REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA
|
|
- Arline Bishop
- 5 years ago
- Views:
Transcription
1 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 on-call construction inspection services. All questions regarding this Request for Proposals (RFP) shall be directed to Sydney Chow, Assistant Engineer, at (650) The RFP is available for viewing online at The Public Works Department is anticipating an increase in various capital improvement construction projects over the next few years. Projects may be inclusive of but not limited to sanitary sewer rehabilitation, street rehabilitation, sidewalk repair and federally funded intersection improvements and pedestrian street lighting projects. Projects may be funded by various Federal, Grant, or Local sources. It is anticipated that the selected firm will provide one experienced individual who will inspect some of these projects. The consultant is required to provide their own transportation, all safety outfits, cell phone, digital camera, computer or lap top for day-to-day inspection tracking, reporting and associated work activities. It is anticipated that the necessary inspections can be done by one full time inspector. A second inspector may be needed as a backup. Proposals shall be submitted by firms that have a capable and demonstrable background in the type of work described in Section I, "SCOPE OF SERVICES," of this notice. In addition, all interested firms shall have sufficient, readily available resources in the form of trained personnel, support services, specialized consultants and financial resources to carry out the work without delay or shortcomings. The proposals shall be submitted to Sydney Chow, Public Works Department, City of San Mateo, 330 West 20th Avenue, San Mateo, California, 94403, no later than 4:00 p.m. on January 06, Each proposer shall submit four (4) bound sets and one (1) electronic copy PDF format on USB flashdrive of the proposal in accordance with Section V, "PROPOSAL," of this notice. Nondiscrimination and Affirmative Action During the performance of services under an Agreement, Consultant and any and all Subconsultants shall not discriminate or permit discrimination against any persons or group of persons because of race, religious creed, color, national origin, age, ancestry, physical disability, medical condition, marital status, or sex, in any manner prohibited by federal, state, or local laws. Consultant will comply with all applicable provisions of Executive Order as amended by Executive Order and as supplemented by Department of Labor regulations. Consultant and any and all Sub-consultants shall take affirmation actions to ensure that applicants are employed, and that employees are treated during their employment, without regard to their race, religion, sex, color, or national origin. Such actions shall include, but are not limited to, the following: employment; upgrading; demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; selection for training, including apprenticeship. In the event Consultant or any Subconsultants fails to comply with the nondiscrimination clause
2 of an executed Agreement between the parties or with any such rules, regulations or orders. Said Agreement may be canceled, terminated or suspended, in whole or in part, and Consultant and any and all Subconsultants may be declared ineligible for further contracts. Consultant and any and all Subconsultants shall comply with all the requirements imposed by Title VI of the Civil Rights Act of 1964 (42 U.S.C. 2000(d)) and the regulations of the Department of Transportation issued hereunder (49 CFR Part 21). Consultant shall include the provisions of this section in any and all subagreements with Subconsultants to perform services under an Agreement with the City. Disadvantaged Business Enterprise (DBE) Participation This contract will be partially funded with federal funds and is, therefore, subject to Title 49, Code of Federal Regulations part 26 (49 CFR 26) entitled "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs." DBEs, as defined in 49 CFR Part 26, shall have the maximum opportunity to participate in the performance of work resulting from the RFP. Any Agreement resulting from this RFP will incorporate by reference the requirements of 49 CFR Part 26. Failure of Consultant or any or all Subconsultants to carry out these requirements will be considered a material breach of said Agreement, which may result in the termination of said Agreement or such other remedy as the City deems appropriate. The City goal for Underutilized DBE participation on this Agreement is 4.00 percent. However, Consultant is encouraged to include a higher level of DBE participation. A DBE must be a small business firm defined pursuant to 49 CFR Part 26 and be certified through the California Unified Certification Program (CUCP). Notice of Proposers DBE Information and Standard Agreement for Subcontractor/DBE Participation are attached in this RFP and also being a part of the contract provisions. Prevailing Wage Consultant shall comply with the State of California s Prevailing Wage Rate requirements in accordance with California Labor Code, Section 177, and all federal, state and local laws and ordinances applicable to work. Section 1720 of the State Labor Code which states in part: For purposes of this paragraph, construction includes work performed during the design and preconstruction phases of construction including, but not limited to, inspection and land surveying work. Wage guidelines, entitled, Construction Guidelines for Prevailing Wage and Labor Compliance on Architectural and Engineering (A&E) Contracts is used to administer Caltrans Consultant contracts and is available at: Wage information is available through the Caltrans Division of Local Assistance web site at:
3 Fees Consultant fees shall be negotiated and established on a time and material basis with a not to exceed amount, supported by an agreed schedule of rates and mark-ups. The provisions of 48 CFR, Part 31, et seq, "Cost Principles and Procedures," and 49 CFR, Part 18, "Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments" will apply to the consultant contract and to all subcontracts in excess of $25,000. I. SCOPE OF SERVICES Services will include, but not be limited to the following: Attend pre-construction meetings. Review shop drawings and submittals from contractor. Provide field inspections of work in progress to ensure compliance with plans and specifications. Follow federal requirements and procedures and filing system for federally funded projects. Take digital photos of each construction phase throughout the duration of a project. Serve as inspector of record (create redline on as-built drawings) for work inspected. Prepare and distribute written daily inspection reports via and/or hardcopy. Coordinate inspections with utility companies as necessary. Coordinate special testing and inspection work as required. Report instances of apparent non-compliance with contract plans, specifications to Public Works staff for resolution. Verify prevailing wages and payroll information. Verify progress payments. Prepare responses to request for information (RFI) II. TESTING The City will arrange with one testing company and/or a certified testing lab to ensure construction method and material compliance with the project documents. The project inspector will be responsible for overseeing the testing and reviewing the testing reports. Testing will include, but not be limited to: 1. Soil compaction testing 2. Asphalt concrete testing 3. Concrete slump and strength testing III. CONSULTANT SELECTION PROCEDURE Selection Committee, established by the City, will review proposals received by the above designated deadline, develop a shortlist of qualified consultants, and develop a final ranking of the most qualified proposals. Depending upon the relative quality of proposals, the City may invite short listed firms to interview with City staff and to present their firm s interest and qualifications for this project. Proposals will be evaluated based on the evaluation criteria listed below and the relative weight of each criteria.
4 The City plans to announce the top ranked firm after interviews have been conducted. The selected firm will then be asked to submit a detailed fee and scope of work within one week. The City will enter into contract negotiations with the top ranked firm. If negotiations are not successfully concluded, the City will, in turn, enter into negotiations with the next highest ranking firm. Consultant s work is anticipated to begin immediately upon meeting Federal eligibility requirements. Subsequent to selection of a successful proposer, the City will draw up a contract reflecting the terms and conditions of the proposal plus the City's standard liability and insurance requirements. The City reserves the right to conduct interviews with prospective consultants to clarify any issues or obtain additional information, as necessary. The City may elect to stop work at any time in the contract and will pay for work completed to that point on a time and material basis. The City reserves the right to modify or reject any or all proposals. Proposals shall remain effective for 90 days beyond the submitted date. Evaluation Criteria and Weighting: 1. Experience in inspecting public works sanitary sewer projects in the last 3 years. Identify three (3) projects demonstrating your expertise. List projects with brief description, construction cost, and completion dates. Provide a reference for each project. (15 points max.) 2. Experience in inspecting public works street rehabilitation or reconstruction projects in the last 3 years. Identify three (3) projects demonstrating your expertise. List projects with brief description, construction cost, and completion dates. Provide a reference for each project. (15 points max.) 3. Experience in inspecting street lighting installation projects in the last 3 years. Identify three (3) projects demonstrating your expertise. List projects with a brief description, construction cost, and completion dates. Provide a reference for each project. (15 points max.) 4. Identify key personnel assignments including any sub-consultants to be hired for this project. Summarize roles/responsibilities and experience relative to project scope as described above and submit resumes of staff to be assigned. Personnel assigned cannot be substituted unless approved by the City. (20 points max.) 5. Ability to commit staff for the duration of each project with little or no change-out. (10 points max.) 6. Experience in handling federally funded projects and filing procedures. (15 points max.) 7. Ability to fulfill at least 4.00% of UDBE goal throughout the duration of the contract agreement. (10 points) Firms who cannot satisfy the above criteria will not be considered. IV. PAYMENT The City intends to award at least one contract over a time period of no more than one (1) year. The City reserves the right to award any number of contracts or not to award any contract. Due
5 to the as-needed nature of the work, no work is guaranteed on any contract even if awarded. The scope of work will vary and will be requested on a task order basis as the need arises. The method of payment to the successful proposer shall be on an hourly rate of time and materials basis, as set by the proposer in the proposal, as being the maximum hourly cost to perform the work. The hourly rate shall include all direct, indirect costs and all overhead charges inclusively. Progress payments will be based on actual hours, hourly costs charged to the project on a monthly basis. V. PROPOSAL The proposal shall consist of four (4) bound sets containing 8-1/2" x 11" sheet sizes for the text and 11" x 17" sheet sizes for any fold-out drawings and one (1) electronic copy PDF format on USB flashdrive. It shall include: 1. Cover letter The cover letter should describe the background of the proposer s firm and should clearly state the proposer s understanding of the services to be provided. The letter should include the name(s) of the person(s) who will be authorized to represent the firm, their title(s) and telephone number(s) and address(es). An official of the firm who has authority to enter into a contract must sign the cover letter. 2. The proposer's implementation plan for the project, including at a minimum, those tasks outlined in Section I, Scope of Services, of this Request for Proposals. 3. The proposer's experience and history in performing this type of work, particularly those projects that have been successfully carried to construction. Include references of persons, firms, or agencies that the City may contact to verify the experience of the proposer. 4. An organizational chart, including identification of proposed key personnel by name and firm. Describe each key person s role on the project team. Proposed personnel shall be able to perform all services listed in the Scope of Services. Listing of any subcontractors/service providers must also include detailed information including the name, address, and phone number. The list should also include a description of the type of work or functionalities each company is providing related to this RFP. In addition, specify the DBE status of all subcontractors and service providers. 5. A statement of qualifications and experience for each individual expected to perform responsible portions of the work. Please emphasize the specific qualifications and experience relevant to this project. The City expects key team members to remain on the project throughout its duration. Replacement of key team members will not be permitted without prior consultation and approval by the City, unless the circumstances are beyond the consultant s control. 6. Descriptive material in support of the proposal including articles, drawings, photographs, or other media that would be helpful in evaluating the proposal. Provide information specific to your approach on this project for those items listed in the Scope of Services. Include what you believe are the major project emphasis and challenges as well as your approach assisting in the project success.
6 7. Provide a rate schedule for personnel classifications for all firms included in your proposal. Consultant shall comply with California Prevailing Wage legal requirements, as applicable. 8. Indicate ability to perform work according to the tentative Construction Schedule. 9. An identification of any modifications to the attached Professional Consulting Services Agreement (see Attachment 1) the consultant would require prior to entering into an agreement with the City. Please note this is a federal aid contract and federal contract guidelines will apply. 10. Complete and submit required federal forms (see Attachment 2). 11. Include statement acknowledging receipt of the Notice of Proposers DBE Information, (see Attachment 2). VI. LIABILITY INSURANCE Coverage shall be at least as broad as: 1. Commercial General Liability (CGL): Insurance Services Office (ISO) Form CG covering CGL on an occurrence basis, including products-completed operations, personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: ISO Form Number CA covering any auto (Code 1), or if CONSULTANT has no owned autos, hired, (Code 8) and non-owned autos (Code 9), with limit no less than $1,000,000 per accident for bodily injury and property damage. 3. Workers Compensation: as required by the State of California, with Statutory Limits, and Employer s Liability Insurance with limit of no less than $1,000,000 per accident for bodily injury or disease. 4. Professional Liability (Errors and Omissions): Insurance appropriate to the CONSULTANT s profession, with limit no less than $1,000,000 per occurrence or claim, $2,000,000 aggregate. If the CONSULTANT maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for the higher limits maintained by the CONSULTANT. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions: Additional Insured Status
7 The City of San Mateo, its elected and appointed officials, employees, and agents are to be covered as insureds on the auto policy for liability arising out of automobiles owned, leased, hired or borrowed by or on behalf of the CONSULTANT; and on the CGL policy with respect to liability arising out of work or operations performed by or on behalf of the CONSULTANT including materials, parts or equipment furnished in connection with such work or operations. General liability coverage can be provided in the form of an endorsement to the CONSULTANT s insurance (at least as broad as ISO Form CG 20 10, or both CG and CG forms if later revisions used). Primary Coverage For any claims related to this contract, the CONSULTANT s insurance coverage shall be primary insurance as respects the City, its elected and appointed officials, employees, and agents. Any insurance or self-insurance maintained by the City, its elected and appointed officials, employees, or agents shall be excess of the CONSULTANT s insurance and shall not contribute with it. Notice of Cancellation Each insurance policy required above shall provide that coverage shall not be canceled, except after thirty (30) days prior written notice (10 days for non-payment) has been given to the City. Waiver of Subrogation CONSULTANT hereby grants to City a waiver of any right to subrogation which any insurer of said CONSULTANT may acquire against the City by virtue of the payment of any loss under such insurance. CONSULTANT agrees to obtain any endorsement that may be necessary to effect this waiver of subrogation, but this provision applies regardless of whether or not the City has received a waiver of subrogation endorsement from the insurer. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. The City may require the CONSULTANT to purchase coverage with a lower deductible or retention or provide proof of ability to pay losses and related investigations, claim administration, and defense expenses within the retention. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best s rating of no less than A:VII, unless otherwise acceptable to the City. Verification of Coverage CONSULTANT shall furnish the City with original certificates and amendatory endorsements or copies of the applicable policy language effecting coverage required by this clause. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the
8 work beginning shall not waive the CONSULTANT s obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time. VII. PROFESSIONAL MALPRACTICE INSURANCE Professionals and Consultants shall provide errors and omissions insurance in the minimum amount of $1,000, aggregate. The policy shall specify the City of San Mateo, its elected and appointed officials, employees, and agents as additional insureds if such additional insured designation can be obtained by professional or consultant. VIII. HOLD HARMLESS AND INDEMNITY PROVISION CONSULTANT agrees to hold harmless and indemnify CITY, its elected and appointed officials, employees, and agents from and against any and all claims, loss, liability, damage, and expense arising from the negligent, or claimed negligent, performance of this Agreement by CONSULTANT, including claims, loss, liability, damage, and expense caused or claimed to be caused by passive negligence of CITY, its elected and appointed officials, employees, and agents. CONSULTANT will defend CITY, its elected and appointed officials, employees, and agents, against any such claims. This provision does not apply to claims, loss, liability or damage or expense arising from the sole negligence, willful misconduct, or active negligence of CITY. VI. ESTIMATED SCHEDULE FOR RETENTION OF CONSULTANT 12/11/2016 "Notice Inviting Proposals" sent out. 01/06/2017 Responses from interested firms due at the Public Works Department no later than 4:00 p.m., January 23, /13/2017 City to develop a shortlist of qualified consultants. TBD Feb 2017 Feb 2017 Consultant Interviews. City to select consultant and prepare contracts. Contract awarded. Interested firms should submit 4 (four) bound copies of the proposal and one (1) electronic copy PDF format on USB flashdrive, including a response to each of the above Selection Criteria, no later than 4:00 pm, January 06, Materials are to be sent to: Sydney Chow, Assistant Engineer City of San Mateo Public Works Department 330 West 20 th Avenue San Mateo, CA
9 Attachments: 1) Sample Agreement for Federally Funded & Non-Federally Funded Professional Consultant Services 2) Federal Forms a. Notice to Proposers DBE Information (Exhibit 10-I) b. Debarment and Suspension Certification (Exhibit 12-E) c. Sample Cost Proposal (Example #1) (Exhibit 10-H) d. Audit and Review Document (Exhibit 10-K) e. Consultant Proposal DBE Commitment (Exhibit 10-O1) f. Consultant Contract DBE Commitment (Exhibit 10-O2)
REQUEST FOR PROPOSALS For Geotechnical Engineering Services Citywide Failed Streets Geotechnical Studies CITY OF SAN MATEO, CALIFORNIA
REQUEST FOR PROPOSALS For Geotechnical Engineering Services Citywide Failed Streets Geotechnical Studies CITY OF SAN MATEO, CALIFORNIA The City of San Mateo hereby requests proposals for Geotechnical Investigation
More informationREQUEST FOR PROPOSALS For On-Call Surveying Services CITY OF SAN MATEO, CALIFORNIA
REQUEST FOR PROPOSALS For On-Call Surveying Services CITY OF SAN MATEO, CALIFORNIA The City of San Mateo hereby requests proposals for On-Call Surveying Services. All questions regarding this Request for
More informationREQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR GREEN INFRASTRUCTURE PLAN
REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR GREEN INFRASTRUCTURE PLAN CITY OF SAN MATEO, CALIFORNIA PUBLIC WORKS DEPARTMENT 330W. 20 TH AVENUE SAN MATEO, CA 94403 The City of San Mateo hereby requests
More informationEXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants
EXHIBIT B Insurance Requirements for Environmental Contractors and/or Consultants Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons
More informationAGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES
AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES This is an agreement ( Agreement ) by and between the Ventura County Transportation Commission, hereinafter
More informationREQUEST 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 informationINSTRUCTIONS TO PROPOSERS Federal Aid Contracts
ATTACHMENT B INSTRUCTIONS TO PROPOSERS Federal Aid Contracts 1. INSTRUCTIONS The proposer shall carefully examine the instructions contained herein and satisfy himself/herself as to the conditions with
More informationEXHIBIT B. Insurance Requirements for Construction Contracts
EXHIBIT B Insurance Requirements for Construction Contracts Contractor shall procure and maintain for the duration of the contract, and for 3 years thereafter, insurance against claims for injuries to
More informationATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O.
ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. BOX ADDRESS CITY, STATE, ZIP TELEPHONE NO. FAX NO. THIS CONTRACT is
More informationCITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING
CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING Release Date: Friday, January 19, 2018 Due Date: Friday, February 16, 2018, 4:00 p.m. Housing Programs
More informationJanuary 18, Request for Proposals. for
January 18, 2017 Request for Proposals for Preparation of Tulare County Transit Authority (TCTA) Fiscal Audits for Years 2016/17, 2017/18 and 2018/19 from the Tulare County Association of Governments (TCAG)
More informationREQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an
REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES to perform an ANALYSIS OF IMPEDIMENTS TO FAIR HOUSING CHOICE 24 C.F.R. 570.601 (a) (2) 24 C.F.R. 91.225 (a) June 27, 2011 ALL PROPOSALS ARE
More informationCITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940
CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)
More informationCONSULTANT SERVICES AGREEMENT
CONSULTANT SERVICES AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into this 20 th day of December, 2012, by and between the City of Rio Vista, a municipal corporation of the State of California
More informationON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]
ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT] THIS Agreement ( Agreement ) for consulting services is made by and between the City of Pittsburg
More informationARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029
CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San
More informationCITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ)
CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ) 2018 2020 Well No. 13 Final Ad Ready Design, Permitting, Bid Support and Construction Administration Services March 2018
More informationWest Hartford Housing Authority Request for Proposals (RFP) HQS Services
I. INTRODUCTION The West Hartford Housing Authority (WHHA) is seeking proposals from qualified Housing Quality Standard inspection firms (Proposers) to perform HQS inspections of its Housing Choice Vouchers
More informationAGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES
AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES THIS AGREEMENT is made by and between the School District, a political subdivision of the State of California ("DISTRICT"), and, a California corporation,
More informationREQUEST 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 informationCITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT
CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT THIS Agreement is made effective as of the day of 201_, by and between the City of Port Orchard, a municipal corporation, organized under the laws of
More informationREQUEST FOR PROPOSALS for Indian Springs Park Tree Risk Assessment and Species Conversion Feasibility Study. City of San Mateo, CA
REQUEST FOR PROPOSALS for Indian Springs Park Tree Risk Assessment and Species Conversion Feasibility Study City of San Mateo, CA RFP Announced: 8/10/2017 RFP Last Revised: 8/10/2017 Submission Deadline:
More informationCONTRACT FOR SERVICES RECITALS
CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor
More informationExcellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.
CITY OF LACEY, WASHINGTON REQUEST FOR STATEMENTS OF QUALIFICATIONS # AG-16.0370 GRAPHIC DESIGN, BRANDING, AND USER INTERFACE DESIGN SERVICES March 1, 2018 OVERVIEW The City of Lacey, Washington, is accepting
More information1033 Fifth Street Clovis, CA (559)
CITY OF CLOVIS Request for Proposal Americans with Disabilities Actt (ADA) Compliance Professional Services for Site Accessibility Evaluation/Audit Issued: June 10, 2010 City of Clovis Engineering 1033
More informationCITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study
CITY OF CHINO HILLS Request for Proposals (RFP) for Water Fixed Assets Assessment Study Date: April 15, 2014 Department: Project Name: Proposal Due Date: Public Works Department Water Fixed Assets Assessment
More informationTelemetry Upgrade Project: Phase-3
Telemetry Upgrade Project: Phase-3 Cedar River Water & Sewer District is soliciting Statements of Qualifications from interested consulting engineering firms capable of providing Telemetry/SCADA Engineering
More informationOPERATING AGREEMENT BETWEEN TRUSTEES AND AUXILIARY
OPERATING AGREEMENT BETWEEN TRUSTEES AND AUXILIARY This agreement is made and entered into by and between the State of California through its Trustees of the California State University by their duly qualified
More informationCeres Unified School District SERVICES CONTRACT
Ceres Unified School District SERVICES CONTRACT 2017-2018 This contract is used for any non-professional routine, recurring maintenance and equipment service for less than $15,000. THIS CONTRACT ( Contract
More informationPROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES
PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES THIS AGREEMENT ( Agreement ) is made and entered into by and between the City of Snohomish, Washington,
More informationCITY OF SANTA CRUZ TERMS AND CONDITIONS OF PURCHASE
1. Contract: The following terms and conditions shall govern all purchases by the City unless other terms are specifically designated by the City to apply or the City and Vendor have entered into another
More informationCITY OF OAK HARBOR REQUEST FOR PROPOSAL
CITY OF OAK HARBOR REQUEST FOR PROPOSAL WHIDBEY ISLAND MARATHON SHUTTLE SERVICE 2016 CALENDAR OF EVENTS Request for Proposals Published.. February 13, 2016 Closing Date for Receipt of Proposals.. February
More informationCONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES
CITY OF SUISUN CITY CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES THIS CONTRACT SERVICES AGREEMENT (herein Agreement ) is made and entered into this day
More informationCITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ) Pavement Repair Projects Ad Ready Design (PS&E) August 2018
CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ) 2018 2019 Pavement Repair Projects Ad Ready Design (PS&E) August 2018 INTRODUCTION In conformance with RCW 39.80, the City
More informationAGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT
AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT Sanitary Sewer Rehabilitation Design Services [name of consultant] This agreement, made and entered into this day
More informationPROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN
PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN 1. CONTRACT: This contract is entered into by and between Spokane Regional Clean Air Agency (SRCAA) and (CONTRACTOR) to provide certain services to SRCAA.
More informationREQUEST 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 informationREQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan
REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan RFP Release Date January 5, 2018 Proposal Submittal Deadline February 2, 2018-4:00 p.m. Contact Person: Sonya Williams Finance
More informationGreater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402
Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 January 3, 2017 TO: RE: Prospective Proposers Request for Quotation (RFQ) RFQ 17-01 First Aid Kits, Installation, and Vendor
More informationPERSONAL SERVICES CONTRACT County of Nevada, California
PERSONAL SERVICES CONTRACT County of Nevada, California This Personal Services Contract is made between the COUNTY OF NEVADA (herein "County"), and Kimley-Horn and Associates, Inc. (herein Contractor ),
More informationPROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS
CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS, REQUIRED INSURANCE and CALIFORNIA LABOR CODE REQUIREMENTS for PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS
More informationREQUEST FOR PROPOSALS AQUATIC FACILITY AUDIT CAMPBELL COMMUNITY CENTER POOL. Consultant Services. September 30, 2016
REQUEST FOR PROPOSALS AQUATIC FACILITY AUDIT CAMPBELL COMMUNITY CENTER POOL Consultant Services September 30, 2016 City of Campbell Department of Recreation and Community Services REQUEST FOR PROPOSAL
More informationCONTRACT AGREEMENT between Tow Company ) Contract No.: 06-FSP-01 Street Address ) City, State ZIP Code ) ) (hereinafter "Contractor") ) ) ) ) ) and )
CONTRACT AGREEMENT between Tow Company Contract No.: 06-FSP-01 Street Address City, State ZIP Code (hereinafter "Contractor" and Sacramento Transportation Authority Term: Dec. 1, 2006 Nov. 30, 2009 901
More informationREQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1
A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The
More informationState College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01
State College Area School District 131 West Nittany Avenue State College, PA 16801-4899 REQUEST FOR PROPOSAL RFP #2010/11-01 RFP Title: Labor Negotiator Release of RFP: July 28 2010 Due Date: September
More informationLONE TREE SCHOOL BELL SYSTEM
WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL BELL SYSTEM PROPOSAL DUE DATE: NOVEMBER 16, 2010 1:00 p.m. The WHEATLAND SCHOOL DISTRICT wishes to attain a Bell system for its Lone Tree
More informationRequest 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 informationReal Estate Acquisition Services For Neighborhood Stabilization Program
COUNTY OF YUBA REQUEST FOR PROPOSAL Real Estate Acquisition Services For Neighborhood Stabilization Program PROPOSAL DUE DATE: Friday, October 15, 2010 The County of Yuba wishes to retain professional
More informationNEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)
Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,
More informationREQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018
REQUEST FOR QUALIFICATIONS For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018 San Joaquin County Department of Public Works 1810 East Hazelton
More informationNOTICE 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 informationST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES
ST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES PURPOSE: To provide financial advisory services on a broad array of public financial activities for both specific projects and day-to-day
More informationCITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION
CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative
More informationTOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES
TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.
More informationREQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm
REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm NOTE: OUR ADDRESS HAS CHANGED TO 69 STATE STREET, 8 th Fl., ALBANY, NY 12207
More informationPROPOSAL DUE DATE: May 25, 2018 at 10:00 AM at City Clerk s office, 23 Russell Boulevard, Davis, 95616
REQUEST FOR PROPOSALS (RFP) ON-CALL GEOTECHNICAL ENGINEERING, AND MATERIALS TESTING SERVICES CITY OF DAVIS, PUBLIC WORKS PROPOSAL DUE DATE: May 25, 2018 at 10:00 AM at City Clerk s office, 23 Russell Boulevard,
More informationThis project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]:
DISADVANTAGED BUSINESS ENTERPRISE (DBE) INSTRUCTIONS TO BIDDERS This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]: The contractor, sub recipient or subcontractor
More informationREQUEST FOR PROPOSALS (RFP #53405) FOR WORKER S COMPENSATION THIRD PARTY ADMINISTRATOR
REQUEST FOR PROPOSALS (RFP #53405) FOR WORKER S COMPENSATION THIRD PARTY ADMINISTRATOR Responses will be accepted until 3:00 p.m. on Friday, March 7, 2014 TABLE OF CONTENTS 1.0 Information 2.0 Overview
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS Information Technology Support Services RELEASE DATE: November 3, 2017 DUE DATE: November 17, 2017 at 3:00 PM PT INTRODUCTION The City of Sammamish, Washington invites proposals from
More informationReal Estate Services For Neighborhood Stabilization Program 3
COUNTY OF YUBA REQUEST FOR PROPOSAL Real Estate Services For Neighborhood Stabilization Program 3 PROPOSAL DUE DATE: Monday, May 21, 2012, 5:00pm PST The County of Yuba wishes to retain professional real
More informationRequest for Proposal
San Mateo County Mosquito and Vector Control District Request for Proposal Professional Auditing Services Date of Issuance: December 8, 2017 Submittal Deadline: January 19, 2018 4:00 PM 1 I. INTRODUCTION
More informationARTIST PARTICIPATION AGREEMENT FOR SANTA CRUZ RECYCLED ART PROGRAM 2018 WORK FOR HIRE PROJECT AND GALLERY SHOW
ARTIST PARTICIPATION AGREEMENT FOR SANTA CRUZ RECYCLED ART PROGRAM 2018 WORK FOR HIRE PROJECT AND GALLERY SHOW THIS AGREEMENT ( Agreement ) is made this day of XXX, 2017 between CITY of Santa Cruz, a municipal
More informationHobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)
Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY 14456 Request for Bids (RFB) Herbicide control of water chestnut in the Finger Lakes PRISM Region Release Date: May 11, 2018 Bid due date and
More informationFRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER
A. INTRODUCTION FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER The Franklin Borough is seeking proposals from licensed Professional Engineers for the position of Borough Engineer for calendar
More informationREQUEST 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 informationCITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT
CITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT THIS AGREEMENT is made and entered into on this day of, 20, by and between the CITY OF STOCKTON, hereinafter referred to as "CITY,
More informationRFP NAME: AUDITING SERVICES
REQUEST FOR PROPOSAL RFP Number # RV070806 RFP NAME: AUDITING SERVICES The City of San Jose Housing Department is seeking qualifications from individuals and firms interested in providing professional
More informationREQUEST FOR QUALIFICATIONS TERMINAL 3 HEADLINE DOLPHIN DESIGN & MAINTENANCE PROGRAM
4/13/2015 REQUEST FOR QUALIFICATIONS TERMINAL 3 HEADLINE DOLPHIN DESIGN & MAINTENANCE PROGRAM A. INTRODUCTION The Port of Port Angeles (Port) invites qualified consultants to submit their qualifications
More informationCITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES
CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES May 10, 2011 GENERAL INFORMATION Introduction The City of Salinas (City) seeks qualification submittals from firms or individuals
More informationREQUEST FOR PROPOSALS (RFP) ARBORIST CONSULTANT SERVICES
REQUEST FOR PROPOSALS (RFP) ARBORIST CONSULTANT SERVICES INTRODUCTION The urban forest of Menlo Park is composed of trees growing along streets, in parks and on private property. The sustainability of
More informationPORT 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 informationCITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM
CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # 24-09-CM BACKGROUND The City of Kirkland Economic Development Program is focused on business retention. The satisfaction of existing
More informationRFQ #1647 April 2017
REQUEST FOR QUALIFICATIONS for GENERAL PUBLIC WORKS INSPECTION SERVICES RFQ #1647 April 2017 City of Culver City PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION 9770 Culver Boulevard Culver City, CA 90232-0507
More informationMobile and Stationary Security Patrol Services
Request for Proposals Mobile and Stationary Security Patrol Services The Redevelopment Agency of the City of San Jose Submittals Due: May 28, 2008 3:00 PM (pacific daylight time) San Jose Redevelopment
More informationPROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT
West Valley Sanitation District PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT 1. INTRODUCTION A. West Valley Sanitation District of Santa Clara County (District) is accepting proposals for janitorial
More informationREQUEST 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 informationPROFESSIONAL SERVICES FOR CONSTRUCTION MANAGER AT RISK (CMAR) FOR THE MOBILE DOWNTOWN TERMINAL BROOKLEY AEROPLEX MOBILE, ALABAMA
MOBILE AIRPORT AUTHORITY PROFESSIONAL SERVICES FOR CONSTRUCTION MANAGER AT RISK (CMAR) FOR THE MOBILE DOWNTOWN TERMINAL BROOKLEY AEROPLEX MOBILE, ALABAMA REQUEST FOR PROPOSAL (RFP) Date: September 24,
More informationTRAFFIC SIGN INVENTORY PROJECT CITY PROJECT NO
REQUEST FOR PROPOSAL TRAFFIC SIGN INVENTORY PROJECT CITY PROJECT NO. 14 44 DUE DATE: Thursday, March 12, 2015 at 3:00 P.M. Issued By: Public Works Department Operations & Maintenance Division 1465 S. Lincoln
More informationRFQ #1649 April 2017
REQUEST FOR QUALIFICATIONS for ON-CALL EMERGENCY SEWER SERVICES RFQ #1649 April 2017 City of Culver City PUBLIC WORKS/ENGINEERING DIVISION 9770 Culver Boulevard Culver City, CA 90232-0507 RESPONSE DUE:
More informationFORM CONTRACT FOR INDIGENT DEFENSE SERVICES
FORM CONTRACT FOR INDIGENT DEFENSE SERVICES WHEREAS, the City of, Washington (hereinafter City ) provides indigent defense services to individuals who have been certified for representation in criminal
More informationCITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:
CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA 98629 Ph: 360-263-7665 Fax: 360-263-5700 REQUEST FOR PROPOSALS FOR A LA CENTER FARMERS MARKET MASTER The City of La Center is requesting proposals from
More informationService Providers for Agency Marketing and Outreach Campaigns
Request for Qualifications for: Service Providers for Agency Marketing and Outreach Campaigns Release Date: June 18, 2018 Qualifications Due: July 18, 2018 StopWaste 1537 Webster Street, Oakland, CA 94612
More informationInstructions / Face Sheet for INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES (CONSTRUCTION-RELATED)
Contract Number: Funding Source: Budget Number: Site/Department: Program Responsibility: Instructions / Face Sheet for INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES (CONSTRUCTION-RELATED)
More informationQuestions regarding this RFP should be directed to Stephen M. Pelz, Executive Director, at (661) , ext or
ISSUE DATE: June 25, 2018 REQUEST FOR PROPOSALS Terrace Cottages The Housing Authority of the County of Kern (Authority) is seeking the Professional Services of an Architectural firm, for the purpose of
More informationEXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES
EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES The following Extra Services to the Agreement shall be performed by Architect if needed and if authorized or requested by the District: A. Making revisions
More informationDEPARTMENT OF PUBLIC WORKS Administration Division
DEPARTMENT OF PUBLIC WORKS Administration Division Dana S. Hertfelder Director 345 West 7th Street Merced, CA 95340 (209) 385-7601 (209) 722-7690 www.co.merced.ca.us Equal Opportunity Employer DATE: TO:
More informationREQUEST FOR PROPOSALS FOR DESIGN OF THE GRAPE DAY PARK RESTROOM PROJECT
Julie Procopio, P.E. Director of Engineering Services/City Engineer 201 North Broadway, Escondido, CA 92025 Phone: 760-839-4001 Fax: 760-839-4597 October 19, 2017 To Whom It May Concern: SUBJECT: REQUEST
More informationSERVICE AGREEMENT CONTRACT NO.
SERVICE AGREEMENT CONTRACT NO. THIS SERVICE AGREEMENT dated 20 between STOCKTON UNIVERSITY (the "UNIVERSITY") and (the SERVICE PROVIDER ), with a business address at. 1.1 Services. ARTICLE 1 SCOPE OF SERVICES
More informationRequest for Qualifications (RFQ #704-18) Establish a Hybrid Law Enforcement Model Consulting & Support Services
Request for Qualifications (RFQ #704-18) To Establish a Hybrid Law Enforcement Model Consulting & Support Services Posted on website (http://www.publicpurchase.com/gems/cityoflancaster,ca/buyer/public/home):
More informationCITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS
CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE
More informationPADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT
PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT This Agreement is made and entered into as of, 20, by and between the PADRE DAM MUNICIPAL WATER DISTRICT (hereinafter referred to as the
More informationRequest 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 informationWestwood Village Farmers Market Request for Proposals May 14, 2012
Westwood Village Farmers Market Request for Proposals May 14, 2012 RESPOND TO: Andrew Thomas Executive Director Westwood Village Improvement Association 10880 Wilshire Blvd Suite 117 Westwood, CA 90024
More informationCOUNTY OF SACRAMENTO MUNICIPAL SERVICES AGREEMENT FOR TITLE
COUNTY OF SACRAMENTO MUNICIPAL SERVICES AGREEMENT FOR TITLE THIS AGREEMENT is made and entered into on, by and between the insert appropriate name of contracting agency and name of contracting party and
More informationCITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of
CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of January, 2016, by and between the CITY OF TUMWATER, a Washington municipal
More informationRequest for Proposal For Scrap Metal Removal
Daryl Huddleston Director of Transportation 900 S Powell Rd Independence, MO 64056 (816)521-5335 Fax (816)521-5660 Request for Proposal For Scrap Metal Removal Proposal Due: On or before June 21, 2018
More informationRequest for Proposal # Executive Recruitment Services
Request for Proposal # 2019-001 Executive Recruitment Services Due Date: July 19, 2018 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500 N. Main Street,
More informationSTATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office
STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office SERVICES CONTRACT/P. O. # Title: THIS CONTRACT, and amendments and supplements thereto, is
More informationProfessional Engineering Services Request for Proposals As-Needed Traffic Engineering Services
February 21, 2018 Professional Engineering Services Request for Proposals As-Needed Traffic Engineering Services REQUEST FOR PROPOSALS The City of Vista is requesting written proposals from qualified traffic/transportation
More informationFor. 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