REQUEST FOR PROPOSAL Interregional Transportation Demand Management Action Plan

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL Interregional Transportation Demand Management Action Plan"

Transcription

1 REQUEST FOR PROPOSAL Interregional Transportation Demand Management Action Plan DATE ISSUED: October 10, 2013 RESPONSES DUE: CONTACT PERSON: October 31, 2013 at 4:00 p.m. Anthony Zepeda Associate Regional Planner PHONE: (209) REGULAR MAIL \ EXPRESS MAIL \ HAND DELIVERY San Joaquin Council of Governments 555 East Weber Avenue Stockton, CA SAN JOAQUIN COUNCIL OF GOVERNMENTS SACRAMENTO AREA COUNCIL OF GOVERNMENTS

2 TABLE OF CONTENTS INTRODUCTION & PROJECT NEED 1 SCOPE OF WORK 3 PROJECT SCHEDULE 6 SUBMITTAL FORMAT 6 RFP SCHEDULE 9 SUBMITTAL PROCESS 9 SELECTION PROCESS/CONTRACT AWARD 12 PROPOSAL SCORING 13 DISADVANTAGED BUSINESS ENTERPRISE (DBE) POLICY 13 CONTRACT PROVISIONS 15 QUESTIONS 16

3 INTRODUCTION The San Joaquin Council of Governments (SJCOG) is a Joint Powers Authority comprised of the County of San Joaquin and the Cities of Stockton, Lodi, Manteca, Tracy, Ripon, Escalon, and Lathrop. SJCOG serves as the Regional Transportation Planning Agency (RTPA), the Local Transportation Authority, the Metropolitan Planning Organization (MPO), the Airport Land Use Commission, and the Congestion Management Agency (CMA). The Sacramento Area Council of Governments (SACOG) is an association of local governments in the six county Sacramento Region. Its members include the Counties of El Dorado, Placer, Sacramento, Sutter, Yolo, and Yuba, as well as the Cities of Auburn, Citrus Heights, Colfax, Davis, Elk Grove, Folsom, Galt, Isleton, Lincoln, Live Oak, Marysville, Placerville, Rancho Cordova, Rocklin, Roseville, Sacramento, West Sacramento, Wheatland, Winters, Woodland, Yuba City; and the town of Loomis. SACOG s various designations include the Regional Transportation Planning Agency (RTPA), the Metropolitan Planning Organization (MPO), the Airport Land Use Commission, and the Capitol Valley Service Authority for Freeways and Expressways (CVRS). SJCOG and SACOG are working in partnership to develop an Interregional Travel Demand Management Action Plan. The project will identify and define Travel Demand Management (TDM) strategies to assist both agencies in the implementation of their Regional Transportation Plans and Sustainable Communities Strategies. A consulting firm will be hired to produce the majority of the analysis and to develop the TDM Action Plan and supporting deliverables. A Project Steering Committee, comprised of planning personnel from SJCOG and SACOG, member jurisdictions, and stakeholders will be active in reviewing the development of the TDM Action Plan. SJCOG will serve as the lead agency for this project. PROJECT NEED This project will address the approximately 50 miles of the I 5 and SR 99 corridors between the City of Stockton in San Joaquin County and the City of Sacramento in Sacramento County. These two corridors support 98% of the north/south vehicle trips between the two regions. Between the San Joaquin County and Sacramento County regions, both the I 5 and SR 99 corridors are used extensively for commuting to work. Northbound traffic during the AM peak hours operates at a Level of Service (LOS) D on the four lane portion of both highways. Once this traffic merges with the localized commute in the Sacramento region, the roadways degrade to an LOS of E or F. The operational condition is reversed during the Southbound PM peak hour traffic. As a result, this condition negatively impacts the regions ability to meet air quality and greenhouse emissions targets; employee productivity and quality of life for the regions 1

4 residents; and freight and goods movement, especially during prime agricultural seasons when crops travel between farms, markets, and processors. Even though some strategic corridor improvements are planned, as population growth continues in both counties, vehicles miles traveled are expected to grow as well, which will serve to increase traffic congestion on both corridors. Thus, there is a need to develop effective interregional TDM strategies that will reduce current and future interregional capacity demands on the I 5 and SR 99 corridors, and will preserve and improve system operations for local and regional travel and commerce. Request for Proposal SJCOG is seeking proposals from qualified firms to assist with the development and preparation of an Interregional Transportation Demand Management Action Plan that will address commute related congestion between Sacramento and San Joaquin Counties, and help to reduce immediate and future interregional capacity demands, particularly in the I 5 and SR 99 corridors. The final work product will be an Interregional TDM Action Plan that can be coordinated and implemented between the two regions in order to improve system operations on both corridors. The work product will involve documenting project efforts in an Executive Summary, Technical Report, and an Interregional TDM Action Plan. A further description of project work products is included in the Scope of Work section of this RFP. The final work product will not only help SACOG and SJCOG with developing TDM strategies for the I 5 and SR 99 corridors, but will also provide a model for TDM strategies to address other corridors within the region and statewide, as well as support the California Department of Transportation Interregional Blueprint and Corridor System Management Plans. The final product will also be aligned with Federal Transportation Planning Goals. Project Initiation Prior to executing a contract, SJCOG and SACOG staff will meet with consultant team to review project parameters, clarify team roles and project expectations, develop project reporting protocols, and review project schedule and key deliverables. In addition to familiarizing the consultant team with the key stakeholders and issues, the primary goal of this task is to finalize the scope of work and contract. The consultant team will also use this opportunity to gather and review existing documents and other pertinent information. The outcome of this task will establish the final scope of work and lead to an executed contract. 2

5 SCOPE OF WORK The following scope of work outlines the project tasks that will need to be completed for the Interregional TDM Action Plan. Throughout the project, SJCOG and SACOG will work together to support the development of the TDM Action Plan. The project will be performed in coordination with a Project Steering Committee (PSC) committee comprised of planning personnel from SJCOG and SACOG, member jurisdictions, and stakeholders. The PSC will be active in reviewing the work plan, project deliverables, defining TDM opportunities and reviewing and critiquing project reports. Overall Project Objectives Identify near term demand characteristics for work related commute travel between the regions. Develop a strategic vision to address future transportation needs. Assess costs and benefits and implementation issues for different potential demand management and investment strategies to address interregional commute travel. Assess a range of policy issues, with particular focus on the issues of financing and institutional alternatives. Conduct a commuter survey and stakeholder public outreach to identify existing travel behavior, commute travel origins and destinations, and TDM opportunities/strategies. Engage a diverse group of stakeholders in the public outreach and development of the TDM Action Plan, including but not limited to employers, public agencies, Transportation Management Agencies, Transit providers, commuters, and underrepresented groups (i.e., traditionally transit dependent populations: low income, elderly, and youth). Evaluate multi modal connections and access to enhance efficiency of existing transportation system. Develop an Interregional TDM Action Plan for coordinated use by SJCOG and SACOG, Transportation Management Agencies (TMAs), and related stakeholders. Identify tools, incentives, and resources for stakeholders to implement TDM Action Plan. Assess existing policies and ordinances that may affect TDM implementation (i.e., San Joaquin Valley Air Pollution Control District Rule 9410). Compile results in an Executive Summary and Technical Report explaining the strategic basis of the TDM Implementation strategies and policies for review and consideration for adoption by the regions governing boards. 3

6 Document Existing Conditions Considerations to be addressed with SJCOG and SACOG staff and PSC for this task include, but are not necessarily limited to the following: Collate information on existing interregional operational conditions on I 5 and SR 99 using available data and statistics, surveys, existing goals / objectives / performance measures, reports and other documents. Reference and use information and data from existing Corridor System Management Plans (CSMP) and Regional / Interregional Blueprint efforts Document existing travel demand and patterns using regional transportation models, HPMS, state data, private sources, etc. To the extent possible, develop profiles or patterns of travel based on major functions by length, mode and purpose. Inventory and document existing TDM strategies being employed to address commute travel on these corridors. Review and document previous regional planning efforts in the SACOG & SJCOG regions Develop and conduct new commuter survey, individual meetings, interviews, focus groups and/or workshops with employees and stakeholders to understand current travel behavior, the effect of recent fuel price increases, and TDM strategies likely to be most effective in encouraging commuters to shift modes from solo driving for at least some of their commute trips. This includes the research and analysis of the commuting public with origins and destinations from underrepresented communities within the project s footprint representing varying ethnic backgrounds. Identify TDM/Multimodal Service Strategies Develop draft interregional vision statement in conjunction with PSC to develop a uniform vision for addressing the spectrum of interdependent transportation issues. Based on underlying demographic and economic drivers, develop a plausible range of travel demand management opportunities. The identification of opportunities will consider factors such as origin/destination activity in the regions, saturation of car ownership, alternative modes, fuel costs, and the environment. Examine other sources of travel demand variables such as those based on Regional Transportation Plans, growth/land use patterns in Sustainable Community Strategies, and expectations derived from Regional Blueprints. Develop alternative strategies to assess alternative combinations of TDM opportunities, such as transit oriented development, public transit services, ride sharing, vanpooling, incentive programs, workplace car sharing/concierges/mobile services, telecommuting, etc., including a first order estimation of costs, and a qualitative and first order quantitative analysis of benefits and beneficiaries. 4

7 Develop considerations of demographic and corridor utility for future transportation demand in the regions; review with PSC. Assess and Select Preferred Strategies Review strategies and anticipated outcomes with the PSC and stakeholders to identify the draft Interregional TDM Action Plan strategies that support the greatest near and long term potential for congestion relief, operational capacity, GHG emission reductions, air quality, energy conservation, and other environmental benefits. Assess with the PSC and stakeholders challenges to implementing strategies, including costs, modal and intermodal challenges, financing, public private role considerations, multiregional institutional roles, and technology needs. Develop Interregional TDM Action Plan The consultant will work with SJCOG / SACOG and PSC to identify recommendations for a final Interregional TDM Action Plan. Assess and document a range of potential interregional implementation issues and options, including: o Strengths and challenges in the emerging competitive environment. o Priorities and costs for short and long term corridor TDM strategies. o The role of technology in the regions future. o Potential for expanded public and private transportation options. o Acceptability of pricing as a congestion management tool. o Role of COGs, TMAs, employers, and other stakeholders in interregional TDM strategies. o Implications of future Federal surface transportation program authorizations for funding support. o Institutional considerations, including multi region efforts, public private partnership opportunities, etc. Complete a TDM Action Plan, an Executive Summary, and a Technical Report. Establish foundation for interregional coordination for implementation of TDM Action Plan. 5

8 Final Report The consultant will prepare and present a draft final report for review to SJCOG / SACOG staff and PSC. The report will be developed in conjunction with the PSC. The consultant will present the final report to the appropriate SJCOG and SACOG committees and governing boards for review and consideration for adoption. Develop staff reports and presentation materials for SJCOG and SACOG Boards (e.g., Power Point presentation, maps, and supporting documentation). Project Meetings Throughout the contract term, the consultant will be expected to conduct and facilitate all meetings necessary with the PSC and to make the final report presentations to the SJCOG and SACOG Board of Directors. PROJECT SCHEDULE The final report for the project is expected to be completed by May 30, The intent is for the project scope of work and consultant contract to be finalized by December 13, Project work is anticipated to begin December 16, SUBMITTAL FORMAT Proposal content and completeness are important. Clarity and conciseness will be considered in assessing the proposal. A consultant selection committee will screen all consultant proposals submitted in response to this request. The committee will determine, through the screening process, which consultants will be invited to make formal presentations and be interviewed by the selection committee. The consultant selection committee reserves the right to make a final selection for recommendation to the SJCOG Board of Directors without an interview. Submittal Requirements: One (1) reproducible, one (1) digital, and seven (7) bound copies of the proposal must be received at SJCOG by 4:00 p.m. on October 31, Proposals not received by that date and time will not be considered. Faxes, e mail, or postmarks will not be accepted. 6

9 SJCOG is looking to simplify the review process and maximize the degree of comparative analysis. The proposal is strongly encouraged (not mandatory) to be no longer than 20 singlesided pages, excluding transmittal letter, table of contents and staff resumes, and organized in the following manner: A) Transmittal letter: The transmittal letter should be signed by an official authorized to bind the consultant contractually and will contain a statement to that the proposal is a firm offer for ninety (90) days. The letter accompanying the proposal will also provide the following: name, title, address, and telephone of individuals with the authority to negotiate and contractually bind the company. B) Overview: This section should clearly convey the consultant's understanding of the nature of the work and the general approach to be taken in its performance. This section should include, but not be limited to, a discussion of the purpose of the project, the organization of the project effort, and a summary of the proposed approach. C) Table of Contents: Include identification of the material by section and page number. D) Detailed Work Plan: This section should include the following components: Task Description: Include a full description of each step to be followed in carrying out the project. The work description should be presented in sufficient detail (tasks, subtasks, etc) to show a clear understanding of the work and the proposed approach. Deliverables: A description of the format, content, and level of detail that can be expected for each deliverable. Schedule: A schedule showing the expected sequence of tasks, subtasks, etc. should accompany the work description. Important milestones should be identified on the schedule along with the expected time of completion. The schedule should be consistent with a May 30, 2014 final report deadline. Management Approach: This section should describe the consultant s management approach. If this proposal is a team effort, the distribution of work among the team members should be indicated. Describe the organization of the management team, the structure of the work assignments, and any specific features of the management approach that requires special explanation. Designate by name the project manager to be employed who will oversee the project. Substitutions of the identified project 7

10 manager will be allowed only under special circumstances and only with approval from the SJCOG project manager. Qualifications: Include the name and qualifications of all professional personnel to be employed, a resume for each professional (included in an appendix), a statement indicating how many hours each professional will be assigned to the contract, and what tasks each professional will perform. Staffing assignments should be specific enough to demonstrate an understanding of the skills required to conduct the study, and the appropriate commitment of proper resources. This item includes qualifications of any sub consultants to be retained to carry out this project. The selected consultant will not substitute members of the project team without prior approval of the SJCOG project manager. E) Budget and Cost Breakdown: The budget for this project is One Hundred and Thirty Five Thousand ($135,000). The cost breakdown must itemize all items that will be charged to SJCOG, including travel charges that will be involved in the study, and included in the bid amount. Costs will be segregated to show actual salary costs including hours, rates, classifications, and administrative overhead and fringe benefits expenses. No sub consultant or direct charge mark up will be accepted. This section should also provide a full description of the expected expenditures of funds for the work described in this RFP. The cost breakdown should include, but is not limited to, the following: Billing Rates: A schedule of billing rates by category of employee, to be used in computing the billing cost during the term of the contract. Billing rates should cover all costs associated with the employee. Task Budget: A schedule of estimated costs to complete each task should add down to the total cost of the project. The task budget should include a breakdown by task hours, billing rate charges, and the itemization of other direct costs attributed to the task. To ensure a full understanding of the resources committed to the project, the schedule should clearly indicate the amount of hours key personnel will be used in each task. Direct Costs: All direct costs (e.g., travel, printing, postage) specifically attributed to the project and not included in the billing rates must be identified to be eligible for reimbursement. Mileage reimbursement is not to exceed IRS published rates for the particular time period. Once contractually authorized, direct cost budgets may not be substituted without prior written consent of the SJCOG project manager. 8

11 F) References: Provide a description of previous projects that significantly relate to your qualifications for this project. Provide names, addresses, and telephone numbers for a least three clients for whom your firm provided services comparable to those described in this RFP. RFP SCHEDULE Task Date RFP Distributed to Consultants October 10, 2013 Proposals Due to SJCOG by 4:00PM October 31, 2013 Proposal Review is Completed by SJCOG/SACOG November 6, 2013 *Tentative Date of Interviews (if necessary) November 12 13, 2013 SJCOG Board Approval of Professional Services November 21, 2013 Agreement Finalize Scope of Work and Contract December 13, 2013 Begin Work December 16, 2013 Complete Work per Scope and Contract May 30, 2014 * The consultant selection committee will screen all consultant proposals submitted in response to this request. The committee will determine, through the screening process, which consultants will be invited to make formal presentations and be interviewed by the selection committee. The consultant selection committee reserves the right to make a final selection for recommendation to the SJCOG Board of Directors without an interview. SUBMITTAL PROCESS Submission of Proposal/Period of Acceptance One (1) reproducible master, one (1) electronic, and seven (7) hard copies of all proposals must be delivered to SJCOG no later than 4:00 p.m., Pacific Standard Time on October 31, Proposals will not be accepted after 4:00 p.m. PST. Faxes, e mails, or postmarks will not be accepted. Proposals must be delivered to: San Joaquin Council of Governments ATTN: Rebecca Calija AZ RFP 555 East Weber Avenue Stockton, CA

12 All proposals shall remain valid for a period of ninety (90) days following the final date for submission. All proposals will become the sole property of SJCOG and a part of its official records without obligation on the part of SJCOG. This RFP is not to be construed as a contract of commitment on the part of SJCOG. SJCOG reserves the right to reject all proposals, to seek additional information from each proposer, or to issue another RFP, if deemed appropriate. Proposals are prepared at the sole cost of the consultant. Examination of RFP Document The proposer shall be solely responsible for examining, with appropriate care, the RFP, including any addenda issued during the proposal period. The proposer shall also be responsible for informing itself with respect to any and all conditions that may in any way affect the amount or nature of the proposal or the performance of the work in the event the proposer is selected. Failure of the proposer to examine and inform itself in this manner shall be at the proposer s own risk and no relief for error or omission shall be given. Conflict of Interest The prospective consultant shall disclose any financial, business, or other relationship with SJCOG that may have an outcome on the selection. Signing of Proposal/Authorization to Negotiate The proposal shall be signed by an official authorized to bind the proposer and shall contain a statement to the effect that the proposal is a firm offer for a 90 day period. The proposal shall also provide the following: name, title, address, and telephone number of individuals with authority to negotiate and contractually bind the company. Modification or Withdrawal of Proposals Any proposal received before the date and time specified above for receipt of proposals may be withdrawn or modified by written request of the proposer. To be considered, however, the modified proposal must be received by the proposal due date and time specified previously. All verbal modifications to these conditions or provisions are ineffective for proposal evaluation purposes. Only written changes issued by proposers to SJCOG are authorized and binding. Rejection of Proposals Failure to meet the requirements for the RFP will be cause for rejection of the proposal. SJCOG may reject any proposal if it is conditional, incomplete, or contains irregularities or inordinately high cost rates. SJCOG may waive an immaterial deviation in a proposal. Waiver of an 10

13 immaterial deviation shall in no way modify the Request for Proposals document or excuse the proposer from full compliance with the contract requirements if the proposer is awarded the contract. Ineligible Bidders Each consultant must certify that it is not included on the U.S. Comptroller General s Consolidated List of Persons or Firms Currently Debarred for Violations of Various Public Contracts Incorporating Labor Standards Provisions. SJCOG Rights SJCOG may investigate the qualifications of any proposer under consideration, require confirmation of information furnished by a proposer, and require additional evidence of qualifications to perform the work described in the RFP. SJCOG reserves the right to: Reject any or all of the proposals if it deems such action is in the public interest; Issue subsequent Requests for Proposals; Cancel the entire Requests for Proposal; Remedy technical errors in the Request for Proposals process; Appoint an evaluation committee to review the proposals; Seek the assistance of outside technical experts in proposal evaluation; Approve or disapprove the use of particular subcontractors; Establish a short list of proposers eligible for interviews after review of written proposals; Negotiate with some, all, or none of the respondents to the RFP; Solicit best and final offers from all or some of the proposers; Award a contract to one or more proposers; Accept an offer other than the lowest price offer; and Waive informalities and irregularities in proposals and the bid process. This RFP does not commit SJCOG to enter into a contract, nor does it obligate SJCOG to pay for any costs incurred in preparation and submission of proposals or in anticipation of a contract. All proposals will be subject to public disclosure as required by the California Public Records Act. SJCOG reserves the right to investigate the qualifications of all firms under consideration to confirm any part of the information furnished by a proposer, or to require other evidence of managerial, financial, or other capabilities that are considered necessary for the successful performance of the contract. 11

14 Proposer Objections A proposer may object to any of the terms or provisions set forth in the RFP s Scope of Work or to the selection of a particular proposer on the grounds that SJCOG s procedures, the provisions of this RFP, or applicable provisions of federal, state, or local law have been violated or inaccurately or inappropriately applied by submitting a written explanation of the basis for the objection. Deadlines for submittal of objections are: No later than one (1) week prior to the date proposals are due, for objections to RFP provisions; or Within three (3) working days after the date on which contract award is authorized or the date the proposer is notified that it was not selected, whichever is later, for objections to proposer selection process. If the proposer does not state any objections, SJCOG will assume that the RFP scope of service are acceptable to the proposer and have been fully factored into its response. If the proposer intends to negotiate with SJCOG concerning any part of the scope of services that the proposer finds objectionable, the proposer must provide specific language in its response that will address or cure its objections. SELECTION PROCESS/CONTRACT AWARD SJCOG will evaluate all eligible proposal submittals. Submittals will be judged on the following: 1. Familiarity and prior experience with similar projects, particularly in California; 2. Level of ability and creativity in addressing the scope; 3. Ability to work and build consensus with SJCOG/SACOG staff, jurisdiction and agency staff, Transportation Management Agencies (TMAs), and a diverse group of stakeholders; 4. Experience with TDM Plan development and implementation, travel and commuter surveys, stakeholder outreach, Regional Transportation Plans, Congestion Management Programs, Federal and State Transportation Funding Programs, and Interregional Corridor Mobility Management; 5. Cost effectiveness of proposal; and 6. Strength of project team. It should be noted that proposals will not be judged exclusively on any one of the above criteria. Only those firms judged most qualified, based on their qualifications and proposal, will be invited to participate in the remainder of the selection process. Upon the completion of the 12

15 evaluation of the proposal; SJCOG may invite a limited number of qualified firms, to participate in oral interviews. SJCOG will then select the most responsive firm with which to refine the Scope of Work. Assuming a successful negotiation process, the SJCOG Board will approve the selected consultant. If for any reason negotiations are unsuccessful, the second most qualified firm will be asked to refine the Scope of Work. PROPOSAL SCORING Criteria Category Written Proposal: Comprehension of the Project Thoroughness of Proposal/Meeting the RFP Objectives Qualifications & Experience of Team Project Budget and Delivery Time References Points 100 total 0 20 points possible 0 35 points possible 0 25 points possible 0 10 points possible 0 10 points possible Oral Interview 40 total 0 40 points possible Maximum Total Score (Written + Oral) 140 The actual award of the contract will be by the SJCOG. Proposal opening does not constitute the awarding of a contract. The contract is not in force until it is awarded and executed by the SJCOG Board identified SJCOG designees. DISADVANTAGED BUSINESS ENTERPRISE (DBE) As SJCOG will utilize Federal Partnership Planning TDM financial assistance to fund this procurement from the U.S. Department of Transportation (DOT) through the California Department of Transportation (Caltrans) this procurement is subject to Caltrans regulations in accordance with Title 49, Code of Federal Regulations, Part 26 (49 CFR 26) entitled Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance programs. This project is subject to race neutral DBE requirements. Please refer to the following website for FTA DBE guidance. The inclusion of a Disadvantaged Business Enterprise firm on the consultant team should be noted by name of firm and amount of budget expenditure for that firm. 13

16 A. Agreement Assurance DBE regulations require the following assurance statement in every DOT assisted contract and subcontract: The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, disability, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR, Part 26 in the award and administration of DOT assisted contracts. The contractor will not, directly or through contractual or other arrangements, use criteria or methods of administration that have the effect of defeating or substantially impairing the accomplishment of the objectives of the Caltrans DBE Program Plan with respect to individuals of particular race, color, sex, disability, or national origin. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract, or such other remedy as recipient deems appropriate. Nondiscrimination: The Authority will never exclude any person from participation in, deny any person the benefit of, or otherwise discriminate against anyone in connection with the award and performance of any contract covered by 49 CFR, Part 26 on the basis of race, color, sex, or national origin. The Authority will not, directly or through contractual or other arrangements, use criteria or methods of administration that have the effect of defeating or substantially impairing the accomplishment of the objectives of the Caltrans DBE Program Plan with respect to individuals of a particular race, color, sex, or national origin Audits At any time during normal business hours, and as often as SJCOG may deem necessary, Consultant shall make available for examination all of its records with respect to all matters covered by this Agreement for purposes of audit, examination, or to make copies or transcripts of such records, including, but not limited to, contracts, invoices, material, payrolls, personnel records, conditions of employment and other data relating to all matters covered by this Agreement. Such records shall be retained and access to the facilities and premises of Consultant shall be made available during the period of performance of this Agreement, and for three years after SJCOG makes final payment under this Agreement. Title VI of the Civil Rights Act of 1964: The selected consultant agrees to comply with all the requirements imposed by Title VI of the Civil Rights Act of 1964 (49 USC 2000d) and the regulations of the U.S. Department of Transportation issued there under in 49 CFR Part

17 CONTRACT PROVISIONS Insurance Requirements: Without limiting SJCOG s right to obtain indemnification from the consultant or any third parties, the selected consultant, at its sole expense, shall maintain in full force and affect the following insurance policies throughout the term of the contract. Comprehensive general liability insurance with coverage of not less than $1,000,000 combined single limit per occurrence for bodily injury, personal injury, and property damage. Comprehensive general liability insurance policies shall name SJCOG, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under the terms of the contract are concerned. Such coverage for additional insured shall apply as primary insurance or self insurance and any other insurance, maintained by SJCOG, its officers, agents, and employees, shall be given excess only and not contributing with insurance provided under the Contractor s policies herein. Comprehensive automobile liability insurance with limits for bodily injury of not less than $25,000 per person, $250,000 per accident and for property damages of not less than $50,000, or such coverage with a combined single limit of $250,000. Professional liability insurance of at least $1,000,000 is required. Worker s compensation insurance is also required by law. This insurance shall not be canceled or changed without a minimum of thirty (30) days advance written notice given to SJCOG. The selected consultant shall provide certification of said insurance to SJCOG within twenty one (21) days of the date of the execution of the contract. Such certification shall show, to SJCOG s satisfaction, that such insurance coverage s have been obtained and are in full force; that SJCOG, its officers, agents, and employees will not be responsible for any premiums on the policies; that as and if required such insurance names SJCOG, its officers, agents and employees individually and collectively as additional insured (comprehensive and general liability only), but only insofar as the operations under the contract are concerned, that such coverage for additional insured shall apply as primary insurance and any other insurance, or self insurance, maintained by SJCOG, its officer, agents, and employees, shall be excess only and not contributing with insurance provided under the consultant s policies herein; and that this insurance shall not be canceled or changed without a minimum of thirty (30) days advance, written notice given to SJCOG. In the event the selected consultant fails to keep in effect at all times insurance coverage as herein provided, SJCOG may, in addition to other remedies it may have, suspend or terminate the contract upon the occurrence of such event. Contract Assurance: DBE regulations require the following contract assurance statement in every DOT assisted contract and subcontract: "The contractor or subcontractor shall not 15

18 discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR, Part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract, or such other remedy as recipient deems appropriate." Prompt Payment: Prompt Progress Payment to Subcontractors SJCOG requires contractors and subcontractors to be timely paid as set forth in Section of the California Business and Professions Code concerning prompt payment to subcontractors. The 10 days is applicable unless a longer period is agreed to in writing. Any delay or postponement of payment over 30 days may take place only for good cause and with the agency s prior written approval. Any violation of Section shall subject the violating contractor or subcontractor to the penalties, sanctions, and other remedies of that Section. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies, otherwise available to the contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the contractor, deficient subcontractor performance, and/or noncompliance by a subcontractor. This clause applies to both DBE and non DBE subcontractors. Prompt Payment of Withheld Funds to Subcontractors SJCOG requires prompt and full payment of retainage from the prime contractor to the subcontractor within thirty (30) days after the subcontractor s work is satisfactorily completed and accepted. This shall be accompanied with the following provisions: The agency shall hold retainage from the prime contractor and shall make prompt and regular incremental acceptances of portions, as determined by the agency of the contract work and pay retainage to the prime contractor based on these acceptances. The prime contractor or subcontractor shall return all monies withheld in retention from all subcontractors within 30 days after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the agency. Any delay or postponement of payment may take place only for good cause and with the agency s prior written approval. Any violation of these provisions shall subject the violating prime contractor to the penalties, sanctions, and other remedies specified in Section of the California Business and Professions Code. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies, otherwise available to the Consultant or Subcontractor in the event of a dispute involving late payment or nonpayment by the Consultant, deficient subcontractor performance, and/or noncompliance by a Subcontractor. This clause applies to both DBE and non DBE Subcontractors 16

19 Method of Payment: Payment to the selected consultant will be made upon successful completion of project tasks as invoiced by the consultant. Ten (10%) percent of the invoiced amount will be reserved, and will be paid to the consultant upon successful completion of the entire project. QUESTIONS All questions regarding the RFP must be received in writing via no later than October 18, 2013 and addressed to: Anthony Zepeda San Joaquin Council of Governments Responses to questions will be ed to all recipients of the RFP. 17

Memorandum. Request for Proposals (RFP): Integrated Ticketing Feasibility Study

Memorandum. Request for Proposals (RFP): Integrated Ticketing Feasibility Study Memorandum To: From: Consulting Firms Michelle Prince, Assistant Regional Planner Date: October 24, 2018 Re: Request for Proposals (RFP): Integrated Ticketing Feasibility Study The San Joaquin Council

More information

REQUEST FOR QUALIFICATIONS (RFQ) Spanish Interpretation & Translation Services

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

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL TDA Triennial Performance Audits Kern Council of Governments 1401 19 th Street, Suite 300 Bakersfield, CA 93301 Additional background information on this proposal can be found on the

More information

January 18, Request for Proposals. for

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

More information

Kings County Association of Governments

Kings County Association of Governments Kings County Association of Governments 339 W. D Street, Suite B, Lemoore, California 93245 (559) 852-2654 FAX (559) 924-5632 www.kingscog.org Member Agencies: Cities of Avenal, Corcoran, Hanford and Lemoore,

More information

DISADVANTAGED BUSINESS ENTERPRISE RACE-NEUTRAL IMPLEMENTATION AGREEMENT FOR HUMBOLDT COUNTY

DISADVANTAGED BUSINESS ENTERPRISE RACE-NEUTRAL IMPLEMENTATION AGREEMENT FOR HUMBOLDT COUNTY DISADVANTAGED BUSINESS ENTERPRISE RACE-NEUTRAL IMPLEMENTATION AGREEMENT FOR HUMBOLDT COUNTY L:\projects\_DBE Program\Fed FY 2007-08\0708 Exhibit 9A.doc June 1, 2006 Page 1 of 9 DISADVANTAGED BUSINESS ENTERPRISE

More information

CALIFORNIA DEPARTMENT OF TRANSPORTATION DISADVANTAGED BUSINESS ENTERPRISE IMPLEMENTATION AGREEMENT

CALIFORNIA DEPARTMENT OF TRANSPORTATION DISADVANTAGED BUSINESS ENTERPRISE IMPLEMENTATION AGREEMENT CALIFORNIA DEPARTMENT OF TRANSPORTATION DISADVANTAGED BUSINESS ENTERPRISE IMPLEMENTATION AGREEMENT For the County of San Mateo, hereinafter referred to as "RECIPIENT." I Definition of Terms The terms used

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. 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

DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM FOR

DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM FOR DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM FOR 2006 2007 This Program is in accordance with Title 49 of the Code of Federal Regulations Part 26 Local Assistance Procedures Manual EXHIBIT 9-A DBE Race-Neutral

More information

EXHIBIT 10-J STANDARD AGREEMENT FOR SUBCONTRACTOR/DBE PARTICIPATION

EXHIBIT 10-J STANDARD AGREEMENT FOR SUBCONTRACTOR/DBE PARTICIPATION EXHIBIT 10-J STANDARD AGREEMENT FOR SUBCONTRACTOR/DBE PARTICIPATION 1. Subcontractors A. Nothing contained in this Agreement or otherwise, shall create any contractual relation between the Agency and any

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

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

CALIFORNIA DEPARTMENT OF TRANSPORTATION DISADVANTAGED BUSINESS ENTERPRISE IMPLEMENTATION AGREEMENT FOR LOCAL AGENCIES

CALIFORNIA DEPARTMENT OF TRANSPORTATION DISADVANTAGED BUSINESS ENTERPRISE IMPLEMENTATION AGREEMENT FOR LOCAL AGENCIES EXHIBIT 9-ACALIFORNIA DEPARTMENT OF TRANSPORTATION DISADVANTAGED BUSINESS ENTERPRISE IMPLEMENTATION AGREEMENT FOR LOCAL AGENCIES CALIFORNIA DEPARTMENT OF TRANSPORTATION DISADVANTAGED BUSINESS ENTERPRISE

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

More information

Item # Action. SACOG Board of Directors. Support for SB 16 Transportation Funding

Item # Action. SACOG Board of Directors. Support for SB 16 Transportation Funding SACOG Board of Directors Item #15-5-13 Action May 14, 2015 Support for Transportation Funding Issue: Should SACOG support, which would raise temporary taxes and fees for transportation? Recommendation:

More information

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB) Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY 14456 Request for Bids (RFB) Herbicide control of water chestnut in the Finger Lakes PRISM Region Release Date: May 11, 2018 Bid due date and

More information

REQUEST FOR PROPOSALS FOR CONSULTING SERVICES

REQUEST FOR PROPOSALS FOR CONSULTING SERVICES REQUEST FOR PROPOSALS FOR CONSULTING SERVICES SOUTH PLACER TRANSIT INFORMATION CALL CENTER PLANNING ASSISTANCE The Western Placer Consolidated Transportation Services Agency (WPCTSA) is seeking proposals

More information

Request for Proposal (RFP)

Request for Proposal (RFP) Request for Proposal (RFP) Employee Assistance Program (EAP) CIS (Citycounty Insurance Services) 1212 Court Street NE Salem, OR 97301 (503) 763-3800 RFP Schedule Issuance of RFP: June 12, 2017 Submission

More information

REQUEST FOR QUALIFICATIONS AND LETTER OF INTEREST REGARDING DEVELOPMENT OF TRANSPORTATION PLANNING REPORT (TPR) FOR FUTURE DESIGN OF BUCKNER LANE

REQUEST FOR QUALIFICATIONS AND LETTER OF INTEREST REGARDING DEVELOPMENT OF TRANSPORTATION PLANNING REPORT (TPR) FOR FUTURE DESIGN OF BUCKNER LANE REQUEST FOR QUALIFICATIONS AND LETTER OF INTEREST REGARDING DEVELOPMENT OF TRANSPORTATION PLANNING REPORT (TPR) FOR FUTURE DESIGN OF BUCKNER LANE The City of Spring Hill is currently requesting qualifications

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

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

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

More information

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

VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES A. Purpose of Request The Village of Greendale Wisconsin is requesting proposals for the purpose of retaining a certified

More information

February 16, Request for Proposals. for. Intelligent Transportation Systems Urban Area Strategic Deployment Plan. from the

February 16, Request for Proposals. for. Intelligent Transportation Systems Urban Area Strategic Deployment Plan. from the February 16, 2016 Request for Proposals for Intelligent Transportation Systems Urban Area Strategic Deployment Plan from the Tulare County Association of Governments (TCAG) 210 N. Church Street, Suite

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

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

More information

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN by the, State of California, that sealed bids for Work in accordance

More information

INSTRUCTIONS TO PROPOSERS Federal Aid Contracts

INSTRUCTIONS TO PROPOSERS Federal Aid Contracts ATTACHMENT B INSTRUCTIONS TO PROPOSERS Federal Aid Contracts 1. INSTRUCTIONS The proposer shall carefully examine the instructions contained herein and satisfy himself/herself as to the conditions with

More information

DIVERSITY & ECONOMIC OPPORTUNITY DEPARTMENT SBE/DVBE CONTRACT COMPLIANCE MANUAL (NON- FEDERAL)

DIVERSITY & ECONOMIC OPPORTUNITY DEPARTMENT SBE/DVBE CONTRACT COMPLIANCE MANUAL (NON- FEDERAL) DIVERSITY & ECONOMIC OPPORTUNITY DEPARTMENT SBE/DVBE CONTRACT COMPLIANCE MANUAL (NON- FEDERAL) SECTION 100 - SMALL BUSINESS ENTERPRISE PROGRAM/ DISABLED VETERAN BUSINESS ENTERPRISE PROGRAM 100 METRO POLICY

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

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

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

More information

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

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation)

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation) SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation) The supplemental conditions contained in this section, if applicable, are intended to cooperate with,

More information

Request for Proposals #2018-4

Request for Proposals #2018-4 Request for Proposals #2018-4 For Consultant Services in Support of the Development of a Strategic Operating Plan Released October 15th, 2018 The San Miguel Authority for Regional Transportation (dba SMART)

More information

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BIDS SNOW REMOVAL AND SANDING USM GORHAM 1.0 GENERAL INFORMATION

More information

REQUEST FOR PROPOSAL: Metro Bus Digital Advertising 2018

REQUEST FOR PROPOSAL: Metro Bus Digital Advertising 2018 REQUEST FOR PROPOSAL: Metro Bus Digital Advertising 2018 Date: NOVEMBER 5, 2018 Project Name: Metro Bus Digital Advertising Program Proposal Submission: Proposals will be received until NOVEMBER 9, 2018

More information

RFP NAME: AUDITING SERVICES

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

More information

Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR

Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR-001-01-13 SUBMISSION DEADLINE: Friday, March 1, 2013 at 4:00 p.m. 1 Request for Proposals

More information

Request for Proposal # Executive Recruitment Services

Request for Proposal # Executive Recruitment Services Request for Proposal # 2019-001 Executive Recruitment Services Due Date: July 19, 2018 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500 N. Main Street,

More information

REQUEST FOR PROPOSALS. For. Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development

REQUEST FOR PROPOSALS. For. Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development REQUEST FOR PROPOSALS For Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development Proposal Issue Date August 22, 2017 Proposal Submittal Due Date September

More information

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

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

More information

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES SILVER FALLS SCHOOL DISTRICT REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES DEADLINE FOR RECEIPT OF RFP: TO BE OPENED BY: May 1, 2016 at 3:00 p.m. Superintendent Andy Bellando Silver Falls School District

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

Alameda County Transportation Commission SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION

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

More information

Water Utility Disinfection Survey

Water Utility Disinfection Survey 6666 West Quincy Avenue Denver, CO 80235-3098 T 303.794.7711 www.awwa.org American Water Works Association Request for Proposal Water Utility Disinfection Survey Issued by: Technical and Education Council

More information

Disadvantaged Business Enterprise in Federal-Aid Construction for Non-Traditional Contracts

Disadvantaged Business Enterprise in Federal-Aid Construction for Non-Traditional Contracts EXHIBIT 6 DBE SPECIAL PROVISIONS FOR NON-TRADITIONAL CONTRACTS 000--- Disadvantaged Business Enterprise in Federal-Aid Construction for Non-Traditional Contracts Description. The purpose of this Special

More information

REQUEST FOR PROPOSALS REGIONAL BIKE SHARE SYSTEM OPERATIONS AND EQUIPMENT

REQUEST FOR PROPOSALS REGIONAL BIKE SHARE SYSTEM OPERATIONS AND EQUIPMENT REQUEST FOR PROPOSALS REGIONAL BIKE SHARE SYSTEM OPERATIONS AND EQUIPMENT BUDGET: CAPITAL SUBSIDY FROM SACOG NOT-TO-EXCEED $3,200,000 IN FEDERAL FUNDING OPERATING BUDGET TO BE PROPOSED IN RFP RESPONSES

More information

CONTRACT AGREEMENT between Tow Company ) Contract No.: 06-FSP-01 Street Address ) City, State ZIP Code ) ) (hereinafter "Contractor") ) ) ) ) ) and )

CONTRACT AGREEMENT between Tow Company ) Contract No.: 06-FSP-01 Street Address ) City, State ZIP Code ) ) (hereinafter Contractor) ) ) ) ) ) and ) CONTRACT AGREEMENT between Tow Company Contract No.: 06-FSP-01 Street Address City, State ZIP Code (hereinafter "Contractor" and Sacramento Transportation Authority Term: Dec. 1, 2006 Nov. 30, 2009 901

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

July 12, Request for Proposals. for

July 12, Request for Proposals. for July 12, 2016 Request for Proposals for ENVIRONMENTAL IMPACT REPORT FOR THE 2018 TULARE COUNTY REGIONAL TRANSPORTATION PLAN/SUSTAINABLE COMMUNITIES STRATEGY, HEALTH IMPACT ASSESSMENT, AND ADDITIONAL ON-CALL

More information

Request for Proposals. for. Santa Ynez Valley Traffic Circulation and Safety Study

Request for Proposals. for. Santa Ynez Valley Traffic Circulation and Safety Study Request for Proposals for Santa Ynez Valley Traffic Circulation and Safety Study The Santa Barbara County Association of Governments (SBCAG) is soliciting proposals from qualified firms to provide assistance

More information

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

CITY OF OAK HARBOR REQUEST FOR PROPOSAL CITY OF OAK HARBOR REQUEST FOR PROPOSAL WHIDBEY ISLAND MARATHON SHUTTLE SERVICE 2016 CALENDAR OF EVENTS Request for Proposals Published.. February 13, 2016 Closing Date for Receipt of Proposals.. February

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

AGREEMENT. WITNESS: This Agreement has been entered into by and between the

AGREEMENT. WITNESS: This Agreement has been entered into by and between the AGREEMENT WITNESS: This Agreement has been entered into by and between the GOLDEN GATE BRIDGE, HIGHWAY AND TRANSPORTATION DISTRICT (hereinafter GGBHTD ) and the MARIN COUNTY TRANSIT DISTRICT (hereinafter

More information

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ)

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ) CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ) 2018 2020 Well No. 13 Final Ad Ready Design, Permitting, Bid Support and Construction Administration Services March 2018

More information

COUNTY OF SACRAMENTO MUNICIPAL SERVICES AGREEMENT FOR TITLE

COUNTY OF SACRAMENTO MUNICIPAL SERVICES AGREEMENT FOR TITLE COUNTY OF SACRAMENTO MUNICIPAL SERVICES AGREEMENT FOR TITLE THIS AGREEMENT is made and entered into on, by and between the insert appropriate name of contracting agency and name of contracting party and

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

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

Federal Transit Administration (FTA) Federal Aviation Administration (FAA)

Federal Transit Administration (FTA) Federal Aviation Administration (FAA) MUNICIPALITY OF ANCHORAGE OFFICE OF EQUAL OPPORTUNITY DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM SPECIFICATIONS FOR MUNICIPAL CONTRACTS For Projects Funded Wholly or in Part by Federal DOT Federal

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 Qualifications: Continuing Services For Central Florida Regional Planning Council

Request for Qualifications: Continuing Services For Central Florida Regional Planning Council Background: Request for Qualifications: Continuing Services For Central Florida Regional Planning Council The Central Florida Regional Planning Council (CFRPC) requires the services of several consultants

More information

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES THIS AGREEMENT is made by and between the School District, a political subdivision of the State of California ("DISTRICT"), and, a California corporation,

More information

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES to perform an ANALYSIS OF IMPEDIMENTS TO FAIR HOUSING CHOICE 24 C.F.R. 570.601 (a) (2) 24 C.F.R. 91.225 (a) June 27, 2011 ALL PROPOSALS ARE

More information

SBCTA REQUEST FOR PROPOSALS (RFP) FOR CONSTRUCTION MANAGEMENT SERVICES STATE ROUTE 60/ARCHIBALD AVENUE INTERCHANGE IMPROVEMENT PROJECT

SBCTA REQUEST FOR PROPOSALS (RFP) FOR CONSTRUCTION MANAGEMENT SERVICES STATE ROUTE 60/ARCHIBALD AVENUE INTERCHANGE IMPROVEMENT PROJECT SBCTA REQUEST FOR PROPOSALS (RFP) 18-1001876 FOR CONSTRUCTION MANAGEMENT SERVICES STATE ROUTE 60/ARCHIBALD AVENUE INTERCHANGE IMPROVEMENT PROJECT KEY RFP DATES RFP Issue Date: April 11, 2018 Pre-Proposal

More information

DIVERSITY & ECONOMIC OPPORTUNITY DEPARTMENT SBE CONTRACT COMPLIANCE MANUAL (NON- FEDERAL)

DIVERSITY & ECONOMIC OPPORTUNITY DEPARTMENT SBE CONTRACT COMPLIANCE MANUAL (NON- FEDERAL) DIVERSITY & ECONOMIC OPPORTUNITY DEPARTMENT SBE CONTRACT COMPLIANCE MANUAL (NON- FEDERAL) SECTION 100 - SMALL BUSINESS ENTERPRISE PROGRAM 100 METRO POLICY STATEMENT: The Los Angeles County Metropolitan

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 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

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING Release Date: Friday, January 19, 2018 Due Date: Friday, February 16, 2018, 4:00 p.m. Housing Programs

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

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

NOTICE OF REQUEST FOR PROPOSALS PREPARATION OF ZONING ORDINANCE UPDATE

NOTICE OF REQUEST FOR PROPOSALS PREPARATION OF ZONING ORDINANCE UPDATE NOTICE OF REQUEST FOR PROPOSALS PREPARATION OF ZONING ORDINANCE UPDATE NOTICE IS HEREBY GIVEN that the (City) is requesting proposals for the preparation of an update to the Coalinga Zoning Ordinance.

More information

Sacramento Transportation Authority Sacramento Abandoned Vehicle Service Authority. Final Budget. Fiscal Year 2015/16

Sacramento Transportation Authority Sacramento Abandoned Vehicle Service Authority. Final Budget. Fiscal Year 2015/16 Sacramento Transportation Authority Sacramento Abandoned Vehicle Service Authority Final Budget Fiscal Year 2015/16 Introduction Message to the Governing Board The Sacramento Transportation Authority (STA)

More information

REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan

REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan RFP Release Date January 5, 2018 Proposal Submittal Deadline February 2, 2018-4:00 p.m. Contact Person: Sonya Williams Finance

More information

Black Hawk County Engineer

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

More information

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

HCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE

HCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE HCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE This is a contract, entered into on, in Eureka, California, between the HUMBOLDT COUNTY ASSOCIATION OF GOVERNMENTS, hereinafter called HCAOG, and,

More information

CONTRACT FOR SERVICES RECITALS

CONTRACT FOR SERVICES RECITALS CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor

More information

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/ Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR 72201 Phone 501/ 340-8390; Fax 501/ 340-8352 RFP #: RFP-17-005 REQUEST FOR PROPOSAL for FORENSIC AUDIT YORKWOOD IMPROVEMENT

More information

REQUEST FOR PROPOSAL Compensation Consulting

REQUEST FOR PROPOSAL Compensation Consulting REQUEST FOR PROPOSAL Compensation Consulting Request for Proposal Classification and Compensation Study and Analysis I. Purpose of Request The City of XXXX is seeking proposals from qualified consultants

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

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 January 3, 2017 TO: RE: Prospective Proposers Request for Quotation (RFQ) RFQ 17-01 First Aid Kits, Installation, and Vendor

More information

KITSAP COUNTY REQUEST FOR QUALIFICATIONS (RFQ) NOTICE TO CONSULTANTS FOR KITSAP COUNTY FAIR AND FIARGROUNDS

KITSAP COUNTY REQUEST FOR QUALIFICATIONS (RFQ) NOTICE TO CONSULTANTS FOR KITSAP COUNTY FAIR AND FIARGROUNDS KITSAP COUNTY REQUEST FOR QUALIFICATIONS (RFQ) 2018-133 NOTICE TO CONSULTANTS FOR KITSAP COUNTY FAIR AND FIARGROUNDS RESPONSE DEADLINE: WEDNESDAY, JUNE 20, 2018 3:00 p.m. Kitsap County Board of County

More information

DIVERSITY & ECONOMIC OPPORTUNITY DEPARTMENT SBE CONTRACT COMPLIANCE MANUAL (SET-ASIDE)

DIVERSITY & ECONOMIC OPPORTUNITY DEPARTMENT SBE CONTRACT COMPLIANCE MANUAL (SET-ASIDE) DIVERSITY & ECONOMIC OPPORTUNITY DEPARTMENT SBE CONTRACT COMPLIANCE MANUAL (SET-ASIDE) SECTION 100 - SMALL BUSINESS REQUIREMENTS 100 METRO POLICY STATEMENT: It is Metro s policy to provide equal opportunity

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

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 February 25, 2016 TO: RE: Prospective Proposers Request for Quotation (RFQ) Schedules & Maps Layout and Updates The Greater Dayton

More information

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

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

REQUEST FOR PROPOSALS

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

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 February 7, 2017 TO: Prospective Quoters RE: Request for Quotation (RFQ) 17-02 Graphics Material for Buses The Greater Dayton

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

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

More information

Request for Proposal For Scrap Metal Removal

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

More information

DIVERSITY & ECONOMIC OPPORTUNITY DEPARTMENT SBE/DVBE CONTRACT COMPLIANCE MANUAL (NON- FEDERAL)

DIVERSITY & ECONOMIC OPPORTUNITY DEPARTMENT SBE/DVBE CONTRACT COMPLIANCE MANUAL (NON- FEDERAL) DIVERSITY & ECONOMIC OPPORTUNITY DEPARTMENT SBE/DVBE CONTRACT COMPLIANCE MANUAL (NON- FEDERAL) SECTION 100 - SMALL BUSINESS ENTERPRISE PROGRAM/ DISABLED VETERAN BUSINESS ENTERPRISE PROGRAM 100 METRO POLICY

More information

Notice of Request for Proposals

Notice of Request for Proposals REGIONAL PLANNING COUNCILS Southwest Florida Regional Planning Council RFP for New Market Coordinator Notice of Request for Proposals SOUTHWEST FLORIDA REGIONAL PLANNING COUNCIL REQUEST FOR PROPOSALS Professional

More information

WEST VALLEY SANITATION DISTRICT

WEST VALLEY SANITATION DISTRICT WEST VALLEY SANITATION DISTRICT Request for Proposal (RFP) for Independent External Audit Services RFP #: FIN 2015 1 Schedule of Key Events: RFP Release Date: April 14, 2015 Written Questions Due: 4:00

More information

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1 CAO Contract Log # COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2015 - Edition 1 THIS CONTRACT is made and entered into this day of, 20, by and between the COUNTY OF MARIN, hereinafter referred to as

More information

Request for Proposals #G053. Parking Lot Seal Coating. Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301

Request for Proposals #G053. Parking Lot Seal Coating. Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301 Request for Proposals #G053 Parking Lot Seal Coating Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301 Proposals must be submitted No later than 1:00 PM August 29, 2012

More information

Request for Bids. Financial Audit of the Minnesota Legislative Coordinating Commission for Fiscal Year 2015

Request for Bids. Financial Audit of the Minnesota Legislative Coordinating Commission for Fiscal Year 2015 Request for Bids Financial Audit of the Minnesota Legislative Coordinating Commission for Fiscal Year 2015 Solicitor: Minnesota Legislative Coordinating Commission Deadline for Receipt of Bids: 4:00 p.m.,

More information

REQUEST FOR QUOTES (RFQ) DECAL STRIP ADVERTISEMENTS FOR RAIL CAR MODESTY PANELS. RFQ ISSUED: September 13, 2018

REQUEST FOR QUOTES (RFQ) DECAL STRIP ADVERTISEMENTS FOR RAIL CAR MODESTY PANELS. RFQ ISSUED: September 13, 2018 VIRGINIA RAILWAY EXPRESS REQUEST FOR QUOTES (RFQ) DECAL STRIP ADVERTISEMENTS FOR RAIL CAR MODESTY PANELS RFQ ISSUED: September 13, 2018 QUESTIONS DUE: September 19, 2018 at 10:00 A.M. EST QUOTES DUE: September

More information

DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01

DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01 DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01 PROJECT TITLE: Marketing and Outreach Proposal PROPOSAL DUE DATE: February 27, 2015 by 4:00 P.M. Mailed,

More information