NJTPA FY UPWP MUTCD TRAFFIC SIGN INVENTORY AND ASSESSMENT PROGRAM GUIDELINES

Size: px
Start display at page:

Download "NJTPA FY UPWP MUTCD TRAFFIC SIGN INVENTORY AND ASSESSMENT PROGRAM GUIDELINES"

Transcription

1 NJTPA FY UPWP MUTCD TRAFFIC SIGN INVENTORY AND ASSESSMENT PROGRAM GUIDELINES May 31, 211

2 MUTCD TRAFFIC SIGN INVENTORY AND ASSESSMENT PROGRAM GUIDELINES TABLE OF CONTENTS PROGRAM DESCRIPTION 1 ELIGIBLE ACTIVITIES 1 PROPOSAL DEVELOPMENT AND SUBMISSION 2 FINAL TECHNICAL REPORT 2 ADMINISTRATIVE PROCEDURES AND ALLOWABLE EXPENSES 3 QUARTERLY AND FINAL REPORTING REQUIREMENTS 5 APPENDIX A SELECT EXCERPTS FROM THE 29 MUTCD 8 APPENDIX B 29 MUTCD MINIMUM MAINTAINED RETROREFLECTIVITY LEVELS 1 APPENDIX C SUMMARY OF SIGN RETROREFLECTIVITY MAINTENANCE METHODS 11 APPENDIX D IMPLEMENTATION PROCESS TIMELINE 12 APPENDIX E BUDGET PLAN FORM 13 APPENDIX F STAFFING PLAN FORM 14 APPENDIX G PROJECT SCHEDULE 15 APPENDIX H PROCEDURES FOR PROCUREMENT OF PROFESSIONAL SERVICES 16 APPENDIX I SAMPLE INVOICE FOR PAYMENT 24 APPENDIX J QUARTERLY REQUEST FOR PAYMENT 25 APPENDIX K QUARTERLY REPORTING FORMAT 28 May 31, 211

3 Program Description The purpose of this program is to provide subregional support in the inventory of traffic signs and the establishment of appropriate sign management methods to maintain traffic sign retro-reflectivity at or above the minimum compliance levels. The Manual on Uniform Traffic Control Devices (MUTCD) is the national standard for all traffic control devices on any street or highway open to public travel and is incorporated by reference to the Code of Federal Regulations (CFR), Title 23. The Federal Highway Administration (FHWA) publishes the MUTCD, which contains all national design, application, and placement, standards, guidance, options, and support provisions for traffic control devices. Effective January 28, the MUTCD established minimum levels of retroreflectivity on traffic signs that includes all regulatory, warning and guide signs. The purpose of the MUTCD is to provide uniformity of these devices, which include signs, signals, and pavement markings, to promote highway safety and efficiency on the Nation's streets and highways. The second revision to the 23 MUTCD established minimum retroreflectivity levels for traffic signs. The 29 MUTCD expanded the requirement to include target compliance dates. The MUTCD requires signs to either be illuminated or made with retro-reflective sheeting. All public agencies must meet the following deadlines: January 212 Must establish and implement a sign assessment or management method to maintain minimum levels of sign retro-reflectivity; January 215 Must meet minimum retro-reflectivity requirements on regulatory, warning, and ground-mounted guide signs; and January 218 Must meet minimum retro-reflectivity requirements for overhead guide signs and street name signs. Appendix A includes excerpts from the 29 MUTCD. Agencies can select from several management and assessment methods. Information regarding these methods are included in Appendices A, B and C. The following is a link to the complete 29 MUTCD: The following is a link to FHWA s publication entitled Methods for Maintaining Traffic Sign Retroreflectivity: Eligible Activities Each subregion has been allocated a maximum budget, not to exceed, $133,. Eligible activities can include: Equipment purchases including: retroreflectometers, mobile field data collectors (gps), hardware and software purchases, etc. Videolog fees Staff salaries for fieldwork, and/or project management Intern salaries Consultant fees Equipment Hardware and Software Training Other (to be reviewed and approved by NJTPA Central Staff) May 31,, 211 1

4 Proposal Development Each subregion shall submit a proposal for the full funding amount which must include the following: A. Proposed work effort: Each subregion must provide a detailed summary of the proposed work effort. List all tasks to be completed, including a schedule of milestones, and interim and final completion dates. Appendix G provides the schedule format to use as a guide. Consultant contracts, if included in the scope of work, are subject to local, state and federal regulations, including, but not limited to, Title 49, Part 26, Code of Federal Regulations (49CFR26) entitled Participation by Disadvantages Business Enterprises in Department of Transportation Financial Assistance Programs. Consultant contracts shall comply with the NJDOT s statewide DBW/ESBE participation goal in affect at the time of consultant solicitation. In order to increase the likelihood that the DBE/ESBE goals will be achieved, applicants should take this requirement into consideration when selecting portions of the work to be performed by consultants. This may include, where appropriate, breaking out contract work items into economically feasible units to facilitate DBE/ESBE participation, even when the applicant might otherwise prefer to perform these work items with its own forces. B. Budget Plan Develop a detailed line item budget for the project including direct and indirect labor and expenses, consultant costs and project total using the standard budget plan form provided in Appendix E. The requested budget must reflect all work to be completed within the subcontract term and must identify the proposed funding sources, i.e. split of federal and local match funding, if applicable. Fringe Benefits, Leave Additive and Indirect Cost Allocation budget line items are optional and should be used only if the applicant intends to have fringe rates, calculation of leave time (holidays, vacation and sick days) against work days, and/or certified Indirect Cost Allocation Plan submitted for review and approval by the NJTPA. C. Staffing Plan Provide a breakdown of the total staff time required for each task outlined in the proposed work effort. Identify the in-house staff who will be involved in the project and the amount of time each person will spend on the project. This should also reflect time on other programs administered by this office if applicable (i.e. the Subregional Transportation Planning Program). Do not include individual salary information on the form (rates to be included in worksheet only). Appendix F provides the format to follow. Proposals must be submitted to Christine Mittman via at cmittman@njtpa.org with a copy to Elizabeth Johnson at ejohnson@njtpa.org by June 1, 211. Final Technical Report All work under this program must be completed by March 3, 212. By no later than January 15, 212 each subregion is required to submit to the NJTPA a technical memorandum documenting the sign assessment or management method they have selected to comply with the federal requirements for establishing and maintaining the minimum levels of sign retro-reflectivity. Each subregion is required to submit a draft technical report to the NJTPA for review by no later than January 31, 212 and a final technical report, with the NJTPA comments incorporated, by no later than February 29, 212. The draft and final technical reports shall provide sufficient documentation to support the sign assessment or management method selected, and shall include the following: A. Description of the sign assets under the jurisdiction of the subregion including: Number of signs Centerline miles of roadway May 31, 211 2

5 Information on the department in charge of sign management and in-house sign fabrication (if applicable) Process in place for sign replacement prior to this program Approximate number of man-hours dedicated annually to sign replacement and/or manage Approximate number of signs replaced annually Approximate total cost of signs replaced annually Type of sign material used B. Inventory of existing road signs Status of the existing inventory and work completed prior to this program Status of the inventory upon completion of this program and the work completed C. Implementation of Sign Management System Identify the assessment or management method or combination of methods selected D. Replacement of Substandard signs Provide a brief report of all regulatory, warning and groundmounted guide signs that are being recommended for replacement E. Adherence to selected method(s) Describe the policy/procedures to be established or in place to maintain a uniform practice of sign management Administrative Procedures, Requirements, and Allowable Expenses The following provides guidance to participants in the management and oversight of this program. All costs associated with the program must adhere to applicable federal circulars and must be in keeping with the intent and eligible activities of the program. A. General Financial Guidelines 1. Budgets may be developed using Labor and Direct Non-Labor Categories. 2. Subregions may allocate funds for fringe benefits, leave additive and overhead. However, the rates of the subregions must be certified by the CFO or treasurer and approved in advance by NJTPA. 3. All salary costs must be developed using time and effort per task according to the subregion s specific scope of work developed for the project. 4. Current salary rates for each employee charged to the program must be supplied in advance. If the salary rate changes, notification must be supplied in writing to NJTPA staff. 5. All budget transfers between Labor and Direct Non- Labor categories require prior written approval. All requests must be in writing and must be submitted with a revised budget and staffing plan. Requests must be submitted no later than the end of the first quarter of FY 212 (September 3, 211). No budget modification requests will be accepted after this request deadline. 6. 1% of budget may be transferred within Direct Non-Labor Expenses without pre-approval. 1% of budget may be transferred within Direct Labor Expenses without pre-approval. However, a copy of the revised budget must be submitted to central staff. 7. Copies of all receipts and signed payment vouchers or other form of proof of payment for direct non-labor expenses must be attached to the quarterly invoice. The NJTPA will be unable to reimburse subregional expenses incurred without receipts. 8. All equipment, including non-capital or capital equipment (regardless of dollar amount), and software purchases must be identified in the scope of work for NJTPA review and approval. 9. Labor costs and expenditures of staff not listed on staffing plan will not be reimbursed. May 31, 211 3

6 1. Subregions must submit reports and invoices for each quarter whether or not the subregion is seeking reimbursement. 11. Back billing of expenditures is not allowed. You may not bill for expenditures incurred in previous quarters. Subregion must seek reimbursement in the quarter in which the consultant was paid. 12. The source of Local Match funds, if applicable, cannot be from another federally funded grant. Match funding may either be county or state funds, but not federal funds. C. Guidelines for Direct Non-Labor Expenses (Part II of the Program Budget Form) Allowable charges include the following line items: 1. Line Item: Equipment Allowable costs include: a. Equipment purchased by the subregion as a necessary item to be used to carry out grant work program (i.e. retroreflectometers, mobile field data collectors, and ancillary hardware and software); requires prior NJTPA approval. 2. Line Item: Videolog Fees Allowable costs include: a. Vendor fees associated with videolog services for signs (including equipment rental and vendor services) b. Travel Expenses Vendors must adhere to Federal Travel Regulations and current Per Diem rates. If performing the videolog with in-house Subregional staff and equipment, the subregion will be reimbursed for mileage at the county/city approved rate. The rate for the subregional staff or the vendor may not exceed the federal or state mileage allowance for vehicle use. (Information for current P.O.V. rates can be found at Travel vouchers and proof of payment must be attached to quarterly invoice. 3. Line Item: Training Training under this program must be approved in advance and must be directly related to the Subregional Traffic Sign Inventory and Assessment Project. Allowable costs include vendor fees for equipment hardware and software training. Travel expenses for training are not eligible for reimbursement. 4. Line Item: Other All items that are to be charged to Other must be specified in advance and exclusively attributable to the Subregional Traffic Sign Inventory and Assessment Project. It is recognized that budgets revisions may be required throughout the year. Therefore, individual exceptions that arise throughout the program year may be addressed on a case-by-case basis. Early notification allows staff to provide the necessary assistance to ensure that work continues without interruption and that the subregion is able to fully expend the budget. D. Guidelines for Consultant Services & Expenditures (Part IV of the Program Budget) 1. Consultant services should be retained in accordance with the NJTPA Procedures for Procurement of Professional Services (see Appendix G). 2. All project consultants must be registered to do business in the State of NJ. Business Registration Certificates are required for all consultants, including any subconsultants and/or vendors services, if applicable. Check with your Purchasing Office as to county/city requirements for submission. May 31, 211 4

7 3. ESBEs must be certified by NJDOT. DBEs may be certified by any participating member (NJDOT, NJ Transit, and PANYNJ) of the NJ Unified Certification Program (UCP). Please Note: All certified DBEs are ESBEs. Certified DBEs will satisfy an ESBE contract goal. Special Note: Firms certified as MBE/WBE/SBEs by the NJ Department of Commerce will not satisfy the DBE/ESBE requirement established under this program. However, the NJTPA does not discourage the use of such firms. 4. Make sure that any incurred costs are a part of the original agreement/cost proposal. 5. Carefully review invoices before issuing payment a. Check rates and personnel. Should agree with cost proposal. b. Check the math. Make sure the multiplication/addition is correct. 6. Make sure that consultant contracts include data documentation, mapping and reporting costs. 7. Consultants must adhere to Federal Travel Regulations and current Per Diem rates. 8. Check time and efforts reports to ensure that % of project completed agrees with % of project billed to date. 9. Make sure project is on schedule. Get timely reports and invoices. Try to have consultant bill you monthly, at most quarterly. This insures that you receive regular reports and that you are kept up to date on the project s status. 1. Alert Central Staff to any problems immediately. 11. Monitor ESBE/DBE goal. Alert Central Staff as soon as possible if goal attainment is in question. 12. Amendments/Changes to Project. a. Changes to scope of work. If doing the course of this project it is discovered that the scope of work is changing, Central Staff should be made aware of this immediately. b. Budget changes. Central Staff also must be aware of any budget changes. A change to the budget may affect the ESBE goal requirement. If changes to the budget or scope of work affect ESBE/DBE participation the subregion will be required request a waiver of exemption from the ESBE/DBE goal. The subregion must document that a good faith effort was made in order to meet the goal. All requests for a waiver of exemption from ESBE/DBE goal require Executive Committee Approval. Quarterly and Final Reporting Requirements A. Submission Requirement for Invoices 1. Signed Invoice 2. Cost Tracking System Reports a. Budget Summary b. Employee Time Summary Report c. Summary by Task Report d. Consultant s Quarterly Expenditures Report May 31, 211 5

8 3. Payment voucher This is a cost reimbursable program. Back billing is not permitted; reimbursement must be sought the quarter in which the consultant is paid. A subregion cannot seek reimbursement until it can provide documentation (signed payment voucher by Treasury or Finance Department) stating that the consultant has been paid. The payment voucher must indicate the date the payment was processed, and check date and number, if available. If signed payment voucher is unavailable, copy of check or financial statement from finance/treasurer department will be sufficient. For example, if the subregion is billed by the consultant in the 3rd quarter but does not pay the consultant until the 4 th quarter, then reimbursement, accompanied by the signed payment voucher or proof of payment, consultant s invoice with all supporting documentation (including subconsultant invoices and supporting documentation), and activity summary, should be sought at the end of the 4th quarter. Note: Invoices submitted with incomplete or unsigned payment vouchers will not be processed until proof of payment can be provided. 4. Consultant Invoice(s) and supporting documentation Invoice(s) must include the following supporting documentation: a. Timesheets or Certified Payroll Summary (if submitting payroll summary, timesheets must be available if requested). Sample Certified Payroll Language: I (name and title of authorized personnel) do hereby certify that during the period covered by this payroll all personnel listed on certified payroll were gainfully employed in service for the subject project and their classification, rate of pay, hours worked and amount earned is a true and accurate report. Signature and date Certified Payroll Summary must provide the following information: - Name of Employee/Classification - Date (Payroll period covered) - Hours (by Task) - Hourly Rate - Total Salary - Executed certification of accuracy by authorized personnel. See sample documentation for sample payroll summary. b. Direct Expense Receipts All direct expense receipts must be submitted with consultants invoice. This includes but not limited to: Printing, Postage/Express Mail, Travel Vouchers (should detail destination and purpose of trip) with toll, transit and parking receipts, and all other direct expense receipts. c. Time and Efforts summary/progress report that shows % of project completed d. Subconsultant invoices and supporting documents.(same as above) May 31, 211 6

9 B. Submission Requirements and Deadlines for Quarterly Reporting Progress reports must be based on tasks in the original proposal/scope of work. You must report on the progress of each task every quarter. The reporting format issued July 25 to the subregions for its pass-through programs must be followed. See Appendices I, J and K for sample invoice and report forms. Quarterly invoices and progress reports are due from the Subregions ten (1) business days after the close each quarter. All consultant invoices for costs incurred during the final quarter of the contract term must be paid within this period. One electronic copy (MS Word and Adobe pdf format, ed to the attention of Christine Mittman at cmittman@njtpa.org) and eight (8) hard copies of the progress reports are required for each quarter, along with one signed hard copy of the invoice and supporting financial documentation. The final progress report shall include a report of the final quarters activities and an executive summary reflecting the project s overall work efforts and status of the final products and deliverables. If the quarterly package is not submitted by the above deadlines, reminder letters will be sent to the appropriate project manager with a notification to the NJTPA Board member. Subregions may risk timely financial reimbursement if the reporting package is submitted after the quarterly deadline. If final reports and products are submitted after the reporting deadline, full reimbursement cannot be guaranteed. In addition, the subregion shall be available to discuss project status on a bi-monthly basis (either in person or via conference call) to ensure the project remains on track and within budget. A minimum of three (3) meetings throughout the project with the NJTPA is required. status reports will serve as documentation and deliverables for the bi-monthly status updates. Costs incurred prior to the subcontract s effective start date or incurred after the subcontract s effective end date will be disallowed. C. Final Reporting Requirements 1. Make sure that all tasks have been completed as stated in your original scope of work. 2. Before paying the final invoice and closing out the project with the consultant make sure that the contract has been successfully fulfilled and that all you have received what you contracted for. 3. Final Invoice with final release clause (one copy of financials only) must include: Cost tracking reports, payment voucher, prime consultant invoice and supporting documentation, subconsultant s invoices and supporting documentation. Final invoices are due April 13, One electronic copy (MS Word and Adobe pdf format) and eight (8) hard copies of the final progress report, which should include a report of the final quarters activities and an executive summary of the full project. Final progress reports are due April 13, One electronic copy and four (4) hard copies each of the technical memorandum, the draft technical report and the final technical report. 6. Technical memoranda documenting the subregions selected traffic sign assessment or management methods are due January 15, Draft technical reports are due January 3, Final technical reports are due February 29, 212. May 31, 211 7

10 APPENDIX A SELECT EXCERPTS FROM THE 29 MUTCD Introduction, Paragraph 22 Unless a particular device is no longer serviceable, non-compliant devices on existing highways and bikeways shall be brought into compliance with the current edition of the National MUTCD as part of the systematic upgrading of substandard traffic control devices (and installation of new required traffic control devices) required pursuant to the Highway Safety Program, 23 U.S.C. 42(a). The FHWA has the authority to establish other target compliance dates for implementation of particular changes to the MUTCD [23 CFR (d)(1)]. These target compliance dates established by the FHWA shall be as shown in Table I-2. See Attachment B for the complete list of target compliance dates. Only the first three pertain to minimum retroreflectivity requirements, the complete list is being provided for your information. Section 2A.5 Classification of Signs Signs shall be defined by their function as follows: A. Regulatory signs give notice of traffic laws or regulations. B. Warning signs give notice of a situation that might not be readily apparent. C. Guide signs show route designations, destinations, directions, distances, services, points of interest, and other geographical, recreational, or cultural information. Section 2A.6 Design of Signs The basic requirements of a sign are that it be legible to those for whom it is intended and that it be understandable in time to permit a proper response. Desirable attributes include: A. High visibility by day and night; and B. High legibility (adequately sized letters, symbols, or arrows, and a short legend for quick comprehension by a road user approaching a sign). Section 2A.7 Retroreflectivity and Illumination There are many materials currently available for retroreflection and various methods currently available for the illumination of signs and object markers. New materials and methods continue to emerge. New materials and methods can be used as long as the signs and object markers meet the standard requirements for color, both by day and by night. Regulatory, warning, and guide signs and object markers shall be retroreflective (see Section 2A.8) or illuminated to show the same shape and similar color by both day and night, unless otherwise provided in the text discussion in this Manual for a particular sign or group of signs. The requirements for sign illumination shall not be considered to be satisfied by street or highway lighting. Sign elements may be illuminated by the means shown in Table 2A-1. Retroreflection of sign elements may be accomplished by the means shown in Table 2A-2. (See Attachment C) Section 2A.8 Maintaining Minimum Retroreflectivity Retroreflectivity is one of several factors associated with maintaining nighttime sign visibility (see Section 2A.22). Standard: Public agencies or officials having jurisdiction shall use an assessment or management method that is designed to maintain sign retroreflectivity at or above the minimum levels in Table 2A-3. (See Attachment D) Compliance with the Standard in Paragraph 2 is achieved by having a method in place and using the method to maintain the minimum levels established in Table 2A-3. Provided that an assessment or management method is being used, an agency or official having jurisdiction would be in compliance with the Standard in Paragraph 2 even if there are some individual signs that do not meet the minimum retroreflectivity levels at a particular point in time. Except for those signs specifically identified in Paragraph 6, one or more of the following assessment or management methods should be used to maintain sign retroreflectivity: May 31, 211 8

11 A. Visual Nighttime Inspection The retroreflectivity of an existing sign is assessed by a trained sign inspector conducting a visual inspection from a moving vehicle during nighttime conditions. Signs that are visually identified by the inspector to have retroreflectivity below the minimum levels should be replaced. B. Measured Sign Retroreflectivity Sign retroreflectivity is measured using a retroreflectometer. Signs with retroreflectivity below the minimum levels should be replaced. C. Expected Sign Life When signs are installed, the installation date is labeled or recorded so that the age of a sign is known. The age of the sign is compared to the expected sign life. The expected sign life is based on the experience of sign retroreflectivity degradation in a geographic area compared to the minimum levels. Signs older than the expected life should be replaced. D. Blanket Replacement All signs in an area/corridor, or of a given type, should be replaced at specified intervals. This eliminates the need to assess retroreflectivity or track the life of individual signs. The replacement interval is based on the expected sign life, compared to the minimum levels, for the shortest-life material used on the affected signs. E. Control Signs Replacement of signs in the field is based on the performance of a sample of control signs. The control signs might be a small sample located in a maintenance yard or a sample of signs in the field. The control signs are monitored to determine the end of retroreflective life for the associated signs. All field signs represented by the control sample should be replaced before the retroreflectivity levels of the control sample reach the minimum levels. F. Other Methods Other methods developed based on engineering studies can be used. Section 2A.21 Posts and Mountings Sign posts, foundations, and mountings shall be so constructed as to hold signs in a proper and permanent position, and to resist swaying in the wind or displacement by vandalism. The latest edition of AASHTO s Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals contains additional information regarding posts and mounting (see Page i for AASHTO s address). Where engineering judgment indicates a need to draw attention to the sign during nighttime conditions, a strip of retroreflective material may be used on regulatory and warning sign supports. If a strip of retroreflective material is used on the sign support, it shall be at least 2 inches in width, it shall be placed for the full length of the support from the sign to within 2 feet above the edge of the roadway, and its color shall match the background color of the sign, except that the color of the strip for the YIELD and DO NOT ENTER signs shall be red. Section 2A.22 Maintenance Maintenance activities should consider proper position, cleanliness, legibility, and daytime and nighttime visibility (see Section 2A.9). Damaged or deteriorated signs, gates, or object markers should be replaced May 31, 211 9

12 APPENDIX B 29 MUTCD TABLE 2A-3 MINIMUM MAINTAINED RETROREFLECTIVITY LEVELS Sign Color White on Green Black on Yellow or Black on Orange Sheeting Type (ASTM D4956-4) Additional Criteria Beaded Sheeting Prismatic Sheeting I II III III, IV, VI, VII, VIII W*; G 7 W*; G 15 W*; G 25 W 25; G 25 Overhead W*; G 7 W 12; G 15 Post-mounted Y*; O* Y 5; O 5 2 Y*; O* Y 75; O 75 3 White on Red W 35; R 7 4 Black on White W 5 1 The minimum maintained retroreflectivity levels shown in this table are in units of cd/lx/m2 measured at an observation angle of.2 and an entrance angle of For text and fine symbol signs measuring at least 48 inches and for all sizes of bold symbol signs 3 For text and fine symbol signs measuring less than 48 inches 4 Minimum sign contrast ratio 3:1 (white retroreflectivity red retroreflectivity) * This sheeting type shall not be used for this color for this application. W1-1,2 Turn and Curve W1-3,4 Reverse Turn and Curve W1-5 Winding Road W1-6,7 Large Arrow W1-8 Chevron W1-1 Intersection in Curve W1-11 Hairpin Curve W Degree Loop W2-1 Cross Road W2-2,3 Side Road W2-4,5 T and Y Intersection W2-6 Circular Intersection W2-7,8 Double Side Roads Bold Symbol Signs W3-1 Stop Ahead W3-2 Yield Ahead W3-3 Signal Ahead W4-1 Merge W4-2 Lane Ends W4-3 Added Lane W4-5 Entering Roadway Merge W4-6 Entering Roadway Added Lane W6-1,2 Divided Highway Begins and Ends W6-3 Two-Way Traffic W1-1,2,3,4,11,12 Grade Crossing Advance Warning Fine Symbol Signs (symbol signs not listed as bold symbol signs) Special Cases W3-1 Stop Ahead: Red retroreflectivity 7 W3-2 Yield Ahead: Red retroreflectivity 7; White retroreflectivity 35 W3-3 Signal Ahead: Red retroreflectivity 7; Green retroreflectivity 7 W3-5 Speed Reduction: White retroreflectivity 5 For non-diamond shaped signs, such as W14-3 (No Passing Zone), W4-4P (Cross Traffic Does Not Stop), or W13-1P,2,3,6,7 (Speed Advisory Plaques), use the largest sign dimension to determine the proper minimum retroreflectivity level. W11-2 Pedestrian Crossing W11-3,4,16-22 Large Animals W11-5 Farm Equipment W11-6 Snowmobile Crossing W11-7 Equestrian Crossing W11-8 Fire Station W11-1 Truck Crossing W12-1 Double Arrow W16-5P,6P,7P Pointing Arrow Plaques W2-7 Flagger W21-1 Worker May 31, 211 1

13 APPENDIX C May 31,

14 APPENDIX D IMPLEMENTATION PROCESS TIMELINE TASK/MILESTONE DEADLINE Program Start Date June 3, 211 Proposal submission June 1, 211 Submit Bi-monthly status July 31, 211 Submit FY th Quarter Invoice and Progress Report July 15, 211 Submit Bi-monthly status September 3, 211 Submit FY st Quarter Invoice and Progress Report October 14, 211 Submit Bi-monthly status November 3, 211 Submit Technical Memorandum January 15, 212 Submit FY nd Quarter Invoice and Progress Report January 16, 212 Submit Draft Technical Report January 31, 212 Submit Final Technical Report February 29, 212 Program End Date March 3, 212 Submit FY rd Quarter and Final Project Invoice and Progress Report April 13, 212 May 31,

15 APPENDIX E BUDGET PLAN FORM NJTPA FY UPWP SUBREGIONAL MUTCD TRAFFIC SIGN INVENTORY AND ASSESSMENT PROGRAM SUBREGION BUDGET PLAN PART I: PART II PART III: PART IV: DIRECT COSTS - PERSONNEL SERVICES 1. SALARIES $ - 2. FRINGE BENEFITS % $ - 3. LEAVE ADDITIVE % $ - DIRECT NON-LABOR COSTS 1. EQUIPMENT $ - 2. VIDEO LOG FEES $ - 3. TRAINING $ - 4. OTHER (SPECIFY) $ - INDIRECT COSTS INDIRECT COST ALLOCATION % $ - CONSULTANT COSTS CONSULTANT $ - PROPOSED BUDGET FEDERAL SHARE LOCAL MATCH SUBTOTAL $ - 1% % SUBTOTAL $ - 1% % SUBTOTAL $ - 1% % SUBTOTAL $ - 1% % FUNDING SOURCES: TOTAL PROGRAM BUDGET $ - 1% % This estimated budget is based upon projected costs to perform the work program for FY UPWP as outlined in the Subcontract Agreement. Changes within or between Parts I, II, III and IV will be authorized upon written recommendation of the Program Manager and approved by the NJTPA. Federal Share: $ - Local Match: $ - Total: $ - May 31,

16 Project Task Budget Task APPENDIX F STAFFING PLAN FORM NJTPA FY UPWP SUBREGIONAL MUTCD TRAFFIC SIGN INVENTORY AND ASSESSMENT PROGRAM SUBREGION STAFFING PLAN Subregional Staff Hours Direct Costs - Personnel Services Task 1 - Project Management $ - Task 2 - $ - Task 3 - $ - Task 4 - $ - Task 5 - $ - Task 6 - $ - Task 7 - $ - Task 8 - Final Technical Report $ - Direct Non- Labor Costs Indirect Costs Consultant Costs Total Costs TOTAL $ - $ - $ - $ - $ - Subregional Staff Plan Personnel (Name/Title) [Insert list of staff members, including Name & Title] TOTAL Estimated % of Staffs Time Needed for Project (based on total work hours over 2 years) % % % % % % % % % Total Estimated Hours For Project May 31,

17 APPENDIX G PROJECT SCHEDULE NJTPA FY UPWP SUBREGIONAL MUTCD TRAFFIC SIGN INVENTORY AND ASSESSMENT PROGRAM SUBREGION PROJECT SCHEDULE FY 211 FY 212 Task # - Description Authorized Project Start Date 1st Quarter 2nd Quarter 3rd Quarter 4th Quarter 1st Quarter 2nd Quarter 3rd Quarter 4th Quarter July Aug Sept Oct Nov Dec Jan Feb Mar Apr May June July Aug Sept Oct Nov Dec Jan Feb Mar Apr May June June 3, 211 Task 1 - Project Management Task 1a - Quarterly Reports & Invoices Task 2 - July 15, 211 October 14, 211 January 16, 212 April 13, 212 Task 3 - Task 4 - Task 5 - Task 6 - Task 7 - Task 8- Final Technical Report Task 8a- Technical Memorandum Task 8b- Draft Technical Report Task 8c- Final Technical Report Project Completion Date Jan 15, 212 Jan 31, 212 Feb 29, 212 Mar 3, 212 Legend: Milestone Date Meeting Date Proposed Timeline Actual Timeline May 31,

18 APPENDIX H PROCEDURES FOR PROCUREMENT OF PROFESSIONAL SERVICES The following encompasses the policies of the North Jersey Transportation Planning Authority, Inc. regarding the procurement of professional services: Services must be obtained through maximum free and open competition; the project specifications must be clear and unrestrictive; selection process should be competitive; Selection process must be based on a firm's qualifications and on the proposal that is most advantageous to the project, not solely on low bid; Costs for services must be fair and reasonable and comply with applicable Federal, State, Local Law and Policies and Procedures; and Federally approved disadvantaged business enterprises must be offered opportunities to participate. A. General Instructions 1. The Subregions may retain the services of a consultant using one of the following methods: a. Publicly advertise the availability of the Request for Proposals (RFP). Send the RFP to all respondents. b. Publicly advertise a Request for Qualifications (RFQ). Based on the qualifications received, shortlist to three or more firms, and request proposals from these short listed firms. c. Obtain NJDOT s list of pre-qualified consultants. Send RFQs to all appropriate consultants on the list. (No public advertisement of the RFP is required for this method.) d. Obtain NJDOT s list of pre-qualified consultants. Send RFQs to all appropriate consultants on the list. Based on the qualifications received, short list (meaning send the RFP to three or more of these firms) to the selected firms, and receive proposals. (No public advertisement of the RFQ or RFP is required for this method.) 2. Prior to preparing the RFQ and/or RFP, the subregions must develop consultant selection criteria. which will be used by the consultant selection committee for the evaluation of each consulting firm. The consultant selection committee which is comprised of a minimum of three people, one of which will be an NJTPA Central Staff member. B. Request for Proposal The RFP is the document that solicits for valid and appropriate proposals. The RFP must provide potential proposers respondents with specific requirements needed to have their proposals considered and evaluated. Generally, the RFP specifies the following: technical proposal contents; cost proposal contents; firm's qualifications; and instructions for submission. 1. Competitive Bid Process There are three major elements in the solicitation of proposals through an RFP: a. Public advertisement and solicitation notices to firms which describe the project elements and explain how to obtain the RFP materials; b. The cover letter to the RFP which establishes proposal procedures and deadlines and describes the proposal submittal process; May 31,

19 c. The Scope of Work (or Work Program) defines the project and explains the expectations from the consultant in three areas: technical, firm qualifications, and costs. All new contracting opportunities executed by the Subregion must be approved by a Consultant Selection Committee, comprised of at least one member of the NJTPA Central Staff. The program manager will prepare a memorandum to the Consultant 2. Advertising through Print Media Publicizing all new federally funded contracting opportunities is mandated by OMB Circular A-11. Advertising in print media should be a paid ad in a wide circulation newspaper once weekly for three weeks. If the project is local in nature, consider using both a large circulation daily, (placement in the legal edition), and a local paper in the target area, many of which are published weekly. The DOT Office of Community Involvement maintains listings of many NJ publications and upon request, will help you pinpoint the appropriate advertiser. The Star Ledger publishes RFPs on Thursdays; consultant-clipping services generally cover that issue. Trade and association bulletins/newsletters can also be used to carry notices of RFPs. However, many of them publish only once a month, which can increase advertising lag time considerably. Required items/check List for Public Advertisements: project name; statement that proposals are being requested; invitation to qualified firms to respond; very brief (one sentence) explanation of project and its geographic target area; method of obtaining the RFP (i.e., mail, phone); statement that federal funds are involved and that all pertinent federal regulations apply; 3. Other Procurement Methods Occasionally, the standard competitive procurement procedures for professional services do not meet the project requirements. Any other method of soliciting proposals must have Federal agency approval through the NJTPA staff, prior to its use. Other procurement methods include small purchase procedures, sealed bid procedures, and non-competitive or sole source procedures. Use of any of these methods requires approval by the NJTPA staff. Please consult the NJTPA if you need assistance in this area. 4. Cover Letter to the RFP The RFP cover letter is intended to provide broad instructions in procedural, rather than technical matters. At a minimum, it should contain: a brief description of the project, including the approved title and project number, if available, of the project; the geographic location of the project; the estimated length of the project; the DBE goal for the project, which is currently 15.6% (NJTPA efforts have a DBE goal); format of proposal; number of copies required; deadline for receipt of proposal; date; hour; location; to whom addressed; contact person and phone number; It is recommended that you reinforce the facts covered in the body of the RFP through the cover letter. In fact, such repetition for emphasis can be useful. May 31,

20 5. Check List for the Technical Portion of the RFP a. Numbered Tasks by title and elements, either listed or in narrative form and anticipated percentage of time and anticipated expenditures; b. Specific products: reports, (number required) including drafts, charts, draft executive summary and final reports, and final executive report), maps, data, computer programs, etc. or other output expected, the format and bindings to be used, specify if reports are to be camera ready; c. Presentations that are to be made by the consultant, or by someone else requiring the consultant's presence and/or participation, if appropriate; b. List all other participants in the project and describe their roles - including a Steering Committee, if appropriate; c. Designation of what the project's milestones are anticipated to be - these are generally shown, in terms of weeks or months, after the following commencement of the consultant's work; d. Notice that the proposer must address all services requested in the RFP; e. Requirement that the consultant must designate a staff member as its program manager and must list; other staff to be assigned to the project - by name, title, hourly wage rate, and estimated person-hours each per task. If the work is to be subcontracted, the consultant must specify what portion of the project will be subcontracted; f. Indicate the degree that innovation and creativity are desired; g. An organization chart of all participants. h. Evaluation criteria and relative weights that will be used for consultant selection. 6. Checklist for the Budget Portion of the Proposal The budget portion of the proposal should be developed by calculating the total hours required to complete each task in the RFP. Each task identified in the Scope of Work should be budgeted separately. The hours should then be multiplied by the wage rate for each person working on each task (see attached sample budget) a. Salary/Wages The firm must show how this figure is computed. This is usually shown through person-hours by task. Staff time must be calculated in hours, rather than days. There is no specific format for submission of wage rate schedules. Most consultants are familiar with the process. Data to be included in the wage rate schedule are: firm's name and the project name for which the schedule applies; date of submission; names of all employees who will work on the project, including their job title and grade (the grade classification is the one used by ASCE and is well-known among consultants); the requested hourly wage rates for each employee listed above; effective date of the hourly wage rate; previously approved wage rate (if there is one) and its effective date. b. Overhead rates (a percentage of direct salary only) Identify method used to determine overhead rates, subject to approval by NJTPA staff. c. Direct Non-Salary Expenses must be itemized in the budget. d. Fee (or profit) is a negotiated percentage of the sum of direct salary plus overhead, and may also include some direct expense items. Generally, the fee ranges from 1-12%. The NJTPA Staff will evaluate the basis of the fee derivation and will recommend whether the fee is considered reasonable and acceptable. e. The length of time that the cost appraisal is considered valid or "in effect". Generally the minimum time frame is 6 months. May 31,

21 Note: The above information is also required to be shown for all subconsultants proposed to be utilized for the project. C. DISADVANTAGED BUSINESS ENTERPRISE (DBE) AND EMERGING SMALL BUSINESS PARTICIPATION 1. General Overview: A federal requirement that must be addressed is the mandated Disadvantaged Business Enterprise (DBE) participation. A Disadvantaged Business Enterprise (DBE) is defined in 49 CFR Part 26, as "a small business concern (from Section 3 of the Small Business Act), which is: b. At least 51 percent owned by one or more 'socially and economically disadvantaged' individuals, or in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more 'socially and economically disadvantaged' individuals: and c. Whose management and daily business operations are controlled by one or more of the 'socially and economically disadvantaged' individuals who own it. 'Socially and economically disadvantaged' is defined as individuals who are citizens of the United States (or lawfully permanent residents) and who are: "Black Americans," "Hispanic Americans", "Native Americans," "Asian-Pacific Americans", "Asian-Indian Americans", "Women" (regardless of race, ethnicity, or origin); or "Other" (disadvantaged pursuant to Section 8 of the Small Business Act). 2. Emerging Small Business Enterprise: The Emerging Small Business Enterprise (ESBE) referred to herein is defined as a firm that has met the following criteria and obtained small business certification as an ESBE by The State of New Jersey Department of Transportation: a. A firm must meet the criteria for a small business as defined by the Small Business Administration in 13 CFR Part 121, which includes annual receipts from all revenues, including affiliate receipts which equates to the annual arithmetic average over the last 3 completed tax years, or by the number of employees. b. The small business must be owned by individuals who do not exceed the personal net worth criteria established in 49 CFR Part 26 which is $75,. All appropriately certified DBEs fall into this definition due to their size. A list of certified DBE/ESBE firms: A list of certified DBE/ESBE firms is compiled and is effective for contracts on a fiscal year basis. The current list of certified DBE/ESBE firms is available through the NJTPA office. Firms who wish to be considered for DBE/ESBE certification are encouraged to contact Ms. Linda Errico at the NJDOT Office of Civil Rights directly for information on the certification process. Once a firm is certified, the federal portion of the dollar value of the contract or subcontract awarded to the DBE/ESBE is generally counted toward the applicable DBE/ESBE goal. If state matching and/or non-matching funds are also awarded to a DBE/ESBE, the total dollar value of the DBE/ESBE contract or subcontract may also be counted toward the applicable DBE/ESBE goal. 3. Documentation by Consultants The Consultant must demonstrate sufficient reasonable efforts to meet the DBE/ESBE contract goals (see section below on Good Faith Efforts). Additionally, The NJTPA has a long-standing commitment to maximize business opportunities available to disadvantaged and emerging small business enterprises (DBE/ESBE). The consultant's contract is subject to all federal, state, and local laws, rules, and regulations, including but not limited to, non-discrimination in employment and affirmative action for equal employment opportunity. The consultant's contract obligates the consultant to aggressively pursue Disadvantaged Business Enterprises (DBEs) and Emerging Small Businesses (ESBEs) for participation in the performance of contracts and subcontracts financed in whole or in part with Federal funds. The consultant cannot discriminate on the basis of race, color, national origin, or sex in the award May 31,

22 and performance of federally assisted contracts. The consultant contract specifies the DBE/ESBE goal and the DBE/ESBE participation rate for that contract. The prime consultant must document, in writing, all of the steps that led to any selection of the DBE/ESBE firm(s). Prior to the award of a consultant contract, the consultant must demonstrate sufficient good faith efforts to meet utilize DBE/ESBE firms. For studies drawing on federal funding under an NJTPA grant the DBE/ESBE goal shall be at minimum 15.6%. If, at any time you intend to subcontract or modify any portion of the work already under contract, or intend to purchase material or lease equipment not contemplated during the original preparation of your cost proposal, you must notify the NJTPA in writing. If, as a result of any subcontract, modification, purchase order, or lease, the actual DBE/ESBE participation rate for the consultant's contract is in danger of falling below the agreed upon DBE/ESBE participation, then a request must be made for a DBE/ESBE Goal Exemption Modification through the Program Manager. 4. Good Faith Efforts: To demonstrate sufficient reasonable efforts to meet the DBE or ESBE contract goals, a contractor shall document the steps it has taken to obtain DBE or ESBE participation, including but not limited to the following: a. Attendance at an information meeting, if any, to inform the DBE s or ESBE s of prime contracting and subcontracting opportunities under a given solicitation. b. Advertisement in general circulation media, trade association publications, and small business publications for at least 2 days before proposals are due. If 2 days are not available, publication for a shorter reasonable time is acceptable. c. Written notification to DBE s or ESBE s that their interest in the contract is solicited; d. Efforts made to select portions of work proposed to be performed by DBE s or ESBE s in order to increase the likelihood of achieving the stated goal; e. Efforts made to negotiate with DBE s or ESBE s for specific proposals including at a minimum: i. The names, addresses and telephone numbers of DBE s or ESBE s that were contacted; ii. iii. A description of the information provided to DBE s or ESBE s regarding the scope of work for the specified solicitation; and A statement of why additional agreements with DBE s or ESBE s were not reached; f. Information regarding each DBE or ESBE the contractor contacted and rejected as unqualified and the reasons for the contractor s conclusion; g. Efforts made to assist the DBE or ESBE in obtaining bonding or insurance required by the contractor. NOTE: If the NJTPA determines that the apparent successful contractor has failed to meet the requirements of this section, the contractor will be afforded the opportunity for an administrative reconsideration of that determination prior to the award or rejection of the contract. As part of the administrative reconsideration process, the contractor will have the opportunity to provide written documentation or argument concerning the issue of whether it met the goal or made adequate good faith efforts to do so. NJTPA will send the contractor a written decision on reconsideration, explaining the basis for the finding that the contractor did or did not meet the goal or make adequate good faith efforts to do so. D. Additional information to be included in the RFP This is the section of the RFP in which detailed instructions are given. Check the RFP against the cover letter to be sure all items are covered. 1. Estimated length of the project in days, including estimated start date. 2. The consultant must be asked to certify the availability of professional and technical staff during the life of the project. May 31, 211 2

SOUTH JERSEY TRANSPORTATION PLANNING ORGANIZATION NOTICE OF REQUEST FOR PROPOSALS FOR FY 2011 AIR QUALITY ASSISTANCE 12/17/10

SOUTH JERSEY TRANSPORTATION PLANNING ORGANIZATION NOTICE OF REQUEST FOR PROPOSALS FOR FY 2011 AIR QUALITY ASSISTANCE 12/17/10 SOUTH JERSEY TRANSPORTATION PLANNING ORGANIZATION NOTICE OF REQUEST FOR PROPOSALS FOR FY 2011 AIR QUALITY ASSISTANCE 12/17/10 The South Jersey Transportation Planning Organization (SJTPO) is soliciting

More information

AMENDMENT 1 TO REQUEST FOR PROPOSALS FOR ENGINEERING SERVICES FEBRUARY 21, 2017

AMENDMENT 1 TO REQUEST FOR PROPOSALS FOR ENGINEERING SERVICES FEBRUARY 21, 2017 AMENDMENT 1 TO REQUEST FOR PROPOSALS FOR ENGINEERING SERVICES FEBRUARY 21, 2017 The City of Huron issued a Request for Proposal for Engineering Services on February 1, 2017 ( RFP ). The following are amendments

More information

ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO CONSTRUCTION MANAGER AT RISK (CMAR)- CNG FUELING INFRASTRUCTURE UPGRADES

ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO CONSTRUCTION MANAGER AT RISK (CMAR)- CNG FUELING INFRASTRUCTURE UPGRADES 600 S. Grand Central Parkway, Suite 350 Las Vegas, Nevada 89106-4512 702-676-1500 Fax: 702-676-1518 Tina Quigley, General Manager September 17, 2015 ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO. 15-069 CONSTRUCTION

More information

REQUEST FOR PROPOSALS Village of Hyde Park Lamoille Valley Rail Trail Wayfinding System Design & Installation

REQUEST FOR PROPOSALS Village of Hyde Park Lamoille Valley Rail Trail Wayfinding System Design & Installation PROJECT SCHEDULE: REQUEST FOR PROPOSALS Village of Hyde Park Lamoille Valley Rail Trail Wayfinding System Design & Installation July 13, 2016 July 20, 2016 July 22, 2016 Aug 1 at 4:00pm Aug 2, 2016 Aug

More information

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA The City of San Mateo Public Works Department hereby requests proposals from qualified firms to provide

More information

Operational Procedure: Section TABLE OF CONTENTS

Operational Procedure: Section TABLE OF CONTENTS TABLE OF CONTENTS POLICY STATEMENT 3 DEFINITIONS 4 ESTABLISHMENT OF GOALS 5 DESIGNATION OF A PROGRAM DIRECTOR FOR MWBE PROGRAMS 5 PROCEDURES TO ENSURE THAT MWBEs HAVE EQUITABLE OPPORTUNITY TO COMPETE FOR

More information

APPENDIX H DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS

APPENDIX H DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS APPENDIX H DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS APPENDIX H DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS I. DBE GOAL The Pennsylvania Department of Transportation (Department) has established,

More information

TABLE OF CONTENTS ARTICLE NUMBER DESCRIPTION PAGE. I Application 1. II Minority Business Enterprise Goals 1. III Subcontractor Payment Requirements 2

TABLE OF CONTENTS ARTICLE NUMBER DESCRIPTION PAGE. I Application 1. II Minority Business Enterprise Goals 1. III Subcontractor Payment Requirements 2 TABLE OF CONTENTS ARTICLE NUMBER DESCRIPTION PAGE I Application 1 II Minority Business Enterprise Goals 1 III Subcontractor Payment Requirements 2 IV Program Compliance Requirements 3 V Checklist for Review

More information

Traffic Impact Analysis Guidelines Methodology

Traffic Impact Analysis Guidelines Methodology York County Government Traffic Impact Analysis Guidelines Methodology Implementation Guide for Section 154.037 Traffic Impact Analysis of the York County Code of Ordinances 11/1/2017 TABLE OF CONTENTS

More information

SOUTH JERSEY TRANSPORTATION PLANNING ORGANIZATION NOTICE OF AVAILABILITY REQUEST FOR PROPOSALS FOR

SOUTH JERSEY TRANSPORTATION PLANNING ORGANIZATION NOTICE OF AVAILABILITY REQUEST FOR PROPOSALS FOR SOUTH JERSEY TRANSPORTATION PLANNING ORGANIZATION NOTICE OF AVAILABILITY REQUEST FOR PROPOSALS FOR SOUTH JERSEY TRAVEL DEMAND MODEL (SJTDM) IMPROVEMENTS The South Jersey Transportation Planning Organization

More information

An Asset Management Framework for Addressing the New MUTCD Traffic Sign Retroreflectivity Standards

An Asset Management Framework for Addressing the New MUTCD Traffic Sign Retroreflectivity Standards Hulme, Hubbard, Farnsworth, Hainen, Remias, and Bullock Page 1 of 19 An Asset Management Framework for Addressing the New MUTCD Traffic Sign Retroreflectivity Standards by Eric A. Hulme Purdue University

More information

NOTICE OF AVAILABILITY REQUEST FOR PROPOSALS AND IMPROVEMENTS

NOTICE OF AVAILABILITY REQUEST FOR PROPOSALS AND IMPROVEMENTS Phone: (856) 794-1941 Fax: (856) 794-2549 Email: atracy@sjtpo.org www.sjtpo.org NOTICE OF AVAILABILITY REQUEST FOR PROPOSALS FY 2015 SOUTH JERSEY TRAVEL DEMAND MODEL RECALIBRATION AND IMPROVEMENTS SJTPO

More information

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]:

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]: DISADVANTAGED BUSINESS ENTERPRISE (DBE) INSTRUCTIONS TO BIDDERS This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]: The contractor, sub recipient or subcontractor

More information

Contract Review Sheet

Contract Review Sheet Contract Review Sheet Contract #: 30634 Person Sending: Tim Beaver Department: Public Works Contact Phone #: 503-365-3100 Date Sent: 17 Mar 2016 Contract Amendment # Lease IGA MOU Grant (attach approved

More information

SPECIAL PROVISION. Disadvantaged Business Enterprise in State Funded Construction

SPECIAL PROVISION. Disadvantaged Business Enterprise in State Funded Construction 1993 Specifications SPECIAL PROVISION Disadvantaged Business Enterprise in State Funded Construction The purpose of this Special Provision is to carry out the Texas Department of Transportation's policy

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

More information

January 18, Request for Proposals. for

January 18, Request for Proposals. for January 18, 2017 Request for Proposals for Preparation of Tulare County Transit Authority (TCTA) Fiscal Audits for Years 2016/17, 2017/18 and 2018/19 from the Tulare County Association of Governments (TCAG)

More information

NOTICE OF INVITATION FOR BID

NOTICE OF INVITATION FOR BID NOTICE OF INVITATION FOR BID TIGER MISSOURI CORRIDOR - INDEPENDENCE US 24 Highway & Brookside and Truman Rd at N. Osage & E. Winner Rd Bid #12-5005-39T The Kansas City Area Transportation Authority (KCATA)

More information

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]:

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]: DISADVANTAGED BUSINESS ENTERPRISE (DBE) INSTRUCTIONS TO BIDDERS This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]: The contractor, sub recipient or subcontractor

More information

SOUTH JERSEY TRANSPORTATION PLANNING ORGANIZATION NOTICE OF AVAILABILITY REQUEST FOR PROPOSALS FOR FY 2014 HOUSEHOLD TRAVEL SURVEY

SOUTH JERSEY TRANSPORTATION PLANNING ORGANIZATION NOTICE OF AVAILABILITY REQUEST FOR PROPOSALS FOR FY 2014 HOUSEHOLD TRAVEL SURVEY SOUTH JERSEY TRANSPORTATION PLANNING ORGANIZATION NOTICE OF AVAILABILITY REQUEST FOR PROPOSALS FOR FY 2014 HOUSEHOLD TRAVEL SURVEY The South Jersey Transportation Planning Organization (SJTPO) is soliciting

More information

PENNSYLVANIA TURNPIKE COMMISSION

PENNSYLVANIA TURNPIKE COMMISSION PENNSYLVANIA TURNPIKE COMMISSION RETENTION OF AN ARCHITECTURAL OR ENGINEERING FIRM Design of a New Maintenance Facility - District 4 Reference No. 4-094 The Pennsylvania Turnpike Commission (PTC) will

More information

OHIO DEPARTMENT OF TRANSPORTATION CENTRAL OFFICE, 1980 W. Broad St., 4 th Floor, COLUMBUS, OHIO 43223

OHIO DEPARTMENT OF TRANSPORTATION CENTRAL OFFICE, 1980 W. Broad St., 4 th Floor, COLUMBUS, OHIO 43223 RAILROAD AUDIT CIRCULAR No. 4V7-Draft OHIO DEPARTMENT OF TRANSPORTATION CENTRAL OFFICE, 1980 W. Broad St., 4 th Floor, COLUMBUS, OHIO 43223 SUBJECT: Subcontracted Costs (DRAFT FOR COMMENT PERIOD 2) Last

More information

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal-Aid Construction

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal-Aid Construction 1995 Metric SPECIAL PROVISION 000---007 Disadvantaged Business Enterprise in Federal-Aid Construction The purpose of this Special Provision is to carry out the U. S. Department of Transportation's (DOT)

More information

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 RETURN PROPOSALS TO: Rhetta Hogan Finance Department City of Yreka 701 Fourth Street Yreka, CA 96097 DEADLINE FOR

More information

PENNSYLVANIA TURNPIKE COMMISSION. Reference No

PENNSYLVANIA TURNPIKE COMMISSION. Reference No PENNSYLVANIA TURNPIKE COMMISSION RETENTION OF AN ENGINEERING FIRM Design and Construction Consultation Services Lehigh Tunnel, Northbound and Southbound Replacement of Roadway Tunnel Lighting and Raceway

More information

General Discussion A&E Services Consultants

General Discussion A&E Services Consultants WSDOT Local Agency Guidelines M 36-63.01 Chapter 31 Chapter 31 General Discussion To be eligible for reimbursement of Federal Highway Administration (FHWA) funds for payments to a consultant, the procedures

More information

The Housing Authority of the City of New Smyrna Beach

The Housing Authority of the City of New Smyrna Beach The Housing Authority of the City of New Smyrna Beach REQUEST FOR PROPOSAL (RFP) for UTILITY ALLOWANCE STUDY Issue Date: March 21, 2014 Proposals Due: April 21, 2014 at 4:00 PM EST ISSUED BY: The Housing

More information

Special Provision to Item 000 Disadvantaged Business Enterprise in Federal Aid Contracts

Special Provision to Item 000 Disadvantaged Business Enterprise in Federal Aid Contracts Special Provision to Item 000 Disadvantaged Business Enterprise in Federal Aid Contracts 1. DESCRIPTION The purpose of this Special Provision is to carry out the U.S. Department of Transportation's (DOT)

More information

SPECIAL PROVISION. Disadvantaged Business Enterprise/Historically Underutilized. in State Funded Construction

SPECIAL PROVISION. Disadvantaged Business Enterprise/Historically Underutilized. in State Funded Construction 1993 Specifications SPECIAL PROVISION Disadvantaged Business Enterprise/Historically Underutilized Business in State Funded Construction The purpose of this Special Provision is to carry out the Texas

More information

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal Aid Contracts

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal Aid Contracts 2004 Specifications SPECIAL PROVISION 000--1966 Disadvantaged Business Enterprise in Federal Aid Contracts 1. Description. The purpose of this Special Provision is to carry out the U. S. Department of

More information

PENNSYLVANIA TURNPIKE COMMISSION

PENNSYLVANIA TURNPIKE COMMISSION PENNSYLVANIA TURNPIKE COMMISSION RETENTION OF ENGINEERING FIRM Open End Contract Mechanical, Electrical, Plumbing (MEP) Services Systemwide Reference No. 3-278 The Pennsylvania Turnpike Commission will

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study CITY OF CHINO HILLS Request for Proposals (RFP) for Water Fixed Assets Assessment Study Date: April 15, 2014 Department: Project Name: Proposal Due Date: Public Works Department Water Fixed Assets Assessment

More information

DELAWARE RIVER JOINT TOLL BRIDGE COMMISSION

DELAWARE RIVER JOINT TOLL BRIDGE COMMISSION DELAWARE RIVER JOINT TOLL BRIDGE COMMISSION REQUEST FOR PROPOSAL (RFP) FOR INSURANCE BROKERAGE AND PROGRAM ADMINISTRATION SERVICES FOR AN OWNER-CONTROLLED INSURANCE PROGRAM () CONTRACT No. C-674A; CAPITAL

More information

Attachment E DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS

Attachment E DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS Attachment E DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS I. DBE GOAL The Department has established, in connection with this contract, a Disadvantaged Business Enterprise (DBE) goal as specified in

More information

SOUTH JERSEY TRANSPORTATION PLANNING ORGANIZATION NOTICE OF AVAILABILITY REQUEST FOR PROPOSALS FOR FY 2014 TRAFFIC COUNT DATA COLLECTION

SOUTH JERSEY TRANSPORTATION PLANNING ORGANIZATION NOTICE OF AVAILABILITY REQUEST FOR PROPOSALS FOR FY 2014 TRAFFIC COUNT DATA COLLECTION SOUTH JERSEY TRANSPORTATION PLANNING ORGANIZATION NOTICE OF AVAILABILITY REQUEST FOR PROPOSALS FOR FY 2014 TRAFFIC COUNT DATA COLLECTION The South Jersey Transportation Planning Organization (SJTPO) is

More information

Alameda County Transportation Commission SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION

Alameda County Transportation Commission SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION For Alameda CTC-funded projects subject to the Local Business Contract Equity (LBCE) Program Note to Project Sponsor: Be sure that your legal staff reviews

More information

CITY OF PETALUMA REQUEST FOR PROPOSALS

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

More information

POLICY TITLE: Purchasing District Purchasing POLICY NO: 850 PAGE 1 of 11 PURCHASING POLICY 1 - DISTRICT PURCHASING

POLICY TITLE: Purchasing District Purchasing POLICY NO: 850 PAGE 1 of 11 PURCHASING POLICY 1 - DISTRICT PURCHASING POLICY TITLE: Purchasing District Purchasing POLICY NO: 850 PAGE 1 of 11 PURCHASING POLICY 1 - DISTRICT PURCHASING It is the policy of the Mountain Home School District to make purchases of goods, services,

More information

Administrative Policy for Procurement, Bidding, Bid Specifications, Consulting, Request For Qualifications (RFQ), and Evaluation Criteria

Administrative Policy for Procurement, Bidding, Bid Specifications, Consulting, Request For Qualifications (RFQ), and Evaluation Criteria CITY OF LARAMIE Policy Title: Administrative Policy for Procurement, Bidding, Bid Specifications, Consulting, Request For Qualifications (RFQ), and Evaluation Criteria Policy Number: 2014-01 Page 1 of

More information

PROJECT DESCRIPTION SCOPE OF SERVICES

PROJECT DESCRIPTION SCOPE OF SERVICES ENGINEERING AND RELATED SERVICES OCTOBER 29, 2013 CONTRACT NO. 4400004357 RETAINER CONTRACT FOR TRAFFIC ENGINEERING MANAGEMENT ROADWAY PROJECTS STATEWIDE **DBE/WBE GOAL = 6% Under Authority granted by

More information

REQUEST FOR LETTERS OF INTEREST TO PERFORM PROFESSIONAL ENGINEERING SERVICES

REQUEST FOR LETTERS OF INTEREST TO PERFORM PROFESSIONAL ENGINEERING SERVICES REQUEST FOR LETTERS OF INTEREST TO PERFORM PROFESSIONAL ENGINEERING SERVICES Bridge Deck Replacements Project Nos. 71-19-03 and 71-19-04 Bridge Deck Replacements and Structural Repairs of the Ohio Turnpike

More information

COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1) RFQ NUMBER: TRAFFIC SIGNS & RELATED MATERIALS. Issue Date: December 18, 2015

COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1) RFQ NUMBER: TRAFFIC SIGNS & RELATED MATERIALS. Issue Date: December 18, 2015 COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1) RFQ NUMBER: 760-5398 TRAFFIC SIGNS & RELATED MATERIALS Issue Date: IMPORTANT: SUBMIT QUOTATION IN SEALED PACKAGE WITH QUOTATION NUMBER, CLOSING DATE AND BUYER

More information

Metropolitan Washington Airports Authority PROCUREMENT AND CONTRACTS DEPT. AMENDMENT OF SOLICITATION

Metropolitan Washington Airports Authority PROCUREMENT AND CONTRACTS DEPT. AMENDMENT OF SOLICITATION PROCUREMENT AND CONTRACTS DEPT. AMENDMENT OF SOLICITATION Metropolitan Washington Airports Authority Procurement and Contracts Dept., MA-29 1 Aviation Circle, Suite 154 Washington, DC 20001-6000 Telephone:

More information

ODOT Local Public Agencies (LPA) Cost Recovery and Financial Audit Guidance

ODOT Local Public Agencies (LPA) Cost Recovery and Financial Audit Guidance ODOT Local Public Agencies (LPA) Cost Recovery and Financial Audit Guidance Definitions, Audit Authority, Cost Recovery Options and Financial Audit Guidance for LPAs Release Date: 05/01/15 Application:

More information

MASS TRANSPORTATION AUTHORITY FLINT, MI DISADVANTAGE BUSINESS ENTERPRISE PROGRAM (DBE) GOAL SETTING FOR FY

MASS TRANSPORTATION AUTHORITY FLINT, MI DISADVANTAGE BUSINESS ENTERPRISE PROGRAM (DBE) GOAL SETTING FOR FY I. Policy Statement MASS TRANSPORTATION AUTHORITY FLINT, MI DISADVANTAGE BUSINESS ENTERPRISE PROGRAM (DBE) GOAL SETTING FOR FY 2018-2020 The Mass Transportation Authority submits its triennial DBE goal

More information

SOUTH JERSEY TRANSPORTATION PLANNING ORGANIZATION NOTICE OF REQUESTS FOR PROPOSALS FOR YEAR 2040 DEMOGRAPHIC FORECASTS 05/13/10

SOUTH JERSEY TRANSPORTATION PLANNING ORGANIZATION NOTICE OF REQUESTS FOR PROPOSALS FOR YEAR 2040 DEMOGRAPHIC FORECASTS 05/13/10 SOUTH JERSEY TRANSPORTATION PLANNING ORGANIZATION NOTICE OF REQUESTS FOR PROPOSALS FOR YEAR 2040 DEMOGRAPHIC FORECASTS 05/13/10 The South Jersey Transportation Planning Organization (SJTPO) is soliciting

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

UTILITIES INTERNAL POLICIES AND PROCEDURES MANUAL

UTILITIES INTERNAL POLICIES AND PROCEDURES MANUAL UTILITIES INTERNAL POLICIES AND PROCEDURES MANUAL Arkansas State Highway and Transportation Department Right of Way Division September 2011 Table of Contents 1.00 GENERAL... 1 1.01 ORGANIZATION... 1 1.02

More information

ODOT Railroad Audit Circular No. 1

ODOT Railroad Audit Circular No. 1 Definitions, Audit Authority, and Guidance for Computing Overhead Rates for Railroads Release Date: January 1, 2010 Application: Unless and until revised by ODOT, this Circular is effective for actual

More information

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services Request for Qualifications RFQ 19-001 Continuing Services Contracts for Professional Engineering Services City of Winter Garden 300 West Plant Street Winter Garden, FL 34787 (407) 656-4111 LEGAL ADVERTISEMENT

More information

REQUEST FOR LETTERS OF INTEREST TO PERFORM PROFESSIONAL ENGINEERING SERVICES

REQUEST FOR LETTERS OF INTEREST TO PERFORM PROFESSIONAL ENGINEERING SERVICES REQUEST FOR LETTERS OF INTEREST TO PERFORM PROFESSIONAL ENGINEERING SERVICES Bridge Deck Rehabilitation Project Nos. 71-19-01 and 71-19-02 Deck Replacement and Widening of Mainline Bridges (East and West

More information

Request for Proposals. For. Financial Aid Services. Issued by: Pennsylvania State System of Higher Education Office of the Chancellor

Request for Proposals. For. Financial Aid Services. Issued by: Pennsylvania State System of Higher Education Office of the Chancellor Request for Proposals For Issued by: Pennsylvania State System of Higher Education RFP # 2010-QCC-RLG-04 Issue Date: January 22, 2010 Response Date: February 12, 2010 Table of Contents Page Part I General

More information

City of Beverly Hills Beverly Hills, CA

City of Beverly Hills Beverly Hills, CA City of Beverly Hills Beverly Hills, CA REQUEST FOR PROPOSAL For Professional Services for Conducting a Department Needs Assessment and Developing a Grant Funding Strategy to Support City Priority Projects

More information

for Job Order Contract Washington State University

for Job Order Contract Washington State University for Job Order Contract Issued 1/12/2018 For Washington State University By Facilities Services, Capital Statement of Qualifications Deadline: February 15th, 2018, 3:00 pm Issued 1/12/2018 Page 1 of 11

More information

RSU # 78 RFP # 1 BASELINE ASSESSMENT OF FACILITY

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

More information

EXHIBIT A GENERAL ENGINEERING CONTRACT (GEC) - TRAFFIC AND REVENUE SCOPE OF SERVICES

EXHIBIT A GENERAL ENGINEERING CONTRACT (GEC) - TRAFFIC AND REVENUE SCOPE OF SERVICES EXHIBIT A GENERAL ENGINEERING CONTRACT (GEC) - TRAFFIC AND REVENUE SCOPE OF SERVICES Exhibit "A" SCOPE OF SERVICES General Engineering Contract - Traffic and Revenue FPN: TBD I. Purpose... A-1 II. Term

More information

OKLAHOMA DEPARTMENT OF TRANSPORTATION DISADVANTAGED BUSINESS ENTERPRISE PROGRAM 49 CFR PART 26 UNIFORM CERTIFICATION APPLICATION OWNER/OPERATOR

OKLAHOMA DEPARTMENT OF TRANSPORTATION DISADVANTAGED BUSINESS ENTERPRISE PROGRAM 49 CFR PART 26 UNIFORM CERTIFICATION APPLICATION OWNER/OPERATOR OKLAHOMA DEPARTMENT OF TRANSPORTATION DISADVANTAGED BUSINESS ENTERPRISE PROGRAM 49 CFR PART 26 UNIFORM CERTIFICATION APPLICATION OWNER/OPERATOR Under Sec. 26.107 of 49 CFR Part 26, dated February 2, 1999,

More information

Transit System TheBus

Transit System TheBus HERNANDO COUNTY BOARD OF COUNTY COMMISSIONERS 20 North Main Street, Room 262 Brooksville, FL 34601 352-754-4057 Fax: 352-754-4420 Transit System TheBus DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM In

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

Finance Chapter: Cost Recovery and Invoicing

Finance Chapter: Cost Recovery and Invoicing Finance Chapter: Cost Recovery and Invoicing Last Revised: 2/2019 Table of Contents Definitions... 2 LPA Agreements and Cost Recovery... 3 100% Locally Funded Work in a Federal/State Project... 4 LPA Timekeeping

More information

DISADVANTAGED BUSINESS ENTERPRISE

DISADVANTAGED BUSINESS ENTERPRISE DISADVANTAGED BUSINESS ENTERPRISE I. Policy It is the policy of the City of Gardena that Disadvantaged Business Enterprises (DBEs) shall have the maximum opportunity to participate in contracts and subcontracts.

More information

Questions Remain about INDOT s Conflict of Interest Policy and how it Applies to Cities and Towns CONFLICT OF INTEREST POLICY NOW APPLICABLE TO LOCALS

Questions Remain about INDOT s Conflict of Interest Policy and how it Applies to Cities and Towns CONFLICT OF INTEREST POLICY NOW APPLICABLE TO LOCALS Questions Remain about INDOT s Conflict of Interest Policy and how it Applies to Cities and Towns BACKGROUND In 2015, the Federal Highway Administration (FHWA) mandated that all states adopt a conflict

More information

SDDOT CONSTRUCTION MANUAL PROJECT MANAGEMENT SECTION CHAPTER 5 DISADVANTAGED BUSINESS ENTERPRISE (DBE) TABLE OF CONTENTS. Regulation and Authority 5-2

SDDOT CONSTRUCTION MANUAL PROJECT MANAGEMENT SECTION CHAPTER 5 DISADVANTAGED BUSINESS ENTERPRISE (DBE) TABLE OF CONTENTS. Regulation and Authority 5-2 TABLE OF CONTENTS ITEM PAGE Regulation and Authority 5-2 Annual DBE Goal 5-2 Assigning DBE Contract Goals 5-2 DOT-289R/N and DOT-289R/C 5-2 Preconstruction Meeting 5-2 Monitoring DBEs on the Project 5-2

More information

REQUEST FOR PROPOSALS RFP DH Small Boat Harbors Parking Management Consulting Services

REQUEST FOR PROPOSALS RFP DH Small Boat Harbors Parking Management Consulting Services File No. Small Boat Harbor Parking Management Docks and Harbors Department REQUEST FOR PROPOSALS RFP DH06-010 Small Boat Harbors Parking Management Consulting Services Issued By: Date: August 26, 2005

More information

CITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services

CITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services CITIES OF BOYNE CITY AND CHARLEVOIX INVITATION TO BID Pavement Marking Services Sealed bids are now being accepted by the Cities of Boyne City and Charlevoix for Pavement Marking of Roadways and Parking

More information

Lexington Center Corporation. Purchasing Policy & Procedures

Lexington Center Corporation. Purchasing Policy & Procedures Lexington Center Corporation Purchasing Policy & Procedures September 2013 Page 1 Overview The policy of the Lexington Center Corporation (LCC) is to procure equipment, supplies, and professional services

More information

SUBPART A GENERAL REQUIREMENTS

SUBPART A GENERAL REQUIREMENTS SUBPART A GENERAL REQUIREMENTS Section 26.3 Applicability UA is the recipient of federal transit funds authorized by Titles I, III, V, and VI of ISTEA, Pub. L. 102-240 or by Federal transit laws in Title

More information

CALTRANS DBE/ UDBE REQUIREMENTS

CALTRANS DBE/ UDBE REQUIREMENTS Napa County Transportation & Planning Agency 625 Burnell St. Napa, CA 94553 Phone (707) 259-8631 Fax (707) 259-8638 nctpa.net vinetransit.com CALTRANS DBE/ UDBE REQUIREMENTS NCTPA has established a Disadvantage

More information

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 01 FOR

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 01 FOR DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 01 FOR COMMERCIAL DEVELOPMENT PROGRAM MANAGEMENT/CONSTRUCTION MANAGEMENT SERVICES CONTRACT NO. 8500361 March

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

SECTION EEO & AFFIRMATIVE ACTION REQUIREMENTS

SECTION EEO & AFFIRMATIVE ACTION REQUIREMENTS NOTICE OF REQUIREMENTS FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) 1. The Offeror s or Bidder s attention is called to the Equal Opportunity Clause and the Standard

More information

Chapter C-15 Appendix - ODOT Certified Agency Local Bid and Award Checklist

Chapter C-15 Appendix - ODOT Certified Agency Local Bid and Award Checklist PROJECT INFORMATION Key number: ODOT Region: Local Agency: Project title: (Project title on plan cover sheet MUST MATCH the title used within the special provisions) Federal Aid # IGA# Local Agency Information:

More information

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH REQUEST FOR PROPOSAL FOR Full Cost Allocation Plan and Citywide User Fee and Rate Study Finance Department CITY OF HUNTINGTON BEACH Released on October 17, 2007 Full Cost Allocation Plan and Citywide User

More information

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders. CITY OF LACEY, WASHINGTON REQUEST FOR STATEMENTS OF QUALIFICATIONS # AG-16.0370 GRAPHIC DESIGN, BRANDING, AND USER INTERFACE DESIGN SERVICES March 1, 2018 OVERVIEW The City of Lacey, Washington, is accepting

More information

CARROLL COUNTY CARROLL COUNTY DISADVANTAGED BUSINESS ENTERPRISE POLICY

CARROLL COUNTY CARROLL COUNTY DISADVANTAGED BUSINESS ENTERPRISE POLICY CARROLL COUNTY CARROLL COUNTY DISADVANTAGED BUSINESS ENTERPRISE POLICY Department of the Comptroller Bureau of Purchasing 02/20/14 TABLE OF CONTENTS I. PURPOSE... 3 II. GOALS...3 III. DEFINITIONS... 3-4

More information

Black Hawk County Engineer

Black Hawk County Engineer Black Hawk County Engineer 316 E. 5 th Street Room 211 Waterloo, Iowa 50703 Phone: 319-833-3008 Fax: 319-833-3139 Email: engineer@co.black-hawk.ia.us Website: www.co.black-hawk.ia.us The mission of the

More information

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

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

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR AUDIT SERVICES FOR THE COLQUITT COUNTY BOARD OF COMMISSIONERS COLQUITT COUNTY, GEORGIA June 6, 2017 TABLE OF CONTENTS 1. 0 INTRODUCTION 1.1 Purpose for Request for Proposal (RFP)

More information

Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL

Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL-220-16 1.0 INTRODUCTION The City of Mobile is inviting qualified consultants

More information

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS Board of Commissioners Port of New Orleans REQUEST FOR QUALIFICATIONS THALIA ST. WHARF NEW PARKING GARAGE WO 1-156 ISSUE DATE: August 31, 2016 NEW ORLEANS, LOUISIANA Deadline for Proposals is no later

More information

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

More information

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER A. INTRODUCTION FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER The Franklin Borough is seeking proposals from licensed Professional Engineers for the position of Borough Engineer for calendar

More information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 REQUEST FOR PROPOSALS (RFP) 2018-17 SECTION EIGHT HOUSING QUALITY STANDARDS (HQS) INSPECTIONS DATE ISSUED: Thursday, August

More information

Sign Retroreflectivity A Minnesota Toolkit

Sign Retroreflectivity A Minnesota Toolkit Sign Retroreflectivity A Minnesota Toolkit Mike Marti, Primary Author SRF Consulting Group June 2010 Research Project Final Report #2010RIC02 Technical Report Documentation Page 1. Report No. 2. 3. Recipients

More information

Professional Auditing Services

Professional Auditing Services Professional Auditing Services Request for Proposal Proposals will be received until the hour of 5:00 o'clock PM, March 14, 2018 City of Manteca Finance Department 1001 W Center St. Manteca, CA 95337 CITY

More information

Telemetry Upgrade Project: Phase-3

Telemetry Upgrade Project: Phase-3 Telemetry Upgrade Project: Phase-3 Cedar River Water & Sewer District is soliciting Statements of Qualifications from interested consulting engineering firms capable of providing Telemetry/SCADA Engineering

More information

Webinar 1 - Financial Management

Webinar 1 - Financial Management Webinar 1 - Financial Management PRESENTER: Welcome to the webinar on the core principles of financial management, presented by the US Department of Housing and Urban Development. Many of the ideas we

More information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PURCHASE OF SIGNS AND SIGN ACCESSORIES (DATE): NOV.

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PURCHASE OF SIGNS AND SIGN ACCESSORIES (DATE): NOV. BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered

More information

EXHIBIT H FOR OFFICE OF FACILITIES PLANNING AND CONSTRUCTION (OFPC) MANAGED PROJECTS ONLY

EXHIBIT H FOR OFFICE OF FACILITIES PLANNING AND CONSTRUCTION (OFPC) MANAGED PROJECTS ONLY THE UNIVERSITY OF TEXAS SYSTEM ADMINISTRATION JANUARY 1, 2016 EXHIBIT H FOR OFFICE OF FACILITIES PLANNING AND CONSTRUCTION (OFPC) MANAGED PROJECTS ONLY POLICY ON UTILIZATION HISTORICALLY UNDERUTILIZED

More information

Request for Proposal For Scrap Metal Removal

Request for Proposal For Scrap Metal Removal Daryl Huddleston Director of Transportation 900 S Powell Rd Independence, MO 64056 (816)521-5335 Fax (816)521-5660 Request for Proposal For Scrap Metal Removal Proposal Due: On or before June 21, 2018

More information

ALBANY COUNTY AIRPORT AUTHORITY (ACAA) PROCUREMENT CONTRACT GUIDELINES, OPERATIVE POLICY, PETTY CASH ACCOUNTS AND INSTRUCTIONS

ALBANY COUNTY AIRPORT AUTHORITY (ACAA) PROCUREMENT CONTRACT GUIDELINES, OPERATIVE POLICY, PETTY CASH ACCOUNTS AND INSTRUCTIONS ALBANY COUNTY AIRPORT AUTHORITY (ACAA) PROCUREMENT CONTRACT GUIDELINES, OPERATIVE POLICY, PETTY CASH ACCOUNTS AND INSTRUCTIONS Adopted December 14, 2015 (Last Reviewed and Approved December 10, 2018) ALBANY

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR THE OREM CITY PARKING STUDY Issued February 26 th, 2018 City of Orem 56 North State Street Orem Utah 84057 TABLE OF CONTENTS 1.0 Introduction... 2 1.1 The Successful Applicant...

More information

Request for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services

Request for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services Request for Qualifications RFQ #13-001 Continuing Services Contracts for Professional Engineering Services City of Winter Garden 300 West Plant Street Winter Garden, FL 34787 (407) 656-4111 LEGAL ADVERTISEMENT

More information

ARCHIVED - MAY 20, 2014

ARCHIVED - MAY 20, 2014 TEXAS POLICY In Texas, organizations contracting directly with the Texas Department of Agriculture (TDA) to operate nutrition programs federally funded through the United States Department of Agriculture

More information

SUBJECT: Standard Procurement of Engineering and Technical Services

SUBJECT: Standard Procurement of Engineering and Technical Services Approved By: DEPARTMENTAL POLICY State of Tennessee Department of Transportation Policy Number : 301-01 Effective Date: August 1, 2009 Supersedes October 24, 2005 SUBJECT: Standard Procurement of Engineering

More information

DANTE HALL SERVICE AGREEMENT CONTRACT NO.

DANTE HALL SERVICE AGREEMENT CONTRACT NO. DANTE HALL SERVICE AGREEMENT CONTRACT NO. THIS AGREEMENT dated 20 between STOCKTON UNIVERSITY (the "UNIVERSITY") as assignee and sub lessor of Stockton Affiliated Services, Inc., a New Jersey non-profit

More information

REQUEST FOR QUALIFICATIONS (RFQ) Spanish Interpretation & Translation Services

REQUEST FOR QUALIFICATIONS (RFQ) Spanish Interpretation & Translation Services REQUEST FOR QUALIFICATIONS (RFQ) Spanish Interpretation & Translation Services Date Issued: January 12, 2017 Response Due Date: January 30, 2017 by 4:00 p.m. Contact: Send Statements of Qualifications

More information

Bulletin on Payment of Consultant Fees

Bulletin on Payment of Consultant Fees Bulletin on Payment of Consultant Fees January 22, 2018 Contents Page I. General Information... 3 II. Payment of Services... 5 III. Reimbursable Expenses... 7 IV. Subconsultant Payment Reporting... 13

More information

NOTICE OF REQUEST FOR PROPOSAL FOR AUDIT

NOTICE OF REQUEST FOR PROPOSAL FOR AUDIT NOTICE OF REQUEST FOR PROPOSAL FOR AUDIT Purpose: This Request for Proposals (RFP) is issued by Mobile Works, Inc. in order to procure the services of a qualified accounting firm to conduct an organization-wide

More information

Railroad-DOT Mitigation Strategies (R16) Resurfacing Agreements

Railroad-DOT Mitigation Strategies (R16) Resurfacing Agreements Railroad-DOT Mitigation Strategies (R16) Resurfacing Agreements Resurfacing projects are among the most common and routine types of projects regularly conducted by highway agencies. When resurfacing projects

More information