City of Albany, Oregon

Size: px
Start display at page:

Download "City of Albany, Oregon"

Transcription

1 City of Albany, Oregon REQUEST FOR PROPOSALS CITY OF ALBANY AND CENTRAL ALBANY REVITALIZATION AREA (CARA) CENTRAL ALBANY DOWNTOWN DEVELOPMENT CODE REVIEW Issue Date: February 3, 2016 Due Date: February 29, 2016, 2:00 p.m. Economic Development & Urban Renewal Director..Kate Porsche Planning Manager... Bob Richardson Purchasing Coordinator... Diane Murzynski, CPP0 For more information regarding this, contact Diane Murzynski (541) CENTRAL ALBANY REVITALIZATION AREA

2 CITY OF ALBANY TABLE OF CONTENTS TABLE OF CONTENTS... 1 PROPOSER S SUBMITTAL CHECKLIST... 2 REQUEST FOR PROPOSALS (RFP)... 3 SECTION 1 BACKGROUND AND INFORMATION... 4 SECTION 2 INSTRUCTIONS FOR PROPOSERS... 6 SECTION 3 GENERAL PROVISIONS SECTION 4 SCOPE OF WORK/SPECIFICATIONS SECTION 5 PROPOSAL SUBMITTAL REQUIREMENTS SECTION 6 EVALUATION CRITERIA SECTION 7 CONTRACT REQUIREMENTS EXHIBIT A - NON-COLLUSION AND CONFLICT OF INTEREST CERTIFICATION EXHIBIT B CERTIFICATION STATEMENT FOR CORPORATION OR INDEPENDENT CONTRACTOR EXHIBIT C - PROPOSER REPRESENTATIONS AND CERTIFICATION REGARDING DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS EXHIBIT D - INSURANCE REQUIREMENTS EXHIBIT E BUDGET COST & DELIVERABLE SCHEDULE/TIMELINE ATTACHMENT A SAMPLE CONTRACT APPENDIX - ZONE AREA MAP TABLE OF CONTENTS Page 1 of 40

3 PROPOSER S SUBMITTAL CHECKLIST Proposals must be submitted by the time designated and the address listed in the advertisement for the at the City Hall Parks & Recreation Department/Information Counter and marked received with time and date by City staff. Any proposals submitted after the designated closing time or to any other location will be determined nonresponsive and will not be opened. It is the responsibility of the Proposer to deliver the proposal by the indicated deadline to the designated location. If the Proposer submits a proposal via a delivery service (FedEx, UPS, etc.) the required sealed envelope must be enclosed in the delivery service packaging and the Project Title of the proposal must be written on the outside delivery service packaging. Proposers must submit seven (7) copies of their proposal. In addition to the hard copy (printed paper) version of Proposal, Proposer shall provide an electronic version of the Proposal on a USB drive in noneditable, Adobe format. All proposals should include the following submittals to be considered responsive: Introductory Letter Statement of Qualifications and Experience Concept Work Plan Non-Collusion and Conflict of Interest Certification (Exhibit A) Certification Statement for Corporation or Independent Contractor (Exhibit B) Proposer Representations and Certification Regarding Debarment, Suspension and Other Responsibility Matters (Exhibit C) Certification of Insurance Requirements (Exhibit D) Cost Budget and Deliverable Schedule/Timeline (Exhibit E) Signed Addenda (if applicable) PROPOSER S SUBMITTAL CHECKLIST Page 2 of 40

4 CITY OF ALBANY, OREGON REQUEST FOR PROPOSALS (RFP) Central Albany Revitalization Area (CARA) Proposals Due by 2:00 p.m., Monday, February 29, 2016 Notice is hereby given that the City of Albany (City), Oregon, and the Central Albany Revitalization Area (CARA) are requesting proposals from qualified firms that can demonstrate competency and experience providing the following: Review existing Development Code, CALUTS, Urban Renewal, and 1st Avenue Refinement Plan. Meet with developers and stakeholders to incorporate a collective vision as the basis for development code revisions, addressing barriers to development that currently exist. Propose code and map amendments to achieve a collective vision and to provide predictable outcomes. Present recommendations to appropriate policy makers: Planning Commission, Landmarks Advisory Commission, CARA Advisory Board, and City Council. Mandatory Pre-proposal Meeting: There will be a mandatory pre-proposal conference held on February 9, 2016, from 9:00 a.m. to 10:00 a.m., in the Calapooia Room, at Albany City Hall, 333 Broadalbin Street SW, Albany, Oregon. The can be downloaded from the City of Albany website at or a printed copy can be obtained at Albany City Hall, Finance Department, 333 Broadalbin Street SW, Albany, OR 97321, or phone (541) , Monday through Friday, between the hours of 8:00 a.m. and 5:00 p.m. There is a $35 charge for printed RFP documents. It is imperative that those who download the solicitation documents check the website regularly for addenda, clarifications, and other notifications that may be pertinent. In addition, all Proposers known by the City of Albany to have received a complete set of the proposal documents will receive notification when additional items are posted to the website. For questions or clarifications regarding this RFP contact Diane Murzynski, CPPO, Purchasing Coordinator, at (541) ; to be added to the Interested Proposer s list contact Nathan Reid at (541) Time is of the essence to select a consultant to recommend remedies to existing code barriers for future development. Sealed proposals must be received by the City of Albany, at the Parks & Recreation Counter, not later than 2:00 p.m. PST, Monday, February 29, 2016, addressed to the City of Albany, Attention: Diane Murzynski, CPPO, Purchasing Coordinator, 333 Broadalbin Street SW, Albany, OR On the outside of the envelope, please reference for Central Albany Downtown Development Code Review along with the name and address of the applicant. Faxed or electronic ( ) responses will not be accepted. Proposals received after the closing date and time will not be opened or reviewed. The City may reject any proposal not in compliance with all prescribed solicitation procedures and requirements and other applicable law, and may reject any or all proposals in whole or in part when the cancellation or rejection is in the best interest of the City, and at no cost to the City. DATED THIS 3RD DAY OF FEBRUARY Publish: Albany Democrat-Herald, Wednesday, February 3, 2016 Daily Journal of Commerce, Wednesday, February 3, 2016 Diane M. Murzynski, CPPO, CPPB Purchasing Coordinator /REQUEST FOR PROPOSALS (RFP) Page 3 of 40

5 1.1 HISTORY SECTION 1 BACKGROUND AND INFORMATION The City of Albany is a municipal governmental entity providing a full range of services, including fire and police protection; sewer services; water services; construction and maintenance of highways, streets, and infrastructure; recreational activities, and cultural events. Albany is located in the heart of the Willamette Valley, 24 miles south of Salem, the state capital, and 40 miles north of Eugene, the state s second largest city. With a 2015 population of 51,270, Albany sits in both Linn and Benton Counties and is the county seat of Linn County. The City employs approximately 391 staff and is organized under the council/manager form of government with a City Council comprised of six councilors and the Mayor, and a City Manager. The Council acts as the Local Contract Review Board for the City. With a diverse economic base Albany is experiencing growth common to the Willamette Valley, and is well poised to maximize the current growth potential. The Central Albany Revitalization Agency provides funding for strategic public infrastructure investments and public/private partnerships that eliminate blighting influences and further the goals of the Urban Renewal plan in the City of Albany. Objectives of CARA include: Attract new private investment to the area. Retain and enhance the value of existing private investment and public investment in the area. Provide a safe and convenient transportation network that encourages pedestrian & bicycle access to and within the town center. Preserve the Historic Districts, historic resources and existing housing in the area. Create a readily identifiable core that is unique and vibrant with a mixture of entertainment, housing, specialty shops, offices, and other commercial uses. Increase residential density in the area. Encourage the development of new forms of housing and home ownership. Enhance and protect the community and environmental values of waterway corridors in the area. Provide an enriching environment and livable neighborhoods. The Albany Development Code is on the City website at: More information is available at the following: PROJECT DESCRIPTION In general, the Project description includes facilitating the process to amend the City s Land Use Code. SECTION 1 BACKGROUND AND INFORMATION Page 4 of 40

6 1.3 REQUIRED SERVICES The City and CARA are seeking a qualified firm to assist with review and suggest revisions to Albany Development Code provisions in three zoning districts located in Central Albany. Zoning districts include Historic Downtown (HD), Waterfront (WF), and Central Business (CB). CARA desires to understand and remove barriers to development in these zones, paired with honing the vision established with the original code changes in (For example, the HD zone seeks higher density development in the core downtown area, but does not allow for the new construction of buildings without significant setbacks when the project is in proximity to any residential use; the result contradicts the goal of high density.) The final project deliverable shall be a set of Code Amendments presented to the City Council in a form ready for adoption. Amendments should be easy to understand and implement, support broader efforts to promote economic development and revitalize downtown, and be an effective planning and place making tool to improve the affected areas. The qualified firm or team should guide the code amendment process beginning with the community outreach phase with stakeholders, as well as the formal adoption process. Proposals should demonstrate a high level of experience and skill in public process facilitation and consensus building; preparation and implementation of land use regulations; identifying optional strategies within the context of a development code; translating the needs of the general public, stakeholders and city staff into feasible solutions; Oregon land use laws; and commercial and residential design principles related to walkable communities and context sensitive development. The benefits from a successful project will include: 1) simplified, accessible land use regulations, understandable to both neighborhood stakeholders and developers; 2) an economic development tool to increase the City s tax base; 3) a tool for revitalizing Downtown Albany; and 4) effective planning and place-making tool to improve our communities. The City is looking for the highest quality services at a cost representing the best value to the City. SECTION 1 BACKGROUND AND INFORMATION Page 5 of 40

7 SECTION 2 INSTRUCTIONS FOR PROPOSERS 2.1 ISSUING OFFICE AND SUBMITTAL LOCATION The City Purchasing Coordinator will issue the document and will be the sole point of contact for the City for questions, concerns, and protests. Each Proposer shall provide seven (7) total copies of their proposal with one copy marked ORIGINAL. In addition to the hard copy (printed paper) version of Proposal, Proposer shall provide an electronic version of the Proposal on a USB drive in non-editable, Adobe format. The outside of the sealed envelope should reference for Central Albany Downtown Development Code Review. Proposals must be received by the City of Albany, at the Parks & Recreation Department/Information Counter not later than 2:00 p.m., on Monday, February 29, 2016, addressed to the City of Albany, Attention: Diane Murzynski, CPPO, Purchasing Coordinator, 333 Broadalbin SW, Albany, OR Submittal Address & Process Questions: Technical Questions/Scope of Work: City of Albany Kate Porsche Finance Department Economic Development & Urban Renewal Dir. Diane Murzynski, CPPO, Purchasing Coordinator kate.porsche@cityofalbany.net 333 Broadalbin Street SW Bob Richardson, Planning Manager Albany, OR bob.richardson@cityofalbany.net diane.murzynski@cityofalbany.net Phone: (541) Telephone, facsimile, or electronically transmitted Proposals will not be accepted. Proposals received after the specified date and time will not be given further consideration. Proposers submitting Proposals are solely responsible for the means and manner of their delivery, and are encouraged to confirm delivery prior to the deadline. 2.2 PROCUREMENT TIMELINE/RFP SCHEDULE The City anticipates the following general timeline for receiving and evaluating proposals and selecting a Contractor for this RFP. The timeline listed below may be changed if it is in the City s best interest to do so. RFP Advertised February 3, 2016 Pre-Proposal Meeting February 9, 2016, 9:00 a.m. Date to Submit Changes or Solicitation Protests February 16, 2016, 2:00 p.m. Last Date for Addenda February 24, 2016, 12:00 p.m. Proposal Due Date February 29, 2016, 2:00 p.m. Evaluate Proposals March 1-4, 2016 Optional Interviews March 7-8, 2016 CARA Meeting Award Approval March 16, 2016 Council Meeting March 23, 2016 Notice of Intent to Award March 24, 2016 Protest Period ends (seven calendar days) March 30, 2016, 2:00 p.m. Contract Award and Negotiation March 31, 2016 Contract Execution and Kickoff Meeting April 2016 SECTION 2 INSTRUCTIONS FOR PROPOSERS Page 6 of 40

8 2.3 MANDATORY PRE-PROPOSAL MEETING There will be a mandatory pre-proposal meeting held on February 9, 2016, from 9:00 a.m. to 10:00 a.m., in the Calapooia Room, at Albany City Hall, 333 Broadalbin Street SW, Albany, Oregon. 2.4 CHANGES TO THE SOLICITATION BY CITY ADDENDA The City of Albany reserves the right to make changes to the RFP by written addendum, which shall be issued to all prospective Proposers known to the City of Albany to have received the Proposal Document. A prospective Proposer may request a change in the RFP by submitting a written request to the address set forth above. The request must specify the provision of the RFP in question, and contain an explanation for the requested change. All requests for changes or additional information must be submitted to the City of Albany no later than the date set in the RFP Schedule. The City of Albany will evaluate any request submitted, but reserves the right to determine whether to accept the requested change. If in the Purchasing Coordinator s opinion, additional information or interpretation is necessary; such information will be supplied in the form of an Addendum as stated above. Any addenda shall have the same binding effect as though contained in the main body of the RFP. Oral instructions or information concerning the scope of work of the project given out by City of Albany managers, employees, or agents to the prospective Proposers shall not bind the City of Albany. 1. All addenda, clarification, and interpretations will be posted on the City of Albany s website at City of Albany Bids, RFPs, RFQs. Proposers known by the City of Albany to have received a complete set of the proposal documents will receive notification when additional items are posted. 2. No addenda will be issued later than the date set in the RFP Schedule, except an addendum, if necessary, postponing the date for receipt of Proposals, withdrawing the invitation, modifying elements of the proposal resulting from a delayed process, or requesting additional information, clarifications, or revisions of proposals leading to obtaining best offers or best and final offers. 3. Each Proposer shall ascertain, prior to submitting a Proposal, that the Proposer has received all Addenda issued, and receipt of each Addendum shall be acknowledged in the appropriate location on each Addendum and included with the Proposal submittal. 2.5 TRADE SECRETS AND PUBLIC RECORDS LAW All information submitted by Proposers shall be public record and subject to disclosure pursuant to the Oregon Public Records Act, except such portions of the Proposals for which Proposer requests exception from disclosure consistent with Oregon Law. All requests shall be in writing, noting specifically which portion of the Proposal the Proposer requests exception from disclosure. Proposer shall not copyright, or cause to be copyrighted, any portion of any said document submitted to the City of Albany as a result of this RFP. Proposer should not mark the whole proposal document confidential. If a Proposal contains any information that is considered a trade secret under ORS (2), Proposers must mark each sheet of such information with the following legend: This data constitutes a trade secret under ORS (2), and shall not be disclosed except in accordance with the Oregon Public Records Law, ORS Chapter 192. Oregon Public Records Law exempts from disclosure only bona fide trade secrets, and the exemption from disclosure applies only unless the public interest requires disclosure in the particular instance. Therefore, non-disclosure of City documents or any portion of a City document submitted as part of a Proposal may depend upon official or judicial determination made pursuant to the Public Records Law. SECTION 2 INSTRUCTIONS FOR PROPOSERS Page 7 of 40

9 In order to facilitate public inspection of the non-confidential portion of the Proposal, material designated as confidential shall accompany the Proposal, but shall be readily separable from it. Prices, makes, model or catalog numbers of items offered, scheduled delivery dates, and terms of payment shall be publicly available regardless of any designation to the contrary. Any Proposal marked as a trade secret in its entirety will be considered non-responsive. 2.6 CANCELLATION ORS 279B.100 provides for cancellation, rejection, or delay of proposals when the cancellation or rejection is in the best interest of the Contracting Agency as determined by the Contracting Agency. The City of Albany reserves the right to cancel award of this contract at any time before execution of the contract by both parties if cancellation is deemed to be in the City of Albany s best interest. In no event shall the City of Albany have any liability for the cancellation of award. 2.7 LATE PROPOSALS All Proposals that are not received by the deadline stated in the RFP Schedule will be considered late. Delays due to mail and/or delivery handling, including, but not limited to delays within City of Albany s internal distribution systems, do not excuse the Proposer s responsibility for submitting the Proposal to the correct location by the stated deadline. 2.8 CONDITIONS OF SUBMITTAL By the act of submitting a response to this RFP, the Proposer certifies that: 1. The Proposer and each person signing on behalf of any Proposer certifies, and in the case of a sole proprietorship, partnership or corporation, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of their knowledge and belief, no elected official, officer, employee, or person, whose salary is payable in whole or in part by the City of Albany, has a direct or indirect financial interest in the Proposal, or in the services to which it relates, or in any of the profits thereof other than as fully described in the Proposer's response to this solicitation. 2. The Proposer has examined all parts of the Request for Proposal, including all requirements and contract terms and conditions thereof, and, if its Proposal is accepted, the Proposer shall accept the contract documents thereto unless substantive changes are made in same without the approval of the Proposer. 3. The Proposer, if an individual, is of lawful age; is the only one interested in this Proposal; and that no person, firm, or corporation, other than that named, has any interest in the Proposal, or in the proposed contract. 4. The Proposer has demonstrated quality experience providing the required goods and services. 5. The Proposer has examined the scope of services and conditions thoroughly and can provide the appropriate insurance, deposits, and bonds, if applicable. 6. The Proposer will comply fully with the scope of services for the agreed contract. 7. The Proposer can meet any and all registration and certification requirements as set forth and required in the Oregon Revised Statutes and this RFP. 2.9 PROPOSER REQUESTS INTERPRETATION OF RFP DOCUMENTS 1. Proposers shall promptly notify the City of Albany of any ambiguity, inconsistency or error, which they may discover upon examination of the Proposal Documents. 2. Proposers requiring clarification or interpretation of the Proposal Documents shall make a written request for same to the Purchasing Coordinator at the submittal location listed above. SECTION 2 INSTRUCTIONS FOR PROPOSERS Page 8 of 40

10 3. The City of Albany shall make interpretations, corrections, or changes of the Proposal Documents in writing by published Addenda. Interpretations, corrections, or changes of the Proposal Documents made in any other manner will not be binding, and Proposers shall not rely upon such interpretations, corrections, and changes. 4. Should any doubt or difference of opinion arise between the City of Albany and a Proposer as to the items to be furnished hereunder or the interpretation of the provisions of this solicitation, the decision of the City of Albany shall be final and binding upon all parties. 5. To the maximum extent allowed by law, the City may waive bid irregularities or strict compliance with any requirement herein if it concludes such action to be in its best interest PROPOSER REQUESTS FOR ADDITIONAL INFORMATION Requests for information regarding City of Albany services, programs, or personnel, or any other information shall be submitted in writing directly to the Purchasing Coordinator at the address in the. All requests for additional information shall be submitted in writing. Answers shall be provided to all Proposers of record on the date that answers are available COMPETITION Respondents are encouraged to comment, either with their Proposals or at any other time, in writing, on any specification or requirement within this RFP, which the respondent believes, will inordinately limit competition SOLICITATION PROTESTS A protest of any provision in this RFP must be made in writing and directed to the Purchasing Coordinator at the address listed in the RFP and shall be received no later than the date listed in the RFP Schedule. Any protest must address the requirement, provision or feature of this RFP or its attachments, that the potential Proposer believes is ambiguous, unclear, unfair, contrary to law or likely to limit competition. Such submittals will be reviewed upon receipt and will be answered in writing. No such protests or requests will be considered if received after the deadline. No oral, telegraphic, telephone protests or requests will be accepted COST OF RFP AND ASSOCIATED RESPONSES This RFP does not commit the City of Albany to paying any costs incurred by any Proposer in the submission or presentation of a Proposal, or in making the necessary studies for the preparation thereof. Responses to this solicitation are purely voluntary. Proposers shall not include any such expenses as part of their Proposals CITY TO REQUEST CLARIFICATION, ADDITIONAL RESEARCH, AND REVISIONS 1. The City of Albany reserves the right to obtain clarification of any point in a Proposal or to obtain additional information necessary to properly evaluate a particular Proposal. Failure of a Proposer to respond to such a request for additional information or clarification could result in a finding that the Proposer is non-responsive and consequent rejection of the Proposal. 2. The City of Albany may obtain information from any legal source for clarification of any Proposal or for information on any Proposer. The City of Albany need not inform the Proposer of any intent to perform additional research in this respect or of any information thereby received. SECTION 2 INSTRUCTIONS FOR PROPOSERS Page 9 of 40

11 3. The City of Albany may perform, at its sole option, investigations of the responsible Proposer. Information may include, but shall not necessarily be limited to credit history, recent financial statements, current litigation, bonding capacity and related history, and contacting references. All such documents, if requested by the City of Albany, become part of the public records and may be disclosed accordingly. 4. The City reserves the right to investigate references including customers other than those listed in the Proposer s submission. Investigation may include past performance with respect to its successful performance of similar projects, conformance to Owner s budget, compliance with specifications and contractual obligations, its completion or delivery of a project on schedule, and its lawful payment to employees and workers or other criteria as determined by the City. 5. The City of Albany reserves the right to request revisions of proposals after the submission of proposals and before award. 6. The City of Albany reserves the right to negotiate revisions to the final contract, as well as price, with the successful Proposer REJECTION OF PROPOSALS The City of Albany reserves the right to reject any or all Proposals received as a result of this request. Proposals may be rejected for one or more of the following reasons, including but not limited to: 1. Failure of the Proposer to adhere to one or more of the provisions established in this RFP. 2. Failure of the Proposer to submit a Proposal in the format specified herein. 3. Failure of the Proposer to submit a Proposal within the time requirements established herein. 4. Failure of the Proposer to adhere to ethical and professional standards before, during, or following the Proposal process. The City of Albany may reject any Proposal not in compliance with all prescribed public procurement procedures and requirements, and may reject for good cause any or all Proposals upon a finding of the City of Albany that it is in the public interest to do so MODIFICATION OR WITHDRAWAL OF PROPOSAL BY PROPOSER 1. A Proposal may not be modified, withdrawn, or canceled by the Proposer for 60 (sixty) calendar days following the time and date designated for the receipt of Proposals. 2. Proposals submitted early may be modified or withdrawn only by notice to the City of Albany Purchasing Coordinator, at the Proposal submittal location, prior to the time designated for receipt of Proposals. Such notice shall be in writing over the signature of the Proposer. All such communications shall be so worded as not to reveal the amount of the original Proposal or any other material contents of the original Proposal. 3. Withdrawn Proposals may be resubmitted up to the time designated for the receipt of Proposals provided that they are then fully in conformance with these Instructions to Proposers. 4. The City of Albany reserves the right to request revisions of proposals after the submission of proposals and before award for the purpose of obtaining best offers or best and final offers PROPOSAL OWNERSHIP 1. All Proposals submitted become and remain the property of the City of Albany and, as such, are considered public information and subject to public disclosure within the context of the federal Freedom of Information Act and Oregon Revised Statutes (ORS) and ORS , public records exempt from disclosure. SECTION 2 INSTRUCTIONS FOR PROPOSERS Page 10 of 40

12 2. Unless certain pages or specific information are specifically marked "proprietary" and qualify as such within the context of the regulations stated in the preceding paragraph, the City of Albany shall make available to any person requesting information through the City of Albany's processes for disclosure of public records, any and all information submitted as a result of this solicitation without obtaining permission from any Proposer to do so after the Notice of Intent to award has been released DURATION OF PROPOSAL Proposal prices, terms and conditions shall be firm for a period of at least ninety (90) days from the deadline for receipt of submittal. The successful proposal shall not be subject to future price escalation or changes of terms if accepted during the ninety (90) day period. Price decreases or changes in terms by others after the acceptance of a proposal will not be considered AFFIRMATIVE ACTION By submitting a proposal, the Proposer agrees to comply with the Fair Labor Standard Act, Title VII of the Civil Rights Act of 1964, Executive Order (as amended), Fair Employment Practices, Equal Employment Opportunity Act, Section 503 of the Rehabilitation Act of 1973, as amended; Vietnam Era Veterans' Readjustment Assistance Act of 1974; Americans with Disabilities Act; Age Discrimination in Employment Act of 1967 (ADEA); and Oregon Revised Statutes (ORS) DISADVANTAGED, MINORITY, WOMEN, & EMERGING SMALL BUSINESSES (DMWESB) Albany encourages the participation of Target Businesses. These businesses are defined as Disadvantaged, Minority-Owned, Women-Owned, and Emerging Small Businesses (DMWESB) certified by the State of Oregon (OMWESB), and businesses certified as Small Disadvantaged Businesses by the Small Business Administration. Proposers may not discriminate in the award of a subcontract because the subcontractor is a minority, women or emerging small business enterprise (MWESB) certified under ORS By submitting a proposal, the Proposer specifically certifies, under penalty of perjury, that the Proposer has not discriminated against minority, women or emerging small business enterprises in obtaining any required subcontracts CONDITIONS CONCERNING PAYMENT, CONTRIBUTIONS, LIENS, WITHHOLDING All Proposers shall comply with ORS 279B.220: 1. Make payment promptly, as due, to all persons supplying to the contractor labor or material for the performance of the work provided for in the contract. 2. Pay all contributions or amounts due the Industrial Accident Fund from the Contractor or subcontractor incurred in the performance of the contract. 3. Not permit any lien or claim to be filed or prosecuted against the state or a county, school district, municipality, municipal corporation or subdivision thereof, on account of any labor or material furnished. 4. Pay to the Department of Revenue all sums withheld from employees under ORS SECTION 2 INSTRUCTIONS FOR PROPOSERS Page 11 of 40

13 2.22 CONDITION CONCERNING PAYMENT FOR MEDICAL CARE AND PROVIDING WORKERS COMPENSATION All Proposers shall comply with ORS 279B.230: 1. Contractor shall promptly, as due, make payment to any person, copartnership, association or corporation furnishing medical, surgical and hospital care services or other needed care and attention, incident to sickness or injury, to the employees of the contractor, of all sums that the contractor agrees to pay for the services and all moneys and sums that the contractor collected or deducted from the wages of employees under any law, contract or agreement for the purpose of providing or paying for the services. 2. All subject employers working under the contract are either employers that will comply with ORS or employers that are exempt under ORS CONDITION CONCERNING HOURS OF LABOR All Proposers shall comply with ORS 279B.235, (1) except as provided in subsections (3) to (5) of this section. 1. A person may not be employed for more than 10 hours in any one day, or 40 hours in any one week, except in cases of necessity, emergency or when the public policy absolutely requires it, and in such cases, except in cases of contracts for personal services designated under ORS 279A.055, the employee shall be paid at least time and a half pay: a) (A) For all overtime in excess of eight hours in any one day or 40 hours in any one week when the work week is five consecutive days, Monday through Friday; or (B) For all overtime in excess of 10 hours in any one day or 40 hours in any one week when the work week is four consecutive days, Monday through Friday; and b) For all work performed on Saturday and on any legal holiday specified in ORS 279B An employer must give notice in writing to employees who work on a public contract, either at the time of hire or before commencement of work on the contract, or by posting a notice in a location frequented by employees, of the number of hours per day and days per week that the employees may be required to work. 3. Contracts for personal services, described in ORS 279A.055, Contractor s employee shall be paid at least time and a half for all overtime worked in excess of 40 hours in any one week, except for individuals under personal services contracts who are excluded under ORS to or under 29 U.S.C. 201 to 209 from receiving overtime. 4. Contracts for services require that persons employed under the contracts shall receive at least time and a half pay for work performed on the legal holidays specified in a collective bargaining agreement or in ORS 279B.020 (1)(b)(B) to (G) and for all time worked in excess of 10 hours in any one day or in excess of 40 hours in any one week, whichever is greater. An employer shall give notice in writing to employees who work on a contract for services, either at the time of hire or before commencement of work on the contract, or by posting a notice in a location frequented by employees, of the number of hours per day and days per week that the employees may be required to work. 5. This section does not apply to public contracts: (a) With financial institutions as defined in ORS (b) Made pursuant to the authority of the State Forester or the State Board of Forestry under ORS for labor performed in the prevention or suppression of fire. (c) For goods or personal property. SECTION 2 INSTRUCTIONS FOR PROPOSERS Page 12 of 40

14 2.24 NOTIFICATION OF INTENT TO AWARD All responsive and evaluated Proposers to this RFP will be notified of the Selection Review Committee's recommendation and the City's intent to award an agreement not less than seven (7) days prior to award of agreement. The notice of intent to award an agreement will be directed to the person who has signed the Proposal on behalf of the Proposer PROTEST OF AWARD A Proposer may protest the award of a contract or the intent to award such a contract, whichever occurs first, if the following conditions are satisfied: (1) The Proposer must be adversely affected because the Proposer would be eligible to be awarded the contract in the event the protest is successful; (2) The reason for the protest is that all the lower bids or higher ranked Proposals are non-responsive; (3) The City has failed to conduct the evaluation of Proposals in accordance with the criteria or processes described in the Solicitation Document; (4) The City has abused its discretion in rejecting the protestor's bid as nonresponsive; (5) The City's evaluation of the Proposals or the subsequent determination of award is otherwise in violation of ORS 279B.410. The Proposer must deliver the written protest to the Purchasing Coordinator within seven days after issuance of Notice of Intent to Award. A Proposer's written protest shall specify the grounds for protest. The City shall not consider a Proposer's contract award protest submitted after the above time line NOTIFICATION OF INTENT TO AWARD All responsive and evaluated Proposers to this RFP will be notified of the Evaluation Committee's recommendation and the City's intent to award an agreement not less than seven (7) days prior to award of agreement. The notice of intent to award an agreement will be directed to the person who has signed the Proposal on behalf of the Proposer PROTEST OF AWARD A Proposer may protest the award of a contract or the intent to award such a contract, whichever occurs first, if the following conditions are satisfied: (1) The Proposer must be adversely affected because the Proposer would be eligible to be awarded the contract in the event the protest is successful; (2) The reason for the protest is that all the lower bids or higher ranked Proposals are non-responsive; (3) The City has failed to conduct the evaluation of Proposals in accordance with the criteria or processes described in the Solicitation Document; (4) The City has abused its discretion in rejecting the protestor's bid as nonresponsive; (5) The City's evaluation of the Proposals or the subsequent determination of award is otherwise in violation of ORS 279B.410. The Proposer must deliver the written protest to the Purchasing Coordinator within seven days after issuance of Notice of Intent to Award. A Proposer's written protest shall specify the grounds for protest. The City shall not consider a Proposer's contract award protest submitted after the above time line NOTICE TO PROCEED Work under the Agreement may not begin until the Notice to Proceed has been issued. The City will issue the Notice to Proceed after execution of the Contract. The Notice to Proceed will state the date work under the Agreement shall begin. SECTION 2 INSTRUCTIONS FOR PROPOSERS Page 13 of 40

15 2.29 RECIPROCAL PREFERENCE LAW Oregon s reciprocal preference law, ORS 279A.120 and ORS 279A.125, requires public contracting agencies, in determining the lowest responsible Proposer, to add a percent increase to each out-of-state Proposer s bid price which is equal to the percent of preference given to local Proposers in the Proposer s home state. That is, if the low Proposer is from a state that grants a 10 percent preference to its own in-state Proposers, the Oregon Agency must add 10 percent to that Proposer s price when evaluating the bid. For details, check Oregon s Reciprocal Preference Law website at: Proposers in need of any assistance in the application of this law should contact the State Procurement Office: State of Oregon, Department of Administrative Services, State Procurement Office, 1225 Ferry Street SE, U-140, Salem, OR Telephone: (503) INTERGOVERNMENTAL COOPERATIVE AGREEMENT Pursuant to ORS 279A.215, other Public Agencies shall have the ability to purchase the awarded goods and services from the awarded Firm(s) under terms and conditions of the resultant contract. Any such purchases shall be between the Firm and the Participating Public Agency and shall not impact the Contactor s obligation to the City of Albany. If the Firm chooses to participate in such agreements, all Agency relationships including those for contract administration, ordering, deliveries, approvals, billing, and collections shall be between the Participating Agency and the Firm. The originating agency, City of Albany, except for this enabling agreement, shall not participate in any aspects of commercial activity between the Firm and the Participating Agency. If the Firm agrees to participate, all such participation shall be on the basis of this solicitation and the resulting award except that reasonable changes in pricing and terms may be negotiated directly between the Participating Agency and the Firm to accommodate differences in delivery distances and local conditions. All such changes shall be solely between the Firm and the Participating Agency. Proposer must accept or decline participation in the Cooperative Agreement by providing written notification within the Proposal Response Introductory Letter and Non-Collusion and Conflict of Interest Certification. SECTION 2 INSTRUCTIONS FOR PROPOSERS Page 14 of 40

16 SECTION 3 GENERAL PROVISIONS 3.1 DEFINITIONS (as used in these contract documents, except where the context otherwise clearly requires) CALUTS means Central Albany Land Use Transportation Study CARA means Central Albany Revitalization Area. CB means Central Business Zone. CITY, OWNER means the City of Albany, Oregon. CITY S REPRESENTATIVE, CONTRACT ADMINISTRATOR means the person or persons designated by the City to administer this Contract and monitor compliance hereunder. CONTRACT DOCUMENTS means all written documents existing at the time of execution of this Contract and setting forth the obligations of the parties, including the, Professional Services Agreement, Scope of Services, Non-Collusion and Conflict of Interest Certification, Certification Statement for Corporation or Independent Contractor, Proposer Representations and Certification Regarding Debarment, Suspension and Other Responsibility Matters, Certification of Insurance Requirements, References, Cost Proposal, Proposal Response, and other attachments, exhibits, or addenda applicable to the final Contract Documents. In addition, written amendments to the Contract Documents executed by the parties from time to time, and any documents expressly incorporated by reference elsewhere in the Contract Documents enumerated above. CONTRACTOR, CONSULTANT, PROPOSER, RESPONDENT means the person or firm that has undertaken to perform the work subject of this contract and by whom or on whose behalf the contract was signed. DELIVERABLE means the acceptable product or service as identified in the statement of work; received as requested at the right: time, place, quality, quantity, and price. A deliverable must be measureable to determine that all conditions and acceptable performance are met. HD means Historic Downtown Zone. RESPONSIBLE PROPOSER means a Person or Firm that has submitted an Offer and meets the standards set forth in OAR , and not debarred or disqualified by the Contracting Agency under OAR When used alone, Responsible means meeting the aforementioned standards and is also defined in ORS 279B.110. RESPONSIVE PROPOSAL means an Offer or Proposal that substantially complies in all material respects with all prescribed procurement procedures and applicable solicitation requirements. When used alone, Responsive means having the characteristic of substantially complying in all material respects with applicable solicitation requirements. STATEMENT OF TIME means a period of time, unless stated as a number of City business days, shall include Saturdays, Sundays, and holidays. The word "day" as used in this RFP document, and any resulting contract awarded as a result of this process, shall constitute a calendar day of 24 hours measured from midnight to the next midnight. SUBSTANTIAL COMPLETION means a stage in the progress of the Work when the Work or designated portion thereof is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or use the Work or a portion thereof for its intended use. SECTION 3 GENERAL PROVISIONS Page 15 of 40

17 UR means Urban Renewal. WF means Waterfront Zone. WORK means all tasks specified or necessarily implied in these Contract Documents to perform and complete their intended result. The term encompasses all labor, materials, supplies, tools, equipment, fuel, administrative and support services, overhead, and other direct and indirect expenses necessary to achieve the result intended by the Contract Documents. 3.2 CITY REPRESENTATIVE AND CONTRACT ADMINISTRATOR The City s Representative or designee shall have full authority to act on behalf of the City with respect to administration of the provisions of this Contract, including the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the Contract. The Representative or designee shall also have authority to reject all work that does not conform to the Contract Documents. The Representative for the purpose of administering this Contract will be: Kate Porsche, Economic Development and Urban Renewal Director Phone: (541) Fax: (541) The City s Representative shall observe, monitor, and inspect the work to the extent required to determine the provisions of the Contract Documents are being properly fulfilled. The inspection of the work completed shall not relieve the Contractor of his/her obligation to perform acceptable work in conformance with these Contract Documents. 3.3 NOTICES, INVOICES, AND PAYMENTS All notices, invoices, and payments shall be made in writing and may be given by personal delivery or by mail. Notices, bills, and payments sent by mail should be addressed as follows: CITY OF ALBANY: CONTRACTOR: 333 Broadalbin Street SW P.O. Box 490 Albany, Oregon (Address), (City, State, Zip) And when so addressed, shall be deemed given upon deposit in the United States mail, postage prepaid. In all other instances, notices, bills, and payments shall be deemed given at the time of actual delivery. Changes may be made in the names and addresses of the person to whom notices, bills, and payments are to be given by giving notice pursuant to this section. SECTION 3 GENERAL PROVISIONS Page 16 of 40

18 SECTION 4 SCOPE OF WORK/SPECIFICATIONS 4.1 REQUIRED SERVICES The City and CARA are seeking a qualified consultant to facilitate the process to amend the City s Land Use Code. The consultant should develop solutions, assist with review, and suggest revisions to the Albany Development Code provisions in three specific zoning districts located in Central Albany. The qualified firm or team should guide the code amendment process beginning with the community outreach phase with stakeholders, as well as the formal Code adoption process. Zoning districts include Historic Downtown (HD), Waterfront (WF), and Central Business (CB). CARA desires to understand and remove barriers to development in these zones, paired with honing the vision established with the original code changes in (For example, the HD zone seeks higher density development in the core downtown area, but does not allow for the new construction of buildings without significant setbacks when the project is in proximity to any residential use; the result contradicts the goal of high density.) The final project deliverable shall be a set of Code Amendments presented to the City Council in a form ready for adoption. Amendments should be easy to understand and implement, support broader efforts to promote economic development and revitalize downtown, and be an effective planning and place-making tool to improve the affected areas. Currently there are 22 Chapters in the Albany Development Code. Code amendments must include updated references throughout the Code to provide accurate continuity. The final report should identify the issues or desired outcomes within the described Central Albany area, and propose amendments to the Code, zoning map, or other plan documents, to address the problem or achieve desired outcomes. Potential disadvantages of proposed amendments or other implications should also be identified to assist in the decision making process. Staff envisions a summary report in table format, as well as a detailed report, that will present issues, proposed solutions, e.g. revised Code text, and implications of proposed solutions. Benefits from a successful project include: 1) simplified, accessible land use regulations, understandable to both neighborhood stakeholders and developers; 2) an economic development tool to increase the City s tax base; 3) a tool for revitalizing Downtown Albany; and 4) an effective planning and placemaking tool to improve our communities. The City is looking for the highest quality services at a cost representing the best value to the City. 4.2 CONTRACT TERM The contract will begin March 2016 with an estimated completion date approximately nine months following contract execution. Ultimate completion includes solutions developed, reviewed, presented, and adopted by the CARA Advisory Board and the City Council. 4.3 SCOPE OF SERVICES Proposers should demonstrate that they have experience, skills, and understanding of the following: the following criteria: A high level of experience and skill in public process facilitation and consensus building Preparation and implementation of land use regulations Identifying optional strategies within the context of a development code Translating the needs of the general public, stakeholders, and city staff into feasible solutions Oregon land use laws Experience with current best practices in urban design. SECTION 4 SCOPE OF WORK/SPECIFICATIONS Page 17 of 40

19 In addition, Proposer should have a minimum of five (5) years (preferable) experience in planning related services, urban design, landscape architecture, architecture or engineering, or a background related to municipal planning or writing and developing code, or a combination thereof. The scope of work entails: Review existing Albany Development Code, CALUTS, Urban Renewal, and the 1st Avenue Refinement Plan. Meet with developers and stakeholders to understand and incorporate the collective vision for the area as the basis for development code revisions, addressing barriers to development that currently exist. Consider separate meetings for staff, and a broader community meeting for stakeholders and developers. Develop, propose, and present code and map amendments, if appropriate, to achieve a collective vision for the area and to provide predictable outcomes for stakeholders. Use illustrations and figures to convey spatial and design concepts for final product and required presentations. Provide presentations to policy makers, including: Planning Commission, Landmarks Advisory Commission, CARA Advisory Board, City Council, and other commissions or stakeholders if needed. Include circle-back meetings with stakeholders on proposed language changes. Incorporate a minimum of two meetings followed by final revisions and provide deliverable in Microsoft Office Word Outline, suggest, and present solutions to City staff to review and test proposed solutions. Prepare final reports that include proposed amendments in a form ready to be adopted by City Council. 4.4 Specific Tasks: Unless specified below, the City is requesting that the consultant propose the number of meetings, workshop or other public forums they deem appropriate. The proposal shall provide a cost breakdown for a typical meeting (public hearing, workshops, etc), to enable necessary adjustment in the final scope of work. Identifying issues and objectives of potential amendments One of the early steps of this process will be an opportunity for the community to share their suggestions on how the Code could be improved. The City envisions a combination of open houses and/or participation in other forums to help solicit this input. This could include City sponsored open houses, or workshops at established meetings such as the Albany Downtown Association or Chamber of Commerce. For those not able to attend these sessions, staff would expect the consultant to establish a means for soliciting written comments. Use of the CARA and/or Community Development - Planning s webpage to view and post suggested amendments may be possible. At minimum, the consultant will establish a library of suggested amendments which will be available to the public. Prioritizing potential amendments Once issues or desired outcomes have been identified, the consultant will develop a list of suggested solutions and amendments, and will work with, staff, appropriate City Commissions (such as the Planning, and Landmarks Advisory Commissions), and CARA to prioritize the list. If the number of potential amendments will exceed the available budget for this project, the consultant will determine a more specific working list of potential amendments which can be accommodated within the scope of the contract, based on the priority list developed by staff and City Commissions. The City anticipates that CARA and the City Commissions will provide an opportunity for public input on the potential priority list before making a decision. This opportunity could occur through a typical CARA meeting or Commission meeting(s) or through an alternative forum created by staff and the consultant. Other meetings to facilitate City approval may be required. SECTION 4 SCOPE OF WORK/SPECIFICATIONS Page 18 of 40

City of Albany, Oregon

City of Albany, Oregon City of Albany, Oregon REQUEST FOR PROPOSALS RECREATION MANAGEMENT SOFTWARE Issue Date: August 31, 2015 Due Date: September 30, 2015, 2:00 p.m. Director of Parks & Recreation.. Ed Hodney IT Project Manager...

More information

City of Albany, Oregon

City of Albany, Oregon City of Albany, Oregon REQUEST FOR PROPOSALS EXECUTIVE SEARCH FIRM SERVICES FOR CITY MANAGER RECRUITMENT & FINANCE DIRECTOR RECRUITMENT Issue Date: March 30, 2016 Due Date: April 28, 2016, 2:00 p.m. PDT

More information

City of Albany, Oregon

City of Albany, Oregon City of Albany, Oregon REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FIRM FOR CLASSIFICATION/COMPENSATION & EQUAL PAY STUDIES Issue Date: December 29, 2017 Due Date: January 30, 2018, 2:00 p.m. (local time)

More information

City of Albany, Oregon

City of Albany, Oregon City of Albany, Oregon REQUEST FOR PROPOSALS MUNICIPAL COURT MANAGEMENT SOFTWARE Issue Date: July 29, 2016 Due Date: September 2, 2016, 2:00 p.m. Director of Finance.....Stewart Taylor IT Project Manager...

More information

City of Albany, Oregon

City of Albany, Oregon City of Albany, Oregon REQUEST FOR PROPOSALS POLICE VEHICLE LEASE/PURCHASE UPFIT POLICE VEHICLES AND MAINTAIN EQUIPMENT Due Date: February 28, 2012 Submittal Location: City of Albany Finance Department,

More information

INVITATION TO BID Provision and Delivery of Low Salt Sodium Hypochlorite

INVITATION TO BID Provision and Delivery of Low Salt Sodium Hypochlorite CITY OF ALBANY, OREGON PUBLIC WORKS OPERATIONS INVITATION TO BID Provision and Delivery of Low Salt Sodium Hypochlorite Issue Date: May 7, 2018 Due Date: June 5, 2018, 2:00 p.m. (Local Time) Public Works

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

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

City of Albany, Oregon

City of Albany, Oregon City of Albany, Oregon INVITATION TO BID WATER TREATMENT CHEMICALS Issue Date: October 23, 2017 Due Date: November 21, 2017, 2:00 p.m. (Local Time) Public Works Operations Director. Chris Bailey Water

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

HVAC Remodel Second Floor North Center Building

HVAC Remodel Second Floor North Center Building Invitation For Bid 01/02-08 Purchasing Services HVAC Remodel Second Floor North Center Building ISSUE DATE: 8:00 a.m., Wednesday, December 5, 2001 MANDATORY PRE-BID MEETING: 10:00 a.m., Wednesday, December

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

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

More information

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

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

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

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend HDC124 Housing Development Corporation of Rock Hill Request for Proposal CONSTRUCTION OF THREE NEW HOMES Cottages at Southend MANDATORY PRE-BID MEETING: 10 a.m. Wednesday, February 28, 2018 The Housing

More information

REQUEST FOR PROPOSAL FOR THE 5-YEAR UPDATE OF THE OTSEGO COUNTY MULTI-JURISDICTIONAL MULTI- HAZARD MITIGATION PLAN

REQUEST FOR PROPOSAL FOR THE 5-YEAR UPDATE OF THE OTSEGO COUNTY MULTI-JURISDICTIONAL MULTI- HAZARD MITIGATION PLAN REQUEST FOR PROPOSAL FOR THE 5-YEAR UPDATE OF THE OTSEGO COUNTY MULTI-JURISDICTIONAL MULTI- HAZARD MITIGATION PLAN 2013-2018 Submitted by the Otsego County Planning Department Prepared by the Otsego County

More information

Document A701 TM. Instructions to Bidders

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

More information

REQUEST FOR QUALIFICATIONS. Construction Related Services Retainer Contract

REQUEST FOR QUALIFICATIONS. Construction Related Services Retainer Contract REQUEST FOR QUALIFICATIONS Construction Related Services Retainer Contract ISSUE DATE: January 10, 2017 CLOSING DATE: August 31, 2018 CLOSING TIME: 5:00 PM Pacific Time TABLE OF CONTENTS Page Section I

More information

Request for Proposals: Environmental Site Assessment for Single Property

Request for Proposals: Environmental Site Assessment for Single Property OBDD RFP No. C2019048 Request for Proposals: Environmental Site Assessment for Single Property Proposal due date: January 29, 2019 at 3:00 p.m. Pacific Time 1.0 SOLICITATION INFORMATION AND REQUIREMENTS

More information

AIA Document A701 TM 1997

AIA Document A701 TM 1997 Instructions to Bidders AIA Document A701 TM 1997 for the following PROJECT: (Name and location or address) Implementation of Master Plan Projects Phase I Genesee Community College One College Road Batavia,

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

REQUEST FOR QUALIFICATIONS. Professional Consultant Retainer Contract

REQUEST FOR QUALIFICATIONS. Professional Consultant Retainer Contract OREGON STATE UNIVERSITY REQUEST FOR QUALIFICATIONS Professional Consultant Retainer Contract ISSUE DATE: October 31, 2017 {00344109;3} TABLE OF CONTENTS Page Section I Retainer Contract Introduction...

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 Proposals

Request for Proposals RFP #G058 Request for Proposals A/E Design Consulting Services Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301 Proposals must be submitted No later than 1:00 PM March

More information

REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018

REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018 REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES Cumberland Mountain Community Services Board RFP#: AUDIT2018-2020 Issue Date April 23, 2018 Cumberland Mountain Community Services requests qualified

More information

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

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

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR LEGAL SERVICES 750 Commerce Drive, Suite 110 Decatur, Georgia 30030 TABLE OF CONTENTS PART I INTRODUCTION... PAGE 1.1 Definitions...3 1.2 Profile of the...3 PART II STATEMENT

More information

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

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

More information

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

COUNTY OF COLE JEFFERSON CITY, MISSOURI

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

More information

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS INVITATION FOR BIDS CATCH BASIN CLEANING SERVICES March 29, 2018 Town Hall 10 Central Street Manchester-By-The-Sea, MA 01944 (P) 978-526-1242 (F) 978-526-2007

More information

AIA Document A101 TM 2007

AIA Document A101 TM 2007 AIA Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month

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 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

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

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

More information

SILVER FALLS SCHOOL DISTRICT INVITATION TO BID. Covered Play Shed Project. Closing Date: 11:00 am on September 22, 2016

SILVER FALLS SCHOOL DISTRICT INVITATION TO BID. Covered Play Shed Project. Closing Date: 11:00 am on September 22, 2016 SILVER FALLS SCHOOL DISTRICT INVITATION TO BID Covered Play Shed Project Closing Date: 11:00 am on September 22, 2016 Submit Proposals to: Lorin Stanley, Director of Maintenance Silver Falls School District

More information

Public Review Draft PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES

Public Review Draft PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES. PURPOSE AND INTENT OF RULE () The primary purpose of this Rule is to describe the process for developing

More information

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

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

More information

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

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 OWNER : THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 Phone: 404.608.2300 Mandatory Pre-Bid Conference: Date: July 28,

More information

COMMISSION ADOPTED POLICY Procurement Policy

COMMISSION ADOPTED POLICY Procurement Policy Procurement Policy Adopted: December 16, 2014 Revised: N/A Page 1 of 6 1.0 Purpose and Need All procurement shall be in accordance with the Code of Virginia 2.2-4300, the Virginia Public Procurement Act,

More information

January 18, Request for Proposals. for

January 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 information

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:

More information

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address)address): Orig A701-1997 THE OWNER: (Name, legal status and address)(name and address): THE ARCHITECT:

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01

DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01 DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01 PROJECT TITLE: Marketing and Outreach Proposal PROPOSAL DUE DATE: February 27, 2015 by 4:00 P.M. Mailed,

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

More information

REQUEST FOR BID PROPOSALS

REQUEST FOR BID PROPOSALS REQUEST FOR BID PROPOSALS FOR EASTERN OREGON TRADE AND EVENT CENTER PROJECT BID ISSUANCE #8 LANDSCAPING AND IRRIGATION Hermiston, Oregon February 12, 2016 Eastern Oregon Trade and Event Center BID ISSUANCE

More information

State of Florida Department of Transportation

State of Florida Department of Transportation ITB-DOT-10/11-4023FS State of Florida Department of Transportation INVITATION TO BID ITB Number: Project Description: MANDATORY PRE-BID CONFERENCE Deadline for Questions Sealed Bids Due: ITB-DOT-1 0/11-4023FS

More information

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September

More information

Texas Automobile Insurance Plan Association (TAIPA) Request for Proposal for Actuarial Services

Texas Automobile Insurance Plan Association (TAIPA) Request for Proposal for Actuarial Services Texas Automobile Insurance Plan Association (TAIPA) Request for Proposal for Actuarial Services TAIPA is soliciting proposals from qualified actuarial firms, to develop insurance rate filings for automobile

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS IMPLEMENTATION OF INVESTING IN MANUFACTURING COMMUNITIES PARTNERSHIP (IMCP) DESIGNATION REQUEST FOR PROPOSALS NORTHWEST GEORGIA MANUFACTURING CONSORTIUM c/o NORTHWEST GEORGIA REGIONAL COMMISSION P.O. BOX

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

PROPOSAL DOCUMENTS FOR PORTABLE RESTROOMS

PROPOSAL DOCUMENTS FOR PORTABLE RESTROOMS PROPOSAL DOCUMENTS FOR PORTABLE RESTROOMS PROPOSALS DUE: March 31, 2016 2:00 P.M. AT THE DISTRICT OFFICE 799 SW Columbia Street, BEND, OR 97702 PROJECT NUMBER 2016-01 CONTRACT ADMINISTRATOR DAVID L. CROWTHER,

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

KOINONIA HOUSE (KHSE) CAMPUS PUBLIC SAFETY OFFICE (CPSO) RENOVATIONS Solicitation #1560

KOINONIA HOUSE (KHSE) CAMPUS PUBLIC SAFETY OFFICE (CPSO) RENOVATIONS Solicitation #1560 KOINONIA HOUSE (KHSE) CAMPUS PUBLIC SAFETY OFFICE (CPSO) RENOVATIONS Solicitation #1560 Invitation to Bid for General Contractor Services September 8, 2015 Mandatory Pre-Bid Meeting** September 16, 2015,

More information

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving Request for Proposals For Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving Page 1 of 17 Request For Proposals Table of Contents SECTION 1: GENERAL INFORMATION

More information

Request for Proposals. For. Colstrip Economic Diversification Strategy Implementation Coordinator

Request for Proposals. For. Colstrip Economic Diversification Strategy Implementation Coordinator Request for Proposals For Colstrip Economic Diversification Strategy Implementation Coordinator Issued by: Southeastern Montana Development Corporation Issued May 10, 2018 Implementation Coordinator, Colstrip

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

FOURTH AVENUE BUILDING (FAB) EMERGENCY OPERATIONS CENTER UNINTERRUPTABLE POWER SUPPLY Solicitation #1571

FOURTH AVENUE BUILDING (FAB) EMERGENCY OPERATIONS CENTER UNINTERRUPTABLE POWER SUPPLY Solicitation #1571 FOURTH AVENUE BUILDING (FAB) EMERGENCY OPERATIONS CENTER UNINTERRUPTABLE POWER SUPPLY Solicitation #1571 Invitation to Bid for Electrical Contractor Services December 14, 2015 Mandatory Pre-Bid Meeting**

More information

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

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

More information

REQUEST FOR PROPOSALS FOR COMMISSARY SERVICES FOR THE COLUMBIA COUNTY JAIL. Procurement Documents

REQUEST FOR PROPOSALS FOR COMMISSARY SERVICES FOR THE COLUMBIA COUNTY JAIL. Procurement Documents REQUEST FOR PROPOSALS FOR COMMISSARY SERVICES FOR THE COLUMBIA COUNTY JAIL Procurement Documents COLUMBIA COUNTY, OREGON July, 2014 TABLE OF CONTENTS Page Section I. Request for Proposals (RFP) 3 Section

More information

INVITATION TO BID (ITB) DOCUMENTS. General Contractor

INVITATION TO BID (ITB) DOCUMENTS. General Contractor INVITATION TO BID (ITB) DOCUMENTS General Contractor CONTRACT NO. VA103012 INDEFINITE QUANTITY CONSTRUCTION CONTRACT 202 12th Street NE Staples, MN 56479 Mr. Gregg Meierhofer Coordinator of Bids and Contracts

More information

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS For Real Estate Brokerage Services for the Global Center for Health Innovation FIRSTMERIT CONVENTION

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

COMMISSION ADOPTED POLICY Procurement Policy

COMMISSION ADOPTED POLICY Procurement Policy Procurement Policy Adopted: December 16, 2014 Revised: September 26, 2017 Page 1 of 7 1.0 Purpose and Need All procurement shall be in accordance with the Code of Virginia 2.2-4300, the Virginia Public

More information

TABLE OF CONTENTS CHAPTER 1 PROCUREMENT THRESHOLDS AND PROCEDURES...

TABLE OF CONTENTS CHAPTER 1 PROCUREMENT THRESHOLDS AND PROCEDURES... TABLE OF CONTENTS CHAPTER 1 THRESHOLDS AND PROCEDURES... 2 SECTION 1.1 OVERVIEW... 2 SECTION 1.2 METHODS OF... 2 Subsection 1.2.a Micro-purchases... 2 Subsection 1.2.b Small Purchase Procedures... 3 Subsection

More information

INSTRUCTIONS TO BIDDERS ARTICLE IB

INSTRUCTIONS TO BIDDERS ARTICLE IB INSTRUCTIONS TO BIDDERS WPU05 ARTICLE IB IB 1 Bid Proposals IB 1.1 Sealed proposals for the work described herein must be received and timestamped at the University prior to the closing date and time for

More information

EMPLOYEE BENEFITS INSURANCE BROKER AND CONSULTING SERVICES. Issue Date: April 3 rd, 2017 Due Date: April 21 st, 2017, 5 p.m.

EMPLOYEE BENEFITS INSURANCE BROKER AND CONSULTING SERVICES. Issue Date: April 3 rd, 2017 Due Date: April 21 st, 2017, 5 p.m. REQUEST FOR PROPOSALS: EMPLOYEE BENEFITS INSURANCE BROKER AND CONSULTING SERVICES Issue Date: April 3 rd, 2017 Due Date: April 21 st, 2017, 5 p.m. To be considered, proposals must be signed and returned

More information

REQUEST FOR PROPOSALS to Design, Build and Finance the Highway 401 Expansion Project Credit River to Regional Road 25 RFP No (RFP Version 1.

REQUEST FOR PROPOSALS to Design, Build and Finance the Highway 401 Expansion Project Credit River to Regional Road 25 RFP No (RFP Version 1. REQUEST FOR PROPOSALS to Design, Build and Finance the Highway 401 Expansion Project Credit River to Regional Road 25 RFP No. 17-178 (RFP Version 1.0) TABLE OF CONTENTS SECTION 1 INTRODUCTION...1 1.1 General...1

More information

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor)

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor) OREGON STATE UNIVERSITY CM/GC CONTRACT (Construction Manager/General Contractor) THE CONTRACT IS BETWEEN: OWNER: Oregon State University And CONSTRUCTION MANAGER/ GENERAL CONTRACTOR (referred to as Contractor

More information

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid TOWN OF CENTREVILLE Queen Anne s County, Maryland Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report Invitation for Bid Documents Available: Mandatory Pre-bid Meeting: Proposal

More information

Union County. Request for Proposals # Employee Survey Services

Union County. Request for Proposals # Employee Survey Services Union County Request for Proposals # 2015-030 Employee Survey Services Due Date: April 9, 2015 Time: 2:00pm Receipt Location: Government Center, 500 N. Main Street, Administrative Services, Procurement

More information

REQUEST FOR PROPOSALS #17-12 PROJECT MANAGEMENT SERVICES FOR ASSET MANAGEMENT SAAS IMPLEMENTATION Proposals Due: November 9, 2017 by 2:00 PM (Pacific)

REQUEST FOR PROPOSALS #17-12 PROJECT MANAGEMENT SERVICES FOR ASSET MANAGEMENT SAAS IMPLEMENTATION Proposals Due: November 9, 2017 by 2:00 PM (Pacific) REQUEST FOR PROPOSALS #17-12 PROJECT MANAGEMENT SERVICES FOR ASSET MANAGEMENT SAAS IMPLEMENTATION Proposals Due: November 9, 2017 by 2:00 PM (Pacific) 1.0 REQUEST FOR PROPOSALS SUMMARY Through this Request

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

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85. Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,

More information

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling TOWN OF BARNSTABLE INVITATION FOR BID Barnstable School Department Hyannis, MA Refuse Collection and Disposal and Recycling May 30, 2013 IFB Due: 7/10/13, no later than 2 pm It is the responsibility of

More information

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS BOARD OF EDUCATION 1 COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS The Board of Education of the Depew Union Free School District hereby invites the submission of sealed bids

More information

Request for Proposals Town of Florence Strategic Plan

Request for Proposals Town of Florence Strategic Plan Request for Proposals Strategic Plan P.O. Box 2670 775 North Main Street Florence, Arizona 85132 Issued: November 19, 2015 Table of Contents 1.0 Invitation/Public Notice 1 2.0 Introduction/Background 3

More information

NEAPA Northeast Alabama Purchasing Association

NEAPA Northeast Alabama Purchasing Association NEAPA Northeast Alabama Purchasing Association REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: New Tires SEALED BID #3321 NEAPA is soliciting sealed bids for the above project. Bids

More information

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS IN THE CITY OF BELLFLOWER SPECIFICATIONS NO. 16/17-02 The City of Bellflower

More information

Request for Qualifications

Request for Qualifications Request for Qualifications Needs Assessment and Feasibility Study For New El Centro Public Library Facility Release Date: January 22, 2015 Contact Information: City of El Centro Community Services Department

More information

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street Indianapolis, IN 46221 ITQ Issue Date: November 29, 2017 Project Site: Contact:

More information

Issuing date: October 27, Request for Qualifications Professional Architectural/Engineering/Planning Services. To Whom It May Concern:

Issuing date: October 27, Request for Qualifications Professional Architectural/Engineering/Planning Services. To Whom It May Concern: Issuing date: October 27, 2017 Request for Qualifications Professional Architectural/Engineering/Planning Services To Whom It May Concern: Cleveland County, North Carolina is seeking qualified professional

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FINANCIAL ADVISORY CONSULTANT PC566 Issue Date: February 10, 2011 Proposals Due: March 9, 2011 at 3 pm PST Issued by: Housing Authority of the County of San Bernardino 715 E. Brier

More information

COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ)

COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ) COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ) Due: August 26, 2011 by 2:00pm Statements shall be submitted to: County of Sonoma Probation Department Attn:

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE TOWN OF HOPKINTON PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS

More information

NORTHWESTERN COMMUNITY SERVICES

NORTHWESTERN COMMUNITY SERVICES NORTHWESTERN COMMUNITY SERVICES AUDIT SERVICES: NORTHWESTERN COMMUNITY SERVICES REQUEST FOR PROPOSAL Issue Date: May 25, 2018 The Northwestern Community Services requests qualified independent certified

More information

Request for Proposal RFP # SUBJECT: Ergotron LX

Request for Proposal RFP # SUBJECT: Ergotron LX Request for Proposal RFP #13-1422 SUBJECT: Ergotron LX DATE OF ISSUE: July 3, 2013 TO RESPOND BY: RESPOND TO: July 19, 2013 @ 1500 Hours (3:00 PM Pacific Time) Leslie Burke, Purchasing Agent Purchasing

More information

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

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

More information

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

Request for Proposal. RFP # Towing Services Inoperable Vehicles

Request for Proposal. RFP # Towing Services Inoperable Vehicles County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-0601-1 This procurement is governed

More information

Albany Parking Authority 25 Orange Street Albany, NY

Albany Parking Authority 25 Orange Street Albany, NY Albany Parking Authority 25 Orange Street Albany, NY 12207-2224 REQUEST FOR PROPOSALS RFP-2019-01 Investment Services March 15, 2019 BID DUE DATE: April 3, 2019 This RFP has been developed specifically

More information

Attachment C New York State Energy Research and Development Authority ( NYSERDA ) AGREEMENT

Attachment C New York State Energy Research and Development Authority ( NYSERDA ) AGREEMENT Attachment C New York State Energy Research and Development Authority ( NYSERDA ) 1. Agreement Number: 2. Subgrantee: 3. Project Contact: 4. Effective Date: _/ /2016 5. Total Amount of Award: $ 6. Project

More information

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017 REQUEST FOR PROPOSALS for SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017 City of Culver City FINANCE DEPARTMENT 9770 Culver Boulevard Culver City, CA 90232-0507 PROPOSAL DUE: January

More information

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

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

More information

REQUEST FOR PROPOSALS FOR

REQUEST FOR PROPOSALS FOR REQUEST FOR PROPOSALS FOR PROVIDING FULL SERVICE INSURANCE BROKERING SERVICES TO ONONDAGA COUNTY RESOURCE RECOVERY AGENCY Dated: September 30, 2016 ONONDAGA COUNTY RESOURCE RECOVERY AGENCY 100 Elwood Davis

More information

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS REQUEST FOR PROPOSAL No. 2018-621 RESIDENTIAL CURBSIDE TEXTILE RECYCLING SERVICE The City of Conroe is seeking proposals from qualified firms

More information