ENVIRONMENTAL REVIEW AND PRELIMINARY ENGINEERING DESIGN FOR THE FORT ORD REGIONAL TRAIL AND GREENWAY PROJECT

Size: px
Start display at page:

Download "ENVIRONMENTAL REVIEW AND PRELIMINARY ENGINEERING DESIGN FOR THE FORT ORD REGIONAL TRAIL AND GREENWAY PROJECT"

Transcription

1 REQUEST FOR PROPOSALS THE TRANSPORTATION AGENCY FOR MONTEREY COUNTY (TAMC) INVITES CONSULTANTS TO SUBMIT THEIR PROPOSALS FOR THE: ENVIRONMENTAL REVIEW AND PRELIMINARY ENGINEERING DESIGN FOR THE FORT ORD REGIONAL TRAIL AND GREENWAY PROJECT You are invited to submit your proposal for the services to complete the above project. Electronic Proposals are due to and Sealed Cost Proposals are due in the office of Transportation Agency for Monterey County, Attn: Virginia Murillo,55 B Plaza Circle, Salinas, CA by 12:00 noon on PST on Thursday, April 12, Copies of the RFP and the detailed information regarding the submission of the proposal are available at the TAMC offices and may be obtained upon request. This RFP is available at the TAMC website ( in Adobe Acrobat (PDF) format. You may Virginia Murillo, Transportation Planner, at virginia@tamcmonterey.org to obtain a copy and for further information.

2 Fort Ord Regional Trail and Greenway RFP Page 2 of 40 TRANSPORTATION AGENCY FOR MONTEREY COUNTY DATE: February 28, 2018 TO: FROM: SUBJECT: Interested Consultants Debra L. Hale, Executive Director Request for Proposals for Environmental Review and Preliminary Engineering Design Assistance on the Fort Ord Regional Trail and Greenway Project INVITATION You are invited to submit a proposal and a Sealed Project Cost Proposal for the referenced services, including an hourly rate schedule, and an estimate of hours per task by named individual to complete the project. Please include your estimate of other direct costs to be charged to this project. Please submit one (1) digital.pdf copy of your Proposal via and one (1) hardcopy of your Sealed Project Cost Proposal. Your Proposal (via only to virginia@tamcmonterey.org ) and Sealed Project Cost Proposal (via hardcopy only) are due in the office of the Transportation Agency for Monterey County (TAMC) by 12:00 P.M., Pacific Standard Time on Thursday, April 12, Proposals received after the date and time specified above will not be considered. Proposals shall be considered firm offers to enter into a contract, as described in this RFP for a period of ninety (90) days from the time of submittal. A Sealed Project Cost Proposal must be separately received by 12:00 P.M., Pacific Standard Time on Thursday, April 12, 2018 to: Transportation Agency for Monterey County Attn: Virginia Murillo 55 B Plaza Circle Salinas, CA Any submission received after the above stated date and time will not be considered. Proposer is responsible for (and assumes all risk related to) ensuring that it its document management and e- mail delivery systems are sufficient to timely and completely transmit its submission by the

3 Fort Ord Regional Trail and Greenway RFP Page 3 of 40 deadline stated above. For files in excess of 5 megabytes, the use of Dropbox or other similar electronic delivery service is suggested. Inquiries relating to this Request for Proposals shall be submitted no later than noon March 29, 2018 to: Virginia Murillo, Project Manager Transportation Agency for Monterey County 55 B Plaza Circle, Salinas, CA ~ virginia@tamcmonterey.org inquiries relating to this Request for Proposals should include RFP Submission Re: Fort Ord Regional Trail and Greenway Environmental Review in the subject header. The Transportation Agency is an equal opportunity employer.

4 Fort Ord Regional Trail and Greenway RFP Page 4 of 40 BACKGROUND The Transportation Agency for Monterey County (the Agency or TAMC ) is a statedesignated public agency with regional transportation planning responsibilities that cross citycounty boundaries. The Agency is committed to planning, funding and delivering transportation projects for the region. The Agency is also committed to providing information to the public about its projects, plans and activities, ensuring public participation and fostering public understanding of its functions. TAMC s Board of Directors includes twenty-three members who consist of local officials from each of its twelve incorporated cities and five county supervisorial districts, and ex-officio members from six public agencies. The mission of the Agency is to proactively fund and plan a transportation system that enhances mobility, safety, access, environmental quality and economic activities by investing in regional transportation projects for Monterey County residents, businesses and visitors. PROJECT DESCRIPTION It will be the responsibility of the consultant or consultant team to provide environmental review, engineering design and surveys for the Fort Ord Regional Trail and Greenway (FORTAG). Optional tasks in this scope of work for the consultant or consultant team include an infographic report of benefits and impacts for the Fort Ord Regional Trail and Greenway, visual simulations, and grant writing assistance. The Fort Ord Regional Trail & Greenway is part of a larger effort to connect communities in and around the former Fort Ord to each other and to education, employment, community and recreation centers. FORTAG is a proposed new paved regional active transportation route that will serve as a safe pedestrian and bicycle corridor connecting Seaside, Marina, Del Rey Oaks, Monterey and unincorporated community residents to California State University Monterey Bay, the Fort Ord National Monument and the Monterey Bay Sanctuary Scenic Trail. FORTAG values are to: Connect people to open space Be a pleasant experience Be useable by anyone Have room for everyone Be complementary to the built environment Have loops, of different sizes Be 100% connected all the way around each loop Have no 'red flags' from land owners and/or jurisdictions Function as a habitat corridor for dispersal of native plants and movement of wildlife, with the exception of certain constrained segments where this is impractical FORTAG is proposed as a 24.2-mile continuous 12-ft wide paved bicycle and pedestrian trail with an open-space buffer on both sides. FORTAG will connect to 7.5 miles of existing

5 Fort Ord Regional Trail and Greenway RFP Page 5 of 40 Monterey Bay Sanctuary Scenic Trail, for a total 31.7 regional trail in the Monterey Peninsula that will connect with the existing and planned active transportation network, and will provide connections to unpaved trails in the Fort Ord National Monument. FORTAG is designed to accommodate people of all ages and abilities, and will have an open space buffer for the majority of the route. FORTAG is a grassroots project that has achieved a number of milestones. FORTAG is included in the Measure X expenditure plan, with $20 million allocated to the project. This local funding commitment demonstrates broad support for FORTAG from individual, community organizations and agencies. FORTAG is supported by environmental and active transportation groups such as the Monterey Off-road Cycling Association, Citizens for Sustainable Marina & Seaside, and the Sierra Club; commerce and tourism groups including the Monterey Chamber of Commerce Economic Vitality Committee and the Monterey County Visitor s Bureau; regional government agencies such as the Fort Ord Reuse Authority; recreation interests such as California State Parks, the Monterey Peninsula Regional Parks District and the Audubon Society; and educational institutions such as California State University Monterey Bay and Monterey Peninsula Community College and many more. It will be the responsibility of the consultant or consultant team to complete the environmental review, engineering design and an infographic report of FORTAG benefits and impacts in accordance with the proposed Scope of Work and Schedule (Attachment A). Optional tasks that the consultant can propose for this project include: visual simulations of the trail segments, grant writing and technical analysis assistance. A final Scope of Work will be made a part of the professional services agreement between the Transportation Agency and the consultant. A copy of the current standard agreement that TAMC expects to use is included in Attachment B. The standard agreement may be subject to some revision, based on State or Federal requirements. It is important that the consultant have the capability to work closely with the Transportation Agency staff. The consultant or consultant team must be prepared to undertake whatever liaison and meetings are required to satisfy this requirement. SELECTION PROCESS The Transportation Agency will establish a committee to review the Proposals. This review may be followed by an oral interview between the review committee and the firm that responds best to the RFP. Based on the recommendations of the review committee, Transportation Agency staff will staff issue a Tentative Award notice to all responders, indicating staff s intent to negotiate with the specific firm considered to be the most qualified consultant or consultant team. Staff will then attempt to negotiate a final Scope of Work and a Fee schedule for the project with that firm. The final Scopes of Work will include a full description of each task, a description of deliverable products, and a schedule of the due dates for the deliverable products and other important milestones. Upon completion of negotiations to the satisfaction of Transportation Agency staff, the consultants or consultant teams will be recommended to the TAMC Board for final selection and contract approval.

6 Fort Ord Regional Trail and Greenway RFP Page 6 of 40 Should the most qualified consultant or consultant team and TAMC fail to successfully negotiate a final scope of work and a mutually agreed upon Fee Schedule for these consulting services, then TAMC reserves the right to enter negotiations with the next most qualified candidate for performance of the work. Further, the Agency may, or may not, also negotiate contract terms with selected proposers prior to award, and expressly reserves the right to negotiate with several proposers simultaneously and, thereafter, to award a contract to the proposer offering the most favorable terms to the Agency. Proposals submitted, therefore, should contain the proposers most favorable terms and conditions, because the selection and award may be made without further discussion with any proposer. The Agency will submit the proposal considered to be the most responsive and competitive to the Board of Directors for consideration and selection. The Agency reserves the right to accept or reject any and all submitted proposals, to waive minor irregularities, and to request additional information or revisions to offers, and to negotiate with any or all proposers at any stage of the evaluation. Factors to be considered in selecting the consultant(s) are indicated below: 1. Staff knowledge and experience with State and Federal environmental 30 points review of similar trail and greenway projects, including demonstrated experience in developing concise and succinct technical reports 2. Staff experience with innovative engineering design of trail and greenway 30 points projects and surveys 3. Staff knowledge and experience with developing reports and graphics that 10 points explain technical information to a non-technical audience 4. Proposed Work Plan Approach 20 points 5. Demonstrated knowledge of environmental issues on the former Fort Ord 10 points Should interviews be conducted, the factors for scoring the interview will address the same areas as the factors for scoring the consultant proposal. For interviews, the consultant will be asked to prepare a brief 10 minute presentation outlining their experience and work plan approach. The consultant proposal score and interview score will be used for consultant selection, along with consideration of reference checks. QUESTIONS & ANSWERS, REQUESTS FOR CLARIFICATION OR EXCEPTIONS, ADDENDA This Request for Proposals and any addenda will be posted on the Transportation Agency s website ( Questions and answers regarding the request for proposals will also be posted on the website. All potential bidders are responsible for checking the website for any addenda to the bid documents. To receive notifications of addendums to this Request for Proposals, prospective proposers must submit an request to the Project Manager.

7 Fort Ord Regional Trail and Greenway RFP Page 7 of 40 Any requests for clarification or exceptions to requirements in this Request for Proposals must be received by the Agency no later than 12 noon, Pacific Standard Time, on Thursday, noon March 29, to guarantee response or consideration. Responses to questions concerning this Request for Proposals posed before this deadline will be posted on the Agency s website: SUBMITTAL REQUIREMENTS All interested firms are required to submit one (1) electronic.pdf copy of their Proposal via to Virginia Murillo, Virginia@tamcmonterey.org, project manager by the deadline of April 12, 2018 noon PST. The Sealed Project Cost Proposal must be in a separate sealed envelope received no later than April 12, 2018 noon PST at: Transportation Agency for Monterey County Attn: Virginia Murillo, Project Manager 55 B Plaza Circle, Salinas, CA The proposal must not exceed 40 pages. The Proposal must include an organizational chart with the names and qualifications of all personnel to be employed on the project. The Proposal should provide a short description of the firm s experience with projects that relate to this Scope of Work (Attachment A). A list of relevant past clients should be included. 1. Cover Letter: A cover letter signed by an official authorized to solicit business and enter into contracts for the firm. The letter should refer to this RFP by title and date, and should include the name and telephone number of a contact person and a statement that the proposal is a firm offer to enter into a contract with the Transportation Agency according to the terms of this Request for Proposals for ninety (90) days following its submission. 2. Project Team: The Proposal shall clearly identify the Project Manager and include the names and qualifications of all personnel of the proposed team to be assigned to the contract and a chart representing the proposed organizational structure of the team. The Proposal shall demonstrate that the key personnel have the time available to work on the project. The Proposal shall include the estimated number of hours that the key personnel will dedicate to the project. 3. Demonstrated Knowledge: The Proposal shall include the assigned project team s demonstrated knowledge of, expertise and experience in: environmental review, innovative engineering design of trails and related amenities, distributing technical information to a non-technical audience, and development of infographic reports. The firm must explain their communications and community engagement strategies during the environmental review process. The Proposal shall include examples of the firm s experience in providing similar services and completing similar types of contracts. 4. Work Plan: The Proposal shall include the consultant s proposed approach to refinement and implement the scope of work, broken out by tasks which demonstrate the

8 Fort Ord Regional Trail and Greenway RFP Page 8 of 40 consultant s knowledge and understanding of the project and the constraints and challenges associated with performing the tasks outlined in the scope of work. 5. Sealed Project Cost Proposal: The Sealed Project Cost Proposal must include a cost proposal in a separate sealed envelope that is based on the fixed fee schedule submitted with the initial Statement of Qualifications. Sealed Project Cost Proposal must contain an overall cost for the project as well as cost by task. An estimate of hours by task and hourly rates is also required. This project has a not-to-exceed budget of $1,000,000. See Attachment C for the Sealed Project Cost Proposal requirements and format. 6. Proposed Schedule of Work and Deadlines: The Proposal must include availability of the Project Team to conduct work within the anticipated timeframes. 7. References: The Proposal shall include at least three (3) recent references from past clients for similar types of sign and map design projects, including samples of these past projects. 8. Additional Information: Information considered by proposers to be pertinent to this project, and which has not been specifically solicited in any of the aforementioned sections, may be placed in a separate appendix section. This appendix should be relevant and brief and a total of 2 pages maximum. 9. Exceptions and Deviations: Proposers wishing to propose alternative approaches to meeting the Agency s technical or contractual requirements, should thoroughly explain their reasoning, note as to whether they are "technical" or "contractual" exceptions and reference the relevant section(s) of the Request for Proposals. All Proposals (submitted in.pdf format and transmitted via only) and Sealed Project Cost Proposal (submitted in hardcopy and delivered via mail, hand or currier) must be submitted to Virginia Murillo, Transportation Planner, Transportation Agency for Monterey County, 55-B Plaza Circle, Salinas, California virgina@tamcymonterey.org by 12:00 P.M. Pacific Standard Time on Thursday, April 12, PROPOSED SCHEDULE Date/ Timeframe Task February 28, 2018 Distribute RFP March 29, 2019, 12:00 p.m. PST Deadline for questions, requests for clarification or exceptions April 12, 2018, 12:00 p.m. PST Proposals due via to Virginia@tamcmonterey.org April 12, 2018, 12:00 p.m. PST Sealed Project Cost Proposal due to Virginia Murillo, Transportation Planner, Transportation Agency for Monterey County, 55-B Plaza Circle, Salinas, California April 16 27, 2018 Review and rank proposals April 30 May 10, Interviews with top-ranked firms (if necessary)

9 Fort Ord Regional Trail and Greenway RFP Page 9 of May 14 25, 2017 Select top ranked consultant, negotiate contract June 27, 3018 Present consultant contract to TAMC Board for approval MISCELLANEOUS A. Modification or Withdrawal of Submittals Any Proposals or Sealed Project Cost Proposal received prior to the date and time specified above for receipt may be withdrawn or modified by written request of the proposer. To be considered, however, the modified Proposal or Sealed Project Cost Proposal must be received by the time and date specified above. B. Property Rights Any Proposals or Sealed Project Cost Proposals received within the prescribed deadline become the property of TAMC and all rights to the contents therein become those of TAMC. C. Confidentiality Before award of the contract, all Proposals and Sealed Project Cost Proposals will be designated confidential to the extent permitted by the California Public Records Act. After award of the contract (or if not awarded, after rejection of all Proposal), all responses will be regarded as public records and will be subjected to review by the public. Any language purporting to render all or portions of the Proposals or Sealed Project Cost Proposals confidential will be regarded as non-effective and will be disregarded. D. Amendments to Request for Proposals TAMC reserves the right to amend the Request for Proposals by addendum before the final Proposal and Sealed Project Cost Proposal submittal dates. E. Non-Commitment of TAMC This Request for Proposals does not commit TAMC to award a contract, to pay any costs incurred in the preparation of a Proposal or Sealed Project Cost Proposal for this request, or to procure or contract for services. All products used or developed in the execution of any contract resulting from this Request for Proposals will remain in the public domain at the completion of the contract. F. Conflict of Interest The prospective consultant shall disclose any financial, business or other relationship with TAMC that may have an impact upon the outcome of this contract. The prospective consultant shall also list current clients who may have a financial interest in the outcome of this contract or TAMC projects that will follow from work performed in the Scope of Work. In particular, the prospective consultant shall disclose any financial interest or relationship with any printing or sign manufacturing companies that might submit a bid on TAMC projects.

10 Fort Ord Regional Trail and Greenway RFP Page 10 of 40 G. Nondiscrimination The prospective consultant must certify compliance with nondiscrimination requirements of TAMC pertaining to the development, implementation and maintenance of a nondiscrimination program. The prospective consultant's signature affixed to and dated on the cover letters shall constitute a certification under penalty of perjury under the laws of the State of California that the proposer has, unless exempted, complied with the nondiscrimination program requirements of Government Code Section and Title 2, California Code of Regulations, Section H. Final Selection and Protests The RFP process is considered concluded when a letter is sent to all participating consultants indicating which consultant will be recommended for Board approval. The firm recommended is not a final selection and no contract is certain until approved by TAMC Board of Directors. Protestants shall submit a detailed written statement of protest to: Transportation Agency for Monterey County Attn: Virginia Murillo 55-B Plaza Circle Salinas, CA no later than five (5) business days after receipt of the Tentative Award notice described in the Selection Process section of this RFP. QUESTIONS If you need assistance or have any questions, please contract Virginia Murillo, Transportation Planner, at virginia@tamcmonterey.org or (831) Attachments: A B C Scope of Work & Schedule Sample TAMC Standard Agreement Requirements for Contracts using State Funds Caltrans Required Forms (Posted on the TAMC Website): Exhibit 10-H Cost Proposal: Actual Cost Plus Fixed Fee Exhibit 10-H1~H3: Sample Cost Proposal (Example #1 thru #3) (fillable) Exhibit 10-K Exhibit 10-K: Consultant Certification of Contract Costs and Financial Management System (fillable)

11 Fort Ord Regional Trail and Greenway RFP Page 11 of 40 ATTACHMENT A Scope of Work & Schedule Scope of Work & Schedule Goals In the fall of 2017, the cities of Marina, Seaside, Del Rey Oaks, and Monterey and the County of Monterey approved a memorandum of understanding to designate TAMC as the lead agency for environmental review. TAMC is leading the environmental review of FORTAG in order to move FORTAG into project development and make the project more competitive for state, federal and private matching grant funds. The goals of this scope are to gather data to support environmental review and future grant applications, engage community and stakeholder groups, and conduct the analysis for projectlevel environmental review to meet the requirements of the California Environmental Quality Act and the National Environmental Policy Act. Given the grassroots nature of this project, there has already been significant community and stakeholder outreach. Similarly, the Fort Ord Reuse Authority has done a considerable amount of environmental work via the Habitat Conservation Plan development and the Fort Ord Reuse Authority Environmental Services Cooperation Agreement orthoimagery data from the Association for Monterey Bay Area Governments Orthoimagery project is available for consultant use. Therefore, the Consultant team is expected to capitalize on the work that has already been done. This scope of work will be done in coordination with the cities of Marina, Seaside, Del Rey Oaks, and Monterey and the County of Monterey. Schedule The Consultant shall develop a schedule with work beginning late June 2018 and ending no later than December 2019, unless extended pursuant to the terms of the contract, should one be awarded and executed. Stakeholders This is a multijurisdictional project. The following jurisdictions will be closely involved in the development of the environmental document: City of Marina City of Seaside City of Del Rey Oaks City of Monterey County of Monterey

12 Fort Ord Regional Trail and Greenway RFP Page 12 of 40 Additional stakeholders include, but not limited to: FORTAG community advocates, Fort Ord Reuse Authority, California State University Monterey Bay, Caltrans. Scope of Work The scope of work for this project is organized into two main parts designed to accomplish the project goals: 1. Environmental Review 2. Engineering Design and Surveys The consultant may propose a reorganization or consolidation of these tasks. However, all required and optional tasks must be included in the proposal. ENVIRONMENTAL REVIEW Task 1. Project Initiation, Management and Coordination: The Consultant will coordinate with Transportation Agency staff on an on-going basis throughout all phases of the project. This task also includes ongoing tracking of the consultant scope, schedule and budget; ongoing coordination with consultant team members; and preparing monthly invoices and progress reports summarizing work performed and tasks completed. The Consultant will also guide the progress of its staff and closely monitor work assigned to subconsultants. The Consultant will keep a log of ongoing issues that looks ahead and affects the project critical path. Consultant shall hold monthly meetings with TAMC staff to discuss project status and other critical issues throughout the project design. The Consultant shall follow a structured QA/QC process that will be implemented throughout the life of the project. The Consultant shall submit progress reports at least once a month. The report should be sufficiently detailed for TAMC staff to determine if Consultant is performing to expectations or is on schedule; to provide communication of interim findings; and to sufficiently address and difficulties or special problems encountered, so remedies can be developed. The Consultant shall assist TAMC with acquiring encroachment permits or constructionrelated regulatory coverage from these agencies, including completing necessary forms, preparation of plans and displays, attendance at meetings, and coordination with those agencies. Task 1 Deliverables: Ongoing communication; Meeting agendas and meeting minutes; Project schedule; project look-ahead Task 2. Review of Existing Documents and Data Gathering: The Consultant will review the goals and objectives of the Fort Ord Regional Trail & Greenway project, as described in TAMC s Measure X Projects and Policies. Other sources include, but are not limited to: TAMC Measure X ( FORTAG website ( Fort Ord Reuse Authority draft Habitat Conservation Plan

13 Fort Ord Regional Trail and Greenway RFP Page 13 of 40 ( CSU Monterey Bay Campus Master Plan ( The Consultant will meet with the TAMC Project Manager to discuss the project schedule, immediate initial tasks, available data, and establish communication channels. Task 2 Deliverables: Kick-off meeting agenda and notes; Summary memo of existing documents and data Task 3. Review of Proposed Route: The consultant shall review the proposed FORTAG route and alternative segments, and shall be prepared to go out into the field to walk or drive the FORTAG route and alternative segments. This task may be consolidated with Task 11. Task 3 Deliverables: List of notable features by segment Task 4. Community and Stakeholder Meetings and Workshops: The consultant will develop a strategy to ensure meaningful participation of stakeholders and the community. The consultant shall assist TAMC staff in identifying and ensuring participation of relevant State and Federal agency stakeholders. This task includes small group stakeholder meetings and community workshops. TAMC anticipates three rounds of meetings are anticipated as part of this task: 1) Introduce the FORTAG proposed route and seek input on alternative routes; 2) FORTAG constraints and alternatives; 3) Findings of Environmental Review The following stakeholders and community workshops are anticipated to be involved in the environmental review process: TAMC Board and Committees (estimated 1-2 meetings): The consultant shall provide presentation materials that TAMC staff will use to present to the TAMC Board and the TAMC Bicycle and Pedestrian Committee. Local Jurisdictions (estimated 1-2 meetings): The consultant shall provide presentation materials that TAMC staff will use to present to the Cities of Marina, Seaside, Del Rey Oaks, Monterey and the County of Monterey. Staff Level and Agency Partners Meetings (estimated 3-4 meetings with this group): County and city staff, Fort Ord Reuse Authority, CSU Monterey Bay, Monterey Peninsula Regional Park District. The consultant shall also participate in one on one meetings to follow-up with staff on particular issues. Community Workshops (estimated 1-2 meetings in each of these locations): organize and sponsor workshops in Marina and Seaside areas to review plan concepts with the public. Workshops are envisioned for each location for initial scoping to enable interested citizens and agencies to present ideas and concerns and after consultant draft environmental review findings are released to enable public and agency review.

14 Fort Ord Regional Trail and Greenway RFP Page 14 of 40 For all meetings and workshops, the consultant shall be responsible for preparing all materials and presenting information to those attending and to TAMC staff in web compatible formats. TAMC staff will be responsible for scheduling the time, date and location of each workshop, providing public notice, mailing agenda materials to TAMC contact lists, posting materials on the TAMC s web site, and providing a representative to each meeting. The consultant should list a cost per meeting in their proposal cost estimate to account for additional stakeholder follow-up meetings that may be necessary aside from those listed here. Task 4 Deliverables: Community and stakeholder outreach plan; Meeting agendas, minutes, attendee lists, presentations, graphics and materials; Total estimated number of meetings: 20 Task 5. Initial Study and Notice of Preparation: The consultant shall prepare an Initial Study/Notice of Preparation (NOP) for the Fort Ord Regional Trail and Greenway. A Draft NOP will be submitted to the TAMC and interested parties for review and comment. Task 5 Deliverables: Draft Notice of Preparation Task 6. Technical Studies: Consultant shall prepare technical studies relating to the project alignment area of potential effect that may include, but are not limited to: traffic/circulation, noise impacts, air quality and greenhouse gas emissions, biological resources, cultural resources, Phase 1 Environmental Site Assessments. Task 6 Deliverables: Draft Technical Reports and Final Technical Reports Task 7. Administrative Environmental Draft Document: The consultant shall prepare a NEPA/CEQA Compliance document that will include, but not be limited to: Introduction, project summary and purpose and need Project description, FORTAG consistency with other plans and project alternatives Existing environmental conditions Identification of environmental impacts and mitigation measures that would reduce significant impacts to a less than significant level, or if this is not possible, produce a substantial lessening of such impacts Identification of any major implementation issues of FORTAG, including any issues to be resolved Identification and evaluation of potential significant environmental impacts including short-term construction related impacts, long-term operational impacts and cumulative impacts. List of unavoidable significant impacts, if any, of implementation of the plan, with all implemented mitigation measures Discussion and analysis of growth inducing impacts

15 Fort Ord Regional Trail and Greenway RFP Page 15 of 40 A list of agencies whose approval of the Plan is required. All data used in the preparation of this document must be derived from the most current available data sources. Maps, data tables, charts and figures must be accessible to a nontechnical audience. Two rounds of administrative draft documents are anticipated, with the first round of administrative draft documents available for TAMC staff review and comment and the second round of administrative draft documents available for TAMC staff and stakeholder review. Task 7 Deliverables: Administrative draft documents in PDF form and native Word files. Maps and tables must be submitted in GIS and Excel files with supporting data. Task 8. Public Draft Environmental Documents and Coordination of Review: The consultant shall prepare the Draft environmental review document and assist with the circulation to stakeholder agencies, organizations and public review. The consultant shall also assist TAMC with filing the Notice of Completion. Task 8 Deliverables: Draft public document distribution list and records; draft public environmental review document; presentation materials for jurisdiction presentations; Notice of Completion. All documents must be submitted in PDF form and native Word and other native files. Task 9. Public Draft Environmental Document Response to Comments: The consultant shall prepare draft responses to comments received on the Draft environmental review document for inclusion in the Final environmental review document and also propose any changes to the Draft environmental review document based on the comments for review and comment by TAMC staff. Additionally, the consultant shall prepare a draft Mitigation Monitoring report, draft findings, and if necessary, a draft Statement of Overriding Considerations. Task 9 Deliverables: Response to comments, and draft final environmental review documents. Task 10. Prepare Final Environmental Document and File Documents: The consultant shall prepare the final environmental review document and all required supporting documents. The Consultant shall also assist TAMC staff in filing the final environmental document. Task 10 Deliverables: Final environmental review document and supporting documents in PDF and native Word, Excel and GIS files.

16 Fort Ord Regional Trail and Greenway RFP Page 16 of 40 ENGINEERING DESIGN AND SURVEYS Task 11. Field Assessments and Surveys of Proposed Segments and Alternatives: The consultant shall develop a list of potential and proposed segments along the entire corridor and potential interest groups for each segment. Each segment shall include a written description of the current conditions and characteristics, property owner information, environmental constraints and issues, topographical information. The Consultant shall conduct an initial topographic survey along the concept alignment. Consultant shall prepare a concept alignment base plan at a minimum scale of 1 = 100 on color aerial photo background and showing station line, centerline and edge of trail elevations, centerline grades, trail edge of pavement lines, right-of-way lines, and 300 total trail green-way envelope lines (150 on each side of the trail centerline). Consultant shall collect additional centerline survey as needed to delineate alternative alignments proposed during the environmental review process. Consultant will need to obtain geotechnical information and any subsurface investigation necessary. The consultant shall obtain and review available data and identify any additional information necessary to complete the engineering, design and environmental review of FORTAG. The consultant shall provide additional topographical survey information. Such information shall include, at minimum, the following: aerial mapping and base maps, utility information, rightof-way information delineating parcels, topographical survey map data. The consultant shall provide written and graphic materials that describe the project on a segment by segment basis. The following information should be included in this assessment and surveys task: Current condition of each segment Property and access needs for accommodating each segment, along with current land use and zoning information Conceptual designs of significant structure needs (e.g. retaining walls, culverts, undercrossings and overcrossings, fencing) required to accommodate trail segments Survey of existing property ownership and status of ownership and status of ownership including fee title, easements, conditions of developments, etc Design concepts for trail crossings and changes to public streets and intersections, including best practices for safe trail crossings for all ages and all abilities Constraints analysis Rerouting of utilities Most appropriate implementation agency for each segment Task 11 Deliverables: Memorandum detailing the field assessments and surveys, including pictures and maps. Native JPG image files, GIS and AutoCAD files, Word files and PDF files will be submitted to TAMC.

17 Fort Ord Regional Trail and Greenway RFP Page 17 of 40 Task 12. Preliminary Engineering 30% Design: The consultant shall prepare preliminary engineering 30% designs for the project alignment, including visual simulations of typical segments and cross-sections. Conceptual designs will emphasize opportunities for innovative design features that enhance safety and connectivity, maximize scenic views, enhance the trail experience and provide unique innovative treatments that will make the trail an exceptional experience. The consultant will develop trail branding and wayfinding concepts. The 30% design will identify project area constraints with extra attention directed to safety of trail crossings. The 30% designs will include geographic location, proposed facility type, typical cross-section, technical specifications, information about potential right-of-way acquisition and/or easement needs, and construction phasing. One set of TAMC staff and stakeholder comments are anticipated as a part of this task. Task 12 Deliverables: Native JPG, AutoCAD and PDF files. Task 13. Cost Estimates: The Consultant shall prepare an itemized preliminary cost estimates (property and construction/installation costs) for each trail segment. Cost information should include estimates of professional fees for project development, environmental studies, right-of-way acquisition, design, inspection, construction administration, construction, and maintenance. Cost estimates should include an escalation factor to account for potential year of construction. The consultant shall document assumptions as part of the cost estimates. Task 13 Deliverables: Excel and Word files of cost estimates Task 14. Brief Analysis of Constructability: The Consultant shall conduct an analysis of the constructability of FORTAG segments to identify potential obstacles, delays or cost overruns and develop implementation strategies. Task 14: Memorandum of constructability analysis in a Word and PDF file.

18 Fort Ord Regional Trail and Greenway RFP Page 18 of 40 OPTIONAL TASKS PROJECT BENEFITS AND IMPACTS STUDY Optional Task 1. Project Benefits and Impacts Methodology and Data Gathering: The Consultant will consolidate data from the environmental review document, if applicable, and gather data to quantify FORTAG benefits and impacts in these areas: Population: Description of populations living within ½ mile of access to FORTAG, including socioeconomic factors such as access to vehicles, poverty status, expenditures on transportation Areas Served: Summary of activity centers that are within ½ mile of access to FORTAG, such as schools, employment centers, parks and recreation areas, and other community centers Users: Projected number of bicyclists and pedestrians using the trail daily and annually Public Health: Summary of public health indicators that will be impacted by FORTAG, such as overweight/obesity and diabetes rates, and current physical activity. Public health benefits Safety: Summary of current bike and pedestrian collisions, and the projected bike and pedestrian safety collisions reductions as a result of FORTAG. Air quality and Greenhouse Gas emissions: Vehicle emissions and air quality improvements as a result of FORTAG. Economic Impacts: Summary of current tourism spending and sales, and jurisdiction tax revenues in the project area. Projections of the impacts to the tourism and hospitality industry, local businesses, jobs and jurisdiction tax revenues. The consultant may suggest additional variables or focus areas to be included in the analisys FORTAG community advocates have already gathered some of this data, and the consultant should refer to the FORTAG ( website for information on what data has already been gathered. Data must be categorized by FORTAG segment. Optional Task 1 Deliverables: Summary of data inputs, outputs and assumptions in both native Excel and Word files. Optional Task 2. Analysis of Impacts and Benefits: The consultant will prepare a methodology and an analysis of impacts and benefits of FORTAG in the areas described in Task 15. Benefits and costs must be monetized, and the consultant must document all assumptions and reference information. The analysis must adjust for a reasonably acceptable Net Present Value. The most current available data must be used in this analysis, and local data where available must be used.

19 Fort Ord Regional Trail and Greenway RFP Page 19 of 40 Optional Task 2 Deliverables: Replicable methodology of the analysis, such that the same methodology can be applied on a segment by segment basis; Analysis summary of outputs in both native Excel and Word files. Optional Task 3. Draft Infographic Summary of Benefits and Impacts Report: The consultant will summarize the impacts and benefits analysis in a draft infographic report. The draft report will be reviewed by TAMC staff, and the consultant should assume one round of comments. The infographic report will be used by TAMC and project partners in grant applications and public outreach. Optional Task 3 Deliverables: Native files and PDF file. Optional Task 4. Final Summary of Benefits and Impacts Report: The consultant will finalize the infographic summary of benefits and impacts report. The final product should be a concise document that can be easily distributed and shared with project partners, stakeholders, funding organizations and agencies, and the general public. Optional Task 4 Deliverables: Final report native files and PDF. Optional Task 5. Trail Segment Visual Simulations: The consultant will prepare a visual simulation of trail segments using photographs of existing conditions. These visual simulations will serve as a public outreach tool. Optional Task 5 Deliverables: Pictures and video of the existing segments; visual simulation files in JPG and PDF form. Optional Task 6. Grant Writing Narrative and Technical Analysis Assistance: The consultant will provide TAMC with grant writing and technical analysis assistance for future grant applications, such as the Active Transportation Program (ATP) and Federal Lands Access Program (FLAP). TAMC has prepared grant applications for the ATP (June 2015) and FLAP (July 2016) programs and the Consultant can obtain a copy of these applications for reference. The next call for projects is anticipated to be 2019 for the FLAP and 2020 for the ATP. Technical analyses may be cost/benefit analysis or other technical analyses as required by different grant programs. Optional Task 6 Deliverables: Data inputs for technical analyses in Excel formats. Draft application narratives.

20 Fort Ord Regional Trail and Greenway RFP Page 20 of 40 ATTACHMENT B SAMPLE TAMC STANDARD AGREEMENT TRANSPORTATION AGENCY FOR MONTEREY COUNTY AND AGREEMENT FOR PROFESSIONAL SERVICES APPROVED BY THE TAMC BOARD ON: [Actual Cost Plus Fixed-Fee] This is an agreement between the Transportation Agency for Monterey County, hereinafter called TAMC, and [Consultant s Name], a [indicate legal status of entity, e.g., a California corporation, an individual dba..., a California partnership], [Consultant s address], hereinafter called Consultant. The parties agree as follows: 1. Employment of Consultant. TAMC hereby engages Consultant and Consultant hereby agrees to perform the services set forth in Exhibit A, in conformity with the terms of this Agreement. Consultant will complete all work in accordance with the work schedule set forth in Exhibit A. (a) The work is generally described as follows: [INSERT BRIEF DESCRIPTION] (b) (c) (d) Consultant represents that Consultant and its agents, subcontractors and employees performing work hereunder are specially trained, experienced, competent, and appropriately licensed to perform the work and deliver the services required by this Agreement. Consultant, its agents, subcontractors, and employees, shall perform all work in a safe, skillful, and professional manner and in compliance with all applicable laws and regulations. All work performed under this Agreement that is required by law to be performed or supervised by licensed personnel shall be performed in accordance with such licensing requirements. Consultant shall ensure for itself and for any subcontractors under this Agreement that the applicable requirements of Labor Code section , concerning the registration of contractors for public works, shall be in force and maintained for the term of this Agreement. Consultant shall furnish, at its own expense, all materials and equipment necessary to carry out the terms of this Agreement, except as otherwise provided herein. Consultant shall not use TAMC premises, property (including equipment, instruments, or supplies) or personnel for any purpose other than in the performance of its obligations hereunder.

21 Fort Ord Regional Trail and Greenway RFP Page 21 of 40 (e) (f) (g) Consultant s project manager shall be the person specified in Exhibit A. If Consultant desires to change the project manager, Consultant shall get written approval from TAMC of the new project manager. Consultant shall submit progress reports at least once a month. The report should be sufficiently detailed for the Contract Administrator to determine, if Consultant is performing to expectations, or is on schedule; to provide communication of interim findings, and to sufficiently address any difficulties or special problems encountered, so remedies can be developed. Consultant s Project Manager shall meet with TAMC s Contract Administrator, as needed, to discuss progress on the contract. 2. Term of Agreement. The term of this Agreement shall begin upon [DATE], contingent upon approval by the TAMC Board, and Consultant shall commence work only after a Notice to Proceed has been issued by TAMC s Project Manager specified in Paragraph 34. Unless earlier terminated as provided herein, this Agreement shall remain in force until [DATE]. Consultant acknowledges that this Agreement is not binding until it is fully executed and approved by TAMC. 3. Payments to Consultant; maximum liability. Subject to the limitations set forth herein, TAMC shall pay to Consultant the amounts provided in Exhibit B: Budget, upon receipt and acceptance of deliverables listed therein. Each payment by TAMC shall be for a specific deliverable outlined in Exhibit A: Scope of Work and Schedule. The maximum amount payable to the Consultant under this Agreement is set forth in Exhibit B: Budget and shall not exceed the amount of Dollars ($XXXX). If there is any conflict between the terms of this Agreement and the terms of either Exhibit A (Scope of Work) or Exhibit B (Budget), the terms of this Agreement shall prevail. TAMC does not guarantee any minimum amount of dollars to be spent under this Agreement. 4. Method of Payment/Allowable Costs and Payment. The method of payment for this Agreement will be based on actual cost plus a fixed fee. (a) TAMC will reimburse Consultant for actual costs (including labor costs, employee benefits, travel, equipment rental costs, overhead and other direct costs) incurred by Consultant in performance of the work. Consultant will not be reimbursed for actual costs that exceed the estimated wage rates, employee benefits, travel, equipment rental, overhead, and other estimated costs set forth in the approved Consultant s Cost Proposal, unless additional reimbursement is provided for by Agreement amendment. In no event, will Consultant be reimbursed for overhead costs at a rate that exceeds TAMC s approved overhead rate set forth in the Cost Proposal. In the event, that TAMC determines that a change to the work from that specified in the Cost Proposal and Agreement is required, the Agreement time or actual costs reimbursable by TAMC shall be adjusted by Agreement amendment to accommodate the changed work. The maximum

22 Fort Ord Regional Trail and Greenway RFP Page 22 of 40 total cost as specified in subparagraph h below, shall not be exceeded, unless authorized by Agreement amendment. (b) In addition to the allowable incurred costs, TAMC will pay Consultant a fixed fee of $(AMOUNT). The fixed fee is nonadjustable for the term of the Agreement, except in the event of a significant change in the scope of work and such adjustment is made by written amendment of this Agreement. (c) Reimbursement for transportation and subsistence costs shall not exceed the rates specified in the approved Cost Proposal. (d) When milestone cost estimates are included in the approved Cost Proposal, Consultant shall obtain prior written approval for a revised milestone cost estimate from the Contract Administrator before exceeding such cost estimate. (e) Progress payments will be made monthly in arrears based on services provided and allowable incurred costs. A pro rata portion of Consultant s fixed fee will be included in the monthly progress payments. If Consultant fails to submit the required deliverable items according to the schedule set forth in the Statement of Work, TAMC shall have the right to delay payment or terminate this Agreement in accordance with the provisions of Article VI Termination. (f) No payment will be made prior to approval of any work, nor for any work performed prior to approval of this Agreement (g) Consultant will be reimbursed, as promptly as fiscal procedures will permit, upon receipt by TAMC s Contract Administrator of itemized invoices in triplicate. Invoices shall be submitted no later than 45 calendar days after the performance of work for which Consultant is billing. Invoices shall detail the work performed on each milestone and each project as applicable. Invoices shall follow the format stipulated for the approved Cost Proposal and shall reference this Agreement number and project title. Final invoice must contain the final cost and all credits due TAMC including any equipment purchased under the provisions of Paragraph 27 (Equipment Purchase) of this Agreement. The final invoice should be submitted within 60 calendar days after completion of Consultant s work. Invoices shall be mailed to TAMC s Contract Administrator at the address contained in Paragraph 35 (Notices) (h) The total amount payable by TAMC including the fixed fee shall not exceed $(Amount). (i) Salary increases will be reimbursable if the new salary is within the salary range identified in the approved Cost Proposal and is approved by TAMC s Contract Administrator. For personnel subject to prevailing wage rates as described in the California Labor Code, all salary increases, which are the direct result of changes in the prevailing wage rates are reimbursable (j) All subcontracts in excess of $25,000 shall contain the above provisions.

SALINAS RAIL EXTENSION PROJECT CONSTRUCTION MANAGEMENT SERVICES

SALINAS RAIL EXTENSION PROJECT CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS THE TRANSPORTATION AGENCY FOR MONTEREY COUNTY (TAMC) INVITES CONSULTANTS TO SUBMIT THEIR PROPOSALS FOR THE: SALINAS RAIL EXTENSION PROJECT CONSTRUCTION MANAGEMENT SERVICES You are

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

REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014

REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014 REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014 The Central Valley Opportunity Center ( CVOC ) is soliciting

More information

REQUEST FOR PROPOSALS #17-12 PROJECT MANAGEMENT SERVICES FOR ASSET MANAGEMENT SAAS IMPLEMENTATION Proposals Due: November 9, 2017 by 2:00 PM (Pacific)

REQUEST FOR PROPOSALS #17-12 PROJECT MANAGEMENT SERVICES FOR ASSET MANAGEMENT SAAS IMPLEMENTATION Proposals Due: November 9, 2017 by 2:00 PM (Pacific) REQUEST FOR PROPOSALS #17-12 PROJECT MANAGEMENT SERVICES FOR ASSET MANAGEMENT SAAS IMPLEMENTATION Proposals Due: November 9, 2017 by 2:00 PM (Pacific) 1.0 REQUEST FOR PROPOSALS SUMMARY Through this Request

More information

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation Request for Proposal #2036 Orange Coast College Exterior Lighting Energy Efficiency Project Implementation I. NOTICE A. Statement of Proposal NOTICE IS HEREBY GIVEN that Coast Community College District

More information

N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP)

N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP) N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP) EXHIBIT A - MEMORANDUM OF NOTIFICATION TO POTENTIAL BIDDERS [NAME OF GOVERNMENT LETTERHEAD] DATE: TO: FROM: SUBJECT: [DATE] Invited Parties [NAME OF

More information

Request for Qualifications

Request for Qualifications Request for Qualifications Needs Assessment and Feasibility Study For New El Centro Public Library Facility Release Date: January 22, 2015 Contact Information: City of El Centro Community Services Department

More information

REQUEST FOR PROPOSALS FOR FACILITY DESIGN SERVICES: CITY HALL & COUNCIL CHAMBERS RENOVATION & ADA COMPLIANCE PROJECT

REQUEST FOR PROPOSALS FOR FACILITY DESIGN SERVICES: CITY HALL & COUNCIL CHAMBERS RENOVATION & ADA COMPLIANCE PROJECT REQUEST FOR PROPOSALS FOR FACLTY DESGN SERVCES: CTY HALL & COUNCL CHAMBERS RENOVATON & ADA COMPLANCE PROJECT Proposals must be received no later than 2:00 p.m. Friday September 4 2015 Questions with regard

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

Statement of Qualifications and Proposal

Statement of Qualifications and Proposal Statement of Qualifications and Proposal Date: February 24, 2016 Re: Solano Community College District Pavement Assessment Project (Fairfield Campus) 4000 Suisun Valley Road, Fairfield, CA Package includes

More information

Request for Proposal

Request for Proposal Central Whidbey Island Fire & Rescue 1164 Race Road Coupeville, WA 98239 Professionalism Integrity Compassion Excellence (360) 678-3602 www.cwfire.org Request for Proposal Fire Station Planning and Design

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 PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY. City of Foster City, California. Financial Services Department

REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY. City of Foster City, California. Financial Services Department REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY City of Foster City, California Financial Services Department 610 Foster City Blvd. Foster City, CA 94404 (650) 286-3200 July 7,

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

OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2

OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2 OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2 PROJECT MANUAL BIDDING AND CONTRACT DOCUMENTS MANDATORY JOB WALK: 9:00AM PST, February 22, 2018 BID DUE: 2:00PM PST,

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works

City of Portsmouth Portsmouth, New Hampshire Department of Public Works RFP# 10-07 City of Portsmouth Portsmouth, New Hampshire Department of Public Works MARKET STREET BICYCLE AND PEDESTRIAN PATH BETWEEN MICHAEL SUCCI DRIVE AND THE NH PORT AUTHORITY REQUEST FOR PROPOSAL Sealed

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 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

EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6

EXHIBIT A RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6 EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6 3. PLANNING AND ADMINISTRATION A-6 OF THE PROJECT 4. PRECONSTRUCTION PHASE A-7 5. PRE-BIDDING

More information

REQUEST FOR STATEMENTS OF QUALIFICATIONS Construction Manager at Risk for Las Vegas Wash Main Branch Channel & Trail Improvements

REQUEST FOR STATEMENTS OF QUALIFICATIONS Construction Manager at Risk for Las Vegas Wash Main Branch Channel & Trail Improvements REQUEST FOR STATEMENTS OF QUALIFICATIONS Construction Manager at Risk for Las Vegas Wash Main Branch Channel & Trail Improvements RSOQ NO. 007 040 PWP CL 2011 181 May 2, 2011 CITY OF NORTH LAS VEGAS REQUEST

More information

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES PROJECT MANUAL BIDDING AND CONTRACT DOCUMENTS MANDATORY JOB WALK: 9:00AM, Tuesday, February 6, 2018 BID DUE: 2:00PM PST, Monday, February

More information

CITY OF WINCHESTER KENTUCKY/PLANNING & COMMUNITY DEVELOPMENT REQUEST FOR PROPOSAL COMPREHENSIVE PLAN UPDATE

CITY OF WINCHESTER KENTUCKY/PLANNING & COMMUNITY DEVELOPMENT REQUEST FOR PROPOSAL COMPREHENSIVE PLAN UPDATE CITY OF WINCHESTER KENTUCKY/PLANNING & COMMUNITY DEVELOPMENT REQUEST FOR PROPOSAL COMPREHENSIVE PLAN UPDATE OCTOBER 3, 2016 TABLE OF CONTENTS SUMMARY..2 PROPOSAL GUIDELINES AND REQUIREMENTS... 3 TIMELINE

More information

REQUEST FOR QUALIFICATIONS & PROPOSALS. Julie Wilkie Assistant City Manager:

REQUEST FOR QUALIFICATIONS & PROPOSALS. Julie Wilkie Assistant City Manager: REQUEST FOR QUALIFICATIONS & PROPOSALS PROJECT NAME: Continuing Professional Engineering Services DESCRIPTION: DATE ISSUED: 8/22/2018 The City of Greenwood is soliciting proposals from professional engineering

More information

April 27, 2017 REQUEST FOR PROPOSALS (RFP) FOR PROFESSIONAL LAND SURVEYING SERVICES

April 27, 2017 REQUEST FOR PROPOSALS (RFP) FOR PROFESSIONAL LAND SURVEYING SERVICES April 27, 2017 REQUEST FOR PROPOSALS (RFP) FOR PROFESSIONAL LAND SURVEYING SERVICES PROPOSAL DUE: May 23, 2017 City of Oceanside Engineering Division 300 North Coast Highway Oceanside, CA, 92054 (760)

More information

REQUEST FOR BID PROPOSALS

REQUEST FOR BID PROPOSALS REQUEST FOR BID PROPOSALS FOR EASTERN OREGON TRADE AND EVENT CENTER PROJECT BID ISSUANCE #8 LANDSCAPING AND IRRIGATION Hermiston, Oregon February 12, 2016 Eastern Oregon Trade and Event Center BID ISSUANCE

More information

REQUEST FOR PROPOSAL. DeMamiel Creek Pedestrian Crossing

REQUEST FOR PROPOSAL. DeMamiel Creek Pedestrian Crossing REQUEST FOR PROPOSAL Proposals are to be submitted to Reception prior to: 2:00 PM (14:00 hrs) Pacific Time on September 28 th, 2017 to the attention of: Laura Hooper, Head of Parks and Environmental Services

More information

Feasibility Study, and Conceptual Design for the Coastal Rail Trail and Bridge across Loma Alta Creek in the City of Oceanside

Feasibility Study, and Conceptual Design for the Coastal Rail Trail and Bridge across Loma Alta Creek in the City of Oceanside Request for Proposal (RFP) for a Project Study Report (PSR), Feasibility Study, and Conceptual Design for the Coastal Rail Trail and Bridge across Loma Alta Creek in the City of Oceanside The Project The

More information

PHASE 1 STAFF FACILITIES LOCKER ROOM

PHASE 1 STAFF FACILITIES LOCKER ROOM CARMEL AREA WASTEWATER DISTRICT Carmel, California REQUEST FOR QUALIFICATIONS CONSTRUCTION/BUILDING SERVICES FOR: PHASE 1 STAFF FACILITIES LOCKER ROOM Issued on: October 14, 2014 QUALIFICATIONS DUE: November

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

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR SANTA BARBARA UNIFIED SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR Multi-Purpose Building Renovation Projects at Harding University Partnership School and Roosevelt

More information

REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER. New Combined Court Facility In Montezuma County

REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER. New Combined Court Facility In Montezuma County REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER New Combined Court Facility In Montezuma County 12/11/2015 Prepared by: Montezuma County 109 W. Main, Room 302 Cortez, CO 81321 Melissa

More information

Consulting Services - Cable Television System Franchise Renewal CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632

Consulting Services - Cable Television System Franchise Renewal CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632 REQUEST FOR PROPOSAL Consulting Services - Cable Television System Franchise Renewal ISSUE DATE: October 1, 2014 CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632 CLOSING

More information

REQUEST FOR PROPOSAL. Architectural and Space Planning Services

REQUEST FOR PROPOSAL. Architectural and Space Planning Services COLORADO HOUSING AND FINANCE AUTHORITY REQUEST FOR PROPOSAL (RFP) COLORADO HOUSING AND FINANCE AUTHORITY 1981 BLAKE STREET DENVER, CO 80202 REQUEST FOR PROPOSAL Architectural and Space Planning Services

More information

Request for Proposal

Request for Proposal Request for Proposal RFP No. 2017 11 001 Consulting Services for Emergency Operations Response Plans Issue Date Monday, November 20, 2017 ISSUED BY OFFICE OF PROCUREMENT RICE UNIVERSITY 6100 MAIN ST.,

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

REQUEST FOR PROFESSIONAL SERVICES

REQUEST FOR PROFESSIONAL SERVICES REQUEST FOR PROFESSIONAL SERVICES Request for Proposals (RFP) Insurance Brokerage Services For the Port of Hueneme (Owned by the OXNARD HARBOR DISTRICT) RFP: POH-FY-18-002 February 15, 2018 DUE DATE: MARCH

More information

INVITATION FOR BIDS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS. REGARDING: IFB Title: Courthouse Signage IFB No

INVITATION FOR BIDS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS. REGARDING: IFB Title: Courthouse Signage IFB No INVITATION FOR BIDS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS REGARDING: IFB Title: Courthouse Signage IFB No. 14155004 BIDS DUE: February 20, 2015 NO LATER THAN 4:00 P.M. PACIFIC TIME 1 rev 9/24/12

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS REGARDING: Audio Visual Maintenance and Support City Towers PROPOSALS DUE: June 11, 2015 NO LATER THAN 4:00 P.M. PACIFIC TIME 1 rev

More information

Instructions to Bidders Page 1

Instructions to Bidders Page 1 INSTRUCTIONS TO BIDDERS FOR EASTERN WASHINGTON UNIVERSITY FACILITY CONSTRUCTION PART 0 GENERAL CONDITIONS 0.01 EXPLANATION TO PROSPECTIVE BIDDERS A. Any prospective bidder desiring an explanation or interpretation

More information

Request for Proposals Town of Florence Strategic Plan

Request for Proposals Town of Florence Strategic Plan Request for Proposals Strategic Plan P.O. Box 2670 775 North Main Street Florence, Arizona 85132 Issued: November 19, 2015 Table of Contents 1.0 Invitation/Public Notice 1 2.0 Introduction/Background 3

More information

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP REQUEST FOR PROPOSALS FOR PROFESSIONAL CONSULTING SERVICES RFP 252018 Town of Scarborough P.O. Box 360 259 U.S. Route One Scarborough, Maine 04070-0360 Released on April 12, 2018 Proposals Due on May 7,

More information

DEPARTMENT OF PUBLIC WORKS RECYCLING DIVISION REQUEST FOR PROPOSALS FOR SOLID WASTE CONSULTANT

DEPARTMENT OF PUBLIC WORKS RECYCLING DIVISION REQUEST FOR PROPOSALS FOR SOLID WASTE CONSULTANT DEPARTMENT OF PUBLIC WORKS RECYCLING DIVISION REQUEST FOR PROPOSALS FOR SOLID WASTE CONSULTANT Submittal Deadline: March 2, 2015 4:00 PM Vallejo City Hall 555 Santa Clara St., 4th Vallejo, CA 94590 Derek.Crutchfield@cityofvallejo.net

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR WATER RATES AND FINANCIAL MODEL STUDY Date of Issue: January 13, 2014 Due Date: January 31, 2014 The City requests that firms interested in responding to

More information

NOTICE INVITING PROPOSALS VARIOUS ENVIRONMENTAL SERVICES RFP NO City of Santa Ana RFP Page ii

NOTICE INVITING PROPOSALS VARIOUS ENVIRONMENTAL SERVICES RFP NO City of Santa Ana RFP Page ii NOTICE INVITING PROPOSALS Tuesday, June 5, 2018 at 4:00 p.m. VARIOUS ENVIRONMENTAL SERVICES RFP NO. 18-043. City of Santa Ana RFP 18-043 Page ii TABLE OF CONTENTS I. INTRODUCTION / PROJECT DESCRIPTION

More information

REQUEST FOR PROPOSALS TO PREPARE

REQUEST FOR PROPOSALS TO PREPARE IN COOPERATION WITH THE CITY OF SACRAMENTO TO PREPARE PRELIMINARY ENGINEERING, ENVIRONMENTAL DOCUMENTATION, AND PROJECT REPORT FOR BROADWAY BRIDGE Project Approval/Environmental Document (PA/ED) PHASE

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

The City of Henderson

The City of Henderson The City of Henderson P.O. Box 716 Henderson, Kentucky 42419-0716 Finance Department Phone: 270-831-1200 FAX: 270-831-1246 E-mail: Finance@cityofhendersonky.org May 22, 2014 TO: FROM: SUBJECT: All Prospective

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

REQUEST FOR PROPOSALS #10652

REQUEST FOR PROPOSALS #10652 COUNTY OF MONTEREY CONTRACTS/PURCHASING DIVISION 1488 SCHILLING PLACE SALINAS, CA 93901 (831) 755-4990 REQUEST FOR PROPOSALS #10652 for ON-CALL GREASE TRAP AND SEWER LIFT STATION PUMPING, WATER JETTING

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 ( RFP ) for Public Works Inspection Services On An As Needed Basis

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis Request Proposals ( RFP ) 2018-01 On An As Needed Basis City of Coachella Engineering Division 1515 Sixth Street Coachella, Calinia 92236 Deadline Submissions: November 1, 2017 by 3:00 p.m. Request Proposals

More information

Request for Proposal. Marina Coast Water District

Request for Proposal. Marina Coast Water District Request for Proposal Marina Coast Water District The Marina Coast Water District wishes to contract for Public Relations and Community Outreach services Proposals due 5:00 pm November 16, 2015 Proposals

More information

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 RFP NO: 2017-03 REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 Advertisement for Request for Proposals CITY OF SOUTH BAY RFP NO: 2017-03

More information

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR CITYWIDE WA YFINDING DESIGN SERVICES PUBLIC WORKS PROJECT No

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR CITYWIDE WA YFINDING DESIGN SERVICES PUBLIC WORKS PROJECT No REQUEST FOR STATEMENT OF QUALIFICATIONS FOR CITYWIDE WA YFINDING DESIGN SERVICES PUBLIC WORKS PROJECT No. 2016-25 CITY OF COMMERCE, CALIFORNIA PUBLIC WORKS AND DEVELOPMENT SERVICES DEPARTMENT Approved

More information

REQUEST FOR PROPOSALS Engineering Services ISSUED BY: Brian Head Town Public Works Director s Office 56 North Highway 143 P. O.

REQUEST FOR PROPOSALS Engineering Services ISSUED BY: Brian Head Town Public Works Director s Office 56 North Highway 143 P. O. REQUEST FOR PROPOSALS Engineering Services ISSUED BY: Brian Head Town Public Works Director s Office 56 North Highway 143 P. O. Box 1900068 Brian Head, Utah 84719 1. REQUEST FOR PROPOSALS BRIAN HEAD TOWN

More information

Request for Proposal For Design Engineering Services. Northwest Lansing Relief Sewer Project

Request for Proposal For Design Engineering Services. Northwest Lansing Relief Sewer Project Request for Proposal For Design Engineering Services City of Lansing, Kansas Wastewater Utility Department 800 First Terrace Lansing, Kansas 66043 February 14, 2018 Page 1 of 14 A. INTRODUCTION The City

More information

Cheyenne Wyoming RFP-17229

Cheyenne Wyoming RFP-17229 L A R A M I E COUNTY COMMUNITY COLLEGE Cheyenne Wyoming Request for Proposals (RFP) t o provide Contract Services t o Comp lete t h e Boiler Plant Burner Replacement RFP-17229 Solicited by: Department

More information

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY CITY OF CONROE P.O. BOX 3066 CONROE, TEXAS 77305 RESPONSES DUE: DECEMBER 14, 2017 CITY OF CONROE PURCHASING DEPARTMENT

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

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

City of Albany, New York Traffic Engineering

City of Albany, New York Traffic Engineering City of Albany, New York Traffic Engineering REQUEST FOR PROPOSALS FOR THE PROVISION OF ENGINEERING SERVICES Traffic Signal Design Services RFP No. TE-11-001 November 15, 2011 SECTION 1: PURPOSE 1.1 The

More information

ORANGE COUNTY ACTIVE TRANSPORTATION PLAN

ORANGE COUNTY ACTIVE TRANSPORTATION PLAN REQUEST FOR PROPOSALS (RFP) 6-1417 ORANGE COUNTY ACTIVE TRANSPORTATION PLAN ORANGE COUNTY TRANSPORTATION AUTHORITY 550 South Main Street P.O. Box 14184 Orange, CA 92863-1584 (714) 560-6282 Key RFP Dates

More information

REQUEST FOR QUALIFICATIONS FOR ON-CALL PROJECT MANAGEMENT AND TECHNICAL SUPPORT SERVICES

REQUEST FOR QUALIFICATIONS FOR ON-CALL PROJECT MANAGEMENT AND TECHNICAL SUPPORT SERVICES REQUEST FOR QUALIFICATIONS FOR ON-CALL PROJECT MANAGEMENT AND TECHNICAL SUPPORT SERVICES SEPTEMBER 2018 Submit proposal to: Tony Williams, Principal Civil Engineer Marin County Flood Control & Water Conservation

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

REQUEST FOR PROPOSALS (RFP)

REQUEST FOR PROPOSALS (RFP) REQUEST FOR PROPOSALS (RFP) Santa Cruz Countywide Transportation Modeling Tools Issue Date: November 24, 2014 Closing Date: January 8, 2015, 4:00pm The Santa Cruz County Regional Transportation Commission

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR 2015 PROFESSIONAL SERVICES ON-CALL LIST

REQUEST FOR QUALIFICATIONS (RFQ) FOR 2015 PROFESSIONAL SERVICES ON-CALL LIST REQUEST FOR QUALIFICATIONS (RFQ) FOR 2015 PROFESSIONAL SERVICES ON-CALL LIST I. OVERVIEW The District is seeking qualified firms to provide On-Call Professional Services in support of Capital Improvement

More information

CITY OF DUNDAS, MINNESOTA CITY ENGINEER REQUEST FOR PROPOSALS (RFP)

CITY OF DUNDAS, MINNESOTA CITY ENGINEER REQUEST FOR PROPOSALS (RFP) CITY OF DUNDAS, MINNESOTA CITY ENGINEER REQUEST FOR PROPOSALS (RFP) The is requesting written proposals from professional engineering firms to provide consulting services as a City Engineer. The City expects

More information

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS REQUEST FOR PROPOSAL No. 2018-621 RESIDENTIAL CURBSIDE TEXTILE RECYCLING SERVICE The City of Conroe is seeking proposals from qualified firms

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

Sample Request For Proposals

Sample Request For Proposals Sample Request For Proposals California Education Coalition for Health Care Reform A Joint Labor-Management Committee NOTICE TO BIDDERS HEALTH CARE INSURANCE NOTICE IS HEREBY GIVEN that the (name of district>.

More information

Request for Fee Proposals (RFFP) Progressive Design-Build Services. New High School

Request for Fee Proposals (RFFP) Progressive Design-Build Services. New High School Request for Fee Proposals (RFFP) Progressive Design-Build Services New High School Issaquah School District February 12, 2018 TABLE OF CONTENTS 1. INTRODUCTION 2. PROJECT OVERVIEW 3. APPLICATION OF FEE

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS for the City of Fort Morgan, Colorado March 19, 2014 Brent Nation Director of Utilities CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN, COLORADO 80701 (970) 370-6558 REQUEST FOR PROPOSALS

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

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS PROFESSIONAL SERVICE CONTRACT HYDROGRAPHIC & LAND SURVEYING ON-CALL SERVICES RFP Number: ASPA 43-017 AUGUST 2017 Professional Service Contract Request

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS IMPLEMENTATION OF INVESTING IN MANUFACTURING COMMUNITIES PARTNERSHIP (IMCP) DESIGNATION REQUEST FOR PROPOSALS NORTHWEST GEORGIA MANUFACTURING CONSORTIUM c/o NORTHWEST GEORGIA REGIONAL COMMISSION P.O. BOX

More information

REQUEST FOR PROPOSALS (RFP)

REQUEST FOR PROPOSALS (RFP) REQUEST FOR PROPOSALS (RFP) EMPLOYEE BENEFITS INSURANCE BROKER AND CONSULTING SERVICES Project Manager: Tom Robbins City of Marion Safety Director Attn: Tom Robbins 233 W. Center St. Marion, OH 43302 Ph:

More information

REQUEST FOR PROPOSAL For PROFESSIONAL SERVICES. Water & Stormwater Utility Rate Analyses

REQUEST FOR PROPOSAL For PROFESSIONAL SERVICES. Water & Stormwater Utility Rate Analyses REQUEST FOR PROPOSAL For PROFESSIONAL SERVICES Water & Stormwater Utility Rate Analyses 1. INTRODUCTION The intent of this REQUEST FOR PROPOSAL is to obtain a qualified person, firm, or corporation, hereafter

More information

NAPA SANITATION DISTRICT Napa, California

NAPA SANITATION DISTRICT Napa, California NAPA SANITATION DISTRICT Napa, California REQUEST FOR QUALIFICATIONS MST RECYCLED WATER PIPELINE EXTENSION PROJECT (CIP 14726) Issued on November 11, 2015 STATEMENTS DUE: December 8, 2015 AT 2:00 PM In

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

REQUEST FOR PROPOSAL (RFP) FOR CONSTRUCTION MANAGEMENT SERVICES FOR SIGNAL HILL LIBRARY CONSTRUCTION, 1770 E. HILL STREET, SIGNAL HILL, CA 90755

REQUEST FOR PROPOSAL (RFP) FOR CONSTRUCTION MANAGEMENT SERVICES FOR SIGNAL HILL LIBRARY CONSTRUCTION, 1770 E. HILL STREET, SIGNAL HILL, CA 90755 Attachment A REQUEST FOR PROPOSAL (RFP) FOR CONSTRUCTION MANAGEMENT SERVICES FOR SIGNAL HILL LIBRARY CONSTRUCTION, 1770 E. HILL STREET, SIGNAL HILL, CA 90755 Proposals Due: September 19, 2016, 4:00 PM

More information

Request for Proposal;

Request for Proposal; Request for Proposal Business & Financial Services Department Contract 5185P WorkSafeBC Claims/Incident Management 1. Introduction 1.1 The City of Richmond (the City ) proposes to acquire a commercial,

More information

Issued: October 3, 2016 Proposals Due: November 28, 2016

Issued: October 3, 2016 Proposals Due: November 28, 2016 REQUEST FOR QUALIFICATIONS PROFESSIONAL SERVICES For Boulder City Municipal Airport Issued: October 3, 2016 Proposals Due: November 28, 2016 Page 1 of 8 I. Introduction Request For Statements of Qualifications

More information

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: Fayetteville School District Business Office ATTN: Lisa Morstad 1000 W, Stone Street Fayetteville, AR 72701 THIS IS NOT A COMPETITIVE BID. The request

More information

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Legal Defense Services Request For Proposals

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Legal Defense Services Request For Proposals The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Legal Defense Services Request For Proposals ( RFP) Issued by Affinity Insurance Services, Inc. Plan Administrator - MWCARP This RFP is a

More information

SOUTH CAROLINA AERONAUTICS COMMISSION Request for Qualifications (RFQ) Land Surveying Services for Airport Development IDC State Project #U30-D008-MJ

SOUTH CAROLINA AERONAUTICS COMMISSION Request for Qualifications (RFQ) Land Surveying Services for Airport Development IDC State Project #U30-D008-MJ SOUTH CAROLINA AERONAUTICS COMMISSION Request for Qualifications (RFQ) Land Surveying Services for Airport Development IDC State Project #U30-D008-MJ The South Carolina Aeronautics Commission (SCAC) seeks

More information

Request for Proposal (RFP) LR1604 for Professional Services

Request for Proposal (RFP) LR1604 for Professional Services Request for Proposal (RFP) LR1604 for Professional Services Title: Federal Legislative & Regulatory Consulting Services RFP Issue Date: Wednesday, November 16, 2016 RFP Submittal Deadline: Friday, December

More information

Addendum No. 2 Q&A Responses ADDENDUM NO. 2. State of Florida Department of Management Services

Addendum No. 2 Q&A Responses ADDENDUM NO. 2. State of Florida Department of Management Services Addendum No. 2 Q&A Responses ADDENDUM NO. 2 State of Florida Department of Management Services INVITATION TO Negotiate (ITN) No. 02 973 000 A Management Consulting and Auditing Services August 30, 2012

More information

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS CLOSING TIME: RFP S ARE DUE NOT LATER THAN 10:00 A.M. ON January 30, 2017 200 N. 12 th STREET CORSICANA,

More information

CASITAS MUNICIPAL WATER DISTRICT REQUEST FOR QUALIFICATIONS (RFQ) FOR ON-CALL ENGINEERING SERVICES FY

CASITAS MUNICIPAL WATER DISTRICT REQUEST FOR QUALIFICATIONS (RFQ) FOR ON-CALL ENGINEERING SERVICES FY CASITAS MUNICIPAL WATER DISTRICT REQUEST FOR QUALIFICATIONS (RFQ) FOR ON-CALL ENGINEERING SERVICES FY 2018-19 April 9, 2018 Statements of Qualification will be received at the office of the Casitas Municipal

More information

CITY OF RIALTO, CA NOTICE FOR REQUEST FOR PROPOSALS (RFP) NO PAVEMENT MANAGEMENT PROGRAM CONSULTING SERVICES

CITY OF RIALTO, CA NOTICE FOR REQUEST FOR PROPOSALS (RFP) NO PAVEMENT MANAGEMENT PROGRAM CONSULTING SERVICES CITY OF RIALTO, CA NOTICE FOR REQUEST FOR PROPOSALS (RFP) NO. 18-077 PAVEMENT MANAGEMENT PROGRAM CONSULTING SERVICES NOTICE IS HEREBY GIVEN that the City of Rialto is requesting proposals from qualified

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

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California April 27, 2017 Subject: Request for Proposals Engineering Design Services and Construction Management for the Sewer Lining Project on Cypress, Essexfells, Vega, and Florentina. The City of Alhambra is

More information

REQUEST FOR QUALIFICATIONS Bailey Cove Transmission Main Phase 1

REQUEST FOR QUALIFICATIONS Bailey Cove Transmission Main Phase 1 RFQ Bailey Cove Transmission Main - Phase 1 REQUEST FOR QUALIFICATIONS Bailey Cove Transmission Main Phase 1 Consulting Engineering Services Huntsville Utilities (HU), is accepting Statements of Qualifications

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

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT] ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT] THIS Agreement ( Agreement ) for consulting services is made by and between the City of Pittsburg

More information

REQUEST FOR PROPOSALS MICHIGAN ECONOMIC DEVELOPMENT CORPORATION TRANSFORMATIONAL BROWNFIELD REDEVELOPMENT PROJECTS RFP-CASE

REQUEST FOR PROPOSALS MICHIGAN ECONOMIC DEVELOPMENT CORPORATION TRANSFORMATIONAL BROWNFIELD REDEVELOPMENT PROJECTS RFP-CASE REQUEST FOR PROPOSALS MICHIGAN ECONOMIC DEVELOPMENT CORPORATION TRANSFORMATIONAL BROWNFIELD REDEVELOPMENT PROJECTS RFP-CASE-211899 i REMINDER Please check your proposal to make sure you have included all

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

REQUEST FOR QUALIFICATIONS AND PROPOSALS - DEVELOPMENT MASTER PLANNING SERVICES, ADVANCED TECHNOLOGY & EDUCATION PARK

REQUEST FOR QUALIFICATIONS AND PROPOSALS - DEVELOPMENT MASTER PLANNING SERVICES, ADVANCED TECHNOLOGY & EDUCATION PARK REQUEST FOR QUALIFICATIONS AND PROPOSALS - DEVELOPMENT MASTER PLANNING SERVICES, ADVANCED TECHNOLOGY & EDUCATION PARK South Orange County Community College District (SOCCCD) is inviting submittals from

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

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