REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AND CONSTRUCTION ENGINEERING INSPECTION SERVICES FOR THE CAMP HALL RAILROAD BUILD IN AND VOLVO AUTO

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AND CONSTRUCTION ENGINEERING INSPECTION SERVICES FOR THE CAMP HALL RAILROAD BUILD IN AND VOLVO AUTO"

Transcription

1 REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AND CONSTRUCTION ENGINEERING INSPECTION SERVICES FOR THE CAMP HALL RAILROAD BUILD IN AND VOLVO AUTO PLANT TRACK AND YARD UPGRADES at CAMP HALL COMMERCE PARK RFP ISSUE DATE: October 13, 2017 PROPOSAL DUE DATE: November 29,

2 REQUEST FOR PROPOSALS Palmetto Railways ( PR ) is soliciting competitive proposals for the following project: Construction Management and Construction Engineering Inspection ( CM/CEI ) Services and Design Review Services for the Camp Hall Rail project and Volvo Plant Track and Rail Yard construction project at Camp Hall Commerce Park. All interested parties are required to send an to Alec Thompson, Camp Hall Project Engineer at AThompson@palmettorail.com with copy to Keith Powley at powleykl@cdmsmith.com to be included in a list to receive correspondence and addenda. Interested parties submitting a Proposal ( Proposers ) should submit three (3) paper copies and one (1) electronic copy of their Proposal on an external jump drive to: A. Thompson c/o Palmetto Railways 540 East Bay St., Charleston, SC All materials submitted to PR shall become the property of PR, and will not be returned to Proposers. Proposals containing material beyond what has been specifically requested in the Technical Proposal section will not be accepted or considered in the selection process. The closing date for acceptance of Proposals is 3:30 pm EST on November 29, 2017 date. To be considered, all proposals must be received at the address provided above on or before the date and hour stipulated. Proposers should pay particular attention to ensure that the proposal is properly addressed. PR is not responsible if the proposal does not reach the specified destination by the appointed time. Proposals received after the date and hour designated are automatically disqualified and will not be considered. Proposers shall promptly notify PR of any ambiguity, inconsistency, conflict, or error they may discover upon examination of the solicitation documents. Verbal inquiries regarding this Request for Proposal (RFP) are not permitted. All inquiries must be made in writing to Alec Thompson, Camp Hall Project Engineer at AThompson@palmettorail.com with copy to Keith Powley at powleykl@cdmsmith.com. All questions shall be submitted a minimum of five (5) days prior to the date and time that the proposal is due unless otherwise amended. No further questions shall be accepted after that time. PR will make every effort to respond to all questions and make appropriate changes to the RFP in an addendum on the PR website as expeditiously as possible. The names of the consultants/vendors submitting questions will not be disclosed. PR may respond to all or part of the written inquiries received, if in the opinion of PR such information is deemed necessary to submit compliant proposals or if the lack of it would be prejudicial to other prospective Proposers. Oral and all other non-written responses, interpretations, and clarifications shall not be legally effective or binding. Any Proposer who attempts to use or uses any means or method other than those set forth above to communicate with PR or any director, officer, employee, or agent thereof, during the solicitation of this RFP shall be subject to disqualification. 2

3 I. PROJECT DESCRIPTION & SCOPE OF WORK This Request for Proposal (RFP) is issued by PR to acquire the services of a CM/CEI and Design Review Firm/Team for two (2) construction phases of a larger capital construction program. Palmetto Railways is currently implementing a program of construction for a new freight rail connection that interconnects Camp Hall Commerce Park (the Park) in Ridgeville, South Carolina to the existing CSX Transportation (CSX) rail network in Berkeley County ( the Camp Hall Rail Project ). The new connection will provide the Park connectivity to the regional rail network, improving transportation, distribution, and logistics for tenants and promoting economic development in Berkeley County and the State of South Carolina. These services may include but are not limited to pre-construction management, design review services, construction management, construction engineering, construction survey verification, assurance and acceptance inspection and testing in the areas of concrete, foundation, earthwork, drainage and base, erosion control, railroad track, bridge and structures, buildings and facilities, traffic control, and asphalt roadway to determine compliance with the contract requirements. Phase 1, as shown on Exhibit A, includes CM/CEI services for the Volvo Plant Track and Rail Yard construction at Camp Hall Commerce Park in Ridgeville, South Carolina. Pre-Construction Phase Services for Phase 1 shall begin within ten (10) days of a Notice to Proceed (NTP), unless otherwise amended. Construction Phase Services for Phase 1 will overlap or immediately follow the Pre-Construction Phase Services for Phase 1. Phase 1 improvements shall be completed by second quarter The Phase 1 Project includes rail improvements consisting of the following major infrastructure elements: Yard lead track connecting to the Camp Hall Access Track 2 processing tracks 2 classifying tracks Concept for the Volvo Industrial Lead (Phase 1 and 2a) is attached for information only as Exhibit B to this RFP. Phase 2, which includes Parts a and b as shown on Exhibit A, include CM/CEI and Design Review services for the Design-Build delivery of approximately 22.7 miles of green field railroad ROW and infrastructure construction. Phase 2 includes roadway, rail and structure design and construction consisting of the following major elements: Railroad bridge over Diversion Canal Railroad Highway crossings Class 2 Railroad Trackage and special trackwork Drainage PR has entered into a contract with two professional Architectural and Engineering (A&E) firms, CDM Smith and TranSystems Corporation to assist with project delivery. TranSystems will provide preliminary design, final design, and Construction Phase Services for Phase 1. Transystems will provide preliminary design and procurement support for the Design Build solicitation of Phase 2. Additionally, PR has 3

4 entered into a contract with CDM Smith to provide Program Management (PgM) services during pre- Construction and construction of both Phase 1 and 2. By and large, these firms will be retained through the completion of the design-build procurement process. Furthermore, any sub-consultant performing any of the following preliminary design services will customarily be retained: rail, roadway, structural, hydraulics, and geotechnical. Those entities retained will assist PR with RFP development, answering questions, and providing technical support during the RFP phase of the design-build procurement. The firms retained will be prohibited from participating in the pursuit of the associated design-build project. Final Design and construction schedules will be provided by the successful design-build contractor. Contract milestone dates are as follows: Volvo Site Construction Complete: Second Quarter 2018 Camp Hall Cross Route Design Build Complete: Fourth Quarter 2019 Project Description The Camp Hall Rail Project s area is a 22.7-mile variable width green field corridor that will connect to the CSXT rail network near the Santee Cooper Cross Generating Station and travel south and west to the Camp Hall Commerce Park. The selected alignment traverses multiple highways, county roads and farm roads; wetland areas and streams and requires construction of a multi-span bridge across the Diversion Canal on the North end of the alignment. The roadway crossings are integral to the Project so that uninterrupted access can be provided to the existing businesses, as well as to truck traffic accessing the Park. Utility relocations will require CM/CEI field coordination and may require oversight. II. SCOPE OF WORK Task 1: Project Management and Administration The selected Proposer shall provide a qualified Construction Manager (CM) to manage the project beginning with the Pre-Construction Phase. Pre-Construction Phase participation will include duties as described in Task 2 below and require the CM to be dedicated to this Project only and should assume a minimum forty (40) hour work week throughout the Pre-Construction Phase. During the Construction Phase, this project shall be the CM s sole responsibility which requires him/her to be dedicated only to this Project and have no other project, company, or corporate responsibilities for the duration of this contract. PR s Director of Special Projects or his designee will provide daily supervision on the Project and will make final decisions. The CM will be responsible for ensuring an appropriate level of inspection and management for all phases and aspects of the project. The selected Proposer shall provide a Deputy Construction Manager (DCM) for the Project to begin with the Construction Phase. Pre-Construction Phase participation will be limited to duties as described in Task 2 and do not require dedication to the Project during this phase. During the Construction Phase, this project shall be the DCM s sole responsibility which requires him/her to be dedicated only to this Project and have no other project, company, or corporate responsibilities for the duration of the contract. 4

5 Provide a Design Review Manager who possesses a professional license to practice engineering in the state of South Carolina that will be responsible for the day-to-day administration of the reviews. The Design Review Manager will be responsible for providing appropriate qualified personnel to complete discipline specific reviews including, but not limited to, rail, roadway, structures, geotechnical, and hydraulics. Provide a documents control manager to adequately manage documents for the project. During the Pre-Construction Phase the selected Proposer shall provide key staff as required and approved by PR to assist with duties as described in Task 2. The selected Proposer shall provide administration staff to adequately manage documents for the Project. Document management will be conducted through construction management software to be determined by PR. A written statement of commitment to the availability of the Proposer s Key Personnel shall be included in the Proposal in accordance with Section III below. Task 2: Pre-Construction The CM and staff shall be responsible for the following pre-construction tasks for each phase of work where applicable: Familiarize themselves with the Project and the design plans Participate in pre-construction activities associated with Construction Contractor(s) (Contractor) delivery of project to include but not limited to: o Evaluate all Contractor recommendations o Project goals settings o Risk analysis o Project schedule reviews o Evaluate Contractor proposed methods, materials, systems, phasing and costs o Evaluate procurement schedule o Final design and construction documents reviews (Phase 2b only) o Coordination of construction work being performed by others Evaluate Contractor safety plan Evaluate Contractor quality plan Evaluate Contractor pricing Evaluate Contractor schedules Participate in any community outreach efforts as required by PR Submit for PR review within thirty (30) calendar days of the Owner s execution of this Agreement: o Project reporting procedures o Quality Control and Testing Program o Health and Safety Program Task 3: Construction Contract Management Tasks: EEO compliance 5

6 DBE utilization plan and program monitoring Training program monitoring (on the job training) Safety program monitoring Review and approval of Contractor pay requests and generation of monthly pay estimates Dispute management Construction contract management Change order management Project documentation o Conducted through a document compiling software to be specified by owner o Photo and video gallery o Materials sampling and testing o Project inspection reports o Monthly project reports Project schedule o Critical Path Method (CPM) analysis o Schedule approval recommendation o Progress reports o Monthly Updates o Integration of technology related infrastructure milestones with Contractor construction project schedule Contractor submittals o Submittal and shop drawing review, coordination and tracking o Independent analysis and cost estimate of change orders o Claims review o Verify certification of Contractor s inspection personnel o Monthly As-Built Record Drawings verification Resource Agency Coordination o Environmental mitigation/permit monitoring o Water quality monitoring o SWPPP monitoring o Permit requirement tracking o Permit modification tracking o Report contractor DBE spending at the end of every quarter Right-of-Way Coordination o Property acquisition schedule/special provision adherence o Relocation, demolition, and clearing activities Hazardous material oversite o Hazardous material identification o Monitoring and tracking of hazardous material handling and disposition Utility coordination o Utility company facilitation o Specification conformance reviews 6

7 o Utility relocation diaries Project Closeout o Final inspection o Completion of punch list items o Testing and commissioning o Final Materials Certification preparation and submittal o Warranty Manuals o O&M Manual submittal o DBE compliance review o Review and Certify Contractor As-Built Record Drawings o Settlement Meeting o Final Payment o CM Document and records packaging and submittal Task 4: Construction Management Conduct weekly project progress and coordination meetings with Contractor and PR. Agenda and meeting minutes shall be provided as a CM/CEI deliverable for each meeting. Review and approval of construction documents, phasing plans, Site Specific Work Plans (SSWP) and updates, issues to be resolved during construction, requirements of construction permits, traffic control requirements, erosion control procedures, and the general proceeding of construction through completion of the project Assess and analyze facility impacts on adjacent properties and where problems may arise during and after construction Provide coordination with utilities requiring relocation or demolition or those necessary to serve the completed facility Assume responsibility for strict compliance with the construction contract, project plans, and specifications Prepare individual daily reports from each engineer or inspector monitoring contractor activities including units of individual contract items completed, issues resolved, and issues to be resolved Maintain written documentation of project decisions, communication, correspondence, and notes of all meetings Verify that all permits have been obtained, maintained and posted by responsible parties, including the contractor and PR design engineers Task 5: Inspection and Testing Services CM/CEI field staff will be required to submit electronic Inspector s Daily Reports (IDR) documenting all contractor activities, staffing and equipment on site, work completed, issues encountered, weather conditions and photos documenting key activities and issues. Consultant inspectors will be required to be certified in the disciplines in which they will be inspecting o Railroad warning equipment testing/commissioning o Electrical testing and commissioning 7

8 o Concrete structure inspection and quality acceptance testing o Structural foundation inspection and quality acceptance testing o Earthwork and base inspection and quality acceptance o Asphalt roadway inspection and quality acceptance testing o Concrete pavements inspection Plain Cement Concrete/ Reinforced Cement Concrete (RCC/PCC) o Perform quality acceptance inspection and testing for all other construction activities associated with the project not specifically mentioned above Monitor erosion control during construction for compliance with project specific SWPPP Provide a permitting specialist to oversee permitting work and make regular site visits during construction at least 50% of the time or as requested by PR Weekly work zone safety and traffic control inspections Furnish all necessary equipment to fulfill the testing, sampling and inspection responsibilities including cell phones, computers, specialized testing equipment, and vehicles Task 6: Hazardous Material Testing and Monitoring Provide a licensed Professional Geologist with Hazardous Waste Operations and Emergency Response Standard (HAZWOPER) training Inspection, testing, and monitoring of roadway and structural excavations for hazardous materials Task 7: Verification Survey Provide survey crews and equipment to independently confirm layouts, alignment and geometry at key locations Verify initial project survey control points are correct and monitor periodically throughout the contract Perform verification surveys as listed in the SCDOT and FRA Construction Manuals Other survey work as directed by PR Task 8: Design Review Services The Consultant shall review plans and submittals to verify Contractor s compliance with project criteria, applicable permits and regulatory agencies requirements. Any non-compliance to the design criteria found during the review will be reported to PR through review comments. The Consultant will review any changes to design criteria proposed by the Contractor and advise PR as to the appropriateness of these changes, including cost and schedule implications to the project. The Consultant is expected to act as an extension of PR staff and provide possible solutions to issues which arise during design and construction of the project. The work will primarily consist of the following: Review Contractor s Contract Deliverables Matrix and Contractor s Quality Control Plan for design, drawings, and specifications. Review and comment on the Contractor s design submittals of design calculations, drawings, and technical special provisions. 8

9 Review and comment on the Contractor s seismic analysis/designs and geotechnical studies/analysis/designs. Review and comment on the Contractor s drainage design and plans submissions including storm water management and erosion control. Review and comment on the Contractor s roadway design and plans submission. Verify compliance with the project design criteria developed by PR from the SCDOT Highway Design Manual latest edition, SCDOT design standards, and supplemented by AASHTO s A Policy on Geometric Design of Highways and Streets 2001 Edition. Review and comment on the Contractor s bridge and other structural designs and plans. This includes wall, culvert, and sign structure foundation designs. Verify compliance with the project design criteria. Review and comment on the Contractor s traffic control plans including Maintenance of Traffic Plans, permanent signing and pavement marking plans to ensure compliance with the project design criteria and the latest edition of the Manual of Uniform Traffic Control Devices. Review and provide recommendations on Requests for Information, Issue Papers, Technical Special Provisions, and Design Exceptions/Variances. Review and Comment on the Contractor s as-built drawings. Prepare and attend Partnering Meetings and Design Coordination Meetings. Task 9: Co-Location with PR The selected Proposer must establish a project office within 3 miles of the Camp Hall Commerce Park prior to notice to proceed for the Construction Phase of the project. In addition to meeting space, office space shall be provided for at least 2 PR employees assigned to the project. Substantial Completion A Preliminary Project Schedule is contained in the Major Milestone Schedule. The Major Milestone Schedule is provided as Exhibit C of this RFP The Camp Hall Cross Route work required substantial completion date to allow for commissioning is Fourth Quarter 2019 unless otherwise amended. The required substantial completion date for Phase 1, is Second Quarter 2018 unless otherwise amended. Substantial completion for operating areas will be defined as having met all requirements as stated within the final construction documents and technical specifications. The following Phase 1 components of the project shall be determined substantially complete no later than Second Quarter 2018: 1. Yard Lead Track connecting to the Camp Hall Access Track 2. 2 processing tracks 3. 2 classifying tracks 9

10 Completion Date The required completion date for Phase 2 is Fourth Quarter 2019 for all components unless otherwise amended. The selected Proposer will participate, and be instrumental in review and monitoring of the Project schedule, advising PR on the design, Pre-Construction and Construction Work sequence for the greatest cost-effectiveness and on-time delivery. III. PROPOSAL FORMAT & CONTENT Proposal Format All submitted proposals shall not exceed twenty-six (26) pages in length (8.5 X11, 12-point font, one column, single spaced) and shall not exceed page maximums as identified in each section description. Proposals should include a table of contents and section dividers with tabs enumerated by section. The table of contents and section dividers will not count towards the page limit. 11 X17 pages are allowed for org chart, tables, figures, graphs or other exhibits only. Proposals can be double-sided, with each side being counted as one page. All proposals should have the following sections: Proposal Content 1. Letter of Interest It should be no longer than two (2) pages and shall contain the following items: An expression of the Proposer s interest in being selected for the project A statement confirming the commitment of Key Personnel identified in the submittal to the extent necessary to meet PR s quality and schedule expectations, and that they are available for the duration of the project Provide the name of the Proposer s Principal, Officer of the Firm, or Project Manager responsible for this contract and has authority to sign the contract for the consultant A summary of key points regarding the Proposer s qualifications Signing the letter of interest constitutes authorization of the consultant to submit qualification for the purpose of negotiating and entering into a contract with PR Certification of authorized submitter that information contained within is correct by including the statement: I certify that the information included within this document, is to the best of my knowledge, correct as of the date indicated. 2. Project Approach and Work Plan Describe how the Proposer will implement and coordinate the specific tasks required in the scope of work. This description should identify any suggested subtasks to clarify the project approach and suggest any additional work that will add value to the Project, as well as identify any services that may not be provided due to challenges presented by the project site or project conditions. The description should also identify how the project will be staffed by task. Lastly, provide a description of the Proposer s QA/QC, project management, safety and communications plan for executing the Project. This section is not to exceed eight (8 pages). 10

11 3. Project Organization Chart This chart shall indicate the proposed staffing for both Phase 1 and Phase 2 construction. The chart must include the names of the Key Personnel selected for the project and other individuals considered critical to the success of the project and their roles, the names of the consultant by which they are employed, and the lines of communication, to include functional structure, levels of management and reporting relationships and major functions to be performed in managing the project. The organizational chart must clearly display any DBE firm(s) that will be utilized to meet the contract goal. It shall also indicate the people who will be points of contact with the PR Director of Special Projects. The Project Organization Chart is limited to one (1) side of one sheet of paper. 4. Qualifications of Key Personnel The CM is considered Key Personnel required for the Project. Additional Key Personnel required for the project include: Facilities Inspection Civil Inspection (Earthwork, General, Pavements) - shall be a licensed Professional Engineer in the State of South Carolina Track Inspection - FRA certification required Electrical Inspection Materials Testing Quality Control/Quality Assurance Site/SWPPP Inspection Structures Inspection Lead (Bridge, Rail trestle, Geotechnical, Wall) shall be a licensed Professional Engineer in the State of South Carolina Utilities Provide resumes for each Key Personnel, including any key sub-consultants. Proposed CM and DCM must be assigned to the Project through its completion. For each individual listed, provide the following information: 1. Name of Key Personnel 2. Years with current firm 3. Total years in the industry 4. Current title with company 5. Any licenses, credentials or certifications relative to this Project 6. Role assigned to this Project 7. Project(s) currently assigned and anticipated completion date(s) 8. Applicable past project experience for past 10 years 11

12 Note: Any employee designated as Key Personnel by the proposer cannot be substituted or removed from the project after submittal without prior written approval of PR Resumes for Key Personnel do not count against the total page limitation. 5. Project References Provide project references which demonstrate Proposer s expertise in the required services and ability to execute the Project. Specifically, Proposer shall identify a minimum of five (5) projects on which Proposer has provided similar services, providing the following information: 1. Name and location of the project 2. Nature of the Proposer s responsibility on this project description of work for which Proposer was responsible 3. Proposer s contract amount 4. Name, address, and phone number of a representative of the project owner 5. Project status - completion date or, if still in progress, percent complete and anticipated completion date 6. Size of project gross acreage, number of facilities, linear feet of track, etc. 7. Cost of project initial project cost and value of any additive change orders. If change orders were assessed, provide an explanation as to the nature and reason for their occurrence. 8. Proposer s key personnel on the listed project, noting those who would be assigned to the Project This section is not to exceed five (5) pages. 6. Key Personnel Current Workload and Capacity Chart Provide a chart that lists all other projects currently under contract or pending contract, including contracts as a consultant to another firm, for which all Key Personnel on your team will be assigned concurrently and provide end dates for each contract. Include percentages of time that will be dedicated to concurrently assigned projects for each contract lifespan for all Key Personnel. In addition, identify the office location at which Key Personnel assigned to this Project will work. The Current Workload and Capacity Chart is limited to one (1) side of one sheet of paper. 7. Cost and Schedule Proposal Proposers are required to provide a cost and schedule estimate, by task, for the anticipated services identified in the Scope of Services. In the cost estimate, Proposers must provide an estimate of the number of hours required to complete each task identified in the Scope of Services, including breakdown of proposed project staffing by title and the gross (including overhead and profit) hourly billing rates for each, reimbursable expenses and other costs required to complete each task of the Project. The Proposer s labor multiplier must be clearly identified on the cost estimate. Proposers shall 12

13 provide an estimated duration for the Project Closeout task in their schedule and cost estimate, as a separate and distinct sub-task to Task 3 Construction Management. This section is limited to six (6) pages. 8. Licenses Attach a copy of the Proposer s Business Occupational License and all applicable professional registrations from the appropriate governing board(s). Proposers must be properly registered to practice their profession in the State of South Carolina at the time of its submittal. Provide copies of all current State of South Carolina Department of Professional Regulation licenses or certificates for Key Personnel. The Selection Committee may verify the status with the appropriate state board(s). Business Occupational License and all applicable professional registrations do not count against the total page limitation. 9. Litigation Identify all litigation, pending litigation and lawsuits (including arbitration, administrative proceedings, etc.) involving a client for the office or Key Personnel, including subconsultants, have been party during the last five (5) years. Include a brief legal description of the dispute and its current status. Describe the particular circumstances giving rise to the dispute and the actions which Proposer took to attempt to settle the matter prior to and after a suit being filed. This section is not to exceed three (3) pages. III. Selection Process/Award Criteria The selection of a Proposer to perform the CM/CEI for the Project will be made by a PR Selection Committee that will evaluate and score the proposals in accordance with the criteria specified herein. PR may make a contract award based solely on the initial scoring, and proposals should be prepared with the intention of providing the best possible description of relevant experience, expertise, and Project approach. SELECTION PROCESS PR will evaluate all proposals submitted by Proposers responding to the RFP that meet the proposal submission requirements. Proposals will be evaluated and ranked based on the criteria detailed below. Evaluation Criteria: 1. Experience a. Proposer Demonstrated experience with similar projects, including: i. Proposer s experience with projects similar in scope ii. Proposer s experience with projects of similar size iii. Proposer s experience with projects in the State of South Carolina 13

14 b. Key Personnel Demonstrated experience of members (specifically of CM and Deputy CM) of your proposed team with similar projects, including: i. Experience with projects similar in scope ii. Experience with projects of similar size iii. Experience with projects in the State of South Carolina iv. Required certifications and other credentials earned by Proposer s proposed staff 2. Project Approach and Work Plan a. Demonstrated understanding of the project elements b. Work plan that addresses required CM/CEI services c. Unique qualities or attributes Proposer brings to your understanding of the project d. Identification of Proposer s ability to respond quickly to task assignments, ability to handle multiple tasks concurrently and to complete tasks on accelerated schedules 3. Work Load and Existing Capacity 4. Fee a. Proposer s staffing depth to accommodate its present workload and this proposed project, as well as the Proposer s breadth and quality of services required for the project b. Demonstration that the Proposer can commit the level of professional staff necessary to provide the services required a. Demonstration of Proposer s financial competitiveness in the marketplace b. Labor multiplier Should PR determine at its sole discretion that only one Proposer is fully qualified, or that one Proposer is clearly more highly qualified and suitable than the others under consideration, a contract may be negotiated and awarded to that Proposer. Proposers are advised that PR may use all information provided by the Proposer and information obtained from other sources in the assessment of past performance. Past performance information on contracts not listed by the Proposer, or that of named subcontractors, may also be evaluated. PR may contact references other than those identified by the Proposer and information received may be used in the evaluation of the Proposer s past performance. While PR may elect to consider information obtained from other sources, the burden of providing current, accurate, and complete past performance information rests with the consultant. IV. Final Selection and Notification PR will compile the finalized scores, rank the Proposers, and determine if interviews will be necessary. 14

15 Should PR determine at its sole discretion that only one Proposer is fully qualified, or that one Proposer is clearly more highly qualified and suitable than the others under consideration, a contract may be negotiated and awarded to that Proposer. Should PR require interviews to necessitate final selection, short-listed Proposers will be notified separately of interview schedule (tentatively December 13, 2017). Interview presentations will be led by the Proposer s CM. The presentation should focus on how Proposer will meet requirements as developed in the statement of work provided in the RFP. Reiterating qualifications and experience will not be required as part of the interview process. Bring no more than five (5) team members, including the CM and Deputy CM assigned to the project. The format for the presentation will be as follows: 30 minutes for formal presentation 20 minutes for questions and answer At the conclusion of the interviews, the selection panel shall rank, in the order of preference, the interviewed Proposers whose professional qualifications, presentation evaluation and proposed services are deemed most meritorious. Negotiations shall then be conducted with the Proposer ranked first. If a contract is deemed satisfactory and advantageous to the PR and can be negotiated at a fair and reasonable fee, the award shall be made to that Proposer. If negotiations are not successful, the negotiations shall be formally terminated and the project offered to the next Proposer for negotiation and possible award of the contract. V. INSTRUCTIONS TO CONSULTANTS Additional Information PR reserves the right to request or obtain additional information about any and all responses to the RFP. Amendment Any amendment will be posted on the PR website here: The RFP may be amended at any time prior to the RFP response submittal date. All actual or prospective Proposers should monitor the PR website for issuance of amendments. Proposers shall acknowledge receipt of any amendment to this RFP (i) by signing and returning the amendment, (ii) by letter, or (iii) by submitting a response that indicates that the Proposer received the amendment. If the RFP is amended, all terms and conditions which are not modified remain unchanged. It is the Proposer s responsibility to check the website regularly for updates and modifications. Authorization to Begin Work No work shall commence until after contract execution and issuance of a Notice to Proceed (NTP). Violations of NTP may result in non-payment of work performed, termination of an impending contract, or loss of federal funds, if applicable. Consultant billing shall not date prior to contract and/or modification of execution date. 15

16 Award Contract award will occur after successful negotiations with the selected Proposer is reached. Award will be made to the top ranked Proposer that has successfully negotiated a contract. CM/CEI Conflict No member of the selected CM/CEI and Design Review services team, its subsidiaries, and/or affiliates shall be eligible for participation on the design build team on this project. Clarifications PR, at its sole discretion, shall have the right to seek clarification from any consultant to fully understand information contained in their responses to the RFP. Communication Effective the date of the advertisement of this contract, no further contact is allowed with an PR personnel concerning this project except for questions of an administrative or contractual nature that shall be submitted in writing to the attention of the Director of Special Projects. This restriction is in effect until the selection has been announced. The employees of the proposing consultant may not contact any PR staff including members of the Selection Committee, other than the Director of Special Projects to obtain information on the RFP. Such contact may result in disqualification. DBE Goal/Qualification The contract for this project contains a DBE participation goal is five percent (5%). To qualify as a DBE on this project, the firm must be listed as approved for the type of work to be performed in the South Carolina Unified DBE Directory at the time of the bid submittal. The selected Proposer shall comply with Title VI of the Civil Rights Act of Insurance The selected Proposer is responsible to obtain all required statutory and contractual insurance, including but not limited to Professional Liability Insurance and shall be submitted to PR prior to execution of the contract. Key Personnel Key Personnel are those personnel deemed critical to the success of the project. The CM and DCM are identified as Key Personnel for this project. Key Personnel, Staff, and Team Changes during Selection Process Failure of the Proposer to notify PR of any changes in Key Personnel may render the Proposal nonresponsive and subject to rejection. PR reserves the right to seek clarification to confirm unavailability. If after submission of the Proposal any Key Personnel become unavailable, the Proposer shall notify PR immediately of the unavailability and submit the name and resume of a replacement having equal or better qualifications. 16

17 If the Director of Special Projects is notified by the Proposer that Key Personnel are not available, action must be taken as follows: (i) if notified before scoring is complete, but after the deadline of the submittal, the Proposer can submit the resume of an equally or better qualified substitute to replace the Key Personnel. The selection committee will score using the substitute Key Personnel; (ii) if notified after the scoring is complete, but prior to final approval, and the change involves the top scoring Proposer can submit the resume of the person who will replace the Key Personnel. The selection committee must then determine if the substitute Key Personnel would affect the selection results. If the substitution does not affect selection results, the Director of Special Projects will notate the change and the justification for not adjusting the selection results. If the substitution of Key Personnel does affect selection results, the selection committee will re-score the top scoring Proposer and change the selection; or (iii) if a Proposer notifies the Director of Special Projects of a Key Personnel change any time after the final approval, PR must determine if the substitute Key Personnel is acceptable. If not, the Proposer will be rejected and the next highest scoring Proposer will be selected for negotiation. To qualify for PR s authorization to replace a Key Personnel, the Proposer must submit the resume and a written request explaining the reason for the change and must document that the proposed removal and replacement will provide services and/or management of the Project that are equal to or better than that submitted with the proposal. PR will use the criteria specified in the advertisement and the documentation submitted by the Proposer to evaluate the requests. PR reserves the right to reject the Proposer from further consideration if the substitute Key Personnel is not approved. KEY INDIVIDUAL CHANGES AFTER AWARD THIS SOLICIATION: All key individuals identified in the submitted proposal shall remain for the duration of the procurement process and if the Prime Consultant is awarded a contract, the duration of the contract. Unauthorized changes to the key individuals at any time during the procurement process may result in rejection of the submitted proposal from further consideration. If the Prime Consultant is awarded a contract, unauthorized changes to any key individuals in the submitted proposal may be considered a breach of contract and result in termination. Laws and Regulations It is the responsibility of the Proposer to know and understand state and federal contracting and project regulations, rules, policies, and procedures. Proposers shall conform to all state and federal requirements. Ownership All materials and written qualifications submitted pursuant to this RFP shall become the property of PR and will not be returned. Responsiveness Any proposal which fails to conform to the material requirements of the RFP may be rejected as nonresponsive. Reasons for determining a proposal to be nonresponsive may result from, but are not limited to, the following: failure to provide all information requested in the RFP, conflicts of interest, proposals which include or infer conditions contrary to the requirements of PR, and failure to provide complete and honest information. Proposers may not be given an opportunity to correct any material 17

18 found to be nonresponsive. Minor deficiencies within a proposal may be clarified or waived at the sole discretion of PR. RFP Preparation Costs PR assumes no liability and will not reimburse costs incurred by Proposers (whether selected or not) in developing responses to this RFP or participating in interviews. Right to Reject PR reserves the right, in its sole discretion, to reject any and all RFP responses if it determines that such rejection is in the best interest of PR. Right to Cancel PR reserves the right to cancel the RFP, any subsequent negotiations, or contract award at any time if it is determined to be in the best interest of PR. Validity of information Proposers shall be held responsible for the validity of all information supplied in their proposals, including information provided by potential subcontractors. Should subsequent investigation disclose that the facts included within a proposal were not as stated by the Proposer, the proposal may be rejected or the contract terminated, if after award, in addition to any other remedy available under the contract or by law. 18

19 Exhibit A Sources: Esri, HERE, DeLorme, USGS, Intermap, INCREMENT P, NRCan, Esri Japan, METI, Esri China (Hong Kong), Esri Korea, Esri (Thailand), MapmyIndia, NGCC, OpenStreetMap contributors, and the GIS User Community : Miles PHASE 1 PHASE 2A PHASE 2B Legend CAMP HALL COMMERCE PARK SANTEE COOPER CROSS GENERATING STATION

20 N #8 AASHTO 2 04 (US) SU GENERATOR AASHTO 2 04 (US) ASHTO 2004 (US) T/S (c) 2015 Transoft Solutions, Inc. Allrights reserved. (c) 2015 Transoft Solutions, Inc. All rights reserved. (c) 2015 Transoft Solutions, Inc. All rights reserved. FORKLIFTCHARGING (c) 2015 Transoft Solutions, Inc. All rights reserved. (c) 2015 Transoft Solutions, Inc. Allrights reserved. (c) 2015 Transoft Solutions, Inc. Allrights reserved. (c) 2015 Transoft Solutions, Inc. Allrights reserved. (c) 2015 Transoft Solutions, Inc. Allrights reserved. (c) 2015 Transoft Solutions, Inc. Allrights reserved. (c) 2015 Transoft Solutions, Inc. Allrights reserved. (c) 2015 Transoft Solutions, Inc. All rights reserved. CYLINDERS T/S AASHTO 2 04 (US) AASHTO 2 04 (US) T/S ASHTO 2004 (US) RTO SLAB GENERATOR GENERATOR SU SU CYLINDERS SU SU T/S T/S T/S T/S GENERATOR T/S T/S T/S Exhibit B VOLVO CAR DR 4390 BELLE OAKS DRIVE SUITE 220 NORTH CHARLESTON, SC PHONE: (843) FAX: (843) VOLVO LEAD CENTERLINE MILLS BRANCH RD CAMP HALL MAINLINE CENTERLINE FISH RD STA PHASE I PHASE I VOLVO SITE (CAMP HALL COMMERCE PARK) CAM P H ALL - VOLVO SITE BERKELEY COUNTY, SOUTH CAROLINA 90% DESIGN PLANS DOCUMENT IS FOR INTERIM REVIEW AND NOT INTENDED FOR CONSTRUCTION, BIDDING, OR PERMIT PURPOSES. c:\transystems\pw_local\transyscorp-pw1\ajgadson\d \exh-ov dgn SITE KEY MAP REVISIONS: PROJ NO: P SCALE: 1"=600' DATE: 10/11/2017 DESIGNED BY: AJG DRAWN BY: AJM CHECKED BY: DRC SHEET TITLE: SITE MAP MARK DATE DESCRIPTION - 11:56:15 AM - SHEET NO. $USER$ 10/11/2017 SHEET 1 1 OF 28 1 IF THIS DRAWING IS LESS THAN 22" X 34" IT IS A REDUCED SIZE DRAWING

REQUEST FOR QUALIFICATIONS CAMP HALL RAILROAD BUILD-IN DESIGN-BUILD PROJECT. Camp Hall Commerce Park (Camp Hall) Ridgeville, South Carolina

REQUEST FOR QUALIFICATIONS CAMP HALL RAILROAD BUILD-IN DESIGN-BUILD PROJECT. Camp Hall Commerce Park (Camp Hall) Ridgeville, South Carolina REQUEST FOR QUALIFICATIONS CAMP HALL RAILROAD BUILD-IN DESIGN-BUILD PROJECT Camp Hall Commerce Park (Camp Hall) Ridgeville, South Carolina March 1, 2018 1. INTRODUCTION Palmetto Railways, a division of

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR TO PREPARE PROFESSIONAL DESIGN SERVICES PLANS, SPECIFICATIONS, AND ESTIMATE (PS&E) FOR THE RAISED MEDIAN ALONG DR. MARTIN LUTHER KING JR. BOULEVARD CITY PROJECT NO. PW1716/ FEDERAL

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR PROFESSIONAL DESIGN SERVICES RAISED MEDIAN ALONG DR. MARTIN LUTHER KING JR. BOULEVARD CITY PROJECT NO. PW1716 FEDERAL PROJECT NO. HSIPL-5008(167) CITY OF STOCKTON PUBLIC WORKS

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

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

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 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

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

REQUEST FOR PROPOSAL TO PROVIDE AS-NEEDED ENGINEERING SERVICES FOR THE IMPLEMENTATION OF

REQUEST FOR PROPOSAL TO PROVIDE AS-NEEDED ENGINEERING SERVICES FOR THE IMPLEMENTATION OF REQUEST FOR PROPOSAL TO PROVIDE AS-NEEDED ENGINEERING SERVICES FOR THE IMPLEMENTATION OF PURPLE LINE EXTENSION PROJECT BY LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY Project No. 16-34 CITY

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

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 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

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

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016 Massachusetts Bay Transportation Authority POLICIES & PROCEDURES Design Build Procurement Procedures April 2016 Design Build Procurement Procedures April 2016 Massachusetts Bay Transportation Authority

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 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

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

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO.: 1 Date: May 12, 2015 To: All Proposers From: Procurement Office RE: Questions and Answers RFP-DOT-14/15-9030-GH-ReAd: EMERGENCY MANAGEMENT SERVICES Notice

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 QUALIFICATIONS (RFQ) AIRPORT ARCHITECTURAL AND ENGINEERING SERVICES AGREEMENT MINOT INTERNATIONAL AIRPORT

REQUEST FOR QUALIFICATIONS (RFQ) AIRPORT ARCHITECTURAL AND ENGINEERING SERVICES AGREEMENT MINOT INTERNATIONAL AIRPORT REQUEST FOR QUALIFICATIONS (RFQ) AIRPORT ARCHITECTURAL AND ENGINEERING SERVICES AGREEMENT MINOT INTERNATIONAL AIRPORT 2016-2021 GENERAL The intent and purpose of this Request for Qualifications (RFQ) is

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

Procedures for Local Public Agency Project Administration (Revised 5/2014)

Procedures for Local Public Agency Project Administration (Revised 5/2014) Procedures for Local Public Agency Project Administration (Revised 5/2014) OVERVIEW A Local Public Agency (LPA) is defined as a county, municipal corporation, state or local authority, board, commission,

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

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

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 QUALIFICATIONS. Architectural/Engineering Design Services

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services REQUEST FOR QUALIFICATIONS Architectural/Engineering Design Services Logistics DISTRICT CONTACTS FOR QUESTIONS Jeff Collum Superintendent Phone: 903-668-5990 Email: jcollum@hisd.com REQUEST FOR STATEMENT

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

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION FOR THE COUNTY OF RIVERSIDE TRANSPORTATION DEPARTMENT Table of Contents ADDENDUM NO. 2 March

More information

Request for Qualifications B Geotechnical Investigations / Professional Services Firms. RFQ Due Date: October 8, :00 P.M.

Request for Qualifications B Geotechnical Investigations / Professional Services Firms. RFQ Due Date: October 8, :00 P.M. Request for Qualifications B13.017 Geotechnical Investigations / Professional Services Firms RFQ Due Date: October 8, 2013 2:00 P.M. Mr. Dale Switzer Senior Director of Facilities Planning, Development

More information

QUALIFICATIONS BASED SELECTION (QBS)

QUALIFICATIONS BASED SELECTION (QBS) QUALIFICATIONS BASED SELECTION (QBS) Transportation Professional Services Procurement Process LaSalle County Highway Department 1400 N.27 th Road Ottawa, IL 61350 Phone: (815) 434-0743 Fax: (815) 434-0747

More information

January 19, To Whom It May Concern:

January 19, To Whom It May Concern: January 19, 2018 To Whom It May Concern: The Airport South Community Improvement District and the Airport West Community Improvement District, collectively known as the Aerotropolis Atlanta Community Improvement

More information

December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport

December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport Dear Proposer: The Savannah Airport Commission is requesting proposals for

More information

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE MARCH LANE/EAST BAY MUD BICYCLE AND PEDESTRIAN PATH CONNECTIVITY IMPROVEMENTS.

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE MARCH LANE/EAST BAY MUD BICYCLE AND PEDESTRIAN PATH CONNECTIVITY IMPROVEMENTS. REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE MARCH LANE/EAST BAY MUD BICYCLE AND PEDESTRIAN PATH CONNECTIVITY IMPROVEMENTS Federal Project No. CML-5008(179) City Project No. PW1722 Issued by: City

More information

CITY OF ROCK HILL, SOUTH CAROLINA SOLICITATION OF QUALIFICATIONS FOR TRANSIT MARKETING AND BRANDING PLAN

CITY OF ROCK HILL, SOUTH CAROLINA SOLICITATION OF QUALIFICATIONS FOR TRANSIT MARKETING AND BRANDING PLAN CITY OF ROCK HILL, SOUTH CAROLINA SOLICITATION OF QUALIFICATIONS FOR TRANSIT MARKETING AND BRANDING PLAN Requestor: City of Rock Hill Contact: Tracy Smith E-Mail: Tracy.Smith@cityofrockhill.com Return

More information

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS The City of Hondo requests the submission of qualifications statements, which will lead to the possible award of a contract to provide planning, design

More information

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016 1. Introduction 1.1 The Board of Education for is soliciting Statements of Interest and Qualifications from qualified firms to provide comprehensive Architectural Services. The selected firm would have

More information

REQUEST FOR QUALIFICATIONS MUNICIPAL ENGINEERING SERVICES

REQUEST FOR QUALIFICATIONS MUNICIPAL ENGINEERING SERVICES CITY OF CASTLE HILLS TEXAS REQUEST FOR QUALIFICATIONS MUNICIPAL ENGINEERING SERVICES PROPOSED AWARD SCHEDULE December 6, 2017 December 20, 2017 January 16, 2018 January 23, 2018 January 30, 2018 February

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

CITY OF ROCK HILL, SOUTH CAROLINA SOLICITATION OF QUALIFICATIONS FOR TRANSIT CONSULTANT SERVICES

CITY OF ROCK HILL, SOUTH CAROLINA SOLICITATION OF QUALIFICATIONS FOR TRANSIT CONSULTANT SERVICES CITY OF ROCK HILL, SOUTH CAROLINA SOLICITATION OF QUALIFICATIONS FOR TRANSIT CONSULTANT SERVICES Requestor: City of Rock Hill Contact: Tracy Smith E-Mail: Tracy.Smith@cityofrockhill.com Return Proposal

More information

OHIO TURNPIKE AND INFRASTRUCTURE COMMISSION

OHIO TURNPIKE AND INFRASTRUCTURE COMMISSION OHIO TURNPIKE AND INFRASTRUCTURE COMMISSION REQUEST FOR PROPOSALS ( RFP ) PROFESSIONAL ENGINEERING AND CONSTRUCTION ADMINISTRATION AND INSPECTION SERVICES REF: REHABILITATION OF VARIOUS BRIDGES AT MILEPOSTS

More information

Request for Qualifications

Request for Qualifications Request for Qualifications Architectural & Engineering Services for HUTTON ELEMENTARY SCHOOL Modernization and Additions Project Submittal Deadline: August 24, 2012, 4:00 P.M. Spokane Public Schools 2815

More information

Request for Qualifications and Proposals (RFQ/P) #564. for. Program and Construction Management Services

Request for Qualifications and Proposals (RFQ/P) #564. for. Program and Construction Management Services Request for Qualifications and Proposals (RFQ/P) #564 for Program and Construction Management Services OXNARD UNION HIGH SCHOOL DISTRICT NOTICE INVITING QUALIFICATIONS and PROPOSALS NOTICE IS HEREBY given

More information

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER Issued On: February 1, 2018 Date Due: February 23, 2018-2:00 pm CST At: 545 Academy Drive Northbrook, IL 60062 Northbrook Activity Center 180 Anets Drive

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

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR Proposals must be submitted No later than 4:00 p.m. CDT July 30,

More information

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION FOR THE COUNTY OF RIVERSIDE TRANSPORTATION DEPARTMENT Table of Contents I. Events Calendar

More information

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR WALLA WALLA REGIONAL AIRPORT (ALW) WALLA WALLA, WASHINGTON. October 2, 2018

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR WALLA WALLA REGIONAL AIRPORT (ALW) WALLA WALLA, WASHINGTON. October 2, 2018 REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR WALLA WALLA REGIONAL AIRPORT (ALW) WALLA WALLA, WASHINGTON October 2, 2018 The Port of Walla Walla, owner and operator of the Walla Walla Regional Airport,

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

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

Washington County Public Works, Building Services

Washington County Public Works, Building Services Public Works Department 11660 Myeron Road North Stillwater, MN 55082 Washington County Public Works, Building Services Qualifications for Architectural and Engineering Services For Washington County Library,

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

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

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 PROPOSALS

REQUEST FOR PROPOSALS FOR THE Transportation Development Act (TDA) Triennial Performance Audit of the Public Transit Systems and the Council of Governments in Stanislaus County Stanislaus Council of Governments 1111 I Street,

More information

4:00 p.m. on May 6, 2016

4:00 p.m. on May 6, 2016 Request for Qualifications On-Call General Engineering Services Public Works Department City of Daly City 333 90 th Street Daly City, CA 94015 April 4, 2016 The City of Daly City is accepting proposals

More information

PROGRAM OPPORTUNITY NOTICE EFFICIENCY MAINE TRUST CUSTOM INCENTIVE PROGRAM FOR ELECTRIC EFFICIENCY PROJECTS PON EM

PROGRAM OPPORTUNITY NOTICE EFFICIENCY MAINE TRUST CUSTOM INCENTIVE PROGRAM FOR ELECTRIC EFFICIENCY PROJECTS PON EM PROGRAM OPPORTUNITY NOTICE EFFICIENCY MAINE TRUST CUSTOM INCENTIVE PROGRAM FOR ELECTRIC EFFICIENCY PROJECTS PON Opening: July 1, 2017 Closing: June 30, 2018 Revised: February 6, 2018 {P1472575.1} CONTENTS

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

COMPREHENSIVE TRANSPORTATION PLAN REQUEST FOR STATEMENT OF QUALIFICATIONS AND PROPOSAL

COMPREHENSIVE TRANSPORTATION PLAN REQUEST FOR STATEMENT OF QUALIFICATIONS AND PROPOSAL COMPREHENSIVE TRANSPORTATION PLAN REQUEST FOR STATEMENT OF QUALIFICATIONS AND PROPOSAL Prepared by Benson Planning Department April 2018 Benson, North Carolina I. PURPOSE The Town of Benson is soliciting

More information

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR PULLMAN-MOSCOW REGIONAL AIRPORT PULLMAN, WA

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR PULLMAN-MOSCOW REGIONAL AIRPORT PULLMAN, WA July 12, 2018 REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR PULLMAN-MOSCOW REGIONAL AIRPORT PULLMAN, WA The Pullman-Moscow Regional Airport (PMRA) is soliciting Statements of Qualifications (SOQ)

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 PROPOSALS RFP# CAFTB

REQUEST FOR PROPOSALS RFP# CAFTB REQUEST FOR PROPOSALS RFP# CAFTB25092017-01 THE CHILDREN S AID FOUNDATION OF THE DISTRICT OF THUNDER BAY WEBSITE REDESIGN/DEVELOPMENT Issue Date: 25 September 2017 Closing Date: 20 October 2017 Submit

More information

Energy Efficiency Programs Process and Impact Evaluation

Energy Efficiency Programs Process and Impact Evaluation Energy Efficiency Programs Process and Impact Evaluation Issued: 4/3/2018 Questions Due: 4/17/2018 Responses Due: 5/18/2018 RFP Coordinator: Rob Ward *This RFP process will be conducted via Idaho Power

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 PROPOSALS (RFP) For Electrical Engineering Design Services City Hall Switchgear Replacement October 28, 2016

REQUEST FOR PROPOSALS (RFP) For Electrical Engineering Design Services City Hall Switchgear Replacement October 28, 2016 MAYOR GARY O. PHILLIPS VICE MAYOR KATE COLIN COUNCILMEMBER MARIBETH BUSHEY COUNCILMEMBER JOHN GAMBLIN COUNCILMEMBER ANDREW CUYUGAN MCCULLOUGH PUBLIC WORKS DEPARTMENT: (415)485-3355 FAX: (415)485-3334 Bill

More information

Facilities Condition Assessment

Facilities Condition Assessment Facilities Condition Assessment (O&M 16 018) Date Issued: January 29, 2016 Date Due: Contact: March 3, 2016 at 4:00:00 pm Paul Acosta, Program Manager III paul.acosta@stocktonca.gov City of Stockton Public

More information

REQUEST FOR LETTERS OF INTEREST

REQUEST FOR LETTERS OF INTEREST REQUEST FOR LETTERS OF INTEREST THE MUNICIPALITY OF WADESBORO DESIRES TO ENGAGE A QUALIFIED PRIVATE ENGINEERING FIRM (PEF) FOR CONSTRUCTION ENGINEERING AND INSPECTION (CEI) SERVICES FOR THE FOLLOWING PROJECT..

More information

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN REQUEST FOR PROPOSAL (RFP) #1314-15 CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN Request for Proposal must be received no later than January 3, 2014 at 2:00 pm CARRI MATSUMOTO

More information

Galesburg Public Library, Galesburg, IL

Galesburg Public Library, Galesburg, IL Galesburg Public Library, Galesburg, IL Request for Qualifications ( RFQ ) Architectural, Engineering, Construction Management and Related Services I. OVERVIEW The Galesburg Public Library is seeking architectural,

More information

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services Selection Process for Architectural & Engineering Services TABLE OF CONTENTS PROJECT DESCRIPTION... 1 POLICY-COMPETITIVE SELECTION PROCESS... 1 REQUIREMENTS OF DESIGN PROFESSIONAL (DP)... 3 STATEMENT OF

More information

Request for Proposals. On-Call General Engineering Services. Public Works Department City of San Mateo 330 West 20th Avenue San Mateo, CA 94403

Request for Proposals. On-Call General Engineering Services. Public Works Department City of San Mateo 330 West 20th Avenue San Mateo, CA 94403 Request for Proposals On-Call General Engineering Services Public Works Department City of San Mateo 330 West 20th Avenue San Mateo, CA 94403 May 24, 2015 The City of San Mateo is accepting proposals to

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

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES WESTSIDE ELEMENTARY 1210 JIMMY ANN DRIVE DAYTONA BEACH, FLORIDA 32117

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES WESTSIDE ELEMENTARY 1210 JIMMY ANN DRIVE DAYTONA BEACH, FLORIDA 32117 REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES FOR WESTSIDE ELEMENTARY 1210 JIMMY ANN DRIVE DAYTONA BEACH, FLORIDA 32117 RENOVATIONS & ADDITIONS PROJECT NO. 174582 School Board of Volusia County

More information

Request for Proposal: NETWORK FIREWALL

Request for Proposal: NETWORK FIREWALL Alton Community Unit School District #11 -Technology Department - Request for Proposal: NETWORK FIREWALL Equipment and Installation/Support (ERATE Category II) Bid Reference: NET_FIREWALL_1617 ISSUED:

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

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR BID

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR BID For DSA PROJECT INSPECTOR (CLASS 1) Itliong Vera Cruz Middle School 21 st Century Classroom Building RFP # 779 DSA PROJECT INSPECTOR (CLASS 1) Itliong Vera Cruz Middle School 21 st Century Classroom Building

More information

Request for Proposal: Alton Middle School NETWORK CABLING

Request for Proposal: Alton Middle School NETWORK CABLING Alton Community Unit School District #11 -Technology Department - Request for Proposal: Alton Middle School NETWORK CABLING Low Voltage Network Cabling Installation (ERATE Category II) Bid Reference: NET_AMS-WIRING_1617

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

Flat Rock Greenway Feasibility Study A REQUEST FOR PROPOSALS

Flat Rock Greenway Feasibility Study A REQUEST FOR PROPOSALS Flat Rock Greenway Feasibility Study A REQUEST FOR PROPOSALS The Village of Flat Rock French Broad River MPO December 11, 2017 Introduction and Overview The Village of Flat Rock and the French Broad River

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

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS COLORADO 1868 REQUEST FOR PROPOSALS PROJECT: Lake Dredging Engineering/Design NOTICE: Wednesday, October 11, 2017 DEADLINE: October 30, 2017 at 4:00 pm PROJECT CONTACT: Alisha Reis, Interim Town Administrator,

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

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

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

May 18, 2016 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES

May 18, 2016 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES May 18, 2016 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES I. Project Forsyth County Clemmons Branch Library II. Goal Forsyth County seeks an innovative design team to create a

More information

Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17

Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17 Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17 Introduction: This Request for Proposals (RFP) solicitation is to provide to

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

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

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services Selection Process for Continuing Contract for Architectural & Engineering Services TABLE OF CONTENTS PROJECT DESCRIPTION... 1 POLICY - COMPETITIVE SELECTION PROCESS... 1 REQUIREMENTS OF DESIGN PROFESSIONAL

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

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 QUALIFICATIONS. Design Professional Services

REQUEST FOR QUALIFICATIONS. Design Professional Services REQUEST FOR QUALIFICATIONS Design Professional Services Return Completed Qualifications To: Bonneville Joint School District No. 93 3497 North Ammon Road Idaho Falls, Idaho 83401 TO BE CONSIDERED, QUALIFICATIONS

More information

EXHIBIT A. SCOPE OF SERVICES For EMERGENCY MANAGEMENT SERVICES. Revised 3/10/15

EXHIBIT A. SCOPE OF SERVICES For EMERGENCY MANAGEMENT SERVICES. Revised 3/10/15 EXHIBIT A SCOPE OF SERVICES For EMERGENCY MANAGEMENT SERVICES Revised 3/10/15 TABLE OF CONTENTS 1.0 PURPOSE... 3 2.0 PROJECT APPROACH... 3 3.0 SCOPE... 5 4.0 LENGTH OF SERVICE... 6 5.0 PERFORMANCE OF THE

More information

Metropolitan Washington Airports Authority. Request for Qualifications Information. Architectural / Engineering Design Services.

Metropolitan Washington Airports Authority. Request for Qualifications Information. Architectural / Engineering Design Services. Request for Qualifications Information Architectural / Engineering Design Services For Airfield Pavement Panel Replacement 2011-2014 At Washington Dulles International Airport March, 2011 METROPOLITAN

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

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

PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA (209) REQUEST FOR PROPOSALS PROFESSIONAL DESIGN SERVICES FOR THE PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA 95202-3717 (209) 937-8411 REQUEST FOR PROPOSALS PROFESSIONAL DESIGN SERVICES FOR THE TRAFFIC SIGNAL AND SAFETY LIGHTING MODIFICATIONS AT

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

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES TOWN OF KILLINGWORTH BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES DATE: February 14, 2018 1 I. INTRODUCTION A. General Information The Town of Killingworth is requesting proposals

More information

The City of Oxnard invites qualified consulting firms or individuals to submit qualifications for On-Call Permit Processing Services.

The City of Oxnard invites qualified consulting firms or individuals to submit qualifications for On-Call Permit Processing Services. Purchasing Division 300 West Third Street Oxnard, CA 93030 (805) 385-7478 www.ci.oxnard.ca.us August 22, 2016 Ladies and Gentlemen: The City of Oxnard invites qualified consulting firms or individuals

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

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES REQUEST FOR QUALIFICATIONS # 1206-18/19 FOR ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES Issue Date: June 26, 2018 Pre-Bid July 9, 2018 at 10:00 A.M. Conference: 1515 West Mission Road,

More information