Engineering Consultant Services for FOLLY BEACH FISHING PIER REPLACEMENT. Folly Beach, South Carolina. RFQ # Date: April 26, 2018

Size: px
Start display at page:

Download "Engineering Consultant Services for FOLLY BEACH FISHING PIER REPLACEMENT. Folly Beach, South Carolina. RFQ # Date: April 26, 2018"

Transcription

1 Engineering Consultant Services for FOLLY BEACH FISHING PIER REPLACEMENT Folly Beach, South Carolina RFQ Date: April 26, 2018 CHARLESTON COUNTY PARKS & RECREATION COMMISSION

2 Table of Contents PRICE PROPOSAL 3 I. Introduction 5 II. Scope of Services 6 III. Selection Process 10 IV. Qualification and Evaluation of Proposals 10 1) Corporate Experience 10 2) Project approach and Performance Differentiators 10 3) Past Performance 10 4) Capacity 10 V. Criteria for Selection of Consultant Based on Qualifications 11 VI. Basis of Award 11 VII. Submittals 18 VIII. Addendum 20 Attachment #1 1a - Corporate Experience Form 1b - Consultant s Certification/Qualification Questionnaire 1c - SC Department of Revenue Form I-312, if applicable 1d - Equal Employment Opportunity Certification 1e - Non-Collusion Oath 1f - Drug-Free Work-place Certification 1g - Compliance with Illegal Immigrant Act 1h - Insurance Requirement 1i - Subcontractor Data Form 1j - Reference Questionnaire 1k W9Attachment Sample Contract Document 2

3 PRICE PROPOSAL PRICE PROPOSAL MUST BE SENT IN A SEPARATE SEALED ENVELOPE. The FIRM OF: Hereby agree to provide the requested services as defined in Request for Proposal Engineering Consultant Services Folly Beach Fishing Pier (FBFP) Replacement CCPRC utilizes the State Guidelines when negotiating final fees. The fee proposal must be submitted in a separate sealed envelope, clearly marked Fee Proposal, RFP, Engineering Consultant Services Folly Beach Fishing Pier (FBFP) Replacement. Fee proposal shall include, but not be limited, to the following: PHASE I Task 1: Conceptual Design Task 2: Design Development with Cost Estimates Task 3: Preliminary Construction Plans and Specifications Task 4: Permitting TOTAL Task 1 thru 4 $ $ $ $ $ OPTION PHASE II Dependent on the results of the cost estimates and budgetary availability, CCPRC reserves the right to enter into a contract for future Option Phase II with the selected firm, in accordance with CCPRC s Procurement Policy and contract documents. Task 5: Final Construction Plans and Specifications $ To be provided for a solicitation to be prepared by CCPRC Procurement. Task 6: Construction Administration Project oversight, inspections, and Close Out. TOTAL Task 5 and 6 $ $ NOT TO EXCEED TOTAL Task 1 thru 6 $ 1. Fees required in accordance with the anticipated Scope of Work and consultant s approach to complete the project; 3

4 2. Hours and hourly rates for team members; 3. Cost estimates and/or allowances for any or all surveys, studies, permits, etc., required to complete the project and/or as outlined by the consultant in their approach and proposal; and 4. Any and all reimbursable expenses and/or any other costs required to complete this project. 5. All allowances, fees, taxes, Consultants, sub-consultants fees and prices are included in this total Proposal. 6. At a minimum, invoices shall contain the identity of the provider of the services, the date of the services, a description of the services, and any applicable taxes. 7. Out of state Consultants are required to complete form I-312, Nonresident Taxpayer Registration Affidavit Income Tax Withholding form, Attachment 1c. The prices listed in this proposal includes all pricing, including, but not limited to, all taxes and duties of any kind levied by federal, state, municipal, or other governmental authority, which either party is required to pay with respect to the materials or services covered by this Agreement. EXCEPTIONS: Respectfully submitted, Company Name: Representative: Address: Signature: Date: Title: Phone: Offeror must sign one appropriate statement below, as applicable: ( ) Offeror understands and agrees to all terms, conditions, requirements, and specifications stated herein. Firm: Signature: ( ) Offeror takes exception to terms, conditions, requirements, or specifications stated herein (Offeror must itemize all exceptions below, and return with this RFP.): Firm: Signature: Consultants should note that any exceptions taken from the stated terms and/or specifications may be cause for their submittal to be deemed "non-responsive", risking the rejection of their submittal. 4

5 Engineering Consultant Services Folly Beach Fishing Pier Replacement Charleston, SC RFP I. Introduction The Charleston County Park and Recreation Commission (CCPRC) is seeking proposals from qualified firms to provide Engineering Consultant Services for REPLACEMENT of the FOLLY BEACH FISHING PIER (FBFP). The Edwin S. Taylor Folly Beach Fishing Pier is a wooden timber pier measuring 1,045-feet long by 24-feet wide and 23-feet above sea level. The seaward end of the structure contains a 7,056 sq. ft. diamond-shaped platform with a covered shelter. The pier is the second longest on the east coast and has 319 wooden timber pilings. Upon review of the proposal submitted, it is the intent of CCPRC to select a firm to provide the services outlined in this RFP and in accordance with CCPRC s Procurement Policy. CCPRC represents one of the most unique park and recreation agencies in the state of South Carolina. As a Special Purpose Public Service District created in 1986, CCPRC has specific areas of responsibility that are defined through our legislative act. Existing in an area which boasts excellent municipal programs and two additional special recreation districts, CCPRC is charged with providing park and recreational services, as well as working in harmony with other recreational agencies in Charleston County. One of CCPRC s prime responsibilities is the development of a diversified county park system. The park system emphasizes passive activities, the environment and beach access. Each park facility offers a variety of programming that is generally directed toward the natural features and characteristics of the site. CCPRC also offers the community a wide variety of park facilities, programs and events. The park system enjoys a large customer base consisting of primarily local families. The annual park visitation is in excess of 2,400,000 throughout the park system. Firms are encouraged to visit our website at to learn more about our park system. In order to continue providing quality facilities and features within our agency, CCPRC is constantly seeking to improve the agency by adding new features, renovating older facilities, and seeking innovative and sustainable approaches to its public facilities. In order to continue to provide those 5

6 improvements, CCPRC needs qualified professionals to help with the planning and development of these improvements. II. Scope of Services The Charleston County Park and Recreation Commission (CCPRC) is seeking proposals from qualified firms to provide Engineering Consultant Services for FBFP Replacement. The intent of this Request for Proposal is to have the consultant provide services for replacement of the Folly Beach Fishing Pier. The wooden timber pilings show wear with age, marine borers and deterioration. Qualified firms shall submit a proposal indicating their ability to meet the intent of this RFP and shall also submit proposed fees, including all reimbursable expenses, for work that will include, but not be limited to, the following Scope of Services: The project includes removal of the existing pier and design of the replacement pier. Services shall include Existing Pier Removal, Design Replacement Pier Options, Cost Estimates, Schedule, Recommendations, Construction Documents, Permitting and Construction Administration. The design of the new Folly Beach Fishing Pier should incorporate events including fishing tournaments and Moonlight Mixers including various dances such as line dancing. The new pier design shall be designed to minimize disruption to existing pier operations. It is the intent of CCPRC for the scope of the project to include engineering services, permitting, cost estimates, and construction administration for the removal of the existing wooden structure and replacement with a new pier. The selected firm shall obtain the necessary information to acquire all local, state and federal permits, and shall assist in obtaining environmental permits. The materials of the new pier are to be determined in the Design Development phase of the project, based on conception plan options provided from the consultant. All new construction shall be ADAcompliant. Non-Mandatory Pre-Proposal Meeting: There will be a Non-Mandatory Pre-Proposal Meeting at 10:00 AM ET, Thursday, May 10, 2018 at the project site - Folly Beach Fishing Pier, 101 East Arctic Avenue, Folly Beach, SC This will be an opportunity to discuss the project with CCPRC staff, view the project site, and to confirm approximate measurements provided. Consultants who do not attend the Pre-Proposal meeting may visit the pier at their convenience, daily from 8:00 AM ET to sunset. CCPRC will not enter into discussions and/or meet individually with Firms prior to the submittal and evaluation of proposals. Firms must not enter into discussions with any CCPRC park staff regarding the project. Any questions or requests for clarification of the RFP must be made no later than 2:00 PM on Thursday, May 24, 2018, by to prcprocurement@ccprc.com. No questions will be addressed after that deadline and an addendum, if deemed necessary, will be issued. No questions will be addressed via telephone. Proposal must also address the following: Project Timeline: Proposal must clearly indicate the firm s ability and commitment to adhere to the anticipated schedule: 6

7 o o o o o o Task 1: Conceptual Design 3 months Task 2: Design Development with Cost Estimates 4 months Task 3: Preliminary Construction Plans and Specifications 3 months Task 4: Permitting Submit application(s) by May Length of permitting task subject to agency review. Task 5: Final Construction Plans and Specifications 60 days after receipt of environmental permits. (Subject to change to be defined after permitting is completed.) Task 6: Construction Administration; project Substantial Completion 365 days after receipt of environmental permits. (To be determined after permitting approval.) CCPRC will not enter into discussions and/or meet individually with firms prior to the submittal and evaluation of proposals. Any meetings and/or discussions will be in accordance to Article V of the RFP and CCPRC s Procurement Policy. Firms are permitted to visit the site on their own; however, they must not enter into discussions with any CCPRC staff and/or ask for assistance in viewing the sites. Project Task: The selected firm will be provided authorization for each specific tasks to be performed and CCPRC s payment obligation to the selected firm will be limited to the actual work performed. Proposals must address the firm s ability and commitment to complete all tasks of a project as outlined in the attachment of the CCPRC Architect/Engineering contract; however, work under this RFP includes the following tasks: PHASE 1 o Task 1: Conceptual Design The selected firm will meet with CCPRC staff as needed to discuss a design plan. Consultant to investigate available material replacement options. Provide examples of each of these options. Each option is to include the verified life cycle, installation method, timeframe, permitting requirements. Consultant to provide recommendations of their best engineering options. Report format should rank all of the options and provide essential data for analysis. Consultant will conduct meetings with staff to review recommendations. o Task 2: Design Development with Cost Estimates Utilizing the final conceptual plan approved by staff, develop and further define the facility program to meet CCPRC goals. The design development documents shall indicate the character of the project for architectural, structural, mechanical and electrical systems, materials and other elements as may be appropriate. The design should include long-lasting and low-maintenance components. Provide cost estimates necessary to complete the proposed solution, including any and all anticipated surveys, studies and/or any anticipated permitting required. A detailed cost breakdown will be required to be provided throughout the development of the project, to assist with decision making and to ensure project stays within budget. o Task 3: Preliminary Construction Plans and Specifications This phase will provide plans necessary for permit agency review and final adjustments to design. This task will outline a schedule for each stage of the project, indicating time line to completion with milestone progress points and 7

8 proposed dates for submittals. The consultant is to manage and keep the schedule updated. o Task 4: Permitting Submit all necessary information sufficient for acquiring the replacement permitting from all local, state and federal agencies. OPTION PHASE II (Dependent on securing permitting and adequate funding to continue with the project) o Task 5: Final Construction Plans and Specifications Final construction documents to be provided for a solicitation to be prepared by CCPRC Procurement. The Consultant shall prepare, review, and revise, subject to Owner's approval: Construction Documents consisting of Drawings and Specifications setting forth in detail the requirements for the construction of the Project. Provide construction documents, submission forms, and fees required by local permitting agencies, for installation of all components. Contract documents at the 90% complete stage for the construction of the facility and its support components must be reviewed and available for mark-up by CCPRC staff, prior to final preparation of documents. Final construction documents must be received by CCPRC prior to soliciting. A detailed analysis of probable cost to construct new features will be required to assist in determining alternatives and providing CCPRC with anticipated construction costs. Following the Owner's approval of the Construction Documents and of the latest preliminary estimate of Construction Cost, shall assist the Owner in obtaining bids or negotiated proposals and assist in awarding and preparing contracts for construction, in accordance with CCPRC's procurement policy. These will include: Preparing brief scope of work statement for solicitation documents Recommend construction timeline milestones, (substantial completion date) Attend pre-offer meeting and assist in additional information/ answering solicitation questions If necessary, provide expertise on reasonableness of offer prices obtained /recommendations on reduction of scope to best meet CCPRC goals Facilitate pre-construction meeting / meeting minutes o Task 6: Construction Administration The consultant shall provide construction coordination throughout construction and project close out and is responsible for communicating with team members /owner, prime contractors and conducts scheduled construction meetings on site. If Project Manager is replaced during the construction period, replacement will require CCPRC approval of same or 8

9 greater credentials and experience level initially proposed prior to replacements start of work. Provide reports, facilitate weekly progress meetings, and provide meeting minutes to owner, team members, sub-consultants and sub-contractors. Coordination with CCPRC, Vendors/Manufacturers, and any other contractors/subcontractors/parties working on this project, project oversight, inspections, plan and submittal reviews, reviews / approves payment applications Assist CCPRC with close-out: Punch lists, coordinate and provide asbuilt drawings, warranty review and other duties as outlined in contract. Project Close-Out shall include providing CCPRC with a hard copy and an electronic copy (in PDF and AutoCAD) of design and construction documents, as well as an electronic copy of as-built drawings, specifications, Owner Manuals, warranty statements, and other appropriate close-out documents. All electronic information shall be provided on a USB drive and are considered part of the scope of services. Survey information shall be provided in AutoCAD 2010 or later version, in order to update the existing park database. Additional Information or Requirements If recommending additional sub-consultants to be used or intended for use on this project, provide a list of these sub-consultants. All sub-consulting services, if needed, will be included under the umbrella of the lead design professional s lump sum contract. These fees are to be included in any final negotiated contract. All sub-consulting work that is recommended beyond the lump sum contract approved by CCPRC will be facilitated by the lead consultant. Project Cost The Project Cost under this Request for Proposal is to be inclusive of all fees for the Firm / Team and sub-consultant fees including all taxes, studies, surveys, labor, materials, equipment, services and reimbursable expenses. All permitting costs are to be included in the base offer, including permit-related signage. CCPRC is expecting the project price to be appropriately scaled to the final size and scope of the approved, permittable project. It is expected that the total consultant fees will be a reasonable percentage of the construction costs. Project Schedule Proposals shall include a timeline to accomplish all tasks. The Team s proposal must clearly address their ability to meet the intended schedule. The team shall be required to (a) commence work under this contract within 10 days after the date the team receives the notice to proceed, (b) execute diligently, and (c) substantially complete the entire work according to stated project timeline. 9

10 III. Selection Process Proposals will be received from qualified firms; however, no proposal submitted may be withdrawn for a period of sixty (60) days after the date the proposals are due. CCPRC will determine whether the evidence of ability to perform is satisfactory and will make awards only when such evidence is deemed satisfactory. CCPRC also reserves the right to waive any irregularities and/or reject any and/or all proposals that do not adequately meet the Owner s intended quality, cannot meet the schedule, or are not within the Owner s budget constraints. CCPRC also reserves the right to accept the proposal as a whole or any items listed on the Proposal Form. Listed below is the anticipated schedule: A. Deadline for Questions Thursday, May 24, 2018 B. Addendum Issued, if deemed necessary Thursday, June 7, 2018 C. Proposals Due Thursday, June 28, :00 pm ET Proposers, by virtue of submitting a proposal, agree to CCPRC s terms and conditions herein and will take precedence over any terms and conditions submitted with the proposal, either appearing separately or included in other literature. Withdrawal of an inadvertent or erroneous proposal before award may be permitted if there is reasonable evidence of a clerical or mathematical error. A mistake of business judgment does not constitute adequate grounds for withdrawal of a proposal. In the case of any ambiguities between the proposals and contract documents, The CCPRC s Contract and Procurement Policy will prevail. Upon submission, all proposals become the property of CCPRC and are subject to public record laws. It is the Proposer s responsibility to notify CCPRC of any proprietary information listed in proposals submitted. If a proposal contains proprietary information, the Proposer shall include a cover letter indicating such information. In addition, any information in which the proposer considers proprietary MUST be clearly marked proprietary next to the relevant part of the text in order for it to be treated as such. IV. Qualification and Evaluation of Proposals It is of utmost importance for firms to demonstrate qualifications, competence and capacity to provide the Engineering Consultant Services FBFP Replacement. While CCPRC is concerned about the ultimate costs for this project; the specific and primary attention to the evaluation of the proposals will include the following factors, is listed in the order of importance: 1) Corporate Experience 2) Project approach and Performance Differentiators 3) Past Performance 4) Capacity All sub-factors are of equal importance. CCPRC will determine the best value based upon these criteria and recommend the selection of a Proposer. CCPRC reserves the right to request additional information from one or more firms after the submission of the initial proposals in order to clarify, confirm or properly evaluate any 10

11 proposals. CCPRC also reserves the right to negotiate terms of the contract with the intended firm pursuant to CCPRC s Procurement Policy. There is no expressed or implied obligation for CCPRC to reimburse responding firms for any expenses incurred in preparing the proposal and/or any subsequent interview and/or requests for additional information. CCPRC reserves the right to, at reasonable times; inspect the part of the business of a Consultant, or any sub-consultant, which is related to the performance of any contract awarded, or to be awarded, by CCPRC and the books and records of such Consultants and sub-consultants in accordance with CCPRC s Procurement Policy. Proposals for services shall include all charges including, but not limited to, taxes and duties of any kind levied by federal, state, municipal or other governmental authority which either party is required to pay with respect to services covered under this agreement and travel and other related expenses. Consultant is required to sign a copy of the contract, see sample contract. CCPRC will not be obligated for any services without a written executed contract by both parties. A copy of the firm s proposal will be incorporated and become a part of the contract; however, in the event of any ambiguity with any attachments, CCPRC s contract and Procurement Policy will prevail. V. Criteria for Selection of Consultant Based on Qualifications Proposer Representations Each responding firm, by submitting proposals, represents that: 1. The Offeror has read and understands this solicitation (including all attachments) and that their offer is made in accordance therewith. 2. The Offeror has reviewed the solicitation, has become familiar with the local conditions under which the service is to be performed, and has correlated personal observations with the requirements of the proposed contract documents. 3. The Offeror is qualified to provide the services required under this solicitation and, if awarded the contract, will do so in a professional, timely manner using successful Offeror s skill and attention. 4. Has examined the proposed site of the project and all information available. 5. Has become familiar with all the conditions related to the proposed work, including the availability of labor, materials, and equipment. 6. Has provided information and submittals which are accurate and correct. 7. Has become familiar with all local codes, review agencies and local review boards. 8. Has the appropriate active licenses required by the State of South Carolina, local code authorities and regulatory agencies. Submitter hereby offers to furnish all labor, materials, equipment, tools, transportation and services necessary to complete the proposed work on this project in accordance with the scope of work for the FBFP Replacement, the Contract Documents and Construction Administration for the price quoted. VI. Basis of Award The award determination shall be based on technical factors. Following the deadline for submittal of proposals, a selection committee will review, analyze, and rank all submittals based 11

12 on their response to the information requested. If desired, the selection committee may short list the number of qualified responding firms. CCPRC reserves the discretion to determine the number firms that will be on the short list. The selection committee may conduct discussions with the firm(s) submitting responses regarding the contract and shall select from among them the firm(s) deemed most qualified to provide the required service. At the discretion of CCPRC, the discussions with the firm(s) may consist of written questions and responses, and/or personal interviews with members of the firm(s). If personal interviews are required by CCPRC, the persons proposed to be responsible for performing the work required herein shall attend the interview. If requested, firms should be prepared to submit financial status information, which shall be held in confidence. CCPRC reserves the right to reject any or all submittals and to waive defects, technicalities, and/or irregularities in any submittal. CCPRC reserves the right to finalize a contract based on all factors involved in the written qualification submittal without further discussion or interviews. It is not the intent of CCPRC to meet with and/or discuss this Request for Proposal with individuals and/or firms during the RFP process; however, CCPRC may request additional information from one or more firms after the submission of the initial proposals in order to clarify confirm or properly evaluate any proposals. CCPRC also reserves the right to negotiate terms of the contract with the intended firm pursuant to CCPRC s Procurement Policy. The successful firm shall be required to execute a formal contract. The Contract shall be virtually identical in substance and form which is identified as, Sample Contract. The only anticipated changes in the Sample Contract, will be to fill in the blanks to identify the successful firm, and terms relating to compensation, or to revise the contract to accommodate corrections, changes in the scope of work, or changes pursuant to addenda issued prior to the qualification opening. Firms should raise any questions regarding the terms of the Contract, or submit requested changes in said terms, in the form of written questions or submittals, subject to the deadline for questions. Because the signed contract will be derived from Sample Contract, firm is urged to seek independent legal counsel as to any questions about the terms, conditions or provisions contained in Sample Contract, before submitting a qualification. Again, the Sample Contract, contains important legal provisions and is considered part and parcel of this RFP There is no expressed or implied obligation for CCPRC to reimburse responding firms for any expenses incurred in preparing the proposal and/or any subsequent interview and/or requests for additional information. Basis of Evaluation for each Factor The firm shall be rated higher during evaluations if their proposal meets or exceeds the following items: (Factors 1 through 4). 12

13 Factor 1 - Corporate Experience Basis of Evaluation: The responding firm will be evaluated in order to determine if it has demonstrated the necessary corporate experience to meet the Commission s needs in performing Consulting Services for FBFP Replacement. Provide recent (within the past 3 years) experience of Team (provide reference contacts with current phone number) and a listing of key members of the Team, their experience with similar projec00ts and their role in the projects, a listing what your Team offers that others may not, relevance and appropriateness of Team s expertise and experience with park buildings and recreational facilities. Proposal must address the: 1. Specific experience of a comparable nature with emphasis on facilities in a beach environment and recreational parks. 2. Specifics regarding the efficiency and accuracy of price estimates for any previous comparable Projects. 3. Proposal shall clearly indicate the firm s ability to prepare a budget and their ability to maintain budgetary control. A detailed cost breakdown will be required to be provided throughout the development of the project, to assist with decision making and to ensure project stays within budget. 4. The Offeror Team is encouraged to submit any other information they believe will enhance their position in the evaluation criteria. 5. Include experience in dock replacement, parks and recreation facilities and other proposed elements of this RFP as deemed applicable to demonstrate Team/personnel qualifications. 6. Description of previous work specific to fishing docks, parks and recreational facilities and/or related experience. Also, provide description of work relating to similar projects and provide information of other related experience. 7. Professional awards received by the team or projects where the team played a key role. 8. Detail team's experience in the capacity of Project Manager that will be assigned to this project - highlighting experience with similar projects. 9. Provide the title of the referenced project, year work was done, name of the client and the name, address and telephone number of a contact person knowledgeable of that individual s role on the project. Factor 2 - Project Approach and Performance Differentiators Basis of Evaluation: The responding firm may be rated higher during evaluations if their Proposal indicates a solid understanding of The Commission needs and present innovative or creative approaches in performing Consulting Services for FBFP Replacement. 1. Capability to plan and select the most price effective system in order to meet the design specifications, durability, functionality, maintenance, and constructability requirements. 2. Ability to provide unique qualifications and/or accomplishments, describe how submittals will be presented, describe Team s ability to provide realistic budgets and implement price controls throughout a project. 3. The approach in working with and receiving permitting. 4. Knowledge of local site conditions and applicable regulatory requirements. 13

14 5. The ability of the Team to ensure timely response to requests for on-site support. 6. Demonstrate creativity in solving difficult solutions to design and construction challenges. Factor 3 - Past Performances Basis of Evaluation: The degree to which past performance evaluations and all other past performance information reviewed (e.g., performance recognition documents, and information obtained for any other source) reflect a trend of satisfactory and/or outstanding level of performance considering: A pattern of successful completion of tasks A pattern of deliverables that are timely and of good quality A pattern of cooperativeness and teamwork at all levels (task managers) Contracting officers, procurement office, auditors, etc. A respect for stewardship of CCPRC funds. In addition to the above, CCPRC may review any other sources of information for evaluation of past performance. Other sources may include, but are not limited to, inquiries of owner representative(s), and any other known sources not provided by the Offeror. While CCPRC may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the Offeror. Based on the trend and satisfactory and/or outstanding level performance may be rated higher. References: Solicitation Submittal Requirements The Consultant s Certification/Qualification Questionnaire information should be structured as outlined in Attachment #1b Past Performance, included in the solicitation, which is provided for the Offeror or its Team members to submit for each project the Offeror includes in its proposal for Factor 1 Corporate Experience. Ensure correct phone numbers and addresses are provided for the client points of contact. Include with your proposal submission a copy of the Reference Sheet which contains the point of contact information for each of the five (5) required client references. Also include performance recognition documents received within the last five years such as awards, award fee determinations, customer letters of commendation, and any other forms of performance recognition. In addition to the above, CCPRC may review any other sources of information for evaluation of past performance. Other sources may include, but are not limited to, inquiries of owner representative(s), and any other known sources not provided by the Offeror. While CCPRC may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the Offeror. Based on the trend and a satisfactory and/or outstanding level, performance may be rated higher. 14

15 Factor 4 - Capacity The Offeror will be evaluated to determine if their proposal meets or exceeds the proposed schedule, explain the plan to meet or exceed the proposed schedule, and provide a critical timeline for a successful project may be rated higher. A critical timeline that shows how the completion of the schedule will be accomplished as well as sufficient local resources and personnel that will be allocated to perform the Consulting for the FBFP Replacement. The Team demonstrates the ability to meet the proposed schedule. Timeline: Solicitation Submittal Requirements Schedule. Team s ability to meet the proposed schedule substantial completion date which, includes the owner s reviews and permitting applications. Time schedule for completion of the project. Describe your Team approach to the project timeline. Evaluation Criteria Each response to this Request for Proposal will be subject to the same review and assessment process. Submittals will be evaluated on the basis of the Proposal s technical capability, experience and cost. All firms submitting qualifications must provide at a minimum, their expertise and capabilities as they relate to factors 1 thru 4 with regard to Engineering Consultant Services for FBFP Replacement. The distinction between corporate experience and past performance is corporate experience pertains to the types of work and volume of work completed by a firm comparable to the types of work covered by this requirement in terms of scope and complexity. Past performance relates to how well a firm has performed. Consultants will be evaluated on Factors 1 thru 4. Factor 1 Corporate Experience Factors and Solicitation Submittal Requirements: Proposals shall identify the Principal-in-Charge and Project Manager for this project. Proposals shall also provide a statement of the firm s commitment that the identified individuals will be involved throughout the entire project and must address, at a minimum: A. The Corporation The organizational strength and stability of the responding firm is an important component to the selection process. The experience of work by the firm, which was obtained by personnel no longer with the firm, and therefore, not available to work the project, is of no interest to CCPRC and shall not be submitted in the response when providing the firms qualifications. CCPRC evaluators will only consider firm projects that were presided over by project members who still work for the firm in 15

16 the office submitting a proposal. Failure to properly identify work accurately may disqualify the proposal. Provide a listing of key members of the firm, their experience with similar projects and their role in the projects, a listing of what your firm offers that others may not, relevance and appropriateness of firms expertise and experience. Proposal must address, at a minimum: 1. Firm s background including organizational structure and years in existence. Provide description of previous work. Responsiveness and compliance with the items listed in request for proposal. 2. Firm s memberships in professional organizations 3. Number of firm s clients for each of the past five years. 4. Number of clients they currently have under contract. 5. Provide details for firms approach in handling the account and managing products. Please list and describe the core services that are typically provided to your clients. 6. Provide detailed organizational structure for managing services. 7. If you use sub-consultants to supply any services, who are they, and how will your compensation arrangement with them impact the timing or frequency of services provided to us? 8. Describe what, in your opinion, your firm has that is unique to CCPRC in providing the services outlined in this Request for Proposal. 9. Confirm that you serve as a consultant, independently, and are not affiliated with any company, third party administrative agency or provider network. B. Project Team Proposal shall clearly address the following: 1. Names, titles and responsibilities of those who would work on this project. 2. Resume of each project team member that will be assigned to this project. 3. Applicable Professional Registrations 4. Longevity with firm. 5. Membership in professional organizations 6. Detail individual's experience in the capacity of Project Manager that will be assigned to this project - highlighting experience with similar projects. 7. Provide the title of the referenced project, year work was done, name of the client and the name, address and telephone number of a contact person knowledgeable of that individuals role on the project. 8. In addition, what types of Subject Matter Experts do you have and what types of services do they provide? 9. Provide a general overview and brief history of your organization, including customer service philosophy, parent and/or subsidiary companies, and the number of employees. 10. Provide the address of the primary office and/or branch location that will service the account; 11. Describe the firm s direct experience in providing similar services for other governmental agencies, specifically local government agencies located in South Carolina. Include the number of public agency clients, and the types of services 12. Describe the firm s policy on changing the primary contact person; 16

17 Factor 2 Project Approach 13. Name the individuals who will work with CCPRC; and information should include: a. Identify what each person s role and responsibilities will be. b. Biographical information. c. Experience working with governmental agencies. d. Number of years experience in this field. e. Number of years with your firm. f. Provide the name, title, address, phone number, fax number and address of the primary contact person(s) assigned to this account. Factor and Solicitation Submittal Requirements include: 1. Describe the approach to conduct Engineering Consultant Services for FBFP Replacement; 2. What is the process for developing CCPRC s Engineering Consultant Services for FBFP Replacement? 3. Describe firm s approach to provide training for staff. Additionally, provide details on webinars, seminars, publications, and training materials. Factor 3 Past Performance Factors and Solicitation Submittal Requirements include: Responding firm should ensure correct phone numbers and addresses are provided for all client points of contact as well as submit a copy of references as indicated in Consultant Certification/Qualification Questionnaire and Reference Questionnaire, Attachment 1b which contains the point of contact information for each of the three required client references. The references should: 1. Provide three recent client references (from within the past three years); 2. Submit any other information the institution believes will enhance its position in the evaluation criteria; 3. Include reputation and previous experience of the responding firm and its products, equipment and services; 4. Provide the client s name, address and telephone for a point of contact at least three (3) references that are of similar size and scope of service utilization as CCPRC Consulting Services for FBFP Replacement, preferably local government agencies located in South Carolina; and 5. Address how many public sector clients, both within and outside of South Carolina, have terminated your firm s service in the last three years. Factor 4 Capacity Factor and Solicitation Submittal Requirements include: 1. Describe your firms approach to the project including timelines and scheduling. 2. Ability to attend meetings with CCPRC, County, staff, and others, as necessary; 17

18 3. Ability to meet or exceed the schedule; and 4. Description of the responding firm s approach to timelines and scheduling. VII. Submittals All proposals submitted will become the property of CCPRC and are subject to public record law. If proposal contains proprietary information the Proposer shall include a cover letter indicating the proposal contains such information. In addition, any information in which the proposer considers proprietary, MUST be clearly marked proprietary next to the relevant part of the text in order for it to be treated as such. Submit qualifications in the following format: Title Page: Title page showing the Request for Proposal subject; the Team name; the name, addresses, and telephone number of a contact person; and the date of the submittal. Table of Contents: Provide Table of Contents to aid the evaluation of the qualifications. Transmittal Letter: A signed letter of transmittal briefly states the Offeror s understanding of the work to be done, the commitment to perform the work, a statement why the Team believes it to be best qualified to perform the engagement, and a statement that the submittal is a Team and irrevocable offer for sixty days (60) days. Detailed Submittal: The purpose of the detailed submittal is for the Offeror to demonstrate their qualifications, competence, and capacity to provide Engineering Consultant Services for FBFP Replacement. Offeror shall submit a qualification for this project meeting the minimum requirements listed. Address each item listed in the Evaluation Criteria based on the ability of your Team as required. Offerors shall address all the points outlined herein including 1) Corporate Experience, 2) Project Approach, 3) Past Performance, and 4) Capacity. Corporate Experience Form This is Attachment #1a. Certification/Qualification Questionnaire - This is Attachment #1b. I-312: This is Attachment #1c. Please sign and return with proposal if applicable. Equal Employment Opportunity Certification: Please sign the Equal Opportunity Certification which is Attachment #1d. Non Collusion Oath: Please sign and return with proposal the Non-Collusion Oath which is Attachment #1e. Drug-Free Workplace Certification: Please sign the Drug-Free Workplace Act which is Attachment #1f. Compliance with Illegal Immigration Act Form: Please sign and return with proposal which is Attachment #1g. Insurance Requirement: This is Attachment #1h Subcontractor Data Form: Please submit with proposal, if applicable, this is Attachment #1i. Reference Questionnaire Please submit with proposal. This is Attachment 1j W-9 W-9 Identification Number and Certification.This is Attachment #1k 18

19 Proposer is encouraged to provide any additional options and fees for services they may offer that are not listed in the RFP. Each proposal will be evaluated and a firm will be selected in accordance with this RFP. All technical questions shall be submitted in writing no later than 2:00 PM ET on April, 2018 to the attention of Ms. Deborah P. Taylor CPPO, Procurement Manager, 861 Riverland Drive, Charleston, SC or by to prcprocurement@ccprc.com. An addendum, if deemed necessary, will be posted on the website, Submit one original clearly marked Original and three (3) copies in the following format: 8-1/2 x 11, font size 12, and a maximum of 75 pages. Provide the proposals in three ring binders with a cover page including name of Company, address, phone, and fax numbers, contract number and point of contact. Proposals shall be received no later than 2:00PM ET on May, All proposals must be sent to the attention of Ms. Deborah P. Taylor CPPO, Procurement Manager, 861 Riverland Drive, Charleston, SC and clearly marked on the bottom left hand corner, Technical Proposal Engineering Consultant Services for FBFP Replacement RFP# [name of firm]. All Price/Price Structure proposals must be sent in a separate sealed envelope to the attention of Ms. Deborah P. Taylor CPPO, Procurement Manager, 861 Riverland Drive, Charleston, SC and clearly marked on the bottom left hand corner Price Proposal Engineering Consultant Services FBFP Replacement RFP# [name of firm]. Fee Negotiations if necessary and Contract Award: Fees will be negotiated with the top selected candidate in accordance with CCPRC s Procurement Policy. If negotiations are necessary with the top-ranked or successful offeror and fail to reach an agreed fee arrangement, CCPRC will cease negotiations with the successful offeror and commence negotiations with the second highest ranked offeror. This process will continue until a mutually agreeable fee arrangement is reached between a qualified offeror(s) and CCPRC at which time an amendment will be signed by the offeror(s). The negotiated agreement will become part of the agreement when signed by CCPRC on the final page. When necessary CCPRC utilized the State Guidelines when negotiating fees. Fee proposal shall include, but not be limited to, the following: Fees required in accordance with the anticipated Scope of Work and Consultants approach to complete the project. Fee structure proposal shall contain all pertinent pricing information relative to performing the type of work described in this RFP, including hourly fees of the proposed project team. Fee structure shall contain estimates of all direct and indirect costs, including all reimbursable expenses for each proposed phase of the work being considered under this RFP. Hours and hourly rates for team members. Cost estimates and/or allowances for any or all surveys, studies, permits, etc. required for the project and/or as outlined by the Consultant in their approach and proposal. Any and all reimbursable expenses and/or any other costs required to complete this project. All documents shall be submitted in PDF files on a USB drive. 19

20 VIII. Addendum Submitter acknowledges that it is the submitter s responsibility to determine whether an Addendum has been issued. If so, the submitter must obtain copies of such Addendum from CCPRC s website and agrees to be bound by all Addenda that have been issued for this Request for Proposal. If an addendum is issued, the submitter shall sign and return each addendum with the proposal submitted. 20

JAMES ISLAND COUNTY PARK. Engineering Consultant Services for FISHING DOCK REPLACEMENT. RFP # Date: April 12, 2018

JAMES ISLAND COUNTY PARK. Engineering Consultant Services for FISHING DOCK REPLACEMENT. RFP # Date: April 12, 2018 Engineering Consultant Services for JAMES ISLAND COUNTY PARK FISHING DOCK REPLACEMENT RFP Date: April 12, 2018 CHARLESTON COUNTY PARK & RECREATION COMMISSION Table of Contents PRICE PROPOSAL 2 I. Introduction

More information

REQUEST FOR PROPOSAL ARCHITECT/ENGINEERING CONSULTANT SERVICES FACILITY AND INFRASTRUCTURE IMPROVEMENTS FOLLY BEACH COUNTY PARK (FBCP)

REQUEST FOR PROPOSAL ARCHITECT/ENGINEERING CONSULTANT SERVICES FACILITY AND INFRASTRUCTURE IMPROVEMENTS FOLLY BEACH COUNTY PARK (FBCP) REQUEST FOR PROPOSAL ARCHITECT/ENGINEERING CONSULTANT SERVICES FACILITY AND INFRASTRUCTURE IMPROVEMENTS FOLLY BEACH COUNTY PARK (FBCP) CHARLESTON COUNTY PARK AND RECREATION COMMISSION RFP# 2018-007 July

More information

1 INTERNAL AUDIT SERVICES RFP

1 INTERNAL AUDIT SERVICES RFP 1 Price Proposal... 4 Introduction... 7 Scope of Work... 7 Expected Outcomes and Deliverables... 8 Selection Process... 8 Qualification and Evaluation of Proposals... 9 Proposer Representations... 10 Basis

More information

CHARLESTON COUNTY PARK AND RECREATION COMMISSION REQUEST FOR PROPOSAL ARCHITECT/ENGINEERING DESIGN BUILD TEAM HOLLYWOOD SWIMMING COMPLEX HOLLYWOOD SC

CHARLESTON COUNTY PARK AND RECREATION COMMISSION REQUEST FOR PROPOSAL ARCHITECT/ENGINEERING DESIGN BUILD TEAM HOLLYWOOD SWIMMING COMPLEX HOLLYWOOD SC CHARLESTON COUNTY PARK AND RECREATION COMMISSION REQUEST FOR PROPOSAL ARCHITECT/ENGINEERING HOLLYWOOD SC June 19, 2017 1 REQUEST FOR PROPOSAL Table of Contents PRICE PROPOSAL FORM... 4 I. Introduction:...

More information

Request for Proposals Ground Lease for the Development and Management of Recreation Facilities At the former Baker Hospital Site

Request for Proposals Ground Lease for the Development and Management of Recreation Facilities At the former Baker Hospital Site Request for Proposals Ground Lease for the Development and Management of Recreation Facilities At the former Baker Hospital Site 2745 Speissegger Drive North Charleston, SC 29405 RFP 2018001 June 2, 2017

More information

Request for Proposal. Purchase of New Mobile Trailer Climbing Wall. No November 23, 2015

Request for Proposal. Purchase of New Mobile Trailer Climbing Wall. No November 23, 2015 Request for Proposal Purchase of New Mobile Trailer Climbing Wall No. 2016-002 November 23, 2015 1 Contents Price Proposal-----------------------------------------------------------------------------------------------------3

More information

CHARLESTON COUNTY PARK AND RECREATION COMMISSION. Request for Proposal McLeod Plantation Stabilization II December 11, 2017

CHARLESTON COUNTY PARK AND RECREATION COMMISSION. Request for Proposal McLeod Plantation Stabilization II December 11, 2017 Request for Proposals McLeod Plantation Stabilization II 325 Country Club Road Charleston SC, 29412 2018-019 For Charleston County Park and Recreation Commission December 11, 2017 CHARLESTON COUNTY PARK

More information

FOR CONSULTING SERVICES FOR DISASTER RESPONSE, ENGINEERING, AND GRANT MANAGEMENT SUPPORT

FOR CONSULTING SERVICES FOR DISASTER RESPONSE, ENGINEERING, AND GRANT MANAGEMENT SUPPORT BRUNSWICK GLYNN COUNTY JOINT WATER & SEWER COMMISION REQUEST FOR PROPOSAL FOR CONSULTING SERVICES FOR DISASTER RESPONSE, ENGINEERING, AND GRANT MANAGEMENT SUPPORT Date Advertised Friday, November 17, 2017

More information

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project Request for Qualifications No. 7-1718 Architectural & Engineering Services for LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project Submittal Deadline: November 10, 2017, 2:00 P.M. Spokane Public Schools

More information

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES Town of Derry, NH Office of the Finance Department Susan A. Hickey Chief Financial Officer susanhickey@derrynh.org REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES The Town of Derry, New

More information

Morgan Hill Unified School District

Morgan Hill Unified School District Facilities Department 15600 Concord Circle, Morgan Hill, CA 95037 Phone: (408) 201-6087 Fax (408) 776-0175 REQUEST FOR ARCHITECTURAL SERVICES PROPOSALS for a New Britton MS Campus and Site Master Plan

More information

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station Request for Qualifications Professional Design and Construction Services as a Design-Builder For Submittal Due Date: August 4, 2015 Notice is hereby given that Delhi Township is seeking Statements of Qualification

More information

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017 REQUEST FOR PROPOSALS: AUDIT SERVICES Issue Date: February 13 th, 2017 Due Date: March 22 nd, 2017 In order to be considered, proposals must be signed and returned via email to rtan@wested.org by noon

More information

WEST VIRGINIA HIGHER EDUCATION POLICY COMMISSION REQUEST FOR PROPOSALS VERIFICATION AND DOCUMENT MANAGEMENT SERVICES RFP #19007.

WEST VIRGINIA HIGHER EDUCATION POLICY COMMISSION REQUEST FOR PROPOSALS VERIFICATION AND DOCUMENT MANAGEMENT SERVICES RFP #19007. WEST VIRGINIA HIGHER EDUCATION POLICY COMMISSION REQUEST FOR PROPOSALS VERIFICATION AND DOCUMENT MANAGEMENT SERVICES RFP #19007 Table of Contents Section 1 Section 2 Section 3 Section 4 Section 5 Section

More information

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail. April 26, 2018 Subject: RFP2M18-06: Request for Proposal Construction Management and Inspection Services for the Sewer Plant #7 Replacement Project. The City of Alhambra is requesting proposals from experienced,

More information

TOWN AUDITING SERVICES

TOWN AUDITING SERVICES REQUEST FOR PROPOSAL TOWN AUDITING SERVICES TOWN OF LONGMEADOW MASSACHUSETTS Saved as: RPF Acct Auditing Services FY 12-14 03/1/11 TOWN OF LONGMEADOW REQUEST FOR PROPOSALS FOR AUDITING SERVICES The Town

More information

Gasconade Co. R-I School District REQUEST FOR PROPOSAL. Annual Audit Services

Gasconade Co. R-I School District REQUEST FOR PROPOSAL. Annual Audit Services Gasconade Co. R-I School District REQUEST FOR PROPOSAL Annual Audit Services Proposal Release Date: January 17, 2018 Proposal Due Date: February 15, 2018 Gasconade County R-I School District 170 Blue Pride

More information

PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA (209) REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE

PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA (209) REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA 95202-3717 (209) 937-8411 REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE TRAFFIC SIGNAL, ROUNDABOUT, AND PROTECTED LEFT-TURN PHASING

More information

All proposals must be received by August 30, 2016 at 2:00 PM EST

All proposals must be received by August 30, 2016 at 2:00 PM EST July 25, 2016 REQUEST FOR PROPOSAL Northwood School District SAU #44 Strategic Planning for the Northwood School District You are cordially invited to submit a proposal for Strategic Planning for the Northwood

More information

Request for Proposal for: Financial Audit Services

Request for Proposal for: Financial Audit Services Eastern Sierra Transit Authority (ESTA) Request for Proposal for: Financial Audit Services Due Date: March 21, 2018 at 4:00 pm to the attention of: Karie Bentley Administrative Analyst Eastern Sierra Transit

More information

COUNTY OF DUNN, WISCONSIN REQUEST FOR PROPOSALS PROCUREMENT NO CSB CONSTRUCTION MANAGEMENT SERVICES

COUNTY OF DUNN, WISCONSIN REQUEST FOR PROPOSALS PROCUREMENT NO CSB CONSTRUCTION MANAGEMENT SERVICES COUNTY OF DUNN, WISCONSIN REQUEST FOR PROPOSALS PROCUREMENT NO. 2018-19-CSB CONSTRUCTION MANAGEMENT SERVICES The County of Dunn is requesting proposals for Construction Management Services. The services

More information

REQUEST FOR PROPOSALS For Design Services for New Fire Station

REQUEST FOR PROPOSALS For Design Services for New Fire Station REQUEST FOR PROPOSALS For Design Services for PROPOSAL SUBMISSION DEADLINE: March 18, 2015 Page 1 Table of Contents A. Introduction B. Project Description C. Scope of Services D. Qualifications E. Selection

More information

Redevelopment Authority of Allegheny County

Redevelopment Authority of Allegheny County Request for Proposals (RFP) Architectural and Engineering Services Block and Lot No. 233-A-119 Block and Lot No. 233-A-122 Block and Lot No. 233-A-125 Block and Lot No. 233-A-126 Block and Lot No. 233-A-128

More information

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414 SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414 PROPOSALS ARE DUE ON APRIL 27, 2018 BY 12:00 PM EST

More information

INDEPENDENT AUDIT OF FINANCIAL STATEMENTS REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES

INDEPENDENT AUDIT OF FINANCIAL STATEMENTS REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES INDEPENDENT AUDIT OF FINANCIAL STATEMENTS REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES INTRODUCTION The Fort Worth Employees Retirement Fund ( FWERF ) seeks the services of an external, independent auditor

More information

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION Issue Date: October 18th, 2016 Submission Deadline: November 8th, 2016, 2:00 PM P a g e 1 Table of Contents Introduction...

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL 1 REQUEST FOR PROPOSAL FOR 3 rd Party Ambulance Billing Services PROPOSAL NO. FY2013/004 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100 WELLPINIT WA 99040

More information

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT SAN JOSE/EVERGREEN COMMUNITY COLLEGE DISTRICT 4750 San Felipe Road, San Jose, CA 95135 REQUEST FOR QUALIFICATIONS G2010.0069 ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

More information

Request for Proposal for: Financial Audit Services

Request for Proposal for: Financial Audit Services Eastern Sierra Transit Authority (ESTA) Request for Proposal for: Financial Audit Services Due Date: June 23, 2015 at 4:00 pm to the attention of: Jill Batchelder Transit Analyst Eastern Sierra Transit

More information

CITY OF GREENVILLE, SC REQUEST FOR PROPOSALS RFP NO

CITY OF GREENVILLE, SC REQUEST FOR PROPOSALS RFP NO CITY OF GREENVILLE, SC REQUEST FOR PROPOSALS RFP NO. 18-3602 SEALED PROPOSALS will be received in the Purchasing Division, 7th Floor, City Hall, 206 South Main Street, Greenville, South Carolina until

More information

Lexington Center Corporation Request for Qualifications for PROJECT COORDINATOR SERVICES

Lexington Center Corporation Request for Qualifications for PROJECT COORDINATOR SERVICES Lexington Center Corporation Request for Qualifications for PROJECT COORDINATOR SERVICES Lexington Convention Center Renovation and Expansion I. Description of Project The Lexington Center Corporation

More information

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016 RFP #0516-3 Request for Proposal Grant Writing Services Date: May 11, 2016 Proposals must be submitted by 3:00 PM: June 10, 2016 Purchasing Department Queens Borough Public Library 89-11 Merrick Boulevard

More information

Request for Qualifications B Hazardous Material Surveying, Testing and On-Site Observation Firms. RFQ Due Date: October 1, :00 P.M.

Request for Qualifications B Hazardous Material Surveying, Testing and On-Site Observation Firms. RFQ Due Date: October 1, :00 P.M. Request for Qualifications B13.018 Hazardous Material Surveying, Testing and On-Site Observation Firms RFQ Due Date: October 1, 2013 2:00 P.M. Mr. Dale Switzer Senior Director of Facilities Planning, Development

More information

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet A) Deadline for Submittal Proposal Due Date: On or before 4:00 p.m. on Tuesday, December 6, 2011. Interested applicants

More information

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District B17.045 Request for Proposal for Qualified Firms For Financial Advisory Services For the Grossmont-Cuyamaca Community College District Proposal Due Date August 18, 2017 4pm Return Proposals to: Grossmont-Cuyamaca

More information

Request for Qualifications Construction Manager

Request for Qualifications Construction Manager Midland Community Unit School District #7 Request for Qualifications Construction Manager April 6, 2016 MIDLAND ELEMENTARY SCHOOL LACON, ILLINOIS Page 1 of 11 Construction Management Statement of Qualifications

More information

PPEA Guidelines and Supporting Documents

PPEA Guidelines and Supporting Documents PPEA Guidelines and Supporting Documents APPENDIX 1: DEFINITIONS "Affected jurisdiction" means any county, city or town in which all or a portion of a qualifying project is located. "Appropriating body"

More information

City of Malibu Request for Proposal

City of Malibu Request for Proposal Request for Proposal North Santa Monica Bay Coastal Watersheds Monitoring Services Date Issued: April 26, 2016 Date Due: May 17, 2016, 4:00 P.M. The Qualifications Proposal and Cost Proposal must be submitted

More information

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY Police Department CITY OF LA PALMA Released on November 27, 2013 Police Operations Study REQUEST FOR PROPOSAL ( RFP ) 1. BACKGROUND The City of La Palma

More information

Dakota County Technical College. Pod 6 AHU Replacement

Dakota County Technical College. Pod 6 AHU Replacement MINNESOTA STATE COLLEGES AND UNIVERSITIES Dakota County Technical College Pod 6 AHU Replacement REQUEST FOR PROPOSAL (RFP) FOR MECHANICAL ENGINEERING SERVICES JULY 16, 2018 SPECIAL NOTE: This Request for

More information

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS 201 North Forest Avenue Independence, Missouri 64050 (816) 521-5300 [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS Sealed proposals will be received by the Independence School District

More information

Base Year - July 01, 2016 June 30, 2017, with optional renewal at Board s sole. (520)

Base Year - July 01, 2016 June 30, 2017, with optional renewal at Board s sole. (520) REQUEST FOR PROPOSAL 2018-FA Grant School Audit Services Audit Period: discretion Base Year - July 01, 2016 June 30, 2017, with optional renewal at Board s sole Opening Date: March 12, 2018 Proposal Due

More information

Londonderry Finance Department

Londonderry Finance Department Londonderry Finance Department 268 B Mammoth Road Londonderry, NH 03053 (603) 432-1100 Douglas Smith, Finance Director email: dsmith@londonderrynh.org Justin Campo, Senior Accountant Email: jcampo@londonderrynh.org

More information

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017 Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017 Attention: Purchasing Agent Address: City School District of Albany 1 Academy

More information

Design Build Services Lake Shawnee Junior Pond Improvements

Design Build Services Lake Shawnee Junior Pond Improvements SHAWNEE COUNTY PARKS AND RECREATION REQUEST FOR PROPOSALS Design Build Services Lake Shawnee Junior Pond Improvements Proposal # 023-17 Lake Shawnee Shawnee County Topeka, KS. April 2017 1 PROPOSAL # 023-17

More information

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services RESPONSE DUE by 5:00 p.m. on April 24, 2018 For complete information regarding this project, see RFP posted at ebce.org

More information

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3 SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3 BIBB COUNTY SCHOOL DISTRICT 484 Mulberry Street Macon, Georgia 31201 July 18, 2014 TIMELINE RFP

More information

PROPOSAL INSTRUCTIONS AND REQUIREMENTS

PROPOSAL INSTRUCTIONS AND REQUIREMENTS PROPOSAL INSTRUCTIONS AND REQUIREMENTS A Proposal is requested by the Dallas/Fort Worth International Airport Board (herein called Board). The Board will receive separate sealed Proposals until the deadline

More information

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9 REQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9 PROJECT NO. SEB-18-005 Issued by: City of Stockton Public Works Department 22 E.

More information

November 16, 2015 I. INTRODUCTION

November 16, 2015 I. INTRODUCTION REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL SERVICES FOR A NEEDS ASSESSMENT AND CONCEPTUAL DESIGN OF A NEW ANIMAL SHELTER FACILITY FOR THE CITY OF MARSHALL, TEXAS November 16, 2015 I. INTRODUCTION The

More information

Ogden City Request for Proposals to Provide Market Study and Site Assessment Services

Ogden City Request for Proposals to Provide Market Study and Site Assessment Services Ogden City Request for Proposals to Provide Market Study and Site Assessment Services Ogden City is requesting proposals for market study and site assessment services to investigate the potential of developing

More information

Glenview School District Greenwood Rd Glenview IL Request for Qualifications For Architect Services

Glenview School District Greenwood Rd Glenview IL Request for Qualifications For Architect Services Glenview School District 34 1401 Greenwood Rd Glenview IL 60026 Request for Qualifications For Architect Services Eric Miller Assistant Superintendent for Business Services (847) 998-5008 A. Introduction

More information

Page 1. Date: January 24, Housing Authority of Travis County REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES SOLICITATION NO.

Page 1. Date: January 24, Housing Authority of Travis County REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES SOLICITATION NO. Date: January 24, 2017 Housing Authority of Travis County REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES SOLICITATION NO. HATC-01-2017 Issue Date: January 24, 2017 Qualifications Due Date: February 17,

More information

REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency

REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency Dated September 13, 2017 PROPOSALS DUE 3:00 PM ON October

More information

The District is looking for the architectural firm to provide the following (not listed in order of preference):

The District is looking for the architectural firm to provide the following (not listed in order of preference): Weber Mosquito Abatement District Ryan J. Arkoudas, Director 505 West 12 th Street, Ogden, Utah 84404 Office (801) 392-1630 Fax (801)393-9399 www.webermosquito.com REQUEST FOR PROPOSAL FOR ARCHITECTURAL

More information

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY REQUEST FOR QUALIFICATIONS/PROPOSALS Professional Construction Management Services Gettysburg Regional Airport Rehabilitate Runway 6-24, Phase IV Susquehanna

More information

REQUEST FOR PROPOSAL NEW MARKET TAX CREDIT CONSULTANT SERVICES

REQUEST FOR PROPOSAL NEW MARKET TAX CREDIT CONSULTANT SERVICES REQUEST FOR PROPOSAL NEW MARKET TAX CREDIT CONSULTANT SERVICES INTRODUCTION The City of South San Francisco seeks a consultant to provide professional services to assist with obtaining financing though

More information

Request for Proposal: Merced Community College District CONSULTANT FOR THE DEVELOPMENT OF A DISTRICT FACILITIES MASTER PLAN

Request for Proposal: Merced Community College District CONSULTANT FOR THE DEVELOPMENT OF A DISTRICT FACILITIES MASTER PLAN Request for Proposal: 2018-04 Merced Community College District CONSULTANT FOR THE DEVELOPMENT OF A DISTRICT FACILITIES MASTER PLAN Return Proposal To: Merced Community College District ATTN: Chuck Hergenraeder,

More information

REQUEST FOR PROPOSALS (RFP #18-001) Vessel Construction Management Services

REQUEST FOR PROPOSALS (RFP #18-001) Vessel Construction Management Services REQUEST FOR PROPOSALS (RFP #18-001) The San Francisco Bay Area Water Emergency Transportation Authority ( WETA ) is seeking proposals from qualified firms in response to this Request for Proposals ( RFP

More information

Request for Proposals and Qualifications for. Owner s Representative Services (RFP) August Farmington Public Schools. Farmington Town Hall

Request for Proposals and Qualifications for. Owner s Representative Services (RFP) August Farmington Public Schools. Farmington Town Hall Request for Proposals and Qualifications for Owner s Representative Services (RFP) August 2016 Farmington Public Schools Farmington Town Hall 1 Monteith Drive Farmington, CT 06032 RFP Issued: 8/6/2016

More information

NORFOLK AIRPORT AUTHORITY NORFOLK INTERNATIONAL AIRPORT

NORFOLK AIRPORT AUTHORITY NORFOLK INTERNATIONAL AIRPORT NORFOLK AIRPORT AUTHORITY NORFOLK INTERNATIONAL AIRPORT REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL PLANNING SERVICES FOR AIRPOPRT MASTER PLAN AND AIRPORT LAYOUT PLAN UPDATES I. REQUEST FOR QUALIFICATIONS

More information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 REQUEST FOR PROPOSALS RFP 2017-04 WEBSITE DEVELOPMENT AND REDESIGN DATE ISSUED: September 29, 2017 TYPE OF PROJECT: CONTACT

More information

REQUEST FOR QUALIFICATIONS/PROPOSAL (RFQ/P) FOR ARCHITECT/ENGINEER (A/E)

REQUEST FOR QUALIFICATIONS/PROPOSAL (RFQ/P) FOR ARCHITECT/ENGINEER (A/E) REQUEST FOR QUALIFICATIONS/PROPOSAL (RFQ/P) FOR ARCHITECT/ENGINEER (A/E) Hinsdale County School District RE-1 PO Box 39 614 N. Silver St. Lake City, CO 81235 (970) 944-2314 PROPOSAL DUE DATE/DELIVERY REQUIREMENTS-

More information

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS TITLE: Catering Services, Human Resources Services, Information Technology Services, Outreach Services, Printing Services, Program Evaluation

More information

TEXAS DEPARTMENT OF TRANSPORTATION INSPECT, SAMPLE, AND TEST FOR ASBESTOS CONTAINING MATERIAL AND MONITOR ABATEMENT PROJECTS PUBLICATION

TEXAS DEPARTMENT OF TRANSPORTATION INSPECT, SAMPLE, AND TEST FOR ASBESTOS CONTAINING MATERIAL AND MONITOR ABATEMENT PROJECTS PUBLICATION * TEXAS DEPARTMENT OF TRANSPORTATION INSPECT, SAMPLE, AND TEST FOR ASBESTOS CONTAINING MATERIAL AND MONITOR ABATEMENT PROJECTS PUBLICATION This specification is a product of the Texas Department of Transportation

More information

City of Georgetown, SC REQUEST FOR PROPOSAL

City of Georgetown, SC REQUEST FOR PROPOSAL City of Georgetown, SC REQUEST FOR PROPOSAL Engineering Services For North Side Water Storage Tank with 250,000 Gallon Capacity Project # 1508 Due: August 15, 2016 at 3:00 PM EST Release Date: July 18,

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR A NEW PUBLIC

More information

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES Generator Sizing and Installation Proposal Due Date: June 26, 2017 Proposal Due Time: 2:00 P.M. Released May 23, 2017 Table of Contents

More information

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR RAISED MEDIAN AT EL DORADO STREET. Issued by:

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR RAISED MEDIAN AT EL DORADO STREET. Issued by: REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR RAISED MEDIAN AT EL DORADO STREET (BETWEEN ESSEX STREET AND THE CALAVERAS RIVER BRIDGE) Federal Project No. HRRRL-5008(163) Issued by: City of Stockton Public

More information

REQUEST FOR PROPOSALS FOR AS-NEEDED PROJECT MANAGEMENT AND INSPECTION SERVICES FISCAL YEARS 2017 THRU 2019

REQUEST FOR PROPOSALS FOR AS-NEEDED PROJECT MANAGEMENT AND INSPECTION SERVICES FISCAL YEARS 2017 THRU 2019 Board of Commissioners of the Port of New Orleans REQUEST FOR PROPOSALS FOR AS-NEEDED PROJECT MANAGEMENT AND INSPECTION SERVICES FISCAL YEARS 2017 THRU 2019 June 23, 2016 Deadline for proposals is no later

More information

Agency of Record for Marketing and Advertising

Agency of Record for Marketing and Advertising PRE-PROPOSAL CONFERENCE NOTICE PRE-PROPOSAL CONFERENCE For a AGENCY OF RECORD MARKETING & ADVERTISING WILL BE HELD AT 10:00 AM, THURSDAY, AUGUST 27, 2015 IN DWSP CONFERENCE ROOM, 305 W. FOURTH STREET,

More information

REQUEST FOR PROPOSALS FOR AS-NEEDED TRAFFIC ENGINEERING AND PROFESSIONAL SERVICES FISCAL YEARS 2017 THRU 2019

REQUEST FOR PROPOSALS FOR AS-NEEDED TRAFFIC ENGINEERING AND PROFESSIONAL SERVICES FISCAL YEARS 2017 THRU 2019 Board of Commissioners of the Port of New Orleans REQUEST FOR PROPOSALS FOR AS-NEEDED TRAFFIC ENGINEERING AND PROFESSIONAL SERVICES FISCAL YEARS 2017 THRU 2019 June 17, 2016 Deadline for proposals is no

More information

Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements

Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements Request for Qualifications/Proposals PART 1 1.1 PURPOSE The Okeechobee Utility Authority is requesting respondents

More information

REQUEST FOR STATEMENT OF QUALIFICATIONS RFQ WATER RATE STUDY PROFESSIONAL SERVICES

REQUEST FOR STATEMENT OF QUALIFICATIONS RFQ WATER RATE STUDY PROFESSIONAL SERVICES Professional Services Water Rate Study Central Arkansas Water RFQ 18-02 PERSONS RECEIVING THIS REQUEST FOR STATEMENT OF QUALIFICATIONS (RFQ) FROM THE INTERNET OR BY FAX MUST CALL (501) 377.1266 AND REGISTER

More information

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility 1 Borough of Kennett Square Request for Proposals (RFP) Feasibility Study

More information

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan Request for Proposal For Consulting Services For a Fiber-to-the-Home Network In Lyndon Township Proposals may be mailed or delivered

More information

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27 DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27 RFQ Number: RFQ 18-PR-DIT-27 Date Issued: Monday, March 5, 2018 Description: Headquarters (HQO) IT Hardware

More information

Tourism Marketing Strategy

Tourism Marketing Strategy RFP 2015 01 September 15, 2015 City of Duncan, Administration Attention: Peter de Verteuil, CAO City of Duncan, 200 Craig Street, Duncan, BC, V9L 1W3 Submission Deadline: October 15, 2015 TABLE OF CONTENTS

More information

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS to provide INVESTMENT MANAGEMENT SERVICES for BLUE GRASS AIRPORT DATED: March 5, 2017 TABLE OF CONTENTS 1. NOTICE AND REQUEST FOR PROPOSALS...

More information

Request for Proposals (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017

Request for Proposals (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017 (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017 SUMMARY The City of Iowa City, Iowa is soliciting proposals from interested consultants to

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR PROFESSIONAL DESIGN SERVICES INSTALL PEDESTRIAN CROSSINGS AT NINE INTERSECTIONS CITY PROJECT NO. PW1715 FEDERAL PROJECT NO. HSIPL-5008(161) CITY OF STOCKTON PUBLIC WORKS DEPARTMENT

More information

January 2, 2018 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES

January 2, 2018 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES January 2, 2018 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES I. Project Forsyth County Courthouse & Administrative Building II. Goal Forsyth County requests responses from licensed

More information

MISSISSIPPI STATE UNIVERSITY Request for Proposals (RFP) Bike Share for Mississippi State University

MISSISSIPPI STATE UNIVERSITY Request for Proposals (RFP) Bike Share for Mississippi State University MISSISSIPPI STATE UNIVERSITY Request for Proposals (RFP) 17-84 Bike Share for Mississippi State University ISSUE DATE: September 22, 2017 ISSUING AGENCY: Office of Procurement and Contracts Mississippi

More information

Request for Proposals. For RFP # 2011-OOC-KDA-00

Request for Proposals. For RFP # 2011-OOC-KDA-00 Request for Proposals For Issued by: Pennsylvania State System of Higher Education RFP # 2011-OOC-KDA-00 Issue Date: Month, Day, 2011 Response Date: Month, Day, 2011 Page 1 of 14 Table of Contents Page

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL September 16, 2009 REQUEST FOR PROPOSAL CONSULTING SERVICES FOR THE ESTABLISHMENT OF STORMWATER UTILITY Sealed proposals will be received in the Purchasing Division on Friday, November 6, 2009 prior to

More information

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202 April 19, 2012 TO: ALL PROSPECTIVE BIDDERS FROM: Re: REQUEST FOR PROPOSAL NO. 12-05 FOR SOLID WASTE FACILITIES Ladies and Gentlemen: Enclosed please find an invitation to bid with a bid form, a sample

More information

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE ACTIVE TRANSPORTATION PROGRAM

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE ACTIVE TRANSPORTATION PROGRAM REQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE ACTIVE TRANSPORTATION PROGRAM PROJECT NO. SEB-18-004 Issued by: City of Stockton Public Works Department 22 E. Weber Avenue,

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS ENGINEERING/ARCHITECTURAL DESIGN SERVICES FOR THE NORTHEAST STOCKTON LIBRARY AND RECREATION CENTER CITY PROJECT NO. PW1724 City of Stockton Public Works Department 22 E. Weber Avenue,

More information

Request for Proposal No. RFP Consultant Services. for. Building Condition Assessment. Submittal Deadline: Date: March 1, Time: 10:00 a.m.

Request for Proposal No. RFP Consultant Services. for. Building Condition Assessment. Submittal Deadline: Date: March 1, Time: 10:00 a.m. Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 contractingservices@seattleschools.org Request for Proposal No. RFP01838

More information

REQUEST FOR QUALIFICATIONS RFQ # Jamestown-Yorktown Foundation P.O. Box 1607 Williamsburg, VA

REQUEST FOR QUALIFICATIONS RFQ # Jamestown-Yorktown Foundation P.O. Box 1607 Williamsburg, VA Jamestown-Yorktown Foundation P.O. Box 1607, Williamsburg, Virginia 23187-1607 (757) 253-4838 (757) 253-5299 Fax (757) 253-5110 TDD www.historyisfun.org REQUEST FOR QUALIFICATIONS RFQ # 15-425-006 Issue

More information

ADDENDUM No. 1 REQUEST FOR PROPOSALS: AGENCY OF RECORD FOR MARKETING & ADVERTISING. DATE: September 3, 2015

ADDENDUM No. 1 REQUEST FOR PROPOSALS: AGENCY OF RECORD FOR MARKETING & ADVERTISING. DATE: September 3, 2015 ADDENDUM No. 1 REQUEST FOR PROPOSALS: AGENCY OF RECORD FOR MARKETING & ADVERTISING DATE: September 3, 2015 Proposals Will Be Received Until 5:00 PM, Tuesday, September 8, 2015 To All Potential Respondents:

More information

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services Date: June 15, 2017 REQUEST FOR PROPOSALS For: As needed Plan Check and Building Inspection Services Submit Responses to: Building and Planning Department 1600 Floribunda Avenue Hillsborough, California

More information

Request for Proposals

Request for Proposals Request for Proposals City of Portsmouth, New Hampshire Annual Services Contract - Comprehensive INSTRUMENTATION and SCADA ANNUAL SERVICES CONTRACT RFP No. 04-08 CITY OF PORTSMOUTH, NH DEPARTMENT OF PUBLIC

More information

Gainesville City School System

Gainesville City School System Request for Qualifications and Fee Proposal To Provide Special Inspections and Testing Services for Mundy Mill Elementary School at Millside Parkway Gainesville, Georgia Project No.: R/L/R Project Number:

More information

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR INSTALLATION & UPGRADE OF BICYCLE FACILITIES (CLASS II & CLASS III) Issued by:

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR INSTALLATION & UPGRADE OF BICYCLE FACILITIES (CLASS II & CLASS III) Issued by: REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR INSTALLATION & UPGRADE OF BICYCLE FACILITIES (CLASS II & CLASS III) City Project No. PW1517 Federal Project No. CML-5008(150) Issued by: City of Stockton

More information

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1 REQUEST FOR PROPOSALS Design-Build of General Aviation Terminal Building RFP# AIR/17-012, page 1 RFP# AIR/17-012 REQUEST FOR PROPOSALS ISSUE DATE: November 22, 2017 TITLE: DUE: Design-Build of General

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) 2018-01 PROJECT MANAGEMENT/MIXED-FINANCE REAL ESTATE DEVELOPMENT CONSULTING SERVICES DATE ISSUED:

More information

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE BRIDGE REHABILITATION PROJECT. Issued by:

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE BRIDGE REHABILITATION PROJECT. Issued by: REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE BRIDGE REHABILITATION PROJECT FEDERAL PROJECT NO. BPMP-5008 (157) CITY PROJECT NO. PW1603 Issued by: City of Stockton Public Works Department 22 E. Weber

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 Qualification (RFQ) Number: RFQ 2017-01 Architect for the Plaza at Centennial Hill - Phase III DATE OF ISSUANCE:

More information

REQUEST FOR PROPOSALS FOR ADMINISTRATION BUILDING REMODELING

REQUEST FOR PROPOSALS FOR ADMINISTRATION BUILDING REMODELING Board of Commissioners of the Port of New Orleans REQUEST FOR PROPOSALS FOR ADMINISTRATION BUILDING REMODELING OCTOBER 3, 2017 Deadline for proposals is no later than Wednesday, October, 18, 2017 by 11

More information