REQUEST FOR PROPOSAL (RFP) PROFESSIONAL CONSULTING SERVICES. HAMLET OF CHAPPAQUA IMPROVEMENT PROJECT TOWN OF NEW CASTLE, NEW YORK June 3, 2013

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL (RFP) PROFESSIONAL CONSULTING SERVICES. HAMLET OF CHAPPAQUA IMPROVEMENT PROJECT TOWN OF NEW CASTLE, NEW YORK June 3, 2013"

Transcription

1 REQUEST FOR PROPOSAL (RFP) PROFESSIONAL CONSULTING SERVICES HAMLET OF CHAPPAQUA IMPROVEMENT PROJECT TOWN OF NEW CASTLE, NEW YORK June 3, 2013 I. Invitation to Submit Proposals The Town of New Castle is soliciting services of qualified engineering and landscape architectural firms with considerable experience for infrastructure (sanitary sewer, storm sewer and water main design) and streetscape (landscape, lighting and street characteristics design) improvements located within the Hamlet of Chappaqua. The requested services shall encompass all phases of a comprehensive infrastructure and landscape design plan, including conceptual plans, construction plans, bid documents, implementation, and construction administration. The Town of New Castle intends to award a contract to a consultant that is capable of handling all of the work in-house. The Selected Professional Consultant (SPC) should meets the qualifications as contained in this request and should have a history of successfully performing services on similar comprehensive projects. II. Description of Project Area The Hamlet of Chappaqua, located within the Town of New Castle in Westchester County, New York is located approximately 35 miles north of midtown Manhattan. For purposes of this RFP, the project area is bounded on the north by North Greeley Avenue terminating at the intersection of Bischoff Avenue; on the south by South Greeley Avenue terminating at the Town Hall and Chappaqua Library; on the east by King Street NYS Route 120 terminating at 150 King Street Apartments; on the west by Lower King Street to the intersection of Allen Place (Village Market). (Please refer to Attachment 1 Project Area). III. Scope of Services The Scope of Services involves all necessary analyses and documentation to develop and support a comprehensive infrastructure and landscape design, and streetscape improvements plan for the Project Area as described above in Section II. At a minimum, the services will be provided as outlined below: Task 1: Gathering/Assimilation of Town Supplied Information: The SPC will review the current information on file and work closely with the Town Board and Town Staff to incorporate specific project and design elements into the final plan. Page 1 of 10

2 1a) Soil Borings Report along South and North Greeley Avenue 1b) As-Built maps of existing sanitary, sewer and storm sewer and water main 1c) TV Inspection Reports regarding existing sanitary sewer and storm sewer 1d) Map showing the existing and proposed curb line geometry 1e) Preliminary Stormwater Management Report 1f) NYSDOT Approved crosswalk plan, section and details 1g) Chappaqua Flood Control Project as prepared by the US Army Corps of Engineers 1h) Chappaqua Hamlet Design Elements- sections and details regarding lighting, fencing, granite curbing, brick pavers, ADA tactile domes, benches, garbage containers, bollards, concrete sidewalk broom finishes Task 2: Preparation of Conceptual Design Plans: The SPC will develop a conceptual design plan which shall provide illustrative plans, views, and elevations to adequately describe the character and layout of all components of the proposal, as well as basic information about traffic/pedestrian operations. Including, at a minimum, the following elements and details: 2a) Cover Sheet (location map and index of drawings) 2b) Existing Conditions (roadway, curb line, sanitary sewer, storm sewer, water main, gas and electric) 2c) Proposed Roadway (curb line, special curb zones, crosswalks, parking configuration, traffic operations, transit routes, street classification) 2d) Proposed Streetscape (sidewalks, walkways, open space, paving material, trees and landscaping design, tree specimen type, street furniture, signage plan) 2e) Proposed Utilities (proposed pedestrian and roadway lighting, lighting photometric analysis, proposed sanitary sewer, storm sewer and water main and all service connections, proposed grading and spot elevations, profiles) 2f) Proposed Stormwater Management Plan and SWPPP (special paving treatments, Low Impact Development Practices, natural drainage treatments) 2g) Maintenance and Protection of Traffic and safe pedestrian access along sidewalks, pedestrian access to all merchants during construction, Construction phasing plan Conceptual Design Plan Deliverables: i. Design scaled Auto Cad drawings on CD (2 CD s) ii. Four (4) sets of large and reduced (11 x 17 ) plan set and electronically (PDF) at an engineering scale of 1 = 20 iii. Written summary of all specifications including materials Task 3: Review Workshop with Town Staff : The SPC shall be required to meet with the Town s staff to obtain staff input on conceptual design plans and to discuss various proposals/approaches. Time should be accounted for input of staff review components. The SPC should assume two (2) review periods (each review period should be no less than 14 days). Page 2 of 10

3 Task 4: Conceptual Design Plan Presentation & Approval by Town Board: At a minimum, the SPC will be required to attend two (2) meetings with and present the Conceptual Design Plan to the Town Board detailing the design elements, materials and phasing plan. The SPC should be prepared to respond to and incorporate comments on the preferred design plan from the Town Board. For the purposes of this RFP, a minimum of four (4) meetings at 2-hours per meeting should be included in the proposal. Task 5: Preparation of Preliminary Construction Cost Estimate: The SPC shall be required to prepare an itemized engineers cost estimate, which outlines the associated unit, quantity, unit cost and amount for each item. Such cost estimate should be consistent with the 5-year implementation program as discussed in Task 6. Task 6: Construction Sequencing Plan- The SPC shall provide a suggested sequencing plan based on the 5-year implementation capital program ( ) and the approximated area delineations (A-F) as indicated on the attached schematic. Task 7: Final Design Development: The SPC shall develop final plans and specifications for the project once the Conceptual Design Plans are approved. The Design Development will consist of the following: 7a) Draft environmental review and adoption by the Town Board; 7b) Obtain the necessary governmental permits for the project to proceed: NYSDOT Highway Work Permit NYSDEC - SWPPP WCDOH Approval for the Sanitary Sewer and Water Main Extension WCDPW&T Highway Work Permit TONC - Wetlands Permit (Chapter 137) TONC DPW Street Opening Permit TONC - Stormwater Management Permit (Chapter 108A); 7c) Obtain and coordinate all the necessary approvals from all other utility providers in the project area (Consolidated Edison, Verizon and Cablevision); 7d) Final coordination between the Electrical Engineer and Registered Landscape Architect (in conjunction with the Town s Environmental Coordinator) for the preparation of all landscaping and street lighting plans/details and specifications 7e) Final preparation of all construction drawings Title Sheet, location map, index of drawings and general notes Existing conditions Layout and Materials Plan Grading Plan Landscaping Plan Lighting Plan, including photometric analysis Page 3 of 10

4 Drainage Plan / Stormwater Management Plan and Report Profiles (sanitary sewer and storm sewer, water main) Detail Sheets Sedimentation and Erosion Control Plan Final Stormwater Management Plan and Report (including hydrologic and hydraulic analyses) Any other plans required which show the location, character, dimensions and details of the work to be performed; 7f) Final Engineers Cost Estimate; 7g) Final Construction schedule. Final Design Development Plan Deliverables: i. Design scaled Auto Cad drawings on CD (2 CD s) ii. Four (4) sets of large and reduced (11 x 17 ) plan set and electronically (PDF) at an engineering scale of 1 = 20 iii. Written summary of all specifications including materials Task 8: Final Design Development Plan Review by Town Staff: The SPC shall be required to meet with the Town s staff to obtain staff input on the final design development plans and to discuss various proposals/approaches. Time should be accounted for input of staff review components. The SPC should assume two (2) review periods (each review period should be no less than 14 days). Task 9: Final Design Development Plan Presentation and Approval by Town Board: At a minimum, the SPC will be required to attend two (2) meetings with and present the Final Design Development Plan to the Town Board detailing the design elements, materials and phasing plan. For the purposes of this RFP, a minimum of four (4) meetings at 2-hours per meeting should be included in the proposal. Task 10: Preparation of Final Design Development Plan Cost Estimate: The SPC shall be required to prepare an itemized engineers cost estimate, which outlines the associated unit, quantity, unit cost and amount for each item per the Town Board approved final design development plan. Task 11: Preparation of Construction and Bid Documents: Once the Town Board approves the Final Design Development Plans, the SPC will be given authorization to proceed with preparing the Final Construction and Bid Documents, in which the bid documents will consist of the following, as a minimum: Table of Contents Advertisement and Notice to Bidders * Information for Bidders * Page 4 of 10

5 Bid Form * Form of Proposal * Form of Contract * Bond Forms * General Conditions Special Conditions Technical Specifications Appendices Please Note: Forms that have an asterisk will be supplied by the Town of New Castle (Town s boilerplate information) Construction and Bid Documents Deliverables: i. Design scaled Auto CAD drawings on CD (2 CD s) ii. Four (4) sets of large and reduced (11 x 17 ) plan set and electronically (PDF) at an engineering scale of 1 = 20 iii. Four (4) sets of bid documents and electronically PDF Task 12: Project Bidding Process: The SPC will be responsible for the following, as a minimum: Schedule and coordinate a pre-bid meeting with all interested bidders along with the Landscape Architect and Lighting Engineer to answer any and all questions. Responsible for coordinating a response to all questions raised at the pre-bid meeting and make certain that all prospective bidders receive the response document in minutes format. Be present during the bid opening and along with the Landscape Architect and Lighting Engineer (if necessary). Deliverables provided at completion of the task: i. Bid Analysis of the bidders as compared to the Final Construction Cost Estimate ii. Prepare a memorandum to the Town Board recommending the lowest responsible bidder meeting specifications for a contract award. Task 13: Construction Management and Inspection Services: The SPC shall prepare a proposal for Construction management and Inspection Services and include, but not limited to, the following: Construction inspection services to ensure proper construction, payment and compliance with the approved plans, specifications and scheduling, which should include the following: i. Comprehensive written log of daily inspection reports, which shall include comprehensive digital photographs clearly showing all aspects of the Page 5 of 10

6 construction project Review and approval of requisitions for payment Review and approval of change orders for payment Preparation of Punch List Preparation of Certification of Construction Compliance Task 14: Record Drawings: The SPC shall prepare Record Drawings, which shall include the following, as a minimum: Location of all sanitary sewer, storm sewer and water main improvements and associated service lines Manhole rim and invert elevations of all sanitary sewer and storm sewer Type, size and slope of all sanitary sewer and storm sewer piping Location of all streetscape improvements, including curbing, sidewalk, light poles, trees and benches IV. Schedule The start-up meeting with the Town will be held within ten (10) calendar days after the award of the Engineering Services Contract. The Conceptual Design Plans (Task 1 through 3) and Preliminary Construction Cost Estimate (Task 4) shall be submitted no later than forty-five (45) calendar days after award. The Final Design Development Plan (Task 5 through 7) and Final Design Development Plan Cost Estimate (Task 8) shall be submitted no later than one-hundred and thirty-five (135) calendar days after award. The Construction Bid Documents (Task 9) and Project Bidding Process (Task 10) shall be submitted no later than one-hundred and ninety-five (195) calendar days after award. V. Proposal Content A. The SPC shall provide the following in the proposal: A brief overview of the firm, with the type and number of projects of similar scope. Consultant qualifications, which shall include a description of the Consultant s firm s resources, experiences and capabilities as they relate to appropriate comprehensive infrastructure, landscape design and streetscape improvements. Describe the background and qualifications for each of the employees your firm would use in meeting the above-mentioned twelve (12) tasks The résumé of the Project Manager to be assigned to this Contract, with a listing of prior clients which he/she served. The Town is looking for a consultant that is capable of handling all of the work inhouse. A general Work Plan and Schedule, which will outline how the SPC s team intends to prepare and complete the scope of work, itemized by task (1 through 14). Include a linear timetable, with significant milestones, which outlines the Page 6 of 10

7 sequencing, overlapping and interdependence of the individual tasks. B. A Cost Proposal shall be submitted and shall provide a breakdown of costs by hour and tasks contained in the Work Plan and Schedule, as well as by area schematic (A-F). The Cost Proposal must include projected time and labor rates for individuals to be assigned to this project and include reasonable allowances for materials, travel and other project expenses. Include any additional relevant information. The total of all projected costs (direct and reimbursable) is to be designated as NOT TO EXCEED amounts for each of the indicated tasks. C. Submittal of an Hourly Fee Schedule, including consulting services provided by others and reimbursables. VI. General Terms and Conditions A. No proposal will be considered from any firm whose Principal(s) are not licensed to practice engineering and/or landscape architecture in the State of New York. B. The SPC shall provide written notice in its proposal of any intent to take exception to any requirement of this Request for Proposal (RFP). Questions regarding the procedures for submitting a proposal should be directed to Mr. Robert Cioli, P.E., Deputy Town Engineer at rcioli@town.new-castle.ny.us. C. Questions regarding any aspect of the proposal should be submitted through to rcioli@town.new-castle.ny.us, not less than seven (7) calendar days prior to the date for submittal of proposals to the Town of New Castle. The individual making the request for an official interpretation or correction shall be responsible for its prompt delivery to the Town. Each request for interpretation or correction, and the associated responses will be broadcast through to each firm on record as having received a copy of the RFP. Any such issued by the Town shall become a part of the RFP. Only s duly issued by the Town shall be binding revisions to this RFP. Prospective proposers are warned that no oral interpretation, information, or instructions by an officer or employee of the Town is authorized. D. The proposal will be due on July 12, 2013 no later than 12:00 Noon and shall be entitled Hamlet of Chappaqua Improvement Project RFP for Professional Engineering Services. Please submit five (5) hard copies of the proposal to: Town of New Castle 200 South Greeley Avenue Chappaqua, New York Attention: Robert J. Cioli, P.E.,Deputy Town Engineer Page 7 of 10

8 VII. Notification of Award A. The Town does not make professional selections based solely upon fee. The expertise and experience of the key personnel to be assigned and that of the SPC on projects of a similar nature, size and complexity will be a significant factor in the final selection. However, fee proposals are considered, especially in comparing otherwise similar proposals. B. The successful SPC will be notified within thirty (30) calendar days of receipt of the proposal. All other companies will be notified of the Town s selection. C. In the event that the Town and the SPC cannot come to contract terms, the Town reserves the right to make another selection from the original or subsequent proposal. Proposal prices are to be held for a period of ninety days from the date of the proposal submission. VIII. Minimum Insurance Requirements for Town of New Castle Prior to commencement of any work under this Contract and until completion and final acceptance of the work, the SPC shall, at its sole expense, maintain the following insurance on its own behalf, and furnish to the Owner certificates of insurance evidencing same and reflecting the effective date of such coverage as follows: The term Contractor/Provider as used in this indemnification agreement shall mean the SPC and include Subcontractors of every tier. 1) Worker s Compensation and Employers Liability Policy, covering operations in New York State. 2) Commercial General Liability Policy, with limits of no less than $1,000,000 Each Occurrence/$2,000,000 Aggregate limits for Bodily Injury and Property Damage, and shall not exclude coverage for: A. Products/Completed Operations; B. Independent Contractors; C. Town of New Castle and their assigns, officers, employees, representatives and agents should be named as an Additional Insured on the policy and the Certificate of Insurance should show this applies to the General Liability coverage on the certificate; D. Each insurance policy shall be written on a primary and non-contributing coverage basis, including any self-insured retentions. E. To the extent permitted by New York law, the Contractor/Provider waives all rights of subrogation or similar rights against Town of New Castle, assigns, officers, employees, representatives and agents. F. General Aggregate shall apply separately to each project (must be on an occurrence form). G. Cross Liability coverage (Commercial General Liability and Business Automobile Liability policies only). Page 8 of 10

9 3) Comprehensive Automobile Policy, with limits no less than $1,000,000 Bodily Injury and Injury and Property Damage liability including coverage for owned, non-owned, and hired private passenger and commercial vehicles 4) Umbrella Liability, with limits of no less than $3,000,000, including coverage for General, Automobile and Professional Liability (if applicable). 5) Professional Liability (if applicable), with limits no less than $1,000,000. 6) Owners & Contractors Protective Liability Policy, with limits no less than $1,000,000 shall be taken out and maintained during the life of this contract which will protect the Town of New Castle from claims for damages for personal injury, liability, accidental or wrongful death, as well as property damage which may arise from operations under this contract whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either party. 7) Certificates shall provide that thirty (30) days written notice, by registered mail with return receipt requested, prior to cancellation or expiration be given to the Town of New Castle. Policies that lapse and/or expire during term of work shall be recertified and received by the Town of New Castle no less than thirty (30) days prior to expiration or cancellation. The Contractor/Provider shall furnish to Town of New Castle Certificates of Insurance as evidence of coverage prior to commencement of work and naming Town of New Castle as an Additional Insured. The cost of furnishing the above insurance shall be borne by the Contractor/Provider, there will be no direct payment for this work. Cost will be deemed to have been included in the price bid for all scheduled items. All carriers listed in the certificates of insurance shall be A.M. Best Rated A VII or better and be licensed in the State of New York. IX. Indemnification To the fullest extent permitted by law, Contractor/Provider shall indemnify, hold harmless and defend Town of New Castle, and agents and employees of any of them from and against all claims, damages, losses or expenses including but not limited to attorney s fees arising out of or resulting from the performance of the agreement, provided any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property, including loss of use resulting therefrom, and (b) is caused in whole or in part by any act or omission or violation of statutory duty or regulation of the Contractor/Provider or anyone directly or indirectly employed by it or anyone for whose acts it may be liable pursuant to the performance of the agreement. Not withstanding the foregoing, Contractor/Provider s obligation to indemnify Town of New Castle, and agents and employees of any of them for any judgment, mediation or arbitration award shall exist to the extent caused in whole or in part by (a) negligent acts or omissions, or (b) violations of regulatory or statutory Page 9 of 10

10 provisions of the New York State Labor Law, OSHA, or other governing rule or applicable law; by the Contractor/Provider anyone directly or indirectly employed by it or anyone for whose acts it may be liable in connection to such claim, damage, loss and expense. The obligation of the Contractor/Provider to indemnify any party under this paragraph shall not be limited in any manner by any limitation of the amount of insurance coverage or benefits including worker s compensation or other employee benefit acts provided by the Contractor/Provider. Page 10 of 10

11 ¹ ATTACHMENT - 1 PROJECT AREA AREA " A" AREA " C" AREA "B" ARE A" F" AREA " D" AR TOWN OF NEW CASTLE BLDG, ENG & PLNG DEPARTMENTS 3-JUNE-2013 EA " E" SCALE 1" = 220' 660 Feet

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

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

More information

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

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

More information

REQUEST 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 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 information

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services ADVERTISEMENT FOR BIDS Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services until 11:00 a.m. on Thursday, December 11, 2015, at City Hall, One Municipal Plaza,

More information

Request for Proposals (RFP)

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

More information

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

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

More information

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES The City of Manchester (City) is requesting Competitive Sealed Proposals from qualified firms interested in contracting with the City

More information

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

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

More information

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

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

More information

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

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

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

More information

REQUEST FOR QUALIFICATIONS

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

More information

REQUEST FOR 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 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 information

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

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

More information

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP

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

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

REQUEST FOR QUALIFICATIONS Engineering Services for Aerial Sewer Line Construction Project SOUTH GRANVILLE WATER AND SEWER AUTHORITY October 31, 2018

REQUEST FOR QUALIFICATIONS Engineering Services for Aerial Sewer Line Construction Project SOUTH GRANVILLE WATER AND SEWER AUTHORITY October 31, 2018 Engineering Services for Aerial Sewer Line Construction Project SOUTH GRANVILLE WATER AND SEWER AUTHORITY October 31, 2018 I. PURPOSE/BACKGROUND The South Granville Water and Sewer Authority () is a water

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

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Contractor Address Address City, Zip Work Phone Number: Cell Phone Number:

More information

Black Hawk County Engineer

Black Hawk County Engineer Black Hawk County Engineer 316 E. 5 th Street Room 211 Waterloo, Iowa 50703 Phone: 319-833-3008 Fax: 319-833-3139 Email: engineer@co.black-hawk.ia.us Website: www.co.black-hawk.ia.us The mission of the

More information

Monroe County Soil & Water Conservation District

Monroe County Soil & Water Conservation District Monroe County Soil & Water Conservation District Nature Based Shoreline Design Request for Qualifications (RFQ) Release Date: October 26, 2018 Response Deadline: 12/7/2018 Monroe County Soil & Water Conservation

More information

TOWN OF HEBRON, CONNECTICUT REGIONAL SCHOOL DISTRICT NO.

TOWN OF HEBRON, CONNECTICUT REGIONAL SCHOOL DISTRICT NO. TOWN OF HEBRON, CONNECTICUT REGIONAL SCHOOL DISTRICT NO. 8 Request for Proposals and Qualifications Bid # 2018-02 RHAM Campus Improvements State Project # 66-108 I. Intent The Town of Hebron Connecticut

More information

MODIFIED REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR FIRE STATION NO. 1 GEOTHERMAL TEST WELL Activity ID

MODIFIED REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR FIRE STATION NO. 1 GEOTHERMAL TEST WELL Activity ID CITY OF DES MOINES ENGINEERING DEPARTMENT MODIFIED REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR FIRE STATION NO. 1 GEOTHERMAL TEST WELL Activity ID 21-2011-063 1. Purpose: The City of Des Moines, Iowa,

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL 10245 Winton Road, Cincinnati, Ohio 45231 (513) 521-7275 Item(s): Contractual Research Projects Invitation Date: January 12, 2017 INVITATION: Great Parks of Hamilton County is accepting

More information

WEXFORD COUNTY REQUEST FOR PROPOSALS

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

More information

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

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

More information

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

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

More information

August 2016 Edition 1

August 2016 Edition 1 AGREEMENT BETWEEN OWNER AND DESIGN PROFESSIONAL Board of Regents, State of Iowa May 2014 Edition TABLE OF ARTICLES 1. AGREEMENT 2. GENERAL PROVISIONS 3. DESIGN PROFESSIONAL'S RESPONSIBILITIES 4. OWNER'S

More information

West Hartford Housing Authority Request for Proposals (RFP) HQS Services

West 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 information

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

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

More information

AGREEMENT FOR SERVICES

AGREEMENT FOR SERVICES AGREEMENT FOR SERVICES 1. DATE This Agreement for Services (Agreement) is entered into on this day of, 2016. 2. PARTIES The parties to this Agreement are the Town of Grand Lake, a Colorado municipal corporation

More information

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

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

More information

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR GREEN INFRASTRUCTURE PLAN

REQUEST 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 information

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT Amended 6/09 APPLICABILITY: These procedures will apply where an individual desires to install or abandon a temporary monitoring

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works

City of Portsmouth Portsmouth, New Hampshire Department of Public Works RFP# 10-07 City of Portsmouth Portsmouth, New Hampshire Department of Public Works MARKET STREET BICYCLE AND PEDESTRIAN PATH BETWEEN MICHAEL SUCCI DRIVE AND THE NH PORT AUTHORITY REQUEST FOR PROPOSAL Sealed

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

SOUTH GRANVILLE WATER AND SEWER AUTHORITY, NORTH CAROLINA

SOUTH GRANVILLE WATER AND SEWER AUTHORITY, NORTH CAROLINA REQUEST FOR STATEMENT OF QUALIFICATIONS FOR Disinfection By-Products Reduction and SCADA evaluation For SOUTH GRANVILLE WATER AND SEWER AUTHORITY, NORTH CAROLINA I. PURPOSE/BACKGROUND The South Granville

More information

ANNEX A Standard Special Conditions For The Salvation Army

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

More information

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

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

More information

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

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

More information

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

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

More information

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and

More information

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties. SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office

More information

Page of 5 PURCHASE AGREEMENT

Page of 5 PURCHASE AGREEMENT Page - 1 - of 5 (the Effective Date ) PURCHASE AGREEMENT THIS PURCHASE AGREEMENT (this Purchase Agreement ), dated the date specified above, is by and between (the "Contractor") and (the "Subcontractor").

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

AGREEMENT FOR SERVICES

AGREEMENT FOR SERVICES AGREEMENT FOR SERVICES 1. DATE This Agreement for Services (Agreement) is entered into on this day of, 2016. 2. PARTIES The parties to this Agreement are the Town of Grand Lake, a Colorado municipal corporation

More information

Request for Proposals Drainage Master Plan

Request for Proposals Drainage Master Plan Request for Proposals 201-15 Drainage Master Plan The City of Dawson Creek invites proposals from qualified professionals or firms to undertake a drainage master plan. This master plan will include an

More information

TOWN OF WINDSOR. Self Contained Breathing Apparatus (SCBA) and Bottle Filling Equipment REQUEST FOR PROPOSAL

TOWN OF WINDSOR. Self Contained Breathing Apparatus (SCBA) and Bottle Filling Equipment REQUEST FOR PROPOSAL 1/9/2017 TOWN OF WINDSOR Self Contained Breathing Apparatus (SCBA) and Bottle Filling Equipment REQUEST FOR PROPOSAL THIS IS NOT A REQUEST FOR BIDS AND THE TOWN RESERVES THE RIGHT TO NEGOTIATE AND CONTRACT

More information

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

TOWN 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 information

Railroad DOT Mitigation Strategies (R16) Master Project Agreement

Railroad DOT Mitigation Strategies (R16) Master Project Agreement Railroad DOT Mitigation Strategies (R16) Master Project Agreement The master project agreement includes standard legal provisions that are common to nearly all projects and incorporates them into one overall

More information

Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES)

Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES) Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES) This CONTRACT, made this day of August 2014, by and among Crussin Explorer Transportation Inc. d.b.a. Cline Tours, Inc. (the Contractor.) and The City

More information

APPENDIX G WATER DISTRICT MAIN EXTENSION AGREEMENT

APPENDIX G WATER DISTRICT MAIN EXTENSION AGREEMENT APPENDIX G WATER DISTRICT MAIN EXTENSION AGREEMENT MONROE COUNTY WATER AUTHORITY WATER DISTRICT MAIN EXTENSION AGREEMENT This WATER DISTRICT MAIN EXTENSION AGREEMENT ( Agreement ) by the MONROE COUNTY

More information

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

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

More information

PROFESSIONAL SERVICES FOR CONSTRUCTION MANAGER AT RISK (CMAR) FOR THE MOBILE DOWNTOWN TERMINAL BROOKLEY AEROPLEX MOBILE, ALABAMA

PROFESSIONAL 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 information

City of Beverly Hills Beverly Hills, CA

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

More information

MASTER SUBCONTRACT AGREEMENT

MASTER SUBCONTRACT AGREEMENT MASTER SUBCONTRACT AGREEMENT This Master Subcontract Agreement ( Subcontract ), made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter

More information

construction plans must be approved for construction by the City PBZ department.

construction plans must be approved for construction by the City PBZ department. City of Forest Park Request for Proposals Architectural Services for the Forest Park Public Works Department Mandatory Pre-Proposal Conference April 13, 2016 at 10:00 am Bid Deadline May 20, 2016 at 2:00

More information

APPENDIX A. Main Extension Agreement (MEA)

APPENDIX A. Main Extension Agreement (MEA) APPENDIX A Main Extension Agreement (MEA) Monroe County Water Authority MAIN EXTENSION AGREEMENT This MAIN EXTENSION AGREEMENT (the Agreement ) by the Monroe County Water Authority, a New York public benefit

More information

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes.

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes. Request for Proposal (RFP) The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes. Bids are due January 4, 2018 at 12:00 pm CST.

More information

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

More information

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS These Insurance & Indemnification Terms & Conditions ( Terms ) are hereby incorporated in and made a part of each and every written

More information

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

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

More information

SHORT FORM OF AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES

SHORT FORM OF AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES SHORT FORM OF AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES THIS IS AN AGREEMENT effective as of March 3, 2016 ( Effective Date ) between College Community School District ("Owner") and

More information

The schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016

The schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016 1.0 EXECUTIVE SUMMARY 1.1 The Cyril E. King Airport (CEKA), St. Thomas, Virgin Islands is owned and operated by The Virgin Islands Port Authority. The CEKA is located at #70 Lindbergh Bay. The CEKA enplanes

More information

LEGAL NOTICE REQUEST FOR PROPOSALS FOR CONSULTANT ENGINEERING SERVICES FOR DOWNTOWN HYDROLOGIC & HYDRAULIC STUDY

LEGAL NOTICE REQUEST FOR PROPOSALS FOR CONSULTANT ENGINEERING SERVICES FOR DOWNTOWN HYDROLOGIC & HYDRAULIC STUDY LEGAL NOTICE REQUEST FOR PROPOSALS FOR CONSULTANT ENGINEERING SERVICES FOR DOWNTOWN HYDROLOGIC & HYDRAULIC STUDY The Town of Smyrna will accept Requests for Proposals (RFPs) for consultant engineering

More information

1. Agency shall perform the work described in Terms of Agreement, Parargraph 1 of this Agreement.

1. Agency shall perform the work described in Terms of Agreement, Parargraph 1 of this Agreement. b. State shall reimburse Agency one hundred (100) percent of eligible, actual costs incurred in carrying out the Project, up to the maximum amount of state funds committed for the Project. 3. Agency is

More information

Request for Proposal General Ledger Software

Request for Proposal General Ledger Software Request for Proposal General Ledger Software Date of Issue: August 12, 2013 Proposals must be received by: September 13, 2013, 5 p.m. CST 1 I. INFORMATION ABOUT THE VILLAGE Located approximately 14 miles

More information

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

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

More information

WEST VALLEY SANITATION DISTRICT

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

More information

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860) TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT 06045-0191 (860) 647-3031 FAX (860) 647-5206 REQUEST FOR PROPOSAL FOR ELECTRONICS RECYCLING RFP NO. 17/18-91

More information

REQUEST FOR PROPOSAL

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

More information

TOWN OF EATONVILLE CRA SOLICITATION FOR CONTINUING SERVICES CS # Enhanced Code Enforcement Officer

TOWN OF EATONVILLE CRA SOLICITATION FOR CONTINUING SERVICES CS # Enhanced Code Enforcement Officer TOWN OF EATONVILLE CRA SOLICITATION FOR CONTINUING SERVICES CS # 17-002 Enhanced Code Enforcement Officer INTRODUCTION Town of Eatonville, a municipality of the State of Florida, seeks the submittal of

More information

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

PROFESSIONAL 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 information

CHAGRIN RIVER WATERSHED PARTNERS, INC. Lower Main Branch and East Branch Streambank Stabilization and Grassed Filter Strip Project

CHAGRIN RIVER WATERSHED PARTNERS, INC. Lower Main Branch and East Branch Streambank Stabilization and Grassed Filter Strip Project CHAGRIN RIVER WATERSHED PARTNERS, INC. Lower Main Branch and East Branch Streambank Stabilization and Grassed Filter Strip Project REQUEST FOR PROPOSALS August 4, 2014 SECTION A: SUPPLIES OR SERVICES AND

More information

AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE)

AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE) AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE) This Agreement is made and entered into this (INSERT DATE HERE), 2015 between the Santa Maria Joint Union

More information

Multiple Structure Asbestos Abatement and Demolition Project

Multiple Structure Asbestos Abatement and Demolition Project REQUEST FOR BID and PROJECT PROPOSAL Multiple Structure Asbestos Abatement and Demolition Project Proposal Due Date: May 9, 2016 2:00 p.m. TABLE OF CONTENTS I. Introduction II. III. IV. RFP Timeline Scope

More information

Town of Manchester, Connecticut General Services Department

Town of Manchester, Connecticut General Services Department Town of Manchester, Connecticut General Services Department Request for Qualifications/Proposal Architectural and Related Consultant Services For Elementary Schools Facilities Study RFP 17/18-67 Proposals

More information

Town of Manchester, Connecticut General Services Department. Request for Proposal

Town of Manchester, Connecticut General Services Department. Request for Proposal Town of Manchester, Connecticut General Services Department Request for Proposal Update to Town of Manchester Main Street Architectural Guidelines RE-BID RFP# 18/19-21 Proposals Due: September 21, 2018

More information

Management of Jobing.com Arena

Management of Jobing.com Arena Request for Proposal Related to: Management of Jobing.com Arena Issued by: (Date) Introduction The (City), through its Materials Management Department, is accepting responses to this Request for Proposal

More information

Request for Proposals. For. Consultation/Facilitation Services for Developing Deer Management Plan. Due Date: Monday, September 22, 2014, 2:00 PM

Request for Proposals. For. Consultation/Facilitation Services for Developing Deer Management Plan. Due Date: Monday, September 22, 2014, 2:00 PM Request for Proposals For Consultation/Facilitation Services for Developing Deer Management Plan Due Date: Monday, September 22, 2014, 2:00 PM 1 OBJECTIVE The City of Ann Arbor is soliciting proposals

More information

Visioning and Zoning Code Update for Downtown Cedar Falls, Iowa

Visioning and Zoning Code Update for Downtown Cedar Falls, Iowa Request for Qualifications and Proposals Visioning and Zoning Code Update for Downtown Cedar Falls, Iowa Contact: Karen Howard, AICP Planning & Community Services Manager City of Cedar Falls 220 Clay Street

More information

Telemetry Upgrade Project: Phase-3

Telemetry 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 information

BUILDING SERVICES AGREEMENT

BUILDING SERVICES AGREEMENT BUILDING SERVICES AGREEMENT THIS BUILDING SERVICES AGREEMENT (the Agreement ) is made this day of, 2015, by and between the City of Panama City, a municipality of the State of Florida (the City ) and E.

More information

SUBCONTRACT (SHORT FORM)

SUBCONTRACT (SHORT FORM) SUBCONTRACTOR: PHONE SUBCONTRACT (SHORT FORM) PROJECT: LOCATION: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC. (Contractor) and (Subcontractor) which are

More information

REQUEST FOR PROPOSAL. To Provide. Professional Design Services. For. GORE VALLEY TRAIL IMPROVEMENTS Chamonix Road to Matterhorn Circle

REQUEST FOR PROPOSAL. To Provide. Professional Design Services. For. GORE VALLEY TRAIL IMPROVEMENTS Chamonix Road to Matterhorn Circle REQUEST FOR PROPOSAL To Provide Professional Design Services For GORE VALLEY TRAIL IMPROVEMENTS Chamonix Road to Matterhorn Circle Town of Vail Department of Public Works Vail, Colorado REQUEST FOR PROPOSALS

More information

PROPOSAL AND SPECIFICATIONS FOR ROADSIDE MOWING

PROPOSAL AND SPECIFICATIONS FOR ROADSIDE MOWING CONTRACTOR: PROPOSAL AND SPECIFICATIONS FOR 2019 2021 ROADSIDE MOWING January 9, 2019 ALLEGAN COUNTY ROAD COMMISSION ADVERTISEMENT FOR BIDS Sealed bids will be received by the Allegan County Road Commission

More information

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

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

More information

Request for Proposals Installation of Pavilions

Request for Proposals Installation of Pavilions Request for Proposals Installation of Pavilions The Jefferson County Parks and Recreation Commission is now accepting proposals for the installation of three (3) pavilions at James Hite Park located at

More information

NAPA SANITATION DISTRICT Napa, California

NAPA SANITATION DISTRICT Napa, California NAPA SANITATION DISTRICT Napa, California REQUEST FOR QUALIFICATIONS MST RECYCLED WATER PIPELINE EXTENSION PROJECT (CIP 14726) Issued on November 11, 2015 STATEMENTS DUE: December 8, 2015 AT 2:00 PM In

More information

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

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

More information

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

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

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance 515 North Avenue New Rochelle, NY 10801 Tracy Yog man Commissioner Tel (914) 654-2072 Mark Zulu Deputy Commissioner City of New Rochelle New York REQUEST FOR PROPOSALS The City of

More information

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

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

More information

Litchfield Planning and Zoning Commission RFP/RFQ Request for Proposal/Qualifications Aquifer, Subdivision, & Zoning Revision

Litchfield Planning and Zoning Commission RFP/RFQ Request for Proposal/Qualifications Aquifer, Subdivision, & Zoning Revision Litchfield Planning and Zoning Commission RFP/RFQ Request for Proposal/Qualifications Aquifer, Subdivision, & Zoning Revision I. Introduction 1. Intent The Town of Litchfield seeks qualified individuals,

More information

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

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

More information

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

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

More information

SPECIAL CONDITIONS: Description:

SPECIAL CONDITIONS: Description: SPECIAL CONDITIONS: Description: The Brandywine Red Clay Alliance (BRC) is accepting bids for the Pickering Court Stormwater Basin Repair and Retrofit Project. The project area is located on private property

More information

Not operate above a maximum speed of 10 miles per hour; Have a gross weight of less than 80 pounds, excluding cargo;

Not operate above a maximum speed of 10 miles per hour; Have a gross weight of less than 80 pounds, excluding cargo; Conditions of Approval for Personal Delivery Device PDD Use Permit Updated November 13, 2017 A. The operation of any PDD shall not commence in, on or over the surface of any public thoroughfare, right-of-way

More information

Snow Removal Services Request for Proposals December 1, April 30, 2019

Snow Removal Services Request for Proposals December 1, April 30, 2019 Township of Warminster Snow Removal Services Request for Proposals December 1, 2017- April 30, 2019 Sealed proposals will be received by Warminster Township at the Township Administrative Offices at 401

More information

SECTION IV CONTRACT BID NUMBER

SECTION IV CONTRACT BID NUMBER SECTION IV CONTRACT BID NUMBER 171006 THIS AGREEMENT made and entered into this day of, 2017, between PUBLIC UTILITY DISTRICT NO. 1 OF CLALLAM COUNTY (hereinafter called the "District") and, located at

More information