MARYLAND DEPARTMENT OF TRANSPORTATION AND MARYLAND TRANSIT ADMINISTRATION REQUEST FOR PROPOSALS TO DESIGN, BUILD, FINANCE, OPERATE AND MAINTAIN THE

Size: px
Start display at page:

Download "MARYLAND DEPARTMENT OF TRANSPORTATION AND MARYLAND TRANSIT ADMINISTRATION REQUEST FOR PROPOSALS TO DESIGN, BUILD, FINANCE, OPERATE AND MAINTAIN THE"

Transcription

1 MARYLAND DEPARTMENT OF TRANSPORTATION AND MARYLAND TRANSIT ADMINISTRATION REQUEST FOR PROPOSALS TO DESIGN, BUILD, FINANCE, OPERATE AND MAINTAIN THE PURPLE LINE PROJECT THROUGH A PUBLIC-PRIVATE PARTNERSHIP AGREEMENT INSTRUCTIONS TO PROPOSERS ISSUED JULY 28, 2014 FINAL REQUEST FOR PROPOSALS ADDENDUM #1 ISSUED SEPTEMBER 26, 2014 MDOT/MTA Purple Line Project Final Request for Proposals Instructions to Proposers

2 TABLE OF CONTENTS Page Section 1.0 INTRODUCTION AND GENERAL PROVISIONS Introduction Purpose; General Project and Scope of Work Description; Status of Environmental Approval Documents in the Request for Proposals Definitions and Acronyms Key Solicitation Milestones and Solicitation Schedule; Commercial and Financial Close Deadlines General Provisions Regarding Proposals Restrictions from Participation Federal and State Requirements Federal Funding and Financing Section 2.0 SOLICITATION PROCESS Solicitation Method Receipt of the Request for Proposal Documents, Communications and Other Information Questions and Responses Regarding the RFP and Addenda Pre-Proposal Submittals Pre-Proposal Meetings and Requests for Information Examination of RFP and Site Access Changes in Proposer s Organization and Key Personnel Light Rail Vehicle (LRV) Supplier [Reserved] Non-Exclusive Relationship with Monoline Insurers and Rating Agencies Release of Exclusive Relationship with Core Lender(s) and Lead Underwriter Non-Exclusive Relationship with Multiple Lead Underwriter(s) Section 3.0 ALTERNATIVE TECHNICAL CONCEPT REVIEWS Alternative Technical Concepts Pre-Proposal Submission of ATCs Owner Review of Pre-Proposal Submission of ATCs MDOT/MTA i Final Request for Proposals Purple Line Project Instructions to Proposers

3 3.4 Incorporation of ATCs into the Contract Documents Confidentiality of ATCs Section 4.0 REQUIREMENTS FOR SUBMITTAL OF PROPOSALS AND ACCEPTANCE OF DELIVERY BY owner General Submittal Requirements Requirement to Submit Compliant Proposal General Format Additional Requirements for Proposal Delivery Currency Modifications, Withdrawals and Late Submittals Forfeiture of Proposal Security; Relief from Obligation to Close By Specified Deadline Acceptance of Delivery by the Owner Section 5.0 EVALUATION AND POST-SELECTION PROCESS Overview P3 Objectives Organization of Evaluation Committees Responsibility Determination Best Value Determination Pass/Fail and Responsiveness Evaluation Qualitative Evaluation Technical Proposals Financial Proposals Requests for Clarification; Requests for Best and Final Offers Identification of the Selected Proposer and Finalization of the Agreement Owner Review of Post-Selection Deliverables Section 6.0 AWARD AND EXECUTION; POST-EXECUTION ACTIONS Final Award, Execution and Delivery of Contract Documents Ownership of Work Product and Stipend Payment Costs Not Reimbursable Financial Close Security and Return of Proposal Security Section 7.0 CONTRACT FORMATION DISPUTE PROCEDURES MDOT/MTA ii Final Request for Proposals Purple Line Project Instructions to Proposers

4 7.1 Section Definitions Form and Filing Time for Filing Requested Information Time for Filing Making Information on Protests Available Negotiation with Protester and Interested Parties Decision by the Contracting Officer and Reviewing Authority Time for Filing Appeal Request for Hearing Right to Proceed with Solicitation and Agreement Right to Legal Remedies Section 8.0 OWNER RESERVED RIGHTS AND DISCLAIMERS Reserved Rights Disclaimers MDOT/MTA iii Final Request for Proposals Purple Line Project Instructions to Proposers

5 EXHIBITS Exhibit A Exhibit B Exhibit C Exhibit D Exhibit E Exhibit F Exhibit G ITP Definitions and Acronyms Technical Proposal Instructions Financial Proposal Instructions Required Forms Project Labor Agreement Requirements Summary and Order of Proposal Contents P3 Objectives and Evaluation Criteria/Sub-Criteria Summary Matrix FORMS Form A Proposal Letter Form B-1 Identification of Proposer and Equity Members Form B-2 Information About Proposer Organization Form B-3 Information About Major Participants and Other Identified Contractors Form C Proposal Affidavit Form D Certification Regarding Labor Peace Agreement for On-Site Operations and Maintenance Employees Form E Personnel Work Assignment Form and Commitment of Availability Form F Non-Collusion Affidavit Form G-1 Buy America Certification Light Rail Vehicles Form G-2 Buy America Certification Steel, Iron, and Manufactured Products Form H-1 Proposer s Acknowledgement of DBE and MBE Program Requirements Form H-2 (Design Work) MDOT DBE Form A Federally-Funded Contracts Certified DBE Utilization and Fair Solicitation Affidavit Form H-3 (Design Work) MDOT DBE Form B Federally-Funded Contracts DBE Participation Schedule Form H-2 (Construction Work) MDOT DBE Form A Federally-Funded Contracts Certified DBE Utilization and Fair Solicitation Affidavit Form H-3 (Construction Work) MDOT DBE Form B Federally-Funded Contracts DBE Participation Schedule Form H-4 MDOT DBE Form C Federally-Funded Contracts Outreach Efforts Compliance Statement Form H-5 MDOT DBE Form D Federally-Funded Contracts DBE Subcontractor Project Participation Affidavit Form H-6 MDOT MBE/DBE Form E Good Faith Efforts Guidance and Documentation Form H-7 MDOT MBE Forms Package Form I-1 Conflict of Interest Disclosure Statement (Federal) Form I-2 Conflict of Interest Affidavit and Disclosure (Maryland) Form J NPV Proposal Form Form K-1 Proposal Bond Form K-2 Form of Letter of Credit (Proposal) Form L Confidentiality Agreement Form M Opinion of Counsel MDOT/MTA iv Final Request for Proposals Purple Line Project Instructions to Proposers

6 Form N Form O-1 Form O-2 Form O-3 Form O-4 Form O-5 Form O-6 Form P Form Q Form R Form S Form T Form U-1 Form U-2 Form V Form W-1 Form W-2 Form W-3 Form W-4 Form X Form Y Form Z Completion Deadlines D&C Work Pricing Sheet LRV Option Pricing Insurance Pricing Sheet Hazardous Material Remediation Pricing Sheet O&M Period Pricing Sheet Availability Payment Mechanism Pricing Sheet Financial Plan Summary Equal Employment Opportunity Certification Use of Contract Funds for Lobbying Certificate Living Wage Affidavit of Agreement Drug and Alcohol Free Workplace Certification Form of Financial Close Bond Form of Financial Close Security Irrevocable Standby Letter of Credit Nationally Targeted Worker FTE Projections and Skill Requirements Information Regarding Light Rail Vehicle Supplier Light Rail Vehicle Supplier Certification U.S. Manufacturing Employment Plan Light Rail Vehicles Certification of Approved Disadvantaged Business Enterprise Annual Goal (LRV Supplier) Form of Stipend Agreement Proposer s Minimum Insurance Requirements Letter from Independent Insurance Broker/Consultant MDOT/MTA v Final Request for Proposals Purple Line Project Instructions to Proposers

7 INSTRUCTIONS TO PROPOSERS (Request for Proposals: Purple Line Project) SECTION 1.0 INTRODUCTION AND GENERAL PROVISIONS 1.1 Introduction The Request for Proposals ( RFP ) is issued by the Maryland Transit Administration ( MTA ) and the Maryland Department of Transportation ( MDOT ) (collectively referred to as Owner or MTA/MDOT ), to seek competitive proposals (individually, a Proposal and collectively, Proposals ) for an availability payment concession publicprivate partnership to be evidenced by a public-private partnership agreement ( Agreement ), as more fully described in the RFP. The Agreement shall provide that the Concessionaire shall finance, develop, design, construct, equip and supply light rail vehicles for, and operate and maintain the Purple Line Light Rail Project ( Project ) through an availability payment concession. The form of Agreement, with the other Contract Documents, is included with the RFP. The Owner is issuing the RFP to those Proposers shortlisted on January 8, 2014, based on the Owner s evaluation of Statements of Qualification ( SOQs ) delivered to the Owner on December 10, 2013 in response to the Request for Qualifications for the Purple Line Project issued on November 8, 2013 (as amended, the RFQ ). Proposers must comply with these Instructions to Proposers ( ITP ) during the solicitation. 1.2 Purpose; General Project and Scope of Work Description; Status of Environmental Approval Purpose The Owner has determined that the P3 approach to the Project will: Increase the likelihood of consistently excellent, highly responsive service; Integrate various Project elements into a single agreement that clearly outlines the optimal allocation of Project risk between the public and private partners; Provide greater incentive to make investment decisions that are optimized over the life of the asset; Provide strong incentives for the private partner to maintain schedule discipline during the Term; MDOT/MTA 1 Final Request for Proposals Purple Line Project Instructions to Proposers

8 Provide the private sector with opportunities and incentives to propose enhancements to the asset design and delivery approach that could benefit longterm operating and maintenance performance; and Through operational benefits, risk transfer efficiencies, life-cycle planning, schedule discipline, and innovation opportunities, provide long-term financial savings relative to a traditional project delivery approach General Project and Scope of Work Description The Concessionaire will be responsible for the financing, development, design, construction, equipping, supply of light rail vehicles for, and operations and maintenance of the Project in accordance with the Contract Documents. A general description of the Project and the Concessionaire s scope of work is set forth in Part 1 of the Technical Provisions Status of Federal Environmental Approval MTA has followed and continues to follow FTA s guidance for compliance with the National Environmental Policy Act ( NEPA ). The Final Environmental Impact Statement ( FEIS ) was published in the Federal Register on September 6, A NEPA Record of Decision ( ROD ) for the Project was signed by FTA on March 19, 2014 and published in the Federal Register on March 31, The 180-day deadline for submitting claims associated with the FTA ROD has expired. The FTA was served on September 8, 2014 with an action captioned Friends of the Capital Crescent Trail v. FTA, Civil Case No (RJL), in the U.S. District Court for the District of Columbia. While this litigation is not anticipated to impact construction or schedule, MTA will be filing a timely Motion to Intervene in this litigation and provisions in the RFP address litigation concerns. Nothing contained in this RFP is intended to modify, limit, or otherwise constrain the environmental process or commit the Owner or any other entity to undertake any action with respect to the Project, including any solicitation or the final design and construction of the proposed Project. 1.3 Documents in the Request for Proposals General The RFP consists of the following, and any other documents that may be issued by Addendum, as such documents may be amended and supplemented: (a) this ITP (including exhibits and forms) MDOT/MTA 2 Final Request for Proposals Purple Line Project Instructions to Proposers

9 (b) (c) the Contract Documents the Reference Documents Refer to Section 1.2 of the Agreement for the list of the Contract Documents and their order of precedence. A list of the Reference Documents will be furnished to the Proposers Availability of Reference Documents The Reference Documents, which can be accessed through the Website, are included in the RFP for the purpose of providing information to Proposers. Except as may be expressly provided otherwise in the Contract Documents, (a) the Reference Documents are neither mandatory nor binding and (b) Proposers are not entitled to rely on the Reference Documents or any information, opinions, suggestions, directions or recommendations therein as (i) presenting solutions for the financing, development, design, construction, equipping, supply of the light rail vehicles for, or (ii) operating or maintenance of, the Project or other direction, means or methods for complying with the requirements of this solicitation, the Contract Documents, Governmental Approvals or applicable Laws Owner s Disclaimer Related to Reference Documents Except as may be expressly provided otherwise in the Contract Documents, the Owner shall not be responsible or liable in any respect for any causes of action, suits, judgments, claims, expenses, damages or losses whatsoever suffered or brought by any Proposer by reason of (a) any use, in connection with participation in this solicitation, of information, opinions, suggestions or recommendations contained in the Reference Documents or (b) any action or forbearance in reliance on the Reference Documents. Although the Reference Documents may include interpretations, extrapolations, analyses and recommendations concerning data, design solutions, technical issues and solutions and means and methods, such interpretations, extrapolations, analyses and recommendations are (i) preliminary in nature and, in many cases, are obsolete; (ii) not intended to express the views or preferences of the Owner or any other Governmental Entity or represent any statement of approval or acceptance thereof by the Owner or any other Governmental Entity; and (iii) not intended to form the basis of a Proposer s design solutions, technical solutions or construction means and methods. Except as may be expressly provided otherwise in the Contract Documents, Proposers shall use or not use the Reference Documents at their sole risk and remain solely responsible and liable for (1) all investigations and analyses relating to the Project, including those relating to Site conditions, geotechnical conditions, Utilities, structures and bridge design, (2) the preparation of their Proposals, and (3) any design, construction, operations and maintenance solutions, means, and methods that they select, in each case, without regard to anything contained in the Reference Documents. MDOT/MTA 3 Final Request for Proposals Purple Line Project Instructions to Proposers

10 The Owner does not represent or warrant that the information, opinions, suggestions or recommendations contained in the Reference Documents are complete or accurate or that such information, opinions, suggestions or recommendations are in conformity with the requirements of the RFP, Governmental Approvals or applicable Laws. Proposers shall have no right to compensation, time extension or other claim in connection with participation in this solicitation based on any incompleteness or inaccuracy in the Reference Documents, except as otherwise expressly provided in the Contract Documents. 1.4 Definitions and Acronyms Refer to Exhibit A hereto for the meaning of various capitalized terms and acronyms used but not defined herein, and refer to Exhibit 1 to the Agreement for the meaning of capitalized terms and acronyms used but not defined herein or in said Exhibit A. 1.5 Key Solicitation Milestones and Solicitation Schedule; Commercial and Financial Close Deadlines Key Solicitation Milestones and Solicitation Schedule The following represents the key solicitation milestones: EVENT DATE and TIME Issue Final RFP July 28, 2014 Proposal Due Date January 9, 2015 at 12:00 P.M. (Eastern Time) Anticipated Notification of Selected Proposer On or before March 12, 2015 Execution of Agreement and Other Execution Documents by the Concessionaire Review, Analysis and Comment Period Required by the Act Commercial Close Financial Close On or before 30 days after notification of the Selected Proposer No more than 30 days after posting of Agreement No later than 3 days after Board of Public Works Approval No later than 180 days after the Proposal Due Date (unless provided otherwise in the Agreement) Additional solicitation events and deadlines are set forth in the Solicitation Schedule that is accessible through the Website. All dates set forth in the Solicitation Schedule are MDOT/MTA 4 Final Request for Proposals Purple Line Project Instructions to Proposers

11 subject to change by the Owner, and Proposers shall be solely responsible for monitoring the Solicitation Schedule for any such changes Commercial Close and Financial Close Deadlines If Proposer is notified as the Selected Proposer, Proposer shall be required to, on or before the date specified in Section 1.5.1, deliver to the Owner executed copies of the Agreement and the documents required under Section Once the Agreement and Execution Documents have been executed by the Concessionaire, they will be held by the Owner in safekeeping until the Board of Public Works has approved the Agreement. Commercial Close will occur once the Board of Public Works has approved the Agreement and the Owner has executed the Agreement. The Owner may extend the deadline for Commercial Close by written notice to the Selected Proposer, but may not extend the date of Commercial Close beyond the 180-day Proposal validity period without mutual agreement by the Selected Proposer. Concessionaire shall be required to achieve Financial Close as set forth in the Agreement. 1.6 General Provisions Regarding Proposals The Owner is issuing the RFP in accordance with the provisions of Title 10A of the State Finance and Procurement Article of the Annotated Code of Maryland ( Act ) and Title 11, Subtitle 01, Chapter 17 of the Code of Maryland Regulations ( P3 Regulations ). The Proposers and their respective Proposals must comply with the requirements of the RFP, the Act, P3 Regulations and other applicable Law. By submitting a Proposal, a Proposer agrees to the terms, conditions, and requirements contained in the RFP, the Act, P3 Regulations and other applicable Law. Further, any questions, issues or disputes relating to the RFP shall be governed by Maryland law. After Commercial Close, the requirements of the Contract Documents shall govern Proposal Contents As used in this solicitation, the term "Proposal" means a Proposer's complete response to this RFP, including (a) a Technical Proposal, and (b) a Financial Proposal. Requirements for the Technical Proposal and the Financial Proposal are set forth in Exhibits B and C, respectively, and a list showing the required contents and order of the entire Proposal is found in Exhibit F. The Proposal shall be organized in such order and clearly indexed in accordance with Exhibit F. Each Proposal shall include an adapted checklist version of Exhibit F, prepared by each Proposer, reflecting inclusion and ordering of the Technical Proposal and Financial Proposal prescribed in Exhibit F. Each part of the Proposal shall be clearly titled and shall be submitted without reservations, qualifications, conditions or assumptions set forth therein. Any failure to provide all the information and all completed forms in the order and format specified, or submittal of a Proposal subject to any reservations, qualifications, conditions or assumptions may MDOT/MTA 5 Final Request for Proposals Purple Line Project Instructions to Proposers

12 result in the Owner s rejection of the Proposal or giving it a lower rating. All blank spaces in the Proposal forms must be filled in as appropriate. No change shall be made in the Proposal forms by the Proposer Inclusion of Proposal in Contract Documents Those portions of the Selected Proposer s Proposal identified by asterisks in Exhibit F will be appended and become part of the Contract Documents. Other portions of the Proposal may be incorporated in the Contract Documents by reference Commitments in the Proposal Each Proposal will be evaluated based on the level of commitment provided by the Proposer. Tentative commitments will be given no consideration. For example, phrases such as we may or we are considering will be given no consideration in the evaluation process since they do not indicate a firm commitment. Phrases such as we will or we shall indicate a firm commitment Applicability of Public Information Act The Maryland Public Information Act ( PIA ), Section , et seq. of the State Government Article of the Annotated Code of Maryland applies to documents submitted to the Contracting Officer in response to the RFP. If a Proposer submits information in its Proposal that it believes contains confidential commercial information, confidential financial information or trade secrets and that the Proposer believes would not be subject to disclosure under the PIA, the Proposer must do the following. (a) Clearly mark all confidential commercial information, confidential financial information or trade secrets as such in its Proposal at the time the Proposal is submitted and include a cover sheet identifying each section and page which has been so marked; (b) With respect to each such section and page, include a statement with its Proposal justifying the Proposer s determination that the identified information is protected and why such information, upon request, should not be disclosed pursuant to the PIA; and (c) Defend any action seeking release of the records it believes should not be disclosed and indemnify, defend, and hold harmless the State, its agents, and its employees from any judgments awarded against the State in favor of the party requesting the records, including any and all costs connected with that defense. This indemnification survives the State s cancellation or termination of this solicitation or award and subsequent execution of a Agreement. In submitting its Proposal, the Proposer agrees that this indemnification survives as long as the protected records are in possession of the State. MDOT/MTA 6 Final Request for Proposals Purple Line Project Instructions to Proposers

13 1.7 Restrictions from Participation The State Ethics Commission ( Commission ) administers the provisions of the Maryland Public Ethics Law, found in Title 15 of the State Government Article of the Annotated Code of Maryland, which contains various restrictions on participating in State procurements. No firm that is ineligible for State contracts thereunder may participate as a member of the Proposer Team. Any questions regarding eligibility should be directed to the Commission. The Owner has determined that the following firms and their affiliates present the appearance of a conflict of interest and their participation on a Proposer team could lead the Proposer to be disqualified: AECOM Technical Services Gannett Fleming, Inc. AMEC GL Communications, Inc. AmDyne Corporation Insurance Services Group, Inc. Athavale, Lystad & Associates, Inc. Jacobs Engineering Group, Inc. BMO Capital Markets Kaplan, Kirsch & Rockwell LLP Business Transformation Group Keystone Research Center Chesapeake Environmental Management, Inc. Coastal Resources, Inc. DACCO Sci, Inc. Diversified Property Services, Inc. Dovetail Cultural Resources Group, Inc. KGP Design Studio LLC Kutak Rock LLP Mahan Rykiel Associates, Inc. McKennon Shelton & Henn LLP Mercado Consultants Inc. Miles & Stockbridge P.C. DRM International, Inc. Nossaman LLP E2CR Inc. P.E.L.A. Design Inc. EBA Engineering, Inc. Parsons Brinckerhoff, Inc. Edwards Utility Mapping Corporation PFM Gallop Corporation MDOT/MTA 7 Final Request for Proposals Purple Line Project Instructions to Proposers

14 Procurement Services Consulting, LLC Progressive Engineering Consultants, Inc. STV Incorporated TAC Companies, LLC The ALS Group Remline Corporation Venable LLP RJM Engineering Virginkar & Associates, Inc. Rosborough Communications, Inc. Rummel, Klepper & Kahl LLP Sabra, Wang & Associates, Inc. Wallace, Montgomery & Associates, LLP Whitman, Requardt & Associates, LLP Sidhu Associates, Inc. Proposers are also advised that the Owner s restrictions from participating in the RFP are intended to augment applicable federal and State Law, including federal organizational conflict of interest Laws and the Laws relating to NEPA. Such applicable Laws will also apply to Proposer teams and teaming and may preclude certain firms or their respective entities from participating on a Proposer team. By submitting its response to this RFP, each Proposer agrees that, if an organizational conflict of interest is thereafter discovered, the Proposer must make an immediate and full written disclosure to the Contracting Officer that includes a description of the action that the Proposer has taken or proposes to take to avoid or mitigate such conflict. If an organizational conflict of interest that the Proposer knew or should have known about but failed to disclose is determined to exist during the solicitation process, the Owner may disqualify the Proposer. If an organizational conflict of interest exists that the Proposer knew or should have known about but failed to disclose and the Proposer has entered into the Agreement as Concessionaire, the Owner may terminate the Agreement for Concessionaire Default. In either case, the Owner reserves all legal rights and remedies. 1.8 Federal and State Requirements Proposers are advised that the RFP is drafted based on the assumption that the Project and the plan of finance for the Project will remain eligible for federal-aid funds. Accordingly, the solicitation documents and Contract Documents will conform to requirements of applicable federal Law, including FTA regulations. Further, the RFP is subject to State requirements as set forth in the Act, including, but not limited to, requirements related to collusion, false statements, nondiscrimination, security for construction contracts, prevailing wage rates, and living wages. Proposer shall be MDOT/MTA 8 Final Request for Proposals Purple Line Project Instructions to Proposers

15 required to comply with such requirements and execute the required forms as set forth in the RFP. The Owner views State Laws, specifications, regulation and policies that are relevant to this solicitation and the Project as not contrary to applicable federal Law, but, in the abundance of caution, if the Owner determines that any provisions of State Laws, specifications, regulations, or policies operate in any manner contrary to federal requirements to prevent submission of a Proposal, or prohibit consideration of a responsive Proposal submitted by any responsible Proposer, such provisions shall not be applicable to the Project. In light of the foregoing, the Owner reserves the right to modify the solicitation process described herein to address any concerns, conditions or requirements of FTA or other applicable federal agency. Proposers will be notified of any such modifications as provided in Section Participation of Small, Disadvantaged, Minority and Women-Owned Businesses Depending on the funding source, phase of the Project, and/or nature of the Work, there are different small, disadvantaged, minority, and women-owned business programs that will apply to the Project. As a recipient of federal funds for the Project, MTA must comply with the Disadvantaged Business Enterprise ( DBE ) Program requirements of 49 CFR Part 26, Appendix A. Pursuant to Section 10A-403(b) of the State Finance and Procurement Article of the Annotated Code of Maryland, the State Minority Business Enterprise ( MBE ) program applies to P3 projects to the extent it is practicable and legally permissible. MDOT and its USDOT-funded modal administrations, including MTA, are responsible for administering the DBE and MBE programs consistent with federal and State requirements. This includes (a) employing race-neutral efforts and programs to reduce barriers and level the playing field for the participation of small, disadvantaged, minority and women-owned businesses; (b) setting DBE and MBE goals on a project-by-project basis; and (c) monitoring program compliance and the participation of DBE and MBE firms, where appropriate, during the course of the Project. For reference purposes only, the aspirational DBE goal for MTA is 27% for federal fiscal years 2014 through 2016; the aspirational overall goal for the State s MBE program is 29% for State fiscal years 2014 and 2015, and project specific sub-goals may apply. The Owner has set the following goals for each phase of the Project based on the actual work and the availability of DBEs and MBEs to perform the work. For the Design-Build Period, Proposers are advised that the Owner has established the following DBE participation goal for the Design Work: DBE 26% For the Design-Build Period, Proposers are further advised that the Owner has established the following DBE participation goal for the Construction Work: DBE 30% MDOT/MTA 9 Final Request for Proposals Purple Line Project Instructions to Proposers

16 For the O&M Period, Proposers are advised that the decision on whether and to what extent a participation goal for the O&M Work will be set may not be determined by the Owner until three years prior to the start of Revenue Service Availability or later. By submitting its Proposal, the Proposer agrees to (i) meet the established DBE participation goals for the Design Work and Construction Work for the Design-Build Period, as well as the DBE participation goals and/or MBE participation goals/subgoals that may be established for the O&M Work for the Project, or (ii) if unable to meet an established goal (including subgoals), request and obtain a waiver after demonstrating good faith efforts to meet the goals. The waiver process is summarized in the Agreement and more fully set forth in COMAR , Form H-6 (MDOT MBE/DBE Form E Good Faith Efforts Guidance and Documentation), and the MDOT MBE and DBE Program Manuals, which can be found at: sources_information/resources%20information Further, Proposers are prohibited from requiring DBE or MBE firms to commit exclusively to work as a subcontractor for Proposer or any other member of the Proposer Team. Forms relating to the participation of DBE and MBE firms are contained in Form H. Proposers shall complete, sign and include with their Proposal Form H-1 Proposer s Acknowledgement of DBE and MBE Program Requirements, Form H-2 (Design Work) MDOT DBE Form A Federally-Funded Contracts Certified DBE Utilization and Fair Solicitation Affidavit, and Form H-3 (Design Work) MDOT DBE Form B Federally Funded Contracts DBE Participation Schedule, and the DBE/MBE Participation Plan in Section of Exhibit B. Submission of Form H-1, Form H-2 (Design Work), Form H- 3 (Design Work), and the DBE/MBE Participation Plan are the only DBE and MBE documents required at the time of submission of a Proposal. The remaining MDOT DBE/MBE Participation Forms: Form H-2 (Construction Work), Form H-3 (Construction Work), Form H-4 MDOT DBE Form C Outreach Efforts Compliance Statement, Form H-5 MDOT DBE Form D DBE Subcontractor Project Participation Affidavit Form H-6 MDOT MBE/DBE Form E Good Faith Efforts Guidance and Documentation, and all documents provided under Form H-7 (MBE Forms Package), shall be submitted by the Concessionaire directly to the Owner at a later date as directed by the Owner. The Owner is currently reviewing Form H-2 through Form H-7, and anticipates that clarifications to those forms will be forthcoming. Further, the DBE/MBE Participation Forms are subject to revision by the Owner, and the schedule for submission of those forms is subject to change or modification by the Owner. At Financial Close, the Concessionaire shall provide to the Owner the following information: MDOT/MTA 10 Final Request for Proposals Purple Line Project Instructions to Proposers

17 (a) a list of Construction Work contracts, including the dollar value, for which Construction Work is anticipated to begin within the first 180 days after Financial Close; and (b) DBE Participation Forms (as directed by the Owner), for each Construction Work contract already awarded. Beginning 90 days after Financial Close and on a quarterly basis thereafter, the Concessionaire shall submit: (i) an updated list of Construction Work contracts, including the dollar value, for which Construction Work is anticipated to begin within the next 180-day period; (ii) DBE Participation Forms (as directed by the Owner), for the Construction Work contracts awarded since the last submission of DBE Participation Forms; and (iii) any other forms or information the Owner requests related to the total dollar value of the awarded Construction Work contracts and total commitments to DBE firms. For purposes of Form H-2 (Design Work) and Form H-3 (Design Work), the term Total Contract Value means the Total Value of D&C Design Services calculated pursuant to Form O-1. For purposes of Form H-2 (Construction Work) and Form H-3 (Construction Work), the term Total Contract Value means the Total Value of D&C Construction Work calculated pursuant to Form O-1. For purposes of the forms specified in this Section 1.8 and found in Form H, the following have the meaning specified below: (1) Contractor shall mean Concessionaire (2) Procurement Officer shall mean Contracting Officer Buy America Requirements The RFP is subject to the Buy America Requirements, 49 U.S.C. 5323(j) and 49 CFR Part 661, and regulations and/or guidance implementing this statutory provision issued by the Federal Transit Administration Labor Requirements Construction The Owner will comply with the Federal Executive Order (Use of Project Labor Agreements for Federal Construction Projects) and with the Maryland Executive Order (Procurement Guidelines Authorization of Project Labor Agreements, Authorization of Apprenticeship Agreements, and Community Hiring). The Owner is also committed to reducing barriers to employment for the available workforce in the construction industry and is committed to working with the MDOT/MTA 11 Final Request for Proposals Purple Line Project Instructions to Proposers

18 Concessionaire, community-based organizations, and Preferred Training Partners and others to achieve this goal. It is the Owner s intent that the Construction Labor and Workforce Development Plan submitted pursuant to Section of Exhibit B be the guiding document for implementing the applicable provisions set forth in the Agreement Operations and Maintenance The Owner will require the Concessionaire, and the Concessionaire shall cause its O&M Contractor, to assume all obligations under the applicable Section 13(c) agreements (if any) as required under 49 U.S.C. 5333(b). Further, the Concessionaire shall, and shall cause its O&M Contractor and all Contractors performing Operations Work or Maintenance Work, to execute and deliver to the Owner by Final Completion any Labor Peace Agreement in accordance with Section of the Agreement. A Certification Regarding Labor Peace Agreement for On-Site Operations and Maintenance Employees (Form D) shall be submitted with the Proposal in accordance with Section of Exhibit B Verification of Registration and Tax Payment Before a corporation, limited liability company, or limited partnership can do business in the State, it shall be registered and in good standing with the Department of Assessments and Taxation, State Office Building, Room 803, 301 West Preston Street, Baltimore, Maryland. The Concessionaire must complete the registration and ensure that it is in good standing as a condition to execution of the Agreement by the Owner. 1.9 Federal Funding and Financing FTA Funding The Project was accepted into the Preliminary Engineering stage of FTA s Capital Investment Grant (also referred to as New Starts ) program in October The Project has since maintained positive ratings for the two summary criteria, Project Justification and Local Financial Commitment. For the FY15 New Starts Annual Report, the Project received Medium-High ratings on the Project Justification, Local Financial Commitment, and Overall Project Rating. In the President s FY15 Budget, FTA recommended the Project for New Starts funding, as well as receipt of a Full Funding Grant Agreement in FY15. The Owner is seeking a $900 million Full Funding Grant Agreement from FTA, with annual federal funding amounts up to $100 million. The Full Funding Grant Agreement will be between MTA and FTA, and the Owner will retain responsibility for securing the FTA federal funding. On August 28, 2014, FTA approved the Owner s request for the Project to enter the New Starts Engineering phase of the New Starts program. This approval to initiate Engineering is a requirement of the federal transit laws governing the New Starts MDOT/MTA 12 Final Request for Proposals Purple Line Project Instructions to Proposers

19 program. FTA is required by law to evaluate a proposed New Starts project against a number of criteria and ensure that prospective grant recipients demonstrate the technical, legal, and financial capability to implement the Project. As a result of FTA s evaluation of the Project, an overall project rating of Medium-High was assigned. With approval to enter the Engineering phase, the Owner has certain pre-award authority and can start submissions and negotiations toward a Full Funding Grant Agreement TIFIA Credit Assistance On August 9, 2013, MDOT submitted a letter of interest to the TIFIA Joint Program Office ( TIFIA JPO ) that requested a direct loan on behalf of the Concessionaire. On November 8, 2013, the USDOT notified MDOT that the Project had been accepted for creditworthiness review by the TIFIA JPO. The Owner has furnished Proposers with a TIFIA Term Sheet that includes assumptions, terms and conditions that Proposers must use in developing their Financial Proposals. The Owner will bear the risk and have the benefit of changes in the TIFIA Structuring Assumptions (either positive or negative) in accordance with the Contract Documents. The Proposers shall not independently contact the TIFIA Joint Program Office prior to the Proposal Due Date with respect to the TIFIA application for the Project. Proposers, however, will be provided the opportunity to provide questions and comments related to the TIFIA Term Sheet prior to the Proposal Due Date. The Selected Proposer will be expected to reimburse the TIFIA Joint Program Office for all credit processing costs it incurs in connection with the Project, including without limitation outside financial and legal consultant costs PABs Allocation General The Owner has received a provisional $1.3 billion USDOT PABs allocation for the Project. The Owner expects the allocation to remain available throughout the solicitation process and until Financial Close. The use of PABs, if available, in a Proposer s plan of finance is optional and entirely the decision of the Proposer. If the Initial Project Debt includes PABs, then the Maryland Economic Development Corporation will serve as the issuer of the PABs. Further, the Owner has entered into a Memorandum of Understanding with MEDCO regarding the issuance of the PABs. Proposers shall be solely responsible for obtaining ratings, bond counsel opinions, credit enhancement (as applicable) and an underwriting commitment or placement of the PABs, as well as satisfying any conditions placed on the use of the allocation by USDOT or complying with any other requirements of State and federal tax Laws. The foregoing approach has been developed by the Owner as an accommodation to the Proposers and in order to attempt to facilitate the use of PABs by Proposers. The MDOT/MTA 13 Final Request for Proposals Purple Line Project Instructions to Proposers

20 Owner makes no representation as to, nor guarantees the amount, if any, of PABs that can or will be issued for the Project or the use of proceeds to finance the Project as a matter of federal tax Law. Proposers should seek the advice of their own tax consultants. Should a Proposer elect to include PABs in its Financial Proposal, it does so at its own risk and cost, and the Owner shall have no liability with respect thereto Designation of Lead Underwriter(s) and Lead Underwriter(s) Counsel Proposer s lead underwriter(s) ( Lead Underwriter(s) ) must be a nationally recognized firm(s) with experience in transportation infrastructure finance. Proposer must obtain the Owner s approval of its Lead Underwriter(s) and Lead Underwriter s counsel prior to the Proposal Due Date in accordance with Section 2.4, which approval will not be unreasonably withheld. Proposer may submit more than one Lead Underwriter for the Owner s approval. Proposer shall provide the following qualifications of Proposer s Lead Underwriter(s) and Lead Underwriter s counsel in advance of the Proposal Due Date no later than the date set forth in the Solicitation Schedule: (a) For each proposed Lead Underwriter, Proposer shall specifically provide information regarding the underwriter s successful experience with PABs (or other market as applicable), investment grade project financings and transportation infrastructure finance. Please provide examples of specific P3 transportation projects demonstrating such experience. (b) Counsel for the Lead Underwriter(s) must be a nationally recognized firm with experience in transportation infrastructure finance and cannot serve as bond counsel. Proposer shall specifically provide information regarding the counsel s successful experience with PABS (or other market as applicable), investment grade project financings, and P3 transportation projects. Please provide examples of specific PAB transactions that such counsel has worked on (ideally as underwriter counsel). Qualifications for each Lead Underwriter and the Lead Underwriter(s) counsel shall be no more than 4 pages, in 12 point font and submitted via the file upload tool accessed through the Website. The Owner shall endeavor to respond to the submittal of the Proposer s Lead Underwriter(s) and Lead Underwriter s counsel within 10 Business Days of the Friday of the week in which the submittal was submitted. If a Lead Underwriter or Lead Underwriter s counsel is not pre-approved by the Owner, Proposer shall submit a different candidate by the date set forth in the Solicitation Schedule, and the Owner shall use reasonable efforts to respond within 10 Business Days after the resubmission. It is the Proposer s sole responsibility to ensure that approval occurs prior to the Proposal Due Date Designation of Bond Counsel Proposer s bond counsel, which shall be responsible for issuing all bond and tax opinions and other customary activities performed by bond counsel, must be a nationally recognized firm listed in the Bond Buyer's Municipal Marketplace, licensed in Maryland, and with experience in PABs, investment grade project financings, and MDOT/MTA 14 Final Request for Proposals Purple Line Project Instructions to Proposers

21 transportation infrastructure finance. Bond counsel cannot serve as counsel for the lenders. Proposer must obtain the Owner s approval of its bond counsel prior to the Proposal Due Date in accordance with Section 2.4, which approval will not be unreasonably withheld. Proposer shall provide the qualifications of bond counsel in advance of the Proposal Due Date no later than the date set forth in the Solicitation Schedule. Qualifications shall be no more than 3 pages, in 12 point font and submitted via the file upload tool accessed through the Website. The Owner shall endeavor to respond to the submittal of the Proposer s bond counsel within 10 Business Days of the Friday of the week in which the submittal was submitted. If bond counsel is not preapproved by the Owner, the Proposer shall submit a different candidate by the date set forth in the Solicitation Schedule, and the Owner shall use reasonable efforts to respond within 5 Business Days after the re-submission. It is the Proposer s sole responsibility to ensure that approval occurs prior to the Proposal Due Date. The Selected Proposer may request that the Owner allow the bond counsel to also act as the Selected Proposer s local counsel and the Owner will consider allowing the same under the following circumstances: The Owner will not sign any conflict waivers; If there is a dispute between the Concessionaire and the Owner that results in a conflict of interest for counsel, the firm must resign as the Concessionaire s counsel upon the Owner s request; The Owner may hire additional PABs Issuer s counsel, at its cost; and The counsel will not be entitled to participate on the Concessionaire s behalf in any dispute or action between the Owner and the Concessionaire. MDOT/MTA 15 Final Request for Proposals Purple Line Project Instructions to Proposers

22 SECTION 2.0 SOLICITATION PROCESS 2.1 Solicitation Method The Owner will award the Agreement (if at all) to the responsible Proposer offering a Proposal meeting the standards set by the Owner and which is determined by the Owner, through evaluation based upon the criteria set forth in applicable Law and the RFP, to provide the best value to the Owner and to be in the best interest of the State of Maryland. The Owner will accept Proposals for the Project only from those Proposers that the Owner has shortlisted for the solicitation based on their responses to the RFQ. 2.2 Receipt of the Request for Proposal Documents, Communications and Other Information The RFP will be issued and made accessible to shortlisted Proposers through the Website. The Contracting Officer has provided to the Proposers with a username and password to access the Website. Proposers experiencing difficulty accessing the Website may request assistance by sending an to techsupport@purplelinemd.com Contracting Officer The Owner has designated the following individual to be the Contracting Officer for the solicitation: Robert Schleigh, Contracting Officer Maryland Transit Administration 100 S. Charles Street Tower Two, Suite 700 Baltimore, Maryland contractingofficer@purplelinemd.com From time to time during the solicitation process, the Contracting Officer may designate another representative to carry out some or all of the Contracting Officer s obligations pertaining to the Project. Any submissions required in the RFP from Proposers prior to the Proposal Due Date, including Pre-Proposal Submittals, shall be sent to the attention of the Contracting Officer via the Website s file upload tool Identification of Proposer Authorized Representative A Proposer shall identify in its Proposal an individual authorized to act on behalf of the Proposer relating to the solicitation ( Proposer Authorized Representative ) to include a name, company, title, mailing address, address, business phone and cell phone. If a Proposer changes its Proposer Authorized Representative to receive documents, MDOT/MTA 16 Final Request for Proposals Purple Line Project Instructions to Proposers

23 communications or notices in connection with this solicitation subsequent to its submission of its Proposal, the Proposer shall provide the Contracting Officer with the same contact information requested above of such new Proposer Authorized Representative. Failure to identify a Proposer Authorized Representative in writing may result in the Proposer failing to receive important communications from the Owner. The Owner is not responsible for any such failure Rules of Contact From and after the date of notification of shortlisting and ending on the earliest of (i) the execution and delivery of the Agreement, (ii) rejection of all Proposals by the Owner or (iii) cancellation of the solicitation, the following rules of contact shall apply. These rules are designed to promote a fair and unbiased solicitation process. Contact includes face-to-face, telephone, facsimile, electronic-mail ( ), other electronic means or formal written communication. The specific rules of contact are as follows: (a) Section of the State Finance and Procurement Article of the Annotated Code of Maryland, prohibits and penalizes collusion. (b) No Proposer or any of its team members may communicate with another Proposer or its team members with regard to the RFP or either team s Proposal; provided, however, that subcontractors that are shared between two or more Proposers may communicate with their respective team members so long as those Proposers establish reasonable protocols to ensure that the subcontractor will not act as a conduit of information between the teams (contact among Proposer organizations is allowed during informational meetings organized by the Contracting Officer); (c) Proposers shall correspond with the Owner regarding the RFP only through designated representatives (which initially shall be the Contracting Officer); (d) Until the earliest of (i) award and execution of the Agreement, (ii) rejection of all Proposals by the Owner or (iii) cancellation of the solicitation, no Proposer or representative thereof shall have any ex parte communications regarding this solicitation with: Any member of the Owner; or Any employees, representatives, members, consultants, contractors or advisors of the Owner involved with the solicitation (including those referenced in Section 1.7), except for communications expressly permitted by the solicitation process. The foregoing restriction shall not, however, preclude or restrict communications with regard to matters unrelated to the solicitation or limit participation in public meetings or formal MDOT/MTA 17 Final Request for Proposals Purple Line Project Instructions to Proposers

North Carolina Department of Transportation Report to Joint Legislative Transportation Oversight Committee

North Carolina Department of Transportation Report to Joint Legislative Transportation Oversight Committee North Carolina Department of Transportation Report to Joint Legislative Transportation Oversight Committee Public Private Partnerships Policy and Document Standardization October 1, 2013 Executive Summary

More information

COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ)

COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ) COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ) Due: August 26, 2011 by 2:00pm Statements shall be submitted to: County of Sonoma Probation Department Attn:

More information

DRAFT REQUEST FOR PROPOSALS TO DEVELOP, DESIGN, CONSTRUCT, FINANCE, OPERATE AND MAINTAIN THE TRANSFORM 66 P3 PROJECT

DRAFT REQUEST FOR PROPOSALS TO DEVELOP, DESIGN, CONSTRUCT, FINANCE, OPERATE AND MAINTAIN THE TRANSFORM 66 P3 PROJECT DRAFT REQUEST FOR PROPOSALS TO DEVELOP, DESIGN, CONSTRUCT, FINANCE, OPERATE AND MAINTAIN THE TRANSFORM 66 P3 PROJECT UNDER THE VIRGINIA PUBLIC-PRIVATE TRANSPORTATION ACT OF 1995 (AS AMENDED) VOLUME I INSTRUCTIONS

More information

BOOK 1 DESIGN-BUILD CONTRACT

BOOK 1 DESIGN-BUILD CONTRACT BOOK 1 DESIGN-BUILD CONTRACT FUNDING PARTNERS: US DEPARTMENT OF TRANSPORTATION CALTRANS PORT OF LONG BEACH METRO Contract No. HD-7961 Federal Project Numbers: BRLS 5108 (137); ACNH-710-1 (807) Project

More information

REQUEST FOR PROPOSALS to Design, Build and Finance the Highway 401 Expansion Project Credit River to Regional Road 25 RFP No (RFP Version 1.

REQUEST FOR PROPOSALS to Design, Build and Finance the Highway 401 Expansion Project Credit River to Regional Road 25 RFP No (RFP Version 1. REQUEST FOR PROPOSALS to Design, Build and Finance the Highway 401 Expansion Project Credit River to Regional Road 25 RFP No. 17-178 (RFP Version 1.0) TABLE OF CONTENTS SECTION 1 INTRODUCTION...1 1.1 General...1

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

INSTRUCTIONS TO BIDDERS ARTICLE IB

INSTRUCTIONS TO BIDDERS ARTICLE IB INSTRUCTIONS TO BIDDERS WPU05 ARTICLE IB IB 1 Bid Proposals IB 1.1 Sealed proposals for the work described herein must be received and timestamped at the University prior to the closing date and time for

More information

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA)

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA) Manalapan Township Request for Proposals for Renewable Energy Power Purchase Agreement (PPA) Section 1: General Terms 1.1 Purpose and Response Date Manalapan Township hereby issues this Request for Proposals

More information

Comprehensive Development Agreement State Highway 288 Toll Lanes in Harris County. Between Texas Department of Transportation and [ ]

Comprehensive Development Agreement State Highway 288 Toll Lanes in Harris County. Between Texas Department of Transportation and [ ] Comprehensive Development Agreement State Highway 288 Toll Lanes in Harris County Between Texas Department of Transportation and [ ] Dated [ ] PART A ARTICLE 1 TABLE OF CONTENTS THE TRANSACTION; FINANCING

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR TRANSPORTATION PLANNING CONSULTING SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) FOR TRANSPORTATION PLANNING CONSULTING SERVICES REQUEST FOR QUALIFICATIONS (RFQ) FOR TRANSPORTATION PLANNING CONSULTING SERVICES The Northwest Pennsylvania Regional Planning and Development Commission (Northwest Commission) is soliciting Statements

More information

Agreement Among Underwriters

Agreement Among Underwriters Agreement Among Underwriters October 1, 1997 Master Standard Terms and Conditions* When referred to or incorporated by reference in the Agreement Among Underwriters, Instructions, Terms and Acceptance

More information

COMMISSION ADOPTED POLICY Procurement Policy

COMMISSION ADOPTED POLICY Procurement Policy Procurement Policy Adopted: December 16, 2014 Revised: N/A Page 1 of 6 1.0 Purpose and Need All procurement shall be in accordance with the Code of Virginia 2.2-4300, the Virginia Public Procurement Act,

More information

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month and

More information

ATTORNEY-CLIENT MEMORANDUM FOR POTENTIAL ENGAGEMENT OF COUNSEL

ATTORNEY-CLIENT MEMORANDUM FOR POTENTIAL ENGAGEMENT OF COUNSEL ATTORNEY-CLIENT MEMORANDUM FOR POTENTIAL ENGAGEMENT OF COUNSEL TO: FROM: PROSPECTIVE COUNSEL THE LOS ANGELES CITY ATTORNEY S OFFICE DATE: June 9, 2017 RE: REQUEST FOR PROPOSALS (RFP) FOR OUTSIDE HOUSING

More information

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017 REQUEST FOR PROPOSALS for SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017 City of Culver City FINANCE DEPARTMENT 9770 Culver Boulevard Culver City, CA 90232-0507 PROPOSAL DUE: January

More information

Request for Proposal

Request for Proposal Request for Proposal Tulsa Transit 14-1010 Banking Services 1 Contents SECTION 1: NOTICE OF REQUEST FOR PROPOSALS... 5 NR 1. Description of the Work to be Done... 5 NR 2. Proposal Due Date and Submittal

More information

Task Order Request for Proposals for Release Under Contract UB-12-B-19

Task Order Request for Proposals for Release Under Contract UB-12-B-19 Task Order Request for Proposals for Release Under Contract UB-12-B-19 Issued By: [agency name, address and contact] TORP Number: Date Issued: Proposal Due Date and Time: date at time PM To: Period of

More information

MARYLAND STATE RETIREMENT AGENCY 120 E. BALTIMORE STREET BALTIMORE, MD REQUEST FOR PROPOSALS

MARYLAND STATE RETIREMENT AGENCY 120 E. BALTIMORE STREET BALTIMORE, MD REQUEST FOR PROPOSALS MARYLAND STATE RETIREMENT AGENCY 120 E. BALTIMORE STREET BALTIMORE, MD 21202-6703 REQUEST FOR PROPOSALS SPECIAL INVESTMENT CONSULTANT FOR ASSET ALLOCATION REVIEW PROJECT ISSUE DATE: AUGUST 27, 2015 QUESTION

More information

Bond Counsel Services

Bond Counsel Services HAMPTON ROADS TRANSPORTATION ACCOUNTABILITY COMMISSION REQUEST FOR PROPOSALS FOR PROFESSIONAL SERVICES* Bond Counsel Services ISSUED: September 4, 2015 Proposal Number: FY16-001 *The contract that will

More information

2014 Greenhouse Gas Offset Credit Request for Offers

2014 Greenhouse Gas Offset Credit Request for Offers 2014 Greenhouse Gas Offset Credit Request for Offers RFO Protocol March 19, 2014 (Updated 4/10/2014) Contents I. Introduction and Overview... 1 A. Overview... 1 B. Expected Schedule... 1 C. RFO Process...

More information

REQUEST FOR QUALIFICATIONS. Construction Related Services Retainer Contract

REQUEST FOR QUALIFICATIONS. Construction Related Services Retainer Contract REQUEST FOR QUALIFICATIONS Construction Related Services Retainer Contract ISSUE DATE: January 10, 2017 CLOSING DATE: August 31, 2018 CLOSING TIME: 5:00 PM Pacific Time TABLE OF CONTENTS Page Section I

More information

NORFOLK AIRPORT AUTHORITY PART I REQUEST FOR PROPOSALS GENERAL AIRPORT REVENUE BOND UNDERWRITING SERVICES

NORFOLK AIRPORT AUTHORITY PART I REQUEST FOR PROPOSALS GENERAL AIRPORT REVENUE BOND UNDERWRITING SERVICES NORFOLK AIRPORT AUTHORITY PART I REQUEST FOR PROPOSALS GENERAL AIRPORT REVENUE BOND UNDERWRITING SERVICES August 27, 2018 1.0 INTRODUCTION The Norfolk Airport Authority (the Authority ) is seeking proposals

More information

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017 COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT Date of Issue: September 25, 2017 Due Date for Proposal: October 6, 2017 COUNTY OF WISE, VA REQUEST

More information

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL Date Issued: November 14, 2016 Return Date & Time: Return To: December 6, 2016, 11:00 AM Keith Kazmark, RMC/CMC/MMC

More information

DRAFT REQUEST FOR QUALIFICATIONS RELATING TO THE TRANSFORM 66 P3 PROJECT UNDER THE VIRGINIA PUBLIC-PRIVATE TRANSPORTATION ACT OF 1995 (AS AMENDED)

DRAFT REQUEST FOR QUALIFICATIONS RELATING TO THE TRANSFORM 66 P3 PROJECT UNDER THE VIRGINIA PUBLIC-PRIVATE TRANSPORTATION ACT OF 1995 (AS AMENDED) DRAFT REQUEST FOR QUALIFICATIONS RELATING TO THE TRANSFORM 66 P3 PROJECT UNDER THE VIRGINIA PUBLIC-PRIVATE TRANSPORTATION ACT OF 1995 (AS AMENDED) VIRGINIA DEPARTMENT OF TRANSPORTATION POSTED AUGUST 31,

More information

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES SECTION I GENERAL INFORMATION A. INTRODUCTION/BACKGROUND The Coral Gables Retirement Board (hereafter Board ) is requesting

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

COMMISSION ADOPTED POLICY Procurement Policy

COMMISSION ADOPTED POLICY Procurement Policy Procurement Policy Adopted: December 16, 2014 Revised: September 26, 2017 Page 1 of 7 1.0 Purpose and Need All procurement shall be in accordance with the Code of Virginia 2.2-4300, the Virginia Public

More information

TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY

TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY SEEKS PROPOSALS FOR FINANCIAL ADVISORY CONSULTANT SERVICES FOR THE PERIOD JANUARY 1, 2018 TO DECEMBER 31, 2018 Introduction Pursuant to the Fair

More information

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGEMENT AT RISK (CMAR)

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGEMENT AT RISK (CMAR) 1 REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGEMENT AT RISK (CMAR) Preconstruction and Construction Services Safety Bay Improvement Project December 20, 2017 Table of Contents REQUEST FOR QUALIFICATIONS

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San

More information

RFP NAME: AUDITING SERVICES

RFP NAME: AUDITING SERVICES REQUEST FOR PROPOSAL RFP Number # RV070806 RFP NAME: AUDITING SERVICES The City of San Jose Housing Department is seeking qualifications from individuals and firms interested in providing professional

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

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor)

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor) OREGON STATE UNIVERSITY CM/GC CONTRACT (Construction Manager/General Contractor) THE CONTRACT IS BETWEEN: OWNER: Oregon State University And CONSTRUCTION MANAGER/ GENERAL CONTRACTOR (referred to as Contractor

More information

Public Review Draft PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES

Public Review Draft PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES. PURPOSE AND INTENT OF RULE () The primary purpose of this Rule is to describe the process for developing

More information

REQUEST FOR PROPOSAL FOR THE 5-YEAR UPDATE OF THE OTSEGO COUNTY MULTI-JURISDICTIONAL MULTI- HAZARD MITIGATION PLAN

REQUEST FOR PROPOSAL FOR THE 5-YEAR UPDATE OF THE OTSEGO COUNTY MULTI-JURISDICTIONAL MULTI- HAZARD MITIGATION PLAN REQUEST FOR PROPOSAL FOR THE 5-YEAR UPDATE OF THE OTSEGO COUNTY MULTI-JURISDICTIONAL MULTI- HAZARD MITIGATION PLAN 2013-2018 Submitted by the Otsego County Planning Department Prepared by the Otsego County

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS RFP Number: 2017ICFMHMQIDPSvcs Issue Date: December 10, 2017 Title: QUALIFIED INTELLECTUAL DISABILITY PROFESSIONAL (QIDP) SERVICES FOR AN INTERMEDIATE CARE FACILITY- Mount Hermon

More information

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL DOCUMENT SHREDDING February 26, 2015 The New York Liquidation Bureau ( NYLB ) carries out the responsibilities of the Superintendent of Financial Services

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

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

More information

Request for Proposal # Postage Meter Lease & Maintenance Service

Request for Proposal # Postage Meter Lease & Maintenance Service Request for Proposal # 2018-025 Postage Meter Lease & Maintenance Service Due Date: October 19, 2017 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500

More information

SERVICE AGREEMENT CONTRACT NO.

SERVICE AGREEMENT CONTRACT NO. SERVICE AGREEMENT CONTRACT NO. THIS SERVICE AGREEMENT dated 20 between STOCKTON UNIVERSITY (the "UNIVERSITY") and (the SERVICE PROVIDER ), with a business address at. 1.1 Services. ARTICLE 1 SCOPE OF SERVICES

More information

THIS BID MUST BE RECEIVED NO LATER THAN 2:00 P.M. ON: 01/24/14 THURSDAY, FEBRUARY 13, 2014

THIS BID MUST BE RECEIVED NO LATER THAN 2:00 P.M. ON: 01/24/14 THURSDAY, FEBRUARY 13, 2014 RETURN BID TO: THE UNIVERSITY OF MARYLAND BALTIMORE COUNTY DEPARTMENT OF PROCUREMENT 1000 HILLTOP CIRCLE, RM 301, ADMIN. BLDG. BALTIMORE, MD 21250 REQUEST TO BID No. BC-20909-R Mallela Ralliford: 410-455-2071

More information

SELECT PARTNER FHA REQUEST / DECLINE with EXHIBIT E. Company Name

SELECT PARTNER FHA REQUEST / DECLINE with EXHIBIT E. Company Name SELECT PARTNER FHA REQUEST / DECLINE with EXHIBIT E Company Name Is company requesting FHA Principal / Agent Relationship at this time? Yes No If No, this is the only required page. Please sign and return.

More information

RFQ NO Dated: March 16, 2018 Town of South Palm Beach. Published: Palm Beach Post. Page 1 of 16

RFQ NO Dated: March 16, 2018 Town of South Palm Beach. Published: Palm Beach Post. Page 1 of 16 TOWN OF SOUTH PALM BEACH REQUEST FOR QUALIFICATIONS CONTINUING CONTRACTS FOR PROFESSIONAL ENGINEERING SERVICES RFQ NO. 2018-1 The Town of South Palm Beach is seeking Letters of Interest and Professional

More information

Request for Proposals (RFP) to Design, Build, Finance, Equip, Operate & Maintain O Hare Express System

Request for Proposals (RFP) to Design, Build, Finance, Equip, Operate & Maintain O Hare Express System Request for Proposals (RFP) to Design, Build, Finance, Equip, Operate & Maintain O Hare Express System In coordination with, and on behalf of, the City of Chicago Issued by: Issued on: March 23, 2018 RFP

More information

GENERAL PROVISIONS FOR STAND-ALONE PURCHASE ORDERS ALL PRODUCTS & SERVICES ~ Not for Use for Services of $2,500 or More ~ (January 2017)

GENERAL PROVISIONS FOR STAND-ALONE PURCHASE ORDERS ALL PRODUCTS & SERVICES ~ Not for Use for Services of $2,500 or More ~ (January 2017) APPLIES TO : 1. Legal Status (OCT 12) 2. Disputes (APR 12) 3. Representations (JAN 17) 4. Advertisements (OCT 12) 5. Audit (FEB 15) 6. Indemnify and Hold Harmless (MAY 15) 7. Authority to Bind (AUG 08)

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

STATEMENT OF BIDDER'S QUALIFICATIONS

STATEMENT OF BIDDER'S QUALIFICATIONS STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate

More information

CLAIMS ADMINISTRATION SERVICES AGREEMENT

CLAIMS ADMINISTRATION SERVICES AGREEMENT CLAIMS ADMINISTRATION SERVICES AGREEMENT This Claims Administration Services Agreement (the "Agreement") is made and entered into by and between XYZ School District ("Client") and Keenan & Associates ("Keenan").

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder

More information

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance. INVITATION TO BID Notice to Bidders: Bids will be received by the Port of Shelton, 21 W Sanderson Way, Shelton, WA 98584 for the following work order: Work Order: Enter # and Name Here Pre-Bid Showing:

More information

PORTLAND, OREGON BANK NON-REVOLVING LINE OF CREDIT

PORTLAND, OREGON BANK NON-REVOLVING LINE OF CREDIT CITY OF PORTLAND, OREGON DATE: January 14, 2010 REQUEST FOR PROPOSALS BANK NON-REVOLVING LINE OF CREDIT Services Requested By: Refer Questions to: Bureau of Financial Services Patti Tigue Public Finance

More information

Producer Agreement DDWA Product means an Individual or Group dental benefits product offered by Delta Dental of Washington.

Producer Agreement DDWA Product means an Individual or Group dental benefits product offered by Delta Dental of Washington. Producer Agreement This agreement, effective the day of is between DELTA DENTAL OF WASHINGTON, referred to as DDWA in this agreement, and, referred to as Producer in this agreement. In consideration of

More information

TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020

TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020 TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020 Issue Date: January 24, 2018 Title: Healthy Communities Action Teams to Prevention Childhood Obesity Issuing Agency: Virginia Foundation

More information

REQUEST FOR PROPOSALS TO DESIGN, CONSTRUCT AND MAINTAIN SH 249 EXTENSION THROUGH A DESIGN-BUILD AGREEMENT AND CAPITAL MAINTENANCE AGREEMENT

REQUEST FOR PROPOSALS TO DESIGN, CONSTRUCT AND MAINTAIN SH 249 EXTENSION THROUGH A DESIGN-BUILD AGREEMENT AND CAPITAL MAINTENANCE AGREEMENT REQUEST FOR PROPOSALS TO DESIGN, CONSTRUCT AND MAINTAIN SH 249 EXTENSION THROUGH A DESIGN-BUILD AGREEMENT AND CAPITAL MAINTENANCE AGREEMENT EVENT INSTRUCTIONS TO PROPOSERS A PROJECT OF THE TEXAS DEPARTMENT

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR LEGAL SERVICES 750 Commerce Drive, Suite 110 Decatur, Georgia 30030 TABLE OF CONTENTS PART I INTRODUCTION... PAGE 1.1 Definitions...3 1.2 Profile of the...3 PART II STATEMENT

More information

CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS.

CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS. CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS. AGREEMENT made as of the day of, 201. BETWEEN the Owner:

More information

Request for Proposals: Environmental Site Assessment for Single Property

Request for Proposals: Environmental Site Assessment for Single Property OBDD RFP No. C2019048 Request for Proposals: Environmental Site Assessment for Single Property Proposal due date: January 29, 2019 at 3:00 p.m. Pacific Time 1.0 SOLICITATION INFORMATION AND REQUIREMENTS

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional real estate appraisal

More information

SOMERSET COUNTY INSURANCE COMMISSION

SOMERSET COUNTY INSURANCE COMMISSION SOMERSET COUNTY INSURANCE COMMISSION REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES The Somerset County Insurance Commission ( Commission ) is soliciting proposals through a fair and open process in accordance

More information

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW PART II INSTRUCTIONS TO PROPOSERS Minnesota Department of Transportation SP 7408-29 TH 14/218 DESIGN-BUILD REQUEST FOR PROPOSALS 1 INTRODUCTION RFP and ITP. This Request for Proposals (RFP) is issued by

More information

Request for Qualifications

Request for Qualifications Request for Qualifications PROFESSIONAL CONSULTING SERVICES ENVIRONMENTAL ASSESSMENT STUDY FOR DES MOINES INTERNATIONAL AIRPORT, DES MOINES, IOWA Activity ID #: 005-2017-002 December 2017 DSM RFQ EA 005-2017-002

More information

TOWNSHIP OF HAZLET REQUEST FOR QUALIFICATIONS FOR HEALTH INSURANCE CONSULTANT TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY

TOWNSHIP OF HAZLET REQUEST FOR QUALIFICATIONS FOR HEALTH INSURANCE CONSULTANT TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY TOWNSHIP OF HAZLET REQUEST FOR QUALIFICATIONS FOR HEALTH INSURANCE CONSULTANT TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY Contract Term 3 Year July 1, 2014 through June 30, 2017 SUBMISSION

More information

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional engineering firms

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Covington Point Lift Station Improvements CCE PROJECT NO. 812-100(C) February 21, 2013 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 I. REQUEST

More information

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST RFP14-1480 Request for Proposal RFP14-1480 SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST DATE OF ISSUE: September 08,, 2014 TO RESPOND BY RESPOND TO: September 22, 2014 3:00

More information

REQUEST FOR QUALIFICATIONS for HEARING OFFICER

REQUEST FOR QUALIFICATIONS for HEARING OFFICER REQUEST FOR QUALIFICATIONS for HEARING OFFICER LETTERS OF QUALIFICATIONS DUE: Friday, March 12, 2010, by 2:00 P.M. City Administrator s Office, Special Activity Permits 1 Frank Ogawa Plaza, 11 th Floor

More information

Request for Proposals

Request for Proposals RFP #G058 Request for Proposals A/E Design Consulting Services Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301 Proposals must be submitted No later than 1:00 PM March

More information

EXECUTION VERSION JULY 31, 2012 COMPREHENSIVE AGREEMENT RELATING TO THE I-95 HOV/HOT LANES PROJECT DATED AS OF JULY 31, 2012 BY AND BETWEEN

EXECUTION VERSION JULY 31, 2012 COMPREHENSIVE AGREEMENT RELATING TO THE I-95 HOV/HOT LANES PROJECT DATED AS OF JULY 31, 2012 BY AND BETWEEN COMPREHENSIVE AGREEMENT RELATING TO THE I-95 HOV/HOT LANES PROJECT DATED AS OF BY AND BETWEEN VIRGINIA DEPARTMENT OF TRANSPORTATION, an Agency of the Commonwealth of Virginia AND 95 EXPRESS LANES LLC,

More information

Ohio Public Employees Retirement System. Request for Proposal. For: Actuarial Consulting Services. Date: October 21, 2016

Ohio Public Employees Retirement System. Request for Proposal. For: Actuarial Consulting Services. Date: October 21, 2016 Ohio Public Employees Retirement System For: Actuarial Consulting Services Date: October 21, 2016 Project Name: Actuarial Consulting RFP 277 East Town Street Columbus, Ohio 43215 1-800-222-PERS (7377)

More information

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR By and Between WILLIAM S. HART UNION HIGH SCHOOL DISTRICT And Dated as of TABLE OF CONTENTS Page RECITALS... 1 PART 1 PROVISION OF CM SERVICES... 1 Section

More information

DESIGN-BUILD AGREEMENT LOOP 1604 WESTERN EXTENSION PROJECT

DESIGN-BUILD AGREEMENT LOOP 1604 WESTERN EXTENSION PROJECT DESIGN-BUILD AGREEMENT LOOP 1604 WESTERN EXTENSION PROJECT Between Texas Department of Transportation and [DESIGN-BUILD CONTRACTOR] Dated as of:, 2013 Loop 1604 Western Extension Project Design-Build Agreement

More information

REQUEST FOR QUALIFICATIONS (RFQ)

REQUEST FOR QUALIFICATIONS (RFQ) NOTE: Ocean County College will consider proposals only from firms or organizations that demonstrate the capability and willingness to provide high quality services in the manner described in this Request

More information

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES On this day of, 2017, the Board of Commissioners of the Port of New Orleans hereinafter sometimes

More information

CAPITAL MAINTENANCE AGREEMENT I-2/I-69C INTERCHANGE PROJECT. between TEXAS DEPARTMENT OF TRANSPORTATION. and [DB CONTRACTOR] Dated as of:, 2019

CAPITAL MAINTENANCE AGREEMENT I-2/I-69C INTERCHANGE PROJECT. between TEXAS DEPARTMENT OF TRANSPORTATION. and [DB CONTRACTOR] Dated as of:, 2019 CAPITAL MAINTENANCE AGREEMENT I-2/I-69C INTERCHANGE PROJECT between TEXAS DEPARTMENT OF TRANSPORTATION and [DB CONTRACTOR] Dated as of:, 2019 HIDALGO COUNTY Texas Department of Transportation I-2/I-69C

More information

Ohio Public Employees Retirement System. Request for Proposal

Ohio Public Employees Retirement System. Request for Proposal Ohio Public Employees Retirement System For: IT Contract Services Senior Cobol Programmer Date: 4/7/14 Project Name: Member Systems Support 277 East Town Street Columbus, Ohio 43215 1-800-222-PERS (7377)

More information

ARTICLE 8: BASIC SERVICES

ARTICLE 8: BASIC SERVICES THE SCOPE OF SERVICES ADDED BY THIS AMENDMENT IS FOR A CM AT RISK PROJECT ONLY. THE SCOPE OF SERVICES SPECIFIED BELOW INCLUDES ARTICLES 8.1, 8.3, 8.4, 8.5, 8.6, 8.7 AND 8.8. THE SERVICES SPECIFIED IN ARTICLE

More information

BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES

BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES Date Issued: November 13, 2017 Return Date & Time: Return To: December 14, 2017 no later than 11am Debra Sopronyi, Borough

More information

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street

More information

Town of West Yellowstone

Town of West Yellowstone Town of West Yellowstone Engineering Services Request for Qualifications I. INTRODUCTION AND PURPOSE OF REQUEST The Town of West Yellowstone located in Gallatin County, hereinafter referred to as the Town,

More information

Exhibit A DEFINITIONS AND ACRONYMS

Exhibit A DEFINITIONS AND ACRONYMS Exhibit A DEFINITIONS AND ACRONYMS Addenda/Addendum means supplemental additions, deletions, and modifications to the provisions of the RFP after the release date of the RFP. Alternative Technical Concepts

More information

UNITED STATES SECURITIES AND EXCHANGE COMMISSION. Washington, D.C FORM 8-K CURRENT REPORT

UNITED STATES SECURITIES AND EXCHANGE COMMISSION. Washington, D.C FORM 8-K CURRENT REPORT UNITED STATES SECURITIES AND EXCHANGE COMMISSION Washington, D.C. 20549 FORM 8-K CURRENT REPORT Pursuant to Section 13 or 15(d) of the Securities Exchange Act of 1934 Date of Report (date of earliest event

More information

A competitive bidding process shall be utilized to the greatest extent possible for all construction contracts.

A competitive bidding process shall be utilized to the greatest extent possible for all construction contracts. BOARD POLICY NO. 024 PROCUREMENT AND CONTRACTING CONSTRUCTION Purpose To establish a method for administering SANDAG construction contracts. Background Public Utilities Code section 132352.4 states that

More information

Request for Qualifications

Request for Qualifications ! Request for Qualifications General Counsel - Legal Services The Parking Authority of the City of Camden New Jersey Issued by: Parking Authority of the City of Camden 10 Delaware Avenue Camden, NJ 08103

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL Actuarial Audit Services Request for Proposal No. 2016-01 San Joaquin County Employees' Retirement Association 6 So. El Dorado Street, Suite 400 Stockton, California 95202 Phone: (209)

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

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES REQUEST FOR PROPOSAL HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES August 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and

More information

Master Service Agreement

Master Service Agreement Document No. 001-000-099 Rev C Master Service Agreement This Master Service Agreement ( MSA ) sets forth the terms and conditions governing the relationship between Syncroness, Inc. ( Syncroness ) and

More information

REQUEST FOR QUALIFICATIONS TOWNSHIP AUDITOR

REQUEST FOR QUALIFICATIONS TOWNSHIP AUDITOR REQUEST FOR QUALIFICATIONS TOWNSHIP AUDITOR TOWNSHIP OF MANTUA SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS December 9, 2016 10:00 A.M. ADDRESS ALL PROPOSALS TO: Township of Mantua Attn:

More information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT This agreement is entered into as of, 2004, by and between Rensselaer Polytechnic Institute (hereinafter called Rensselaer"), a non-profit educational institution with

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional firms licensed in

More information

APPENDIX D PAGE 1 of 9. A. ACCESS TO RECORDS AND REPORTS 49 U.S.C. 5325; 18 CFR (i); 49 CFR

APPENDIX D PAGE 1 of 9. A. ACCESS TO RECORDS AND REPORTS 49 U.S.C. 5325; 18 CFR (i); 49 CFR PAGE 1 of 9 Federal Transit Administration (FTA) Required Clauses for Operations Contracts under the 2011 Section 5310 Purchase of Service Contract for the Southeast NH RCC through COAST A. ACCESS TO RECORDS

More information

NASDAQ Futures, Inc. Off-Exchange Reporting Broker Agreement

NASDAQ Futures, Inc. Off-Exchange Reporting Broker Agreement 2. Access to the Services. a. The Exchange may issue to the Authorized Customer s security contact person, or persons (each such person is referred to herein as an Authorized Security Administrator ),

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

Target Market Professional Services Master Consulting Agreements MBE/WBE SPECIAL CONDITIONS

Target Market Professional Services Master Consulting Agreements MBE/WBE SPECIAL CONDITIONS CITY OF CHICAGO Department of Procurement Services Jamie L. Rhee, Chief Procurement Officer 121 North LaSalle Street, Room 403 Chicago, Illinois 60602-1284 Fax: 312-744-3281 Target Market Professional

More information

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018 REQUEST FOR QUALIFICATIONS For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018 San Joaquin County Department of Public Works 1810 East Hazelton

More information

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO High Plains Library District (HPLD) invites qualified firm to submit a response to a Request for Proposal for legal

More information

RFP# Charter Bus Services

RFP# Charter Bus Services RFP#2017-12-001 - Charter Bus Services Assigned Buyer: Adriana Jimenez Telephone Number: 713-348-4071 E-Mail Address: abj2@rice.edu Rice University welcomes competitive Request for Proposals (RFP) from

More information