Water Works Properties Valuation

expired opportunity(Expired)
From: Evanston(City)
19-50

Basic Details

started - 29 Aug, 2019 (about 4 years ago)

Start Date

29 Aug, 2019 (about 4 years ago)
due - 08 Oct, 2019 (about 4 years ago)

Due Date

08 Oct, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
19-50

Identifier

19-50
City of Evanston

Customer / Agency

City of Evanston
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

proposals will be received by the Purchasing Office in Room 4200, Lorraine H. Morton Civic Center, 2100 Ridge Avenue, Evanston, Illinois 60201, until 2:00 P.M. local time on October 8, 2019. Proposals shall cover the following: Water Works Properties Valuation RFP Number: 19-50 The City of Evanston’s Water Production Bureau of the Evanston Public Works Agency is seeking proposals from experienced firms in water works valuation for engineering services related to the computation of the Reproduction Cost New Less Depreciation value of the water works properties including the pumping, treatment and source of supply, general water plant and transmission facilities. The above item shall conform to the RFP on file in the Purchasing Office. The document, including all necessary plans and specifications, will be available in the Purchasing Office on August 22, 2019. Parties interested in submitting a bid should contact the Purchasing Office to receive a copy of the bid or see the City’s
website at: www.cityofevanston.org/business/bids-proposals/ or Demandstar at: www.demandstar.com. The City (the City of Evanston) in accordance with the laws of the State of Illinois, hereby notifies all firms that it will affirmatively ensure that the contract(s) entered into pursuant to this notice will be awarded to the successful firm without discrimination on the grounds of race, color, religion, sex, age, sexual orientation marital status, disability, familial status or national origin. The City of Evanston reserves the right to reject any or all submittals or to accept the submittal(s) deemed most advantageous to the City. The Evanston City Council also reserves the right to award the contract to an Evanston firm if that firm’s bid is within 5% of the low bid. Each Proposer shall be required to submit with his/her proposal a Disclosure of Ownership Interest Statement Form in accordance with Section 1-18-1 et seq. of the City Code. Failure to submit such information may result in the disqualification of such proposal. Jillian Ostman Purchasing Specialist http://www.cityofevanston.org/business/bids-proposals/ http://www.demandstar.com/ 4 Revised 10-14 (09-17) CITY OF EVANSTON Request for Proposal 1.0 INTRODUCTION 1.1 General The City of Evanston water treatment plant is a surface water treatment facility consisting of Lake Michigan water intakes, preliminary chemical feed and flash mix, flocculation, sedimentation, filtration, and post-chlorine feed and blended phosphate addition. The plant site also includes low and high lift pumping and finished water storage. Rated capacity of the filters is 108 million gallons per day (mgd), though both the low and high lift pumping systems are rated at higher capacities. The City’s water distribution system currently supplies approximately 44.8 mgd of treated Lake Michigan water to customers in Evanston and four wholesale customers: Skokie, Morton Grove Nile Water Commission, Lincolnwood and the Northwest Water Commission (Arlington Heights, Buffalo Grove, Palatine, and Wheeling). The City’s water distribution system consists of one major pumping station at the water treatment plant, two standpipes (5 MG and 7.5 MG), and approximately 156 miles of water main ranging in diameter from 3 inches to 48 inches. The City of Evanston’s Public Works Agency is seeking proposals from consulting engineering firms to prepare a full valuation of the Evanston Water Works properties and develop the Original Cost Less Depreciation (OCLD) and Reproduction Cost New Less Depreciation values (RCNLD). The valuation is to be used in the development of the rate calculation used in the long term water supply contracts with our wholesale customer base. This valuation includes fixed assets for the pumping plant, water treatment plant, source of supply, general water plant and transmission facilities. The valuation does not include fixed assets for the sewer transmission system. In addition to the aforementioned full valuation of the Evanston Water Works properties we are seeking proposals from consulting engineering firms to prepare basic updates to the full valuation of the Evanston Water Works properties and develop the Original Cost Less Depreciation (OCLD) and Reproduction Cost New Less Depreciation values (RCNLD) for years 2021, 2022, 2023, and 2024. The contract term desired is for a period of four (4) years. Contact with City personnel in connection with this RFP shall not be made other than as specified in this RFP Unauthorized contact of any City personnel may be cause for rejection of a proposal. Prior to the submittal of a proposal, Proposers are advised to carefully examine  the contract documents  project scope and work tasks to be accomplished  specifications 5 Revised 10-14 (09-17)  submittal requirements  insurance requirements and required documentation Proposers are advised to become thoroughly familiar with all conditions, instructions and specifications governing this RFP. Proposals shall be made in accordance with these instructions. Proposals shall be submitted on the forms provided by the City The City will not be liable in any way for any costs incurred by respondents in replying to this Request for Proposal. 2.0 SCOPE OF SERVICES Respondents are to provide a detailed project approach outlining the tasks that will be completed in the process of determining the Original Cost Less Depreciation (OCLD) and Reproduction Cost New Less Depreciation (RCNLD) values for all water plant and distribution assets and how these steps meet the criteria outlined below and in the attached Water Supply agreement sections (see Attachment 1) for each of the following project phases: Phase I: A VALUATION BASED ON PHYSICAL APPRAISAL OF THE ASSETS: The purpose of the valuation of the water works properties is to determine the billings and rates for water delivered by the City of Evanston and received by Evanston’s wholesale customers. The objective of this valuation is to provide an accurate calculation of the RCNLD value of the water works properties as of December 31, 2019. A detailed analysis or evaluation of the subject facilities shall be completed in order to provide the full update to the valuation. The water works properties physical assets shall be verified by a field inspection conducted by the consultant. Phase II: NORTHWEST WATER COMMISSION RATE ASSETS: Determine the RCNLD estimate of the water fixed assets for the pumping plant, water treatment plant and source of supply categories only. The following adjustments shall be made to the pumping plant fixed assets: a. Exclude two 30 million gallon per day capacity (MGD) low lift pumps installed in 1983 (Original Cost of $572,613). b. Exclude one 22 MGD high lift pump installed in 1986 (Original Cost of $1,104,659). Phase III: ADDITIONAL WHOLESALE CUSTOMERS RATE ASSETS (Village of Skokie (SK), Morton Grove/Niles Water Commission (MGNWC) and Village of Lincolnwood (LW)): Determine the RCNLD estimate of the water fixed assets for the pumping plant, water treatment plant, source of supply, general water plant and transmission facilities. The following transmission Tasks shall be included as part of Phase III: a. Task 1: SK valuation of fixed assets with MGNWC as a customer. b. Task 2: MGNWC valuation of fixed assets with SK and LW as a customer. c. Task 3: LW valuation of fixed assets with SK and MGNWC as a customer. 6 Revised 10-14 (09-17) d. Task 4: SK valuation of fixed assets with MGNWC and LW as a customer. Phase IV: ANNUAL BASIC UPDATE TO THE VALUATION OF THE WATER WORKS PROPERTIES: The basic update shall be completed by utilizing the fixed assets of records of the City of Evanston. The RCNLD value shall be adjusted using the most recent available cost trending factors. Any additions or deletions to the final assets will be provided by the City of Evanston for inclusion in the basic update. The consultant shall provide this basic update on an annual basis for four years: a. 2021 basic update b. 2022 basic update c. 2023 basic update d. 2024 basic update In order for the consultant to complete the basic valuation updates the City will provide the required asset data. Upon receipt of the data the consultant shall provide a draft version of the report to the City within four weeks. The Consultant shall allow the City at least two weeks to review the draft report and return comments. After completion of the valuation, the selected consultant shall prepare a draft appraisal report detailing the methodology used as well as the results. The Consultant shall allow the City at least two weeks to review the draft report and return comments. The Consultant shall incorporate the comments prior to issuing the final report. 3.0 INSURANCE Consultant shall carry and maintain at its own cost with such companies as are reasonably acceptable to City all necessary liability insurance (which shall include as a minimum the requirements set forth below) during the term of this Agreement, for damages caused or contributed to by Consultant, and insuring Consultant against claims which may arise out of or result from Consultant’s performance or failure to perform the Services hereunder. The consultant must provide an insurance certificate naming the City of Evanston as an additional insured and will provide a variety of insurances including:  comprehensive general liability - $3,000,000 combined single limit for each occurrence for bodily injury and property damage – designating the City as Additional Insured  Workers Compensation - Statutory Limits  Automobile Liability - $1,000,000 per occurrence for all claims arising out of bodily injuries or death and property damages.  errors and omissions or professional liability insurance - $1,000,000 The surety and the insurance company must have not less than an A+ rating from the Alfred M. Best Co., Inc. and be approved by the City of Evanston. 7 Revised 10-14 (09-17) Consultant’s certificate of insurance shall contain a provision that the coverage afforded under the policy(s) will not be canceled or reduced without thirty (30) days prior written notice (hand delivered or registered mail) to City. 4.0 SUBMITTAL REQUIREMENTS Responses to this Request shall be in one volume. Any firm brochures and/or information pertaining to the qualifications of the firm and/or team may be submitted, but must be included in a single volume. Applicant firms must submit their responses in one of two ways: 1. Paper copies-- six (6) hardcopies, one (1) unbound original and an electronic copy on a flash/USB drive; or 2. Electronic response only—submitted in a sealed envelope on a flash/USB drive (with any paper bid bonds as required) Cut out and tape label included in this proposal package as Exhibit K (BID/Proposal Submittal Label). All submittals are to be placed in a sealed opaque envelope addressed to: The City of Evanston Purchasing Office, Room 4200, Lorraine H. Morton Civic Center, 2100 Ridge Avenue, Evanston, Illinois 60201; clearly marked on the OUTSIDE with the following:  RFP name and number  Name and address of Firm  Date and time of RFP deadline ANY PROPOSALS RECEIVED AFTER THE SUBMITTAL DEADLINE, WILL BE RETURNED TO THE PROPOSER UNOPENED. It is the sole responsibility of the proposer to insure that his or her proposal is delivered by the stated time. Mailed proposals which are delivered after the specified time will not be accepted regardless of post marked time on the envelope. THE CITY IS NOT RESPONSIBLE FOR MISDIRECTED PACKAGES. A. Cover Letter The cover letter will include the following:  introduction of firm signed by an authorized Principal of the firm  name of firm  address of firm  phone number of the firm submitting the proposal  include the name and signature of an authorized binding official who is authorized to answer questions regarding the firm’s proposal B. Qualifications and Experience of Firm and/or Team  All respondents shall describe other contracts (at least 5, but no more than10) similar in scope, size or discipline to the required services described herein, performed or undertaken within the past five years.  The respondent must provide references, including name, address and telephone number of a contact person for each project identified and described. 8 Revised 10-14 (09-17)  Indicate commencement dates, duration and type of operation.  Provide a list of all Municipal clients in Illinois. C. Area/Regional Manager(s) Clearly identify the professional staff person(s) who would be assigned as your Area/Regional Manager(s) and provide resumes. The proposal should indicate the abilities, qualifications and experience of these individuals. D. Fees Provide a copy of your fees/prices on the attached price/costs form (see page 15). E. Contract The City has attached its standard contract in Exhibit J (see page 28– Professional Services Agreement). Identify all exceptions to the agreement that would prevent your Firm from executing it. The City shall not consider or negotiate regarding exceptions submitted at any time after the submission of the Proposer’s response. 5.0 ADDITIONAL SUBMISSION REQUIREMENTS N/A 6.0 M/W/EBE GOALS The City has a goal of 25% of the contract amount for the participation and utilization of Minority-Owned, Women-Owned, and Evanston-based businesses (M/W/EBEs) in completing a portion of the services required by the City. All respondents must submit a statement of the proposed involvement of M/W/EBEs in completing a portion of the required services. Provide a copy of the certification for M/W/EBEs that will assist in achieving the M/W/EBE goal with your submittal as well as the appropriate M/W/EBE forms or Request for Waiver. Any questions regarding M/W/EBE compliance should be submitted in writing to Sharon A. Johnson, Business Workforce Compliance Coordinator at shjohnson@cityofevanston.org or Tammi Nunez Purchasing Manager at tnunez@cityofevanston.org. 7.0 EVALUATION CRITERIA The City will select the successful firm through an evaluation process based on the firm meeting the specifications which are outlined in this RFP. A review committee will review in detail all proposals that are received. During the evaluation process, the City may require a Proposer’s representative to answer questions with regard to the proposal and/or make a formal presentation to the review committee. The review committee will make a recommendation to award the contract based on the criteria set forth below. This contract will be forwarded to the City Council for final approval. The evaluation criteria listed below will be used in the selection of the successful Proposer. mailto:shjohnson@cityofevanston.org mailto:tnunez@cityofevanston.org 9 Revised 10-14 (09-17) A. Qualifications and Expertise B. Price C. Organization and Completeness of Proposal D. Willingness to Execute the City of Evanston’s Professional Services Agreement E. M/W/EBE Participation 8.0 SELECTION PROCESS The City will select a firm on the basis of the responsiveness of the proposal to the RFP submittal requirements, the evaluation criteria stated above and the demonstrated willingness to execute an acceptable written contract. The City reserves the right to reject any or all proposals, and to request written clarification of proposals and supporting materials from the Proposer. While it is the intent of the City to award a single firm, the City reserves the right to award in part or in whole and to select multiple firms and/or individuals, depending on whichever decision is deemed to be most advantageous to the City. Responses may be rejected if the firm fails to perform any of the following: A. Adhere to one or more of the provisions established in this Request for Proposal. B. Demonstrate competence, experience, and the ability to provide the services described in this Request for Proposal. C. Submit a response on or before the deadline and complete all required forms. D. To fulfill a request for an oral presentation. E. To respond to a written request for additional information. Discussions and/or interviews may be conducted with responsible firms that have submitted proposals in order to clarify certain elements. All proposals shall be afforded fair and equal treatment with respect to any opportunity for clarification. In conducting discussion, there shall be no disclosure of information derived from proposals submitted by competing firms. The selection shall be done by the City’s review committee and will be recommended to the City Council for final approval. If the City is unable to reach any sort of agreement with the selected firm, the City will discontinue negotiations with the selected firm and begin negotiations with the firm ranked second and so on until agreement is reached. The firm to be recommended to the City Council will be the one whose proposal is determined to be the most advantageous to the City in consideration of price and all other evaluation factors which are set forth in this Request for Proposal No other factors or criteria not listed in this RFP shall be used in the evaluation. 9.0 PROPOSED SCHEDULE The tentative schedule for this RFP and project process is as follows: 10 Revised 10-14 (09-17) 1. RFP issued ..................................................... August 22, 2019 2. Last Day to submit questions ......................... September 24, 2019 3. Final Addendum Issued.................................. October 1, 2019 4. RFP Submission Due Date ............................ October 8, 2019 5. City Council Award of Contract ...................... October 28, 2019 6. Contract Effective ........................................... January 1, 2020 10.0 QUESTIONS REGARDING RFP All questions related to this RFP should be submitted in writing to Jillian Ostman, Purchasing Specialist at jostman@cityofevanston.org with a copy to Darrell King dking@cityofevanston.org. 11.0 GENERAL TERMS AND CONDITIONS A. Confidentiality In connection with this Agreement, City may provide Consultant with information to enable Consultant to render the Services hereunder, or Consultant may develop confidential information for City. Consultant agrees (i) to treat, and to obligate Consultant’s employees to treat, as secret and confidential all such information whether or not identified by City as confidential, (ii) not to disclose any such information or make available any reports, recommendations and /or conclusions which Consultant may make for City to any person, firm or corporation or use the same in any manner whatsoever without first obtaining City’s written approval, and (iii) not to disclose to City any information obtained by Consultant on a confidential basis from any third party unless Consultant shall have first received written permission from such third party to disclose such information. Pursuant to the Illinois Freedom of Information Act, 5 ILCS 140/7(2), records in the possession of others whom the City has contracted with to perform a governmental function are covered by the Act and subject to disclosure within limited statutory timeframes (five (5) working days with a possible five (5) working day extension). Upon notification from the City that it has received a Freedom of Information Act request that calls for records within the Consultant’s control, the Consultant shall promptly provide all requested records to the City so that the City may comply with the request within the required timeframe. The City and the Consultant shall cooperate to determine what records are subject to such a request and whether or not any exemptions to the disclosure of such records, or part thereof, is applicable. The Purchasing Specialist will endeavor to advise the firm of any request for the disclosure of the material so marked with “TRADE SECRET”, “CONFIDENTIAL”, or “PROPRIETARY”, and give the firm or other submitting party the opportunity to seek a court order to protect such materials from disclosure. If the requested material was submitted by a party other than the firm, then the firm shall be solely responsible for notifying the submitting party of the request. The City’s sole responsibility is to notify the firm of the request for disclosure, and the City shall not be liable for any damages resulting out of such disclosure, whether such disclosure is deemed required by law, by an order of mailto:jostman@cityofevanston.org dking@cityofevanston.org 11 Revised 10-14 (09-17) court or administrative agency, or occurs through inadvertence, mistake, negligence on the part of the City or its officers, or employees. B. Withdrawal of Proposal Proposals may be withdrawn prior to the submittal deadline. Withdrawal may be attained by written request; however, no offer can be withdrawn within the ninety (90) day period which occurs after the time is set for closing. Proposers who withdraw their proposals prior to the designated date and time may still submit another proposal if done in accordance with the proper time frame. C. Exceptions to Specifications Exceptions to these specifications shall be listed and explained on a separate page titled “Exceptions to Specifications”, which shall be prepared by the Proposer. This page shall then be attached to these documents and submitted at the same time as the proposal. Each exception must refer to the page number and paragraph to which it is relevant. The nature and reasoning of each exception shall be explained in its entirety. Any exceptions to these specifications may be cause for rejection of the proposal. D. Hold Harmless The contractor agrees to hold harmless the City of Evanston and all of its agents, servants, and employees against any and all lawsuits, claims, demands, liabilities, losses, and/or expenses; including court costs and attorneys’ fees on account of injury to any person, or any death resulting from such injury, or any damage to property which may have arisen from work specifically related to the contract and/or project. E. Addenda Any and all changes to these documents are valid only if they are included via written addendum to all respondents. Each respondent should acknowledge receipt of any addenda by indicating same in their proposal submission. Each respondent acknowledging receipt of any addenda is responsible for the contents of the addenda and any changes to the proposal therein. Failure to acknowledge any addenda may cause the proposal to be rejected. Addenda information is available over the internet at City of Evanston Notices & Documents or www.demandstar.com, or by contacting the Purchasing Office, 847-866-2935. F. Term The contract is for four (4) years. The City may terminate a contract for either cause or convenience. G. Non-Appropriation of Funds The City of Evanston reserves the right to terminate in whole or in part of the contract in the event that insufficient funds to complete the contract are appropriated by Evanston City Council. https://www.cityofevanston.org/business/bids-proposals https://www.cityofevanston.org/business/bids-proposals https://www.demandstar.com/home 12 Revised 10-14 (09-17) H. Property of the City All discoveries and documents produced as a result of any service or project undertaken on behalf of the City of Evanston shall become the property of the City. I. Payment Terms The consultant shall submit invoices detailing the services provided, project, professional staff, and hours. Payment shall be made in accordance with the Local Government Prompt Payment Act. Please note that failure to provide a detailed invoice could result in delay of payment and include termination of any agreement. J. Disclosures and Potential Conflicts of Interest The City of Evanston’s Code of Ethics prohibits public officials or employees from performing or participating in an official act or action with regard to a transaction in which he has or knows he will thereafter acquire an interest for profit, without full public disclosure of such interest. This disclosure requirement extends to the spouse, children and grandchildren, and their spouses, parents and the parents of a spouse, and brothers and sisters and their spouses. To ensure full and fair consideration of all proposals, the City of Evanston requires all Proposers including owners or employees to investigate whether a potential or actual conflict of interest exists between the Proposer and the City of Evanston, its officials, and/or employees. If the Proposer discovers a potential or actual conflict of interest, the Proposer must disclose the conflict of interest in its proposal, identifying the name of the City of Evanston official or employee with whom the conflict may exist, the nature of the conflict of interest, and any other relevant information. The existence of a potential or actual conflict of interest does NOT, on its own, disqualify the disclosing Proposer from consideration. Information provided by Proposers in this regard will allow the City of Evanston to take appropriate measures to ensure the fairness of the proposal process. The City requires all Proposers to submit a certification, enclosed with this RFP, that the Proposer has conducted the appropriate investigation and disclosed all potential or actual conflicts of interest. K. Protests Any actual or prospective Proposer, who is aggrieved in connection with the solicitation or award of a contract, may protest to the Purchasing Office. The protest shall be submitted in writing within ten (10) calendar days after such aggrieved person knows or should have known of the facts giving rise thereto.  The Proposer shall submit any protests or claims regarding this solicitation to the Purchasing Office.  A pre-bid protest must be filed five (5) days before the bid opening or proposal submittal.  A pre-award protest must be filed no later than ten (10) days after the bid opening date or proposal deadline. 13 Revised 10-14 (09-17)  A post-award protest must be filed no later than ten (10) days after the award of the Contract. All claims by a Proposer against the City relating to a contract shall be submitted in writing to the Purchasing Specialist. The City will only consider protests that are properly and timely submitted. All protests or claims must set forth the name and address of the protester, the contract number, the grounds for the protest or claim, and the course of action that the protesting party desires the Purchasing Specialist to take. Statements shall be sworn and submitted under penalty of perjury. L. Authority To Resolve Protests And Contract Claims Protests: The Purchasing Specialist shall have the authority to consider and resolve a protest of an aggrieved Proposer, actual or prospective, concerning the solicitation or award of a contract. The City shall issue a written decision and that decision is final. Contract Claims: The Purchasing Specialist, after consulting with Corporation Counsel, shall have the authority to resolve contract claims, subject to the approval of the City Manager or City Council, as applicable, regarding any settlement that will result in a change order or contract modification. Each Proposer, by submitting a response to this RFP, expressly recognizes the limitations on its rights to protest provided in this Section and expressly waives all other rights and remedies and agrees that the decision on the protest is final and conclusive. If a Proposer disregards, disputes or does not follow the exclusive protest remedies provided in this Section, it shall indemnify and hold the City and its officers, employees, agents and consultants harmless from and against all liabilities, fees and costs, including legal and consultant fees and costs, and damages incurred or suffered as a result of such Proposer’s actions. Each Proposer, by submitting a response to this RFP, shall be deemed to have irrevocably and unconditionally agreed to this indemnity obligation. M. Litigation For purposes of this Section, the following terms are defined as follows: “issue” means any prior or pending litigation or investigation, either civil or criminal, or any governmental agency action or proceeding (the “issue”), which may affect the performance of the services to be rendered herein. For purposes of this Section, an “issue” shall also include any criminal, civil, or administrative penalty or finding imposed against any covered individual. An issue occurring within seven (7) years of the date preceding the date of the Proposer’s response shall be disclosed by the Proposer. “covered individual” means any principal, president, managing partner, or vice- president, affiliated in anyway with the Firm, and the Firm’s employees or subcontractors. 14 Revised 10-14 (09-17) All proposers shall identify and describe with particularity any issue. The City, and not Proposer, has the sole discretion to determine whether an issue may affect the performance of the services. Failure of any Proposer to comply with this mandatory obligation shall, at the City’s sole discretion, result in the Proposer’s response being deemed non-responsive and not responsible. Failure of any Proposer to comply with the obligation specified herein may result in the voiding any subsequent contract award to Proposer if the City discovers upon the exercise of its customary due diligence that Proposer failed to comply with the mandatory obligation in this Section. The City reserves all rights to take any other actions in the case of a Proposer’s non-compliance with this Section. N. Subcontractors If any firm submitting a proposal intends on subcontracting out all or any portion of the engagement, that fact, and the name of the proposed subcontracting firm(s) must be clearly disclosed in the proposal. Following the award of the contract, no additional subcontracting will be allowed without the prior written consent of the City of Evanston. O. Contact with City Personnel All Proposers are prohibited from making any contact with the City Manager, City Council, or any other official or employee of the City with regard to the Project, other than in the manner and to the person(s) designated herein. The Purchasing Specialist reserves the right to disqualify any Proposer found to have contacted City Personnel in any manner with regard to the Project. Additionally, if it is determined that the contact with City Personnel was in violation of any provision of 720 ILCS 5/33EE, the matter may be referred to the Cook County State’s Attorney for review and prosecution. P. Costs Incurred The City of Evanston assumes no responsibility or liability for costs incurred by the Proposer prior to the execution of a contract. This includes costs incurred by the Proposer as a result of preparing a response to this RFP. 15 Revised 10-14 (09-17) PROPOSAL COST TABLE (Submit with Proposal) Item Description Cost Phase I – Valuation Based on Physical Appraisal of Assets Offsite Data Collection $ On-Site Asset Inspection $ Develop RCNLD Value Estimate $ Prepare Appraisal Report $ Total Cost – Phase I $ Phase II – Northwest Water Commission Rate Assets Offsite Data Collection $ On-Site Asset Inspection $ Develop RCNLD Value Estimate $ Prepare Appraisal Report $ Total Cost – Phase II $ Phase III – Additional Wholesale Customers Rate Assets Offsite Data Collection $ On-Site Asset Inspection $ Develop RCNLD Value Estimate $ Prepare Appraisal Report $ Total Cost – Phase III $ Phase IV – Annual Basic Update To the Valuation of Water Works Properties (2021-2024) Offsite Data Collection $ On-Site Asset Inspection $ Develop RCNLD Value Estimate $ Prepare Appraisal Report $ Total Cost – Phase IV $ Provide a supplemental table to indicate the hours required by each team member and their hourly billing rate (clearly indicating the salary cost multiplier). On the supplemental table, break down all costs by task and labor category and break out reimbursable direct costs separately. 16 Revised 10-14 (09-17)

2100 Ridge Avenue Evanston, Illinois 60201Location

Address: 2100 Ridge Avenue Evanston, Illinois 60201

Country : United StatesState : Illinois

You may also like

WATER UTILITY SERVICE FOR BORREGO PASS SCHOOL

Due: 31 Dec, 2024 (in 8 months)Agency: BUREAU OF INDIAN AFFAIRS AND BUREAU OF INDIAN EDUCATION

CITY OF FOLSOM UTILITIES - WATER, SEWER, TRASH SERVICE

Due: 30 Sep, 2024 (in 5 months)Agency: ENERGY, DEPARTMENT OF

Shedd Street Property For Sale

Due: 24 May, 2024 (in 28 days)Agency: Town of Enfield

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAISC: 334513 GSA CLASS CODE: 66