June 6, 2016 RP ADDENDUM #3

Size: px
Start display at page:

Download "June 6, 2016 RP ADDENDUM #3"

Transcription

1 Addendum #1 Page 1 June 6, 2016 RP ADDENDUM #3 Q1. Re: Service Category E, page 19, the H&H modeling requested for the Richland Creek basin in item 1. is actually quite different that the updating of DFIRM panels. Would the county accept a submission that included H&H modeling but not preparation of DFIRM s (i.e. Item 1. but not Item 2.)? A1. The RFP should address both items. For clarification, update the Item 1 potential project to: 1. Develop a Hydrologic and Hydraulic (H&H) model to evaluate the existing level of service of all county maintained pipes within the Richland Creek Basin. Also provide a determination of what upgrades are necessary to bring each pipe system into compliance with County standards, including a mechanism to develop a planning level cost estimate. Q2. Could you provide some additional detail on the location for each project below to ensure that we are addressing the correct project location? Service Category C Watershed Management Services 1. Retrofit the county facility at One Justice Square in Lawrenceville to meet a 1" runoff reduction standard. Could you provide the parcel idea for the location of the facility at One Justice Square? 2. Restore the stream using Natural Channel Design principles on the southern edge of the Gwinnettowned parcel downstream of the Hewatt Road Park and Ride facility. Could you provide the parcel id for the Gwinnett County owned parcel? 3. Upgrade existing stormwater management facilities at the GCDWR Central facility to meet current water quality, channel protection, and peak flow regulations. 4. Enhance/restore the wetland on the county-owned parcel behind the Gwinnett Clean and Beautiful facility and provide a walking trail for public access and monitoring around the site. Could you provide the Parcel Id for the Gwinnett County owned parcel and the address for the Gwinnett Clean and Beautiful Facility? A2. 1. One Justice Square Parcel IDs: and A. 2. Hewatt Road Park and Ride facility Gwinnett County-owned Parcel ID: GCDWR Central facility Parcel ID: (which is the entire parcel; include the DOT facilities on the northern edge of the parcel) 4. County-owned Parcel IDs (including Gwinnett Clean and Beautiful facility): and

2 Page 2 Q3. On the various Attachment 1 forms (for each service category), the statement is made: Gwinnett County requires pricing to remain firm for the duration of the initial term of the contract. Prior to that it states that no increase will be allowed to the submitted multipliers over the full term of the annual contract, without formal approval. In the first statement, does the term pricing refer to the raw salary rates of the employees doing the work and being billed for it, in this case, during the calendar year 2017 (1/1/17 12/31/17) or something else? How would individual salary adjustments for those employees be addressed in billing the County if that s the case? A3. GCDWR will allow salary adjustments on an annual basis. However, the salary rate of each employee as of January 1 needs to be held for the entire calendar year. If salary increases occur after January 1, the new rate cannot be utilized until the subsequent January 1 of the next calendar year. The multiplier cannot be increased for the 5 year demand services contract term except for the scenario presented in Question 4 below. Q4. I have a question regarding the labor overhead rate report. For a small firm, the cost of preparing this report is quite a financial burden. Will the department consider an alternative financial report for small businesses, such as a report prepared by the owner with a statement as to the validity and signed by the owner and notarized? Moreover, most of our subconsultants are small firms, and they will not be able to provide a labor overhead report. A4. GCDWR s preference is for all consultants bidding on this RFP to have an Indirect Cost Overhead Rate that is compliant with the Federal Acquisition Regulations (FAR). The FAR system was established for the codification and publication of uniform policies and procedures for acquisition by all executive agencies. This ensures that government business is conducted in a manner above reproach and with complete impartiality. Please refer to the FAR web link for additional information: Federal Acquisition Regulations (FAR). Therefore, engineering and consulting firms that contract with GCDWR should be aware of the FAR regulations and have an audited overhead rate compliant with FAR. GCDWR understands that newly established and/or smaller firms may not currently have an audited overhead rate. In this case, GCDWR recommends the following approach: Until the firm has established the necessary accounting system to prepare for a FAR compliant audited overhead rate, the Consultant can utilize an overhead rate of 110% in lieu of the FAR audited rate, and then propose a multiplier for the Office Rate and Field Rate greater than 110% to include profit. If the firm obtains a FAR compliant audited rate at any time during the contract term, this can be submitted to GCDWR for adjustment on future authorizations, as well as any current authorizations starting from the time the audited rate is submitted to GCDWR. The Office Rate multiplier and Field Rate multiplier will then be adjusted to provide for reasonable profit.

3 Page 3 Q5. Will the design teams for Categories A and B be required to include geotechnical and materials testing capability (in-house or with a subconsultant) on their team as part of their submittal? If not, how will these services be procured or assigned for individual projects? A5. GCDWR prefers that geotechnical and materials testing services be included on the team for Categories A and B. However, this is not a requirement of the RFP. If these services are needed, a geotechnical firm selected under the Service Category I contract can be utilized. Q6. On page 14, second paragraph from the top, part of Tab D instructions: will you define project type as it relates to contracts with GCDWR within the last five years, please? A6. Project type refers to planning, study, modeling, design, and construction management services, among others. Please use your best judgment. Q7. Where in the proposal would you like us to provide the affidavit forms and firm information page? We would propose to include this information as a part of the Appendix. Let us know if that is acceptable. A7. Yes, it is acceptable to include these documents in an Appendix. Q8. Please confirm affidavit forms should be provided by all firm team members. A8. GCDWR only needs the Contractors Affidavit & Agreement and the Ethics Affidavit from the firm submitting the proposal. Q9. On Page 4, Section II, Item B, the RFP states: The proposal must contain a statement that the consultant has carefully reviewed the agreement, can meet all insurance and other requirements, and if selected, will sign the agreement. No modifications to the agreement will be permitted. But on page 59, it states: Upon receipt of a proposal containing a Gwinnett County Sample Contract as part of the requirements, it is understood that the proposer has reviewed the documents with the understanding that Gwinnett County requires that all agreements between the parties must be entered into via these documents. If any exceptions are taken to any part, each exception must be stated in detail and submitted as part of the proposal document. If no exceptions are stated, it is assumed that the proposer fully agrees to the Sample Contract in its entirety. Is it acceptable to submit comments/exceptions to the contract as a part of the appendix following the guidance on P. 59? A9. GCDWR s preference is for the Consultant to accept the contract without any exceptions. However, it is acceptable to submit comments 1that will be reviewed however; there is no guarantee of acceptance. Q10. What roles within GCDWR are involved with making decisions for this RFP for Service Category s G?

4 Page 4 A10. A range of roles within GCDWR will be evaluating the various service categories. Additionally, there will be a minimum of one Gwinnett County employee outside of GCDWR on each selection team. Q11. On page 21, reference is made to use of the Lucity CMMS system. Clarifying question - does this mean Stormwater uses a separate CMMS system to track their asset maintenance than Maximo? If so, will Stormwater be considering consolidating their CMMS system to Maximo within the scope of this RFP timeframe? A11. All linear assets are tracked in Lucity and all vertical assets are tracked in Maximo. At this time, GCDWR does not anticipate consolidating these systems; however, this could change in the future. Q12. We are a local company specializing in Maximo CMMS and GIS services which clearly fits into your Service Category G. However, we note Service Category G also covers many other areas of consulting so we are looking for guidance from GCDWR. Would GCDWR want a local specialized consultant like us to respond to Service Category G in independently since we only provide a subset of the services included in your description for Service Category G OR would you guide us to partner (i.e. as a sub-consultant) with other organizations in our response such that our services are part of a broader service provider for GCDWR? We plan to respond either way, but would prefer not to waste your time or ours hence, the question. A12. Firms should propose under the service category(ies) that best fit their services. Q13. Is GCDWR familiar with use of a GSA Schedule to obtain preferred government rates? Is GCDWR open to use of a GSA Schedule? A13. For consistency in proposal evaluation, GCDWR is asking for firms to submit an audited overhead rate, as well as office and field multipliers. Refer to Question 4 for firms that do not have an audited overhead rate. Q14. Is it acceptable to include text smaller than 12 point in graphics? A14. Smaller text is acceptable; however, it is recommended that the proposal can be easily read. Q15. Instructions for projects in Tab D request All project experience sheets must have been completed within the past five (5) years. Is it acceptable to include projects that are ongoing? A15. Ongoing projects are acceptable. Q16. Instructions for projects in Tab D request the Lead Consultant and/or the Major Sub-Consultants shall provide a separate table listing all projects/task orders (past and current) with GCDWR within the last five (5) years. State the name of the project, GCDWR project manager and/or primary contact, project type, prime or sub, and contract value. What information would you like under project type? Does this mean the current Demand Services contract category?

5 Page 5 A16. See response to Question 6. The associated Demand Services Category can also be listed. Q17. Page 56 of the RFP, Preparation of Proposals Item I.B., requests "Each proposer shall sign the proposal and print or type his or her name on the schedule." Does this requirement apply to these proposals? A17. No. This requirement does not apply because schedule submittal is not required. Q18. On page 14, second paragraph from the top, part of Tab D instructions: will you define project type as it relates to contracts with GCDWR within the last five years, please? A18. See response to Question 6. Q19. Will the two referenced CDM report be made available? Alternate Chemical Conditioning Study for Solids Dewatering Lanier Filter Plant, Hazen and Sawyer, 2012 on page 3-4 Filter Backwash Equalization Improvements Report on page 3-7 A18. The CDM report provided under Addendum #1 contains sufficient information to respond to this RFP. Reports referenced in the CDM report are not necessary at this time. Q20. Will there be any bonding requirements? A20. No. Q21. Sample Services Agreement references an Exhibit C for insurance requirements, will that exhibit specific same requirements as Page 26 of the RFP entitled Professional Services Insurance Requirements? A21. Yes, the insurance requirements on Pages of the RFP are the same as those referenced in the Sample Service Agreement. Q22. Is Professional Liability Insurance to be written on a project specific basis? A22. Refer to Item 4 on Page 26 of the RFP. There are two options: 1) $1,000,000 (project specific for the Gwinnett County project) limit of liability per claim/aggregate, or (2) limit of $1,000,000 per occurrence and $2,000,000 aggregate. For this annual contract, the Lead Consultant needs to provide a Certificate of Insurance on an annual basis. Q23. The description for Service Category F, Urgent Services and Third-Party CM Services, indicates that quick professional services to respond to urgent or emergency projects as requested by GCDWR, on an as-needed basis. will utilize existing annual contract, sole source contracts and quick procurement methods to address critical issues. Similar language regarding the need to provide quick professional services to respond to urgent or emergency projects as requested by GCDWR, on an as-needed basis. appears in the description for Service Category A, Water and Wastewater Facilities and Pump Stations

6 Page 6 A23. Yes. Services, and in Category B, Water Line, Sewer Line and Reuse Water Line Services. However, the description in Category A and B does not contain the language that states these services will utilize existing annual contract, sole source contracts, etc. Can we assume that the same language related to this in Category F also applies to Category A and B? Q24. Proposal Fee Schedule: 1. Please clarify the definition of direct salary cost, as reported to the Internal Revenue Service? Direct salary cost and wages reported to the IRS are two different numbers if you have 401k plans and Section 125 plans for benefits. Wages reported to the IRS for various payroll tax reporting do not include any wages that are deducted under a Section 125 for Medicare, Social Security, Federal and State Wages. Wages reported to the IRS for various payroll tax reporting do not include any wages that are deducted for a 401k plan for Federal and State wages. Direct salary cost is the gross dollars paid to the employee (excluding bonus) before any of these deductions are taken. 2. As obtaining an audited overhead rate can be burdensome on small businesses, will GCDWR consider waiving this requirement for Minor Subconsultants? A Raw salary cost should be reported as the gross dollars paid to the employee, excluding bonus, before any deductions for 401K plans, Section 125 plans, etc. 2. See response to Question 4 for firms that do not have an audited overhead rate. Q25. Contractor Affidavits: Are the two affidavits, Code of Ethics Affidavit and Contractor Affidavit and Agreement, required to be included with the proposal for Minor Subconsultants? A25. See response to Question 8. Q26. Tab D: Project references are requested to include fax numbers. Are fax numbers required? If so, please provide fax numbers for GCDWR project managers. A26. Fax numbers are not required; however, please ensure a current address and phone number are provided. Q27. Page 23 of the RFP states, GCDWR shall not be invoiced for clerical labor or for other directs charges for items such as office, rent or overhead expenses of any kind including, but not limited to: insurance, telephone (including cellular service) and utility charges, office/drafting supplies, depreciation of equipment, professional dues, subscriptions, customary computer software/hardware, reproduction of drawings and/or specifications mailing, stenographic. The multiplier proposed in the fee schedule shall cover all such costs pertinent to the project work. Some of the cost listed herein are not included in our standard overhead rate and potentially other proposers overhead rate. Will GCDWR allow adjustments to be made to the overhead rate to account for cost in the event such costs are not

7 Page 7 included in a firm s overhead rate calculation in order to obtain a more accurate comparison of the calculated profit margin stated on Page 25? A27. There should be no adjustments made to the audited overhead rate. Q28. For Tab D, page 14, second paragraph we are asked to submit a table with projects/task orders with GCDWR in the last 5 years. In this table we are asked to include the project type for each project. Could you please clarify what GCDWR specifically means by project type to be sure we provide the right response for this item? A28. See response to Question 6. Q29. Page 12 For each certification in Tab A (e.g., PMP), do we need two representative projects per full time employee with the certification or two representative projects for the certification? A29. The two representative projects for each employee with a license and/or certification should be associated with the Service Category for which you are submitting. Q30. Page 14 In the context of Category H: For the proposed org chart in Tab E, are all of the same roles expected for the Category H project (i.e., Client Services Manager, Services Coordinator/Contract Manager, Project Managers, Subject Matter Experts, QA/QC Managers, and Lead Design Engineers)? If not, which roles are expected? Some roles do not seem directly applicable (e.g., Lead Design Engineer). A30. For each Service Category, the roles in the organization chart in Tab E should be customized to the Service Category for which you are submitting. For example, the proposed organization chart for Category H may be different than that for a traditional engineering design category. Therefore, a Lead Design Engineer may not be required. Q31 If one person's credentials and availability qualify for Tabs A, E, and H (tabs appear to request similar information), how should we differentiate the information across the tabs? A31. Individual(s) shall be listed in multiple Tabs of the proposal to meet the requirements of each Tab. Q32. Page In the Proposal Fee Schedule, does GCDWR expect the rate card for the first year only or a set rate for all five years? A32. The proposed office and field multiplier will be the same for all five years; however, the direct salary can be adjusted on an annual basis as described in Question 3. Q33. Page 58 Is a performance bond required for Category H and I? A33. No. See response to Question 20. Q34. Proposal Fee Schedule Pg. 23 states Field employees shall mean personnel that are performing duties in the field or at GCDWR s facilities for more than one year full time services. Is it correct to assume

8 Page 8 that employees who fit this description will bill at the Office Employee rate for the first year of full time service (even if in field) and the field employee multiplier will go in effect on Day 1 of Year 2? A34. If GCDWR s expectation is for the employee to serve in the field for one year or more, the field multiplier can go into effect immediately in Year 1. Q35. Page 23: Our federally audited multipliers do not include clerical, financial, and administrative staff as these labor categories are considered to be billed per their raw hourly rate times the same multiplier. Since GCDWR wants this staff included in the multiplier does GCDWR have guidance for how to reflect this addition to our audited multiplier rate (e.g. our submitted multiplier will need to be higher than our audited multiplier to take this requirement into consideration). A35. GCDWR understands that the proposed office and field multipliers will be adjusted to take into account clerical, financial, and administrative staff. However, the audited overhead rate should not be adjusted. Specific guidance on how to account for these staff in the proposed multipliers cannot be provided since every firm s staff mix is unique. Q36. Page 23 states that GCDWR shall not be invoiced for other direct costs and a list of other direct costs is listed which includes reproduction of drawings and/or specifications mailing. However, earlier in the same paragraph it s stated that the fee shall constitute full compensation and all other direct costs not covered by reimbursable expenses. Invoices for reproduction can easily be provided and will vary significantly between types and sizes of projects. Wondering if this was intended to address reproductions made in the course of doing business, but not the reproduction of design deliverables requested by GCDWR. Please confirm whether or not reproduction expenses for drawing/specification production is a reimbursable expense. A36. As noted in Addendum 1, the reproduction of drawings and/or specifications should be included in the proposed office multiplier and will not be invoiced to GCDWR. Q37. Page 23: Will GCDWR reconsider the hourly rate cap of $240. It seems conflicting to both follow an audited multiplier and to cap the rates. A37. The hourly rate cap only affects very senior level staff. If an individual s raw hourly salary multiplied by the proposed multiplier is greater than $240/hour, then the billing rate should be reduced to $240/hour. Q38. Gwinnett Fee Description Page 23: Gwinnett County has the right to verify the rates and multipliers used in the Contract through an audit. No escalation will be permitted. We assume this means no escalation of the multiplier applied to the actual current raw salary can you confirm? A38. Correct. There is no escalation of the proposed office and field multipliers; however, direct salary rates can be adjusted on an annual basis as described in Question 3. Q39. Can you please clarify what is included in overhead for the fee multiplier so we can compare against the definition of our audited overhead multiplier.

9 Page 9 Is there a minimum size for a firm (i.e. number of employees) to be selectable for Category I? A39. Refer to Question 4 for information on Indirect Cost Overhead Rates compliant with FAR. There are no minimum size requirements. Q40. Is a GA PE required for a category of services, even if no engineering design is involved for likely services in that category? Will points be deducted if the firm does not have a GA PE when proposing for such a category? A40. GCDWR understands that that staff mix will not be the same for the different Service Categories, and thus will not deduct points for services where a licensed Professional Engineer is not required. Q41. Page 63, the no bid page says if we fail to return the page, we could be removed from consideration. We do not wish to submit a no bid, do we still submit this page, but just leave it blank? A41. This form is required ONLY if a firm has decided to not participate in this RFP process. Q42. For category I, is there a difference between information management services and specialized technology/data management? A42. For Category I, GCDWR recommends firms propose the specialized technical services that best fit their firms suite of services. Q43. For Category I, there are two different lists of potential services, the first is found on page 11 in section I, and the second is on page 22 in Tab F. Is it correct to assume that Category I could include any of those services, plus ones that may not be mentioned in either list? A43. Correct; firms can submit other specialized technical services that are not listed in the RFP. The proposals should clearly provide the value of these services to GCDWR. Q44. Required Attachment 1 requests an Audited Overhead Rate as part of the table. Obtaining an audited overhead rate can be cost prohibitive for small firms (we have received quotes of between $7,000 and $12,000). Would you consider allowing a calculated, non-audited overhead rate for firms with annual revenue less than a certain amount such as $500,000 or $1,000,000? A44. See response to Question 4 for firms that do not have an audited overhead rate. Q45. Is an overhead rate still considered to be audited if it is then adjusted to include administrative support that is typically billable for other contracts (that would be used in an audited overhead rate calculations), but not billable for this contract? This solicitation directs firms to adjust the overhead rate to accommodate such costs.

10 Page 10 A45. The audited overhead rate should not be adjusted. However, the proposed office and field multipliers can be adjusted to include administrative support. See responses to Questions 27 and 35. Q46. Regarding the Fee Schedule, pg 22, and the Attachment 1 Service Multiplier Schedule for each service category, would the County consider an alternate means of determining an overhead rate other than one determined by a financial audit? Conducting an audit for this purpose is expensive for a number of our small businesses that are being considered as sub-consultants and would place an undue burden on them with no guarantee of having work under a demand services contract. A46. See response to Question 4 for firms that do not have an audited overhead rate. Q47. Regarding the Fee Schedule, pg 22, last paragraph that page: principals excluded from fee calculation for many of our small businesses that are being considered as sub-consultants, the firm may only consist of a principal and a few other staff and the principal may be actively producing the work. In the same manner, pg 23, it asks that clerical staff be excluded from billing as direct labor hours again these individuals may be helping to produce work for these firms aside from normal clerical and administrative duties. Can there be an exception for these small businesses that will allow these individuals to bill for their labor? A47. Please strike principals excluded from the 3rd paragraph under Separate Envelope Proposal Fee Schedule on Page 22 of the RFP. Consultants can include principals in the professional services for this RFP. Acknowledge receipt of this addendum on the Firm Information Page. Failure to do so may result in your proposal being deemed non-responsive. Thank you, Shelley McWhorter Shelley McWhorter, CPPB Purchasing Associate III

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

The written proposal documents supersede any verbal or written prior communications between the parties. May 2, 2018 REQUEST FOR PROPOSAL RP013-18 The Gwinnett County Board of Commissioners is soliciting competitive sealed proposals from qualified Consultants Provision of Supplemental Consultant Demand Services

More information

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

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

More information

Addendum No. 2 Q&A Responses ADDENDUM NO. 2. State of Florida Department of Management Services

Addendum No. 2 Q&A Responses ADDENDUM NO. 2. State of Florida Department of Management Services Addendum No. 2 Q&A Responses ADDENDUM NO. 2 State of Florida Department of Management Services INVITATION TO Negotiate (ITN) No. 02 973 000 A Management Consulting and Auditing Services August 30, 2012

More information

BIOSOLIDS MANAGEMENT

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

More information

REQUEST FOR QUALIFICATIONS DESIGN-BUILD NEW SERVICE CENTER PROJECT Solicitation Number: Q DD Job Nos.: ADDENDUM 2 FEBRUARY 7, 2014

REQUEST FOR QUALIFICATIONS DESIGN-BUILD NEW SERVICE CENTER PROJECT Solicitation Number: Q DD Job Nos.: ADDENDUM 2 FEBRUARY 7, 2014 REQUEST FOR QUALIFICATIONS DESIGN-BUILD NEW SERVICE CENTER PROJECT Solicitation Number: Q-14-001-DD Job Nos.: 11-7701 ADDENDUM 2 FEBRUARY 7, 2014 This addendum includes responses to questions, as well

More information

QUESTIONS - ANSWERS - CLARIFICATIONS CITY OF STOCKTON BICYCLE MASTER PLAN UPDATE FEDERAL PROJECT NO.: ATPLNI-5008(141) PROJECT NO.

QUESTIONS - ANSWERS - CLARIFICATIONS CITY OF STOCKTON BICYCLE MASTER PLAN UPDATE FEDERAL PROJECT NO.: ATPLNI-5008(141) PROJECT NO. QUESTIONS - ANSWERS - CLARIFICATIONS CITY OF STOCKTON BICYCLE MASTER PLAN UPDATE FEDERAL PROJECT NO.: ATPLNI-5008(141) PROJECT NO.: PW1436 Please Note: The submittal deadline for the Request for Proposal

More information

Lisa Alderson, Contracts and Procurement Supervisor

Lisa Alderson, Contracts and Procurement Supervisor TO: FROM: Prospective Offerors Lisa Alderson, Contracts and Procurement Supervisor SUBJECT: Addendum No. 2 Request for Proposals P38-160 DATE: July 18, 2018 This addendum provides responses to prospective

More information

RP Page 1. RP Page 1

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

More information

Planning, Engineering, and Environmental Services for the Seawall Resiliency Project

Planning, Engineering, and Environmental Services for the Seawall Resiliency Project Planning, Engineering, and Environmental Services for the Seawall Resiliency Project RFP Written Questions and Responses May 12, 2017 1) Under task 1.03 Existing Conditions Review and Documentation, it

More information

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

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

More information

Request for Bid/Proposal

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

More information

Please see the below summation of the questions/answers/clarification regarding the above solicitation.

Please see the below summation of the questions/answers/clarification regarding the above solicitation. April 17, 2018 ADDENDUM #1 RP012-18 Infinite Energy Center Exhibit Hall Expansion Architectural Design Services Please see the below summation of the questions/answers/clarification regarding the above

More information

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

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

More information

REQUEST FOR PROPOSALS (RFP) for SMILAX-MIMOSA SEWER IMPROVEMENTS (CIP NO. 8301) May 1, 2018

REQUEST FOR PROPOSALS (RFP) for SMILAX-MIMOSA SEWER IMPROVEMENTS (CIP NO. 8301) May 1, 2018 ADDENDUM 1 TO ENGINEERING DESIGN SERVICES REQUEST FOR PROPOSALS (RFP) for SMILAX-MIMOSA SEWER IMPROVEMENTS (CIP NO. 8301) May 1, 2018 Notes: All proposers must acknowledge receipt of Addendum No. 1 in

More information

DATE: November 2, 2017 MANAGEMENT SERVICES

DATE: November 2, 2017 MANAGEMENT SERVICES DATE: November 2, 2017 SUBJECT: REQUEST FOR PROPOSALS FOR MANAGEMENT SERVICES ON-CALL CONSTRUCTION Pursuant to the Request for Proposals (RFP) for On-Call Construction Management Services, all proposers

More information

RFP P Security Guard Services ADDENDUM No. 1 October 20, 2017

RFP P Security Guard Services ADDENDUM No. 1 October 20, 2017 RFP 17-057P Security Guard Services ADDENDUM No. 1 October 20, 2017 A. Clarifications 1. See attached revised Cost Proposal Form a. Corrected typo in Option Year One and Option Year Two. b. Eliminated

More information

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

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

More information

APPENDIX B TO COMPREHENSIVE AGREEMENT UOSA CONTRACT VSS UOSA VEHICLE SERVICE STATION FORM OF STAGE 2: FINAL DESIGN AMENDMENT

APPENDIX B TO COMPREHENSIVE AGREEMENT UOSA CONTRACT VSS UOSA VEHICLE SERVICE STATION FORM OF STAGE 2: FINAL DESIGN AMENDMENT APPENDIX B TO COMPREHENSIVE AGREEMENT UOSA CONTRACT VSS UOSA VEHICLE SERVICE STATION FORM OF STAGE 2: This Stage 2: Final Design Amendment (Final Design Amendment) is an Amendment to the Comprehensive

More information

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

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

More information

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

APPLICATION FOR CERTIFICATE OF QUALIFICATIONS TO PROPOSE FOR PROFESSIONAL SERVICES

APPLICATION FOR CERTIFICATE OF QUALIFICATIONS TO PROPOSE FOR PROFESSIONAL SERVICES THE METROPOLITAN ST. LOUIS SEWER DISTRICT 2350 MARKET STREET ST. LOUIS, MO 63103 (USED IN PREQUALIFYING CONSULTANTS ON ARCHITECTURAL, ENGINEERING, AND SURVEYING SERVICES) January 1, 2014 through December

More information

Invitation to Bid #18PSX0055

Invitation to Bid #18PSX0055 State of Connecticut Invitation to Bid #18PSX0055 GROUNDS MAINTENANCE & LANDSCAPING SERVICES FOR THE DESPP FACILITY LOCATED AT 34 PERIMETER ROAD, WINDOSR LOCKS, CONNECTICUT 06096 Contract Specialist: Michael

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us RFP P18-03 ADDITIONAL WIDE AREA NETWORK (WAN) February

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

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

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION CMD ATTACHMENT 8A

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION CMD ATTACHMENT 8A CITY & COUNTY OF SAN FRANCISCO Requirements for SFPUC Regional Architecture, Engineering, & Contracts For Contracts covered under SEC.14B.21 that are advertised on or after February 1, 2018 PART I. GENERAL

More information

Request for Proposal ACTUARIAL CONSULTING SERVICES

Request for Proposal ACTUARIAL CONSULTING SERVICES Request for Proposal for ACTUARIAL CONSULTING SERVICES October 12, 2005 1. Introduction The Board of Trustees of State Institutions of Higher Learning (IHL), through the Office of Insurance & Risk Management

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study CITY OF CHINO HILLS Request for Proposals (RFP) for Water Fixed Assets Assessment Study Date: April 15, 2014 Department: Project Name: Proposal Due Date: Public Works Department Water Fixed Assets Assessment

More information

Review of Water and Wastewater Services General Professional Consultant Services Agreements

Review of Water and Wastewater Services General Professional Consultant Services Agreements Review of Water and Wastewater Services General Professional Consultant Services Agreements July 14, 2009 Report No. 08-15 Office of the County Auditor Evan A. Lukic, CPA County Auditor Table of Contents

More information

Purchasing Manual. Resolution Exhibit A. AWWD Purchasing Manual Date: Last Revised 6/29/10

Purchasing Manual. Resolution Exhibit A. AWWD Purchasing Manual Date: Last Revised 6/29/10 Purchasing Manual Resolution 2527-2009 Exhibit A Date: Last Revised 6/29/10 Date: Last Revised 6/29/10 Table of Contents Purchasing Decision Trees Item to Be Purchased Cross Reference Guide Section 1.

More information

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

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

More information

Invitation to Bid (ITB) Medical and Dental Supplies. No S ADDENDUM NO. 2. Questions and Answers & ITB Revisions

Invitation to Bid (ITB) Medical and Dental Supplies. No S ADDENDUM NO. 2. Questions and Answers & ITB Revisions Invitation to Bid (ITB) Medical and Dental Supplies 19-42000000-S ADDENDUM NO. 2 Questions and Answers & ITB Revisions Page 1 of 8 Contained herein are the answers to the questions submitted to the Department

More information

MIDDLESEX COUNTY UTILITIES AUTHORITY

MIDDLESEX COUNTY UTILITIES AUTHORITY MIDDLESEX COUNTY UTILITIES AUTHORITY REQUEST FOR QUALIFICATIONS FOR FINANCIAL INVESTMENT AND ADVISORY SERVICES FOR THE AUTHORITY S SOLID WASTE AND WASTEWATER DIVISIONS DEADLINE: 12:00 NOON ON FRIDAY, FEBRUARY

More information

Request for Proposals. Auditing Services For the Fiscal Years

Request for Proposals. Auditing Services For the Fiscal Years Request for Proposals Auditing Services For the Fiscal Years 2019-2023 January 8, 2019 General Description The City of Greenville is requesting proposals from qualified firms of Certified Public Accountants

More information

REQUEST FOR PROPOSAL Engineering Survey/Design Services Loecy Pond Dam Modification or Rehabilitation August 27, 2018

REQUEST FOR PROPOSAL Engineering Survey/Design Services Loecy Pond Dam Modification or Rehabilitation August 27, 2018 REQUEST FOR PROPOSAL Engineering Survey/Design Services Loecy Pond Dam Modification or Rehabilitation August 27, 2018 I. INTRODUCTION Chagrin River Watershed Partners, Inc. (CRWP), located at 38238 Glenn

More information

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) Proposals will be accepted at the Shawnee County Counselor s Office, Shawnee County Courthouse, 200 SE 7 th Street,, until 2:00 P.M. on

More information

Page 1 of 21. SOCCCD RFQ&P 24 ATEP Security Services Addendum No. One (1)

Page 1 of 21. SOCCCD RFQ&P 24 ATEP Security Services Addendum No. One (1) Page 1 of 21 Is there any prevailing wage, living wage ordinance, state or local mandated wage, contract specific wage, or collective bargaining agreement? Minimum pay would be the minimum California wage.

More information

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

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

More information

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

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

More information

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

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

More information

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

Request for Proposal For Municipal Aggregated Electricity Supply For Residential and Small Commercial Retail Customers Issued By: The Village of Lisle 925 Burlington Ave Lisle, IL 60532 Issue Date: April

More information

RE: Request for Proposals (RFP) Consultant Services for Public Transit Board Training

RE: Request for Proposals (RFP) Consultant Services for Public Transit Board Training State of Vermont Agency of Transportation Contract Administration Finance & Administration One National Life Drive [phone] 802-828-2641 Montpelier VT 05633-5001 [fax] 802-828-5545 http://vtrans.vermont.gov/

More information

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

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

More information

AMENDMENT 1 TO REQUEST FOR PROPOSALS FOR ENGINEERING SERVICES FEBRUARY 21, 2017

AMENDMENT 1 TO REQUEST FOR PROPOSALS FOR ENGINEERING SERVICES FEBRUARY 21, 2017 AMENDMENT 1 TO REQUEST FOR PROPOSALS FOR ENGINEERING SERVICES FEBRUARY 21, 2017 The City of Huron issued a Request for Proposal for Engineering Services on February 1, 2017 ( RFP ). The following are amendments

More information

SAN ANTONIO WATER SYSTEM BIENNIAL BEST VALUE BID FOR SECURITY SERVICES ADDENDUM NO. 1

SAN ANTONIO WATER SYSTEM BIENNIAL BEST VALUE BID FOR SECURITY SERVICES ADDENDUM NO. 1 Page No. 1 No. Pages 10 Date June 17, 2011 FORMAL INVITATION, BID Sealed bids addressed to the Purchasing Director, San Antonio Water System, 2800 US Hwy 281 North, P. O. Box 2449, San Antonio, TX 78298-2449

More information

DIVISION OF LOCAL GOVERNMENT AND SCHOOL ACCOUNTABILITY REPORT OF EXAMINATION 2018M-30. Village of Avon. Board Oversight and Professional Services

DIVISION OF LOCAL GOVERNMENT AND SCHOOL ACCOUNTABILITY REPORT OF EXAMINATION 2018M-30. Village of Avon. Board Oversight and Professional Services DIVISION OF LOCAL GOVERNMENT AND SCHOOL ACCOUNTABILITY REPORT OF EXAMINATION 2018M-30 Village of Avon Board Oversight and Professional Services MAY 2018 Contents Report Highlights.............................

More information

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR MUNICIPAL ENGINEER

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR MUNICIPAL ENGINEER REQUEST FOR PROPOSAL/QUALIFICATIONS FOR MUNICIPAL ENGINEER Issued by the Borough of Fountain Hill Date Issued: October 31, 2017 Responses Due by: November 30, 2017 REQUEST FOR PROPOSAL & QUALIFICATIONS

More information

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES October 18, 2011 NOTICE OF PRE-QUALIFICATION OF CONTRACTORS FOR THE INSTALLATION, REPLACEMENT AND/OR RELOCATION OF PRESSURIZED WATER MAINS AND SEWER FORCE MAINS AND APPURTENANCES Gwinnett County is soliciting

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

Request for Proposal Number # Boiler Clean

Request for Proposal Number # Boiler Clean COLORADO MOUNTAIN COLLEGE Request for Proposal Number #536-12 Boiler Clean Due: November 27, 2012 2:00PM Buyer: Steve Boyd Purchasing and Contracts Manager 802 Grand Avenue Glenwood Springs, CO 81601 sboyd@coloradomtn.edu

More information

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

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

More information

TERMS OF REFERENCE FOR CONSULTING SERVICES FOR A STORMWATER FUNDING STUDY

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

More information

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex December 4, 2016 Submission Deadline: 12:00 p.m. December 20, 2016 1. REQUEST FOR PROPOSAL The City of Brentwood

More information

October 01, ADDENDUM #1 RP Provision of Standby Architectural and Engineering Services on an Annual Contract

October 01, ADDENDUM #1 RP Provision of Standby Architectural and Engineering Services on an Annual Contract October 01, 2018 ADDENDUM #1 RP021-18 Provision of Standby Architectural and Engineering Services on an Annual Contract Please see the below summation of the questions and answers that have been received

More information

REQUEST FOR PROPOSALS #10652

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

More information

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

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

More information

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

Chapter 2 DESIGNER AGREEMENTS & PAYMENTS

Chapter 2 DESIGNER AGREEMENTS & PAYMENTS Chapter 2 DESIGNER AGREEMENTS & PAYMENTS 2.01 BASIC OWNER / DESIGNER AGREEMENT FORM A. Form 1. Document SBC-6 is the standard form authorized by the State Building Commission for a Basic Services agreement

More information

PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FLOOR NEW YORK, NY ADDENDUM #4

PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FLOOR NEW YORK, NY ADDENDUM #4 PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FLOOR NEW YORK, NY 10007 10/4/2018 ADDENDUM #4 To prospective Bidder(s) on Bid # 54291 Inspection, Testing and Maintenance of the

More information

ADDENDUM No. 1. RFP No Solid Waste Transfer, Transport and Disposal Services

ADDENDUM No. 1. RFP No Solid Waste Transfer, Transport and Disposal Services ADDENDUM No. 1 RFP No. 17-05 Solid Waste Transfer, Transport and Disposal Services Due Date and Time: March 16, 2017 at 2:00 P.M. (Local Time) The following changes, additions, and/or deletions shall be

More information

Arkansas Health Insurance Marketplace 1501 North University Avenue, Suite 970 Little Rock, AR REQUEST FOR PROPOSAL

Arkansas Health Insurance Marketplace 1501 North University Avenue, Suite 970 Little Rock, AR REQUEST FOR PROPOSAL Arkansas Health Insurance Marketplace 1501 North University Avenue, Suite 970 Little Rock, AR 72207-5186 RFP Number: 01-2014 Service: Outside Legal Counsel Date: REQUEST FOR PROPOSAL Buyer: Amanda Spicer

More information

Statement of Policy. Milwaukee Metropolitan Sewerage District s Private Property Inflow and Infiltration Reduction Program.

Statement of Policy. Milwaukee Metropolitan Sewerage District s Private Property Inflow and Infiltration Reduction Program. Milwaukee Metropolitan Sewerage District s 2011-2020 Private Property Inflow and Infiltration Reduction Program Introduction Infiltration is the quantity of water entering a sewer system through such sources

More information

Fiscal Guidelines For CSC Funded Programs FY 2016/2017

Fiscal Guidelines For CSC Funded Programs FY 2016/2017 Fiscal Guidelines For CSC Funded Programs FY 2016/2017 Effective Date: October 1, 2016 Table of Contents Introduction... 4 Goals of the Fiscal Guidelines... 4 Seeking CSC Budget Specialist Advice Technical

More information

ARTICLE 8: BASIC SERVICES

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

More information

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

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

More information

Chapter 2: Designer Agreements and Payments

Chapter 2: Designer Agreements and Payments Chapter 2: Designer Agreements and Payments CHAPTER CONTENTS 2.1 STANDARD FORMS OF AGREEMENT 2.2 STANDARD FORM OF AGREEMENT BETWEEN OWNER AND DESIGNER A. Owner Initiation B. Completion by the Designer

More information

PART IV REPRESENTATIONS AND INSTRUCTIONS. Section K Representations, Certifications, and Other Statements of Offerors

PART IV REPRESENTATIONS AND INSTRUCTIONS. Section K Representations, Certifications, and Other Statements of Offerors PART IV REPRESENTATIONS AND INSTRUCTIONS Section K Representations, Certifications, and Other Statements of Offerors Section L Instructions, Conditions, and Notices to Offerors L.1 Formal Communications

More information

Bradley Lake Hydropower Project Operator

Bradley Lake Hydropower Project Operator ADDENDUM ONE Request for Proposal 18043 Bradley Lake Hydropower Project Operator March 27, 2018 EMAIL TO: All RFP recipients on record. The Request for Proposal (RFP) is hereby clarified or changed as

More information

Request for Proposal Construction Management Services

Request for Proposal Construction Management Services CONTACT ISSUING OFFICE Bentley Community Schools 1170 N. Belsay Rd. Burton, MI 48509 Rebekah Dupuis, Superintendent PROJECT DESCRIPTION Infrastructure, safety/security and athletic/pe facilities upgrades

More information

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building City of Forest Park Request for Proposals s 5977 Lake Dr. Community Building Mandatory Pre-Proposal Conference May 12, 2014 at 10:00 am Bid Deadline May 19, 2014 at 2:00 pm Purpose: The City of Forest

More information

ARC FLASH ANALYSIS RFP. Questions and Answers

ARC FLASH ANALYSIS RFP. Questions and Answers ARC FLASH ANALYSIS RFP Questions and Answers Q1. Do you have any existing one line diagrams which can be used to count the number of panelboards and other equipment that will require arc flash labels?

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

SEALED BID REQUEST FOR PROPOSAL CLERK-OF-THE-WORKS STRUCTURAL REINFORCEMENTS CENTRAL SERVICES BUILDING, MIDDLESEX, VT

SEALED BID REQUEST FOR PROPOSAL CLERK-OF-THE-WORKS STRUCTURAL REINFORCEMENTS CENTRAL SERVICES BUILDING, MIDDLESEX, VT Department of Buildings and General Services Office of Purchasing & Contracting 109 State Street [phone] 802-828-2211 Montpelier VT05609-3001 [fax] 802-828-2222 http://bgs.vermont.gov/purchasing Agency

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder

More information

Chapter 2: Designer Agreements and Payments

Chapter 2: Designer Agreements and Payments Chapter 2: Designer Agreements and Payments CHAPTER CONTENTS 2.1 STANDARD FORMS OF AGREEMENT 2.2 STANDARD FORM OF AGREEMENT BETWEEN OWNER AND DESIGNER A. Owner Initiation B. Completion by the Designer

More information

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following: THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS This entire Bid Package, which includes the following: Notice Inviting Bids, Bid Proposal Forms, and County of Inyo Standard Contract No.

More information

Request for Proposal Number #

Request for Proposal Number # COLORADO MOUNTAIN COLLEGE Request for Proposal Number # 526-12 Parking Area Remodel Timberline Campus Due: June 26, 2012 2:00PM Buyer: Steve Boyd Purchasing and Contracts Manager 802 Grand Avenue Glenwood

More information

OFFICE OF THE SUMMIT COUNTY SHERIFF

OFFICE OF THE SUMMIT COUNTY SHERIFF OFFICE OF THE SUMMIT COUNTY SHERIFF 970-453-2474 fax 970-453-7329 REQUEST FOR PROPOSAL 2018 VEHICLE TOWING CONTRACT FOR SUMMIT COUNTY, COLORADO Release Date: November 3, 2017 Closing Date: November 24,

More information

ADDENDUM # 1. To prospective Bidders on Bid # 55721: Elevator Maintenance, Repair, Rehabilitation and Inspection Services at LaGuardia Airport:

ADDENDUM # 1. To prospective Bidders on Bid # 55721: Elevator Maintenance, Repair, Rehabilitation and Inspection Services at LaGuardia Airport: PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21ST FL. NEW YORK, NY 10007 12/24/2018 ADDENDUM # 1 To prospective Bidders on Bid # 55721: Elevator Maintenance, Repair, Rehabilitation

More information

New York State Department of Transportation New York Metropolitan Transformation Council

New York State Department of Transportation New York Metropolitan Transformation Council New York State Department of Transportation New York Metropolitan Transformation Council NYMTC REGIONAL FREIGHT PLAN UPDATE 2015-2040 RFP CONTRACT C000790 ATTACHMENT #11 QUESTIONS AND ANSWERS FROM PRE-PROPOSAL

More information

Cheltenham School District

Cheltenham School District Cheltenham School District REQUEST FOR PROPOSALS LEGAL SERVICES 1. INTENT & BACKGROUND Cheltenham School District (the District ) is soliciting proposals from qualified licensed law firms to represent

More information

FORMAL INVITATION FOR BEST VALUE BID (BVB) THREE YEAR CONTRACT FOR SECURITY SERVICES ADDENDUM 4

FORMAL INVITATION FOR BEST VALUE BID (BVB) THREE YEAR CONTRACT FOR SECURITY SERVICES ADDENDUM 4 SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Clifford Gorman Date Issued: April 28, 2016 BID NO.: 16-8067 FORMAL INVITATION FOR BEST VALUE BID (BVB) THREE YEAR CONTRACT FOR SECURITY SERVICES

More information

AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT 2. Amendment/Modification Number

AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT 2. Amendment/Modification Number AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT 2. Amendment/Modification Number 3. Effective Date 4. Requisition/Purchase Request No. Amendment 03 See Box 16C 6. Issued by: Code 7. Administered by

More information

ODOT Local Public Agencies (LPA) Cost Recovery and Financial Audit Guidance

ODOT Local Public Agencies (LPA) Cost Recovery and Financial Audit Guidance ODOT Local Public Agencies (LPA) Cost Recovery and Financial Audit Guidance Definitions, Audit Authority, Cost Recovery Options and Financial Audit Guidance for LPAs Release Date: 05/01/15 Application:

More information

ADDENDUM NO. 1 ASPHALT PAVING REPAIR PROJECTS PROJECT NUMBER TU-1849

ADDENDUM NO. 1 ASPHALT PAVING REPAIR PROJECTS PROJECT NUMBER TU-1849 ADDENDUM NO. 1 ASPHALT PAVING REPAIR PROJECTS PROJECT NUMBER TU-1849 2/19/18 Ladies and Gentlemen: The purpose of this addendum is to clarify certain portions of the above-referenced project with all prospective

More information

Request for Proposals Health Insurance Broker/Consultant Services

Request for Proposals Health Insurance Broker/Consultant Services Request for Proposals Health Insurance Broker/Consultant Services Deadline: Wednesday, June 2, 2010, at 4:30 p.m. City of Hyattsville Administration Department Elaine Murphy, City Administrator 4310 Gallatin

More information

Ohio Environmental Protection Agency

Ohio Environmental Protection Agency Ohio Environmental Protection Agency Division of Environmental and Financial Assistance (DEFA) Office of Financial Assistance (OFA) Loan Application Instructions Ohio EPA Water and Wastewater Loan Programs

More information

(RFP ) Professional Services for Regional Brackish Water Reclamation Program Feasibility Study. Issued: February,

(RFP ) Professional Services for Regional Brackish Water Reclamation Program Feasibility Study. Issued: February, REQUEST FOR PROPOSAL () Professional Services for Regional Brackish Water Reclamation Program Feasibility Study Issued: February, 22 2018 Mandatory Pre-Proposal Meeting: Tuesday, March 6, 2018 at 3:00

More information

CITY OF GREENVILLE Danish Festival City

CITY OF GREENVILLE Danish Festival City CITY OF GREENVILLE Danish Festival City 411 South Lafayette Street Greenville, Michigan 48838 Phone: (616) 754-5645 Fax: (616) 754-6320 infocity@greenvillemi.org Request For Proposals Audit Services The

More information

LEGAL NOTICE REQUEST FOR PROPOSAL SEALED PROPOSAL For CONSULTANT FOR MISSOURI RIVER VEHICLE FERRY FEASIBILITY STUDY. For

LEGAL NOTICE REQUEST FOR PROPOSAL SEALED PROPOSAL For CONSULTANT FOR MISSOURI RIVER VEHICLE FERRY FEASIBILITY STUDY. For LEGAL NOTICE REQUEST FOR PROPOSAL SEALED PROPOSAL 16-018 For CONSULTANT FOR MISSOURI RIVER VEHICLE FERRY FEASIBILITY STUDY For ST. CHARLES COUNTY GOVERNMENT ST. CHARLES, MISSOURI St. Charles County is

More information

Finance Chapter: Cost Recovery and Invoicing

Finance Chapter: Cost Recovery and Invoicing Finance Chapter: Cost Recovery and Invoicing Last Revised: 2/2019 Table of Contents Definitions... 2 LPA Agreements and Cost Recovery... 3 100% Locally Funded Work in a Federal/State Project... 4 LPA Timekeeping

More information

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA PROJECT: BACKFLOW TESTING BID#P

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA PROJECT: BACKFLOW TESTING BID#P April 5, 2016 Re: P2016-02, Backflow Testing To Small Works Roster: Fire Protection and Plumbing Contractors REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA PROJECT: BACKFLOW TESTING BID#P2016 02

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

CITY OF CLEVELAND DEPARTMENT OF PUBLIC UTILITIES REQUEST FOR PROPOSAL FOR WATER MAINS RENEWAL PROGRAM ADDENDUM No. 1

CITY OF CLEVELAND DEPARTMENT OF PUBLIC UTILITIES REQUEST FOR PROPOSAL FOR WATER MAINS RENEWAL PROGRAM ADDENDUM No. 1 CITY OF CLEVELAND DEPARTMENT OF PUBLIC UTILITIES REQUEST FOR PROPOSAL FOR WATER MAINS RENEWAL PROGRAM 2018-2019 ADDENDUM No. 1 December 5, 2016, 2016 There were printing errors in the original Attachment

More information

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste Request for Proposal #2019-020 Grinding and Processing Services for Yard/Pallet Waste Due Date: October 23, 2018 Time: 2:00 pm Receipt Location: Government Building 500 N. Main Street, Suite #709 Administrative

More information

Purchasing Manual. Resolution Exhibit A

Purchasing Manual. Resolution Exhibit A Purchasing Manual Resolution 2527-2009 Exhibit A Date: Last Revised 10/7/2013 Date: Last Revised 10/7/2013 Table of Contents Purchasing Decision Trees Item to Be Purchased Cross Reference Guide Section

More information

REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY. City of Foster City, California. Financial Services Department

REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY. City of Foster City, California. Financial Services Department REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY City of Foster City, California Financial Services Department 610 Foster City Blvd. Foster City, CA 94404 (650) 286-3200 July 7,

More information

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION CMD ATTACHMENT 3

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION CMD ATTACHMENT 3 CITY & COUNTY OF SAN FRANCISCO Requirements for Contracts For Contracts $300,000 & over that are Advertised on or after August 1, 2016 PART I. GENERAL 1.01 SAN FRANCISCO ADMINISTRATIVE CODE CHAPTERS 12B

More information

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION PARTNERS 13-107 PROJECT IDENTIFICATION 000000-1 PROJECT IDENTIFICATION PROJECT: CITY OF NEW BALTIMORE DPS BUILDING ADDITION OWNER: CITY OF NEW BALTIMORE 36535 Green Street New Baltimore, MI 48047 ARCHITECT:

More information