REQUEST FOR QUALIFICATIONS INFORMATION. Architectural/Engineering Design Services For Dulles Toll Road

Size: px
Start display at page:

Download "REQUEST FOR QUALIFICATIONS INFORMATION. Architectural/Engineering Design Services For Dulles Toll Road"

Transcription

1 REQUEST FOR QUALIFICATIONS INFORMATION Architectural/Engineering Design Services For Dulles Toll Road METROPOLITAN WASHINGTON AIRPORTS AUTHORITY OFFICE OF ENGINEERING DESIGN DEPARTMENT January 18, 2013

2 REQUEST FOR QUALIFICATIONS INFORMATION ARCHITECTURAL/ENGINEERING DESIGN SERVICES FOR DULLES TOLL ROAD 1.0 INTRODUCTION The Metropolitan Washington Airports Authority (Airports Authority) is seeking qualifications information from professional architecture/engineering design firms to provide a full array of design support services to implement various study recommendations, and to enable major asset repair and rehabilitation of facilities on the Dulles Toll Road as well as improvements to other Dulles Corridor roadways. Services are expected to include a range of design processes including pre-design studies, engineering design services, phasing and construction support for projects in the Capital Improvement Program (CIP) and Renewal and Replacement Program of the Dulles Corridor Enterprise. 1.1 DULLES TOLL ROAD DESCRIPTION The Airports Authority and the Virginia Department of Transportation (VDOT) concluded negotiations for a 50- year lease of the Dulles Toll Road (Toll Road). The terms of the lease can be found in two documents: The Dulles Toll Road Master Transfer Agreement and the Dulles Toll Road Permit and Operating Agreement, both dated December 29, These documents reflect the two agencies understanding and agreements with respect to the transfer of rights to operate, finance and maintain the Toll Road to the Airports Authority, certain related matters for the purpose of financing the construction of the Dulles Corridor Metrorail Project, and other transportation improvements in the Dulles Corridor. The agreements can be found on the Airports Authority s website The Toll Road, also known as Route 267 and the Omer L. Hirst Adelard L. Brault Expressway, is an eight lane, divided, controlled access roadway, approximately 11.5 miles in length and extends from a point just west of Sully Road (Route 28) in Loudoun County to the Capital Beltway (I-495) in Fairfax County. The Toll Road facilitates commuter and commercial traffic throughout the Dulles Corridor, and runs alongside (parallel to) the Dulles Airport Access Highway (DAAH). The DAAH is operated and maintained by the Airports Authority and is a four-lane, divided, limited access roadway which will also include portions of the future Dulles Corridor Metrorail. In both the eastbound and westbound directions and at each end of the Toll Road, there are a total of 59 toll collection points, consisting of attended lanes, automatic coin machine lanes, and electronic toll collection (EZPASS-capable lanes). The tolling configuration consists of two mainlane (one eastbound and one westbound) toll plazas and 19 (including Monroe Street Park and Ride Toll Booth) ramp plazas. There are 27 full service lanes, 23 exact change lanes, and 9 dedicated EZPASS only lanes and 2 bus toll lanes. At the westbound mainlane toll plaza on the east end of the Toll Road, there is an administration building that houses various tolling systems and administrative personnel. Tolls are collected in a screen-line fashion, i.e. patrons are required to pay a discrete toll at each plaza. Tolls for the Toll Road are collected through both cash and electronic methods. The Toll Collection System (ETC) comprises seven major subsystems: Radio Frequency Identification (RFID) Automatic Vehicle Identification (AVI) system, called EZPASS; Two vehicle detection and classification systems; A coin collection system using Automatic Coin Machines (ACMs); Architectural/Engineering Design Services for Dulles Toll Road Page 1

3 A toll attendant interface system; A Violation Enforcement System (VES); and A database host. The EZPASS system is installed in all toll collection lanes, nine of which are dedicated EZPASS only lanes. The equipment is interoperable with the EZPASS system used by surrounding states for ETC. 2.0 ROLE OF THE DESIGN ARCHITECTURAL/ENGINEERING TEAM The selected A/E design firm will be the principal external source of engineering expertise and assistance to the Airports Authority Design Department, which is a subdivision of the Office of Engineering. The A/E will work at the direction of the Contracting Officer s Technical Representative (COTR). The assignments will range from broad conceptual studies, pre-design analysis up through creation of design and contract documents for the implementation of individual projects. The Airports Authority also expects to task the A/E to provide occasional on-site support as needed. The focus of the assignments will be on the Toll Road, the feeder roadway network, and related facilities, property, and equipment. The A/E will be required to provide traffic engineering expertise to support the Authority s regional transportation improvement efforts. These efforts will principally relate to the Airports Authority s roles and responsibilities with interagency surface transportation policy and planning, especially in view of the Airports Authority s stewardship of Dulles Corridor rights-of-way (Airport Access Highway, Dulles Toll Road, the Metrorail right-of-way,the Dulles Connector) as these may relate to the Greenway, the Dulles Loop (Route 28, Route 606, and Route 50), air rights, other supporting structures such as park-and-ride lots, and multi-modal transportation facilities. In addition to coordinating with other Airports Authority consultants, the A/E may be required to work with, the Commonwealth of Virginia, Fairfax and Loudoun Counties and their consultants. Other A/E firms with whom the A/E may frequently work include those consultants providing design services to the Office of Engineering s Design Department. The task A/E will be precluded from providing design services for any task in which they provided planning services. 3.0 CONTRACT OVERVIEW An invitation to interview may be sent to a shortlist of teams that will result from the evaluation of qualifications submittals received in response to this RFQI. A Request For Proposal will be sent to the team selected as a result of evaluating the qualifications statements, the interviews, and references. Negotiation of the selected team s proposal will result in rates and escalators for the duration of the contract, and will be used to price task orders, each of which will be a firm fixed price agreement or a time and materials task with a price ceiling. The period of the contract will be for one year with two one-year extensions (for a maximum of three years) exercised at the Airports Authority s sole discretion. Annual expenditures under this contract are expected to range between $500,000 and $900,000. The A/E team will be required to include a minimum of 45 percent participation from firms certified as a Local Disadvantaged Business Enterprise (LDBE) and a voluntary goal of 45 percent participation by Minority Business Enterprise / Woman Business Enterprise (MBE/WBE) firms, all of which are defined below. Architectural/Engineering Design Services for Dulles Toll Road Page 2

4 4.0 STATEMENT OF WORK: ANTICIPATED TASK ASSIGNMENTS Design tasks are expected to cover the range of discipline responsibilities and perspectives handled by the Design Department, which generally entail but are not limited to, the following: Review all available data (reports, original drawings, etc.) pertaining to existing conditions of a project site which will have an impact on the proposed improvements. Any new design shall conform to the requirements of the applicable version of Authority Design Manual, its appendices, and to VDOT standards where applicable. Evaluation of existing geotechnical information and development and implementation of an investigation program for additional data to validate proposed designs. Field verification and updating the location and depth of all utilities in the project areas. Verification through the use of office files and previous projects will not be acceptable. A/E will design and detail all utilities to be adjusted and relocated as necessary. Evaluation of existing topographic survey data, performance of any required additional topographic surveys, and preparation and delivery of maps showing all topography and utilities, including tables of elevations of features in the project areas. All surveys shall be tied into the existing Dulles Airport Coordinate System using previously established Dulles benchmarks. Information on the benchmarks will be provided to the A/E. Design of new roadway bridge structures including foundation, piers, deck, and railings Design of new pavement including grading, drainage, storm water management, and cross-sections. Design details of all pavement penetrations (manholes, handholes, light fixtures) including adjustments of frames and covers to grade and to accommodate water loading Design and details of all lighting, signage, and pavement markings Details of all demolition and removals to implement projects Preparation of a stormwater management plan and design details for drainage affected by this work Provide architectural design engineering for structures, and building systems, including studies, design of new facilities, renovation or repair of existing buildings, design to accommodate specialized equipment; and security enhancements. Additional services required may include space planning, concept and design drawings, cost estimates, life cycle cost analysis, construction documents, construction schedules and phasing plans, support during procurement, and services during construction (optional); Design of mechanical HVAC systems, sanitary systems, plumbing systems, including building hot water and chill water systems, roof top units, fire protection and direct digital control systems; Design of building electrical systems and distribution system including low and medium voltage power distribution, power systems studies, fire alarm, emergency generator systems, load shedding schemes, Supervisory Control and Data Acquisition (SCADA), and programmable controllers; Toll project development, implementation and support for authorized or planned toll facilities; Prepare TNM noise Models in accordance with FHWA and VDOT criteria using TNM 2.5, including the input of the physical features associated with noise sources; perform TNM optimization to provide most cost-effective noise abatement wall; Perform field investigation for wetlands or other regulated natural resources and document findings in a report; Architectural/Engineering Design Services for Dulles Toll Road Page 3

5 Preparation of documents required by regulatory agencies including but not limited to: the Virginia Department of Health (VDH), Virginia Department of Conservation and Recreation (VDCR) and the Virginia Department of Environmental Quality (VDEQ). 4.1 ANTICIPATED PROJECTS The following section lists some of the potential projects from Renewal and Replacement Program (R&R) and the Capital Improvement Program (CIP) that the selected architecture/engineering design firm may be tasked with providing design service to support any project phase development up to and including the production of accurate, biddable construction documents: RENEWAL AND REPLACEMENT PROGRAM The Renewal and Replacement Program for the Dulles Toll Road addresses major maintenance requirements including overlays, sound wall repairs, bridge deck replacements, erosion and drainage control, and other maintenance projects Bridge And Structural Rehabilitation Projects The Dulles Toll Road has a total of 39 structures that are maintained and classified as bridges, as well as, 11 culverts, 22 plazas with associated structural canopies and 27,456 feet of retaining walls. Bridges and structures are inspected on a scheduled basis (every two years) and are assigned a rating signifying the conditions of the structure. Canopy structures are generally inspected each year during the annual asset inspection. This project will provide for the repair of various structural components: bridge substructure concrete repair, bridge deck repair and resurfacing, and back wall, culvert repair and railing repair as well as associated canopy structure and roof repair Emergency Bridge Inspections The A/E may occasionally be required to respond to emergency needs before a task order contract can be issued by the Contracting Officer (CO). For instance when an existing bridge over the Dulles Toll Road is struck by a vehicle, the A/E team is expected to respond immediately with structural engineers to perform emergency inspections. The firm has to react quickly (within hours) to support MWAA, out of necessity. With Phase 2 of Dulles Metrorail project expected to get underway soon, the number of bridge accidents associated with construction trucks hauling equipment along the DTR is anticipated to increase significantly. As a result, the new A/E will be expected to respond expeditiously to such emergency incidents Erosion Repair This project will provide for the repair of various areas along the Dulles Corridor that have experienced severe erosion. This work will address areas adjacent to structures and adjacent to roadway surfaces to ensure the safety of the travelling public as well as preserving the integrity of the structure Joint Replacement and Repair This project will provide for the replacement and/or repair of armored joints on the bridges. Sealing of the joints on bridges has been shown to be a proven method of corrosion prevention in regions where salt is used during winter operations. Architectural/Engineering Design Services for Dulles Toll Road Page 4

6 Bearing Replacement This project will provide for the replacement of bridge bearings to assure the performance of bridge structures as designed. This work can be phased over multiple years and is usually done by a specialty contractor. Traffic maintenance will be a significant item of work, as this work may involve the temporary closing of lanes during shoring operations. This work can be accomplished at night Repair of Sound Walls (repairs for approximately 3,000 feet) The Dulles Toll Road has approximately 40,000 feet of sound walls. Sections of the sound walls throughout the corridor have segments with significant damage including erosion at the foundations, failed clip angle connections, spalls in concrete and deteriorated or missing acoustic material. This project will provide for repair of the walls to ensure the stability of the sound walls Dulles Toll Road Mainline Pavement Repairs This project will provide for repairs of mainline pavements that do not meet roughness requirements after the resurfacing or exhibit failure due to poor pavement conditions and potholes. This work consists of small sections of pavement repairs along the Dulles Toll Road and plaza ramps which could result in milling and resurfacing operations. Traffic maintenance will be a significant item of work Administration Building Structural Repair and Rehabilitation The existing Administration Building and Toll Booths are significantly deteriorated. This project provides for structural and aesthetic upgrades to the buildings. The Toll Booths need temporary repairs to keep them operational until the Toll Booth Replacement project can permanently replace the existing booths any needed repairs will be made CAPITAL IMPROVEMENT PROGRAM The Dulles Corridor Capital Improvement Program funds Dulles Corridor Capital Improvements related to the Dulles Toll Road, its ancillary ramps and interchanges, and the Dulles Rail Project Hunter Mill Road Improvements This study will assess traffic movements at the intersection of Hunter Mill Road (Rt. 674) and the Dulles Toll Road to determine appropriate safety and capacity improvements. The study area will include Sunset Hills Road north of the DTR and Sunrise Valley Drive (Route 5320) to the south of DTR as well as the on-ramps and off-ramps. The design phase will involve preliminary engineering, NEPA documentation, and design in advance of selecting a contractor and delivery method for construction of the project. This project has two phases of development, short-term and long-term. The short-term improvements will be a series of modest improvements designed to enhance safety, circulation and mobility. The long-term improvements are dependent on future studies which will determine the need and ability to increase the capacity of the interchange. Architectural/Engineering Design Services for Dulles Toll Road Page 5

7 Fairfax County Parkway Improvements Project includes short-term and long-term improvements. The short-term improvements include modest lane reassignments to improve safety and traffic circulation at signalized intersections of Fairfax County Parkway and the Dulles Toll Road. The long-term improvements include a study along WB mainline Dulles Toll Road (Rt. 267) between Fairfax County Parkway (Rt. 3000) and Reston Parkway (Rt. 602) to determine the need for an auxiliary lane. The provision of an auxiliary lane would facilitate weaving of entering and exiting traffic between the two locations, primarily during peak traffic flow periods. This will involve obtaining recent traffic data, performing traffic demand warrants, and developing preliminary design plans. The design phase of the project will include developing preliminary design plans concurrent with NEPA documentation for the anticipated improvements. The task will utilize the traffic warrants and operational analyses performed during the study phase. This will involve preliminary engineering, NEPA documentation, and design in advance of selecting a contractor and a delivery method for construction of the project Reston Parkway Improvements. This project consists of modifications to the intersections of the Reston Parkway and the Dulles Toll Road ramps with right and left turn lane modifications designed to enhance safety, circulation and mobility. The long term improvements will include a study along WB mainline Dulles Toll Road (Rt. 267) between Reston Parkway (Rt. 602) and Wiehle Avenue (Rt. 828) to determine the need for an auxiliary lane. The provision of an auxiliary lane would facilitate weaving of entering and exiting traffic between the two locations, primarily during peak traffic flow periods. This will involve obtaining recent traffic data, performing traffic demand warrants, and developing preliminary design plans. The design will involve preliminary engineering, NEPA documentation, and design in advance of selecting a contractor and a delivery method for construction of the project Sound Wall Improvements This project provides for design and emergency repair of failing sound walls along the Dulles Corridor. Visual inspections have determined that many sections of sound walls are in immediate need of repair to prevent failure. This project would replace panels, add fasteners and connections to support unstable walls and generally shore up sound walls which are severely deteriorated Sound Wall Replacement (Design and Construction) This project is for the structural design for those walls and areas that meet the required Federal Highway Administration Noise Wall Guidelines and are designated by the study as candidates for replacement under the Sound Wall Replacement Study. This work will include the design, plans and specifications to let the required work for construction. Design will include aesthetics as well as noise abatement design. The Dulles Toll Road Traffic Noise Model will determine the noise mitigation effectiveness of existing sound walls. Based on the recommendations of the Traffic Noise Model Study, designs will be developed incorporating aesthetics, adjacent communities and modern sound attenuation techniques. This provides an opportunity to use modern noise reduction techniques and provide improvements to the Dulles Corridor and adjoining neighborhoods. This project will consist of the removal (if necessary) and construction of replacement sound walls for Phase I based on recommendations from the Traffic Noise Model. Architectural/Engineering Design Services for Dulles Toll Road Page 6

8 New Sound Wall (Design and Construction) This work will include the preparation of design and contract documents for procuring the construction of new sound walls along the Dulles Toll Road. Design will include aesthetics as well as noise abatement design. The Dulles Toll Road Traffic Noise Model will determine the noise mitigation requirements and locations for sound walls. Based on the recommendations of the Traffic Noise Model Study, designs will be developed incorporating aesthetics, adjacent communities and modern sound attenuation techniques. This provides an opportunity to use modern noise reduction techniques and provide improvements to the Dulles Corridor and adjoining neighborhoods Repair and Resurface Dulles Toll Road (Study, Design and Construction) This project will provide for the repair and resurfacing of the Dulles Toll Road ramp pavements. Initial surveys have identified areas of pavement that may be distressed below the surface course that will require full depth repair and/or replacement of upgrade materials. This work can usually be phased over multiple years. Traffic maintenance will be a significant item of work. This work is usually confined to night-time operations in the Northern Virginia region. Work needs to be planned with adequate timeframes for shifting traffic and ancillary construction; therefore, the size of projects will be determined by the quantity of work that can be accomplished in a construction season ITS and TMS Traffic Management Infrastructure (Design and Construction) This project is to design and construct components of an ITS traffic management system for the Dulles Toll Road and the Dulles Corridor. Major construction items/activities will depend on the nature of the work to be completed, as identified in the ITS Master Plan. It is anticipated that the system will include incident monitoring cameras and speed detection, road weather information, dynamic message signs, Automated Vehicle Identification and Location (AVI and AVL), and communication feeds to transmit the information to control facilities and informational sources (e.g., dynamic message signs and other traveler information systems). The dynamic message signs along the corridor would be designed to provide travelers with traffic information, lane closures, toll rates, and contact numbers for emergency and courtesy patrol. It is anticipated the dynamic message signs would be linked with the VDOT Traffic Management Center and will provide a method of conveying traffic conditions to travelers through their active traffic management system. The signs will also be designed so that they could be utilized to convey time-of-day pricing or variable pricing along the corridor. Further development of the infrastructure may occur in future years Toll Collection System This work includes the development of design and procurement documents, interfacing with VDOT, design, software, and hardware required for a possible new Automated Revenue Collection System (ARCS), a Maintenance On-Line Monitoring System (MOMS), and an upgraded Violation Enforcement System (VES). The Airports Authority may wish to implement its own Automated Revenue Collection System (ARCS) to replace the existing Transcore system presently on the Dulles Toll Road. Additionally, MOMS would link the operations of the toll transaction equipment to a central monitoring point so that problems in operation could be quickly identified. Maintenance On- Line Systems allow technicians to monitor the toll system outputs to determine technology issues prior to complete failures that cause lane shut downs. It also provides an active log of the type of equipment and location of equipment that generate the most repair notices. This project would include the software, hardware, communications and Architectural/Engineering Design Services for Dulles Toll Road Page 7

9 integration for a violation enforcement system at the Mainline plaza and ramp plazas. This project would include installation/upgrade of equipment and back office processing Toll Plazas (Mainline and Ramps) Plaza Approach Signing and Channelization (Design) The toll booth areas are a decision making point for the traveling motorist. Clear signage and markings improve the decision process resulting in fewer incidents at the toll booths. For example, this would mean fewer wrong lane choices when an attended booth is desired but the motorist chose an unattended toll lane. This project would study potential improvements to lane striping and configuration, delineation and signing to provide traveling motorists information prior to entering into the toll plaza. This project would also include the design, engineering analysis and recommendations Plaza Approach Signing and Channelization Implementation (Construction) This project will include the construction elements to implement the improvements noted in the Plaza Approach Signing and Channelization Study. Plaza approach upgrades may include: striping, channelization makers and delineation, new signage in advance and at the toll plaza. Traffic control will be a major part of this work Toll Booth Replacement (Design and Construction) This project is to design and construct the Toll Booth Replacement project. VDOT has shelved a design for the Toll Booth Replacement and this design will update the current VDOT plans and prepare plans for construction. It was noted in the Dulles Toll Road and Dulles Connector Road Asset Assessment Summary Report that the toll booths are now showing their age. Many of the booths were in poor condition. Inspection of the toll booths revealed the only consistent safety issue was the failure of emergency lighting inside the toll booths. The electrical enclosures are rusted due to climate and its proximity to the road. The concrete curb in the outside lane are also failing. Drainage problems were apparent within the interior lanes, exhibiting cracks in the concrete and sediment at low points. Deterioration of the walkways in the toll lanes was present. The deficiencies noted at some of the plazas include loose and/or non-enclosed wiring and separating flashing. It is recommended to replace the existing toll booths with pre-fabricated units, designed to meet the Airports Authority s requirements and provide a unique system identity. This project should be scheduled in coordination with the Toll Plaza Optimization Study to ensure that the appropriate number of booths being replaced corresponds with the overall Plaza Optimization Plan Overhead and Guide Sign (Design and Construction) As noted in the Dulles Toll Road and Dulles Connector Road Asset Assessment Summary Report many of the current overhead sign structures have signs that were damaged, have lost reflectivity and have overhead lighting that is non functional. This project will implement the recommendations as outlined in the Overhead Guide Sign Study regarding the upgrade and replacement of those signs that do not meet the current reflectivity and lighting requirements. Depending on the study, this project will include the construction and implementation of new guide signs and/or lighting and traffic control. This project should be performed in consideration with the Sign Structure Replacement project if possible. Architectural/Engineering Design Services for Dulles Toll Road Page 8

10 Sign Structure Replacement Appendix 7 of the Dulles Toll Road and Dulles Connector Road Asset Assessment Summary Report identified a number of sign structure deficiencies that required correction. Each sign structure on the system has information in Appendix 7 noting the work needed to repair the deficiency. This will ensure that the sign structures are sound and within safety standards Guardrails, Barriers, and Fencing (Design and Construction) This project is to implement those recommendations as outlined in the Safety Study. Such safety enhancements may include guardrail, terminal anchor section, and traffic and cable barrier improvements as well as channelization improvements. Additional safety improvements not currently within the corridor may include adding barriers at clear zone hazards, upgrading existing barriers to current standards, adding barriers in areas where there are high occurrence of incidents or changing the barrier type to decrease maintenance costs. Fencing may be added/modified to remove hazards or increase security Backtrack Monitoring The Metropolitan Washington Airports Authority (Airports Authority) is responsible for the operation of the Dulles International Airport Access Highway (DIAAH), all roads on the Dulles International Airport property, and the Dulles Toll Road. Over the years the Airports Authority has experienced vehicles traveling on the DIAAH and Dulles Airport roads that were not carrying persons conducting business at Dulles International but rather individuals seeking an alternative parallel route to the Dulles Toll Road and other east-west corridors. This phenomenon has come to be known as backtracking and cut-through traffic. The Commonwealth of Virginia passed new legislation effective July 1, 2010, which allows for the photo-enforcement of unauthorized use of the DIAAH. This task is intended to develop strategies for addressing this unauthorized use of Airports Authority roads. This task will assess the number of illegal users of Airports Authority roads during the morning and evening peak periods, associated with known backtracking and cut-through routes. Knowing the vehicle volumes by routes will allow the project team and stakeholders to refine the possible violator detection techniques and/or deterrent strategies for resolving the illegal usage, develop detailed cost estimates and toll revenue recovery potential, and to prepare a Project Definition Document (PDD) for the recommended strategy. The project will then design the recommended deterrent strategy and develop construction cost estimates. Considering the range of potential assignments, the AE firm will be expected to provide a team with expertise and experience in civil / mechanical / electrical/ IT design, toll road operations and design support and construction services if needed. In addition, experience in making public presentations, consensus-building and group facilitation will be desirable. It is also very desirable that the A/E be familiar with the Metropolitan Washington Area in terms of its economic base, its jurisdictional and agency entities, and its policy processes. 5.0 EVALUATION CRITERIA / SELECTION PROCESS Responses to this solicitation will be evaluated on the following four criteria. The criteria are listed in equal or descending order of importance with the first having the most weight and with each of the following criteria having equal or less weight than the one preceding it. The evaluation will be based on information provided by the Offeror, as well as any other relevant information available to the Authority. Architectural/Engineering Design Services for Dulles Toll Road Page 9

11 (1) Key Personnel (a) Qualifications (b) Experience (c) Availability/Commitment (d) Past Performance (including schedule and budget) For Key Personnel, the A/E: Shall identify the project manager, assistant or deputy project manager, and three to five senior engineers/architects who are expected to make the most significant contribution to this on-call services contract. The qualifications should list current and pending project obligations for each of these individuals, current location, and planned location during contract performance, and indicate a level of time commitment they are available to perform on this contract; Must demonstrate extensive professional experience of its key personnel with similar projects as described in the RFQ and in construction document preparation for a functional design. Significant design detail will be incorporated into the construction documents to ensure constructability and to carry the design intent to a quality completion. The design services will typically include the following: Preparation of Construction Documents, including Specifications Estimating and Schedules Offeror Support Services Construction Support Services (optional) Shall describe, using relevant project examples how the proposed Project Manager has led the development and implementation of project delivery strategies, organization and methods to successfully manage or deliver the anticipated design tasks for the Dulles Toll Road. Shall provide the relevant professional licenses/accreditations for the proposed Key Personnel; include the year that the license/accreditation was received; Include a brief resume indicating professional registration (if applicable), experience, and qualifications as it specifically pertains to the needs of DTR R&R and CIP programs; also provide three references for the Project Manager. References should be from work performed in the last three to five years that had duration of six months or more. (2) Team Experience (a) Civil/Site Design Expertise (b) Highway Design Expertise (b) Structural Design Expertise (c) Mechanical Design Expertise (d) Architectural Design Expertise (e) Electrical Design Expertise (f) Information Technology System Design /Analysis Expertise (g) Noise wall modeling and design Expertise (h) Design, development and implementation of tolling and traffic management tools (i) Familiarity performing design work for projects in the Metropolitan Area (j) Capacity to Respond to Emergency tasks (k) Experience in Task Design Contracts (l) Cost Estimating (for life cycle costing and construction estimate) Architectural/Engineering Design Services for Dulles Toll Road Page 10

12 (m) Scheduling (n) Geographic Information Systems (GIS) (1) Provide a listing of all firms on your proposed team; (2) Describe how the individual firms teaming together have worked together before. Demonstrate the firm s broad understanding of national toll projects. International toll projects directly applicable to the DTR toll program may be used. Provide the name of the project(s), each firm s role on the project, and the dates the services were performed; (3) To quickly respond to project needs, schedule requirements, and funding availability, describe the team s ability to readily provide staffing and resources. Include a listing of each team member s offices and the number of employees within the Washington D.C. Metropolitan area and nationwide; (4) For each firm on your proposed team, provide the types of expertise necessary for anticipated projects that is available at each location, how long has each firm on your team provided these type(s) of expertise, and describe how these resources may quickly be made available. Provide an organization chart of your proposed team and include the respective roles that each firm will provide for the team; and (5) Demonstrate using relevant project examples how your proposed team can provide the qualifications and expertise as described in the RFQ to successfully deliver this program. For demonstrated experience, the successful A/E should demonstrate substantial engineering and design experience at a minimum on three representative highway or toll road systems. Demonstration of successful Task Design contract services with a major highway or toll road operator will also influence the evaluation. (3) Company s Past Performance - (Complete for Prime and subconsultants) (a) Quality of Services (b) Timeliness of Performance (c) Customer Satisfaction (references) Provide a minimum of three (3) with a maximum of five (5) performance evaluations for work performed on similar toll road and highway improvement projects; Eligible projects are those that are either currently active or those that have a project completion date within the last three (3) years. The performance evaluation score will be calculated using all available evaluations on file within the past 3 years. A score of 0 will be applied for any consultant having less than three performance evaluations on file. (4) Project Management Approach (Complete for Prime Contractor Only) Describe the Consultant's procedures or programs for assuring quality control (Quality Management Plan). Describe the Consultant s procedures or programs for managing scheduling, time and cost control on deliverables. 6.0 SUBCONSULTANTS It is expected that the A/E team will include the services of a number of sub consultants in order to ensure the range and depth of expertise necessary to perform the expected design tasks. The proposed team of sub Architectural/Engineering Design Services for Dulles Toll Road Page 11

13 consultants will be reviewed by the Authority during the selection process, especially where designated with responsibilities for the specific or additional critical disciplines identified above. Based on its review, the Authority reserves the right to recommend replacement of any proposed sub consultant, and request that the successful A/E review other candidate firms and recommend to the Authority an acceptable alternative. 7.0 LOCAL DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS The A/E design services contract will include a requirement that there be a minimum of Forty-Five percent (45%) LDBE participation. An LDBE is defined as a small business concern which is organized for profit and which is located within a 100 mile radius of Washington D.C. s zero mile marker. To qualify as a small business concern for purpose of this advertisement, the average gross receipts of the professional A/E firms (NAICS Codes Architectural Services and Engineering Services) must not exceed $14 million, based on the average receipts of the last three years. The receipts of all affiliates shall be counted in the total of the business entity s gross receipts. The Authority encourages the participation of minority and women owned businesses. For information on this program, or for additional information on small business standards pertaining to other specialty areas in this project, please call Ms. Cynthia Lipscomb, Office of Equal Opportunity Programs, at (703) MINORITY BUSINESS ENTERPRISE/WOMAN BUSINESS ENTERPRISE VOLUNTARY GOALS The Authority is committed to achieving significant participation in its contracting programs by business enterprises that are owned and operated by minorities and women (MBEs and WBEs) regardless of the size of the enterprise. All offerors are strongly encouraged to take active steps to maximize the participation of MBEs and WBEs in this contract. To communicate the Authority's strong desire for significant MBE/WBE participation in this contract, the Authority has also set a voluntary MBE/WBE participation percentage of Twenty-Five Percent (25%). This percentage is derived from the types of contract opportunities arising from the work to be performed, and the availability of appropriate firms that have been certified by the Authority or by other agencies as firms that are at least 51% owned and controlled by minorities or women. The voluntary goal may be satisfied by LDBE team members that also possess MBE or WBE certification with the Authority, or provide indication that the LDBE firm has a pending MBE or WBE certification application. 9.0 INSURANCE The A/E design services contract will require insurance coverage as described in Appendix B to be in place prior to award to cover liabilities with the associated work QUALIFICATION SUBMITTAL REQUIREMENTS Individuals, firms or teams that meet the requirements above are invited to submit an ORIGINAL (identify on the outside front cover) and six copies (7 complete sets) of the following: (1) A one page cover letter on company letterhead. (2) Standard Form 330 with no more than ten (8-1/2 x 11 ) pages of correspondence describing the organization and responsibilities of the firm, sub consultants, or joint venture partners, and Architectural/Engineering Design Services for Dulles Toll Road Page 12

14 five pages of supporting graphic exhibits. (Reference: Appendix A Additional Instructions for Standard Form 330) (3) List the qualifications, experience, and capacity of individual, firm or team for this project and indicate previous projects that best demonstrate recent (within last 5 years) experience. Primary expertise in toll road systems, bridge design, structures and sound wall design, highway and civil/site design, architectural, mechanical and electrical designs, and VDOT agency interface and related project design work. For capacity, A/E should demonstrate a capability for immediate start-up of work, including a listing of current workload and proposed staff commitments. (4) Detail the recent (within last 5 years) specialized qualifications and experience of key personnel in the full range of capabilities listed in paragraph 5 above in the United States and throughout the world, describing the systems in place prior to and after services were rendered. (5) List a current point of contact for each of the recent (within last 5 years) projects on which the individual, firm or team and key personnel have worked. (6) Statement of commitment to meeting the 45% LDBE participation requirement. (7) Identification of the proposed LDBE firm(s) and their tasks. (8) Documentation of LDBE certification (e.g. letter from the Authority Equal Opportunity Programs Office or current certification number). (9) LDBE certification application or indication that the firm has a pending LDBE certification application, for each proposed LDBE (waiver of this requirement shall be considered only under extreme extenuating circumstances); (10) Statement of commitment to meeting indicated limits of insurance coverage described in Appendix B and the proposed provider. Submissions will be reviewed and a list of the most qualified created. Those entities may be orally interviewed or requested to provide supplemental information at the sole discretion of the Authority SUBMISSION REQUIREMENTS: Metropolitan Washington Airports Authority Procurement and Contracts Department, MA-29 1 Aviation Circle, Suite 154 Washington, DC ATTN: Shirley Diamond The RFQI information submission date is February 28, 2013, 2:00 PM, EASTERN STANDARD TIME. Submit One (1) original and Six (6) copies. Please identify submission with an exterior label stating RFQI No., Architectural Engineering Design Services for the Dulles Toll Road All questions concerning this solicitation must be submitted by 3:00 PM, February 13, 2013 via the Authority s website at: Architectural/Engineering Design Services for Dulles Toll Road Page 13

15 No other general notification of this project will be made and no further action beyond submission of the information listed above is required or encouraged. This is not a request for proposal. Note: The Airports Authority is not an agency of the United States Government. Do not contact Airports Authority consultants or Airports Authority personnel, other than the Contracting Officer, regarding this solicitation. Architectural/Engineering Design Services for Dulles Toll Road Page 14

16 Appendix A Additional Instructions Standard Form 330 The following provides clarification to the Standard Form (SF) 330. Section D should include the proposed team organization chart. Sections E and F are to contain all information necessary to address the Selection Criteria. The project experience listings of individuals (in Section E) and firms (in Section F) are expected to contain that individual s or firm s specific role on each project listed. Experience listings that are for related vs. direct project experience should contain a brief statement as to why that project s experience is considered related and/or relevant. All projects listed should include a brief description of the type of project, the specific role of the firm or individual and other information that is considered relevant to this project. Cleary identify if work experience cited for an individual was done while working for another firm; and if previous work experience cited for a firm (or business unit within a firm) was performed while operating under another name, was performed before acquisition by the current parent firm, or was performed by persons not proposed for this project. Section F, Line 24 should include project presentation drawings and/or photographs. Section F, Line 24, should include the estimated cost and should show both the firm s fee amounts and the project construction cost amounts, differentiated by parentheses around the fee amounts. Section H, Should include all information and discussion necessary to address Selection Criteria. Shall have a minimum 11-point type size. Is not to contain extensive repetition of material presented in previous sections. Should include discussion of the proposed project organization and specific reasons for organizing the team as presented including successful previous working relationships, etc. Should be used to elaborate on any relevant issues expected to influence the course of this project, your ideas on dealing with them, and your experience in dealing with them in the past, including Should emphasize coordination with large multi-departmental client organizations Tabbing and/or other easy-to-follow cross references between SF 330 text and the Selection Criteria being addressed would be greatly appreciated. Architectural/Engineering Design Services for Dulles Toll Road Page 15

17 Appendix B - Insurance The Contractor shall procure and maintain at its expense during the contract period the following insurance coverage from an insurance company or companies possessing a rating of A VII or higher from the A.M. Best Company or an equivalent rating service. THE METROPOLITAN WASHINGTON AIRPORTS AUTHORITY SHALL BE NAMED AS AN ADDITIONAL INSURED ON ALL POLICIES, except Workers Compensation and Employer s Liability, and Professional Liability. The following policies must provide for 30 days advance notice to the Authority of cancellation, non-renewal of the coverage, or any material change in the policy. All Contractor s policies shall be primary and Contractor agrees that any insurance maintained by the Authority shall be excess of and non-contributing with respect to the Contractor s insurance. The Contractor shall obtain a Waiver of Subrogation endorsement on all insurance policies required herein to waive all rights of recovery under subrogation or otherwise against the Authority to the extent these damages are covered by the insurance policies obtained by the Contractor pursuant to this Contract. 1. Comprehensive Automobile Liability A limit of not less than $1,000,000 for each accident for owned, non-owned and hired vehicles; however, if any portion of the Contractor s work will occur on the Airport Operations Area (AOA), the limit shall be not less than $2,000, Commercial General Liability A limit of not less than $5,000,000 for each occurrence. Coverage must include Broad Form Contractual, Property Damage, Personal Injury, Premises-Operations, Products-Completed Operations, Independent Contractors and Subcontractors, and Fire Legal Liability. 3. Professional Liability For contracts with an annual value of $300,000 and less, a limit of not less than $1,000,000 for each claim with a $1,000,000 aggregate for all employees. For contracts with an annual value over $300,000, the limit shall be not less than $3,000,000 for each claim with a $3,000,000 aggregate for all employees. The coverage, in all cases, shall include Unintentional Errors/Omissions Endorsement and Cross Liability Endorsement. When Environmental Impairment Liability is also required, the Professional Liability shall not contain any exclusion or limitation related to environmental impairments. 4. Workers' Compensation and Employer's Liability Virginia Statutory Limits with an All States Endorsement for Workers Compensation and for Employer s Liability a limit of not less than $1,000,000 for each accident for bodily injury by accident and for each employee for bodily injury by disease. By requiring insurance herein, the Authority does not represent that coverage and limits will necessarily be adequate to protect Contractor, and such coverage and limits shall not be deemed as a limitation on Contractor s liability under the indemnities granted to the Authority in this Contract. The Contractor may use commercial umbrella/excess liability insurance so that Contractor has the flexibility to select the best combination of primary and excess limits to meet the total insurance limits required by this Contract. The Authority reserves the right to waive the insurance requirements for the apparent successful offeror for good cause. The Authority reserves the right at any time throughout the term of the Contract to adjust the aforementioned insurance requirements, if, in Authority s reasonable judgment, the insurance required by the Contract is deemed inadequate to properly protect the Authority s interest. The failure of the Authority at any time to enforce the insurance provisions, to demand such certificate or other evidence of full compliance with the insurance requirements, or to identify a deficiency from evidence that is provided shall not constitute a waiver of those provisions nor in any respect reduce the obligations of the Architectural/Engineering Design Services for Dulles Toll Road Page 16

18 Contractor to maintain such insurance or to defend and hold the Authority harmless with respect to any items of injury or damage covered by this Contract. The Contractor is responsible to ensure that all Subcontractors independently carry insurance appropriate to cover the Subcontractor's exposures or are covered under the Contractor s policies. The Contractor shall provide the Contracting Officer with a valid Certificate of Insurance, in advance of the performance of any work and as soon as possible after insurance policy renewal, exhibiting coverage as required by the Metropolitan Washington Airports Authority s contract terms and conditions. If commercial umbrella or excess policies are obtained to meet the required limits of insurance, then the Certificate of Insurance must indicate the policies covered by the umbrella or excess policies. The Certificate of Insurance shall contain any applicable additional insured statement as referred to herein. The Certificate of Insurance shall be provided on forms acceptable to the Authority, (ACORD 25-S is one form accepted by the Authority), and the contract number shall be listed on the Certificate of Insurance and issued to: Metropolitan Washington Airports Authority Procurement and Contracts Department 1 Aviation Circle, Suite 154 MA-29 Washington, DC Architectural/Engineering Design Services for Dulles Toll Road Page 17

REQUEST FOR QUALIFICATIONS INFORMATION. Task Contract - Construction Management/Engineering Services For Dulles Toll Road

REQUEST FOR QUALIFICATIONS INFORMATION. Task Contract - Construction Management/Engineering Services For Dulles Toll Road REQUEST FOR QUALIFICATIONS INFORMATION Task Contract - Construction Management/Engineering Services For Dulles Toll Road METROPOLITAN WASHINGTON AIRPORTS AUTHORITY CONSTRUCTION DEPARTMENT MA-36 MARCH 2015

More information

PRE BID CONFERENCE. IFB 1 18 C058 Northwest Security Fence Replacement at DCA January 9, 2018

PRE BID CONFERENCE. IFB 1 18 C058 Northwest Security Fence Replacement at DCA January 9, 2018 PRE BID CONFERENCE IFB 1 18 C058 Northwest Security Fence Replacement at DCA January 9, 2018 Disclaimer The information contained in this presentation is for informational purposes only In the event of

More information

Master Development Plan for the TxDOT North Tarrant Express Project, Segments 2-4. Chapter 6: Preliminary Cost Estimates.

Master Development Plan for the TxDOT North Tarrant Express Project, Segments 2-4. Chapter 6: Preliminary Cost Estimates. , Segments 2-4 Chapter 6: Preliminary Cost Estimates Table of Contents 6.1 Details of Facilities... 17 6.2 Pre-Development and Facility Feasibility... 1 6.2.1 Planning... 1 6.2.2 Environmental Mitigation...

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 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

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

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

More information

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

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

More information

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 Proposals (RFP)

Request for Proposals (RFP) Town of Londonderry, NH Planning and Engineering Professional Review Services Request for Proposals (RFP) The Town of Londonderry, New Hampshire (Town), through the office of the Town Manager, and with

More information

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN13-004 DESIGN CRITERIA PROFESSIONAL SERVICES REQUEST FOR QUALIFICATIONS (RFQ) NO. EN13-004 FOR A DESIGN CRITERIA PROFESSIONAL

More information

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director Yakima Valley Libraries 102 North Third Street Yakima, WA 98901 Request for Statement of Qualifications (SOQ) For Remodel of Sunnyside Community Library 621 Grant Sunnyside, WA 98944 Notice is hereby given

More information

BOARD OF SUPERVISORS TRANSPORTATION/LAND USE COMMITTEE INFORMATION ITEM. Dulles Corridor Metrorail Phase 2 Update

BOARD OF SUPERVISORS TRANSPORTATION/LAND USE COMMITTEE INFORMATION ITEM. Dulles Corridor Metrorail Phase 2 Update BOARD OF SUPERVISORS TRANSPORTATION/LAND USE COMMITTEE INFORMATION ITEM Date of Meeting: March 11, 2016 # 4 SUBJECT: Dulles Corridor Metrorail Phase 2 Update ELECTION DISTRICT: Countywide STAFF CONTACTS:

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

Traffic Impact Analysis Guidelines Methodology

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

More information

Request for Qualifications (RFQ) from Architectural/Engineering Firms

Request for Qualifications (RFQ) from Architectural/Engineering Firms Town of Windham, CT Issue Date: April 18, 2018 Bid Number: WHS 482018 To: Re: ALL PROSPECTIVE RESPONDENTS Request for Qualifications (RFQ) from Architectural/Engineering Firms The Town of Windham, CT (hereafter

More information

Public Works and Development Services

Public Works and Development Services City of Commerce Capital Improvement Program Prioritization Policy Public Works and Development Services SOP 101 Version No. 1.0 Effective 05/19/15 Purpose The City of Commerce s (City) Capital Improvement

More information

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

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

More information

I-64 Capacity Improvements Segment III Initial Financial Plan

I-64 Capacity Improvements Segment III Initial Financial Plan I-64 Capacity Improvements Segment III Initial Financial Plan State Project # 0064-965-229/0064-099-229 P101, R201, C501, B638, B639, B640, B641, B642, B643, D609, D610, D611 Federal # NHPP-064-3(498)/

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

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 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

COBB COUNTY DEPARTMENT OF TRANSPORTATION

COBB COUNTY DEPARTMENT OF TRANSPORTATION COBB COUNTY DEPARTMENT OF TRANSPORTATION 1890 County Services Parkway Marietta, Georgia 30008-4014 (770) 528-1600 Fax: (770) 528-1601 January 26, 2018 Re: Request for Qualifications Prequalified List of

More information

Request for Proposal on Qualifications (RFP/Q) Juniata County Government

Request for Proposal on Qualifications (RFP/Q) Juniata County Government Request for Proposal on Qualifications (RFP/Q) For Energy Performance Contracting Services For Juniata County Government Proposals Due June 5, 2015 by 4:00 p.m. Request for Qualifications: Energy Performance

More information

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR MUNICIPAL ENGINEER

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR MUNICIPAL ENGINEER REQUEST FOR PROPOSAL/QUALIFICATIONS FOR MUNICIPAL ENGINEER Issued by the Borough of Fountain Hill Date Issued: October 31, 2017 Responses Due by: November 30, 2017 REQUEST FOR PROPOSAL & QUALIFICATIONS

More information

REQUEST FOR PROPOSALS For Geotechnical Engineering Services Citywide Failed Streets Geotechnical Studies CITY OF SAN MATEO, CALIFORNIA

REQUEST FOR PROPOSALS For Geotechnical Engineering Services Citywide Failed Streets Geotechnical Studies CITY OF SAN MATEO, CALIFORNIA REQUEST FOR PROPOSALS For Geotechnical Engineering Services Citywide Failed Streets Geotechnical Studies CITY OF SAN MATEO, CALIFORNIA The City of San Mateo hereby requests proposals for Geotechnical Investigation

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

CHECKLIST FOR CONSTRUCTION STAGING PLAN IN CORAL GABLES

CHECKLIST FOR CONSTRUCTION STAGING PLAN IN CORAL GABLES CHECKLIST FOR CONSTRUCTION STAGING PLAN IN CORAL GABLES _ A Construction Staging Plan is required prior to permit issuance for all commercial and multi-family residential projects. It is intended to reduce

More information

Northern Virginia District State of the District. Helen L. Cuervo, P.E. District Engineer March 15, 2016

Northern Virginia District State of the District. Helen L. Cuervo, P.E. District Engineer March 15, 2016 Northern Virginia District State of the District Helen L. Cuervo, P.E. District Engineer March 15, 2016 Northern Virginia District Construction Performance Bill Cuttler, P.E. District Construction Engineer

More information

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

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

More information

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

SEPTEMBER 2018 DULLES CORRIDOR ENTERPRISE REPORT OF THE FINANCIAL ADVISORS

SEPTEMBER 2018 DULLES CORRIDOR ENTERPRISE REPORT OF THE FINANCIAL ADVISORS SEPTEMBER 2018 DULLES CORRIDOR ENTERPRISE REPORT OF THE FINANCIAL ADVISORS The Airports Authority established the Dulles Corridor Enterprise (DCE) Fund to segregate the financial activity associated with

More information

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520) REQUEST FOR PROPOSALS Energy Performance Contracting Services INTRODUCTION The City of Coolidge will accept competitive sealed proposals for energy performance contracting services at the address or physical

More information

Request for Proposal for Engineering Services. January 10, 2017 Sue Howard Closing Date: January 17,

Request for Proposal for Engineering Services. January 10, 2017 Sue Howard Closing Date: January 17, Request for Proposal for Sue Howard Closing Date: January 17, 2017 Email: sue.howard@wetaskiwin.ca Contents Purpose... 3 Background... 3 Terms of Reference... 4 1. General... 4 2. Key Dates... 5 Scope

More information

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion Page 1 of 11 Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion The Town of Wilton (the Town) will receive sealed qualifications

More information

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Submission deadline: 4:00 p.m. Wednesday, December 7, 2011 I. General Center Township Butler County,

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 QUALIFICATIONS TERMINAL 3 HEADLINE DOLPHIN DESIGN & MAINTENANCE PROGRAM

REQUEST FOR QUALIFICATIONS TERMINAL 3 HEADLINE DOLPHIN DESIGN & MAINTENANCE PROGRAM 4/13/2015 REQUEST FOR QUALIFICATIONS TERMINAL 3 HEADLINE DOLPHIN DESIGN & MAINTENANCE PROGRAM A. INTRODUCTION The Port of Port Angeles (Port) invites qualified consultants to submit their qualifications

More information

GLOSSARY. At-Grade Crossing: Intersection of two roadways or a highway and a railroad at the same grade.

GLOSSARY. At-Grade Crossing: Intersection of two roadways or a highway and a railroad at the same grade. Glossary GLOSSARY Advanced Construction (AC): Authorization of Advanced Construction (AC) is a procedure that allows the State to designate a project as eligible for future federal funds while proceeding

More information

THE SANFORD AIRPORT AUTHORITY ORLANDO SANFORD INTERNATIONAL AIRPORT (SFB)

THE SANFORD AIRPORT AUTHORITY ORLANDO SANFORD INTERNATIONAL AIRPORT (SFB) Page 1 of 7 THE SANFORD AIRPORT AUTHORITY ORLANDO SANFORD INTERNATIONAL AIRPORT (SFB) REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL AIRPORT ENGINEERING SERVICES Sanford Airport Authority 1200 Red Cleveland

More information

ALL Counties. ALL Districts

ALL Counties. ALL Districts TEXAS TRANSPORTATION COMMISSION ALL Counties rhnute ORDER Page of ALL Districts The Texas Transportation Commission (commission) finds it necessary to propose amendments to. and., relating to Transportation

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS REQUEST FOR QUALIFICATIONS FOR DESIGN SERVICES BROUGHAM DRIVE REGIONAL DETENTION PN 2-C-002-16 SMP #: BR-09-001 January 13, 2017 RFQ-1 I. INTRODUCTION AND BACKGROUND The City of Olathe, Kansas, Public

More information

REQUEST FOR INFORMATION

REQUEST FOR INFORMATION REQUEST FOR INFORMATION Regarding the Interstate 66 Corridor Improvements (From US Route 15 in Prince William County To Interstate 495 in Fairfax County RFI Issuance Date: June 27, 2013 RFI Closing Date:

More information

TRANSPORTATION CAPITAL PROGRAM

TRANSPORTATION CAPITAL PROGRAM TRANSPORTATION CAPITAL PROGRAM The transportation capital program for fiscal year 2016 through fiscal year 2020 consists of a variety of transportation construction and maintenance capital projects primarily

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

for Job Order Contract Washington State University

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

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR TRAVEL DEMAND MODELING AND DATA MANAGEMENT

REQUEST FOR QUALIFICATIONS (RFQ) FOR TRAVEL DEMAND MODELING AND DATA MANAGEMENT REQUEST FOR QUALIFICATIONS (RFQ) FOR TRAVEL DEMAND MODELING AND DATA MANAGEMENT Issue Date: October 26, 2017 Response Date/Time: November 30, 2017 (4:00 p.m.) Response Location: Capitol Region Council

More information

VIRGINIA S STATE OF THE STATE ADDRESS

VIRGINIA S STATE OF THE STATE ADDRESS VIRGINIA S STATE OF THE STATE ADDRESS TRB ADC40 Summer Session July 27, 2009 Paul M. Kohler Noise Abatement Program Manager AGENDA 1. Economic Status of Virginia 2. Reorganization of VDOT 3. Projects of

More information

SOUTH CENTRAL PLANNING AND DEVELOPMENT COMMISSION. Scope of Services. Terrebonne Parish

SOUTH CENTRAL PLANNING AND DEVELOPMENT COMMISSION. Scope of Services. Terrebonne Parish SOUTH CENTRAL PLANNING AND DEVELOPMENT COMMISSION Scope of Services Terrebonne Parish Houma-Thibodaux Metropolitan Planning Organization Project Description This project will review the feasibility of

More information

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES FOR DOUGLAS CITY HALL RENOVATIONS DOUGLAS, WYOMING

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES FOR DOUGLAS CITY HALL RENOVATIONS DOUGLAS, WYOMING REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES FOR DOUGLAS CITY HALL RENOVATIONS DOUGLAS, WYOMING Request for Qualifications (RFQ) due: 3:00pm local time, August 17, 2018 Page 1 of 8 Section One Introduction

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. Additional Scope Component

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

More information

Fiscal Year VDOT Annual Budget June 2017

Fiscal Year VDOT Annual Budget June 2017 Fiscal Year 2018 VDOT Annual Budget June 2017 This Page Intentionally Left Blank Annual Budget FY 2018 2 Virginia Department of Transportation Table of Contents Overview.. 5 Revenues.. 7 Highway Maintenance

More information

Request for Qualifications (RFW: 18-19/01) Architectural/Engineering Firms

Request for Qualifications (RFW: 18-19/01) Architectural/Engineering Firms Request for Qualifications (RFW: 18-19/01) Architectural/Engineering Firms RFQ Due Date: May 3, 2019 @ 2:00 p.m. Mr. Alonso Casas, Project Manager Building 10, Room #16 Imperial Community College District

More information

RECEIVE A REPORT AND APPROVE PROPOSED PUBLIC ENGAGEMENT POLICIES AND PRACTICES FOR THE PUBLIC

RECEIVE A REPORT AND APPROVE PROPOSED PUBLIC ENGAGEMENT POLICIES AND PRACTICES FOR THE PUBLIC J-17 STAFF REPORT MEETING DATE: October 24, 2017 TO: City Council FROM: Russ Thompson, Public Works Director PRESENTER: Russ Thompson, Public Works Director SUBJECT: RECEIVE A REPORT AND APPROVE PROPOSED

More information

1-10-C126 Questions and Answers Unarmed Guard Services at Washington Dulles International Airport and the Dulles Toll Road August 9, 2010

1-10-C126 Questions and Answers Unarmed Guard Services at Washington Dulles International Airport and the Dulles Toll Road August 9, 2010 1. Does the contractor or subcontractor need to be a state licensed private security company? 2. If not, do you require the employees providing security services to have completed the Commonwealth Of VA.?

More information

General Discussion A&E Services Consultants

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

More information

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office For For The Issue Date: June 1, 2018 Due Date: June 25, 2018 by 10:00 a.m. Central Time Submit RFP to: Benton County Commission c/o Michelle McLerran Kreisler P.O. Box 1238 316 Van Buren Warsaw, Missouri

More information

Request For Qualifications Construction Management at Risk

Request For Qualifications Construction Management at Risk Request For Qualifications Construction Management at Risk DAVIE COUNTY HIGH SCHOOL REPURPOSING PROJECT SOLICITATION: REC-2018-020 Representative for RFQ: Brad Blackwelder bblackwelder@daviecountync.gov

More information

Request for Proposals (RFP): Lake Avondale Stormwater Mitigation Facility Design and Construction Documents

Request for Proposals (RFP): Lake Avondale Stormwater Mitigation Facility Design and Construction Documents Request for Proposals (RFP): Lake Avondale Stormwater Mitigation Facility Design and Construction Documents Issuing Agency: City of Avondale Estates 21 North Avondale Plaza Avondale Estates, GA 30002 Phone:

More information

DULLES CORRIDOR COMMITTEE

DULLES CORRIDOR COMMITTEE M E T R O P O L I T A N W A S H I N G T O N A I R P O R T S A U T H O R I T Y DULLES CORRIDOR COMMITTEE Approval Of Phase 2 Cooperative Agreements With The Airports Authority And The Washington Metropolitan

More information

METROPOLITAN AIRPORT AUTHORITY OF PEORIA REQUEST FOR PROPOSALS FOR TREE TRIMMING/CLEARING SERVICES. for the

METROPOLITAN AIRPORT AUTHORITY OF PEORIA REQUEST FOR PROPOSALS FOR TREE TRIMMING/CLEARING SERVICES. for the METROPOLITAN AIRPORT AUTHORITY OF PEORIA NOTICE OF REQUEST FOR PROPOSALS TREE TRIMMING/CLEARING SERVICES FOR THE GENERAL WAYNE A. DOWNING PEORIA INTERNATIONAL AIRPORT and MT. HAWLEY AIRPORT Notice is hereby

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES ALVORD UNIFIED SCHOOL DISTRICT Angie Lopez, Director of Facilities Planning 10365 Keller Avenue Riverside, CA 92505 VARIOUS PROJECTS

More information

CITY OF DES MOINES ENGINEERING DEPARTMENT REQUEST FOR PROPOSALS

CITY OF DES MOINES ENGINEERING DEPARTMENT REQUEST FOR PROPOSALS CITY OF DES MOINES ENGINEERING DEPARTMENT REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR 2016-2017 ON-CALL TRAFFIC ENGINEERING SERVICES Activity ID 14-2016-002 1. Purpose: The City of Des Moines, Iowa,

More information

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES The Fayette County School District (FCSD) desires to retain the services of a professional Construction

More information

REQUEST FOR PROPOSALS AQUATIC FACILITY AUDIT CAMPBELL COMMUNITY CENTER POOL. Consultant Services. September 30, 2016

REQUEST FOR PROPOSALS AQUATIC FACILITY AUDIT CAMPBELL COMMUNITY CENTER POOL. Consultant Services. September 30, 2016 REQUEST FOR PROPOSALS AQUATIC FACILITY AUDIT CAMPBELL COMMUNITY CENTER POOL Consultant Services September 30, 2016 City of Campbell Department of Recreation and Community Services REQUEST FOR PROPOSAL

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

CITY OF MOBILE REQUEST FOR QUALIFICATIONS LANDSCAPE ARCHITECTURAL SERVICES THREE MILE CREEK GREENWAY TRAIL: PHASE I (TRICENTENNIAL PARK)

CITY OF MOBILE REQUEST FOR QUALIFICATIONS LANDSCAPE ARCHITECTURAL SERVICES THREE MILE CREEK GREENWAY TRAIL: PHASE I (TRICENTENNIAL PARK) CITY OF MOBILE REQUEST FOR QUALIFICATIONS LANDSCAPE ARCHITECTURAL SERVICES THREE MILE CREEK GREENWAY TRAIL: PHASE I (TRICENTENNIAL PARK) I. Introduction The City of Mobile ( City ) is seeking competitive

More information

DESIGN BUILD PARKING LOT AND MODULAR FACILITY FOR LYNX PARATRANSIT OPERATIONS (LOC EXPANSION) RFP 18-R01 ADDENDUM NUMBER ONE (1) August 3, 2018

DESIGN BUILD PARKING LOT AND MODULAR FACILITY FOR LYNX PARATRANSIT OPERATIONS (LOC EXPANSION) RFP 18-R01 ADDENDUM NUMBER ONE (1) August 3, 2018 Clarification: DESIGN BUILD PARKING LOT AND MODULAR FACILITY FOR LYNX PARATRANSIT OPERATIONS (LOC EXPANSION) RFP 18-R01 ADDENDUM NUMBER ONE (1) August 3, 2018 Proposers may submit clarifying questions

More information

FLINT HILL MANOR FLINT HILL MANOR. Replacement Reserve Study. Oakton, Virginia. Property Management: Flint Hill Manor Townhouse Association

FLINT HILL MANOR FLINT HILL MANOR. Replacement Reserve Study. Oakton, Virginia. Property Management: Flint Hill Manor Townhouse Association Replacement Reserve Study REPLACEMENT RESERVE STUDY Oakton, Virginia Property Management: Flint Hill Manor Townhouse Association Jamie Critchfield Vice President Email: tommie0200@aol.com Consultant: RICHARD

More information

Revenue Sharing Program Guidelines

Revenue Sharing Program Guidelines Revenue Sharing Program Guidelines For further information, contact Local VDOT Manager or Local Assistance Division Virginia Department of Transportation 1401 East Broad Street Richmond, Virginia 23219

More information

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

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

More information

Alameda Corridor Maintenance Services RFP. Pre-Proposal Meeting

Alameda Corridor Maintenance Services RFP. Pre-Proposal Meeting Alameda Corridor Maintenance Services RFP Pre-Proposal Meeting September 5, 2018 Disclaimer: If there is any conflict between the information contained in the presentation and that contained in the RFP,

More information

CITY OF CORNING SPECIAL EVENT APPLICATION [***PLEASE READ ENTIRE APPLICATION BEFORE COMPLETING***]

CITY OF CORNING SPECIAL EVENT APPLICATION [***PLEASE READ ENTIRE APPLICATION BEFORE COMPLETING***] CITY OF CORNING SPECIAL EVENT APPLICATION [***PLEASE READ ENTIRE APPLICATION BEFORE COMPLETING***] To apply for a Special Event, applicants must submit a typewritten letter to the City Clerk, City of Corning,

More information

Maintenance Funding & Investment Decisions STACEY GLASS, P.E. STATE MAINTENANCE ENGINEER ALABAMA DEPARTMENT OF TRANSPORTATION

Maintenance Funding & Investment Decisions STACEY GLASS, P.E. STATE MAINTENANCE ENGINEER ALABAMA DEPARTMENT OF TRANSPORTATION Maintenance Funding & Investment Decisions STACEY GLASS, P.E. STATE MAINTENANCE ENGINEER ALABAMA DEPARTMENT OF TRANSPORTATION Funding Allocations Routine State $ 166 Million Resurfacing Federal $ 260 Million

More information

Monroe County Soil & Water Conservation District

Monroe County Soil & Water Conservation District Monroe County Soil & Water Conservation District Nature Based Shoreline Design Request for Qualifications (RFQ) Release Date: October 26, 2018 Response Deadline: 12/7/2018 Monroe County Soil & Water Conservation

More information

Botetourt County Public Schools

Botetourt County Public Schools Botetourt County Public Schools Request for Proposals # 18-5000 for Architectural and Engineering Services Related to the Design of a New Elementary School One (1) original and four (4) copies of sealed

More information

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ) Pavement Repair Projects Ad Ready Design (PS&E) August 2018

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ) Pavement Repair Projects Ad Ready Design (PS&E) August 2018 CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ) 2018 2019 Pavement Repair Projects Ad Ready Design (PS&E) August 2018 INTRODUCTION In conformance with RCW 39.80, the City

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

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES The City of Manchester (City) is requesting Competitive Sealed Proposals from qualified firms interested in contracting with the City

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

This chapter describes the initial financial analysis and planning for the construction and operations of the Locally Preferred Alternative (LPA).

This chapter describes the initial financial analysis and planning for the construction and operations of the Locally Preferred Alternative (LPA). 8 FINANCIAL ANALYSIS This chapter describes the initial financial analysis and planning for the construction and operations of the Locally Preferred Alternative (LPA). The alternative formerly known as

More information

REQUEST FOR PROPOSALS FOR CITY OF LAGUNA BEACH

REQUEST FOR PROPOSALS FOR CITY OF LAGUNA BEACH REQUEST FOR PROPOSALS FOR CITY OF LAGUNA BEACH Cost Study for Citywide Undergrounding, Laguna Canyon Road and El Toro Road Undergrounding, & Electric Utility Distribution System Acquisition June 3, 2016

More information

REQUEST FOR QUALIFICATIONS Engineering Services for Aerial Sewer Line Construction Project SOUTH GRANVILLE WATER AND SEWER AUTHORITY October 31, 2018

REQUEST FOR QUALIFICATIONS Engineering Services for Aerial Sewer Line Construction Project SOUTH GRANVILLE WATER AND SEWER AUTHORITY October 31, 2018 Engineering Services for Aerial Sewer Line Construction Project SOUTH GRANVILLE WATER AND SEWER AUTHORITY October 31, 2018 I. PURPOSE/BACKGROUND The South Granville Water and Sewer Authority () is a water

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

Electronic copies: Michael Francis Desiree Young Dyan Merced File

Electronic copies: Michael Francis Desiree Young Dyan Merced File cc: Electronic copies: Purchasing@cobbcounty.org Michael Francis Desiree Young Dyan Merced File Cobb County Department of Transportation Preconstruction Division ADDENDUM ACKNOWLEDGEMENT FORM We acknowledge

More information

10-Year Capital Highway Investment Plan DRAFT

10-Year Capital Highway Investment Plan DRAFT 10-Year Capital Highway Investment Plan DRAFT 2018-2027 DRAFT AUGUST 2017 1 Table of Contents PURPOSE OF 10-YEAR CAPITAL HIGHWAY INVESTMENT PLAN... 1 This page intentionally left blank. SUMMARY OF INVESTMENT

More information

Dulles Corridor Metrorail Project

Dulles Corridor Metrorail Project Dulles Corridor Metrorail Project MONTHLY COST AND SCHEDULE UPDATE FOR PHASES 1 AND 2 AS OF NOVEMBER 30, 2014 JANUARY 2015 0 Phase 1 Cost Summary November Expenditures $ 1.6 Million Total Expenditures

More information

Revenue Sharing Program Guidelines

Revenue Sharing Program Guidelines Revenue Sharing Program Guidelines For further information, contact Local VDOT Manager or Local Assistance Division Virginia Department of Transportation 1401 East Broad Street Richmond, Virginia 23219

More information

ANNOUNCEMENT. This request for qualifications seeks the following type of service providers:

ANNOUNCEMENT. This request for qualifications seeks the following type of service providers: ANNOUNCEMENT REQUEST FOR STATEMENT OF QUALIFICATIONS NOTICE FOR ENGINEERING SERVICES BY SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES DESIGN AND CONSTRUCTION The San Francisco Unified School District

More information

I. PROJECT DESCRIPTION

I. PROJECT DESCRIPTION REQUEST FOR QUALIFICATIONS The Board of Education of the Mariemont City School District (the Owner ) is seeking sealed, signed, written qualification statements from qualified Construction Management firms

More information

REQUEST FOR QUALIFICATIONS Collier Pool Public Art Project Budget: $17,500 Deadline for Submittal: January 5, 2017

REQUEST FOR QUALIFICATIONS Collier Pool Public Art Project Budget: $17,500 Deadline for Submittal: January 5, 2017 City of Corpus Christi Arts & Cultural Commission PO Box 9277 Corpus Christi, Texas 78469-9277 (361) 826-3489 tessa@cctexas.com REQUEST FOR QUALIFICATIONS Collier Pool Public Art Project Budget: $17,500

More information

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS

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

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS REVEREND PETER ATKINS PARK BATHROOM PROJECT CCE PROJECT NO. 117-106 NOVEMBER 2, 2017 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 1.0 INTRODUCTION

More information

Resolution Establishing Special Event Permit Requirements For Larimer County Roads

Resolution Establishing Special Event Permit Requirements For Larimer County Roads Resolution Establishing Special Event Permit Requirements For Larimer County Roads SECTION I - Authority Authority for the administration and enforcement of the Special Event Permit for Larimer County

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

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

HUNTERSVILLE GATEWAY APPROX 327 HUNTERSVILLE GATEWAY DR HUNTERSVILLE, NC ABC STORE # 22

HUNTERSVILLE GATEWAY APPROX 327 HUNTERSVILLE GATEWAY DR HUNTERSVILLE, NC ABC STORE # 22 REQUEST FOR QUALIFICATIONS (RFQ) For ARCHITECTURAL/ENGINEERING SERVICES FOR THE MECKLENBURG COUNTY ALCOHOLIC BEVERAGE CONTROL BOARD HUNTERSVILLE GATEWAY APPROX 327 HUNTERSVILLE GATEWAY DR HUNTERSVILLE,

More information

Special Conditions, Regulations and Instructions for Right of Way Permit Applications

Special Conditions, Regulations and Instructions for Right of Way Permit Applications Special Conditions, Regulations and Instructions for Right of Way Permit Applications The Department of Environmental Services (DES) issues public right of way (PROW) permits to contractors with a valid

More information

Residential Street Improvement Plan

Residential Street Improvement Plan Residential Street Improvement Plan Introduction Aging infrastructure, including streets, is a nationwide problem and it is one of the biggest challenges facing many cities and counties throughout the

More information

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # ) REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO (PPLD RFP #490-16-01) Pikes Peak Library District ( PPLD ) invites qualified

More information