RP Page 1. RP Page 1

Size: px
Start display at page:

Download "RP Page 1. RP Page 1"

Transcription

1 RP Page 1 RP Page 1 June 28, 2017 REQUEST FOR PROPOSAL RP The Gwinnett County Board of Commissioners is soliciting competitive sealed proposals from qualified Firms for Control System Integration Services under the DWR SCADA Conversion Program on an Annual Contract with four (4) Options to Renew for the Department of Water Resources. Proposal submittal date and location: Proposals must be returned in a sealed container marked on the outside with the Request for Proposal number and Company Name. Proposals will be received until 2:50 P.M. local time on July 31, 2017 at the Gwinnett County Purchasing Office, 75 Langley Drive, Lawrenceville, Georgia Any proposal received after this date and time will not be accepted. Proposals will be publicly opened and only names of submitting firms will be read at 3:00 P.M. A list of firms submitting proposals will be available the following business day on our website Pre-proposal Date and Location: A pre-proposal conference is scheduled for 10:00 a.m. July 13, 2017 at the Gwinnett County Purchasing, above address. All firms are urged to attend. Instructions on Submitting Questions Questions regarding proposals should be directed to Shelley McWhorter at shelley.mcwhorter@gwinnettcounty.com or by calling , no later than July 18, Proposals are legal and binding upon the bidder when submitted. One unbound original and 8 copies should be submitted. Insurance and Bonding Requirements All suppliers must submit with bid, a bid bond, certified check or cashier's check in the amount of five percent (5%) of the total bid. Failure to submit a bid bond with the proper rating will result in the proposal being deemed non-responsive. Successful supplier will be required to meet insurance requirements, submit a one hundred percent (100%) performance bond and a one hundred percent (100%) payment bond. Insurance and Bonding Company should be licensed to do business by the Georgia Secretary of State, authorized to do business in Georgia by The Georgia Insurance Department, listed in the Department of Treasury's Publication of Companies holding Certificates of Authority as Acceptable Surety on Federal Bonds and as acceptable reinsuring companies. The bid bond, payment bond, and performance bond must have an A.M. Best rating of A-10 or higher. Gwinnett County does not discriminate on the basis of disability in the admission or access to its programs or activities. Any requests for reasonable accommodations required by individuals to fully participate in any open meeting, program or activity of Gwinnett County Government should be directed to Michael Plonowski, Gwinnett County Justice and Administration Center, The written proposal documents supersede any verbal or written prior communications between the parties. Selection criteria are outlined in the request for proposal documents. Gwinnett County reserves the right to reject any or all proposals to waive technicalities and to make an award deemed in its best interest. Award notification will be posted after award on the County website, and companies submitting a proposal will be notified via . We look forward to your proposal and appreciate your interest in Gwinnett County. Shelley McWhorter Shelley McWhorter, CPPB Purchasing Associate III

2 RP Page 2 I. Invitation to Submit Proposals A. The Gwinnett County Department of Water Resources (GCDWR) hereby requests Proposals from firms for Control System Integration Services on an Annual Contract with four options for renewal. This submission will assist GCDWR in selecting a firm or a short-list of firms qualified to provide services for GCDWR in its implementation of its capital improvement and operating programs. GCDWR needs sufficient information to determine that selected firms are adequately staffed and can demonstrate they are capable of providing the annual professional services required to support a range of Control System Integration Services. Qualified firms will have broad expertise in the design, integration, and installation of SCADA system-related equipment and shall have a demonstrated capacity to implement replacement SCADA systems in the municipal wastewater collection and treatment industries. Following award of the selected firms, each firm will execute a task order based general services contract. As project needs arise, one or more firms will be contacted based upon their qualifications and experiences to develop an approach and fee for each specific project task order. The County will select the most qualified firm to finalize the task order proposal that it deems to provide the best service/value for the specified project and/or is in the best interest of the County. No minimum or maximum amount of work is guaranteed for the selected firm under this solicitation, and work will be procured on an as-needed basis via Work Authorization approvals per request. B. Partnering, and/or teaming is not be permitted as part of the proposal. C. GCDWR will not pay any firm for work done in preparation of this proposal submittal. D. One (1) unbound original (designated as the original), eight (8) bound copies, and one (1) electronic version on CD of your proposal should be submitted. All copies of the proposal must be identical. The full cost of proposal preparation is to be borne by the proposing firm. The original proposal must be signed in ink by a company official who has authorization to commit company resources. These officials will also be individuals noted as authorized to sign Work Authorizations. Proposals shall be submitted in a sealed envelope/package. Envelope/package shall be addressed to Gwinnett County Purchasing Division, Gwinnett Justice and Administration Center, Second Floor, 75 Langley Drive, Lawrenceville, Georgia and shall be identified with the proposal number and company name on the outside. E. The Proposer is to submit, in a separately sealed envelope, one (1) original and five (5) exact copies of Proposal Fee Schedule. Envelopes should be labeled with the FEE SCHEDULE, Proposer s name, and RFP number. F. Sole responsibility rests with the firm to ensure that their proposal(s) are received on time at the above stated location. G. Proposals submitted by alternate means other than those specified in this solicitation will be rejected and disposed of accordingly. This includes proposals sent by facsimile, , or any other electronic or telegraphic means. If the County receives a proposal through such alternate means, the County does not assume any burden or liability to notify the Firm that the proposal has been rejected. Proposers are to follow the instructions outlined in this solicitation and failure of the Proposer to do so may result in the County deeming the Proposer s submittal as non-responsive. Firms are expected to allow adequate time for delivery of their proposals either by hand delivery, postal service or other means. Late proposals will not be accepted and will be returned to the Proposer.

3 RP Page 3 H. All questions concerning this RFP should be directed IN WRITING by July 18, 2017 to Shelley McWhorter, Purchasing Associate III, Gwinnett County - Purchasing Division, 75 Langley Drive, Lawrenceville, Georgia either by to Shelley.McWhorter@gwinnettcounty.com or Fax: Where appropriate, GCDWR responses to formal questions will be in writing and will be distributed to all firms on our record as having received a copy of this RFP. Please note that it is the respondent s responsibility to confirm with the Purchasing Associate that the Proposer is on record as having received a copy of this RFP. In each case of formal questions, GCDWR will determine whether a response is appropriate or necessary. I. Between the date of the issuance of the solicitation and the date of the final contract award by the Board of Commissioners, individuals, firms and businesses seeking an award of a Gwinnett County contract may not initiate or continue any verbal or written communications regarding a solicitation with any County officer, elected official, employee or other County representative without permission of the Purchasing Associate named in the solicitation. Violations will be reviewed by the Purchasing Director. If determined that such communication has compromised the competitive process, the offer submitted by the individual, firm or business may be disqualified from consideration for award. This process is to ensure that all prospective respondents have the same level of knowledge relative to the RFP, as well as ensuring any additional data is made available to all proposers. J. Submitted proposals and all documentation regarding the proposals will not be made available to the public until such time that an official action has been taken by the Gwinnett County Board of Commissioners to award or reject this solicitation. All proposals and supporting materials, as well as correspondence relating to this RFP, become property of Gwinnett County when received and will be subject to the Georgia Open Records Act. K. All applicable State of Georgia and Federal laws, City and County ordinances, licenses and regulations of all agencies having jurisdiction shall apply to the firms and services throughout and incorporated herein by reference. The Agreement with the selected firm, and all questions concerning the execution, validity or invalidity, capacity of the parties, and the performance of the Agreement, shall be interpreted in all respects in accordance with the Charter and Code of Gwinnett County and the laws of the State of Georgia. II. Instructions to Firms A. Firm Qualifications No proposal shall be accepted from and no contract will be awarded to any person, firm, or corporation that is in arrears to Gwinnett County, upon debt or contract that is a defaulter, as surety or otherwise, upon any obligation to Gwinnett County or that is deemed irresponsible or unreliable by Gwinnett County. If requested, firms shall be required to submit satisfactory evidence that they have a practical knowledge of the particular service proposed upon and that they have the necessary financial resources to provide the proposed service called for as described in Section III of this RFP Description of Services. B. Control Systems Integration Services Agreement for Professional Services The firms will be expected to sign a Services Agreement for Professional Services developed by Gwinnett County (Sample Agreement included). The proposal must contain a statement that the firm has carefully reviewed the agreement, can meet all insurance and other requirements, and if selected, will sign the agreement. If any exceptions are taken to any part of this document, each must be stated in detail and submitted as part of your proposal document. This information will be included in the cover letter referenced in Section IV of this RFP Preparation of Proposals.

4 RP Page 4 Selected firm(s) are required within ten (10) days of the Notice of Award to provide the following: Certificate of Insurance specified in proposal Two (2) sets of properly executed contract documents. III. Description of Services A. Scope of Services - To accomplish its mission of providing quality water and sewer services to its customers, the County owns and GCDWR operates various facilities for the production, treatment, and distribution of water, and the collection and transportation of wastewater. Supervisory Control and Data Acquisition (SCADA) system support and related integration services are required to assist GCDWR with its operations and with particular system improvement projects. Services needed may include but not necessarily be limited to the following: SCADA systems design, Programmable Logic Controller (PLC) programming and controls integration into SCADA systems, and SCADA system installation services. B. Troubleshooting & Repair Address issues with SCADA, PLC, instrumentation equipment and software. Emergencies require response time to request for service within 2 hours through phone and/or remote access support and as required physical response to the site within 4 hours during normal business hours and 12 hours (24/7) for after-hours, holidays and weekends from receipt of notification. C. System Software Updates Inform GCDWR of any SCADA software updates that would be of benefit to GCDWR. Install system software and equipment firmware updates at the request of GCDWR as needed. D. Hardware Engineering and Design Layout Provide SCADA, control and instrumentation design services for any new processes or sites and all system-related equipment, including power and signal wiring, control panels, computer software and hardware, radio configuration, Programmable Logic Controller (PLC) programming, computer-based SCADA Human-Machine Interface (HMI) and PLC Operator Interface Terminal (OIT) graphics development, and SCADA databased configuration per GCDWR SCADA HMI / OIT standards and applications requirements. E. Hardware Upgrades Provide recommendations and, when authorized, make improvements to GCDWR s SCADA, control and instrumentation system. F. Software Programming Provide recommendations and, when authorized, make software programing modifications or additions to improve operations. G. Parts and Supplies Any equipment, parts or supplies directed by GCDWR to be provided by firm shall be the same manufacturer as existing GCDWR equipment and shall be the equivalent model unless approved otherwise by GCDWR. Reimbursement for firm supplied equipment shall be billed as a direct cost plus a standard markup. H. Installation Provide SCADA, control and instrumentation installation services including installation of software modules, SCADA software programming and configuration, PLC programming and configuration, and on-site services in support of commissioning control systems at County facilities. I. User Training and Documentation - Provide applicable user training for any software or hardware upgrades and replacements. Ensure required user operation and maintenance manuals and supporting documents are updated and provided to GCDWR per project requirements and GCDWR documentation standards. All work shall be authorized by GCDWR as needed. Upon request for specific project task orders, the contractor will be required to submit a project-specific total not-to-exceed project task order cost to GCDWR.

5 RP Page 5 IV. Minimum Requirements for the Control Systems Integrator A. Minimum Qualifications: For standardization and quality purposes, the following criteria should be met by the Control Systems Integrator. In addition, a number of preferences have been identified which will be considered in the evaluation process for System Integrators who demonstrate these requirements. Certain minimum requirements should be met for the proposal to be further evaluated. Failure to demonstrate, to the satisfaction of the selection committee, any of the following will be taken into consideration during evaluation. 1. Control Systems Integrator shall at a minimum be listed by Schneider Electric as a Wonderware Certified Systems Integrator (SI) Partner well experienced with Wonderware software and databases. A Schneider Electric Endorsed SI Partner designation with Wonderware will be preferred but not required for consideration. An Endorsed SI Partner designation indicates that a Control Systems Integrator has the highest level of experience with the Wonderware software, County s SCADA software. 2. Control Systems Integrator shall have a minimum of five (5) years experience in the design, construction, installation and successful startup of PLC-based SCADA systems of comparable size, type, and complexity to the proposed projects described under Section V Tab F. At least two (2) of the SCADA system installations (preferably for water/wastewater applications) shall utilize Rockwell Automation (Allen- Bradley) ControlLogix PLCs documented under Section V. Tab D. At least two (2) of the SCADA system installations (preferably for water/wastewater applications) shall utilize Schneider Electric Wonderware SCADA software documented under Section V. Tab. D. 3. Control Systems Integrator shall have been in business a minimum of five (5) years operating under the same company name with a minimum of four (4) full time technical staff (design engineers, service engineers, and technicians) specifically trained and qualified for design and support of SCADA systems, water/wastewater control systems, and instrumentation. 4. Control Systems Integrator shall have expertise in industrial communications protocols, networking equipment and computer operating systems such as Windows and Unix, including Cisco and /or Microsoft certified qualifications. Should able to administer, manage and troubleshoot operating system, Database, Network software, network communication, network security, network services and network traffic. 5. The Control Systems Integrator shall employ design engineers, service engineers, and technicians for the work on the County s system who have a minimum of five (5) years of work experience or a 2 year associate degree. 6. The Control Systems Integrator headquarters or local engineering office shall be located within a 250-mile radius of the GCDWR office location. No contract or part-time employees shall be used for any portion of any project. 7. Each Control System Integrator must include a schedule of charges for services that are good for the contract period. These should include standard charges for requested services and also overtime or after hours rates. 8. The Control System Integrator must use in house staff personnel for the completion of any services performed for the County. No part-time staff or sub-contractors shall be used. 9. Bonding capacity by June 2017 of at least $2,000,000 for a single project. Please provide maximum bonding capacity as part of the bid response. 10. The Control System Integrator submitting shall provide documentation to show license(s) to conduct business in the state of Georgia. 11. The Control System Integrator submitting shall provide documentation to show what license(s) are held authorizing the firm to perform engineering in the state of Georgia. 12. The Control System Integrator shall provide documentation of experience in integrating SCADA systems on Water Filtration Plants, Wastewater Treatment Plants, Water Distribution, Wastewater Collection, and Pump Stations. 13. The Control System Integrator shall be a member of the Rockwell Automation Systems Integrator Program and have access to the Rockwell Automation products, services, and the tools needed to support Rockwell Automation products utilized on GCDWR project task order.

6 RP Page The Control System Integrator shall provide documentation certifying firm as a Drug Free Work Place B. GCDWR will give preference to Control System Integrators who can demonstrate experience in the following: 1. Control System Integration firms that are a Certified Member in good standing with the Control System Integrators Association (CSIA). 2. Maintain a UL-508A certified control panel assembly shop. 3. Staff includes a minimum of three (3) Service Technicians that are recognized as Certified Control Systems Technicians, Level 1, by ISA. 4. Design engineers have a 4 year baccalaureate technical degree from an accredited university. 5. Producing and modifying 3-D graphic displays. 6. Ladder logic, Function block, Sequential and structured programming, communication techniques and protocols. 7. High level Programing experience in RSLogix 5000, RSLogix 500, Schneider PLC programing Unitypro, Siemen s PLC Programing etc. 8. Interfacing multi-platform SCADA Systems such as Foxboro and Wonderware and or Dynac and Wonderware. 9. Configuring and running parallel SCADA platforms through the duration of the project. 10. Training and Certification in MS Server 2014 installation, configuration, management and maintenance with 5 plus years of proven experience 11. Programming and configuration of SCADA software packages, PLC platforms, OPC, SQL, and OLE clients and servers. 12. High level experience configuring and managing Industrial routers and switches such as Cisco and/or Stratix managed switches with redundant ring network infrastructure. 13. Training & Certification from Cisco for networking and administration with 5 plus years of industrial experience plus years of experience Configuring PLCs in a Distributed Control System environment for large water facilities 15. Training and Certification in MS Server installation, configuration, management and maintenance with 5 plus years of proven experience. 16. Data & storage management. 17. Implementing disaster recovery and COOP programs 18. Configuring Redundant multi-thread AI servers in hot stand by failover with Wonderware SCADA platform 19. Design, development and deployment of Situational awareness graphics 20. Configuring in display, graphics and report generation. 21. Developing Dashboards focused on performance management and operational efficiency 22. Developing Operational and Maintenance Manuals 23. Developing training contents for operation and Maintenance 24. Delivering training to operational and maintenance group. 25. Configuring and maintenance of Virtual environment VM machines, cluster and Virtual networks. 26. Hyper-convergence Technology. 27. Implementing backup servers and change management tools. 28. Design and development of PLC panels. C. GCDWR will give preference to Control System Integrators who are a certified NPI with Corning Cable Systems (CCS) LANscape Network of Preferred Installers (NPI) programs. V. Preparation of Proposals Each Firm shall read all sections of this RFP including the instructions, and all attachments hereto. Failure to do so will be at the respondent s risk. The respondent must sign the proposal with their usual signature by an authorized representative.

7 RP Page 7 Proposals do not have a page limit. Proposals should be letter size, single-sided written pages using an Arial font size no smaller than 12 point. Figures, charts and exhibits shall be included under the appropriate tabs as described below. Resumes are to be included under Tab F, should be limited to no more than 2 pages per individual, and should be project relevant. The following information shall be submitted in the proposal in the format as specified herein. Cover Letter A proposal cover letter should be provided presenting an Executive Summary of the Firm s proposal. Please limit this cover letter to 2 pages or less. Tab A Firm Identification A Firm is defined as the Controls Systems Integrator that will perform work equal to the total design contract dollar value. Per Section I. Tab B. teaming with other Firm(s) is not permitted as part of the proposal. Include the following information for the Firm: 1. Corporate ownership and history. 2. Affiliates and subsidiaries. 3. Operating philosophy. 4. Principal business office and local office locations, inside or outside Gwinnett County. 5. List of full time employees who are registered as Professional Engineers (PE) in the State of Georgia performing direct related engineering work. Include a table that lists name, years of experience, PE number and registration fields (e.g. Electrical, I&C, Controls, or others), two representative projects, roles and responsibilities, and home office locations. 6. List of full time employees with license or certification other than PE in the State of Georgia performing direct related professional services. Include a table that lists names, years of experience, professional registration or certification area (e.g. PG, BCEE, PMP or others), two representative projects, roles and responsibilities, and home office locations. 7. List of other full time employees (other than items #5 and #6 above) in your local office performing direct related professional services. 8. Provide ranges of services, capabilities and strengths of the Firm. 9. Reasons and benefits of this teaming provided to GCDWR. 10. Provide Firm s certifications (where applicable) Tab B - Experience of Firm on Similar Potential Projects Describe the relevant past experience of the Firm on two (2) relevant projects of similar size and scope required as documentation of Firm s minimum qualifications under Section IV including experience in performing professional services for State, County and municipal governments. GCDWR and ENGINEER will review and evaluate information provided during the evaluation. Once awarded, GCDWR reserves the right to remove and disqualify any Control System Integrator personnel from working on a project (at any time) at the sole discretion of the County. Failure to furnish all information requested or entering more than one manufacturer's name for any item in this Instrumentation and Control System Integrator Questionnaire may be cause for rejection of the Bid. The Control Systems Integrator should demonstrate compliance with the minimum experience requirements indicated in Section IV. This shall be demonstrated through submittal of the following information: (use the following format)

8 RP Page 8 A. Control System Integrator B. Complete Address C. Phone # D. Number of full-time design personnel on staff E. F. Name(s) (resume/ qualifications/certifications attached) of personnel assigned to project, including individuals responsible for system integration, Rockwell Automation ControlLogix PLC application programming, and Wonderware HMI development Number of full-time service personnel on staff (not including personnel in Item 2) G. Geographic location of fabrication/ testing facility for this project H. Geographic location of service personnel for this Project I. Number of years Firm has successfully provided Schneider Electric Wonderware SCADA systems J. Number of years Firm has successfully provided Rockwell Automation ControlLogix PLC on SCADA Systems K. REFERENCE INFORMATION FOR SCHNEIDER ELECTRIC WONDERWARE SCADA SYSTEMS 1. a. Project Reference- Project and Owner s Name b. Complete Address c. Contact Person s Name d. Telephone Number e. Contact Address f. Date Project Started g. Date Project Completed h. Dollar value of each contract both for design and construction ($USD) i. Comparison of the project s final budget and schedule with the initial budget and schedule - explain negative variances (i.e., exceeded budget or schedule) j. Specific details that indicate where the Firm s approach saved either cost or time for the client k. Project description including description of control technology l. List of services m. Description of the major roles and responsibilities of the Firm n. Indicate the people who worked on the project that will be assigned to this project o. Description of the major roles and responsibilities of the Firm 2. a. Project Reference- Project and Owner s Name b. Complete Address c. Contact Person s Name d. Telephone Number e. Contact Address f. Date Project Started g. Date Project Completed

9 RP Page 9 h. Dollar value of each contract both for design and construction ($USD) i. Comparison of the project s final budget and schedule with the initial budget and schedule - explain negative variances (i.e., exceeded budget or schedule) j. Specific details that indicate where the Firm s approach saved either cost or time for the client k. Project description including description of control technology l. List of services m. Description of the major roles and responsibilities of the Firm n. Indicate the people who worked on the project that will be assigned to this project o. Description of the major roles and responsibilities of the Firm L. REFERENCE INFORMATION FOR ROCKWELL AUTOMATION CONTROLLOGIX PLC ON SCADA SYSTEMS 1. a. Project Reference- Project and Owner s Name b. Complete Address c. Contact Person s Name d. Telephone Number e. Contact Address f. Date Project Started g. Date Project Completed h. Dollar value of each contract both for design and construction ($USD) i. Comparison of the project s final budget and schedule with the initial budget and schedule - explain negative variances (i.e., exceeded budget or schedule) j. Specific details that indicate where the Firm s approach saved either cost or time for the client k. Project description including description of control technology l. List of services m. Description of the major roles and responsibilities of the Firm n. Indicate the people who worked on the project that will be assigned to this project o. Description of the major roles and responsibilities of the Firm 2. a. Project Reference- Project and Owner s Name b. Complete Address c. Contact Person s Name d. Telephone Number e. Contact Address f. Date Project Started g. Date Project Completed h. Dollar value of each contract both for design and construction ($USD) i. Comparison of the project s final budget and schedule with the initial budget and schedule - explain negative variances (i.e., exceeded budget or schedule)

10 RP Page 10 j. Specific details that indicate where the Firm s approach saved either cost or time for the client k. Project description including description of control technology l. List of services m. Description of the major roles and responsibilities of the Firm n. Indicate the people who worked on the project that will be assigned to this project o. Description of the major roles and responsibilities of the Firm Employee experience cannot be substituted for Firm experience. The project experience sheets must demonstrate the Firm s experience and not an individual employee s experience. All project experience sheets should have been completed within the past five (5) years. In addition to the above information, the Firm should provide a separate table listing all projects/task orders (past and current) with GCDWR within the last five (5) years A. Project Name B. GCDWR project manager and/or primary contact C. Project Type D. Prime or Sub? E. Contract Value F. Project completion date: The project performance from GCDWR project manager and/or primary contact will be requested and may be part of the evaluation. The Firm should be regularly engaged in the business of supplying computer-based monitoring, control, and data acquisition systems. The Firm shall coordinate all control system related items to commissioning and check-out for all existing instruments, and to perform all testing, training, and startup activities specified to be provided. The Firm should be an experienced (factory trained and certified) provider of Rockwell Automation ControlLogix Platform Programmable Logic Controller (PLC) systems and Schneider Electric Wonderware Human Machine Interface (MHI) systems who has been respectively certified to OWNER & ENGINEER by Rockwell Automation and Schneider Electric for such work. For each project, the Firm shall provide to OWNER and ENGINEER documentation that each team member of the proposed system integration team has of a minimum of two (2) successful installed Supervisory Control and Data Acquisition (SCADA) systems of comparable size or complexity (including hardware assembly and software configuration, field installation, commissioning, and training) utilizing Schneider Electric Wonderware software and two (2) SCADA systems utilizing Rockwell Automation ControlLogix PLC hardware. Tab C - Key Staff Qualifications, Experiences, Location and Availability Provide an overall services organization chart for the integration services annual contract. The proposer should identify the roles/positions/responsibilities of each proposed team member. The proposed organization chart should include the Client Services Manager, Services Coordinator/Contract Manager, Project Manager(s), Subject Matter Expert(s), QA/QC Manager(s), Lead Design Engineer(s), Programmer(s), and Technician(s) for each discipline. Provide a table to show all key members of the project team, their degree, professional registrations, years of experience, levels of responsibility and availability. This table should also include two representative projects for each key member, their roles and responsibilities, control technology expertise (including Rockwell Automation / Allen Bradley ControlLogix, Schneider Electric Wonderware InTouch and

11 RP Page 11 System Platform) including documentation of any applicable manufacturers training and certifications, and their home office locations. The Client Services Manager should have the Authority to commit the necessary resources of the company. Also, the proposer should describe and demonstrate how each key individual will add the most value toward achieving the key objectives for implementing and providing professional services and is the best choice for GCDWR to meet this service contract. Tab D Potential Project Understanding and Technical Approach GCDWR has developed a list of potential projects that the County may wish to incorporate into future control systems integration services task orders. All services will be per executed in accordance with GCDWR standards, and engineering drawing and specifications developed for each specific project task order. Please provide the following for each potential project task order: Summarize and describe your understanding of the selected potential project(s) Identify the key problems and technical issues to be anticipated, prevented and/or managed Identify stakeholders affected by this problem Indicate the proposed solution and list key benefits Provide technical approach to show your value to GCDWR. The example should include use of Rockwell Automation ControlLogix application software library and Wonderware HMI operator display(s) developed for control and monitoring of the process and support documentation associated with display development. Potential project task orders are: 1. F. Wayne Hill Water Reclamation Facility (FWH) - North Chemical Process Area DCS Conversion to PLC The FWH North Chemical Building control and automation system consists of a Rockwell Automation / Allen- Bradley PLC control panel connected to FWH s Foxboro Distributed Control System (DCS). The PLC control panel was recently upgraded to the ControlLogix PLC platform including a replacement Operator Interface Terminal (OIT). The North Chemical PLC system controls the odor control system including chemical feed pumps, fans, with valves, ph and ORP monitoring. The Foxboro DCS monitors the odor control process through a data communications network connection to the PLC system. The existing Foxboro DCS directly monitors and controls other chemical feed, eye wash stations, sump pumps and abandoned lime system using Foxboro DCS process control hardware and a Foxboro DCS Human-Machine Interface (HMI) workstation located in the North Chemical Process Area. The Foxboro DCS communication network (connecting the North Chemical Building DCS hardware and PLC control panel to the existing FWH Operations Center and FWH DCS workstations located throughout the FWH facility) consists of a multimode type fiber optic Foxboro DCS mesh data network with (DCS dedicated) Ethernet Edge and Root type network data switches. The County recently installed single-mode type fiber optic cabling to replace the existing multimode type fiber optic cabling between the DCS Ethernet network data switches. This project will require replacement of the North Chemical Process Area Foxboro DCS hardware and DCS HMI with additional ControlLogix PLC s control cabinet(s) and a North Chemical Process Area Wonderwarebased HMI workstation. The North Chemical Process Area DCS replacement PLC system will comply with P&IDs, control narratives, and GCDWR Integration Standards and seamlessly integrate with the existing ControlLogix PLC control panel. Data communications for monitoring and control of North Chemical Process Area PLC s shall be established over the new fiber-optic cabling data network to a new Schneider Electric Wonderware (System Platform-based) SCADA host computer system located in FWH s Operations Center and new Wonderware-based remote HMI workstations. System integration and commissioning of the DCS replacement PLC system shall not impact ongoing FWH operations throughout the duration of the project. Control System Integration engineering services to implement the above references scope of supply to

12 RP Page 12 include but not limited to the following services: Verification / coordination of the design elements with GCDWR and GCDWR s design engineer(s) Conduct Field Investigation services Conduct the preliminary and final control system integration design services Provide engineering, installation and integration services Include implementation of segmentation with SCADA networks (Business / SCADA / Process), implementing Firewalls as required for segmented network Include I/O Checks form field to termination cabinet to PLC Implement DMZ zone PLC Network must remain independent from existing Foxboro network and both systems must run in parallel until final commission Include Factory Acceptance Testing (FAT) and Site Acceptance Testing (SAT) including Functional test and operational test Provide commissioning, start-up, and training services 2. F. Wayne Hill Water Reclamation Facility (FWH) - Headworks DCS Conversion to PLC The FWH Headworks control and automation system consists of a Foxboro Distributed Control System (DCS). The Foxboro DCS monitors and controls the screenings, grit removal, and primary clarification processes. Rotork Pakscan Controllers directly monitor and control process Motor Operated Valves (MOVs) over a serial communications network via Modbus protocol and are integrated via serial communications to the Foxboro DCS for FWH remote monitoring and control functions. The Foxboro DCS communication network (connecting the Headworks Building DCS hardware to the existing FWH Operations Center and FWH DCS workstations located throughout the FWH facility) consists of a multimode type fiber optic Foxboro DCS mesh data network with (DCS dedicated) Ethernet Edge and Root type network data switches. The County recently installed single-mode type fiber optic cabling to replace the existing multimode type fiber optic cabling between the DCS Ethernet network data switches. This project will require replacement of the DCS with a ControlLogix PLC system including necessary control cabinets, workstations, and integration with the existing Rotork Pakscan MOV control system. The FWH Headworks DCS replacement PLC system will comply with P&IDs, control narratives, and GCDWR Integration Standards and seamlessly integrate with the existing Rotork Pakscan MOV control system. Data communications for monitoring and control of Headworks Process Area PLC shall be established over the new fiber-optic cabling data network to a new Schneider Electric Wonderware (System Platform-based) SCADA host computer system located in FWH s Operations Center and new Wonderware-based remote HMI workstations. Control System Integration engineering services to implement the above references scope of supply to include but not limited to the following services: Verification / coordination of the design elements with GCDWR and GCDWR s design engineer(s) Conduct Field Investigation services Conduct the preliminary and final control system integration design services Provide engineering, installation and integration services Include implementation of segmentation with SCADA networks (Business / SCADA / Process), implementing Firewalls as required for segmented network Include I/O Checks form field to termination cabinet to PLC Implement DMZ zone and reconfiguration of Rotork Pakscan with upgrades implementing smaller sized loops for easier trouble shooting PLC Network must remain independent from existing Foxboro network and both systems must run in parallel until final commission Include Factory Acceptance Testing (FAT) and Site Acceptance Testing (SAT) including Functional test

13 RP Page 13 and operational test Provide commissioning, start-up, and training services 3. F. Wayne Hill Water Reclamation Facility (FWH) - Phased Foxboro DCS Conversion to PLC Overall automation and control of FWH wastewater treatment processes is provided by an existing Foxboro DCS. The FWH Foxboro DCS is integrated with multiple Rockwell Automation / Allen Bradley PLCs located throughout the facility, Rotork Pakscan Controllers, and other ancillary FWH systems such as HACH WIMS. The Foxboro DCS communication network between Foxboro DCS hardware located within various FWH process areas to the FWH Operations Center and DCS workstations located throughout the FWH facility) consists of both single-mode (recently installed by the County) and multimode type fiber optic Foxboro DCS mesh data network with (DCS dedicated) Ethernet Edge and Root type network data switches. Existing PLC to DCS communications is local within each FWH process area and no FWH facility-wide PLC data network exists. This project will require replacement of the remaining Foxboro DCS process hardware located within various FWH process areas with Rockwell Automation / Allen-Bradley ControlLogix PLC s deploying process control strategies provided to the Control System Integrator by GCDWR s design engineers in a fashion analogous to scope of supply described for the North Chemical Building and Headworks area projects. All remaining FWH PLCs will be upgraded to Rockwell Automation / Allen-Bradley ControlLogix PLC platform with seamless integration to existing Rotork Pakscan MOV controllers. The new FWH PLCbased process control system will be integrated with a new Schneider Electric Wonderware (System Platform) SCADA system incorporating similar DCS redundancy functionality and latest control, monitoring, alarming and historian data collection capabilities in compliance and conformance with GCDWR s HMI Standards and process control specifications. The phased implementation for project execution will be detailed and include both testing and commissioning schedules and suggested procedures for Maintenance of Plant Operations. Control System Integration engineering services to implement the above references scope of supply to include but not limited to the following services: Verification / coordination of the design elements with GCDWR and GCDWR s design engineer(s) Conduct Field Investigation services Conduct the preliminary and final control system integration design services Provide engineering, installation and integration services Include implementation of segmentation with SCADA networks (Business / SCADA / Process), implementing Firewalls as required for segmented network Include I/O Checks form field to termination cabinet to PLC Implement DMZ zone and reconfiguration of Rotork Pakscan with upgrades implementing smaller sized loops for easier trouble shooting PLC Network must remain independent from existing Foxboro network and both systems must run in parallel until final commission Include Factory Acceptance Testing (FAT) and Site Acceptance Testing (SAT) including Functional test and operational test Provide commissioning, start-up, and training services Tab E Organizational Management Describe how the Firm will manage the Control Systems Integration services contract. Describe how the Firm will select the team members for different types of task order assignments, as well as how to coordinate the design team and how the design team will work and interact with GCDWR. Specifically address issues such as schedule management, cost control, scope management and communications. Describe the Firm s in-house procedures for ensuring the quality, accuracy and integrity of its work. Provide clarity on Quality Assurance

14 RP Page 14 versus Quality Control. Describe the equipment, software, tools and technology, if any, that would be used or proposed for use on these integration services and indicate how these add value to GCDWR. Tab F Resumes of Individuals Provide two (2) page maximum resumes of the Client Services Manager, Services Coordinator/Contract Manager, Project Managers, Subject Matter Experts and other key personnel, describing their qualifications and experience. The resumes should include education, registrations/certifications, professional affiliations, and the time of employment. Resumes should also include the address of the office where the individual is based, as well as a photo of the individual. Separate Envelope Proposal Fee Schedule Complete Attachment 1 Proposal Fee Schedule and enclose it in a separate and distinct envelope. One (1) unbound original and Five (5) exact bound copies should be submitted. The Control System Integration Firm shall be compensated on a direct reimbursement basis for certain workrelated expenditures not covered by fees for system integrator services defined here, provided such expenditures are reasonable and approved in advance by the County. To be compensated, the Control System Integration Firm shall maintain accurate records and submit said records with their invoices. Reimbursable expenses typically are not considered the cost of doing day-to-day business and may include: Expenses for out-of-town travel such as lodging, food, rental car, vehicle mileage, airline ticket. These expenses shall be in line with the General Services Administration (GSA) per diem rates. Items not listed shall be reviewed on a case-by-case basis and shall require approval in advance by the County. In no case shall the maximum rate of compensation exceed two hundred forty dollars ($240) per hour. Anyone with more than two hundred forty dollars ($240) per hour billing rate must be pre-approved by the County. Reimbursable expenses shall be identified on a direct cost basis with no mark-ups allowed for the Firm. VI. Proposal Evaluation Criteria The proposals will be reviewed by a selection team composed of County personnel. During the first phase of the evaluation, the Selection Team will have access to all proposal materials except the separately sealed envelope with hourly rates. Table 1 is a list of the criteria that will be used in the evaluation of the proposals and their relative weights shown as point values (Maximum total = 100 not including the optional presentation). The selection team will use these criteria to select the Firm. Table 1 Criteria Tabs Points Phase I 1. Firm s identification and qualification A Firm s experience on similar types of potential projects B Availability, experience, location and qualification of key staff C, F Demonstration of potential project understanding and D 20 technical approach 5. Project execution and organizational management E 10 Sub-Total 80 Phase II 6. Proposal Fee Schedule 20 Separate Envelope Total 100 Optional Interview/Presentation 20

15 RP Page 15 Basis of Short-Listing / Selection GCDWR will select the highest scoring firms that best demonstrate that they would add the most value toward achieving the key objectives for implementing and providing professional services for the Control Systems Integration services annual contract. Gwinnett County s selection teams will review proposals using a three-part process as follows: Part I Initially, proposals will be evaluated based on their relative responsiveness to the criteria described in Tabs A-H and will be scored based on the point values as shown on Table 1 for items 1 through 5. Part II Firms may be short-listed for further consideration. The Proposal Fee Schedules of the short-listed firms from Part I will be opened, evaluated, and scored Part III At GCDWR s discretion or as deemed in GCDWR s best interest, firms may be short-listed a second time for an interview. At this time, GCDWR may request further information, explanations, clarifications, presentations, interviews and/or meetings with some or all of the remaining firms. If interviews are necessary for selection, evaluation will be performed using a 0-20 point scoring system.

16 RP Page 16 FAILURE TO RETURN THIS PAGE AS YOUR FEE SCHEDULE MAY RESULT IN REJECTION. ATTACHMENT 1 CONTROL SYSTEM INTEGRATOR SERVICES FEE SCHEDULE Item # 1A 1B 1C 2A 2B 2C 3A 3B 3C 4A 4B 4C 5A 5B 5C Rate Description Senior Design Engineer Proposed Office Rate ** Senior Design Engineer Proposed Field Rate Lead Consultant Audited Overhead Rate (*Total Indirect Cost/Direct Cost) PLC Programmer Proposed Office Rate ** PLC Programmer Proposed Field Rate PLC Programmer Audited Overhead Rate (*Total Indirect Cost/Direct Cost) HMI Programmer Proposed Office Rate ** HMI Programmer Proposed Field Rate HMI Programmer Audited Overhead Rate (*Total Indirect Cost/Direct Cost) Field Service Technician Proposed Office Rate ** Field Service Technician Proposed Field Rate Field Service Technician Audited Overhead Rate (*Total Indirect Cost/Direct Cost) Training Service Technician Proposed Office Rate ** Training Service Technician Proposed Field Rate Training Service Technician Audited Overhead Rate (*Total Indirect Cost/Direct Cost) Proposed Hourly Rate *Total Indirect Costs include fringe benefits and general overhead ** Proposed Field Rates mean the person will have more than one year full time located at the job site with the office supplies, office space, phone, desk, utilities provided by the County Firm Name

17 RP Page 17 FAILURE TO RETURN THIS PAGE AS YOUR FEE SCHEDULE MAY RESULT IN REJECTION. FIRM INFORMATION Unless otherwise noted, quoted prices will remain firm for four (4) additional one (1) year periods. If a percentage decrease will be a part of this quote, please note this in the space provided together with an explanation. 1 st renewal 2 nd Renewal 3 rd renewal 4 th Renewal If a percentage increase will be a part of this quote, please note this in the space provided together with an explanation. 1 st renewal 2 nd Renewal 3 rd renewal 4 th Renewal Certification of Non-Collusion in Quote Preparation Signature Date In compliance with the attached specifications, the undersigned offers and agrees, within ninety (90) days of the date of quote opening, to furnish any or all of the items upon which prices are quoted, at the price set opposite each item, delivered to the designated point(s) within the time specified in the quote schedule. By submission of this quote, I understand that Gwinnett County uses Electronic Payments for remittance of goods and services. Vendors should select their preferred method of electronic payment upon notice of award. For more information on electronic payments, please refer to the Electronic Payment information in the instructions to bidders. Legal Business Name Federal Tax ID Complete Address Does your company currently have a location within Gwinnett County? Yes No Representative Signature Printed Name Telephone Number Address

18 RP Page 18 Gwinnett County, Georgia BID BOND KNOW ALL MEN BY THESE PRESENTS: that (Name of Contractor) (Address of Contractor) a (Corporation, Partnership or Individual) hereinafter called Principal, and (Name of Surety) (Address of Surety) a Corporation of the State of, and a surety authorized by law to do business in the State of Georgia, hereinafter called Surety, are held and firmly bound unto Gwinnett County Board of Commissioners (Name of Obligee) 75 Langley Drive, Lawrenceville, Georgia (Address of Obligee) Thereinafter referred to as Obligee: in the penal sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. WHEREAS, the Principal is about to submit, or has submitted, to Gwinnett County, Georgia, a proposal for furnishing materials, labor, and equipment for: WHEREAS, the Principal desires to file this Bond in accordance with law in lieu of a certified Bidder's check otherwise required to accompany this Proposal. NOW, THEREFORE, the conditions of this obligation are such that if the proposal be accepted, the Principal shall within ten days after receipt of notification of the acceptance, execute a Contract in accordance with the Proposal and upon the terms, conditions, and prices set forth in the form and manner required by Gwinnett County, Georgia, and execute a sufficient and satisfactory Performance Bond and Payment Bond payable to Gwinnett County, Georgia, each in the amount of 100% of the total Contract Price, in form and with security satisfactory to said Gwinnett County, Georgia, and otherwise, to be and remain in full force and virtue in law, and the Surety shall, upon failure of the Principal to comply with any or all of the foregoing requirements within the time specified above, immediately pay to Gwinnett County, Georgia, upon demand, the amount hereof in good and lawful money of the United States of America, not as a penalty, but as liquidated damages.

19 RP Page 19 Gwinnett County, Georgia PROVIDED, FURTHER, that Principal and Surety agree and represent that this bond is executed pursuant to and in accordance with the applicable provisions of the Official Code of Georgia Annotated, as Amended, including, but not limited to, O.C.G.A et seq., and is intended to be and shall be constructed as a bond in compliance with the requirements thereof. Signed, sealed and dated this day of, A.D., 20. ATTEST: (Principal) (Principal Secretary) (SEAL) By: (Address) (Witness as to Principal) (Address) (Surety) ATTEST: By: (Attorney-in-Fact) Resident or Nonresident Agent (SEAL) (Address) (Witness as to Surety) (Address) NOTE: If Contractor is Partnership, all partners should execute Bond. Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located.

20 RP Page 20 KNOW ALL MEN BY THESE PRESENTS: that PAYMENT BOND BOND # (Name of Contractor) (Address of Contractor) a (Corporation, Partnership or Individual) hereinafter called Principal, and (Name of Surety) (Address of Surety) a Corporation of the State of, and a surety authorized by law to do business in the State of Georgia, hereinafter called Surety, are held and firmly bound unto Gwinnett County Board of Commissioners (Name of Obligee) 75 Langley Drive, Lawrenceville, Georgia (Address of Obligee) hereinafter called Obligee; for the use and protection of all subcontractors and all persons supplying labor, services, skill, tools, machinery, materials and/or equipment in the prosecution of the work provided for in the contract hereinafter referred to in the full and just sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum, will and truly to be made, the Principal and Surety bind themselves, their, and each of their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. The condition of this obligation is such, as whereas the Principal entered into a certain contract, hereto attached, with the Obligee. NOW, THEREFORE THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal shall well, truly, and faithfully perform said Contract according to its terms, covenants, and conditions, and shall promptly pay all persons furnishing labor, materials services, skill, tools, machinery and/or equipment for use in the performance of said Contract, then this obligation shall be void; otherwise it shall remain in full force and effect. ALL persons who have furnished labor, materials, services, skill, tools, machinery and/or equipment for use in the performance of said Contract shall have a direct right of action on this Bond, provided payment has not been made in full within ninety (90) days after the last day on which labor was performed, materials, services, skill, tools, machinery, and equipment furnished or the subcontract completed. PROVIDED FURTHER, that said Surety to this Bond, for value received, hereby stipulates and agrees that no change, extension of time, alterations, or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alterations, or additions to the terms of the Contract or to the work to be performed thereunder.

21 RP Page 21 PROVIDED, HOWEVER, that no suit or action shall be commenced hereunder by any person furnishing labor, materials, services, skill, tools, machinery, and/or equipment having a direct contractual relationship with a subcontractor, but no contractual relationship express or implied with the Principal: Unless such person shall have given notice to the Principal within ninety (90) days after such person did, or performed the last of the work or labor, or furnished the last of the materials, services, skill, tools, machinery and/or equipment for which claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials, services, skill, tools, machinery and/or equipment were furnished, or for whom the work or labor was done or performed. Such a notice shall be served by mailing the same by registered mail, postage prepaid, in an envelope addressed to the Principal, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the State in which the aforesaid project is located, save that such service need not be made by a public officer, and a copy of such notice shall be delivered to the Obligee, to the person and at the address provided for in the Contract, within five (5) days of the mailing of the notice to the Principal. PROVIDED, FURTHER, that any suit under this bond must be instituted before the expiration of one (1) year after the acceptance of the public works covered by the Contract by the proper authorities. PROVIDED, FURTHER, that Principal and Surety agree and represent that this bond is executed pursuant to and in accordance with the applicable provisions of the Official Code of Georgia Annotated, as Amended, including, but not limited to, O.C.G.A et seq., and is intended to be and shall be construed as a bond in compliance with the requirements thereof. [Signatures Next Page]

22 RP Page 22 ATTEST: (Principal) (Principal Secretary) (SEAL) By: (Address) (Witness as to Principal) (Address) ATTEST: By: (Surety) (Attorney-in-Fact) Resident or Nonresident Agent (SEAL) (Witness as to Surety) (Address) (Address) BONDING AGENT CONTACT INFO Print Name Company Name Phone NOTE: If Contractor is Partnership, all partners should execute Bond. Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located.

23 RP Page 23 KNOW ALL MEN BY THESE PRESENTS: that PERFORMANCE BOND BOND # (Name of Contractor) (Address of Contractor) a (Corporation, Partnership or Individual) hereinafter called Principal, and (Name of Surety) (Address of Surety) a Corporation of the State of, and a surety authorized by law to do business in the State of Georgia, hereinafter called Surety, are held and firmly bound unto Gwinnett County Board of Commissioners (Name of Obligee) 75 Langley Drive, Lawrenceville, Georgia (Address of Obligee) hereinafter referred to as Obligee, are held and firmly bound unto said Obligee and all persons doing work or furnishing skill, tools, machinery, supplies, or material under or for the purpose of the Contract hereinafter referred to, in the penal sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. The condition of this obligation is such, as whereas the Principal entered into a certain contract, hereto attached, with the Obligee. NOW, THEREFORE THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal shall well, truly, fully and faithfully perform said contract according to its terms, covenants, conditions, and agreements of said contract during the original term of said contract and any extensions thereof that may be granted by the Obligee, with or without notice to the Surety, and during the life of any guaranty required under the contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreement of any and all duly authorized modifications of said contract that may hereafter be made, then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED SAMPLE FURTHER, that said Surety to this Bond, for value received, hereby stipulates and agrees that no change, extension of time, alterations, or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alterations, or additions to the terms of the Contract or to the work to be performed thereunder. PROVIDED, FURTHER, that Principal and Surety agree and represent that this bond is executed pursuant to and in accordance with the applicable provisions of the Official Code of Georgia Annotated, as Amended, including, but not limited to, O.C.G.A et seq., and is intended to be and shall be construed as a bond in compliance with the requirements thereof. (Signatures Next Page)

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

If you have any questions, please call me at (804) or me at

If you have any questions, please call me at (804) or  me at Customer: Prince William County Service Authority Project Title: Distribution and Collection SCADA Replacement Project To: Antonella Reed, Prince William County Service Authority CC: Purchasing Group,

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

June 6, 2016 RP ADDENDUM #3

June 6, 2016 RP ADDENDUM #3 Addendum #1 Page 1 June 6, 2016 RP016-16 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

More information

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. March 29, 2017 REQUEST FOR PROPOSAL RP011-17 The Gwinnett County Board of Commissioners is soliciting competitive sealed proposals from qualified contractors to provide On-Call Water and Wastewater Facility

More information

COUNTY OF ROCKLAND Department of General Services Purchasing Division

COUNTY OF ROCKLAND Department of General Services Purchasing Division COUNTY OF ROCKLAND Department of General Services Purchasing Division Title: Contract Period: TELEMETRY SYSTEM-PREVENTIVE MAINTENANCE AND EMERGENCY SERVICES November 19, 2015 through November 18, 2016

More information

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

Invitation To Bid. for

Invitation To Bid. for Charter Township of Canton Invitation To Bid for COLOR COPIER Contact: Michael Siegrist Phone: 734 394-5120 E-mail: michael.siegrist@canton-mi.org Date Issued: 10/4/2018 Due Date & Time: 3:00 p.m., Thursday,

More information

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S.

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S. SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO. 1 5661 S. Ironwood Drive Apache Junction Arizona 85120 Phone (480) 941-6754 Fax (480) 671-3180 www.smcfd.org BID PACKAGE PROJECT 18.C.18 Issue Date:

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

REQEST F0R PROPOSALS

REQEST F0R PROPOSALS REQEST F0R PROPOSALS NOTICE IS HERE BY GIVEN that proposals will be received by the Board of Commissioners of the City of Union City, County of Hudson, State of New Jersey on November 8, 2017 at 11:00

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

Request for Risk Management and Insurance Broker Services

Request for Risk Management and Insurance Broker Services TO: Prospective Vendors DATE: 08/01/ SUBJECT: Services Request for Proposal for Risk Management and Insurance Brokerage You are invited to submit Proposals for Risk Management and Insurance Brokerage Services

More information

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) E-RATE YEAR 15 (2012/2013) RFP 6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) Anderson Union School District Anderson Union High School District (AUHSD) is seeking proposals for the upcoming Year

More information

RFP-#07-01 REQUEST FOR PROPOSALS Governmental Procurement Cards ATHENS COUNTY, OHIO BOARD OF COMMISSIONERS

RFP-#07-01 REQUEST FOR PROPOSALS Governmental Procurement Cards ATHENS COUNTY, OHIO BOARD OF COMMISSIONERS BACKGROUND RFP-#07-01 REQUEST FOR PROPOSALS Governmental Procurement Cards ATHENS COUNTY, OHIO BOARD OF COMMISSIONERS Pursuit to the Ohio Revised Code Section 301.29, effective 2-12-04, and the Athens

More information

N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP)

N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP) N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP) EXHIBIT A - MEMORANDUM OF NOTIFICATION TO POTENTIAL BIDDERS [NAME OF GOVERNMENT LETTERHEAD] DATE: TO: FROM: SUBJECT: [DATE] Invited Parties [NAME OF

More information

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES I. PROJECT DESCRIPTION Town of Pembroke Park, Florida ( Town ) is soliciting proposals from interested accounting

More information

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. RP028-17 Page 1 November 8, 2017 REQUEST FOR PROPOSAL: RP028-17 The Gwinnett County Board of Commissioners is soliciting competitive sealed proposals from qualified firms for the Lease, Development, Operation

More information

PART V PROPOSAL REQUIREMENTS

PART V PROPOSAL REQUIREMENTS PART V PROPOSAL REQUIREMENTS SECTION TITLE K L M Proposal Content Cost Information Submission of Proposal 39 SECTION K PROPOSAL CONTENT K.1 GENERAL REQUIREMENTS A. The requirements included in this Section

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS BOARD OF COMMISSIONERS PORT OF NEW ORLEANS Board of Commissioners of the Port of New Orleans REQUEST FOR PROPOSALS FIELD CAMERAS ASSESSMENT June 7, 2017 Deadline for proposals is no later than Wednesday,

More information

MACON-BIBB COUNTY, GEORGIA

MACON-BIBB COUNTY, GEORGIA MACON-BIBB COUNTY, GEORGIA Request for Professional Services (RPS) FOR Consultant to perform Disparity Needs Assessment 14-018-ND MACON-BIBB COUNTY ISSUE DATE: MAY 02, 2014 MBE/WBE/DBE Participation: Minority,

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

Request for Proposal (RFP) For Jail Security System Control Upgrade

Request for Proposal (RFP) For Jail Security System Control Upgrade Request for Proposal (RFP) For Jail Security System Control Upgrade Posting Date: June 10, 2013 Response Deadline: June 26, 2013 4:00 p.m. Central Daylight Time (CDT) To: Robert Majewski Marinette County

More information

WEST VALLEY SANITATION DISTRICT

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

More information

CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS (RFP) WIRELESS NETWORK

CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS (RFP) WIRELESS NETWORK CITY OF BIRMINGHAM 151 MARTIN STREET, BIRMINGHAM, MICHIGAN 48009 POST OFFICE BOX 3001, BIRMINGHAM, MICHIGAN 48012 Phone (248) 644-1800/ Fax (248) 644-5614 CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS

More information

TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL FILE # F Information Technology Strategic Plan

TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL FILE # F Information Technology Strategic Plan TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL FILE # F18-047891 Information Technology Strategic Plan Carolyn Tripp January, 2015 Chief Administrative Officer The Corporation of the Town

More information

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR Scott A. Smith Finance Director sasmith@somersworth.com (603) 692-9504 One Government Way Somersworth, New Hampshire 03878 (603) 692-4262 www.somersworth.com City of Somersworth, New Hampshire OFFICE OF

More information

Request For Proposal (RFP) for

Request For Proposal (RFP) for Charter Township of Canton Request For Proposal (RFP) for DIGITAL MEDIA AND AUDIO VISUAL SERVICES Contact: Dave Harris Phone: 734 394-5274 E-mail: dave.harris@canton-mi.org Date Issued: 5/24/2018 Due Date

More information

REQUEST FOR PROPOSALS FOR IT Services Eng & Maintenance Services

REQUEST FOR PROPOSALS FOR IT Services Eng & Maintenance Services REQUEST FOR PROPOSALS FOR IT Services Eng & Maintenance Services You are hereby invited to submit proposals for IT Services, as specified in the attachments of this Request for Proposal. The information

More information

CITY OF PETALUMA REQUEST FOR PROPOSALS

CITY OF PETALUMA REQUEST FOR PROPOSALS CITY OF PETALUMA S 1) OVERHEAD COST ALLOCATION PLAN AND OMB CIRCULAR A-87 PLAN 2) USER FEE STUDY 3) CIP ADMINISTRATIVE RATE AND WORK ORDER RATE ANALYSIS 4) PREPARATION OF HOURLY OVERHEAD RATES 5) INTERNAL

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

NETWORK UPGRADE BID: # BOE

NETWORK UPGRADE BID: # BOE SPECIFICATIONS AND BID FORMS FOR BID: #12-016- BOE Due on or before 11:00 A.M. ON MONDAY, JUNE 4, 2012 at the: OFFICE OF THE PURCHASING COORDINATOR CENTRAL OFFICE WESTON BOARD OF EDUCATION 24 SCHOOL ROAD

More information

Consulting Services - Cable Television System Franchise Renewal CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632

Consulting Services - Cable Television System Franchise Renewal CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632 REQUEST FOR PROPOSAL Consulting Services - Cable Television System Franchise Renewal ISSUE DATE: October 1, 2014 CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632 CLOSING

More information

Request for Proposal. Chatham County Fiber Project

Request for Proposal. Chatham County Fiber Project Request for Proposal Chatham County Fiber Project RFP sent to vendors... Date: 02/27/14 Mandatory Pre-Proposal Meeting.. Date: 03/13/14 2:00 PM Deadline for written questions to the County Date 03/20/14

More information

PART V PROPOSAL REQUIREMENTS

PART V PROPOSAL REQUIREMENTS PART V PROPOSAL REQUIREMENTS SECTION TITLE K L M Proposal Content Cost Information Submission of Proposal 38 SECTION K PROPOSAL CONTENT K.1 GENERAL REQUIREMENTS A. The requirements included in this Section

More information

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES The intent of this Request for Qualifications (RFQ) is to solicit responses from Energy Service

More information

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

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

More information

REQUEST FOR PROPOSAL (RFP) Montrose County Fairgrounds EVENT CENTER MARKETING Date Issued: Wednesday, October 25 th, 2017

REQUEST FOR PROPOSAL (RFP) Montrose County Fairgrounds EVENT CENTER MARKETING Date Issued: Wednesday, October 25 th, 2017 REQUEST FOR PROPOSAL (RFP) Montrose County Fairgrounds EVENT CENTER MARKETING Date Issued: Wednesday, October 25 th, 2017 I. SUMMARY Montrose County is seeking proposals from qualified firms for Marketing

More information

ADVERTISEMENT REQUEST FOR PROPOSALS FOR PILOT PROGRAM of ADVANCED METERING INFRASTRUCTURE PILOT SYSTEM (AMI) FOR THE CITY OF GRAND ISLAND, NEBRASKA

ADVERTISEMENT REQUEST FOR PROPOSALS FOR PILOT PROGRAM of ADVANCED METERING INFRASTRUCTURE PILOT SYSTEM (AMI) FOR THE CITY OF GRAND ISLAND, NEBRASKA ADVERTISEMENT REQUEST FOR PROPOSALS FOR PILOT PROGRAM of ADVANCED METERING INFRASTRUCTURE PILOT SYSTEM (AMI) FOR THE CITY OF GRAND ISLAND, NEBRASKA Sealed proposals will be received by the City Clerk s

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS REGARDING: Audio Visual Maintenance and Support City Towers PROPOSALS DUE: June 11, 2015 NO LATER THAN 4:00 P.M. PACIFIC TIME 1 rev

More information

REQUEST FOR PROPOSAL. Professional Services for Insurance Management. REQUEST FOR PROPOSAL DATE: April 1, 2014

REQUEST FOR PROPOSAL. Professional Services for Insurance Management. REQUEST FOR PROPOSAL DATE: April 1, 2014 REQUEST FOR PROPOSAL Professional Services for Insurance Management REQUEST FOR PROPOSAL DATE: April 1, 2014 PROPOSALS DUE NLT: 3:00 pm, April 25, 2014 RFP # 1401048050A RFP# 1401048050A Insurance Management

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Prison Management Software Board of Commissioners CARROLL COUNTY, GEORGIA Carroll County, Georgia Request for Proposals Prison Management Software The Carroll County Board of Commissioners

More information

WILLIAMS COUNTY HIGHWAY COMPLEX REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT-RISK. January 2nd, PO Box E.

WILLIAMS COUNTY HIGHWAY COMPLEX REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT-RISK. January 2nd, PO Box E. WILLIAMS COUNTY HIGHWAY COMPLEX REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT-RISK January 2nd, 2014 PO Box 2047 205 E. Broadway Williston, ND 58802 1 TABLE OF CONTENTS INSTRUCTIONS TO RESPONDENTS

More information

RSU # 78 RFP # 1 BASELINE ASSESSMENT OF FACILITY

RSU # 78 RFP # 1 BASELINE ASSESSMENT OF FACILITY RSU # 78 RFP # 1 BASELINE ASSESSMENT OF FACILITY RFP Coordinator: Brian Foster, Superintendent Tel: (207) 864-3312 e-mail: bfoster@rangeleyschool.org Fax: _(207) 864-2451 From the time this RFP is issued

More information

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP

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

More information

Proposals are legal and binding upon the bidder when submitted. One unbound original and six (6) copies should be submitted.

Proposals are legal and binding upon the bidder when submitted. One unbound original and six (6) copies should be submitted. July 31, 2018 REQUEST FOR PROPOSAL RP018-18 The Gwinnett County Board of Commissioners is soliciting competitive sealed proposals from qualified service providers for the Landfill Disposal of Bio-Solids

More information

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520) REQUEST FOR PROPOSALS Energy Performance Contracting Services INTRODUCTION The City of Coolidge will accept competitive sealed proposals for energy performance contracting services at the address or physical

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

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

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

More information

Bulloch County Board of Commissioners 115 N Main Street Statesboro, GA NOTICE OF SOLICITATION INVITATION TO BID

Bulloch County Board of Commissioners 115 N Main Street Statesboro, GA NOTICE OF SOLICITATION INVITATION TO BID Bulloch County Board of Commissioners 115 N Main Street Statesboro, GA 20458 NOTICE OF SOLICITATION INVITATION TO BID The Bulloch County Board of Commissioners (herein after referred to as Bulloch County

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

CANTON COMMUNITY REQUEST FOR BOARD ACTION. MEETING DATE: August 11, 2015

CANTON COMMUNITY REQUEST FOR BOARD ACTION. MEETING DATE: August 11, 2015 CANTON COMMUNITY REQUEST FOR BOARD ACTION MEETING DATE: August 11, 2015 AGENDA ITEM # G7 ITEM: Consider Award of a Purchase Order Contract for Audio Visual Equipment Replacement in the Public Works Training

More information

Request for Proposal

Request for Proposal Request for Proposal RFP No. 2017 11 001 Consulting Services for Emergency Operations Response Plans Issue Date Monday, November 20, 2017 ISSUED BY OFFICE OF PROCUREMENT RICE UNIVERSITY 6100 MAIN ST.,

More information

Procurement of Licences of Business Objects BI Platform

Procurement of Licences of Business Objects BI Platform RESERVE BANK OF INDIA Request For Proposal (RFP) For Procurement of Licences of Business Objects BI Platform Date of Issue: January 25, 2016 Department of Statistics and Information Management Reserve

More information

Request for Qualifications Firms Interested in Constructing or Providing Outside Plant Fiber to Connect Utility Substations

Request for Qualifications Firms Interested in Constructing or Providing Outside Plant Fiber to Connect Utility Substations Request for Qualifications Firms Interested in Constructing or Providing Outside Plant Fiber to Connect Utility Substations Responses are due by February 6, 2009, 4:00 PM Overview: The Johnson City Power

More information

KENTUCKY DEPARTMENT OF EDUCATION

KENTUCKY DEPARTMENT OF EDUCATION 702 KAR 4:160 KENTUCKY DEPARTMENT OF EDUCATION REQUEST FOR PROPOSALS for Guaranteed Energy Savings Contracts School District Name: School District Address: Project: RFP Date: McCreary County Schools 120

More information

Florida Department of Children and Families

Florida Department of Children and Families 2. Provide support to the ACCESS Florida System Replacement Project where necessary and as directed throughout the duration of the contract. This Statement of Purpose provides only a summary of the Department

More information

Request for Proposal

Request for Proposal Central Whidbey Island Fire & Rescue 1164 Race Road Coupeville, WA 98239 Professionalism Integrity Compassion Excellence (360) 678-3602 www.cwfire.org Request for Proposal Fire Station Planning and Design

More information

Union County. Request for Proposals # Employee Survey Services

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

More information

REQUEST FOR PROPOSALS For. Guaranteed Energy Savings Contract

REQUEST FOR PROPOSALS For. Guaranteed Energy Savings Contract 702 KAR 4:160 REQUEST FOR PROPOSALS For Guaranteed Energy Savings Contracts School District Name: Garrard County Schools School District Address: 322 West Maple Avenue, Lancaster, KY 40444 Project: Guaranteed

More information

Central Pierce Fire & Rescue Request for Proposal Asset Financing

Central Pierce Fire & Rescue Request for Proposal Asset Financing Central Pierce Fire & Rescue Request for Proposal Asset Financing Pierce County Fire Protection District #6 (Central Pierce Fire & Rescue) is accepting SEALED PROPOSALS from qualified providers of financing

More information

SECTION NOTICE TO BIDDERS

SECTION NOTICE TO BIDDERS SECTION 00 0030 NOTICE TO BIDDERS MAQUOKETA COMMUNITY SCHOOL AG LEARNING CENTER MAQUOKETA, IA NOTICE IS HEREBY GIVEN: Sealed bids for a Lump Sum Bid under a Single Construction Contract for the Maquoketa

More information

Town of Holly Springs

Town of Holly Springs Meeting Date: March 20, 2018 Town of Holly Springs Town Council Meeting Agenda Form Town Clerk s Office Use: Agenda Item #: 8h Attachment #: 3h Agenda Placement: Consent Agenda (Special Recognitions (awards,

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

INVITATION TO BID JAIL SECURITY SYSTEMS UPGRADE

INVITATION TO BID JAIL SECURITY SYSTEMS UPGRADE INVITATION TO BID 19-5120-02 JAIL SECURITY SYSTEMS UPGRADE INTENT: It is the intent of this Invitation to Bid (ITB) to establishing pricing for the installation of a jail security system upgrade for the

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

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL CITY OF GAINESVILLE REQUEST FOR PROPOSAL PROPOSAL No. 18024 Cameras-Lakeside Plant (Per Attached Specifications) Proposal Release: March 9, 2018 Proposal Questions Deadline: Proposal Due Date: March 23,

More information

CHARLESTON COUNTY PARK AND RECREATION COMMISSION

CHARLESTON COUNTY PARK AND RECREATION COMMISSION CHARLESTON COUNTY PARK AND RECREATION COMMISSION REQUEST FOR PROPOSAL HOLIDAY FESTIVAL OF LIGHTS ORNAMENTS 2015-20 MARCH 25, 2015 1 RFP2015-020 Request for Proposal 2015-020 Holiday Festival of Lights

More information

REQUEST FOR PROPOSAL. UPS Maintenance

REQUEST FOR PROPOSAL. UPS Maintenance REQUEST FOR PROPOSAL UPS Maintenance DATE: February 7, 2008 QUESTIONS DUE BY: February 19, 2008 DUE DATE and BID OPENING: February 26, 2008 TIME OF BID OPENING: 2:00 P.M. EST LOCATION OF BID OPENING: 103

More information

TOWN OF MOUNTAIN VILLAGE COLORADO CABLE AND BROADBAND DEPARTMENT INVITATION FOR BID Equipment Procurement for FTTP Project

TOWN OF MOUNTAIN VILLAGE COLORADO CABLE AND BROADBAND DEPARTMENT INVITATION FOR BID Equipment Procurement for FTTP Project TOWN OF MOUNTAIN VILLAGE COLORADO CABLE AND BROADBAND DEPARTMENT INVITATION FOR BID Equipment Procurement for FTTP Project IMPORTANT DATES: Date Issued: January 25,2019 Questions Deadline: February 8,

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

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

More information

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

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 REQUEST FOR PROPOSAL (RFP) 2018-08 VIRTUAL PRIVATE NETWORK (VPN) MANAGEMEENT DATE ISSUED: Monday, April 2, 2018 TYPE OF

More information

Ohio Public Employees Retirement System. Request for Proposal

Ohio Public Employees Retirement System. Request for Proposal Ohio Public Employees Retirement System For: SharePoint Upgrade Date: September 9, 2016 Project Name: SharePoint 2007 Upgrade 277 East Town Street Columbus, Ohio 43215 1-800-222-PERS (7377) www.opers.org

More information

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

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

More information

TOWN OF OYSTER BAY DEPARTMENT OF GENERAL SERVICES NASSAU COUNTY, NEW YORK REQUEST FOR PROPOSAL (RFP) FOR

TOWN OF OYSTER BAY DEPARTMENT OF GENERAL SERVICES NASSAU COUNTY, NEW YORK REQUEST FOR PROPOSAL (RFP) FOR TOWN OF OYSTER BAY DEPARTMENT OF GENERAL SERVICES NASSAU COUNTY, NEW YORK REQUEST FOR PROPOSAL (RFP) FOR ONLINE AUCTION SERVICES FOR SURPLUS TOWN PROPERTY SOLICITATION NO. 001-2019 _ ISSUANCE DATE: JANUARY

More information

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by THE COMMUNITY AND ECONOMIC DEVELOPMENT ASSOCIATION OF COOK COUNTY, INC. Invitation for Bid Specification For Motor Vehicle Storage For CEDA Weatherization Bid Submitted by Bidder: Phone No. Address: Contact

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 PROPOSALS SECURITY SYSTEMS INTEGRATOR ACCESS CONTROL

REQUEST FOR PROPOSALS SECURITY SYSTEMS INTEGRATOR ACCESS CONTROL REQUEST FOR PROPOSALS March 17, 2017 SECURITY SYSTEMS INTEGRATOR ACCESS CONTROL MANDATORY PRE PROPOSAL CONFERENCE 3:00 PM, Monday, April 17, 2017 PROPOSAL SUBMISSION DEADLINE 3:00 PM, Monday, May 8, 2017

More information

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis Request Proposals ( RFP ) 2018-01 On An As Needed Basis City of Coachella Engineering Division 1515 Sixth Street Coachella, Calinia 92236 Deadline Submissions: November 1, 2017 by 3:00 p.m. Request Proposals

More information

Request for Proposal General Ledger Software

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

More information

INVITATION TO BID (ITB) MONTROSE SHERIFF S OFFICE JAIL DIVISION INMATE COMMISSARY SERVICE

INVITATION TO BID (ITB) MONTROSE SHERIFF S OFFICE JAIL DIVISION INMATE COMMISSARY SERVICE INVITATION TO BID (ITB) MONTROSE SHERIFF S OFFICE JAIL DIVISION INMATE COMMISSARY SERVICE Montrose County, Colorado is seeking sealed bids from qualified firms experienced in and capable of providing and

More information

PART V PROPOSAL REQUIREMENTS

PART V PROPOSAL REQUIREMENTS PART V PROPOSAL REQUIREMENTS SECTION TITLE K L M Proposal Content Cost Information Submission of Proposal 33 SECTION K PROPOSAL CONTENT K.1 GENERAL REQUIREMENTS A. The requirements included in this Section

More information

TOWN OF MANCHESTER REQUEST FOR PROPOSAL RFP NO. 15/16-32 FOR RISK MANAGEMENT CONSULTANT SERVICES PROPOSALS DUE: NOVEMBER 13, 4:00 P.M.

TOWN OF MANCHESTER REQUEST FOR PROPOSAL RFP NO. 15/16-32 FOR RISK MANAGEMENT CONSULTANT SERVICES PROPOSALS DUE: NOVEMBER 13, 4:00 P.M. TOWN OF MANCHESTER REQUEST FOR PROPOSAL RFP NO. 15/16-32 FOR RISK MANAGEMENT CONSULTANT SERVICES PROPOSALS DUE: NOVEMBER 13, 2015 @ 4:00 P.M. GENERAL SERVICES DEPARTMENT 494 MAIN ST. MANCHESTER, CT 06040

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

ADVERTISEMENT FOR BID

ADVERTISEMENT FOR BID ADVERTISEMENT FOR BID The Yurok Tribe is soliciting proposals for radio communication equipment from qualified vendors in response to this solicitation package. The Yurok Tribe hereby invites you to submit

More information

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA INVITATION TO SUBMIT PROPOSALS The Village of Sparta is accepting sealed bids from

More information

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1 TELEPHONE: 620/694-1970 OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO. 15-149 ADDENDUM NO. 1 July 22, 2015 TO ALL PROSPECTIVE BIDDERS: The Bid Documents for the Bid 15-149, are hereby amended

More information

REQUEST FOR PROPOSALS RFP #6570 EXHIBIT 3: SCOPE OF WORK

REQUEST FOR PROPOSALS RFP #6570 EXHIBIT 3: SCOPE OF WORK Materials Management Department 901-B Texas Street Denton, Texas 76209 REQUEST FOR PROPOSALS RFP #6570 EXHIBIT 3: SCOPE OF WORK The City of Denton is seeking the best value solution for the: SUPPLY OF

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

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS FINANCIAL AND COMPLIANCE AUDITS OF THE KANSAS PUBLIC EMPLOYEES DEFERRED COMPENSATION 457 PLAN SEALED PROPOSALS for furnishing the services

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

NOTICE TO BIDDERS. Notice is hereby given that the City of Livermore invites sealed proposals for CAMPUS NETWORK AND LOCAL AREA NETWORK CABLING.

NOTICE TO BIDDERS. Notice is hereby given that the City of Livermore invites sealed proposals for CAMPUS NETWORK AND LOCAL AREA NETWORK CABLING. NOTICE TO BIDDERS Notice is hereby given that the City of Livermore invites sealed proposals for CAMPUS NETWORK AND LOCAL AREA NETWORK CABLING. Each proposal shall be in accordance with the conditions

More information

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES The Fayette County School District (FCSD) desires to retain the services of a professional Construction

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR QUALIFICATIONS NO. 08/ LA REVIEW APPRAISER SERVICES. Table of Contents

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR QUALIFICATIONS NO. 08/ LA REVIEW APPRAISER SERVICES. Table of Contents SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR QUALIFICATIONS NO. 08/09-120 LA REVIEW APPRAISER SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Proposed Schedule 2 3 Instructions

More information

REQUEST FOR QUALIFICATION/REQUEST FOR PROPOSAL (RFQ/RFP) # Request for Proposal must be received no later than December 5, 2014 at 2:00 PM

REQUEST FOR QUALIFICATION/REQUEST FOR PROPOSAL (RFQ/RFP) # Request for Proposal must be received no later than December 5, 2014 at 2:00 PM REQUEST FOR QUALIFICATION/REQUEST FOR PROPOSAL (RFQ/RFP) #1415-80 LEGAL CONSULTING SERVICES FOR VARIOUS LEGAL ISSUES REGARDING FACILITIES PLANNING AND CONSTRUCTION PROJECTS Request for Proposal must be

More information

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGER-AT-RISK

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGER-AT-RISK REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGER-AT-RISK MD ANDERSON CANCER CENTER Cord Blood Bank Lab and Office Space Build Out PCPF No.: 11-0068 RFP No.: 521283/RKC SUBMITTAL DUE DATE: June 28, 2011 2:00

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL 2010-092204P CONSULTING SERVICES FLEET OPERATIONS ASSESSMENT Sealed proposals addressed to David Logan, Purchasing Agent, 2nd Floor, Municipal Operations Complex, 175 Rothesay Avenue,

More information

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

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

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR PROPOSAL

More information