ON-CALL SEWER AND STORM DRAIN CLEANING, CCTV, & EMERGENCY RESPONSE SERVICES IN VISTA, CA. Information Issue Date: Wednesday, January 7, 2015

Size: px
Start display at page:

Download "ON-CALL SEWER AND STORM DRAIN CLEANING, CCTV, & EMERGENCY RESPONSE SERVICES IN VISTA, CA. Information Issue Date: Wednesday, January 7, 2015"

Transcription

1 ON-CALL SEWER AND STORM DRAIN CLEANING, CCTV, & EMERGENCY RESPONSE SERVICES IN VISTA, CA Information Issue Date: Wednesday, January 7, 2015 Response Due: Thursday, January 29, 2015 by 4:00 PM Drop-Off Location: City of Vista City Clerk s Office Attn: Elmer Alex 200 Civic Center Drive Vista, CA

2 Table of Contents 1.0 INTRODUCTION RESPONSE DUE DATE PROJECT DESCRIPTION GENERAL OBLIGATIONS OF CONTRACTOR SCOPE OF WORK AND STANDARD SPECIFICATIONS INSURANCE REQUIREMENTS MAINTENANCE OF RECORDS AND ACCOUNTING RESPONSE REQUIREMENTS Format, Due Date, Quantities: General Response Requirements: Contents PUBLIC DISCLOSURE PROPOSAL SCHEDULE PROPOSAL SELECTION PROCESS PROPOSAL EVALUATION CRITERIA CONTRACT TERMS AND CONDITIONS

3 ON-CALL SEWER AND STORM DRAIN CLEANING, CCTV, & EMERGENCY REPONSE SERVICES 1.0 INTRODUCTION 1.1 The City of Vista and Buena Sanitation District (City) is circulating this Project Information to contractors qualified to provide the City with sewer and storm drain cleaning, video inspection, and emergency response services as needed, including but not limited to removing roots, grease, silt, and debris from sewer lines, maintenance of storm drain inlet insert filters, vactoring and jetting, bucketing, and video inspection. Upon receiving/downloading this Request for Proposals (RFP), interested contractors shall notify the City by Thursday, January 22, 2015 at 4:00 PM regarding their intent to respond to the RFP so that notification may be provided as to any subsequent amendments to the RFP. confirmations to Failure to confirm by aforementioned date may disqualify proposers. Questions should be ed to Steve Jepsen, Sewer Program Manager, 2.0 RESPONSE DUE DATE 2.1 Due Date: Thursday, January 29, 2015 by 4:00 PM Mailing Address: City of Vista, Engineering, Attn: Elmer Alex, 200 Civic Center Drive, Vista, California, Drop-off Location: City of Vista, City Clerk s Office, Attn: Elmer Alex, 200 Civic Center Drive, Vista, California, PROJECT DESCRIPTION 3.1 The City owns and operates approximately 215 miles of sanitary sewers ranging in size from 6 to 42 inches in diameter in the City of Vista and approximately101 miles of sanitary sewers in the Buena Sanitation District ranging in size from 4 to 30 inches in diameter. The City also owns and operates a municipal separate storm sewer system. The objective of this project is to provide the City of Vista and Buena Sanitation District with sewer system cleaning, video inspection, and emergency response services as needed including, but not limited to removing roots, grease, silt, and debris from sewer lines, vactoring and jetting, power bucketing, and video inspection to prevent and relieve local sewer maintenance issues. As well as storm drain cleaning and inlet maintenance. The CONTRACTOR must also be available 24-hours a day, 7 days a week, and be able to respond on-site with 2-hours for an emergency call out. 2

4 3.2 The first term of this contract shall run one year from the date the contract is executed. The contract may be renewed up to two (2) additional terms in one (1) year increments for total possible of three (3) terms. The City operates on a fiscal year from July 1 to June 30. The City retains the sole option to offer to renew the contract for an additional term. If the City intends to offer a renewal for an additional term, the notice shall be sent approximately (60) calendar days prior to the end of the current term. Contractor may request price adjustments, in writing, 30 days prior to the renewal date. A renewal is contingent upon acceptance of the offer by both Parties. Award of contract is no guarantee that all terms will be awarded. 3.3 The contract is for up to $130,000 in services per annual term with a total contract ceiling of $390,000. The City does not guarantee that the full or any amount will be awarded. The City does not guarantee that annual contract renewal options will be exercised. 4.0 GENERAL OBLIGATIONS OF CONTRACTOR 4.1 The selected CONTRACTOR will be required to sign the attached Standard Agreement in Appendix A. There will be no negotiation on the language of the attached Standard Agreement. 4.2 CONTRACTOR shall be obligated as follows: 1. Be licensed by the California Contractors State License Board or other required agencies. 2. Perform all services as expeditiously as is consistent with professional level skill and care and shall complete the services within each and all of the time periods. 3. Comply with the California Fair Employment and Housing Act and all other State, Federal and local laws including, but not limited to, those prohibiting discrimination, on account of race, color, national origin, sexual orientation, religion, age, marital status, gender or disability. 4. Obtain all permits necessary to complete the Project. 5. CONTRACTOR shall comply with all licensing requirements of the State of California, County of San Diego, and City of Vista. 6. The CONTRACTOR shall provide all supervision, labor, equipment, technical expertise, safety equipment, and service operations to complete the project. All work shall be performed under the supervision of a qualified maintenance manager. The vehicle operator must have a minimum of three (3) years experience operating a vactor truck and video truck. 7. The designated City Representative(s) shall have sole authority to approve all phases of the project including the quality of work and shall not authorize payment until in his or her opinion the work has been satisfactorily completed. 3

5 8. The CONTRACTOR shall ensure that employees comply with all California State Industrial regulations and practices. 9. The CONTRACTOR s personnel shall conduct themselves in a professional manner at all times. Personnel shall be courteous, neat in appearance, and wear visible CONTRACTOR identification including all personal protection equipment. All equipment shall display their company identification, including any subcontractors. 10. All work shall conform to City of Vista and County of San Diego noise ordinances unless authorized by designated City Representative. The CONTRACTOR shall ensure all CONTRACTOR personnel comply with all relevant OSHA, Cal/OSHA, and Labor and Industries work safety regulations at all times they are on the project site. CONTRACTOR is responsible for implementing confined space entry procedures in accordance with all relevant laws and regulations. 11. The CONTRACTOR shall have or obtain a business license from the City of Vista prior to beginning work. 12. As required by Article 2 of Chapter l of Part 7 of Division 2 of the California Labor Code, the CONTRACTOR and all subcontractors shall pay not less than the prevailing rate of wages to all workmen employed in the execution of this Contract as ascertained and adopted by the State of California, Director of Industrial Relations pursuant to the Labor Code. Copies of such prevailing rate of wages are on file in the Office of the Clerk of the Board, which copies shall be made available to any interested party on request. The CONTRACTOR shall post a copy of such determination at each job site. As provided in Section 1775 of the California Labor Code, the CONTRACTOR shall, as a penalty to the Owner, forfeit $50.00 for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the Director for such work or craft in which such worker is employed for any public work done under the Contract by it or by any subcontractor under it. 13. The CONTRACTOR and all SUBCONTRACTORs must be registered with the Department of Industrial Relations pursuant to Labor Code section SCOPE OF WORK AND STANDARD SPECIFICATIONS 5.1 EMERGENCY RESPONSE CALL-OUT AVAILABILITY The CONTRACTOR must be available 24-hours a day, 7 days a week, and be able to respond on site within 2-hours for an emergency call out. The CONTRACTOR will provide the City with a designated representative s phone number or dispatch number and a backup phone number that the City can reach at any time. The City will contact the CONTRACTOR s designated representative or backup representative by phone to request work. 4

6 It will be the CONTRACTOR's responsibility to respond on site within 2 hours in an emergency, from the time the call is placed by the City, with sufficient labor and equipment to begin work. The City's representative will specify emergency or nonemergency when requesting work. Work from a daytime call out may extend into night time hours. Any night work will be scheduled at least 48-hours in advance. When receiving an emergency work request from the City, the CONTRACTOR shall confirm within 30 minutes of the call whether he accepts or declines the work request. For non-emergency requests the confirmation time is 4 hours. A "Declined Request" is defined as the occurrence of one of the following: CONTRACTOR cannot be reached at either of the designated phone numbers. CONTRACTOR does not confirm acceptance or decline of the work request within 30 minutes for an emergency call out or 4 hours for a non-emergency call out. CONTRACTOR declines the work request within the designated time. After two (2) Declined Requests the City reserves the right to terminate the contract for non-performance. If the CONTRACTOR accepts the work request and subsequently fails to respond on site within the designated time for emergency or non-emergency work, it shall be considered a "No-Show". The CONTRACTOR will be assessed liquidated damages in the amount of $1, for each No-Show. After two (2) No-Shows the City reserves the right to terminate the contract for non-performance. 5.2 COORDINATION CONTRACTOR shall accommodate City representative who will be monitoring CONTRACTOR s activities. 5.3 WORK HOURS The City s generally standard work hours shall occur between the hours of 6:30 am to 4:30 pm, Monday through Friday unless authorized by a City representative. Night work working hours are between 4:31 pm and 6:29 am. Night work may be requested or required for some sewer maintenance activities. Traffic control permits and considerations may require specific works hours. 5.4 HEALTH AND SAFETY All work shall be done in a safe, workmanlike manner. Work performed, methods, and equipment used shall be in conformance with the prevailing State and Federal 5

7 Occupational Safety and Health Act. Costs from delays and losses due to CONTRACTOR operations not in conformance to these acts, or stoppages by OSHA inspectors or the designated representative, as a result of non-conformance, shall be solely borne by the CONTRACTOR. All manholes shall be treated as confined spaces if entry is necessary. All Cal-OSHA and Title 8 requirements shall be followed. Confined space entry procedures shall be submitted prior to each task order. 5.5 LICENSES CONTRACTOR must possess the following contractor licenses: Class B Driver s License Class A or C-34 (Pipeline Contractor) or C-42 (Sanitation System Contractor) 5.6 CONSTRUCTION WATER A permit for use of water is required. The CONTRACTOR shall be responsible to make proper arrangements for metering from the appropriate water agency. CONTRACTOR shall provide all necessary piping, backflow, and appurtenances to convey water to the work site. The costs of water required including dust control shall be considered as included in the various bid items and no additional compensation will be made to the CONTRACTOR. 5.7 CLEANING CONTRACTOR must furnish all labor, materials, and equipment necessary to remove foreign materials and debris from the sanitary sewer lines. The City will not clean or assist the CONTRACTOR in any cleaning as part of this contract. CONTRACTOR must lease or own sewer-cleaning equipment. Selection of equipment used shall be based on the conditions of the lines at the time the work commences. Pipeline debris is described as, but not limited to, sludge, dirt, sand, rocks, grease, roots, and other solid or semisolid materials. The following is a list of minimal cleaning equipment: A. High-Pressure Hydraulic (Hydro-Cleaning) Equipment: All high-pressure sewer pipeline cleaning equipment shall be constructed for ease and safety of operation. The equipment shall have a minimum working pressure of 2,000 psi at a 60-gpm rate. The unit shall also be able to provide flows as low as 35-gpm for fragile lines. The nozzles shall be capable of producing a scouring action, in the lines designated to be cleaned, to remove debris and sand from the flow line. Equipment shall also include a high-pressure hydraulic gun for washing and scoring manhole walls and floors. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry a nominal 1,500- gallon minimum water tank, auxiliary engines, vacuum system, and hydraulically 6

8 driven hose reel. The equipment shall have a minimum of 600 feet of highpressure hose. Equipment shall have a boom that will rotate a minimum of 180- degrees and provide 179-inches of reach off the center line of the unit. B. Mechanically Powered Equipment: Bucket machines shall be used if main is 18- inches or larger, if traffic will permit, and only when approved by the City representative. Bucket machines shall be belt operated or have an overload device. Machines with direct drive that could cause damage to the pipe will not be allowed. A power rodding machine shall be either a sectional or continuous rod type capable of holding a minimum of 750 feet of rod. The road shall be specifically heat treated steel. To insure safe operation, the machine shall be fully enclosed and have an automatic safety clutch or relief valve. C. Root Removal Equipment: Hydraulic or mechanical driven cutter maybe used as necessary to remove roots intruding into the pipeline. No chemicals will be allowed for use in root removal. The City is not responsible for, and CONTRACTOR will bear all costs associated with, any CONTRACTOR cleaning or video inspection equipment that becomes lodged in a sanitary sewer pipe. Sewer bypassing, if required for effective cleaning, shall be provided by the Contractor task order proposals shall clearly indicate if sewer bypassing is required. If required all costs associated with sewer bypassing shall be included as a separate line item in the task order proposal by the Contractor. A sewer bypassing plan shall be submitted by the Contractor for review and acceptance by the City prior to commencement of work. If cleaning cannot be completed from one manhole, the equipment shall be moved and set up on the other manhole and cleaning shall be re-attempted. If successful cleaning still cannot be performed or the equipment fails to traverse the entire pipeline section, it shall be assumed that a major blockage exists. 5.8 PRECAUTIONS AND PROPERTY DAMAGE During cleaning operations, precautions shall be taken in the use of cleaning equipment, so as to prevent damage to the existing pipe and manholes. Care must also be taken to prevent flooding of houses and toilets. CONTRACTOR is responsible for all costs for any flooding incidents to properties that occur during these operations. 5.9 SEDIMENT AND DEBRIS REMOVAL All sludge, dirt, sand, rocks, grease, root, and other solid or semi-sold material shall be removed at the downstream manhole of the section being cleaned. The Contractor shall dispose of the sediment and debris in accordance with local solid waste regulations. The CONTRACTOR may dispose of liquids at the City s decanting station at Hacienda Drive and Vista Village Drive. The CONTRACTOR may dispose of waste at a locally 7

9 permitted sewer treatment facility SEWER CLEANING FINAL ACCEPTANCE Contractor shall be responsible for the removal of debris from pipeline and restore the pipeline to a minimum of 95 percent of the original diameter or area as shown on plans. Acceptance of sanitary sewer line cleaning shall be made upon demonstration, though television inspection, that the line has been thoroughly cleaned. Multiple passes may be required to achieve a minimum of 95% of the originally specified internal diameter (measured at the vertical and horizontal axis) for the existing pipe material and to adequately remove these deposits. If visual verification of the extent of cleaning is disputed, the size of the clear opening of the pipe shall be verified by pulling a mandrel through the pipe CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION GENERAL REQUIREMENTS A. CONTRACTOR shall furnish all labor, materials, and equipment necessary to perform CCTV inspection of the sanitary sewer pipelines designated by the City. B. The work shall be performed to National Association of Sewer Service Companies (NASSCO) Pipeline Assessment and Certification Program (PACP) standards. C. Current PACP certification of all CCTV operators will be required for all CCTV work. Copies of certificates demonstrating current certification shall be provided to the City before the work is started. D. The inspection shall be performed one pipeline section at a time and the flow in the section being inspected shall be suitably controlled as specified or the work will be rescheduled for a time of day when acceptable flows are encountered. E. CONTRACTOR shall adjust camera speed and picture quality to allow adequate time to view video, accurately compile the inspection log, and note any defects observed in accordance with NASSCO. F. The work shall be documented using Pipelogix 6 software program that is compatible with the City Pipelogix CCTV management system CCTV EQUIPMENT The camera used for inspection shall be one specifically designed and constructed for operation in connection with sewer inspection. 8

10 A. The camera source image shall provide a high resolution video with minimum of 30 frames per second producing a continuously-monitored high-quality picture, capable of discerning all major and minor operational and structural defects in the pipeline. B. The minimum video bit rate shall be 4.7 Mega bits per second (Mbps) and minimum audio bit rate shall be 128 kilo bits per second (Kbps). C. Video equipment shall include a multi-angle camera capable of spanning 360- degree circumference and 270-degrees of horizontal axis. D. Video inspection shall be performed utilizing one of the following video cameras: 1) Remove-focus stationary lens cameras; 2) Rotating-lends cameras; or 3) Pan-and-tilt cameras E. The video camera shall be mounted on a skid, floatable raft system, or transporter based on the conditions of the pipeline to be recorded. The radial view camera shall be solid-state color and have remote control of the rotational lens. The camera shall be capable of viewing the complete circumference of the pipe and junction structure e.g. manhole. Cameras using mirrors or exposed rotating heads are not acceptable. F. The cameral shall be operative in 100 percent humidity conditions. G. Camera lens shall not be less than 140 degree viewing angle. H. Focal distance shall be remotely adjustable through range of 6 inches to infinity. I. The remote-reading footage counter shall be accurate to less than 1 percent error over the length of the particular section of pipeline being inspected. This distance is measured from the centerline of the junctions e.g., manhole to the centerline of the next manhole. J. The camera height shall be adjusted such that the camera lens is always centered in the pipe being inspected. The equipment shall display on the monitor the distance of the camera from the centerline of the starting manhole. Unless otherwise approved by the Engineer, footage measurements shall begin at the centerline of the upstream manhole. K. Lighting and camera quality shall produce a clear, in-focus picture of the entire periphery of the pipe for a minimum distance of 6. Lighting shall be remotecontrolled and adjusted to minimize reflective glare and to avoid any dark or shadowy regions appearing on the video file. L. The video camera and monitor shall be capable of registering a minimum of 400 9

11 vertical lines and 460 horizontal lines resolution and be a clear, stable image with no interference. M. The video portion of the digital recording shall be free of electrical interference and shall produce a clear and stable image. The audio portion shall be sufficiently free of background and electrical noise providing an oral report that is clear and discernible. N. For pipes smaller than 6 in diameter, the CONTRACTOR shall use portable long range pan and tilt push cameras with a motorized wheel to push the probe for 180 or more feet down the pipes e.g., laterals. O. The CONTRACTOR shall provide a camera, capable of extended video recording lengths and operation in remotely accessed areas without direct vehicular access. P. Display on monitor shall continuously display the date of the survey, the upstream and downstream manhole numbers corresponding to the line section being surveyed, and a continuous forward and reverse, readout of the camera distance from the manhole of reference CCTV OPERATION CONTRACTOR shall perform all CCTV inspections in accordance with NASSCO s Pipeline Assessment Certification Program (PACP). The camera shall be moved through the line in either direction at a uniform rate, stopping when necessary to permit proper documentation of the sewer condition. In no case shall the television camera be pulled at a speed greater than 30 feet per minute. Self-propelled tractor units, manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation of the sewer conditions shall be used to move the camera through the sewer line. A self-propelled tractor unit may be necessary for lines with only one entrance access or to prevent set up at high traffic intersections. A. As the camera approaches a lateral connection or substantial defect, the camera progress shall be halted and the camera lens shall be panned to further view the lateral pipe and connection or defect to thoroughly evaluate its condition. The full perimeter of tapped connections shall be panned to determine if there are voids or serious defects with the taps that will need to be considered for rehabilitation or replacement. B. As the camera approaches any open joint, the camera progress shall be halted and the camera lens shall be panned to further view the full perimeter of the open joint and moved back and forth as needed to determine if there are voids or openings in the joint that will need to be considered for rehabilitation or replacement. C. As the camera approaches any NASSCO PACP Category 4 or 5 defect, the 10

12 camera progress shall be halted and the camera lens shall be panned and moved back and forth as needed to fully view the nature and extent of damage caused by the defect to determine rehabilitation or replacement needs. D. Failure to meet the requirements of A, B, or C above will be grounds for rejection of the inspection. E. If during the inspection operation, the television camera will not pass through the entire pipeline section as a result of offset joints, broken pipe or other obstructions, then the CONTRACTOR shall notify the City of the need for a reverse setup. Before proceeding with a reverse setup, however, the CONTRACTOR shall first get the approval of the City s designated representative. After receiving approval for a reverse setup, the CONTRACTOR shall move his equipment so that the inspection can be performed from the destination manhole. F. In the event CONTRACTOR is still unable to televise the entire line and has demonstrated to the City that every reasonable effort has been made to clean the line for inspection, or to reverse the camera path, then the CONTRACTOR shall move on to the next set up. The City reserves the right to perform spot repairs to the line and have the CONTRACTOR re-inspect the line. Re-inspections will be paid at contract rate for the inspection work. Reverse taping segments shall be checked for total coverage of manhole to manhole runs REPORTS AND DOCUMENTATION A. CONTRACTOR shall provide a summary and evaluation to the general condition of the section within 7 calendar days of inspection. B. The CONTRACTOR shall use NASSCO standard inspection introduction, abbreviations, log sheet forms, and severity code. C. Documentation shall consist of color digital video files, log sheets, and a written report detailing the condition of the pipeline, lateral connections, and openings. Video files shall be provided on a DVD or external hard drive. D. The video files shall be highly compressed, resulting in an anticipated average file size of 10 MB per minute of video. The compression shall be in accordance with Windows Media Video (WMV) format. The compression shall not significantly degrade the still frame quality of the video or audio signal from the original source video, as judged in a side by side viewing under normal viewing conditions. E. The report shall note the time and date of video inspection, street name, upstream and downstream manhole, direction of view, direction of flow, surface material, pipeline length, pipe section length, pipe size, pipe material, lateral connections, 11

13 DVD number, counter number, and a detailed logging of defects encountered in tabular form. F. Each submittal shall include the following: Visuals 1) Adequate view of the upstream and downstream manholes or storm drain access points. The direction of the survey upstream or downstream. 2) A pause at and zoom in on the lateral connections for at least 15 seconds for identification of the condition of the connection. 3) A pause at and zoom in on the identified defects sufficient for identification of the type of problem. 4) Identified fault conditions or defects in accordance with NASSO. 5) Each pipe section shall be identified using the City s identification number. 6) A continuous read-out of the camera distance from the starting manhole to the end point at all times. 7) Pipe size. 8) Pipe or liner material. Audio 1) Date of CCTV inspection. 2) Confirmation of each section to be CCTV inspected i.e., narrative of manholes, station numbers, or City identification number and direction upstream or downstream. 3) Description of pipe size lined on post and final videos, material liner type for post and final videos and pipe joint length. 4) Description and location of each defect. 5) Description and location of each service connection. 6) Include brief but informative comments on data of significance, including, but not limited to, the locations of unusual conditions, type and size of connection, collapsed section, the presence of scale and corrosion, and other discernible features. 7) A continuous read-out of the camera distance from the starting manhole. Written Documentation 1) Date of CCTV inspection. 2) Printed labels on DVD or storage device number, location information, date of inspection, and other descriptive information. 3) Location, size, material, and length of pipe. 4) Direction of flow and measurement "From" manhole or station number "To" manhole or station number or City identification number. 5) File numbers itemizing individual segments. 6) Sketch showing the street and cross streets where the CCTV inspection was made. 7) Description and location of each defect or deficiency and a list of all 12

14 proposed repairs. 8) Description and location of each connection. 9) A menu which lists files for each pipe section to be inspected and the date of the inspection TRAFFIC CONTROL The CONTRACTOR shall be responsible, during all phases of the work to provide for public safety and convenience. Operations shall be conducted in such a manner as to cause as little inconvenience as possible to the abutting property owners. Convenient access to driveways, houses and buildings along the line of work shall be maintained. A. Some pipes to be cleaned and video inspected will be on main arterial roadways and may require extensive traffic control. B. CONTRACTOR will provide all traffic control necessary to complete these services. The CONTRACTOR shall follow City of Vista, County of San Diego (where applicable) Manual of Uniform Traffic Control Devices (MUTCD), and Cal-Trans Standards and Procedures. Traffic control, such as lane closures, signage, etc. must be coordinated and approved for review with the City s representative. C. CONTRACTOR shall obtain from the City or County of San Diego a traffic control permit on all main arterial roadways for all non-emergency call outs. D. CONTRACTOR shall obtain permits from Cal-Trans where applicable. In the event that there is emergency work along Cal-Trans right-of-way that must be performed before the CONTRACTOR can apply for the permit, CONTRACTOR is instructed to notify the City prior to performing the work. The CONTRACTOR must then fill out the paperwork for the Caltrans Permit and pay the associated fee after the work has been performed RAILROAD The CONTRACTOR shall be responsible for obtaining and abiding by the encroachment permit from North County Transit District (NCTD) where it owns the railroad right-ofway prior to work commencing. The width of their right-of-way varies. NCTD requires the CONTRACTOR to deposit an estimated amount of reimbursable costs; attend railroad safety training, provide evidence of liability insurance naming NCTD and other rail users as additional insured; and to meet other conditions determined by NCTD to be necessary to protect NCTD s real property and railroad operations. All costs associated with the permit shall be borne to the CONTRACTOR. NCTD may require flag protection and costs for flag protection shall be borne by the CONTRACTOR. CONTRACTOR shall attend NCTD s 2-hour Contractor Safety Training (CST) and shall submit to the City proof of completion of the NCTD s CST course prior to Notice to 13

15 Proceed. The CONTRACTOR shall include all costs of the class in the unit cost for work within the NCTD right-of-way. CONTRACTOR shall be responsible for any damage to NCTD s tracks, NCTD s trains and equipment, NCTD s catenary wires and supports, and any other NCTD s property, resulting from use, occupancy, or presence of Contractor, employees or agents, or subcontractors on or about the construction site STORMWATER POLLUTION CONTROL The CONTRACTOR shall remain in compliance with the City of Vista Storm Water Standards Manual and shall exercise every reasonable precaution to prevent the discharge of any material which is not solely stormwater (i.e., rain) to the storm drain system. Non-allowable discharges include, but are not limited to, eroded soil from stockpiles or disturbed earth on-site, concrete and concrete washout water, sawcut slurry, fuel, oil, and other vehicle fluids, solid wastes, and construction chemicals. The CONTRACTOR will be responsible for the complete cleanup of all material that is discharged from the project in violation of the Discharge Rules. Should the CONTRACTOR fail to promptly and effectively clean up such discharges, City may cause the cleanup to be performed by others, the costs to be deducted from any monies due or to become due the CONTRACTOR SUBCONTRACTORS CONTRACTOR shall perform all sewer cleaning and CCTV work with their own forces. Use of a sub-contractor is not allowed for sewer cleaning and CCTV. Use of traffic control subcontractor is allowed. 6.0 INSURANCE REQUIREMENTS 6.1 The CONTRACTOR shall procure and maintain for the duration of the contract, insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by the CONTRACTOR, his agents, representatives, employees or sub-contractors. All sub-contractors shall be required to comply with the applicable insurance provisions. The maintenance of proper coverage is a material element of the contract and failure to maintain or renew coverage or to provide evidence of renewal may be treated by the City as a material breach of contract. 6.2 Minimum Insurance Requirements The CONTRACTOR will be required provide as described in the Sample Agreement provided in Appendix A: 14

16 7.0 MAINTENANCE OF RECORDS AND ACCOUNTING 11.1 The CONTRACTOR shall maintain, during the Project implementation time and for a period of three (3) years after completion of the Project, accurate and organized records of all costs of any type and all services performed for the Project. City will have the right at any time, including during the performance of all Phases of the Project to audit and copy all such records. 8.0 RESPONSE REQUIREMENTS 8.1 Format, Due Date, Quantities: All CONTRACTORs are required to follow the format specified below. The content of the proposal must be clear, concise, and complete. Each section of the proposal shall be presented according to the outline shown below to aid in expedient information retrieval. Four (4) copies of the proposal shall be delivered no later than 4:00 P.M. on Thursday, January 29, 2015 to: Drop-off Location: City of Vista City Clerk s Office Attn: Elmer Alex 200 Civic Center Drive Vista, California Mailing Address: City of Vista Engineering Department Attn: Elmer Alex 200 Civic Center Vista, California Please note that faxed copies will not be accepted. Also note that incomplete proposals, incorrect information, or late submittals may be cause for immediate disqualification. The City reserves the right to amend the Project Information prior to the date that proposals are due. Amendments to the Project Information shall be ed to all potential CONTRACTOR s. The City reserves the right to extend the date by which the proposals are due. 8.2 General Response Requirements: 1. The City desires to receive proposals from qualified and experienced CONTRACTOR s who demonstrate significant knowledge and experience 15

17 and successful performance on public sector projects of comparable magnitude. 2. The proposal should be concise, well organized and demonstrate the CONTRACTOR s qualifications and experience applicable to the Project. The proposal shall be inclusive of resumes, graphics, forms, pictures, photographs, dividers, front and back cover, cover letter, etc. Type size and margins for text pages should be in keeping with accepted standard formats for desktop publishing and word processing. 3. Proposal shall be limited to 20-page excluding dividers, cover page, and resumes. 8.3 Contents: Sealed proposals submitted in response to this Project Information shall be in the following order and shall include: General Information 1. Executive Summary. 2. Include a one- to two-page overview that highlights CONTRACTOR approach and CONTRACTOR s commitment to meet or exceed the City s objectives. 3. Identification of each CONTRACTOR member. 4. Legal name and address. 5. Legal form of company (partnership, corporation, joint venture, etc.). If joint venture identify the members of the joint venture and provide all information required under this section for each member. 6. If company is wholly owned subsidiary of a "parent company," identify the "parent company." 7. Addresses of offices located in San Diego County, if any. 8. Number of employees in San Diego County. 9. Name, title, address and telephone number of person(s) to be assigned to Project. 10. Name, title, address and telephone number of person to contact concerning the proposal. Experience and Technical Competence 1. Describe CONTRACTOR s experience in completing similar projects. Include at least three (3) successfully completed projects of similar nature with name of Owner's Project Manager, phone numbers, project type and total value of completed services. Projects currently in process may be submitted for consideration. Identify any specific projects and include in your client references where this team has worked together. 16

18 Proposed Method to Accomplish the Work 1. Describe CONTRACTOR s technical and management approach to the Project. Discuss lines of communications necessary, management of overall project costs, schedule, quality assurance/quality control, and other issues critical to this project. Discuss your company s ability to meet the 2-hour emergency call out response time. Project Organization and Key Personnel 1. Provide an overview that addresses the contractor s organization and staffing, introducing the crew supervisor that would be assigned to this project and any back-up crewmembers, applicable licensing, certifications and training. For the crew to be assigned to this project describe experience in sanitary sewer cleaning, pipe jetting, bucketing, and video inspection of sanitary sewer infrastructure systems. 2. CONTRACTOR s evaluation will consider its entire team, therefore no changes in team composition will be allowed without prior written approval of the City. Describe CONTRACTOR s capacity to perform the work within the time limitations, considering CONTRACTOR s current and planned workload and CONTRACTORT s workforce. Financial Arrangements for CONTRACTOR Members 1. If the CONTRACTOR is a Joint Venture Team, the CONTRACTOR shall address the proposed financial arrangements between the Joint Venture members as they relate to liability to the City for work to be performed. CONTRACTOR shall submit a team members list indicating scope of work, and approximate percentage of contract. Team members must be named on said list if they receive more than $10,000 or more than one-half of one percent (.5%) whichever is less. Minimum Contractor Qualifications 1. CONTRACTOR submitting qualifications must include a contractor who possesses the applicable California Contractor s license Class A or C-34 (Pipeline Contractor) or C-42 (Sanitation System Contractor) Schedule of Rates and Fees 1. CONTRACTOR shall complete the attached Bid sheet in Appendix B and include with their proposal in a separate sealed envelope. Exceptions to Project Information 1. The CONTRACTOR shall certify that it takes no exceptions to the Project Information including the Sample Agreement included in Appendix A. Additional Information This section shall contain all the other pertinent information that is required to be submitted with the proposal in the following order: 17

19 1. Description of insurance coverage for prime respondent and co-venture partner(s) (types of coverage and policy limits, deductible, exclusions, and outstanding claims). 2. Provide description of your company s safety policy, record, and how it would be implemented on this job. 3. Description of in-house resources for prime respondent and co-venture partner(s) (i.e., computer capabilities, software applications, modem protocol, and modeling programs, etc.). 4. Indicate if contractors self perform any work, and if so, what trades. Also indicate if contractors have any union signatory agreements. 5. Detailed list of all equipment types and capabilities that be used during the course of the contract. 6. Example of report to be used as a template for summarizing storm drain inlet insert filter maintenance activities. 9.0 PUBLIC DISCLOSURE 9.1. All proposals submitted in response to this Project Information become the property of the City and public records, and as such may be subject to public review. Under the California Public Records Act (California Government Code Section 6250 et seq.) records in the custody of a public entity generally have to be disclosed unless the information being sought falls into one or more of the exemptions to disclosure set out in Government Code Sections 6254 through The cover letter of the proposal should contain a paragraph that states whether or not CONTRACTOR believes that its proposal does or does not contain information that falls into one of the exemptions of Government Code Sections 6254 through 6255 and whether or not CONTRACTOR considers such information to be confidential. 9.2 In the absence of a declaration, City may be obligated to disclose proposal to any party that requests it. Regardless of assertions of confidentiality, proposal contents may still be disclosed if City, or a court with jurisdiction, determines that such proposal is a public record requiring disclosure PROPOSAL SCHEDULE 10.1 The solicitation receipt and evaluation of proposals and the selection of the CONTRACTOR will conform to the following schedule (Note: Dates are subject to change): Distribution of Project Information Wednesday, January 7, Last Day to Submit Questions Wednesday, January 21, 4:00 PM. Notification to City ( ) of intention to propose Thursday, January 22, 2015 at 4:00 PM. 18

20 Addendum (if necessary) and release of answers to submitted questions to all potential bidders Monday, January 26, Submittal of Responses Deadline Thursday, January 29, 4:00 PM. Approval of Agreement March 10, PROPOSAL SELECTION PROCESS 11.1 Award will be based on best value not lowest responsible respondent. Proposals will be considered only in their entirety. The City reserves the right to reject any or all proposals without qualifications, to select a Contractor based on proposals received without interview, and to negotiate specific requirements and costs using the selected proposal as a basis. City reserves the right to discuss and negotiate scope, costs, and schedule as needed. At any time prior to the City of Vista executing a Contract with the selected CONTRACTOR, if that CONTRACTOR cannot meet any of the RFP conditions, the City of Vista has the option of selecting another CONTRACTOR. Contracts will be awarded in accordance with the Vista Municipal Code PROPOSAL EVALUATION CRITERIA 12.1 Selection of the CONTRACTOR will be based on best value, not on lowest responsible respondent. Proposals shall be evaluated and ranked based on best value as determined by the following significant factors and relative weights of importance: 1. 25% - Responsiveness: the City will consider all the material submitted by each CONTRACTOR and other relevant material it may otherwise obtain to determine whether the CONTRACTOR is capable of, and has a history of, timely response for routine and after hour call outs. The firm must be able to respond to emergency call outs 24 hours a day, seven (7) days a week within 3 hours to site location % - Experience, Qualifications, & Safety Record: The City will review each firm s experience and qualifications related to cleaning and CCTV of sanitary sewer pipes in the public/private sector. Contractor must list number of staff and equipment able to be dedicated to this contract. Include with this list and organizational chart, the number of staff with NASSCO PACP certification and years of experience, as well as the specific make and type of trucks and equipment dedicated to this contract. The City will review each firm s safety record for the last 5 years. Provide the firm s Company Safety Policy and safety record for review. The City will also review total number of hours worked, number of fatalities, number of OSHA recordable illness/injury cases, number of lost work day cases and number of lost work days. The company with the least amount of safety incidents will receive the greatest points. 19

21 3. 20% - Equipment Fitness & Specifications: Contractor shall provide a detail list of all equipment types and capabilities that may be used during the course of the contract % - References & Quality of Paperwork: Please provide at least three (3) recommendations from private and/or public sector companies from the last five (5) years with special detail to customer service, paperwork, billing in timely manner, job quality and performance 5. 15% - Price: Contactor is to complete the attached Bid sheet and include with their proposal in a separate envelope. Please note costs quoted will include all related costs due to reverse setups and debris removal. Evaluation criteria are subject to change CONTRACT TERMS AND CONDITIONS 13.1 Issuance of this Project Information does not commit City to award a contract, or to pay any costs incurred in the preparation of a response to this request. City retains the right to reject any or all submittals. Selection is dependent upon the negotiation of a mutually acceptable contract with the successful CONTRACTOR. No modifications to the standard contract language will be granted Each submittal shall be valid for not less than one hundred and twenty (120) days from the date of receipt All insurance shall be provided at the sole cost and expense of the firm selected, unless the requirement is modified or waived by the City. City reserves the right to modify the insurance limits or to substitute project insurance during contract negotiations. The City of Vista looks forward to receiving a proposal from your company. If you have any questions regarding this information, please contact: Steve Jepsen, Sewer Program Manager sjepsen@cityofvista.com Phone: Appendices: Appendix A: Sample Agreement Appendix B: Bid Sheet 20

22 APPENDIX A

23 DRAFT JOB ORDER CONTRACT FOR {SERVICES} THIS CONTRACT is entered into by and between the Parties as of {date} ( Contract Date ). 1.0 THE PARTIES: The City : CITY OF VISTA, a chartered municipal corporation 200 Civic Center Drive Vista, CA Contact: [name] The Contractor {NAME}{, status} [Address] [Address] Contact: [name] 2.0 THE WORK 2.1 City is authorized under Chapter 3.08 the Vista Municipal Code to enter into a job order contract with Contractor. 2.2 The Required License for the services is [type]. 2.3 Contractor, a contractor holding the Required License, desires to enter into this Contract with the City for the Work ( Contract ). 2.4 The Services to be performed by Contractor is set forth in the City s Request for Proposals ( Exhibit A ). 2.5 The Contract Ceiling Price is $xx,xxx [per year]. 3.0 CONTRACT TERM 3.1 This Contract shall take effect as of the Contract Date. 3.2 This Contract shall be in effect for [xx] calendar months ( Term ) and shall terminate on the last calendar day of the last month of the Term. The Term may be extended at the City s option for an additional [xx] months for a maximum Term of [xx] from the Contract Date. 3.3 Either party may terminate this Contract by tendering written notice to the other party 30 days before the effective date of termination. In such event, or upon request of the City, Contractor shall assemble all City documents in the Contractor's possession, put them in order for proper filing and closing, and deliver the documents to City. In the event of termination, Contractor shall be paid for work performed to the termination date. The City shall make the final determination as to the portion of tasks completed and the compensation to be paid v. 2 1 of 10

24 4.0 EXECUTION OF ADDITIONAL DOCUMENTS As a condition precedent to the effectiveness of this Contract, the Contractor shall execute and deliver to City the following checked documents: 1. Non-collusion affidavit. 2. Declaration of Eligibility to Contract. 3. Agreement to Comply with California Labor Law Requirements. 4. Designation of Subcontractors. 5.0 SCOPE Contractor shall perform all Services including, but not limited to, the furnishing of all tools, equipment, materials, supplies and manufactured articles, and for furnishing all transportation, services, including fuel, power and water, essential communications, and the performance of all labor, work or other operations, as may be required from time to time upon the issuance of a Work Order for the fulfillment of each specific project for which a Notice to Proceed is issued under the Contract ( Project ), in strict accordance with the Contractor's price proposal dated [proposal date] ( Exhibit B ). The Services shall be complete, and all work, material and services not expressly called for in the Proposal which may be necessary for complete and proper construction to carry out the Contract in good faith, shall be performed, furnished and installed by the Contractor at no increase in cost to the City. 6.0 COMPENSATION (a) Type. City shall pay Contractor on a time and material rate as set forth in Exhibit A for the Services to be performed. (b) Payment. An invoice for payment shall be submitted in a form satisfactory to the City. At a minimum, the invoice shall include: a description of the work performed and a total amount. (c) Payment for Changes in the Services. Changes in, additions to, or deductions from the Services, including increases or decreases in the quantity of any item or portion of the Services, shall be set forth in a written change order executed by the City and by the Contractor which shall specify: (i) The changes, additions, and deductions to be made. (ii) The increase or decrease in compensation due the Contractor, if any. (iii) Adjustment in the time of completion, if any. (d) Adjustment in the compensation. Adjustments in the compensation due the Contractor shall be determined by mutually agreeable lump-sum. If requested by the City's Representative, the Contractor shall furnish an itemized breakdown of the quantities and prices used in computing proposed lump-sum v. 2 2 of 10

25 (e) Payment of Undisputed Amounts. Payment of the undisputed final Contract amount is contingent upon the Contractor furnishing the City with a release of all claims against the City arising by virtue of the Contract related to that amount. Disputed Contract claims in stated amounts may be specifically excluded by the Contractor from the operation of the release. (f) City's Right to Withhold Certain Amounts. In addition to the amount which the City may retain under the above article on progress payments, the City may withhold a sufficient amount or amounts from any payment otherwise due to the Contractor as in its judgment may be necessary to cover: (i) Payments which may be past due and payable for just claims against the Contractor or any subcontractors for labor or materials furnished in or about the performance of the Services under this Contract. (ii) Estimated or actual costs for correcting defective work not remedied. (iii) Amounts claimed by the City as forfeiture due to delay or other offsets. (iv) Estimated or actual costs for emergency work by City forces, which is a result of the Contractor's neglect or actions. The City may apply such withheld amounts or amounts to the payment of such claims at its discretion. In so doing, the City shall be deemed the agent of the Contractor, and any payments so made by the City shall be considered as a payment made under the Contract by the City to the Contractor, and the City shall not be liable to the Contractor for such payment made in good faith. Such payments may be made without prior judicial determination of the claim or claims. The City will render to the Contractor a proper account of such funds disbursed in behalf of the Contractor. (g) Ceiling. (i) In no event shall City be liable for paying more the Contract Ceiling Price [annually] for Contractor's services rendered under this contract. (ii) If it becomes foreseeable that Contractor will need to perform services such that the cumulative total of costs to the City will exceed the maximum permitted by this Agreement, any such cost overrun will be handled pursuant to the change order procedure in Chapter City and Contractor recognize that the City lacks authority to exceed the cost ceiling without the express authorization of the City Council. If the maximum cost to the City for this Agreement is exceeded unexpectedly, payment shall be made as mutually agreeable and disputes shall be handled pursuant to this Agreement, but work shall cease as soon as is reasonably feasible once the cost ceiling plus allowable change orders, if any, is exceeded. 7.0 CONTRACT DOCUMENTS The Contract comprises the following documents including all additions, deletions, modifications and appendices and all addenda setting forth any modifications or interpretations of any these documents: Exhibit A D, Contractor's Licensing Statement, and the Standard Specifications (defined below) v. 2 3 of 10

ATTACHMENT 3: SPECIFICATION FOR SEWER CLEANING

ATTACHMENT 3: SPECIFICATION FOR SEWER CLEANING ATTACHMENT 3: SPECIFICATION FOR SEWER CLEANING 1.0 General 1.1 The work covered by this section consists of providing all labor, equipment, material and supplies, insurance, accessories, tools, transportation,

More information

SECTION 02732 CLEANING AND CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION OF SEWER PIPE

SECTION 02732 CLEANING AND CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION OF SEWER PIPE SECTION 02732 CLEANING AND CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION OF SEWER PIPE PART 1 - GENERAL 1.01 WORK INCLUDED A. This section covers the initial and final cleaning, and the initial and final

More information

SECTION 812 SEWER LINE, MANHOLE AND WET WELL CLEANING

SECTION 812 SEWER LINE, MANHOLE AND WET WELL CLEANING 812-1 SCOPE OF WORK: SECTION 812 SEWER LINE, MANHOLE AND WET WELL CLEANING a. The Contractor shall provide all labor, materials, equipment, and incidentals necessary to perform the cleaning of sewer lines,

More information

812-3 LIMITATIONS: b. No fire hydrant shall be obstructed or used when there is a fire in the area.

812-3 LIMITATIONS: b. No fire hydrant shall be obstructed or used when there is a fire in the area. 812-1 SCOPE OF WORK: SECTION 812 SEWER LINE, MANHOLE AND WET WELL CLEANING a. The Contractor shall provide all labor, materials, equipment, and incidentals necessary to perform the cleaning of sewer lines,

More information

Section 2651 Television Inspection

Section 2651 Television Inspection Section 2651 Television Inspection PART 1: General 1.1 Description Provide all labor, materials, tools, equipment and incidentals as shown, specified, and required to perform television (TV) inspection

More information

March 2006 DIVISION 3 - CW 2140-R3 TABLE OF CONTENTS

March 2006 DIVISION 3 - CW 2140-R3 TABLE OF CONTENTS March 2006 CW 2140 - SEWER AND MANHOLE CLEANING TABLE OF CONTENTS 1. DESCRIPTION... 1 1.1 General... 1 1.2 Definitions... 1 1.3 Referenced Standard Constructions... 1 3. CONSTRUCTION METHODS... 1 3.1 High

More information

SECTION 810 SEWER LINE CLEANING

SECTION 810 SEWER LINE CLEANING SECTION 810 SEWER LINE CLEANING I. GENERAL 1.1 DESCRIPTION OF WORK The work covered by this section consists of providing all labor, equipment, material and supplies and performing all operations required

More information

STANDARD SPECIFICATIONS SECTION 02956 CLOSED CIRCUIT TELEVISION INSPECTION OF SEWER MAINS, MANHOLES AND LATERALS

STANDARD SPECIFICATIONS SECTION 02956 CLOSED CIRCUIT TELEVISION INSPECTION OF SEWER MAINS, MANHOLES AND LATERALS STANDARD SPECIFICATIONS SECTION 02956 CLOSED CIRCUIT TELEVISION INSPECTION OF SEWER MAINS, MANHOLES AND LATERALS PART 1 GENERAL 1.1 DESCRIPTION A. Section includes requirements to execute internal closed

More information

STANDARD SPECIFICATIONS SECTION 02956 CLOSED CIRCUIT TELEVISION INSPECTION OF SEWER MAINS, MANHOLES AND LATERALS

STANDARD SPECIFICATIONS SECTION 02956 CLOSED CIRCUIT TELEVISION INSPECTION OF SEWER MAINS, MANHOLES AND LATERALS STANDARD SPECIFICATIONS SECTION 02956 CLOSED CIRCUIT TELEVISION INSPECTION OF SEWER MAINS, MANHOLES AND LATERALS PART 1 GENERAL 1.1 DESCRIPTION A. Section includes requirements to execute internal closed

More information

San Antonio Water System Standard Specifications for Construction ITEM 866 SEWER MAIN TELEVISION INSPECTION

San Antonio Water System Standard Specifications for Construction ITEM 866 SEWER MAIN TELEVISION INSPECTION ITEM 866 SEWER MAIN TELEVISION INSPECTION 866.1 DESCRIPTION: The Contractor shall furnish all labor, materials, equipment, and incidentals to provide the televising and a NASSCO-(PACP) standard video,

More information

SCOPE OF WORK SEWER LINE CLEANING FOR CITY OF THE OF HUNTINGTON BEACH PROPERTY

SCOPE OF WORK SEWER LINE CLEANING FOR CITY OF THE OF HUNTINGTON BEACH PROPERTY SCOPE OF WORK SEWER LINE CLEANING FOR CITY OF THE OF HUNTINGTON BEACH PROPERTY A. General The City of Huntington Beach is an urban city with a population of 197,000 residents. It contains approximately

More information

CORPORATION OF THE CITY OF BURLINGTON SPECIFICATION INDEX FOR CCTV VIDEO INSPECTION OF PROPOSED STORM SEWERS (SPEC. NO. SS7) 1. Scope of Work SS7-1

CORPORATION OF THE CITY OF BURLINGTON SPECIFICATION INDEX FOR CCTV VIDEO INSPECTION OF PROPOSED STORM SEWERS (SPEC. NO. SS7) 1. Scope of Work SS7-1 CORPORATION OF THE CITY OF BURLINGTON SPECIFICATION INDEX FOR CCTV VIDEO INSPECTION OF PROPOSED STORM SEWERS (SPEC. NO. SS7) INDEX PAGE 1. Scope of Work SS7-1 2. Contractor Certification SS7-1 3. Flushing

More information

CCTV INSPECTION OF SEWER LINES. A. Section 02730 Sanitary Gravity Sewer Lines. B. Section 02731 Sanitary Gravity Sewer Line Testing

CCTV INSPECTION OF SEWER LINES. A. Section 02730 Sanitary Gravity Sewer Lines. B. Section 02731 Sanitary Gravity Sewer Line Testing CCTV INSPECTION OF SEWER LINES PART 1 GENERAL 1.1 SECTION INCLUDES A. CCTV Inspections 1.2 RELATED SECTIONS A. Section 02730 Sanitary Gravity Sewer Lines B. Section 02731 Sanitary Gravity Sewer Line Testing

More information

ATTACHMENT 2: SPECIFICATION FOR SEWER CCTV VIDEO INSPECTION

ATTACHMENT 2: SPECIFICATION FOR SEWER CCTV VIDEO INSPECTION ATTACHMENT 2: SPECIFICATION FOR SEWER CCTV VIDEO INSPECTION 1.0 General 1.1 The work covered by this section consists of providing all labor, equipment, insurance, accessories, tools, transportation, supplies,

More information

MODEL WEB CONTENT FOR CITY SANITARY SEWER DEPARTMENTS

MODEL WEB CONTENT FOR CITY SANITARY SEWER DEPARTMENTS MODEL WEB CONTENT FOR CITY SANITARY SEWER DEPARTMENTS The following information is designed to be used in conjunction with the Sewer Toolkit, located in the Wastewater section of the Florida Rural Water

More information

Request for Proposals WEB-BASED GRANT MANAGEMENT SOFTWARE FOR THE CITY OF MOUNTAIN VIEW S CDBG AND HOME PROGRAMS

Request for Proposals WEB-BASED GRANT MANAGEMENT SOFTWARE FOR THE CITY OF MOUNTAIN VIEW S CDBG AND HOME PROGRAMS COMMUNITY DEVELOPMENT DEPARTMENT NEIGHBORHOOD PRESERVATION DIVISION 500 Castro Street Post Office Box 7540 Mountain View, California 94039 7540 650 903 6379 FAX 650 962 8502 Request for Proposals WEB-BASED

More information

Request for Proposals Sanitary Sewer System Condition Assessment (PILOT PROJECT)

Request for Proposals Sanitary Sewer System Condition Assessment (PILOT PROJECT) Request for Proposals Sanitary Sewer System Condition Assessment (PILOT PROJECT) Utilizing CCTV equipment, equipment use training, NASSCO PACP defect coding, and infrastructure program management software

More information

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT Date original issued: September 28, 2015 Qualifications Statements due: The City of Vallejo will consider Proposals submitted in response

More information

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 Notice is hereby given that the City of Lemoore is soliciting proposals

More information

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office JBrown@santa-ana.org

More information

Sidewalk Rehabilitation Program

Sidewalk Rehabilitation Program REQUEST FOR PROPOSALS FOR ENGINEERING AND CONSTRUCTION MANAGEMENT SERVICES Sidewalk Rehabilitation Program City of Maywood Building and Planning Department 4319 E. Slauson Avenue Maywood, CA 90270 Deadline:

More information

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES THIS AGREEMENT is made as of December 1, 2003, by and between the San Francisquito Creek Joint Powers Authority, a body corporate and politic

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ARTICLE 1 PROPOSAL REQUIREMENTS AND CONDITIONS 1.1 Contract Documents The documents that comprise the Contract Documents are set forth in the Agreement and the definition of "Contract

More information

CLEANING, INSPECTION, AND TESTING OF SEWERS

CLEANING, INSPECTION, AND TESTING OF SEWERS CLEANING, INSPECTION, AND TESTING OF SEWERS PART 1 - GENERAL 1.01 SECTION INCLUDES A. Cleaning, Inspecting, and Testing Sanitary Sewers B. Cleaning, Inspecting, and Testing Storm Sewers C. Cleaning and

More information

REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL

REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL ISSUED: JUNE 21, 2016 PROPOSALS DUE: AUGUST 22, 2016 CITY OF RIVERSIDE

More information

APPALCART REQUEST FOR PROPOSAL

APPALCART REQUEST FOR PROPOSAL APPALCART REQUEST FOR PROPOSAL COMPUTER, NETWORK, AND SERVER CONSULTING INTRODUCTION AppalCART (the Authority) is issuing this Request for Proposal (RFP) to solicit contractor proposals to provide oversight

More information

SECTION 7 UNDERDRAIN SERVICE

SECTION 7 UNDERDRAIN SERVICE SECTION 7 UNDERDRAIN SERVICE ARTICLE I USE OF THE PUBLIC UNDERDRAIN SYSTEM 7.100 The purpose of the District s underdrain system is to provide a method for conveying ground water from around building foundations

More information

Terms and Conditions of Offer and Contract (Works & Services) Conditions of Offer

Terms and Conditions of Offer and Contract (Works & Services) Conditions of Offer Conditions of Offer A1 The offer documents comprise the offer form, letter of invitation to offer (if any), these Conditions of Offer and Conditions of Contract (Works & Services), the Working with Queensland

More information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information Memorandum Important information related to requirements of state or local laws to include additional provisions in residential construction contracts Potentially Affected AIA Contract Documents AIA Document

More information

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING

More information

REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES. Union County Emergency Medical Services

REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES. Union County Emergency Medical Services REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES Union County Emergency Medical Services 1 DEFINITIONS For the purposes of this Request for Proposal, "Proposer" shall mean contractors,

More information

NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING

NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING This Agreement is hereby entered into by and between Piedmont Triad Regional Council (herein Contractor ) and (Subcontractor)

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL RFP ISSUE DATE: September 26 th, 2001 TITLE: RFP NUMBER: San José State University Website Redesign F-WR00001181-AL PURCHASING OFFICE CONTACT: DEPARTMENT OFFICIAL: Alex Lebedeff, Mary

More information

FY15 Gravity Sewer and Manhole Rehabilitation

FY15 Gravity Sewer and Manhole Rehabilitation Contract Drawings For FY15 Gravity Sewer and Manhole Rehabilitation TRAVELERS REST TAYLORS Frazier Project No. -030 BASIN 850 Greenville, South Carolina April 2015 BASIN 700A GREENVILLE BASIN 700B FIVE

More information

DRAFT Public Outreach Document for What s an SSMP?

DRAFT Public Outreach Document for What s an SSMP? DRAFT Public Outreach Document for What s an SSMP? This easy to read document is developed and provided to interested parties to assist in educating cities, agencies, their management, elected officials

More information

California Solar Initiative (CSI) Program 2007 Reservation Request Form and Program Contract [follows the second page Reservation Request form]

California Solar Initiative (CSI) Program 2007 Reservation Request Form and Program Contract [follows the second page Reservation Request form] California Solar Initiative (CSI) Program 2007 Reservation Request Form and Program Contract [follows the second page Reservation Request form] CSI CONTRACT TERMS AND CONDITIONS This California Solar Initiative

More information

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M. CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue

More information

CHAPTER 48-01.2 PUBLIC IMPROVEMENT BIDS AND CONTRACTS

CHAPTER 48-01.2 PUBLIC IMPROVEMENT BIDS AND CONTRACTS CHAPTER 48-01.2 PUBLIC IMPROVEMENT BIDS AND CONTRACTS 48-01.2-01. Definitions. In this chapter, unless the context otherwise requires: 1. "Agency construction management" means a public improvement delivery

More information

Section 4 Pipe and Maintenance Hole Inspection and Condition Assessment Plan

Section 4 Pipe and Maintenance Hole Inspection and Condition Assessment Plan and Condition Assessment Plan 4.1 Introduction 4.1.1 Purpose This addresses the requirements of Section IV.A. of the EPA Order. The plan documents the progress that each agency has made to date regarding

More information

Solicitation 2013-9. Emergency Disaster Cleanup Services. Bid designation: Public. Lehi City

Solicitation 2013-9. Emergency Disaster Cleanup Services. Bid designation: Public. Lehi City Solicitation 2013-9 Emergency Disaster Cleanup Services Bid designation: Public Lehi City 11/4/2013 4:51 PM p. 1 Bid Number 2013-9 Bid Title Emergency Disaster Cleanup Services Emergency Disaster Cleanup

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Purchasing Director REQUEST FOR E-QUOTE NUMBER: 15RD99627B PROJECT TITLE: Barracuda Web App Firewall 460Vx Support and Licenses Information

More information

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE SPECIFICATIONS AND BID FORMS FOR RFP VOICE OVER IP PHONE SYSTEM MANDATORY WALK-THRU ON THURSDAY, MARCH 13 th from 1:00 P.M. to 3:00 P.M. LOCATION TO BE DETERMINED. BID: #14-012- BOE Due on or before 11:00

More information

City of Bakersfield Public Works Department Sewer System Management Plan December 2014

City of Bakersfield Public Works Department Sewer System Management Plan December 2014 City of Bakersfield Public Works Department Sewer System Management Plan December 2014 C:\Users\hmayberry\Desktop\SEWER SYSTEM MANAGEMENT PLAN 2014.doc 1 Sewer System Management Plan Index: Section 1 Goals

More information

How To Get A Job Done

How To Get A Job Done CUMBERLAND COUNTY COMMUNITY DEVELOPMENT (CCCD) HOUSING REHABILITATION PROGRAM PO DRAWER 1829 707 EXECUTIVE PLACE FAYETTEVILLE, NC 28302-1829 CONTRACTOR QUALIFICATIONS: REHABILITATION CONTRACTOR'S HANDBOOK

More information

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1 388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation

More information

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School Carmel Unified School District Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School January 4, 2016 1 NOTICE REGARDING PREQUALIFICATION FOR BLEACHER AND PRESSBOX

More information

DESERT WILDLIFE UNLIMITED POB 1388 Brawley, CA 92227 760 275 3953 NOTICE TO BIDDERS ALAMO RIVER TREATMENT WETLANDS AT SHANK ROAD

DESERT WILDLIFE UNLIMITED POB 1388 Brawley, CA 92227 760 275 3953 NOTICE TO BIDDERS ALAMO RIVER TREATMENT WETLANDS AT SHANK ROAD DESERT WILDLIFE UNLIMITED POB 1388 Brawley, CA 92227 760 275 3953 NOTICE TO BIDDERS ALAMO RIVER TREATMENT WETLANDS AT SHANK ROAD The contactor shall possess a California contractor s license, Class A,

More information

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No. MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.] THIS CONTRACT (the Contract ) is made as of the day

More information

Solicitation Addendum One (1) RFQ 09-07 CARPET CLEANING SERVICES

Solicitation Addendum One (1) RFQ 09-07 CARPET CLEANING SERVICES Solicitation Addendum One (1) RFQ 09-07 6829 North 58th Drive, Suite 202 Glendale, Arizona 85301-2599 A signed copy of this Addendum must be received by on or before the Offer Due Date and time. This solicitation

More information

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m. DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2009 Achievement of Excellence in Procurement Award National Purchasing Institute Cecil S. Moore, Director REQUEST FOR QUOTE NUMBER: 10RD75957YB

More information

CONTRACT DATA SHEET DRAIN CLEANING SERVICE CONTRACT #: 0510-08 (4700006459) CONTRACT DATES: 06/18/08 06/30/12

CONTRACT DATA SHEET DRAIN CLEANING SERVICE CONTRACT #: 0510-08 (4700006459) CONTRACT DATES: 06/18/08 06/30/12 CONTRACT DATA SHEET Monroe County Division of Purchasing 200 County Office Building, Rochester NY 14614 TITLE: DRAIN CLEANING SERVICE CONTRACT #: 0510-08 (4700006459) CONTRACT DATES: 06/18/08 06/30/12

More information

CITY OF BEVERLY RULES AND REGULATIONS - SEWER SYSTEM TESTING. General

CITY OF BEVERLY RULES AND REGULATIONS - SEWER SYSTEM TESTING. General General All sanitary sewers, manholes and force mains shall be acceptance tested, as hereinafter specified in the presence of a City representative. Acceptance testing shall be performed after backfilling

More information

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION The City of San Jose is seeking to contract with a law firm or attorney licensed by

More information

TOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION

TOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION TOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION April 25, 2014 DUE DATE/LOCATION: Friday, May 9, 2014 Bid forms and references are due by 9:30 A.M. at:

More information

San Antonio Water System Standard Specifications for Construction ITEM NO. 1103 POINT REPAIRS AND OBSTRUCTION REMOVALS

San Antonio Water System Standard Specifications for Construction ITEM NO. 1103 POINT REPAIRS AND OBSTRUCTION REMOVALS ITEM NO. 1103 POINT REPAIRS AND OBSTRUCTION REMOVALS 1103.1 DESCRIPTION: 1. Repair of sanitary sewer lines by replacing short lengths of failed pipe with new pipe. 2. Repair of service laterals located

More information

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 Pursuant to Florida Statutes, Chapter 287, The City of Bonita Springs hereinafter referred to as the City, will accept sealed Responses for Qualifications and

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101910B PROJECT TITLE: Motorola Radio Batteries Sheriff Department DUE DATE: 3/14/2016 WILL

More information

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES The City of Novi will receive sealed proposals for Consultant - Architectural Façade Services according to the

More information

www.pawsd.org Pagosa springs, Colorado 81157

www.pawsd.org Pagosa springs, Colorado 81157 Michael Church, President/Chairman Glenn Walsh, Vice President Gordon Mclver, Secretary Paul HansEn, Treasurer Blake Brueckner SCOPE OF WORK Pagosa Water and Sanitation District (PAWSD) is a quasi-municipal

More information

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078 Request for Proposal Uintah High School Yearbook Publishing & Printing Services Uintah School District 635 West 200 South Vernal Utah, 84078 Deadline for Submittal June 18, 2014 2:00 p.m. Uintah School

More information

REQUEST FOR PROPOSAL. for CONSTRUCTION MANAGEMENT SERVICES. for the ENCINA WASTEWATER AUTHORITY FY 2015 MAJOR PLANT REHABILITATION PROJECT

REQUEST FOR PROPOSAL. for CONSTRUCTION MANAGEMENT SERVICES. for the ENCINA WASTEWATER AUTHORITY FY 2015 MAJOR PLANT REHABILITATION PROJECT REQUEST FOR PROPOSAL for CONSTRUCTION MANAGEMENT SERVICES for the ENCINA WASTEWATER AUTHORITY FY 2015 MAJOR PLANT REHABILITATION PROJECT Ref: Admin.15 12265c September 23, 2015 Proposals Due November 2,

More information

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control City of Boulder, Colorado Request for Proposals RFQ #74-2012 The City of Boulder is soliciting Statements of Qualification and hourly billing rates from contractors with experience in General Scope of

More information

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009 DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2008 Achievement of Excellence in Procurement Award National Purchasing Institute Jerome Noble, Director REQUEST FOR QUOTE NUMBER: 09RD65575YB

More information

CITY OF PINOLE SEWER LATERAL ADMINISTRATIVE GUIDELINES

CITY OF PINOLE SEWER LATERAL ADMINISTRATIVE GUIDELINES CITY OF PINOLE SEWER LATERAL ADMINISTRATIVE GUIDELINES Adopted by Resolution No. 2012-132 Dated December 18, 2012 1 TABLE OF CONTENTS PURPOSE... 3 I. WHEN INSPECTION IS REQUIRED (PMC 13.20.050, 13.20.060,

More information

GENERAL SPECIFICATIONS REHABILITATION RESIDENTIAL CONTRACTORS HANDBOOK

GENERAL SPECIFICATIONS REHABILITATION RESIDENTIAL CONTRACTORS HANDBOOK GENERAL SPECIFICATIONS REHABILITATION RESIDENTIAL CONTRACTORS HANDBOOK CITY OF GRAND PRAIRIE, TEXAS HOUSING AND NEIGHBORHOOD SERVICES COMMUNITY DEVELOPMENT (CDBG) DIVISION 205 WEST CHURCH GRAND PRAIRIE,

More information

NOTICE TO PROFESSIONALS. The undersigned shall receive sealed proposals for professional services for the County of Warren as follows:

NOTICE TO PROFESSIONALS. The undersigned shall receive sealed proposals for professional services for the County of Warren as follows: JULIE A. PACYNA PURCHASING AGENT WARREN COUNTY PURCHASING DEPARTMENT 1340 STATE ROUTE 9 LAKE GEORGE, NY 12845 Telephone: (518) 761-6538 Fax: (518) 761-6395 JASON M. SHPUR DEPUTY PURCHASING AGENT NOTICE

More information

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE This Agreement is made as of, 20 (the Effective Date ), by and

More information

1.3.2 Method of construction and restoration of existing water service connections. This shall include:

1.3.2 Method of construction and restoration of existing water service connections. This shall include: 1.0 GENERAL 1.1 DESCRIPTION: This specification shall cover the rehabilitation of existing water lines using the GRUNDOCRACK PIPE BURSTING SYSTEM. Pipe bursting is a system by which the pneumatic bursting

More information

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald LYNBROOK UNION FREE SCHOOL DISTRICT DISTRICT ADMINISTRATION OFFICES 111 ATLANTIC AVENUE LYNBROOK NY 11563 Tel: (516) 887-0258 Fax: (516) 887-6597 Dr. Melissa Burak Superintendent of Schools Dr. Paul Lynch

More information

CHAPTER 7 PUBLIC WORKS LAW

CHAPTER 7 PUBLIC WORKS LAW 7-1 CHAPTER 7 PUBLIC WORKS LAW GENERAL PROVISIONS The "Public Works Law" [IC 36-1-12] applies to all public work performed or contracted by political subdivisions and their agencies. Any public work performed

More information

ARLINGTON HEIGHTS MUNICIPAL CODE CHAPTER 22 SEWERS

ARLINGTON HEIGHTS MUNICIPAL CODE CHAPTER 22 SEWERS ARLINGTON HEIGHTS MUNICIPAL CODE CHAPTER 22 SEWERS Article I General Provisions Section 22-101 Definitions Section 22-102 Supervision of Sewer System Section 22-103 Inspections Section 22-104 Use of Public

More information

Sanitary Sewer Overflow Response Plan Working Committee SANITARY SEWER OVERFLOW RESPONSE PLAN

Sanitary Sewer Overflow Response Plan Working Committee SANITARY SEWER OVERFLOW RESPONSE PLAN Sanitary Sewer Overflow Response Plan Working Committee SANITARY SEWER OVERFLOW RESPONSE PLAN I. PURPOSE The Municipality / Authority has structured this Sanitary Sewer Overflow Response Plan to satisfy

More information

Section 402. STORM SEWERS

Section 402. STORM SEWERS 402.02 Section 402. STORM SEWERS 402.01. Description. This work consists of constructing storm sewers of the size and class required, including excavation, bedding, and backfill. 402.02. Materials. Provide

More information

Bid closing date December 21, 2013

Bid closing date December 21, 2013 REQUEST FOR PROPOSAL FOR DATA CENTRE FACILITIES MANAGEMENT SERVICES XYZ DATA CENTRE Kotakinabalu Bid closing date December 21, 2013 Failure to meet the following requirements will invalidate your bid submission

More information

RFP 13-2014 Request for Proposal Drain and Sewer Line Maintenance Services

RFP 13-2014 Request for Proposal Drain and Sewer Line Maintenance Services RFP 13-2014 Request for Proposal Drain and Sewer Line Maintenance Services Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide the following services

More information

REQUEST FOR QUOTES (RFQ)

REQUEST FOR QUOTES (RFQ) REQUEST FOR QUOTES (RFQ) Lincoln County Public Works is requesting quotes (RFQ) through its Small Works Roster Process. Quotes are being requested for a project to replace the roof on the Crew Headquarters/Truck

More information

5. Preparation of the State and Federal Single Audit Reports.

5. Preparation of the State and Federal Single Audit Reports. THE CITY OF GROTON REQUEST FOR PROPOSAL FOR AUDITING SERVICES RFP 15-01 (Revised 5/28/15) 1. Introduction The City of Groton, Connecticut (the City) is soliciting proposals for purpose of obtaining the

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101413B PROJECT TITLE: Communication Access Real Time Translation and Open Captioning Transcription

More information

AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave.

AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave. Date: 03/07/2014 RFP # 2014-6 Request for Proposal for: Paper Shredding / Document Destruction Services AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott

More information

Section I - General. Page 1 of 5

Section I - General. Page 1 of 5 Section I - General City of Olivette Residential Sanitary Sewer Lateral Repair Program Policy & Procedures 1200 North Price Road, Olivette, MO 63132 P 314-993-0252 F 314-994-9862 A. The Owner of a single-family

More information

PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA 85544-0134 REQUEST FOR PROPOSALS

PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA 85544-0134 REQUEST FOR PROPOSALS PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA 85544-0134 REQUEST FOR PROPOSALS Point to Point Leak Detection Survey RFP # 2014-02 PROPOSAL OPENING DATE July 26, 2013 3:00 PM REQUEST

More information

City of Scappoose, Oregon Request for Proposals MAPPING & GIS PROJECT

City of Scappoose, Oregon Request for Proposals MAPPING & GIS PROJECT City of Scappoose, Oregon Request for Proposals MAPPING & GIS PROJECT The City of Scappoose is requesting Proposals from qualified consulting firms to assist with digital mapping of City facilities. Tasks

More information

How To Install An Overhead Sewer

How To Install An Overhead Sewer Village of Broadview Flood Control Assistance Program Village of Broadview 2350 S. 25 th Avenue, Broadview, IL 60155 INTRODUCTION The Village of Broadview is served by combined sewers which carry sewage

More information

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

Request For Price. Work Schedule The project shall commence within a reasonable time of the request. Request For Price The Town of Somers is soliciting two (2) year contract proposals for emergency and non-emergency plumbing work at the following locations in Somers, New York 10589: Somers Town House,

More information

REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES. RFQ Release Date: August 3, 2015. Quote Due Date: August 21, 2015 at 5:00 p.m.

REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES. RFQ Release Date: August 3, 2015. Quote Due Date: August 21, 2015 at 5:00 p.m. REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES RFQ Release Date: August 3, 2015 Quote Due Date: August 21, 2015 at 5:00 p.m. SOUTHEAST MICHIGAN COMMUNITY ALLIANCE (SEMCA) 25363 Eureka Rd. Taylor, MI 48180

More information

2016 - SECTION 25 CLOSED CIRCUIT TELEVISION INSPECTION OF SEWER LINES

2016 - SECTION 25 CLOSED CIRCUIT TELEVISION INSPECTION OF SEWER LINES 2016 - SECTION 25 CLOSED CIRCUIT TELEVISION INSPECTION OF SEWER LINES 25.1 GENERAL This section of the specifications shall form a part of the contract documents and should be read in conjunction with

More information

Kennebec Valley Community College 92 Western Avenue Fairfield, ME 04937. Competitive Bid Request for Proposal This is Not an Order

Kennebec Valley Community College 92 Western Avenue Fairfield, ME 04937. Competitive Bid Request for Proposal This is Not an Order Kennebec Valley Community College 92 Western Avenue Fairfield, ME 04937 Competitive Bid Request for Proposal This is Not an Order Transcription Services Date: June 14, 2016 Proposals Due On: June 27, 2016

More information

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 Bill.Kroll@snco.us

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 Bill.Kroll@snco.us SECTION I Shawnee County is requesting qualifications/proposals for the renovation of 2600 SW East Circle Drive, Topeka, Kansas 66606 which will be utilized by the Shawnee County Health Agency per the

More information

Document Comparison. AIA Documents A134 2009 and A131CMc 2003

Document Comparison. AIA Documents A134 2009 and A131CMc 2003 Document Comparison AIA Documents A134 2009 and A131CMc 2003 AIA Document A134 2009 is in the right-hand column. Corresponding sections of AIA Document A131 CMc 2003 are in the left-hand column. Sections

More information

REQUEST FOR PROPOSALS SANITARY SEWER MAINTENANCE SERVICES FOR THE TOWN CENTER SEWER ASSESSMENT DISTRICT WITHIN THE TOWN OF WOODSIDE

REQUEST FOR PROPOSALS SANITARY SEWER MAINTENANCE SERVICES FOR THE TOWN CENTER SEWER ASSESSMENT DISTRICT WITHIN THE TOWN OF WOODSIDE REQUEST FOR PROPOSALS SANITARY SEWER MAINTENANCE SERVICES FOR THE TOWN CENTER SEWER ASSESSMENT DISTRICT WITHIN THE TOWN OF WOODSIDE Submit Proposals to: Town of Woodside Public Works Department 2955 Woodside

More information

Purchasing a Business in Utah - RFP Approval Bid Process

Purchasing a Business in Utah - RFP Approval Bid Process REQUEST FOR PROPOSAL To Provide Services for RELEASE DATE: November 11, 2010 DUE DATE: December 10, 2010 2 p.m. Mark Hoss Purchasing Coordinator I. GENERAL TABLE OF CONTENTS PAGE A. Intent of Request for

More information

REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring

REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring MCC13-04 REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring Manchester Community College PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for Manchester

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The County of Bergen will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in this

More information

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS PURCHASE ORDER TERMS AND CONDITIONS 1. DEFINITIONS: In these Terms and Conditions and all documents related to the Purchase Order: Purchaser means the entity issuing the Purchase Order as identified on

More information

ELECTRICAL CONTRACTORS THE UNIVERSITY OF TENNESSEE KNOXVILLE, TENNESSEE SECTION 16050 PAGE 1

ELECTRICAL CONTRACTORS THE UNIVERSITY OF TENNESSEE KNOXVILLE, TENNESSEE SECTION 16050 PAGE 1 KNOXVILLE, TENNESSEE SECTION 16050 PAGE 1 PART 1 - GENERAL 1.01 RELATED DOCUMENTS: SECTION 16050 A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1

More information

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS Issued: TABLE OF CONTENTS 1. Introduction...3 1.1 Purpose...3 1.2 Background...3 1.3 Scope of Work...3 1.4 Current Infrastructure...3

More information

Small Public Work Contract

Small Public Work Contract City of Bellevue 450 110 th Ave. NE Bellevue, WA 98004 Small Public Work Contract City of Bellevue Contract Identification Information: Contract Title: This CONTRACT is entered into the date

More information

CHAPTER 67.2 RESIDENTIAL BUILDING CODE

CHAPTER 67.2 RESIDENTIAL BUILDING CODE CHAPTER 67.2 RESIDENTIAL BUILDING CODE 1. APPLICABILITY. This Chapter shall have, along with the Code adopted hereby, the scope and applicability set out in said code except as modified by the provisions

More information

COMPUTER SERVICES AGREEMENT

COMPUTER SERVICES AGREEMENT COMPUTER SERVICES AGREEMENT This COMPUTER SERVICES AGREEMENT ( "Agreement") is made and entered into effective as of the 1 day of January, 2008 (the Effective Date ), by and between 3T Productions, Inc.,

More information

REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES

REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES Notice is hereby given that the Santa Rosa County Board of County Commissioners is calling for and requesting proposals from qualified

More information