contract. Such coverage shall be maintained for a period of three (3) years following completion and acceptance of any work performed under this agreement. In the event the Consultant fails to secure and maintain such coverage, Consultant shall be deemed the insurer of such professional liability insurance and shall be responsible for all damages suffered by the City as a result thereof, including attorney s fees and costs. 5) Umbrella Liability The Consultant shall maintain umbrella liability insurance policy in the amount $2,000,000 per project during the term of this Contract. 6) Additional Insured The City is to be specifically included as an additional insured. Consultant s insurance including that applicable to the City as an Additional Insured shall apply on a primary basis and any other insurance maintained by the City shall be in excess of 9

10 and shall not contribute with Consultant s insurance. Consultant s insurance shall contain a severability of interest provision, providing that, except with respect to the total limits of liability, the insurance shall apply to each Insured or Additional Insured in the same manner as if separate policies had been issued to each. 7) Notice of Cancellation and/or Restriction Each policy must be endorsed to provide the City with a minimum of forty-five (45) days notice of cancellation and/or restriction. 8) Certificates of Insurance Certificates of insurance evidencing the insurance coverage specified in this section shall be provided to the City before operations are begun. The required certificates of insurance shall name the types of policies provided. If the initial insurance expires prior to the completion of the work, renewal certificates of insurance and required copies of policies shall be furnished thirty (30) days prior to the date of their expiration. Coverage Provisions i. All deductibles or self-insured retention shall appear on the certificate(s). ii. The City of Titusville, its' officers/officials, employees, agents and volunteers shall be added as "additional insured" as their interests may appear. This provision does not apply to Professional Liability or Workers' Compensation/Employers' Liability. iii. The offeror's insurance shall be primary over any applicable insurance or self-insurance maintained by the City. iv. Shall provide 30 days written notice to the City before any cancellation, suspension, or void of coverage in whole or part, where such provision is reasonable. v. All coverages for subcontractors of the offeror shall be subject to all of the requirements stated herein. vi. All deductibles or self-insured retention shall appear on the certificate(s) and shall be subject to approval by the City. At the option of the City, either; the insurer shall reduce or eliminate such deductible or self-insured retention; or the offeror shall be required to procure a bond guaranteeing payment of losses and related claims expenses. vii. Failure to comply with any reporting provisions of the policy(s) shall not affect coverage provided the City, its' officers/officials, agents, employees and volunteers. viii. The insurer shall agree to waive all rights of subrogation against the City, its' officers/officials, agents, employees or volunteers for any act, omission or condition of premises which the parties may be held liable by reason of negligence. ix. The offeror shall furnish the City certificates of insurance including endorsements affecting coverage. The certificates are to be signed by a person authorized by the insurance company(s) to bind coverage on its' behalf, if executed by a broker, notarized copy of authorization to bind, or certify coverage must be attached. x. All insurance shall be placed with insurers maintaining an A.M. Best rating of no less than an A:VII. If A.M. Best rating is less than A:VII, approval must be received from City's Risk Management Officer. xi. Consultant agrees to the extent it engages any sub-consultant to perform work at the project, it shall require all sub-consultants to maintain the same insurance as outlined in 1-8 above and provide certificates of insurance for each sub-consultant as provided in item #21: Insurance paragraph above. THE CITY RESERVES THE RIGHT TO CHANGE OR MODIFY LIMITS OF LIABILITY OR COVERAGE FOR PROJECTS OF AN UNUSUAL SIZE OR RISK. 10

11 PART II: GUIDELINES FOR SUBMISSION OF REQUIRED INFORMATION 22. Statement of Qualifications (SOQ): Each firm, which desires to apply for consideration, shall submit six (6) copies of their Statement of Qualification. Firms responding to this RFQ are encouraged to review, in addition to the Scope of Services described in this document, the Type(s) of Work and details provided in Exhibit B, and determine the Type(s) of Work that they specialize in and are qualified to perform. To facilitate the review of the Statements of Qualifications, each respondent is requested to adhere to the following format requirements: Cover Letter Information about Firm Contracts: Completed (past five years), Terminated (for cause or other), & Litigation history Location headquarters and location servicing City of Titusville (if different) Types of Work/Areas of Specialization - Summary of Related Experience & Qualifications Firm Experience Firm Capability Local knowledge and experience with regulatory agencies: St. John s Water Management District (SJRWMD), FDEP - Central District, FDOT - District 5, etc. Completed and Notarized Forms: valid State of Florida business registration, certificate(s), References, Drug Free Workplace Certification, and Public Entity Crimes. A. Cover Letter The Cover Letter should briefly introduce the consultant firm and indicate its interest in the project. B. Information about Firm 1) Provide official company name, prime Consultant, and type of organization. Name individual responsible for executing any agreement related to this solicitation; key team personnel and general company product/service background. 2) Company establishment and history. (a) Give the number of partners, managers, supervisors, seniors, and other professional staff employed at that office. An organizational chart is required including a classification guide which describe training, responsibility, and minimum experience (b) Give the names of the persons who will be authorized to make representations for the Consultant, their titles, addresses, and telephone numbers. The City reserves the right to approve or reject consultant s staff assigned to this project at any time. (c) Include address and phone number of main office where service (type and/or specialization) tasks will be administered. Show the project name, the name of firm, address, telephone number, name of contact person and the date. (d) (f) List total number of personnel employed at the office providing service. Identify all participating sub-consultants, provide specialty and/or tasks assigned and the number of projects utilized in the past five years. 3) Executive Summary. The Executive Summary should highlight the major points of the Statement of Qualifications and list no more than the top six reasons why the firm is uniquely qualified to undertake the work requested by the City and perform to completion with a given specified time period. 4) Indicate whether the firm is a Certified Minority Business Enterprise (provide copy of state certificate in Completed and Notarized Forms section) as defined by the Florida Small and 11

12 Minority Business Assistance Act, and other factors determined by s ***Please Note: A firm claiming MBE eligibility based on named subcontractors must provide sufficient documentation for the City selection committee to confirm that the MBE subcontractors are named to the team, are state MBE certified (with state certificate provided) to qualify for work disciplines requested in the Scope of Services, and are assigned the volume of relevant work necessary to meet the subcontractor allocation guidelines of FS Section (4)(n)1.b. 5) Contracts: completed (within past five years), termination, & litigation detail history (a) List all completed and terminated contracts providing reason for (cause or other), date of termination, Owner, and other pertinent details. (b) List of filed lawsuits (closed or pending) providing details of the claim, Owner, the status of the case and resolution where applicable. C. Location 1) State whether the firm is local, regional, or national. 2) Location of firm s office providing service and proximity to the City of Titusville, 555 S. Washington Ave., Titusville, FL in miles. D. Types of Work/ Areas of Specialization 1) List the Code(s) to indicate and define the area(s) of specialization of the firm and its capabilities on a title page at the beginning of this section/tab with Code # (3-digit) Examples such as 101, 111, 118, etc. 2) List the Type(s) of Work/Area(s) of Specialization that the firm is qualified to perform and is (are) being offered for the City s consideration, preferably no more than three (3) types. Type of Work is defined as title description and shall be in bold print and underlined. Specializations are achieved through competency development, business results, expertise and proven success. Only the first three (3) types of work identified in submittal will be considered. ***Please Note: Firms may be considered in one or two additional types of work for other areas of specialization where less than three firms have applied. E. Firm Experience Describe the firm s experience for each Type of Work or area of specialization to be considered by the City. Provide the following details for each Type of Work requested by the Consultant. 1) Provide list of up to five contracts or completed projects relative to each Type of Work requested. Include description/service performed, project owner & contact, contract amount, employees assigned. 2) Provide details for both (a) the firm and (b) current staff for up to five local contracts or completed projects, similar to the ones described herein for each Type of Work requested, including services performed, project owner & contact, contract amount. 3) List the qualifications and resume (include copy of professional degree, certification, license, etc.) of key personnel that can be assigned to City of Titusville projects under this RFQ, list and describe for each Type of Work. What projects did they work on, their involvement or responsibility, project completion dates and details as to whether projects were completed within budget and schedule. 4) For the projects submitted under D-1, and D-2 above, provide original and actual start and completion dates. 5) For the projects submitted under D-1, and D-2 above, provide original engineering estimate amount and the final contract amount for Engineering Services, Project Construction, and Engineering Schedule. 6) For the projects submitted under D-1, and D-2 above, indicate the number of change order, the total cost for all change orders, and the percentage of project cost. 12

13 7) City of Titusville: Volume of work in $ awarded by the City of Titusville to firm over the last five (5) years. F. Firm Capability Describe the firm s ability and capacity to perform contract services in a timely manner. 1) Provide for each Type of Work requested a list of qualified and experienced personnel that usually performs the work indicating area of responsibility and work or service activity(ies) capable to perform, current assignments and availability to undertake additional work. 2) Provide the schedules of ongoing and other contracted projects indicating the present and future (involvement including pending awards) of the qualified personnel listed for each Type of Work. Chart showing availability of resources may be helpful. 3) Identify firm s special resources and capabilities such as computer-aided drafting and design systems, lab, and/or testing facilities (soil test, concrete test, fireproofing density test, etc.), concrete mix design, masonry inspection, etc. 4) Describe innovative or compelling services that the firm was able to implement that improved or corrected outcome of original/main scope of project task. G. Local Knowledge and Experience with Regulatory Agency(ies). List name of agency (St. John s Water Management District (SJRWMD), FDEP - Central District, FDOT - District 5, etc.), provide brief summary of interaction, and approval/permit/certificate/process secured. H. Required Forms. 1) Complete and submit required forms with submittal to include: valid State of Florida business registration (copy), certificate(s), Minority Business Enterprise certificate (if applicable), Reference Form, Drug Free Workplace Certification, and Public Entity Crimes. Firm shall include a copy of its Florida Corporate Charter as required by the Department of State to operate in Florida. 2) Submit a copy of your firm s current professional registration certificate and licensure. Firms may also submit any additional marketing data that is applicable and they feel will be helpful in this process. Please refer to the Evaluation Form attached hereto as Exhibit A for details of evaluation factors. 13

14 PART III. EVALUATION AND SELECTION CRITERIA 23. Selection and Evaluation The City of Titusville will award multiple contracts for services described in this RFQ. Contracts will cover one or more Type(s) of Work preferably no more than three (3). In addition, the City reserves the right to award multiple contracts for specific Type(s) of Work as determined only by the City. The Statement of Qualifications received will first be reviewed to identify the Type(s) of Work and services that each firm requests to be considered for, and then evaluations will be made by the Consultant Evaluation/Selection Committee (COMMITTEE)which will review all Statements of Qualifications received. Each evaluation committee member will review the statement of qualifications submitted by each firm and will evaluate each firms qualifications utilizing the Professional Services Evaluation Form attached hereto and marked as Exhibit A. An evaluation committee comprised of qualified City staff utilizing a Weighted (points) system will conduct evaluation of proposals. The Evaluation Committee shall evaluate current statements of qualifications and performance data on file with the City. The Evaluation Committee evaluates the submittals against the established evaluation criteria stated in the solicitation. The City may short-list to a minimum of the top three firms for final consideration and selection. Public presentations may be required by no fewer than three most highly qualified firms (if more than three firms) selected in order of preference regarding their qualifications, approach to project, and ability to furnish the required services. The scores of the committee members will be added to determine the ranking of the firms (first, second, third). In determining whether a firm is qualified, the City shall consider ability of professional personnel; whether a firm is a certified minority business enterprise; past performance; willingness to meet time and budget requirements; location; recent, current, and projected workloads of the firms; and the volume of work previously awarded to each firm by the City. In RFQs where the City Supplemental Instructions stipulate a need for a multidiscipline firm for Water Resources plan design projects, the selection committee will aware more points to a firm with in-house capability in both the core process mechanical discipline and all anticipated support disciplines including structural, electrical, control/instrumentation, architectural, mechanical and site civil, land survey and geotechnical survey capability are not considered essential in-house components of a multidiscipline firm for the purposes of Water Resources plant design projects. Critical factors which will be considered in evaluating proposals for City of Titusville. Submissions will be evaluated on a total score basis, with a maximum score of one hundred (100) points. The following criteria will be used in the evaluation process to determine the successful respondent(s). To allow the Evaluation Committee sufficient time to properly review documents in their entirety, each submittal (exclusive of appendices) is limited to a maximum of 45 pages (12-point font). 14

15 Maximum Points will be as follows: 1. Firm Information: 10 points Submittal provided summary information of firm per RFQ guidelines. Firm s history, management and professional staff, personnel total, Sub-Consultants. Executive Summary. Highlight of major SOQ points, top six reasons for potential City work. Certified Minority Business Enterprise. Award all points if firm is a certified minority business enterprise (provide copy of state certificate) per State of Florida statute guidelines, or if the volume of relevant work allocated to named and certified MBE sub-contractors meets allocation guidelines of FS Section (5 points) Contract termination and Litigation history. Details of completed (past five years) and terminated contracts - for cause or other. (5 points) Details of filed lawsuits - closed and pending (minus -2 points each) 2. Location 5 points Location of firm s office supporting this project and proximity to the City of Titusville in miles. (Up to 5 points) 3. Firm Project Experience 45 points Submittal shall provide summary information identifying anticipated assigned staff. Describe education, training, and experience to perform tasks to completion and acceptance. Project Work Experience. List/detail contract or project relative to Type of Work including: description/services performed, date (start & completion), contract /project amount, employees assigned. (Up to 15 points) Firm & Staff Experience: Relative detail and experience showing area of assignment/responsibility performed. Knowledge/resume/ expertise to prove qualifications and ability. (Up to 15 points) Costs: Provide original engineering estimate amount and final contract amount for engineering services and/or project construction. (Up to 10 points) Change Orders: Total cost and percentage for all change order per contract or project including reasoning. Provide engineering schedule for each contact or project. (Up to 5 points) 4. Firm s Capability 35 points The submittal shall indicate firm s ability and capability to perform contract services in a timely manner. Identify special resources, computer-aided capability, marketing, etc. utilized and available to enhance performance quality. The Proposer shall provide summary information stating total number of similar subject projects requiring development, submission, and acceptance. List references (company name, location, project type/title, year completion, contact name, fax/ ) for minimum 3/maximum 5. List office location from which the each reference work was performed. Firm s ability and capability to perform contract services in a timely manner. Project schedule(s) of ongoing and other contracted projects to indicate present and future involvement of the firm. (Up to 10 points) Volume of Work & References: stating project(s) type, project amount, and firm s special resources utilized. List firm s office location responsible for work (if applicable). List contact hours, percentage, and responsibility to projects. (Up to 10 points) Special resources or capabilities (computer-aided drafting and design system, in-house laboratory beneficial to contract service or project work. (Up to 10 points) Innovations or compelling services that firm was able to implement that improved or corrected outcome of original/main scope of work and/or project. (Up to 5 points) 5. Local Knowledge & Experience 5 points Demonstrate knowledge and experience with local regulatory agency(s) with oversight of City of Titusville or Brevard County. List name of agency (St. John s Water Management District (SJRWMD), FDEP - Central District, FDOT - District 5, etc.), provide brief summary of interaction, and approval/permit/certificate/process secured. 15

16 Continuing Consultant Services Engineering, Survey, and A&E RFQ #17-Q-30 Professional Evaluation Scoring Matrix (Exhibit A) Firm s Name: Description Point Allocations Score FIRM INFORMATION: Provide summary of firm per RFQ guidelines CERTIFIED MINORITY BUSINESS ENTERPRISE Certified Minority Business Enterprise: Firm meets requirement as defined by the Florida Small & Minority Business Act (copy of State certificate provided) or certified MBE sub-contractor(s) meet (4)(n)1.b. CONTRACT TERMINATION AND LITIGATION HISTORY Completed contracts (for past five years) and termination (for cause or other) Litigation history. Details of filed lawsuits - closed and pending LOCATION LOCATION (distance from 555 S. Washington Ave., Titusville, FL 32796) Over 150 Miles Over 100 Miles up to 150 Miles Over 50 Miles up to 100 Miles Outside City Limits up to 50 Miles Within City Limits Yes = 5pts; No = 0pts Yes = 5pts; No = 0pts -2 points each Maximum Points available = 10 1pt 2pts 3 pts 4 pts 5 pts Maximum Points available = 5 FIRM S EXPERIENCE: Describe firm s experience for each Type of Work or Area of Specialization to be considered by the City. PROJECT EXPERIENCE No Response or response provided not relevant to question. 0pts Fair: Project work falls short on quality and/or performance. Minimal work 1pts and/or several inconsistencies to support type work/area specialization. Average: Project Work provided meets the standard, but is lacking quality or 5pts inconsistent in competency for type work/area specialization. Good: Project Work shows above-average experience & overall performance 10pts provided meets expectations & capability but lacking in minor aspects of type work /area specialization. Superior: Project Work shows highly experienced and complex level. Firm is 15pts extremely likely to deliver or exceed type work /area specialization overall. FIRM & STAFF EXPERIENCE: Provide detail relative to contracts, completed projects, Type of Work, qualification/resume, knowledge and area of assignment. No Response or response provided not relevant to question. Fair: Firm/Staff experience and/or knowledge falls short on quality, performance, or capability to meet expected type work /area specialization. Average: Firm/Staff experience and knowledge meet industry standard, but is 5pts lacking or inconsistent for type work/area specialization and timely capability. Good: Firm/Staff possess above-average experience and knowledge. Meets 10pts expectations but lacking in minor aspects of type work /area specialization. Superior: Firm/Staff possess exceptional experience and knowledge. 15pts Extremely likely to deliver or exceed type work/area specialization overall. COSTS: Detail engineering estimate amount and final contract amount for services and/or project construction No Response or response provided not relevant to question. 0pts Fair: Response shows major shortfall in Engineers estimate versus final amount. Concerns pertaining to budget, competency, or project schedules. 2pts Average: Response shows Engineers estimate falls short of final cost, but are in allowable range. Several adjustments to budget or project schedule. 5pts Good: Response show costs are within Engineers estimate, with few adjustments to budget or project schedule. 7pts Superior: Response show costs adhere to Engineers estimate with only minor adjustment to budget or project schedule. 10pts 0pts 1pts 16

17 CHANGE ORDERS: Total cost and percentage for all change order per contract or project including reasoning. Detail and relation to engineering schedule and cost of project. No Response or response provided not relevant to question. 0pts Fair: Response show significant and/or critical change orders resulting in cost 1pts increase to contract or project compared to Engineers estimate. Average: Response show numerous change orders increasing cost above 2.5pts Engineers estimate resulting in several adjustments to budget or project schedule. Good: Response show few change orders resulting costs are within 3.5pts acceptable range of Engineers estimate and/or final cost. Minimal adjustments to budget or project schedule. Superior: Response show minimal/minor change orders adhering to 5pts Engineers estimate and final cost. Maximum Points available = 45 FIRM S CAPABILITY: Outline and define ability and capability to perform contract services in timely manner. FIRM S ABILITY & CAPABILITY No Response or response provided not relevant to question. 0pts Fair response provided with strength in only one major type or work/area of specialization. Falls short and/or inconsistent with other proposals in a number 2pts of identifiable task aspects. Average Firm will have delayed capability to perform and complete new tasks and/or projects. 5pts Good response provided several above-average specializations. Firm has capability to perform satisfactorily and complete new tasks and/or projects with 7pts possibility of minimal schedule issue(s) or project task/output delay. Superior response provided multiple & exceptional specializations. Firm is extremely likely to accept, complete, and deliver project task/output prior to or 10pts in a timely manner. VOLUME OF WORK & REFERENCES No Response or response provided not relevant to question. 0pts Fair: Volume and quality of work leave minimal availability to complete City s type work/area specialization without alternative or major City assistance. 2pts Average: Volume and quality of work leave acceptable availability for type work/area specialization, but may lack or inconsistent to complete tasks. 5pts Good: Volume and quality of work present above-average availability to complete City s type work/area specialization but may lack in minor aspects. 7pts Superior: Volume and quality of work present exceptional availability. Firm extremely likely to complete, deliver, and/or maximize City s milestones. 10pts SPECIAL RESOURCES: List any special resources or onsite capabilities beneficial to contract service or project work. No Response or response provided not relevant to question. 0pts Fair: Special resources are marginal or may have minimal impact to work experience provided and past performance. 2pts Average: Special resources are limited but have positive impact to work experience upon utilization and past performance. 5pts Good: Above-average specialty(s) or capability to increase efficiency in work specializations and project performance. Delivered satisfactory completion, 7pts deliverables, and project results. Superior: Exceptional specialty(s) or capability to greatly enhance & increase efficiency and quality in work specialization or project performance which may 10pts allow budget and/or schedule reduction. INNOVATION OR COMPELLING SERVICES No Response or response provided not relevant to question. 0pts Fair: Firm has provided little and/or limited innovation or compelling services to type work/area specialization to contract service or project performance 1pt beyond industry standard. Average: Firm has provided possibility of new and/or creative innovations or compelling services to be utilized in task/output. 2.5pts Good: Firm has provided above-average or new and/or creative innovations or compelling services which were implemented and utilized in task/output. 3.5pts Superior: Firm provided exceptional and multiple creative innovations or compelling services, which were implemented, and utilized in task/output and 5pts impacted industry. Maximum Points available = 35 17

18 Local Knowledge and Experience with Regulatory Agency: Brief summary of interaction with regulatory agency with oversight of City of Titusville and the approval/ permit/ certificate/ process secured. List name of agency (St. John s Water Management District (SJRWMD), FDEP - Central District, FDOT - District 5, etc.). Project schedule(s) of ongoing and other contracted projected indicating present and future involvement No Response or response provided not relevant to question. 0pts Fair: Firm has limited and/or minor knowledge or experience with local 1pts regulatory agency(s). Average: Firm has some knowledge or experience with local regulatory 2.5pts agency(s). Good: Firm has above-average knowledge or experience with local 3.5pts regulatory agency(s). Superior: Firm has exceptional knowledge or experience with local 5pts regulatory agency(s) with current and/or recent contact & successful results. Maximum Points available = 5 Total Points EVALUATION COMMENTS (use & attach separate sheet if necessary): List strength, weakness, & deficiency to justify scores. Evaluator Signature: Date: 18

19 24. Award The City of Titusville will award multiple contracts for services described in this RFQ. Contracts will cover one or more Types of Work preferably no more than three (3). In addition, the City reserves the right to award multiple contracts for specific Type(s) of Work as determined only by the City. The Statements of Qualifications received will first be reviewed to identify the Type(s) of Work and services that each firm requests to be considered for, and then evaluations will made by the Consultant Evaluation/Selection Committee committee which will review all Statements of Qualifications received. Each evaluation committee member will review the statement of qualifications submitted by each firm and will evaluate each firms qualifications utilizing the Evaluation Scoring Matrix Form attached hereto and marked Exhibit A containing the specific evaluation criteria established for this RFQ. The scores of all the committee members will be added to determine the ranking of the firms (first, second and third) for short-listing and/or for recommendation for Council action to approve the ranking of the firms for each Type(s) of Work and authorize contract negotiation. Interviews may be required to rank the firms. Short-listing may not be required at the discretion of the City. 25. Price & Contract Negotiation Price and Contract Negotiation may take place only subsequent to Council s approval of the ranking of the firms for each Type(s) of Work and authorizing contract negotiations. Negotiations will begin with the number one ranked firm. Upon successful negotiation, the City Council must approve and authorize any agreement negotiated, or disapprove. 26. City Council Action After successful negotiations have taken place, City Council will be asked to approve. City Council action is final. 19

20 EXHIBIT B TYPES OF WORK The following is a list of the Types of Work the City of Titusville may require. Each Type of Work states the minimum service requirements by the City. Code Type of Work 100 Civil Engineering Requires engineering expertise in planning, budget estimating, designing, permitting, preparing technical specifications, construction drawings and plans, construction cost estimates and construction project management services in connection with Civil Engineering Projects as well as knowledge of current rules and regulations of local, state and federal agencies regulating the industry, including the Department of Environmental Protection, the St. Johns River Water Management District, the United States Environmental Protection Agency and the United States Army Corps of Engineers. The firm must employ at least one professional engineer, registered with the Florida State Board of Professional Engineers, having training and experience in this general area. 101 Water Resource/Water Supply, Water Production, Wastewater Treatment, Water Distribution, Sewer Collection System, Force Main, Lift and Pump Station Design, and Utility Instrumentation, Controls, SCADA, and Panels Requires engineering and hydro-geological expertise in planning, budget estimating, designing, permitting, preparing technical specifications, construction drawings and plans, construction cost estimates and construction project management services in connection with Water Resources, including but not limited to water resource investigation, consumptive use permit-applications, water and wastewater treatment, water distribution, sewer collection, force mains and lift and pump station design, and utility instrumentation, controls, SCADA, or panels as well as knowledge of current rules and regulations of local, state and federal agencies protecting the environment, including the Department of Environmental Protection, the St. Johns River Water Management District, the United States Environmental Protection Agency and the United States Army Corps of Engineers. Knowledgeable of design systems, instrumentation, and controls over complex networks with ability to integrate or upgrade seamlessly with City s equipment and data systems via programmable logic controllers and data collection modules. System allows operators and management accessibility to vast amounts of real-time operations, equipment, and security information. State-of the-art ability to equip software practices for designing, documenting, evaluating, and implementation. The firm must employ at least one engineer, registered with the Florida State Board of Professional Engineers, having training and experience in the area of Water Resources and at least one professional with SCADA certification, having training and experience. 102 Stormwater Management Requires engineering expertise in planning, budget estimating, designing, permitting, preparing technical specifications, construction drawings and plans, construction cost estimates and construction project management services for Stormwater Management Projects, as well as knowledge of current rules and regulations of local, state and federal agencies regulating the environment and all land use and building code provisions, including the Department of Environmental Protection, the St. Johns River Water Management District, the United States Environmental Protection Agency, the City of Titusville Code and the United States Army Corps of Engineers. The firm must employ at least one professional engineer, registered with the Florida State Board of Professional Engineers, having training and experience in the area of Stormwater Management. 20

21 Code Type of Work 103 Environmental Assessments Requires engineering expertise in planning, budget estimating, designing, permitting, preparing technical specifications, construction drawings and plans, construction cost estimates and construction project management services, environmental impacts for Environmental Assessments, as well as knowledge of current rules and regulations of local, state and federal agencies regulating the environment and all land use and building code provisions, including the Department of Environmental Protection, the St. Johns River Water Management District, the United States Environmental Protection Agency, the City of Titusville Code and the United States Army Corps of Engineers. The firm must employ at least one professional engineer, registered with the Florida State Board of Professional Engineers, having training and experience in the area of Environmental Assessments. 104 Environmental Analysis of Fuel Storage Tanks Requires engineering expertise in planning, budget estimating, designing, permitting, preparing technical specifications, construction drawings and plans, construction cost estimates and construction project management services related to Environmental Analysis, Improvements and Relocation of Aboveground and/or Underground Fuel Storage Tanks, as well as knowledge of current rules and regulations of local, state and federal agencies regulating the environment and all land use and building code provisions, including the Department of Environmental Protection, the St. Johns River Water Management District, the United States Environmental Protection Agency, the City of Titusville Code, the National Fire Protection Agency, the Uniform Fire Code, the United States Army Corps of Engineers. The firm must employ at least one professional engineer, registered with the Florida State Board of Professional Engineers, having training and experience in the area of Underground and Aboveground Fuel Storage Tanks. 105 Geotechnical Engineering and Analysis Requires engineering expertise in connection with Geotechnical Engineering and Analysis. The firm must employ at least one professional engineer, registered with the Florida State Board of Professional Engineers, having training and experience in the activities normally associated with this work. The Consultant must demonstrate the availability of proper equipment to perform the work as well as sufficient qualified staff to undertake the requirements normally associated with this type of work. 106 Surveying Services Requires surveying expertise in the preparation of Boundary, Topographic and Right of Way Surveys and Sketches, Mapping and GIS services, and Legal Descriptions in conformance with the Florida Minimum Technical Standards. The firm must employ at least one land surveyor, registered with the Florida State Board of Land Surveyors, having at least one year of land surveying experience acting as responsible in charge. The consultant must employ and list sufficient staff to undertake the requirements normally associated with this type of work and must document the availability of proper equipment to perform this work. 21

22 Code Type of Work 107 Road & Bridge Design EXHIBIT B Requires engineering expertise in planning, budget estimating, designing, permitting, preparing technical specifications, construction drawings and plans, construction cost estimates and construction project management services for Road, Bridge and Parking Facilities Improvement Projects, as well as knowledge of current rules and regulations of local, state and federal agencies having jurisdiction and/or regulating the environment and all land use and building code provisions, including the Department of Environmental Protection, the St. Johns River Water Management District, the United States Environmental Protection Agency, the City of Titusville Code and the United States Army Corps of Engineers. The firm must employ at least one professional engineer, registered with the Florida State Board of Professional Engineers, having training and experience in the area of Road and Bridge design. 108 Traffic Engineering Requires engineering expertise in planning, budget estimating, designing, permitting, preparing technical specifications, construction drawings and plans, construction cost estimates and construction project management services for Traffic Engineering, Signalization, Signage, Traffic Studies, as well as knowledge of current rules and regulations of local, state and federal agencies having jurisdiction and/or regulating the environment and all land use and building code provisions, including the Department of Environmental Protection, the St. Johns River Water Management District, the United States Environmental Protection Agency, the City of Titusville Code and the United States Army Corps of Engineers. The firm must employ at least one professional engineer, registered with the Florida State Board of Professional Engineers, having training and experience in the area of Traffic Engineering. 109 Marine Projects Requires engineering expertise in planning, budget estimating, designing, permitting, preparing technical specifications, construction drawings and plans, construction cost estimates and construction project management services in connection with Civil Engineering Projects for the Municipal Marina and other Marine Projects, as well as knowledge of current rules and regulations of local, state and federal agencies regulating the industry, including the Department of Environmental Protection, the St. Johns River Water Management District, Florida Fish and Wildlife, Florida Inland Navigation, the United States Environmental Protection Agency and the United States Army Corps of Engineers. The firm must employ at least one professional engineer, registered with the Florida State Board of Professional Engineers, having training and experience in this general area. 22

23 EXHIBIT B Code Type of Work 110 Architectural Design Requires architectural expertise in planning, budget estimating, designing, permitting, preparing technical specifications, construction drawings and plans, construction cost estimates and construction project management services related to Building Renovations, Modifications and Improvements. Knowledge of Space Planning and Studies in regards to space allocation and flexible planning parameters. This includes how the mechanical system operates and how much energy a building uses. Develop guidelines to serve as an aid in the planning, allocating and managing of space both for new building spaces and within existing or renovated buildings planned realistically, efficiently, carefully and conservatively, and to promote optimum use and conservation of space for broad availability of employees or the public. It is also important for these guidelines to remain flexible for the City of Titusville needs in the future. The firm must employ at least one architect, registered with the Florida State Board of Architecture and one (1) certified Interior Design or Architectural Design engineer. Additionally, the firm must have knowledge of current rules and regulations of local, state and federal agencies regulating the environment and all land use and building code provisions, including the Department of Environmental Protection, the St. Johns River Water Management District, the United States Environmental Protection Agency, City of Titusville Building Code and the United States Army Corps of Engineers. 111 Building Envelope Requires architectural expertise in planning, budget estimating, designing, permitting, preparing technical specifications, construction drawings and plans, construction cost estimates and construction project management services related to Building envelope consulting services, consisting of evaluation, investigation, leak testing, remediation design, peer review, engineering, construction documentation, bid phase assistance, and construction period services. Building envelope systems consist of roofing, wall assemblies, masonry, windows, exterior doors, glazed curtain walls, cladding and waterproofing membranes. Related services may include facility surveys, development of design standards, vapor drive analysis, thermal and moisture scans, and envelope commissioning. The firm must employ at least one architect, registered with the Florida State Board of Architecture. Additionally, the firm must have knowledge of current rules and regulations of local, state and federal agencies regulating the environment and building code provisions, including DEP, SJRWMD, USEPA, City of Titusville Building Code and the United States Army Corps of Engineers. 112 Structural Systems Requires engineering expertise in planning, budget estimating, designing, permitting, preparing technical specifications, construction drawings and plans, construction cost estimates and construction project management services in connection with structural design improvement projects, as well as knowledge of current rules and regulations of local, state and federal agencies regulating the industry. Space Analysis knowledge to measure how a building's performance compares to the specified design. This includes how the mechanical system operates and how much energy a building uses. Other aspects of this analysis include, but are not limited to, ventilated facade studies, lighting analysis, internal and external CFD airflow, and solar analysis. Guidelines developed to serve as an aid in the planning, allocating and managing of space both for new building spaces and within existing or renovated buildings planned realistically, efficiently, carefully and conservatively, and to promote optimum use and conservation of space for broad availability of employees or the public. 23

24 The firm must employ at least one professional engineer, registered with the Florida State Board of Professional Engineers, having training and experience in the area of Structural Systems. Also, one (1) certified professional having training and experience from any of following area: interior environment, office & commercial space planning, space planning. 113 Mechanical Systems Requires engineering expertise in planning, budget estimating, designing, permitting, preparing technical specifications, construction drawings and plans, construction cost estimates and construction project management services in connection with mechanical system modifications and improvements, as well as knowledge of current rules and regulations of local, state and federal agencies regulating the industry. Space Analysis knowledge to measure how a building's performance compares to the specified design. This includes how the mechanical system operates and how much energy a building uses. Other aspects of this analysis include, but are not limited to, ventilated facade studies, lighting analysis, internal and external CFD airflow, and solar analysis. Guidelines developed to serve as an aid in the planning, allocating and managing of space both for new building spaces and within existing or renovated buildings planned realistically, efficiently, carefully and conservatively, and to promote optimum use and conservation of space for broad availability of employees or the public. The firm must employ at least one professional engineer, registered with the Florida State Board of Professional Engineers, having training and experience in the area of Mechanical Systems. In addition, one (1) certified professional having training and experience from any of following area: interior environment, office & commercial space planning, or space planning. 114 Electrical Systems Requires engineering expertise in planning, budget estimating, designing, permitting, preparing technical specifications, construction drawings and plans, construction cost estimates and construction project management construction services in connection with electrical systems modifications and improvements, as well as knowledge of current rules and regulations of local, state and federal agencies regulating the industry. Experience with Space Analysis to measure how a building's performance compares to the specified design. This includes how the mechanical system operates and how much energy a building uses. Other aspects of this analysis include, but are not limited to, ventilated facade studies, lighting analysis, internal and external CFD airflow, and solar analysis. Guidelines developed to serve as an aid in the planning, allocating and managing of space both for new building spaces and within existing or renovated buildings planned realistically, efficiently, carefully and conservatively, and to promote optimum use and conservation of space for broad availability of employees or the public. The firm must employ at least one professional engineer, registered with the Florida State Board of Professional Engineers, having training and experience in the area of Electrical Systems. In addition, one (1) certified professional having training and experience from any of following area: interior environment, office & commercial space planning, or space planning. 115 Landscape Architect Requires expertise in planning, budget estimating, permitting, designing, preparing technical specifications, construction drawings and plans, construction cost estimates and construction project management services for landscape improvements. The firm must employ at least one landscape architect, registered with the Florida State Board of Landscape Architecture. Additionally, the firm must employ sufficient personnel to provide services normally associated with this type of work. 24

25 EXHIBIT B Code Type of Work 116 Community Park Requires engineering or architectural expertise in planning, budget estimating, designing, permitting, preparing technical specifications, construction drawings and plans, construction cost estimates and construction project management in connection with construction of or improvement to community parks, as well as knowledge of current rules and regulations of local, state and federal agencies regulating the environment and all land use and building code provisions, including the Department of Environmental Protection, the St. Johns River Water Management District, the United States Environmental Protection Agency, the City of Titusville Code and the United States Army Corps of Engineers. The firm must employ at least one professional engineer, registered with the Florida State Board of Professional Engineers or at least on professional architect, registered with the Florida State Board of Professional Architects having training and experience in the area of Community Parks. 117 Neighborhood Improvements Requires engineering, architectural or landscape architectural expertise in planning, budget estimating, designing, permitting, preparing technical specifications, construction drawings and plans, construction cost estimates and construction project management for various neighborhood improvements, as well as knowledge of current rules and regulations of local, state and federal agencies having jurisdiction and/or regulating the environment and all land use and building code provisions. The firm must employ at least one professional engineer, registered with the Florida State Board of Professional Engineers or at least one professional architect, registered with the Florida State Board of Professional Architects and Interior Design or at least one professional Landscape Architect, registered with the Florida State Board of Landscape Architecture, having training and experience in the area of Community Projects. 118 Municipal Regulatory Reviews Requires engineering expertise in the development review process in regulating outside submittals presented to the City of Titusville for site plan permitting. The firm must possess a working knowledge of, but not limited to, the Titusville Land Development Regulations (LDR), City Standards and Specifications, Florida Department of Transportation Standards and Specifications, Manual on Uniform Traffic Control Devices, American s with Disability Act, Fair Housing Act, Florida Department of Environmental Projection requirements, US Army Corp of Engineers requirements, National Fire Protection Association requirement, and other State and Federal guidelines and regulations as well as sound engineering practices and methods. The reviews may include, but not limited to, potable water systems, sanitary sewer systems, reuse water systems, stormwater management systems, road design, parking, traffic studies, landscaping, grading, flood plain protection, well protection, bike trails and paths, pedestrian ways, environmental impacts, etc. Review time frames may vary depending on complexity of project but will require timely written responses. The firm must employ at least one professional engineer, registered with the Florida State Board of Professional Engineers, having training and experience in the disciplines listed above. 25

26 EXHIBIT B Code Type of Work 119 Utility Infrastructure Requires expertise in utility infrastructure consisting of pipes, sewers, drains, plant and equipment, cables, wires that are responsible for supplying service. Provide capability to forecast utility needs for three, five, ten, and up to twenty years. Compose master plan to include needs in terms of input and output of stormwater. Responsible for obtaining and codifying maps/data on existing utilities and infrastructure. From the plan, utility needs are studied in detail to indicate projects, repairs, replace, upgrade, and/or renovations moving forward. The primary components of this plan are energy conservation, infrastructure improvement, energy procurement, funding, and energy management. The firm must employ at least one professional environmental engineer and one professional engineer having training and experience with Leadership in Energy and Environmental Design (LEED) and/or Green initiatives in the disciplines listed above. Engineer shall be registered with the Florida State Board of Professional Engineers. 120 Storage Tanks: Concrete and Steel Requires knowledgeable expertise in structural component and integrity of concrete and steel storage tanks in regards to materials stored: above or underground, potable water, rainwater, wastewater treatment, sanitary, bio-solids, fuel, hazardous liquids, or high-pressure applications. Understanding of advantages and disadvantages relevant to leak, leaching, overspill protection system, cost expense/toc, FDEP regulations, maintenance, design, construction, and installation. The firm must employ at least one professional structural engineer, registered with the Florida State Board of Professional Engineers, having training and experience in the disciplines listed above. End of Types of Work 26

27 DRUG-FREE WORKPLACE CERTIFICATION In case of tie bids, preference must be given to vendors submitting a certification with their bid/ proposal certifying they have a drug-free workplace in accordance with Section , Florida Statutes. The drug-free certification form below must be signed and returned with your proposal. In order to have a drug-free workplace program, a business shall: (1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. (2) Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. (3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in the first paragraph. (4) In the statement specified in the first paragraph, notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. (5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. (6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Proposer's Signature, Title, Date STATE OF COUNTY OF PERSONALLY APPEARED BEFORE ME, the undersigned authority who, after being first sworn by me, affixed his/her signature in the space provided above on this day of, 20. Personally known Produced I.D Notary Public PLEASE COMPLETE AND SUBMIT WITH PROPOSAL 27

28 SWORN STATEMENT UNDER SECTION (3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted with the Continuing Consultant: Engineering, Survey, and A&E Services for THE CITY OF TITUSVILLE. 2. This sworn statement is submitted by, whose business address is and (if applicable) its Federal Employer Identification (FEIN) is. 3. My name is (please print name of individual signing) and my relationship to the entity named above is. 4. I understand that a "public entity crime" as defined in Paragraph (1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid, proposal, reply or contract for goods or services, any lease for real property, or any contract for the construction or repair of a public building or public work, involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5. I understand that "convicted" or "conviction" as defined in Paragraph (1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 6. I understand that an "affiliate" as defined in Paragraph (1)(a), Florida Statutes, means: (1) A predecessor or successor of a person convicted of a public entity crime; or (2) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 7. I understand that a "person" as defined in Paragraph (1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 28

29 8. Based on information and belief, the statement, which I have marked below is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies.) Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND (Please indicate which additional statement applies.) There has been a proceeding concerning the conviction before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer did not place the person or affiliate on the convicted vendor list. (Please attach a copy of the final order.) The person or affiliate was placed on the convicted vendor list. There has been a subsequent proceeding before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer determined that it was in the public interest to remove the person or affiliate from the convicted vendor list. (Please attach a copy of the final order.) The person or affiliate has not been placed on the convicted vendor list. (Please describe any action taken by or pending with the Department of General Services.) STATE OF FLORIDA COUNTY OF (Signature) Date: The foregoing instrument was acknowledged before me this day of, 2017 by, (title) on behalf of. He/she is personally known to me or has produced as identification and did ( ) did not ( ) take an oath. (Notary Signature) Name: My Commission Expires: Commission Number: PLEASE COMPLETE AND SUBMIT WITH PROPOSAL 29

30 REFERENCE FORM This form is to be utilized to provide general information about your firm/company to the City of Titusville. Please submit this form with your sealed proposal. Name of Company Fed I.D. # Business Tax Receipt/Occupational License Number (as applicable): City of Titusville Yes or No: Other(City/County/Etc.) Please answer the following: 1. Number of years your firm/company has been in business: years. 2. Is your firm incorporated in the State of Florida? Yes No 3. Number of years your firm/company has provided the type of product/service required by the Request for Qualifications (RFQ): years. 4. Headquarter address if different from business address Commercial References 5. Business/Organization (Name): Address: Contact Person(Name): Telephone: Fax and/or Date of Service: Contract Total: Description of Service: 6. Business/Organization (Name): Address: Contact Person(Name): Telephone: Fax and/or Date of Service: Contract Total: Description of Service: 7. Business/Organization (Name): Address: Contact Person(Name): Telephone: Fax and/or Date of Service: Contract Total: Description of Service: 30

31 8. Business/Organization (Name): Address: Contact Person(Name): Telephone: Fax and/or Date of Service: Contract Total: Description of Service: 9. Business/Organization (Name): Address: Contact Person(Name): Telephone: Fax and/or Date of Service: Contract Total: Description of Service: 10. Business/Organization (Name): Address: Contact Person(Name): Telephone: Fax and/or Date of Service: Contract Total: Description of Service: Name and Title of Person Completing Form: PLEASE COMPLETE AND SUBMIT WITH PROPOSAL 31

32 RFQ#17-Q-30 SAMPLE CONTRACT NON-EXCLUSIVE PROFESSIONAL ENGINEERING AGREEMENT CONTINUING CONSULTING SERVICES THIS AGREEMENT is entered into by and between the CITY OF Titusville ( the City ), a municipal corporation of the State of Florida, and XXX ( Consultant ), an (type) Consulting Firm, whose principle office is located at. WITNESSETH THAT: WHEREAS, the CITY desires to engage a Florida licensed (type) Consulting Firm who has special and unique competence and experience providing professional engineering services; and, WHEREAS, the Consultant represents that it has such competence and experience in providing these services; and, WHEREAS, the Consultant desires to provide such professional engineering services in accordance with this agreement; and, WHEREAS, the Consultant shall at all times be in privity of contract solely with the City, and shall rely solely upon directions received from the City regarding performance and acceptance of the Work, as further provided herein, and WHEREAS, the Consultant is an (type) Consulting Firm authorized to conduct business in the state of Florida, and WHEREAS the City and Consultant desire to enter into a continuing contract, as defined in Florida Statute (currently includes those projects in which construction costs do not exceed $2 million, and study activity when the fee for such service does not exceed $200,000), for the performance by the Consultant of professional engineering services. NOW, THEREFORE, in consideration of the aforesaid premises, which are hereby made a part of this Agreement, the City and the Consultant herein agree to the performance of professional engineering services by the Consultant, and the payment for those services by the City, as set forth below and in individual written Work Orders. This agreement shall be referred to as the MASTER AGREEMENT under which future Work Orders will apply. The Consultant shall provide the City with professional engineering services and such other related services as defined in specific Work Orders, in all phases of each project as required by the City. The Consultant shall serve as the City s professional representative for the project as set forth in each Work Order and shall give professional advice to the City during the performance of the services to be rendered and as to the fulfillment of each project. The Scope of Services shall be identified in individual Work Orders, which will be approved by the City and executed by the Consultant and the City. Each Work Order will be sequentially numbered and initiation of the services thereunder shall be subject to a Notice to Proceed being issued by the City. 32

CITY OF TITUSVILLE, FLORIDA

CITY OF TITUSVILLE, FLORIDA RFQ #: 12-Q-035 Due Date: May 25, 2012 @ 3:00 pm Mail Date: April 25, 2012 Buyer: Jesus M. Vieiro 321-383-5815 Respond: 555 South Washington Avenue (PO Box 2806) Titusville, Florida 32796 (32781-2806)

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

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

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS REVEREND PETER ATKINS PARK BATHROOM PROJECT CCE PROJECT NO. 117-106 NOVEMBER 2, 2017 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 1.0 INTRODUCTION

More information

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

Request for Qualifications RFQ # Continuing Services Contracts for Professional Surveying Services Request for Qualifications RFQ #18-001 Continuing Services Contracts for Professional Surveying Services City of Winter Garden 300 West Plant Street Winter Garden, FL 34787 (407) 656-4111 LEGAL ADVERTISEMENT

More information

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES I. PROJECT DESCRIPTION Town of Pembroke Park, Florida ( Town ) is soliciting proposals from interested accounting

More information

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN13-004 DESIGN CRITERIA PROFESSIONAL SERVICES REQUEST FOR QUALIFICATIONS (RFQ) NO. EN13-004 FOR A DESIGN CRITERIA PROFESSIONAL

More information

CITY OF TITUSVILLE, FLORIDA

CITY OF TITUSVILLE, FLORIDA RFQ #: 15-Q-055 Due Date: August 7, 2015 @ 3:00 pm Mail Date: July 21, 2015 Buyer: Jesus M. Vieiro 321-567-3733 Respond: 555 South Washington Avenue (PO Box 2806) Titusville, Florida 32796 (32781-2806)

More information

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Submission deadline: 4:00 p.m. Wednesday, December 7, 2011 I. General Center Township Butler County,

More information

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No.

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No. Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE REQUEST FOR PROPOSALS - Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES Regional School

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

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

201 West Moody Blvd Bunnell, Florida REQUEST FOR PROPOSALS (RFP) RFP

201 West Moody Blvd Bunnell, Florida REQUEST FOR PROPOSALS (RFP) RFP 201 West Moody Blvd Bunnell, Florida 32110 REQUEST FOR PROPOSALS (RFP) RFP 2015 04 FOR Property/Casualty, Liability Insurance and Workers Compensation Program DATED: Larry Williams, City Manager Stella

More information

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 SANDY CITY 10000 CENTENNIAL PARKWAY SANDY, UTAH 84070 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 INVITATION FOR BID: This is a formal solicitation of sealed bids which will

More information

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street

More information

DATE: January 8, 2019 LOI NO REQUEST FOR LETTERS OF INTEREST PHASE I REDESIGN OF SCHOOL KITCHEN/CAFETERIA (APPROXIMATELY 2500 SQ FEET)

DATE: January 8, 2019 LOI NO REQUEST FOR LETTERS OF INTEREST PHASE I REDESIGN OF SCHOOL KITCHEN/CAFETERIA (APPROXIMATELY 2500 SQ FEET) DATE: January 8, 2019 LOI NO. 1-2019 ALL INTERESTED PARTIES: REQUEST FOR LETTERS OF INTEREST Palm Bay Education Group, Inc., hereinafter referred to as Palm Bay, will receive sealed Letters of Interest

More information

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION Notice is hereby given that the City of Highwood is seeking bids for Roadway Snow Removal and

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

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

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

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 Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion Page 1 of 11 Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion The Town of Wilton (the Town) will receive sealed qualifications

More information

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services City of Jeffersontown Request for Qualifications ON-CALL Electrical Services Table of Contents Request of Qualifications I. Invitation and Instructions to Interested Firms II. III. IV. General Provisions

More information

REQUEST FOR PROPOSAL: Metro Bus Digital Advertising 2018

REQUEST FOR PROPOSAL: Metro Bus Digital Advertising 2018 REQUEST FOR PROPOSAL: Metro Bus Digital Advertising 2018 Date: NOVEMBER 5, 2018 Project Name: Metro Bus Digital Advertising Program Proposal Submission: Proposals will be received until NOVEMBER 9, 2018

More information

REQUEST FOR PROPOSAL (RFP) # FY DESIGN BUILD COMPRESSED NATURAL GAS (CNG) FUELING STATION CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA)

REQUEST FOR PROPOSAL (RFP) # FY DESIGN BUILD COMPRESSED NATURAL GAS (CNG) FUELING STATION CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) REQUEST FOR PROPOSAL (RFP) # FY 2014 2015 001 DESIGN BUILD COMPRESSED NATURAL GAS (CNG) FUELING STATION CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) EXHIBIT I SCOPE OF WORK PREPARED BY: CITY OF HALLANDALE

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

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and Economic Development 747 Market Street

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS REQUEST FOR QUALIFICATIONS FOR DESIGN SERVICES BROUGHAM DRIVE REGIONAL DETENTION PN 2-C-002-16 SMP #: BR-09-001 January 13, 2017 RFQ-1 I. INTRODUCTION AND BACKGROUND The City of Olathe, Kansas, Public

More information

Request for Proposal Data Network Cabling

Request for Proposal Data Network Cabling Request for Proposal Data Network Cabling Vernon Public Schools, Connecticut BID # VPS-FY16-004 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov Proposals Due: Thursday,

More information

Town of West Yellowstone

Town of West Yellowstone Town of West Yellowstone Engineering Services Request for Qualifications I. INTRODUCTION AND PURPOSE OF REQUEST The Town of West Yellowstone located in Gallatin County, hereinafter referred to as the Town,

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 PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS The City of Levelland is seeking proposals to install two playgrounds in the Levelland Park System. Sealed proposals clearly marked on the outside

More information

Town of Micanopy REQUEST FOR QUALIFICATIONS CONTINUING PROFESSIONAL SERVICES FOR ENGINEERING SERVICES RFQ

Town of Micanopy REQUEST FOR QUALIFICATIONS CONTINUING PROFESSIONAL SERVICES FOR ENGINEERING SERVICES RFQ MICANOPY, SEMINOLE CHIEF Town of Micanopy REQUEST FOR QUALIFICATIONS CONTINUING PROFESSIONAL SERVICES FOR ENGINEERING SERVICES RFQ Town Administrator 706 NE Cholokka Blvd. P.O. Box 137 Micanopy, Florida,

More information

Request for Qualifications (RFQ)

Request for Qualifications (RFQ) St. Lucie Public Schools Purchasing Department 4204 Okeechobee Road Fort Pierce, Florida 34947 Voice (772) 429-3980 Fax (772) 429-3999 SUPERINTENDENT Genelle Zoratti Yost Request for Qualifications (RFQ)

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

Submittal Guidelines RFQ# Master Site Plan

Submittal Guidelines RFQ# Master Site Plan Submittal Guidelines RFQ# 18-006 Master Site Plan Instructions: Please provide six (6) hard copies and one electronic version. Architectural/Professional Services Number each page consecutively, including

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

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas REQUEST FOR PROPOSAL CONCESSION OPERATIONS for The City of Sherman, Texas Prepared By: City of Sherman Finance Department 405 N. Rusk St. P.O. Box 1106 Sherman, Texas 75091-1106 Craig Long Budget Analyst

More information

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park Issued By: Town Manager 3150 Southwest 52 nd Avenue Pembroke Park,

More information

The City of Moore Moore, Oklahoma

The City of Moore Moore, Oklahoma The City of Moore Moore, Oklahoma BID #1516-007 Construction Services Asbestos Removal for Royal Park Development Tract City of Moore Office of City Clerk, Purchasing Division 301 N. Broadway Avenue, Suite

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

REQUEST FOR QUALIFICATIONS 3096 ARCHITECTURAL & ENGINEERING SERVICES WORKFORCE DEVELOPMENT AND TRAINING CENTER

REQUEST FOR QUALIFICATIONS 3096 ARCHITECTURAL & ENGINEERING SERVICES WORKFORCE DEVELOPMENT AND TRAINING CENTER Community College of Allegheny County REQUEST FOR QUALIFICATIONS 3096 ARCHITECTURAL & ENGINEERING SERVICES WORKFORCE DEVELOPMENT AND TRAINING CENTER A MANDATORY pre-proposal meeting will be held at 2:00

More information

Town of Belleair Request for Qualifications For Engineer of Record Professional Services

Town of Belleair Request for Qualifications For Engineer of Record Professional Services Town of Belleair Request for Qualifications For Engineer of Record Professional Services To Be Opened May 31, 2018 at 2:00 PM At Town Hall 901 Ponce de Leon Blvd. Belleair, FL 33756 Request For Qualifications

More information

REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS

REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS REQUEST FOR QUALIFICATIONS #0911-04 RFQ SUBMITTAL DEADLINE: DECEMBER 22, 2009 at 10:00 AM REQUEST FOR QUALIFICATIONS #0911-04 SCHEDULE SUMMARY Monday

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

PORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES

PORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES PORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES The Port of South Whidbey ( Port ), Freeland, Washington is accepting Statements of Qualifications

More information

Glenwood/Bell Street Well Pump and Piping Construction

Glenwood/Bell Street Well Pump and Piping Construction SPECIFICATIONS BID 1-16 Glenwood/Bell Street Well Pump and Piping Construction THE CITY OF AVON PARK FLORIDA December 21 th, 2015 NOTICE TO BIDDERS INVITATION TO BID -- BID # 1-16 The City of Avon Park

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

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES SECTION I GENERAL INFORMATION A. INTRODUCTION/BACKGROUND The Coral Gables Retirement Board (hereafter Board ) is requesting

More information

ROCKY HILL PUBLIC SCHOOLS REQUEST FOR PROPOSALS FOR AUDITING SERVICES. June 30, 2018

ROCKY HILL PUBLIC SCHOOLS REQUEST FOR PROPOSALS FOR AUDITING SERVICES. June 30, 2018 S FOR June 30, 2018 Rocky Hill Public Schools Audit RFP.doc Page # 1 TABLE OF CONTENTS I. INTRODUCTION A. General Information B. Term of Engagement II. DESCRIPTION OF THE SCHOOL DISTRICT A. General B.

More information

WEST VALLEY SANITATION DISTRICT

WEST VALLEY SANITATION DISTRICT WEST VALLEY SANITATION DISTRICT Request for Proposal (RFP) for Independent External Audit Services RFP #: FIN 2015 1 Schedule of Key Events: RFP Release Date: April 14, 2015 Written Questions Due: 4:00

More information

THE SANFORD AIRPORT AUTHORITY ORLANDO SANFORD INTERNATIONAL AIRPORT (SFB)

THE SANFORD AIRPORT AUTHORITY ORLANDO SANFORD INTERNATIONAL AIRPORT (SFB) Page 1 of 7 THE SANFORD AIRPORT AUTHORITY ORLANDO SANFORD INTERNATIONAL AIRPORT (SFB) REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL AIRPORT ENGINEERING SERVICES Sanford Airport Authority 1200 Red Cleveland

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

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25 City of Henderson PO Box 716 Henderson, Kentucky 42419 September 14, 2014 REQUEST FOR PROPOSALS # 14-25 Social Media Services for the City of Henderson s Community Visionary Plan and Comprehensive Plan

More information

Request for Proposal CNC Mill For the Rockville High School

Request for Proposal CNC Mill For the Rockville High School Request for Proposal CNC Mill For the Rockville High School Vernon Public Schools, Connecticut BID # VPS-FY15-004 Inquiries: Ms. Nicole Fillion Grant Writer 30 Park Street Vernon, CT 06066 nfillion@vernon-ct.gov

More information

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT EMPLOYEE BENEFITS INSURANCE BROKER AND CONSULTING SERVICES RFP NO. 1516-2 I. INTRODUCTION A. PURPOSE The purpose of this Request for Proposal ( RFP ) is to solicit

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

LEGAL NOTICE TOWN OF FARMINGTON, CONNECTICUT REQUEST FOR PROPOSALS FOR AUDITING SERVICES

LEGAL NOTICE TOWN OF FARMINGTON, CONNECTICUT REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE TOWN OF FARMINGTON, CONNECTICUT REQUEST FOR PROPOSALS FOR AUDITING SERVICES The Town of Farmington, Connecticut is requesting proposals from qualified independent public accounting firms,

More information

COURT REPORTING SERVICES FOR THE COURTS OF THE EIGHTEENTH JUDICIAL CIRCUIT IN BREVARD COUNTY FLORIDA

COURT REPORTING SERVICES FOR THE COURTS OF THE EIGHTEENTH JUDICIAL CIRCUIT IN BREVARD COUNTY FLORIDA COURT REPORTING SERVICES FOR THE COURTS OF THE EIGHTEENTH JUDICIAL CIRCUIT IN BREVARD COUNTY FLORIDA REQUEST FOR PROPOSAL ( RFP ) PROPOSAL #: CA19-0001 RFP for Court Reporting Services To: The Eighteenth

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR 2015 PROFESSIONAL SERVICES ON-CALL LIST

REQUEST FOR QUALIFICATIONS (RFQ) FOR 2015 PROFESSIONAL SERVICES ON-CALL LIST REQUEST FOR QUALIFICATIONS (RFQ) FOR 2015 PROFESSIONAL SERVICES ON-CALL LIST I. OVERVIEW The District is seeking qualified firms to provide On-Call Professional Services in support of Capital Improvement

More information

REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS

REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS ARCHITECTURAL NEEDS ASSESSMENT AND DESIGN SERVICES FOR CITY OF DICKINSON REQUEST FOR QUALIFICATIONS #1401-02 RFQ SUBMITTAL DEADLINE: FEBRUARY 21, 2014

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS GENERAL SERVICES & PURCHASING INVITATION TO BID (ITB) The Board of County Commissioners (BCC), Highlands County, Sebring, Florida, will receive sealed bids

More information

LEGAL SERVICES RFP # AUGUST 13, 2018

LEGAL SERVICES RFP # AUGUST 13, 2018 LEGAL SERVICES RFP #2018-27 AUGUST 13, 2018 Electronic Submittals are due by 4:30 PM on September 5, 2018 The EVERETT HOUSING AUTHORITY is soliciting proposals for Licensed Professional Legal Services.

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

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL DOCUMENT SHREDDING February 26, 2015 The New York Liquidation Bureau ( NYLB ) carries out the responsibilities of the Superintendent of Financial Services

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)

More information

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

More information

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES DATE: April 8, 2016 PROPOSAL: Q16-131 The Town of Chapel Hill Business Management

More information

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM PALM BEACH COUNTY DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM NOTICE TO GENERAL CONTRACTORS Sealed bids will be received until 3:00 P.M on May 2, 2019,

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR THE OREM CITY PARKING STUDY Issued February 26 th, 2018 City of Orem 56 North State Street Orem Utah 84057 TABLE OF CONTENTS 1.0 Introduction... 2 1.1 The Successful Applicant...

More information

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director Yakima Valley Libraries 102 North Third Street Yakima, WA 98901 Request for Statement of Qualifications (SOQ) For Remodel of Sunnyside Community Library 621 Grant Sunnyside, WA 98944 Notice is hereby given

More information

REQUEST FOR PROPOSALS: DCSO Jail Inmate Video Visiting System. Davis County Government 28 South State Street Farmington, UT 84025

REQUEST FOR PROPOSALS: DCSO Jail Inmate Video Visiting System. Davis County Government 28 South State Street Farmington, UT 84025 REQUEST FOR PROPOSALS: 28 South State Street Farmington, UT 84025 Date of Issue: May 22, 2013 TABLE OF CONTENTS TITLE PAGE NO. I. INTRODUCTION 3 II. PURPOSE 3 III. LETTER OF INTENT 3 IV. PRE-PROPOSAL MEETING

More information

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA The City of San Mateo Public Works Department hereby requests proposals from qualified firms to provide

More information

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will

More information

Administrative Policy for Procurement, Bidding, Bid Specifications, Consulting, Request For Qualifications (RFQ), and Evaluation Criteria

Administrative Policy for Procurement, Bidding, Bid Specifications, Consulting, Request For Qualifications (RFQ), and Evaluation Criteria CITY OF LARAMIE Policy Title: Administrative Policy for Procurement, Bidding, Bid Specifications, Consulting, Request For Qualifications (RFQ), and Evaluation Criteria Policy Number: 2014-01 Page 1 of

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 Auditing Services 2019 February 1, 2019

More information

Request for Qualifications- Financial and Analytical Services for Wilbur-Cook Portfolio

Request for Qualifications- Financial and Analytical Services for Wilbur-Cook Portfolio Spokane Housing Authority Request for Qualifications- Financial and Analytical Services for Wilbur-Cook Portfolio Financial Analytical and Advisory Services Relevant to Real Estate Development Activities

More information

NOTICE OF REQUEST FOR PROPOSALS PREPARATION OF ZONING ORDINANCE UPDATE

NOTICE OF REQUEST FOR PROPOSALS PREPARATION OF ZONING ORDINANCE UPDATE NOTICE OF REQUEST FOR PROPOSALS PREPARATION OF ZONING ORDINANCE UPDATE NOTICE IS HEREBY GIVEN that the (City) is requesting proposals for the preparation of an update to the Coalinga Zoning Ordinance.

More information

REQUEST FOR QUALIFICATIONS (RFQ) PROFESSIONAL ENGINEERING SERVICES ON A CONTINUING CONTRACT BASIS

REQUEST FOR QUALIFICATIONS (RFQ) PROFESSIONAL ENGINEERING SERVICES ON A CONTINUING CONTRACT BASIS REQUEST FOR QUALIFICATIONS (RFQ) PROFESSIONAL ENGINEERING SERVICES ON A CONTINUING CONTRACT BASIS I. GENERAL The Westgate/Belvedere Homes Community Redevelopment Agency (WCRA) is seeking proposals from

More information

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR QUALIFICATIONS:

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR QUALIFICATIONS: COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR QUALIFICATIONS: ARCHITECTURAL SERVICES FOR CHILD DEVELOPMENT CENTER RENOVATION RFQ #1711001 Due Date: December 7, 2017 Not Later Than

More information

REQUEST FOR PROPOSALS INSURANCE BROKERAGE SERVICES

REQUEST FOR PROPOSALS INSURANCE BROKERAGE SERVICES REQUEST FOR PROPOSALS INSURANCE BROKERAGE SERVICES 313 E McKay St. Frontenac, KS 66763 Ph: (620) 231-9210 Fax: (620)231-1421 Issue Date: March 1, 2019 Responses Due: March 15, 2019 by 4 p.m. City of Frontenac

More information

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES RFP # 2018-06 SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES The Baker County Board of County Commissioners, Florida (County) will receive sealed proposals until 3:00 p.m. local time, on April

More information

REQUEST FOR PROPOSAL (RFP) # DESIGN BUILD NEW CHIEFLAND MIDDLE/HIGH SCHOOL CONSULTANTS' COMPETITIVE NEGOTIATION ACT (CCNA)

REQUEST FOR PROPOSAL (RFP) # DESIGN BUILD NEW CHIEFLAND MIDDLE/HIGH SCHOOL CONSULTANTS' COMPETITIVE NEGOTIATION ACT (CCNA) REQUEST FOR PROPOSAL (RFP) # 2017-01 DESIGN BUILD NEW CHIEFLAND MIDDLE/HIGH SCHOOL CONSULTANTS' COMPETITIVE NEGOTIATION ACT (CCNA) EXHIBIT I SCOPE OF WORK PREPARED BY: LEVY COUNTY SCHOOL BOARD FACILITIES

More information

Request for Proposal (RFP) For Plat book Printing

Request for Proposal (RFP) For Plat book Printing Request for Proposal (RFP) For Plat book Printing Posting Date: May 23, 2012 Response Deadline: June 8, 2012 4:00 p.m. Central Standard Time (CST) To: John Lefebvre Marinette County Land Information Director

More information

Subcontract Agreement

Subcontract Agreement S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor

More information

REQUEST FOR PROPOSALS. Auditing Services. Bid #

REQUEST FOR PROPOSALS. Auditing Services. Bid # REQUEST FOR PROPOSALS Auditing Services Bid #04-09-10-08 The City of Danbury, Connecticut is requesting proposals from qualified independent public accounting firms or accountants, in accordance with the

More information

Request for Qualifications

Request for Qualifications Request for Qualifications Barry County Sheriff s Department/Jail Facility and Commission on Aging Facility Consulting Services Barry County 220 W. State St. Hastings, Michigan 49058 Prepared By: Michael

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

CITY OF DES MOINES ENGINEERING DEPARTMENT REQUEST FOR PROPOSALS

CITY OF DES MOINES ENGINEERING DEPARTMENT REQUEST FOR PROPOSALS CITY OF DES MOINES ENGINEERING DEPARTMENT REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR 2016-2017 ON-CALL TRAFFIC ENGINEERING SERVICES Activity ID 14-2016-002 1. Purpose: The City of Des Moines, Iowa,

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

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

RENEWABLE WATER RESOURCES

RENEWABLE WATER RESOURCES RENEWABLE WATER RESOURCES Purchasing Department 561 Mauldin Road Greenville, South Carolina 29607 REQUEST FOR QUALIFICATION For Indefinite Delivery Contract Construction Services For Process (WRRFs) and

More information

HILLSBOROUGH COUNTY AVIATION AUTHORITY

HILLSBOROUGH COUNTY AVIATION AUTHORITY HILLSBOROUGH COUNTY AVIATION AUTHORITY INVITATION TO QUOTE FOR Security Access Control Software Maintenance QUOTE NUMBER: 14-534-805 ISSUE DATE: July 16, 2014 1.0 Background and Contact Information 1.01

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

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES REQUEST FOR PROPOSAL HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES August 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and

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

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL Request for Proposals (RFP) SAU #44 and the Nottingham School District REQUEST FOR PROPOSAL ( RFP ) RFP NOTT 05-17 INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL SAU #44 and the Nottingham School District

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES ALVORD UNIFIED SCHOOL DISTRICT Angie Lopez, Director of Facilities Planning 10365 Keller Avenue Riverside, CA 92505 VARIOUS PROJECTS

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 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