REQUEST FOR PROPOSAL

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL"

Transcription

1 REQUEST FOR PROPOSAL Greenway Master Plans for: Marion Regional Greenway And Mendota-Lebanon Hills Regional Greenway Dakota County Office of Planning and Analysis May 9, 2012 Contents: A. Purpose of Request B. Background C. General Project Description D. Description of Planning Services E. Budget F. Description of Dakota County Responsibilities G. Project Schedule H. Submittal Requirements I. Evaluation Requirements J. Submission Deadline K. Contract L. Attachments Contact: John Mertens Dakota County Office of Planning and Analysis Western Service Center Galaxie Avenue Apple Valley, Minnesota

2 LAKE MARION REGIONAL GREENWAY, MENDOTA-LEBANON HILLS REGIONAL GREENWAY REQUEST FOR PROPOSAL FOR MASTER PLANNING SERVICES REQUEST FOR PROPOSAL A. PURPOSE OF REQUEST Dakota County seeks to enter into contract to provide master plans for two regional greenways that include two future regional trails. The Marion Regional Greenway connects 18 miles from the Minnesota River in Burnsville to Downtown Farmington via Murphy-Hanrehan Regional Park Reserve, Marion and South Creek. The Mendota-Lebanon Hills Regional Greenway connects 11 miles from Mendota Village in Mendota Heights to Lebanon Hills Regional Park through Mendota Heights, Inver Grove Heights and Eagan. While management and research likely will overlap between the two plans, they will be developed as separate plans with independent public engagement and technical advisory groups. Plans will meet all Metropolitan Council requirements for regional trail/greenway master plans and incorporate concepts and elements of the Dakota County Greenway Guidebook linked below. Adopted Greenway Guidebook, Greenway Master Plans and Park System Plan: B. BACKGROUND Dakota County s adopted Park System Plan identifies the following vision for regional greenways: Create a seamless and interconnected regional greenway framework of parks, natural areas, lakes and rivers from which to provide convenient and high quality recreation for our residents and to protect and restore Dakota County s natural systems. These plans should incorporate the following public purposes within each greenway: Water quality Habitat Recreation Non-motorized transportation Cultural and natural resource interpretation These categories of benefits are core elements in the greenway vision. The goal for each greenway corridor is to enhance all purposes to the greatest extent possible. C. GENERAL PROJECT DESCRIPTION County Management of the Project: The Project Manager is John Mertens, Senior Planner for Dakota County. All work is to be coordinated through technical advisory groups established for each of the corridors with Dakota County staff serving as the primary contact. The advisory group will consist of staff representing the multiple jurisdictions and representatives from key stakeholders within the corridors. 2

3 LAKE MARION REGIONAL GREENWAY, MENDOTA-LEBANON HILLS REGIONAL GREENWAY REQUEST FOR PROPOSAL FOR MASTER PLANNING SERVICES Greenway Master Plan TAG for Marion Regional Greenway may include representatives from: City of Burnsville Scott County/Three Rivers Park District City of Savage Vermillion River Watershed Joint Powers Organization Lower Minnesota River Watershed District Dakota County City of ville City of Farmington Dakota County Historical Society Greenway Master Plan TAG for the Mendota-Lebanon Hills Regional Greenway may include representatives from: City of Mendota Heights City of Eagan City of Inver Grove Heights Dakota County Dakota County Historical Society The technical advisory groups will be provided regular opportunities to review and comment on the work. Broader direction for the project will come from the advisory groups with routine direction to the consultant provided by Dakota County. Greenway Descriptions: Marion Regional Greenway: See Attachment A for corridor maps. 1.) Minnesota River to Murphy-Hanrehan Park Reserve 5 miles This segment will connect from the Minnesota River Regional Greenway near TH 13 in Burnsville to the southern edge of Murphy-Hanrehan Park at Cam-Ram City Park. The master plan will address: Grade separations at TH 13, CSAH 42, Coordination with Canadian Pacific Railway 2.) Murphy-Hanrehan to Marion 4 miles This portion of the greenway includes Murphy-Hanrehan Park Reserve to Ritter Farm Park to Casperson Park on Marion. Much of the greenway will be within existing regional or city parks. Coordination with Three River Parks District/Scott County will be important to this segment. The master plan will address: Coordination with Three Rivers Park District/Scott County Grade-separated crossing at 185 th Street Evaluation of grade separation at I-35 between east and west Marion Coordination through Ritter Farm Park in ville 3

4 LAKE MARION REGIONAL GREENWAY, MENDOTA-LEBANON HILLS REGIONAL GREENWAY REQUEST FOR PROPOSAL FOR MASTER PLANNING SERVICES 3.) Marion to Downtown ville 4 miles From Casperson Park the regional trail will use the existing lakefront trail that connects to Juno Trailhead at 205 th Street. From 205 th the greenway follows Kensington Boulevard through an office complex to 210 th where it enters the ville South High School complex. At ville South High School the greenway heads east following South Creek. Segment 3 ends at McGuire Middle School with connections north to downtown ville. The master plan will address: Connections to downtown ville Coordination with ville South High School Grade separations at Jacquard Avenue, Dodd Boulevard and Holyoke Avenue 4.) Downtown ville to downtown Farmington 5 miles This section begins at McGuire Middle School and heads east following South Creek through the Air Industrial Park. Past the industrial park the greenway continues along South Creek through agricultural land. The master plan will develop higher level concept plans that incorporate stream and floodplain restoration. The concepts should incorporate and display elements such as, but not limited to: proposed restoration alignment, floodplain, fishing access, stream habitat features, buffer vegetation types and widths, anticipated construction limits, soil stockpile areas, and trail alignment. These concept graphics will be coordinated with Vermillion River Watershed Joint Powers Organization staff, with JPO staff providing technical/engineering support for the concept designs. The master plan will address: Coordination with Vermillion River Watershed management plans Grade separation at Hamburg Avenue, Cedar Avenue, CSAH 74 and future roads Connections to downtown Farmington Restoration concepts for South Creek (see Attachment A) The Marion Regional Greenway master plan will also evaluate the Dan Patch rail corridor (Canadian Pacific Railway) as a possible regional trail alignment. Analysis of this corridor will include the following: - Meetings with railroad owner (CP Railway) and operator (Progressive Rail) - Evaluate shared corridor opportunities - Evaluate acquisition via rail bank program or outright fee title purchase - Research on other successful rail/regional trail coordination Mendota-Lebanon Hills Regional Greenway: See Attachment B for corridor maps: 1.) Mendota Heights Village to TH 55 5 miles The Mendota-Lebanon Hills Regional Greenway begins at Mendota Heights Village at the intersection of Dodd Road and TH 110. At TH 110 the greenway connects to the North Urban Regional Trail and heads south across TH 110. The regional trail will follow existing community trails through parks and schools to the Delaware Avenue (CSAH 63) crossing of I-494. From I-494 the greenway will have multiple alignments that travel through western Inver Grove Heights and eastern Eagan to the intersection of Delaware and TH 55. The master plan will address: Grade separations at TH 110, CSAH 28 and TH 55 4

5 LAKE MARION REGIONAL GREENWAY, MENDOTA-LEBANON HILLS REGIONAL GREENWAY REQUEST FOR PROPOSAL FOR MASTER PLANNING SERVICES Integration of the greenway into future development and transportation plans (ie. Northwest IGH development area) Multiple alignment options Utilization of existing utility corridors 2.) TH 55 to Lebanon Hills Regional Park Visitor Center 6 miles From TH 55 the greenway will travel 6 miles to Lebanon Hills Regional Park via Thomson Reuters corporate campus, Eagan High School and the Highline Trail. The greenway will connect several community parks and open space areas. Multiple greenway alignments will be evaluated prior to developing preferred and alternative alignments. The master plan will address: Grade separations at TH 149, Wescott Road, Wilderness Run, CSAH 30, Lexington Avenue (CSAH 43) and Cliff Road (CSAH 32) Utilization of existing city/county trails Multiple connections to Lebanon Hills Regional Park General Greenway Elements for all Segments: Coordination with existing agency plans Connections to existing and planned pedestrian system Trailhead facilities & Neighborhood Gateways (co-located with existing parks preferred) Locations for feasible grade separations at major roads Habitat and ecological restoration opportunities (green signature) Water quality enhancement opportunities (blue signature) Identify cultural themes and opportunities (interpretation) D. DESCRIPTION OF PLANNING SERVICES The consultant will be required to furnish and/or secure all labor, materials, transportation, tools, supplies, equipment, coordination, approvals, etc. necessary for the successful completion of each plan. The major components of the project include: Develop viable greenway corridors and alternatives Define alternative greenway alignments and preferred Identify all trailhead locations and neighborhood gateways Coordinate and manage technical advisory groups Develop trail visitation projections Identify potential conflict areas and steps for their resolution Manage public process and participation Coordinate with major private landowners (i.e. school districts, businesses, farmers) Apply consistent greenway trail and trailhead design standards Define operation rules and generalized routine maintenance schedule Prepare a natural resource inventory and stewardship plans for greenway Identify surface and groundwater resources and opportunities for water quality improvement 5

6 LAKE MARION REGIONAL GREENWAY, MENDOTA-LEBANON HILLS REGIONAL GREENWAY REQUEST FOR PROPOSAL FOR MASTER PLANNING SERVICES More specifically, the consultant will be responsible for: 1. Prepare maps, design drawings and layouts necessary for exhibits to use during public involvement and plan preparation depicting general greenway boundaries. Maps should show greenway widths and whether particular segments are urban, suburban or rural in character. 2. Review and deliver regional trail/greenway master plan components required by the Metropolitan Council. 3. Prepare basic cost estimates with a phased/prioritized implementation program. 4. Develop and conduct public participation and input meetings. The consultant is to include its public participation process plans. The consultant is expected to prepare documents to be used for mailings and public meetings. It is anticipated that each greenway master plan will have two public open-house style meetings and one committee/council presentation to each partner community. 5. Coordinate (including agency communication), prepare for and conduct meetings with agencies affected by the greenway projects beyond those represented on the TAG. 6. Conduct regular project team meetings with County staff/tag and to prepare agendas, minutes and meeting materials. 7. Develop and conduct meetings with major landowners and stakeholders identified in the process. 8. Comply with Dakota County Standard Assurances (Attachment C), and Dakota County Insurance Terms (Attachment D). E. PROJECT BUDGET RANGE FOR GREENWAY MASTER Plans Provide separate estimate for each of the below major work areas: 1.) Marion/South Creek Greenway budget ($40,000 to $50,000) o 4 Technical Advisory Group meetings o 6 Landowner meetings (including CP Railway/Progressive Rail) o 2 Public open houses o 5 Community presentations 2.) South Creek River Restoration Concept budget ($10,000 - $15,000) o 2 Meetings with Vermillion River Watershed JPO Staff o 1 Overall concept graphic o 4 to 6 Graphics representing specific locations along South Creek o 1 Presentation to Vermillion River JPO o 3 Landowner Meetings 3.) Mendota/Lebanon Hills Greenway budget ($30,000 to $40,000) o 4 Technical Advisory Group meetings o 4 Landowner meetings o 2 Public open houses o 3 Community presentations 6

7 LAKE MARION REGIONAL GREENWAY, MENDOTA-LEBANON HILLS REGIONAL GREENWAY REQUEST FOR PROPOSAL FOR MASTER PLANNING SERVICES Total budget for both master plans, including the South Creek sub-area concepts is $100,000. The two master plans will have independent technical advisory groups. A minimum of four TAG meetings each will be required. Open houses will be held at separate locations/times that are central to each of the greenways. F. DESCRIPTION OF DAKOTA COUNTY RESPONSIBILITIES 1. Initial coordination: The County will initially assemble the Technical Advisory Group for the greenways. 2. Dakota County will provide necessary GIS data layers, large-format printing and basic working maps. 3. The County will prepare all public participation mailing lists and will mail all required notices. G. PROJECT SCHEDULE The following is the desired schedule for the project: Action Date RFP issued May 9, 2012 Proposals received by Dakota County June 1, 2012 County Board approval and execution of contract June 19, 2012 Project start July 2, 2012 Draft plans January 2013 Final public draft completed March 2013 Final adoption process June 2013 The consultant selected shall provide a schedule with associated tasks and deliverables. H. SUBMITTAL REQUIREMENTS General Information 1. Proposal Format. Proposals should be submitted in.pdf as an smaller than 10MB or in an ed link to an FTP site for download. 2. Examination of RFP. By submitting a proposal, the consultant represents that he or she has thoroughly examined and become familiar with the work required under this RFP and that he or she is capable of performing quality work to achieve the objectives of the County. 3. Addenda and Clarifications. Any changes to this RFP will be made by the County through a written addendum. No verbal modification will be binding. 4. Pre-Contractual Expenses. Pre-contractual expenses are defined as expenses incurred by the consultant in: 1) preparing its proposal in response to this RFP; 2) submitting that proposal to the County; 3) negotiating with the County on any matter related to this RFP; 4) any other expenses incurred by the consultant prior to the date of execution of the proposed agreement. 7

8 LAKE MARION REGIONAL GREENWAY, MENDOTA-LEBANON HILLS REGIONAL GREENWAY REQUEST FOR PROPOSAL FOR MASTER PLANNING SERVICES The County shall not, in any event, be liable for any pre-contractual expenses incurred by the consultant in the preparation of their proposals. Consultant shall not include any such expenses as part of their proposals. 5. Exceptions and Deviations. Any exceptions to the requirements in this RFP must be included in the proposal submitted by the consultant. Segregate such exceptions as a separate element of the proposal under the heading Exceptions and Deviations. 6. Contract Award. Issuance of this RFP and receipt of proposals do not commit the County to the awarding of the contract. The County reserves the right to postpone opening for its own convenience, to accept or reject any or all proposals received in response to this RFP, to negotiate with other than the selected consultant, should negotiations with the selected consultant be terminated, to negotiate with more than one consultant simultaneously, or to cancel all or part of this RFP. 7. County Rights. The County may investigate the qualifications of any consultant under consideration, require confirmation of information furnished by the consultant, and require additional evidence of qualifications, to perform the work described in this RFP. The County reserves the right to: a. Reject any or all proposals if such action is in the public interest; b. Cancel the entire Request for Proposals; c. Issue a subsequent Request for Proposals; d. Remedy technical errors in a Request for Proposals process; e. Appoint evaluation committees to review the proposals; f. Establish a short list of consultants eligible for interview after evaluation of written proposals; g. Negotiate with any, all, or none of the RFP consultants; and h. Reject and replace one or more subcontractors. 8. Independent Contractor Status. The consultant will be an independent consultant and nothing contained in any contract awarded shall be construed to create the relationship of employer and employee between County and the consultant. The consultant is not entitled to receive any of the benefits by County employees and is not eligible for workers or unemployment compensation benefits. The consultant understands that no withholding or deduction for state or federal income taxes, FICA, FUTA, or otherwise, will be made from payments due the consultant and that it is the consultant s sole obligation to comply with the applicable provisions of all federal and state tax laws. The Letter of Submittal shall include: 1. Name, address, phone number of the firm; 2. Acknowledgement of receipt of RFP addenda, if any; 3. Name, title, address, telephone, fax numbers, and address, of contact person during the period of evaluation; 4. A statement to the effect that the proposal shall remain valid for a period of not less than 120 days from the date of submittal; and 5. Signature of a person authorized to bind the offering firm to the terms of the proposal. 8

9 LAKE MARION REGIONAL GREENWAY, MENDOTA-LEBANON HILLS REGIONAL GREENWAY REQUEST FOR PROPOSAL FOR MASTER PLANNING SERVICES The Following Should Be Provided Within the Proposal: 1. Briefly describe the project understanding and approach used by your firm. Give a brief description of issues you believe significant on this project; your approach to needed public participation; how you intend to use existing information to help limit project costs; any unique options to be pursued for this project; and a brief outline of your project approach. 2. Key Personnel. a. Project Manager: Provide a description of the project manager and their qualifications for this project and a detailed list of previous projects worked on with the firm that are relevant to the project. If it is possible that more than one project manager will be assigned to various specialty areas, please provide multiple descriptions. b. Key Support Personnel: Provide a brief list of key personnel that will be assigned to this project. Identify their area of expertise and how they have worked with the project manager on previous projects. 3. Structural Design. Give a brief description of your firm s experience with trail projects. Identify and provide a resume for the engineer who will provide the engineering assessment for grade separated crossings and greenway cost estimates. 4. Sub-consultants. Describe the name and location of other sub-consultants that would be used by the firm. Identify the approximate percentage of the work that would be performed by each firm. 5. Fee Estimate. Provide an estimate of the total project design costs per the defined scope of work for each of the greenway master plans. The fee estimate shall be broken into work tasks with an hourly estimate of time required by each project person or sub-consultant. Any allowances for project costs, such as mileage or indirect office costs, should be identified. The actual fee will be based on hourly and reimbursable costs with a not-toexceed maximum contract amount. 6. Statement of Compliance: The consultant will need to include a Statement of Compliance to the terms identified for Standard Assurances (Attachment C), and Insurance Terms (Attachment D). 7. Conflict of Interest. The Consultant must identify any potential conflict of interest it may have providing the services contemplated by this RFP. 8. Other information you believe may be valuable in reviewing the qualifications of your firm. I. EVALUATION REQUIREMENTS A review of each proposal by Dakota County will identify those consultant firms that most closely meet the needs for the project. Upon review of the proposals, top candidate firm(s) may be asked to make a presentation and be interviewed by the selection committee. Factors to be considered by the selection committee will include, but not be limited to the following: 1. Qualifications and experience of the firm relating to previous similar projects. 2. Project Design Team qualifications and experience of the project manager and key staff proposed to work on the project, experience on previous similar projects and availability of the key staff members. 9

10 LAKE MARION REGIONAL GREENWAY, MENDOTA-LEBANON HILLS REGIONAL GREENWAY REQUEST FOR PROPOSAL FOR MASTER PLANNING SERVICES 3. Grasp of project requirements the firm s analysis, interview preparation and level of interest. 4. Design approach/methodology technical alternatives, creativity and problem solving ability. 5. Responsiveness compatibility between consultant and the member agencies, general attitude, ability to communicate with each of the agencies. 6. Fee estimate understanding total project cost toward an approved/accepted master plans. J. SUBMISSION DEADLINE One (1) electronic copy (.pdf format) smaller than 10MB shall be submitted by 4:00 p.m., Central time, on Monday, June 1, 2012, to the address below: John Mertens john.mertens@co.dakota.mn.us Dakota County Office of Planning and Analysis Western Service Center Galaxie Avenue Apple Valley, MN K. CONTRACT The term of the contract to be awarded under this RFP will be from the date executed by all parties until services are complete. The County will prepare a contract with the selected consultant. The County will use its standard contract terms and conditions, which are available upon request. The selected consultant must be willing to sign a contract that will incorporate the RFP plus attachments, the response to the request for proposal and any other terms negotiated by the parties. L. ATTACHMENTS A. Maps of the Marion Regional Greenway B. Maps of the Mendota-Lebanon Hills Regional Greenway C. Dakota County Standard Assurances D. Dakota County Insurance Terms 10

11 Marion/South Creek Regional Greenway - 18 Miles Future/Existing Regional Greenways Marion/South Creek Greenway Attachment A Miles Segment W Black Dog Minnesota River Greenway (Planned) BURNSVILLE Cliff 30 EAGAN Gerhardt Quigley Carlson East Thomas Frog 31 Lebanon Hills Regional Park Buck ROSEM SAVAGE 35E 38 Regional 77Connection to Lebanon Hills Farquar Sunset Alimagnet APPLE VALLEY 33 Earley Twin s Twin s Murphy-Hanrehan Regional Park Krenz Reserve Orchard Horseshoe 5 Kingsley Lee Crystal 46 Keller Lac Lavon Dan Patch Rail Greenway (Alternative) North Creek Greenway (Planned) East EMPIR TWP CREDIT RIVER TOWNSHIP Marion 35 LAKEVILLE 9 Segment 3 Segment 2 Marion FARMINGTON Segment S 70 Marion/South Creek Greenway 74 74A EUREKA TWP 31 Rice Vermillion 78 River Greenway (Future) CASTLE ROCK TW

12 BURNSVILLE PKWY W Minnesota River Minnesota River Greenway Marion/South Creek/Dan Patch Regional Greenway - Segment 1 Existing Trail Greenway Alternatives 35W Potential Grade-Separated Crossing Miles CLIFF NICOLL 32 UNION PACIFIC RAILROAD LE CE MARION W. SAVAGE EL. ST. JOHN THE BAPTIST SAVAGE WESTERN AVENUE MARSH WILLIAMS DR HIGHLAND SOUTH FOREST RIVER HILLS VISTA VIEW EL. VISTA VIEW BURNSVILLE PKWY W Scott County HIDDEN VALLEY EL. EAGLE RIDGE JR. WESTVIEW HOWELL SUNSET POND Sunset JUDICIAL RD BROOKVIEW Marion/South BURNSVILLE Creek Regional Greenway PACIFIC RAILWAY CANADIAN EDWARD NEILL EL. NEILL BURNSVILLE HEIGHTS 5 Connection to Lebanon Hills ACORN KNOB HILL LEISURE COLONIAL 38 WELLINGTON CRESCENT TIMBER KNOLLS VALLEY HIGHLANDS 42 Industrial Business Park ROSE Dan Patch Alternative Burnsville Center HOLLOWS EARLY LAKE Earley 35E Marion Alternative CAM RAM 150TH ST W 5 NORTHVIEW BURNHAVEN MURPHY-HANREHAN RESERVE Murphy Hanrehan Regional Park Reserve JUDICIAL JUDICIAL SOUTHVIEW CHRISTIAN GREENHAVEN 35

13 SAVAGE CAM RAM MURPHY-HANREHAN RESERVE JUDICIAL JUDICIAL SOUTHVIEW CHRISTIAN BURNSVILLE GREENHAVEN CRYSTAL LAKES WEST LOOP ORCHARD GARDENS CRYSTAL LAKE WEST COUNTRY CLUB Horseshoe WEST BUCK HILL CREDIT RIVER TOWNSHIP Scott County ORCHARD LAKE EL. WAYSIDE Kingsley 5 KERNEEL 46 Lee LONE OAK Krenz CANADIAN PACIFIC RAILWAY KENMORE Murphy-Hanrehan Regional Park Reserve ORCHARD LAKE BEACH Orchard Dan Patch Alternative ORCHARD LAKE BRACKETT'S 50 PROGRESSIVE RAIL LAKEVILLE Super Target 185th Street 60 PROGRESSIVE RAIL Marion/South Creek/Dan Patch Regional Greenway - Segment 2 Marion I-35 FISHING DOCK BASSETT Existing Trail RITTER FARM Greenway Alternatives Potential Grade-Separated Crossing Miles CAPERSON

14 175TH ST W HUDDLESTON EL. NORTH Marion/South Creek/Dan Patch DAKOTA NORTH CHERRY Regional Greenway HEIGHTS - Segment 3 VIEW EL. Existing Trail Greenway Alternatives Potential Grade-Separated Crossing 50 RAVEN LAKE DAKOTA HEIGHTS NO. 2 Miles EASTVIEW EL. KING th Street 60 CENTURY JR. 9 I-35 FISHING DOCK BASSETT LAKERIDGE RITTER FARM RAIL PROGRESSIVE KENWOOD TRAIL JR. LAKEVILLE 50 CAPERSON Dan Patch Alternative LAKEVILLE HIGH NORTH 35 JUNO Marion LAKE MARION EL. ALL SAINTS HOLYOKE AVE Marion Greenway ANTLERS TH ST W LAKEVIEW EL. JAMES JENSEN QUIGLEY-SIME ARONSO PEXA JAYCEE Downtown KENRICK AVE 70 KENSINGTON BLVD MEADOWS 210TH ST W JACQUARD AVE 9 LAKEVILLE TS JAYCEE LAKEVILLE ALC LAKEVILLE ECP PROGRESSIVE RAIL TERRACE LAKEVILLE ESY LAKEVILLE HIGH SOUTH JOHN F. MCGUIRE KENNEDY JR. EL. 5S 70 South Creek Greenway 9 70 SOUTH HIGHVIEW AVE EUREKA TWP

15 SAINTS JAMES JENSEN QUIGLEY-SIME 50 ARONSON 200TH ST W 64 MEADOWVIEW Marion/South Creek/Dan FARMINGTON Patch PRESERVE Regional Greenway - Segment 4 VERMILLION GROVE Existing Trail Greenway Alternatives Potential Grade-Separated Crossing PINE Miles KNOLL JAYCEE JAYCEE Downtown ville LAKEVILLE TS LAKEVILLE ALC Dan Patch Alternative LAKEVILLE ECP LAKEVILLE ESY TERRACE LAKEVILLE Farmington High School FLAGSTAFF AVE FARMINGTON 31 MIDDLE CREEK AKIN RD PROGRESSIVE RAIL MCGUIRE JR. SOUTH JOHN F. KENNEDY EL. HIGHVIEW AVE 70 HAMBURG AVE Air Industrial Park 23 FLAGSTAFF AVE CHRISTIAN LIFE South Creek 50 South Creek Greenway DUSHANE PKWY Downtown Farmington 31 RAMBLING RIVER SCHMITZ MAKI ARENA FARMIN SR. DAKOTA PRAIRIE ALC 74 EUREKA TWP 225TH ST W Future Vermillion River Greenway (Future) 31 CASTL ROCK

16 100-Year Flood Buffer Area ~26 ac. Project Limits Stockpile Stockpile Stockpile Stockpile Stockpile South Creek Peterson Property Remeandering Concept DNR Public Waterways Proposed Stream Alignment Proposed Buffer Area Project Limits Stockpile Areas Flood Hazard Line (100 Year Flood)!Y Disconnect!h Fishing Access!D Lunker Box!< Riffle!) Pool Feet Habitat Bank!\ Rootwad Cluster Non-Habitat Bank

17 Mendota/Lebanon Hills Regional Greenway - 11 Miles 55 Future/Existing Regional Greenways Mendota Hts./ Lebanon Hills Greenway LILYDALE MENDOTA MARIE AVE VALLEY Segment 1 North Urban Greenway (Existing) Attachment B Miles OLIVIA T DODGE NATURE CENTER GARLOUGH WEST ST PAUL n Club ake MENDOTA HEIGHTS 13 Big Rivers Greenway (Existing) Augusta Lemay 43 ROGERS LAKE Rogers MENDAKOTA DODGE NATURE PRESERVE FRIENDLY MARSH Copperfield FRIENDLY HILLS HAGSTROM KING 63 Sunfish SUNFISH LAKE E KENSINGTON Hornbean Horseshoe Dickman O'Neil Minnesota River Greenway (Planned) HIGHVIEW COUNTRY HOME LEXINGTON Mendota Hts./Lebanon Hills Greenway PILOT KNOB Lemay MOONSHINE Segment 2 NORTH 55 Bur Oaks BURR OAKS QUARRY 28 ackhawk BLACKHAWK 35E Fish 31 FISH LAKE BERRY PATCH OLEARY Oleary OLEARY McCarthy PATRICK EAGAN 43 EAGAN NORTHVIEW Eagan Greenway (Future) MUELLER FARM Bald BRIDLE RIDGE WESTCOTT STATION BRIDLE RIDGE Thomson/ Reuters Dodd Rd INVER GROVE HEIGHTS 71 Marcott Rosenberg Marcott OWNING 32 HEINE POND EVERGREEN Carlson CARLSON LAKE THOMAS LAKE East Thomas Thomas WELL SITE WALDEN HEIGHTS GEORGE OHMANN Quigley OAK CHASE LEXINGTON DIFFLEY ATHLETIC FIELD Buck RAVINE Dakota GOAT HILL Holland WALNUT HILL Lebanon Hills Regional Park Cattail Wood Schwanz TRAPP FARM OAK POND HILLS McDonough Schulze Lost Hay SOUTH OAKS Fritz LAKESIDE HOLZ FARM Lebanon Hills/Mississippi River (Future) 73

18 35E VALLEY 110 Mendota Hts. Village HENRY SIBLEY SR. North Urban Trail Mendota/Lebanon Regional OLIVIA T DODGE Greenway WEST - ST Segment 1 63 NATURE CENTER PAUL Existing Trail Greenway Alternatives WSP ALP WSP SPECIAL ED ESY 110 CROWN OF LIFE Potential Grade-Separated Crossing Miles DODGE NATURE PRESERVE MENDAKOTA MENDOTA HEIGHTS 149 FRIENDLY MARSH Sunfish CONVENT OF THE VISITATION FRIENDLY HILLS FRIENDLY HILLS MIDDLE SCHOOL Copperfield HAGSTROM KING Delaware Ave. SUNFISH LAKE Mendota Hts. Rd. KENSINGTON Hornbean O'Neil 149 The Waters Office Park INVER GROVE HEIGHTS Argenta Rd. Future Development Area TRINITY LONE OAK LUTHERAN Lone Oak Rd th St. 26 EAGAN Bur Oaks NORTH PROGRESSIVE RAIL BURR OAKS Agenta Hills (Super Target) Yankee Doodle Rd. 28

19 43 PROGRESSIVE RAIL Mendota/Lebanon Regional Greenway - Segment 2 PROGRESSIVE RAIL Existing Trail Greenway Alternatives PROGRESSIVE RAIL Potential Grade-Separated Crossing FAITHFUL SHEPHERD CATHOLIC Miles NORTH PROGRESSIVE RAIL Bur Oaks BURR OAKS Yankee Doddle Rd. 28 LEARY RK UPS YMCA WESTCOTT STATION 149 MUELLER FARM Thomson/ Reuters WOODLAND EL. 43 Wescott Rd. RICK GAN RK Pilot Knob Rd. NORTHVIEW Bald BRIDLE RIDGE EAGAN BRIDLE RIDGE Dodd Rd. INVER GROVE HEIGHTS 71 WLEDGE NNINGS LEXINGTON DIFFLEY ATHLETIC FIELD Diffley Market EAGAN SR. NORTHVIEW EL. DAKOTA HILLS MIDDLE Diffley Rd PROGRESSIVE RAIL PINEWOOD EL. GOAT HILL 43 WALNUT HILL TRAPP FARM Schwanz Highline Trail LAKESIDE RAVINE OAK POND HILLS Hay SOUTH OAKS 32 Cliff Rd. 32 Holland Lebanon Hills Regional Park McDonough HOLZ FARM

20 Attachment C EXHIBIT 3 Revised: 04/06 STANDARD ASSURANCES 1. NON-DISCRIMINATION. During the performance of this Contract, the Contractor shall not unlawfully discriminate against any employee or applicant for employment because of race, color, creed, religion, sex, national origin, disability, sexual orientation, age, marital status or public assistance status. The Contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment without unlawful discrimination because of their race, color, creed, religion, sex, national origin, disability, sexual orientation, age, marital status or public assistance status. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices which set forth the provisions of this nondiscrimination clause. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of Contractor, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, religion, sex, national origin, disability, sexual orientation, age, marital status, or public assistance status. No funds received under this Contract shall be used to provide religious or sectarian training or services. The Contractor shall comply with any applicable federal or state law regarding non-discrimination. The following list includes, but is not meant to limit, laws which may be applicable: A. The Equal Employment Opportunity Act of 1972, as amended, 42 U.S.C. 2000e et seq. which prohibits discrimination in employment because of race, color, religion, sex or national origin. B. Executive Order 11246, as amended, which is incorporated herein by reference, and prohibits discrimination by U.S. Government contractors and subcontractors because of race, color, religion, sex or national origin. C. The Rehabilitation Act of 1973, as amended, 29 U.S.C. 701 et seq. and 45 C.F.R (J) and (K) implementing Sec. 504 of the Act which prohibits discrimination against qualified handicapped persons in the access to or participation in federally-funded services or employment. D. The Age Discrimination in Employment Act of 1967, 29 U.S.C. 621 et seq. as amended, and Minn. Stat , which generally prohibit discrimination because of age. E. The Equal Pay Act of 1963, as amended, 29 U.S.C. 206(d), which provides that an employer may not discriminate on the basis of sex by paying employees of different sexes differently for the same work. F. Minn. Stat. Ch. 363A, as amended, which generally prohibits discrimination because of race, color, creed, religion, national origin, sex, marital status, status with regard to public assistance, disability, sexual orientation or age. G. Minn. Stat which prohibits discrimination against any person by reason of race, creed, or color in any state or political subdivision contract for materials, supplies or construction. Violation of this section is a misdemeanor and any second or subsequent violation of these terms may be cause for forfeiture of all sums due under the Contract. H. Americans with Disabilities Act of 1990, 42 U.S.C through 12213, 47 U.S.C. 225, 611, with regulations at 29 C.F.R. 1630, which prohibits discrimination against qualified individuals on the basis of a disability in term, condition or privilege of employment. 2. DATA PRIVACY. For purposes of this Contract all data created, collected, received, stored, used, maintained, or disseminated by Contractor in the performance of this Contract is subject to the requirements of the Minnesota Government Data Practices Act, Minn. Stat. Chapter 13 and the Minnesota Rules implementing the Act now in force or hereafter adopted as well as the Federal laws on data privacy, and Contractor must comply with those requirements as if it were a governmental entity. The remedies in section apply to the Contractor. Contractor does not have a duty to provide access to public data to the public if the public data are available from the governmental agency (County), except as required by the terms of this Contract. All subcontracts shall contain the same or similar data practices compliance requirements. 3. HEALTH INSURANCE PORTABILITY & ACCOUNTABILITY ACT OF The Contractor agrees to comply with the requirements of the Health Insurance Portability and Accountability Act (HIPAA) which are applicable to the Contractor s duties under this Contract. In performing its obligations under this Contract, Contractor agrees to comply with the HIPAA Privacy requirements, the HIPAA Standards for Electronic Transactions, the HIPAA security requirements, and any other applicable HIPAA laws, standards and requirements now in effect or hereinafter adopted as they become law. 4. RECORDS DISCLOSURE/RETENTION. Contractor's bonds, records, documents, papers, accounting procedures and practices, and other evidences relevant to this Contract are subject to the examination, duplication, transcription and audit by the County and

21 either the Legislative or State Auditor, pursuant to Minn. Stat. 16C.05, subd. 5. Such evidences are also subject to review by the Comptroller General of the United States, or a duly authorized representative, if federal funds are used for any work under this Contract. The Contractor agrees to maintain such evidences for a period of six (6) years from the date services or payment were last provided or made or longer if any audit in progress requires a longer retention period. 5. WORKER HEALTH, SAFETY AND TRAINING. Contractor shall be solely responsible for the health and safety of its employees in connection with the work performed under this Contract. Contractor shall make arrangements to ensure the health and safety of all subcontractors and other persons who may perform work in connection with this Contract. Contractor shall ensure all personnel of Contractor and subcontractors are properly trained and supervised and, when applicable, duly licensed or certified appropriate to the tasks engaged in under this Contract. Each Contractor shall comply with federal, state and local occupational safety and health standards, regulations and rules promulgated pursuant to the Occupational Health and Safety Act which are applicable to the work to be performed by Contractor. 6. CONTRACTOR DEBARMENT, SUSPENSION AND RESPONSIBILITY CERTIFICATION. Federal Regulation 45 CFR prohibits the State/Agency from purchasing goods or services with federal money from vendors who have been suspended or debarred by the federal government. Similarly, Minnesota Statutes, Section 16C.03, subd. 2 provides the Commissioner of Administration with the authority to debar and suspend vendors who seek to contract with the State/Agency. Vendors may be suspended or debarred when it is determined, through a duly authorized hearing process, that they have abused the public trust in a serious manner. By Signing This Contract, The Contractor Certifies That It And Its Principals* And Employees: A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from transacting business by or with any federal, state or local governmental department or agency; and B. Have not within a three-year period preceding this Contract: 1) been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain or performing a public (federal, state or local) transaction or contract; 2) violated any federal or state antitrust statutes; or 3) committed embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property; and C. Are not presently indicted or otherwise criminally or civilly charged by a governmental entity for: 1) commission of fraud or a criminal offense in connection with obtaining, attempting to obtain or performing a public (federal, state or local) transaction; 2) violating any federal or state antitrust statutes; or 3) committing embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property; and D. Are not aware of any information and possess no knowledge that any subcontractor(s) that will perform work pursuant to this Contract are in violation of any of the certifications set forth above. E. Shall immediately give written notice to the Contracting Officer should Contractor come under investigation for allegations of fraud or a criminal offense in connection with obtaining, or performing a public (federal, state or local government) transaction; violating any federal or state antitrust statutes; or committing embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property. * Principals for the purposes of this certification means officers; directors; owners; partners; and persons having primary management or supervisory responsibilities within a business entity (e.g. general manager; plant manager; head of a subsidiary, division, or business segment and similar positions). Directions for On Line Access to Excluded Providers To ensure compliance with this regulation, identification of excluded entities and individuals can be found on the Office of Inspector General (OIG) website at K/Exh SA6- Standard-CA

22 EXHIBIT A Attachment D INSURANCE TERMS Contractor agrees to provide and maintain at all times during the term of this Contract such insurance coverages as are indicated herein and to otherwise comply with the provisions that follow. Such policy(ies) of insurance shall apply to the extent of, but not as a limitation upon or in satisfaction of, the Contract indemnity provisions. The provisions of this section shall also apply to all Subcontractors, Sub-subcontractors, and Independent Contractors engaged by Contractor with respect to this Contract, and Contractor shall be entirely responsible for securing the compliance of all such persons or parties with these provisions. APPLICABLE SECTIONS ARE CHECKED 1. Workers Compensation. Workers' Compensation insurance in compliance with all applicable statutes including an All States or Universal Endorsement where applicable. Such policy shall include Employer's Liability coverage in an amount no less than $500,000. If Contractor is not required by Statute to carry Workers Compensation Insurance, Contractor agrees: (1) to provide County with evidence documenting the specific provision under Minn. Stat which excludes Contractor from the requirement of obtaining Workers Compensation Insurance; (2) to provide prior notice to County of any change in Contractor s exemption status under Minn. Stat ; and (3) to hold harmless and indemnify County from and against any and all claims and losses brought by Contractor or any subcontractor or other person claiming through Contractor for Workers Compensation or Employers Liability benefits for damages arising out of any injury or illness resulting from performance of work under this Contract. If any such change requires Contractor to obtain Workers Compensation Insurance, Contractor agrees to promptly provide County with evidence of such insurance coverage. 2. General Liability. "Commercial General Liability Insurance" coverage (Insurance Services Office form title), providing coverage on an "occurrence" rather than on a "claims made" basis, which policy shall include, but not be limited to, coverage for Bodily Injury, Property Damage, Personal Injury, Contractual Liability (applying to this Contract), Independent Contractors, "XC&U" and Products-Completed Operations liability (if applicable). Such coverage may be provided under an equivalent policy form (or forms), so long as such equivalent form (or forms) affords coverage which is at least as broad. An Insurance Services Office "Comprehensive General Liability" policy which includes a Broad Form Endorsement GL 0404 (Insurance Services Office designation) shall be considered to be an acceptable equivalent policy form. Contractor agrees to maintain at all times during the period of this Contract a total combined general liability policy limit of at least $1,500,000 per occurrence and aggregate, applying to liability for Bodily Injury, Personal Injury, and Property Damage, which total limit may be satisfied by the limit afforded under its Commercial General Liability policy, or equivalent policy, or by such policy in combination with the limits afforded by an Umbrella or Excess Liability policy (or policies); provided, that the coverage afforded under any such Umbrella or Excess Liability policy is at least as broad as that afforded by the underlying Commercial General Liability policy (or equivalent underlying policy). Such Commercial General Liability policy and Umbrella or Excess Liability policy (or policies) may provide aggregate limits for some or all of the coverages afforded thereunder, so long as such aggregate limits have not, as of the beginning of the term or at any time during the term, been reduced to less than the total required limits stated above, and further, that the Umbrella or Excess Liability policy provides coverage from the point that such aggregate limits in the underlying Commercial General Liability policy become reduced or exhausted. An Umbrella or Excess Liability policy which "drops down" to respond immediately over reduced underlying limits, or in place of exhausted underlying limits, but subject to a deductible or "retention" amount, shall be acceptable in this regard so long as such deductible or retention for each occurrence does not exceed the amount shown in the provision below. Contractor's liability insurance coverage may be subject to a deductible, "retention" or "participation" (or other similar provision) requiring the Contractor to remain responsible for a stated amount or percentage of each covered loss; provided, that such deductible, retention or participation amount shall not exceed $25,000 each occurrence. Such policy(ies) shall name Dakota County, its officers, employees and agents as Additional Insureds thereunder. 3. Professional Liability. Professional Liability (errors and omissions) insurance with respect to its professional activities to be performed under this Contract. This amount of insurance shall be at least $1,500,000 per occurrence and aggregate (if applicable). Coverage under such policy may be subject to a deductible, not to exceed $25,000 per occurrence. Contractor agrees to maintain such insurance for at least one (1) year from Contract termination. It is understood that such Professional Liability insurance may be provided on a claims-made basis, and, in such case, that changes in insurers or insurance policy forms could result in the impairment of the liability insurance protection intended for Dakota County hereunder. Contractor therefore agrees that it will not seek or voluntarily accept any such change in its Professional Liability insurance coverage if such impairment of Dakota County's protection could result; and further, that it will exercise its rights under any "Extended Reporting Period" ("tail coverage") or similar policy option if necessary or appropriate to avoid impairment of Dakota County's protection. Contractor further agrees that it will, throughout the one (1) year period of required coverage, immediately: (a) advise Dakota County of any intended or pending change of any Professional Liability insurers or policy forms, and provide Dakota County with all pertinent information that Dakota County may reasonably request to determine compliance with this section; and (b)

23 immediately advise Dakota County of any claims or threats of claims that might reasonably be expected to reduce the amount of such insurance remaining available for the protection of Dakota County. 4. Automobile Liability. Business Automobile Liability insurance covering liability for Bodily Injury and Property Damage arising out of the ownership, use, maintenance, or operation of all owned, non-owned and hired automobiles and other motor vehicles utilized by Contractor in connection with its performance under this Contract. Such policy shall provide total liability limits for combined Bodily Injury and/or Property Damage in the amount of at least $1,500,000 per accident, which total limits may be satisfied by the limits afforded under such policy, or by such policy in combination with the limits afforded by an Umbrella or Excess Liability policy(ies); provided, that the coverage afforded under any such Umbrella or Excess Liability policy(ies) shall be at least as broad with respect to such Business Automobile Liability insurance as that afforded by the underlying policy. Unless included within the scope of Contractor's Commercial General Liability policy, such Business Automobile Liability policy shall also include coverage for motor vehicle liability assumed under this contract. Such policy, and, if applicable, such Umbrella or Excess Liability policy(ies), shall include Dakota County, its officers, employees and agents as Additional Insureds thereunder. 5. Additional Insurance. Dakota County shall, at any time during the period of the Contract, have the right to require that Contractor secure any additional insurance, or additional feature to existing insurance, as Dakota County may reasonably require for the protection of their interests or those of the public. In such event Contractor shall proceed with due diligence to make every good faith effort to promptly comply with such additional requirement(s). 6. Evidence of Insurance. Contractor shall promptly provide Dakota County with evidence that the insurance coverage required hereunder is in full force and effect prior to commencement of any work. At least 10 days prior to termination of any such coverage, Contractor shall provide Dakota County with evidence that such coverage will be renewed or replaced upon termination with insurance that complies with these provisions. Such evidence of insurance shall be in the form of the Dakota County Certificate of Insurance, or in such other form as Dakota County may reasonably request, and shall contain sufficient information to allow Dakota County to determine whether there is compliance with these provisions. At the request of Dakota County, Contractor shall, in addition to providing such evidence of insurance, promptly furnish Contract Manager with a complete (and if so required, insurercertified) copy of each insurance policy intended to provide coverage required hereunder. All such policies shall be endorsed to require that the insurer provide at least 30 days notice to Dakota County prior to the effective date of policy cancellation, nonrenewal, or material adverse change in coverage terms. On the Certificate of Insurance, Contractor's insurance agency shall certify that he/she has Error and Omissions coverage. 7. Insurer: Policies. All policies of insurance required under this paragraph shall be issued by financially responsible insurers licensed to do business in the State of Minnesota, and all such insurers must be acceptable to Dakota County. Such acceptance by Dakota County shall not be unreasonably withheld or delayed. An insurer with a current A.M. Best Company rating of at least A:VII shall be conclusively deemed to be acceptable. In all other instances, Dakota County shall have 15 business days from the date of receipt of Contractor's evidence of insurance to advise Contractor in writing of any insurer that is not acceptable to Dakota County. If Dakota County does not respond in writing within such 15 day period, Contractor's insurer(s) shall be deemed to be acceptable to Dakota County. 8. Noncompliance. In the event of the failure of Contractor to maintain such insurance and/or to furnish satisfactory evidence thereof as required herein, Dakota County shall have the right to purchase such insurance on behalf of Contractor, which agrees to provide all necessary and appropriate information therefor and to pay the cost thereof to Dakota County immediately upon presentation of invoice. 9. Loss Information. At the request of Dakota County, Contractor shall promptly furnish loss information concerning all liability claims brought against Contractor (or any other insured under Contractor's required policies), that may affect the amount of liability insurance available for the benefit and protection of Dakota County under this section. Such loss information shall include such specifics and be in such form as Dakota County may reasonably require. 10. Release and Waiver. Contractor agrees to rely entirely upon its own property insurance for recovery with respect to any damage, loss or injury to the property interests of Contractor. Contractor hereby releases Dakota County, its officers, employees, agents, and others acting on their behalf, from all claims, and all liability or responsibility to Contractor, and to anyone claiming through or under Contractor, by way of subrogation or otherwise, for any loss of or damage to Contractor's business or property caused by fire or other peril or event, even if such fire or other peril or event was caused in whole or in part by the negligence or other act or omission of Dakota County or other party who is to be released by the terms hereof, or by anyone for whom such party may be responsible. Contractor agrees to effect such revision of any property insurance policy as may be necessary in order to permit the release and waiver of subrogation agreed to herein. Contractor shall, upon the request of Dakota County, promptly provide a Certificate of Insurance, or other form of evidence as may be reasonably requested by Dakota County, evidencing that the full waiver of subrogation privilege contemplated by this provision is present; and/or, if so requested by Dakota County, Contractor shall provide a full and complete copy of the pertinent property insurance policy(ies). K/CM/Exh/Insure-Prof-Liability-CM.doc Revised: 10/07

Request for Quotes (RFQ) For Graphic design services

Request for Quotes (RFQ) For Graphic design services Request for Quotes (RFQ) For Graphic design services Issued by: Washington County Department of Public Health and Environment (PHE) Date: 10/27/2016 The issuance of this RFQ constitutes only an invitation

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSL Greenway Master Plans for: River to River Regional Greenway Dakota County Office of Planning July 12, 2013 Contents:. Purpose of Request B. Background C. General Project Description

More information

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders. CITY OF LACEY, WASHINGTON REQUEST FOR STATEMENTS OF QUALIFICATIONS # AG-16.0370 GRAPHIC DESIGN, BRANDING, AND USER INTERFACE DESIGN SERVICES March 1, 2018 OVERVIEW The City of Lacey, Washington, is accepting

More information

CONSTRUCTION AGREEMENT

CONSTRUCTION AGREEMENT CONSTRUCTION AGREEMENT THIS AGREEMENT, made and entered into this First (1 st ) day of January, 2017 until December 31, 2017 by and between HABITAT FOR HUMANITY OF PINELLAS COUNTY, INC., hereinafter called

More information

Request for Proposals: Environmental Site Assessment for Single Property

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

More information

Request for Proposals

Request for Proposals Request for Proposals Release Date: April 6, 2018 Proposal Deadline: April 19, 2018 6:00 p.m. Central Time Potential Consultant Interviews April 25-30, 2018 Central Time TBD Page 2 of 10 PROJECT INFORMATION

More information

CONTRACT FOR SERVICES RECITALS

CONTRACT FOR SERVICES RECITALS CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor

More 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

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office SERVICES CONTRACT/P. O. # Title: THIS CONTRACT, and amendments and supplements thereto, is

More information

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR]

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR] APSU Contract Number C-18-0000 AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR] This Agreement is made this [date] day of [month], 20, by and between Austin Peay State University, hereinafter

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San

More information

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND. [Must match name on W9 or SW9]

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND. [Must match name on W9 or SW9] APSU Contract Number AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [Must match name on W9 or SW9] This Agreement is made this [date] day of [month], 2018, by and between Austin Peay State University,

More information

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation)

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation) SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation) The supplemental conditions contained in this section, if applicable, are intended to cooperate with,

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More 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

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE FACILITIES PROFESSIONAL OR TECHNICAL CONSULTANT MASTER CONTRACT FOR ARCHITECTURAL, OWNER REPRESENTATIVE, REAL ESTATE, AND OTHER

More information

Request for Quotes (RFQ) For Trailer Tracking System Services

Request for Quotes (RFQ) For Trailer Tracking System Services Request for Quotes (RFQ) For Trailer Tracking System Services Issued by: Ramsey/Washington Recycling & Energy Board (R&E Board) Date: 4/5/2017 The issuance of this RFQ constitutes only an invitation to

More information

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

DESERT COMMUNITY COLLEGE DISTRICT   General Terms and Conditions DESERT COMMUNITY COLLEGE DISTRICT www.collegeofthedesert.edu General Terms and Conditions 1. PURCHASE ORDER DEFINED: The term purchase order as used in these terms conditions means the document entitled

More information

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN Request for Proposal Municipal Facility Space Needs Assessment City of Burnsville, MN The City of Burnsville is seeking proposals from qualified architectural/engineering firms to perform a Municipal Facilities

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

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS Acquisition Management On behalf of Health Services CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 REQUEST FOR PROPOSAL

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

SERVICE AGREEMENT CONTRACT NO.

SERVICE AGREEMENT CONTRACT NO. SERVICE AGREEMENT CONTRACT NO. THIS SERVICE AGREEMENT dated 20 between STOCKTON UNIVERSITY (the "UNIVERSITY") and (the SERVICE PROVIDER ), with a business address at. 1.1 Services. ARTICLE 1 SCOPE OF SERVICES

More information

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O.

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. BOX ADDRESS CITY, STATE, ZIP TELEPHONE NO. FAX NO. THIS CONTRACT is

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

More information

REQUEST FOR COUNCIL ACTION

REQUEST FOR COUNCIL ACTION REQUEST FOR COUNCIL ACTION Date: 12/03/12 Item No.: 12.g Department Approval City Manager Approval Item Description: Approve Contract for Engineering Services to develop Twin Lakes Area Public Improvements

More information

Professional and Technical Services Contract State of Minnesota

Professional and Technical Services Contract State of Minnesota Professional and Technical Services Contract State of Minnesota SWIFT Contract No.: Attachment IV Note: If you take exception to any of the terms, conditions or language in the contract, you must indicate

More information

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES THIS AGREEMENT ( Agreement ) is made and entered into by and between the City of Snohomish, Washington,

More information

STATEMENT OF BIDDER'S QUALIFICATIONS

STATEMENT OF BIDDER'S QUALIFICATIONS STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate

More information

PERSONAL SERVICES AGREEMENT BETWEEN THE UNIVERSITY OF WYOMING AND

PERSONAL SERVICES AGREEMENT BETWEEN THE UNIVERSITY OF WYOMING AND PERSONAL SERVICES AGREEMENT BETWEEN THE UNIVERSITY OF WYOMING AND THIS AGREEMENT is made and entered into as of the date of the last signature affixed below by and between the University of Wyoming (UNIVERSITY)

More information

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION] P.O. Number [INSTRUCTIONS FOR COMPLETING THIS FORM ARE IN ITALICS AND BRACKETS. PLEASE COMPLETE EVERY FIELD AND DELETE ALL INSTRUCTIONS INCLUDING THE BRACKETS.] STATE OF MINNESOTA MINNESOTA STATE COLLEGES

More information

Request for Proposals. For. Workforce Investment Act (WIA) Title I Youth Programs and Services. Services to be delivered:

Request for Proposals. For. Workforce Investment Act (WIA) Title I Youth Programs and Services. Services to be delivered: Request for Proposals For Workforce Investment Act (WIA) Title I Youth Programs and Services Services to be delivered: June 4 th, 2012 August 31 st, 2012 June 3 rd, 2013 August 30 th, 2013 June 2 nd, 2014

More information

CONTRACT AGREEMENT between Tow Company ) Contract No.: 06-FSP-01 Street Address ) City, State ZIP Code ) ) (hereinafter "Contractor") ) ) ) ) ) and )

CONTRACT AGREEMENT between Tow Company ) Contract No.: 06-FSP-01 Street Address ) City, State ZIP Code ) ) (hereinafter Contractor) ) ) ) ) ) and ) CONTRACT AGREEMENT between Tow Company Contract No.: 06-FSP-01 Street Address City, State ZIP Code (hereinafter "Contractor" and Sacramento Transportation Authority Term: Dec. 1, 2006 Nov. 30, 2009 901

More 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

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE

More information

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY PRICE PROPOSAL DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY For the following Package: Contract Number: ET-0056-B01 Contract Name/Description: A. Chester Redshaw Elementary

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

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements: Vendor Contract TERMS AND CONDITIONS OF PURCHASE 1. Acceptance. This Contract is conditional upon, and can be accepted only upon, the terms and conditions specified in this Contract. If Seller has previously

More information

January 18, Request for Proposals. for

January 18, Request for Proposals. for January 18, 2017 Request for Proposals for Preparation of Tulare County Transit Authority (TCTA) Fiscal Audits for Years 2016/17, 2017/18 and 2018/19 from the Tulare County Association of Governments (TCAG)

More information

[ ] an individual, [ ] a corporation (please mark appropriate box), duly organized under the

[ ] an individual, [ ] a corporation (please mark appropriate box), duly organized under the ATTACHMENT A COVER SHEET FOR PROPOSAL Proposals must include this cover sheet (or this sheet reproduced on company letterhead) or PAGE 1 of the proposal. This attachment is provided as a fillable form.pdf

More information

REQUEST FOR PROPOSAL. No. FY Facilitation Consulting Services. October American Association of Motor Vehicle Administrators

REQUEST FOR PROPOSAL. No. FY Facilitation Consulting Services. October American Association of Motor Vehicle Administrators REQUEST FOR PROPOSAL No. FY19-17075 Facilitation Consulting Services October 2018 American Association of Motor Vehicle Administrators Table of Contents 1. INTRODUCTION...1 1.1. PURPOSE AND BACKGROUND...1

More information

REQUEST FOR PROPOSALS

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

More information

SUU Contract for Workshops and Entertainment

SUU Contract for Workshops and Entertainment SUU Contract for Workshops and Entertainment 1. PARTIES: This contract is between Southern Utah University, an institution of higher education of the State of Utah located at 351 West University Boulevard,

More information

CITY OF SPOKANE VALLEY Public Works Department

CITY OF SPOKANE VALLEY Public Works Department CITY OF SPOKANE VALLEY Public Works Department REQUEST FOR PROPOSALS (RFP) #16-023 Solid Waste, Recycling, and Organics Collection Services Contract Consultant The City of Spokane Valley seeks proposals

More information

West Ridge Park Ballfield Light Pole Structural Assessment

West Ridge Park Ballfield Light Pole Structural Assessment Request for Proposal Professional Services October 3, 2017 West Ridge Park Ballfield Light Pole Structural Assessment West Ridge Park 636 Ridge Rd. Highland Park, IL 60035 Submission Deadline: Tuesday,

More information

Request for Proposals (RFP) for Septic System Records Catalog

Request for Proposals (RFP) for Septic System Records Catalog Request for Proposals (RFP) for Septic System Records Catalog Issued by: Washington County Department of Public Health and Environment (PHE) Date: January 18, 2017 The issuance of this RFP constitutes

More information

If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums:

If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums: ATTACHMENT A COVER SHEET FOR PROPOSAL Proposals must include this cover sheet (or this sheet reproduced on company letterhead) or PAGE 1 of the proposal. This attachment is provided as a fillable form.pdf

More information

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY PRICE PROPOSAL DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY For the following Package: Contract Number: ET-0061-B01 Contract Name/Description: New Joseph C. Caruso

More information

REQUEST FOR PROPOSALS (RFP) ARBORIST CONSULTANT SERVICES

REQUEST FOR PROPOSALS (RFP) ARBORIST CONSULTANT SERVICES REQUEST FOR PROPOSALS (RFP) ARBORIST CONSULTANT SERVICES INTRODUCTION The urban forest of Menlo Park is composed of trees growing along streets, in parks and on private property. The sustainability of

More information

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039 REQUEST FOR PROPOSAL FOR American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100

More information

Federal Certification Forms

Federal Certification Forms Federal Certification Forms Document 1. HUD Certificate Regarding Debarment and Suspension Instructions for Completion Submit with contract at execution. 2. EEO Certification Submit with contract at execution.

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 FOR PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH NEIGHBORHOOD STABILIZATION PROGRAM 3 ( NSP 3 ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

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

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES INTRODUCTION A. Overview The Sullivan County Land Bank Corporation ( SCLBC ) is issuing this Request for Qualifications ("RFQ") to obtain Accounting

More information

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Issue Date: March 28, 2013 Responses due: April 18, 2013, 4:00 p.m. Pacific Local Time REQUEST FOR PROPOSAL I. PURPOSE OF REQUEST The

More information

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1 CAO Contract Log # COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2015 - Edition 1 THIS CONTRACT is made and entered into this day of, 20, by and between the COUNTY OF MARIN, hereinafter referred to as

More information

Request for Qualifications

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

More information

Request for Proposal. RFP # Recreation T-Shirts

Request for Proposal. RFP # Recreation T-Shirts County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-1212-1 This procurement is governed

More information

Request for Qualifications (RFQ #704-18) Establish a Hybrid Law Enforcement Model Consulting & Support Services

Request for Qualifications (RFQ #704-18) Establish a Hybrid Law Enforcement Model Consulting & Support Services Request for Qualifications (RFQ #704-18) To Establish a Hybrid Law Enforcement Model Consulting & Support Services Posted on website (http://www.publicpurchase.com/gems/cityoflancaster,ca/buyer/public/home):

More information

Request for Proposals (RFP) for Septic System Risk Assessment

Request for Proposals (RFP) for Septic System Risk Assessment Request for Proposals (RFP) for Septic System Risk Assessment Issued by: Washington County Department of Public Health and Environment (PHE) Date: December 5, 2017 The issuance of this RFP constitutes

More information

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

CITY OF OAK HARBOR REQUEST FOR PROPOSAL CITY OF OAK HARBOR REQUEST FOR PROPOSAL WHIDBEY ISLAND MARATHON SHUTTLE SERVICE 2016 CALENDAR OF EVENTS Request for Proposals Published.. February 13, 2016 Closing Date for Receipt of Proposals.. February

More information

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project # PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #00-00-0000 Page 1 Contract # THIS AGREEMENT, made and entered into this day of, 2014, by and between SPOKANE AIRPORT, by and through its

More information

Request for Proposal. RFP # Towing Services Inoperable Vehicles

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

More information

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER A. INTRODUCTION FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER The Franklin Borough is seeking proposals from licensed Professional Engineers for the position of Borough Engineer for calendar

More information

SCHEDULE A HUD / LMDC COMPLIANCE REQUIREMENTS

SCHEDULE A HUD / LMDC COMPLIANCE REQUIREMENTS I. GENERAL CONDITIONS SCHEDULE A HUD / LMDC COMPLIANCE REQUIREMENTS A. General Compliance Consultant agrees to comply with the requirements of the HUD regulations concerning CDBG, 24 CFR Part 570, as modified

More information

REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT

REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT BOROUGH of PINE HILL SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS December 5, 2017 10:00 A.M. ADDRESS ALL PROPOSALS TO: BUSINESS ADMINISTRATOR

More information

PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN

PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN 1. CONTRACT: This contract is entered into by and between Spokane Regional Clean Air Agency (SRCAA) and (CONTRACTOR) to provide certain services to SRCAA.

More information

Request for Proposal: Metro Bus Transit Advertising Program

Request for Proposal: Metro Bus Transit Advertising Program Request for Proposal: Metro Bus Transit Advertising Program Date: 7/13/18 Project Name: Metro Bus Transit Advertising Program Proposal Submission: Proposals will be received until 3 pm CST, on August 14,

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

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS Membrane Roof and Skylights Bid Due Date: April 27, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST

More information

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019 Bidders Name: Address: City and State: Phone: Fax: E-Mail: TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ 08085 SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR

More information

REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan

REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan RFP Release Date January 5, 2018 Proposal Submittal Deadline February 2, 2018-4:00 p.m. Contact Person: Sonya Williams Finance

More information

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES REQUEST FOR SEALED QUALIFICATIONS FOR PROFESSIONAL SERVICES UNDER A FAIR AND OPEN PROCESS MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES Contract Term February 1, 2017 through January 31, 2018 SUBMISSION

More information

DANTE HALL SERVICE AGREEMENT CONTRACT NO.

DANTE HALL SERVICE AGREEMENT CONTRACT NO. DANTE HALL SERVICE AGREEMENT CONTRACT NO. THIS AGREEMENT dated 20 between STOCKTON UNIVERSITY (the "UNIVERSITY") as assignee and sub lessor of Stockton Affiliated Services, Inc., a New Jersey non-profit

More information

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT Sanitary Sewer Rehabilitation Design Services [name of consultant] This agreement, made and entered into this day

More information

DOH STATE FUNDED HOUSING DEVELOPMENT SUPPLEMENTARY CONDITIONS EQUAL OPPORTUNITY EMPLOYMENT, NON-DISCRIMINATION AND AFFIRMATIVE ACTION

DOH STATE FUNDED HOUSING DEVELOPMENT SUPPLEMENTARY CONDITIONS EQUAL OPPORTUNITY EMPLOYMENT, NON-DISCRIMINATION AND AFFIRMATIVE ACTION The work to be performed under the contract is being assisted by the State of Connecticut through the Department of Housing (DOH). As such, the project is subject to the following State requirements. EQUAL

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

Northwest Municipal Conference Request for Qualifications Northwest Highway Corridor Bicycle Facilities Plan

Northwest Municipal Conference Request for Qualifications Northwest Highway Corridor Bicycle Facilities Plan Northwest Municipal Conference Request for Qualifications Northwest Highway Corridor Bicycle Facilities Plan Northwest Municipal Conference Request for Qualifications (RFQ) Title: Northwest Highway Corridor

More information

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of January, 2016, by and between the CITY OF TUMWATER, a Washington municipal

More information

Staff Report. Scott Conn, Network & Operations Manager (925)

Staff Report. Scott Conn, Network & Operations Manager (925) .b Staff Report Date: April, 01 To: From: Prepared by: City Council Valerie J. Barone, City Manager Joelle Fockler, MMC, City Clerk Joelle.fockler@cityofconcord.org () 1-0 Scott Conn, Network & Operations

More information

W I T N E S S E T H:

W I T N E S S E T H: GENERAL CONTRACTORS SUBCONTRACT AGREEMENT THIS CONTRACT, made and entered into the day of, 20, by and between, a Tennessee, having its principal place of business at, hereinafter referred to as "Contractor"

More information

Request for Proposal

Request for Proposal San Mateo County Mosquito and Vector Control District Request for Proposal Professional Auditing Services Date of Issuance: December 8, 2017 Submittal Deadline: January 19, 2018 4:00 PM 1 I. INTRODUCTION

More information

Request for Proposals

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

More information

REQUEST FOR BIDS MINOR REPAIRS

REQUEST FOR BIDS MINOR REPAIRS REQUEST FOR BIDS MINOR REPAIRS SOLICITATION #A10-10-17-3755 ROGERS COUNTY Bids Due: November 7, 2017 @ 5:00 P.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 (918) 456-5482

More information

Request for Proposal # Postage Meter Lease & Maintenance Service

Request for Proposal # Postage Meter Lease & Maintenance Service Request for Proposal # 2018-025 Postage Meter Lease & Maintenance Service Due Date: October 19, 2017 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500

More information

CITY UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR PROCUREMENT CONTRACTS (as amended through June 23, 2016)

CITY UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR PROCUREMENT CONTRACTS (as amended through June 23, 2016) CITY UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR PROCUREMENT CONTRACTS (as amended through June 23, 2016) Section A. Introduction These Guidelines set forth the operative policy and instructions of the

More information

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Champaign Park District: Request for Bids for Playground Surfacing Mulch May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be

More information

Trusted Care Solutions A Private Pay Care Management Program Offered by The Information Center, Inc.

Trusted Care Solutions A Private Pay Care Management Program Offered by The Information Center, Inc. Trusted Care Solutions A Private Pay Care Management Program Offered by The Information Center, Inc. Direct Service Purchasing Agreement The Information Center 20500 Eureka Road Suite #110 Taylor MI 48180

More information

CONSULTING AGREEMENT

CONSULTING AGREEMENT CONSULTING AGREEMENT This Consulting Agreement (Agreement) is made as of the th day of, 2015, by and between NBS GOVERNMENT FINANCE GROUP, a California corporation, dba NBS ( Consultant ), and CENTRAL

More information

REQUEST FOR BIDS MINOR REPAIRS

REQUEST FOR BIDS MINOR REPAIRS REQUEST FOR BIDS MINOR REPAIRS SOLICITATION #A10-01-17-3415 SEQUOYAH COUNTY Bids Due: February 16, 2017 @ 5:00 P.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 (918) 456-5482

More information

Botetourt County Public Schools

Botetourt County Public Schools Botetourt County Public Schools Request for Proposals # 18-5000 for Architectural and Engineering Services Related to the Design of a New Elementary School One (1) original and four (4) copies of sealed

More information

INDEPENDENT YEAR END AUDITS

INDEPENDENT YEAR END AUDITS Request for Proposals for INDEPENDENT YEAR END AUDITS 711 Grand Avenue, Suite 110 San Rafael, CA 94901 Tel: (415) 226 0855 www. marintransit. org Service Requested: Independent Year End Audits Contract

More information

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

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

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT THIS Agreement is made effective as of the day of 201_, by and between the City of Port Orchard, a municipal corporation, organized under the laws of

More 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

Application for Eligibility by Non-Profit Tax Exempt Health or Education Organization FOR STATE USE ONLY

Application for Eligibility by Non-Profit Tax Exempt Health or Education Organization FOR STATE USE ONLY Application for Eligibility by Non-Profit Tax Exempt Health or Education Organization Eligibility may be granted to non-profit, tax-exempt educational and health organizations such as medical institutions,

More information

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

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

More information