Request for Proposal (RFP) 16-5 to Provide Construction Management Services for I-80/ Central Avenue Operational Improvements Project Phase I

Size: px
Start display at page:

Download "Request for Proposal (RFP) 16-5 to Provide Construction Management Services for I-80/ Central Avenue Operational Improvements Project Phase I"

Transcription

1 Request for Proposal (RFP) 16-5 to Provide Construction Management Services for I-80/ Central Avenue Operational Improvements Project Phase I PROPOSALS DUE: 2:00 PM, August 19, 2016 CONTRA COSTA TRANSPORTATION AUTHORITY 2999 OAK ROAD, SUITE 100 WALNUT CREEK, CA 94597

2 Request for Proposal (RFP) 16-5 TABLE OF CONTENTS I. INTRODUCTION 3 II. PROJECT DESCRIPTION 4 III. RESPECT IN THE WORKPLACE 5 IV. SCOPE OF SERVICES 6 V. KEY POSITIONS AND PERSONNEL 11 VI. PREVAILING WAGE REQUIREMENTS 13 VII. RFP, CONSULTANT SELECTION AND PROJECT SCHEDULE 13 VIII. PROPOSAL SUBMITTAL REQUIREMENTS 14 IX. EVALUATION CRITERIA 17 X. SELECTION PROCEDURES 18 XI. CONSULTANT SERVICES CONTRACT BOILERPLATE 18 ATTACHMENT A - LOCATION OF PROJECT ATTACHMENT B - AUTHORITY CONSULTANT SERVICES CONTRACT Request for Proposal (RFP) 16-5 Page 2

3 I. INTRODUCTION The (Authority) is releasing this Request for Proposal (RFP) to interested Consultant firms/teams to perform full construction administration and construction management services to Advertise, Award and Administer (AAA) a construction contract for the operational improvements on Central Avenue Overcrossing between Rydin Road and Pierce Street in the City of Richmond. Consistent with Authority policies, firms that have provided Plans, Specifications, and Estimate (PS&E) design services for this Project are not eligible to provide construction management services. This RFP describes the Project, the required scope of services, the minimum information that shall be included in the Proposal, and the selection process. Failure to submit the Proposal in accordance with the procedures outlined may be cause for disqualification. Consultants responding to this RFP shall have sufficient experience in, and comprehensive knowledge of, construction management of Caltrans and Authority projects. Responders shall possess knowledge of regulations and codes regarding construction management of State of California highway and street projects. The demonstration of prior construction management services of Caltrans highway projects, and local cities street projects are required. A Pre-Submittal Conference is scheduled for Friday, August 5, 2016 at 10:30 am in the Authority s Board Room located at 2999 Oak Road, Suite 110, Walnut Creek, CA, Interested Consultants are strongly encouraged to attend this Pre-Submittal Conference, though attendance at this Conference is not mandatory. Attendees are asked to first check in with the Receptionist desk in Suite 100 located across the lobby floor from the Authority Board Room. Proposals are due to the Authority no later than 2:00 p.m. on August 19, Request for Proposal (RFP) 16-5 Page 3

4 II. PROJECT DESCRIPTION The Authority in cooperation with the City of Richmond, the City of El Cerrito, Caltrans, and West Committee (WCCTAC) proposes to improve traffic operations and relieve congestion at the I-80/Central Avenue interchange and along Central Avenue between Rydin Road and Pierce Street / San Luis Street in the City of Richmond. The proposed project includes upgrading the curbs at certain intersections to meet the American with Disability Act (ADA) requirements. The Project is part of the Contra Costa County General Plan. Existing Facility Central Avenue is a four-lane, east-west arterial extending from Isabel Street in the west to Ashbury Avenue in the east. The intersections of Jacuzzi Street, the I-80 Westbound Ramps, the I-80 Eastbound Ramps, and Pierce Street/San Luis Street are closely spaced. The Central Avenue intersections at the I-580 Westbound Off- and On-Ramps, and the Rydin Road intersections at the I-580 Eastbound Off- and On-Ramps are Stop sign controlled. Central Avenue has a posted speed limit of 30 mph west of Pierce Street. The I-80/Central Avenue interchange is a tight-diamond configuration providing full access to the I-80 freeway. All of the ramps are single lane and the ramp terminal intersections are signalized. The I-80 westbound ramps and the Central Avenue/Jacuzzi Street intersection are controlled by the same traffic signal. Purpose and Need As the primary roadway connecting El Cerrito Plaza BART station with I-80 and I-580, Central Avenue is a key commuter corridor. It also serves as an important local route, connecting commercial areas and local neighborhoods. The 0.1 mile section of Central Avenue between Jacuzzi and Pierce/San Luis Streets experiences significant congestion, especially during peak weekend commute times. The congestion results from the lack of adequate turn lanes/pockets and the close spacing of signalized intersections along Central Avenue. The purpose of the Project is to improve overall traffic operations and reduce heavy congestion along Central Avenue, improve the Level of Service (LOS) at the I-80 ramps, and shorten the vehicle queue spillback impacts from the I-80/Central Avenue interchange onto adjacent facilities. The Project will accomplish the following: Request for Proposal (RFP) 16-5 Page 4

5 Improve traffic operations on Central Avenue Improve mobility in the Central Avenue Corridor Improve Safety at Central Avenue intersections The Project is fully funded with Contra Costa s Measure J funds (½-cent countywide sales tax for transportation). The total cost of the Project is estimated at $4.80 million with an estimated construction capital cost of $2.16 million. Schedule It is anticipated that the final Plans, Specifications and Estimates (PS&E) package will be completed in October The successful proposer will be expected to conduct a biddability review of the PS&E package during the November 2016 time frame. Construction is scheduled to begin in late spring 2017 with anticipated bid date in March Project The Project calls for eliminating use of the westbound I-80 on-ramp during peak weekend commute times. The Project will provide the following improvements: Electronic variable message signs (VMS) to redirect traffic from I-80 and westbound Central Avenue to the nearby I-580 interchange, including power and communications connectivity. Road signs mounted on wood/metal posts. New traffic signals along Central Avenue at the I-580 ramps to handle the redirected traffic. Traffic signal timing modifications and refreshed crosswalk striping at the Central Avenue/ Jacuzzi Street / San Joaquin Street / I-80 westbound on-/off-ramps intersection. Upgrade existing or construct new ADA ramps at twenty one (21) ramps and provide continuous wheelchair accessibility throughout the Project area. More details of the project can be found on the Authority website using this link III. RESPECT IN THE WORKPLACE During the performance of services under Agreement, Consultants and any and all Request for Proposal (RFP) 16-5 Page 5

6 Subconsultants shall not discriminate or permit harassing or discriminating behavior against any persons or group of persons on the basis of race, color, religion, age, national origin, ethnic group, gender, marital status, disability status, or sexual orientation. Consultants will comply with all applicable laws including the provisions of Executive Order as amended by Executive Order and as supplemented by Department of Labor regulations. Consultants and any and all Subconsultants shall take affirmative actions to ensure respect in the workplace and that applicants and employees are treated justly, without regard to their race, religion, sex, color, or national origin. In the event Consultants or any Subconsultants fail to comply with this clause of an executed Agreement, said Agreement may be canceled, terminated or suspended, in whole or in part, and Consultants and any and all Subconsultants may be declared ineligible for further contracts. Consultants and any Subconsultants shall comply with all the requirements imposed by Title VI of the Civil Rights Act of 1964 (42 USC 2000(d)) and the regulations of the U.S. Department of Transportation issued hereunder (49 CFR Part 21). Consultants shall include the provisions of this section in any and all sub agreements with Subconsultants to perform services under Agreement with the Authority. IV. SCOPE OF SERVICES The intent of this scope of services is to set forth the requirements and responsibilities of the selected Consultant for biddability review, bid assistance, establishing field office, construction management, survey and staking, inspection, schedule analysis, permit monitoring and reporting, coordination, quality assurance, material testing, submittal review, verification, claim and conflict resolution, and recommendation for acceptance of improvements of the proposed construction project, and to assure consistent and satisfactory quality of such improvements in accordance with the approved construction documents. The selected consultant will provide biddability review of the final PS&E package to make sure that all items are accounted for in terms of measurement and payment clauses and item prices. The selected Consultant will take the lead in performing activities and preparing documents required to publicly advertise and solicit construction bids with the guidance and assistance from the Authority, its Project Management Consultant (PMC), Stantec and the designer of record. These documents include, but are not limited to, the Notice to Bidders, the boilerplate Construction Specifications, the Proposal and Contract Booklet, and the Request for Proposal (RFP) 16-5 Page 6

7 newspaper/legal noticing documents. Any bid inquiries received during the contract advertisement period will be managed by the selected Consultant. The Project designer of record, the Authority, and the PMC will assist with technical responses to bid inquiries. The issuance of any necessary Addendum during the construction contract Advertisement period will also be managed and prepared by the selected Consultant with technical assistance from the designer of record, the Authority, and the PMC as needed. A pre-bid conference with potential bidders, if necessary, will be managed and conducted by the selected Consultant. The selected Consultant shall use an electronic plan room to distribute the bidding documents and to disseminate bid inquiries and addendums to the potential bidders. The selected Consultant will take the lead in conducting the construction contract bid opening activities with the guidance and assistance from the Authority and its PMC. After such bid opening occurs, the selected Consultant will be required to perform a thorough bid analysis of all bid packages submitted to the Authority. The bid analysis services will include, but are not limited to, the preparation of a bid item tabulation and summary of all bids that are submitted, a review of the performance and payment bond documents for sufficiency, a review of the proposed subcontractors, a review for overall bid package anomalies, completeness and responsiveness, and preparation of a contract award recommendation package for subsequent formal review, consideration, and action by the Authority Board. If any bid protests are received by the Authority, the selected Consultant will take the lead to manage, review, and assess such protests to assist the Authority in the resolution of protests received, in accordance with the Authority s Construction Contract Administration Guide ( the contract specifications and any amendments thereto. After review and assessment of any bid protests, the selected Consultant will issue a written recommendation to the Authority to reject or accept the bid protest for subsequent formal review, consideration, and action by the Authority Board. Upon award and full execution of the construction contract, the selected Consultant will be required to provide construction management services to fully administer the construction contract consistent with the following documents: Approved Project Documents and Plans Regulatory Agency Permits Caltrans Standard Plans 2010 Caltrans Standard Specifications 2010 Caltrans Bridge Construction Records and Procedures Manual Caltrans Construction Manual & Bulletins Request for Proposal (RFP) 16-5 Page 7

8 Caltrans Construction Records and Procedures Manual Caltrans Standard Test Methods Caltrans Surveying Manual Caltrans Manual of Traffic Control for Construction and Maintenance Work Zones Caltrans Independent Assurance Manual Caltrans Local Agency Structure Representative Guidelines Caltrans Falsework Manual California Manual of Uniform Traffic Control Devices Authority Construction Guide City of Richmond Caltrans Encroachment Permit issued for this project The selected Consultant will provide a Resident Engineer and sufficient staff to perform cost effective construction administration and inspection services during the construction of the Project. The selected Consultant will be required to set up and maintain all Project documentation using the Caltrans uniform filing system. If possible, consultant needs to incorporate a paperless construction administration delivery process, e-construction, as discussed in Section X. Required services shall also include the management and execution of all necessary pre-construction activities, post-construction activities, and all activities during construction including, but not limited to, a pre-construction conference, pre-construction and duringconstruction photo records, contract administration, construction inspection, construction survey staking and management of all staking requests, soils and materials testing and off-site materials source inspection, management and handling of all contractor submittals and requests for information, daily and weekly reports including weekly statements of contract working days, preliminary and/or final punch-lists, Project records and file transfer to the Authority, and all activities necessary to assist the Authority with the formal acceptance of the Project construction elements by the respective jurisdictional agencies/owners involved with the Project. The selected Consultant will enforce the labor requirements found in the construction contract and will provide labor compliance services, including, maintenance of file(s) related to labor compliance, conducting worker interviews of employees to verify correct payment of prevailing wages, verifying required posters are properly displayed at the site, auditing payroll and benefit records and certified payroll submissions by contractor on a weekly basis to ensure compliance Request for Proposal (RFP) 16-5 Page 8

9 with Davis-Bacon Act and Federal and State labor laws. The selected consultant will verify that the construction contractor is registered with California Department of Industrial Relations. The selected Consultant will oversee the implementation of the Storm Water Pollution Prevention Plan (SWPPP), including oversight of the monitoring/sampling, weather and event tracking requirements, visual monitoring, inspections, and checklists. Services will include documentation, interpretation of contractor s conformance to the Project plans, specifications, contract documents,, and regulatory permits; assessment of the acceptability of the contractor s work by visual observation, photo and video documentation; all applicable soil and material testing; and coordination with the utilities, including notifications. Consultant s personnel shall perform and conduct construction management services and ensure the contractor s operations are conducted in such a manner as to avoid endangering the safety, or unlawfully or unnecessarily interfering with the convenience of the public and that they are in compliance with California Occupational Safety and Health Administration (CAL OSHA) safety regulations. The selected Consultant will identify potential claims throughout the duration of the construction project and provide recommendations to the Authority to resolve said potential claims. Monthly reviews, impact analysis, and other necessary activities will be required of the Consultant s construction scheduler to assist the Resident Engineer with accepting, rejecting, or accepting with comments, the Project contractor s monthly update of the Critical Path Method (CPM) Schedule. The selected Consultant will notify and advise the Authority on the status of the Project schedule and potential impacts to the overall Project completion and acceptance date. Proposed Contract Change Orders (CCOs) to the construction contract will be managed by the selected Consultant. The selected Consultant will be required to negotiate proposed CCOs with the contractor and evaluate all aspects associated with proposed CCOs and provide recommendations to the Authority regarding such CCOs. The selected Consultant will consult with the Authority on all potential CCOs, prepare the draft CCO documents, consult with and assist the designer of record with CCOs, as needed, obtain the contractor s concurrence on draft CCOs, obtain Caltrans CCO approval, endorse the CCO documents concurred by the contractor, and submit such CCO documents to the Authority for final approval and execution in accordance with the Authority s Construction Contract Administration Guide, and any amendments thereto. The selected Consultant will work with the contractor to discuss and assess contract item quantities, supplemental work items, and extra work to prepare monthly contractor progress payments and provide recommendations to the Authority for approval and payment of such Request for Proposal (RFP) 16-5 Page 9

10 progress payments to the contractor by the Authority. The selected Consultant will also be responsible for preparing the necessary Proposed Final Estimate and Final Progress Payment documents at the end of the construction Project and provide recommendations to the Authority for approval and payment of such Proposed Final Estimate or Final Progress Payment to the contractor by the Authority in accordance with the Authority s Construction Contract Administration Guide, and any amendments thereto. The selected Consultant will prepare all reports, calculations, measurements, test data and other documentation on forms specified by the Authority. Significant coordination efforts will be expected and required of the selected Consultant for the full duration of the Project. Weekly contractor coordination meetings will be managed and conducted by the selected Consultant to discuss new issues, outstanding issues, requests for information, submittal reviews, requests for survey staking, CCOs, and the contractor s threeweek look-ahead schedule. Each week, the selected Consultant will provide the agreed upon planned closures and other traffic-related information to the Authority s Construction Manager for applicable public, stakeholder and/or media distribution. Consultation with the Project designer-of-record will be required, as needed, for design clarifications. If requested by the Authority, the Consultant key staff, or other applicable staff, will be required to attend and assist at the Authority Board or Committee meetings and other Project-related public meetings as may be necessary in support of the Project. Red-Lined As-Built Record Drawings shall be prepared by the selected Consultant and the said record drawings will be provided to the Project design consultants for final preparation of the As-Built Record Drawings. The proposal will include the Consultant timeline to complete this task. Consultants responding to this RFP must demonstrate their capability of providing Public Information services, which may include, but are not limited to, coordination with the Authority staff, preparation of notices (flyers), newsletters, traffic advisories, banners, media releases and updates, and traffic alerts. The Authority may also require the Consultant to prepare display materials/handouts and participate at public meetings and/or special project-related events as deemed necessary by the Authority. Display materials/handouts may need to be produced at with relatively quick turnaround (less than 4 hours) and should be ready for production at all times. The selected Consultant will be expected to respond to media and public inquiries and maintain Request for Proposal (RFP) 16-5 Page 10

11 a written log of said inquiries and responses thereto. Responses to public inquiries may require the assistance of Authority and various members of the Project development team, as necessary. A monthly updated log of inquiries and responses is expected to be provided to the Authority and other stakeholders as directed by the Authority. Under the direction of the Authority, the selected Consultant will be required to develop and implement a Public Outreach Plan. At the completion of the construction contract, the selected consultant will follow the Authority s procedure to close out the contract. However, the selected consultant is asked to provide a plan and schedule to expedite the construction contract close out process. The schedule will be negotiated with the Authority and selected consultant will be held accountable to meet the approved schedule. Administration of the construction contract will be performed under a Caltrans Encroachment Permit issued to the Authority. This is a Permit Engineering and Evaluation Report (PEER) type of a project delivery process and Consultant shall follow the Authority s Construction Contract Administration Guide and Caltrans permit requirements. A detailed scope of work, schedule, and budget for Project will be requested during contract negotiations with the top-ranked Consultants, or the next ranked Consultant if necessary, as determined through this RFP process. When necessary, services will also include issuing Notices of Non-Compliance and/or taking other action to ensure correction of deficiencies. If safety violations are observed, services will include taking appropriate action to ensure correction. The contracted Consultant will also manage requests for clarification/information, coordinate work with the design engineer as required, and manage the Project changes, evaluate contractor s claims and prepare progress pay estimates. Deliverables under this task include daily inspection reports, photo documentation (labeled and dated), as-built drawings, and measurement of bid items. One copy (hard, electronic, or both) of each deliverable is required. V. KEY POSITIONS AND PERSONNEL Positions to be filled or required for the Project may include one or more of the following (Key Team Member positions are in bold): Request for Proposal (RFP) 16-5 Page 11

12 1. Resident Engineer (California P.E. required) with schedule analysis experience 2. Structural Representative (Bridge Engineer) (California P.E. required) 3. Assistant Resident Engineer (Roadway, Electrical Inspector) 5. Qualified SWPPP Practitioner (QSP) 6. Office Engineer 7. Survey Staking Crews 8. Materials Testing Technicians/Laboratories 9. Claims Reviewer/Analyst 10. Biological Monitor All persons furnished by the Consultant shall be its employees, Subconsultants, or agents subject to its supervision and control, and not Authority employees/agents. Consultants shall assume that some positions or personnel assignments listed above may require night work, and weekend work in lieu of the standard work day, as necessary, to accommodate the construction contractor s schedule of work activities. Substitution of the individuals proposed to fill the key positions shown in bold above included in a Consultant proposal for the Project will not be permitted before or at any time during the execution of the required consulting services for the Project unless the circumstances are beyond the control of the Consultant or prior consultation with the Authority and approval by the Authority occurs. Consultants shall provide for all transportation (vehicles), personal safety equipment, and communication devices (cell phones) for the Consultant s personnel. Consultant s proposed personnel shall have all the safety training required to perform their work. Consultant s personnel shall comply with safety rules, regulations, and instructions issued by the construction contractor, CAL OSHA, and pertinent jurisdictions. Consultants responding to this RFP shall assume that Resident Engineer s Offices/Facilities for Project are to be furnished and managed by consultants, and shall be included with the proposal. Request for Proposal (RFP) 16-5 Page 12

13 VI. PREVAILING WAGE REQUIREMENTS The services described herein are considered "public works" as defined by California Labor Code Section 1720 et seq. Any Consultant awarded a contract as the result of this RFP shall be responsible for compliance with all applicable Federal and State prevailing wage laws, as well as any and all applicable State or Federal wage laws, for services under the Consultant's contract. This Project is funded with Federal, State, and local funds. Effective March 1, 2015, since the services are being performed as part of an applicable public works or maintenance project, pursuant to Labor Code Sections and , the Consultant and all subconsultants performing such services must be registered with the Department of Industrial Relations. Consultant shall maintain registration for the duration of the Project and require the same of any subconsultants, as applicable. This Project may also be subject to compliance monitoring and enforcement by the California Department of Industrial Relations. It shall be Consultant s sole responsibility to comply with all applicable registration and labor compliance requirements. VII. RFP, CONSULTANT SELECTION AND PROJECT SCHEDULE The following dates (subject to change) reflect the anticipated schedule for soliciting Proposals and selecting the Consultant, awarding the contract, and completing the work requested in this RFP: Construction Management Contract Milestone Dates Advertise RFP July 22, 2016 Inquiry Submittal Deadline August 4, 2016 Pre-Proposal Conference August 5, 2016 Proposal Submission Deadline August 19, 2016, 2:00 PM Evaluation of Proposals August 22 through August 25, 2016 Contract Negotiations September 5 through September 9, 2016 Contract Approved by Authority October 19, 2016 Notice to Proceed (NTP)* October 21, 2016 *All contract documents will be negotiated prior to the Authority s approval of the contract to assure the issuance of NTP on time. Construction Contract Milestone Dates Advertise for Construction Bids February 2017 Bid Opening Date March 2017 Construction Contract Award May 2017 Construction Contract Notice to Proceed May 2017 Request for Proposal (RFP) 16-5 Page 13

14 Project Construction Completion December 31, 2017 Project Closeout June 2018 It is the responsibility of the Consultant to take into account the deadlines and other schedule requirements listed above. The Consultant will prepare and submit with the Proposal a schedule showing how they intend to meet these dates. It is the Authority s intent to use the schedule submitted by the Consultant to administer the Consultant s contract. If the Consultant is not able to meet the dates as stated above, exceptions must be clearly noted in the Proposal. VIII. PROPOSAL SUBMITTAL REQUIREMENTS Responses to this RFP shall include the information described in this section. Consultants shall submit 8 hard copies and one electronic copy (in pdf format on CD or Flash Drive) of their Proposal in accordance with the requirements shown below. The Proposal shall not exceed 30 pages including the cover letter, resumes and other information. The main body of text within Proposal shall be a minimum of 11 point font size on 8 ½ x 11 page (single-sided). Pages of size 11 x 17 shall only be used for Organizational Chart, Detailed Work Plan Estimate of Hours, and Schedule. Resume pages may be double-sided, but resume text must be a minimum of 11 point font size. Any changes to this RFP will be made by written addenda. Consultants responding to this RFP shall acknowledge receipt of any addenda in their submittal. Addenda to this RFP, if any, will be posted on the Authority website at below the posting of this RFP (click on the NOTICE TO BIDDERS/RFPs/RFQs link under the WHAT S NEW tab on the CCTA Home Page). Proposals shall be delivered to the Authority offices no later than 2:00 p.m. on August 19, Late Proposals will not be considered. The Proposals shall be clearly marked as I80/Central RFP 16-5 and addressed as follows: Request for Proposal (RFP) 16-5 Ivan Ramirez Construction Manager 2999 Oak Road, Suite 100 Walnut Creek, CA Consultants may contact Christina Broadfoot by (cbroadfoot@ccta.net) or at to confirm that Proposals have been recorded as received before the Proposal due date. It is the responsibility of the Consultant to inquire about and clarify any requirement of this RFP that is not understood. All questions and/or requests for clarifications to this RFP, including Page 14

15 questions that could not be specifically addressed at the Pre-Submittal Conference, must be ed or otherwise put in writing and received by the Authority no later than 5:00 p.m., Thursday August 4, Inquiries received by the Authority after the date and time specified may or may not be responded to, within the sole discretion of the Authority. The Authority will not be bound to any modifications to or deviations from the requirements set forth in this RFP as a result of any oral discussions and/or instructions. Questions pertaining to this RFP, the scope of services, or the Consultant s submittal should be directed by to: Ivan Ramirez Construction Manager iramirez@ccta.net All questions and/or requests for clarifications must be clearly labeled I80/Central RFP The Authority is not responsible for failure to respond to questions that are not appropriately labeled. The Authority s responses to written inquiries will be sent to the originator of the question and posted on the Authority s website at (click on the NOTICE TO BIDDERS/RFPs/RFQs link under the WHAT S NEW tab on the CCTA Home Page). Cover Letter Enclose a cover letter describing interest and commitment to perform full construction contract administration and construction management services described in this RFP for the I-80/ Central Avenue Operational Improvements Project. Include the name and mailing address of the Consultant, the name of the contact person with their telephone number, fax number and address. The person empowered by the Consultant to negotiate a contract with the Authority shall sign the cover letter and thereby commit the Consultant to the obligations contained in the RFP response. Resumes Provide summary resumes for key personnel (see Section VI) within the 30 page limit. More detailed resumes may be included in an appendix however consultant is encouraged to limit descriptions on resumes to relevant information. Personnel Overview State the qualifications and experience of the Consultant s and Subconsultant s personnel designated for the Project. Please emphasize the specific qualifications and experience from projects similar to the Project for the Construction/Project Manager, Resident Engineer, Structures Representative and other project staff members designated for the Project. Request for Proposal (RFP) 16-5 Page 15

16 Project Approach Present Consultant s approach to the required work and all services required for the Project, including coordination with Authority, Caltrans, and City of Richmond. Provide a detailed discussion of Consultant s approach to the successful implementation of this Project. Discuss any problems, issues, or conflicts relating to this Project that need to be resolved and the approach to resolving them, and how the proposed team has handled unforeseen problems on similar projects in the past. Provide an approach to the QC/QA, biddability review of the Project s PS&E package. Also demonstrate understanding of the complete AAA process and related services, including bid protests and claims resolution process. Provide strategy for an Outreach Plan that will engage and educate residents, businesses, elected officials, community partners and the media and the communications methods intended to use to achieve the objectives of the Outreach Plan. Emphasize pertinent and relevant experience in providing construction contract administration and construction management services consistent with: Caltrans Construction Manual 2010 Caltrans Standard Specifications Emphasize pertinent and relevant experience in providing construction contract administration and construction management services on a project: Located in a heavily travelled local street requiring full and partial street closure Also emphasize relevant and specific experience in providing complete AAA services for public agencies. The Authority is moving toward implementing a paperless construction administration delivery process, sometimes referred to as e-construction. The process includes electronic submission of all construction documentation by all stakeholders, electronic document routing, document approval (e-signature), and digital management of all construction documentation in a secure environment allowing distribution to all project stakeholders through mobile devices. While knowledge of a cloud base document control system and experience with such systems are not requirements of this RFP, Consultants are encouraged to discuss their experience with electronic documentation systems that are consistent with Caltrans reporting requirements and how they can assist the Authority in implementing the system. Proprietary systems will not be allowed, the system must be a shelf-product type. Organization Chart Provide a team organization chart including names and consultant firm(s) of individuals identified to perform all services for the Project. The chart will specifically identify the role of all proposed key team members, in addition to showing other staff available for the Request for Proposal (RFP) 16-5 Page 16

17 Project. Unless beyond the consultant s control, the team designated as part of proposal is expected to remain through Project completion. Replacement of key team members for the Project without consultation with the Authority will not be permitted. References Provide at least three references for each key team member (name and current phone number) from other projects within the last three years similar to the scope of the Project performing work on city streets. Include a brief description of the projects associated with each reference, and the role of the respective key staff and other relevant team members. Also provide a description of at least three projects similar to the Project performed by each firm included in the Consultant team. Each project description shall include a client reference (name, affiliation, and current phone number), date(s) and duration of the project, a brief description of the project, and a list of any team members included with Proposal who worked on the projects. Project Management and Staff Availability Discuss the current and anticipated workload for all key team members and their capacity to complete the Project within the anticipated Project construction schedule. Include a discussion of commitments made to other agencies and a table showing the percentage of time key staff members are available during the course of the Project. Also discuss approach to managing and assessing staffing level needs to properly administer a construction contract and approach to completing this Project on schedule and within budget. Provide a plan and discuss how the plan can be implemented to expedite the construction closeout process. Provide examples of successful implementation of the plan along with project / contract references. Other Information (Optional) Provide additional relevant information that may be helpful in the selection process (not to exceed two pages). IX. EVALUATION CRITERA The following evaluation criteria and rating schedule will be used to determine the most highly qualified firm(s): EVALUATION CRITERIA MAXIMUM POINTS Qualifications and Relevant Experience of Proposed Staff 30 Project Approach 30 Experience with Similar Type of Work 20 Familiarity with Authority Procedures 20 Local Preference 7 TOTAL POSSIBLE POINTS 107 Request for Proposal (RFP) 16-5 Page 17

18 X. SELECTION PROCEDURES Submittals will be reviewed for responsiveness. Responsive submittals will be evaluated based on the objectives prescribed in this RFP by a selection committee in accordance with the above criteria. Selection of a consultant will be based solely on the Proposal evaluation by the selection panel and no interviews will be conducted. Once the top ranked consultant from the proposal review and evaluation process has been determined, staff will notify the selected consultant and start contract negotiations. The Authority will notify all consultants of the ranking. If contract negotiations are not successful, the next ranked Consultant from the Proposal review process may be asked to negotiate a contract with the Authority. The Authority Board is required to approve a negotiated contract, although work may be initiated with a Notice to Proceed (NTP), if necessary. At its sole discretion, the Authority reserves the right to amend this RFP, to withdraw all or a portion of this RFP, to award a contract for only a portion of the scope of work described herein, or to decline to award a contract. The cost of preparing, submitting, and presenting a Proposal is at the sole cost and expense of the Consultant. Authority shall not be liable for any pre-contractual expenses incurred by the Consultants in preparation of their Proposal. Consultants shall not include any such expenses or labor hours as part of a Detailed Work Plan. Pre-contractual expenses are defined as follows; a) preparing a Proposal and/or statement of qualifications in response to this RFP; b) submitting that Proposal and/or statement of qualifications to the Authority; and c) any and all expenses incurred by the Consultants prior to issuance of an NTP under this solicitation process. XI. CONSULTANT SERVICES CONTRACT BOILERPLATE Consultants responding to this RFP are strongly encouraged to review Authority s current version of the Consultant Services Contract (Attachment C). Indemnification and minimum insurance requirements, along with other pertinent information, are shown in the document. At its sole discretion, Authority reserves the right to make revisions and modifications to the contract agreement language. The Authority encourages, but does not require, all prime Consultants to utilize qualified SBE Subconsultants on Authority projects, and promotes the direct purchase of goods from qualified SBEs by utilizing SBE vendors when such vendors are available and the price of the goods sought is reasonable. All prime consultants are required to report on SBE usage during the term of each contract, using a form provided by the Authority. For purposes of this RFP, an SBE shall be a small business within the meaning of California Request for Proposal (RFP) 16-5 Page 18

19 Government Code Section In the event that the Authority s SBE Policy conflicts with any Federal, State, or other funding source s programs, policies, regulations, or requirements, the Authority shall make the SBE Policy consistent with said funding source s programs, policies, regulations, and requirements to the extent permissible by law. The Authority encourages local firms to participate. A firm is considered local if it has maintained a local working office within Contra Costa County for at least six months prior to the date of this RFP. Work that is performed outside of Contra Costa County by a local firm does not qualify as local work. The work performed by consultants selected through this RFP process will be locally funded, and therefore, local preference points will be awarded for this evaluation. All prime Consultants are required to report on local firm usage during the term of each contract, using a form provided by Authority. Percent, if any, of the proposed Consultant team that is considered a Local Business. Under Authority policies, a Local Preference will be used in the scoring of each proposal using the following basis: 0 points if less than 24% of the dollar value of services to be rendered will be performed by a local firm: 3 points if between 25% and 49% of the dollar value of services to be rendered will be performed by a local firm: 5 points if between 50% and 69% of the dollar value of services to be rendered will be performed by a local firm: 7 points if 70% or more of the dollar value of services to be rendered will be performed by a local firm. Request for Proposal (RFP) 16-5 Page 19

20 ATTACHMENT A LOCATION OF PROJECT Request for Proposal (RFP) 16-5

21 Request for Proposal (RFP) 16-5

22 ATTACHMENT B AUTHORITY CONSULTANT SERVICES CONTRACT Request for Proposal (RFP) 16-5

23 CONTRA COSTA TRANSPORTATION AUTHORITY CONSULTANT AGREEMENT NO. ### CONSULTANT: XXX SCOPE OF SERVICES: EFFECTIVE DATE: (Date of Notice to Proceed or Board Meeting whichever is earlier) AGREEMENT THIS CONSULTANT AGREEMENT ( Agreement ), entered into as of this day of, 20 [date of Board Meeting] is between the CONTRA COSTA TRANSPORTATION AUTHORITY, a local transportation authority created and administered pursuant to Division 19 of the California Public Utilities Code, ( AUTHORITY ), having its principal office at 2999 Oak Road, Suite 100, Walnut Creek, California 94597, and XXX, ( CONSULTANT ), having its principal place of business at, which parties hereby agree that the services specified herein shall be performed by CONSULTANT in accordance with the provisions of the Agreement which consists of the following: Agreement Exhibit A, General Conditions Exhibit B, Scope of Services Exhibit C, Milestone Schedule Exhibit D, Compensation, Invoicing and Payment Exhibits A, B, C, and D are by this reference incorporated herein as if fully set forth and made a part hereof. Contract No. ###

24 I. SERVICES TO BE PERFORMED: Subject to the terms and conditions hereof, CONSULTANT shall furnish all technical and professional services including all materials, tools, supplies, equipment, transportation, management and supervision, and shall perform all operations necessary and required to satisfactorily perform the services as set forth in Exhibit B, Scope of Services. II. III. TERM OF THE AGREEMENT: Subject to the limitation of the Total Agreement Value provided in Article III below, and consistent with Exhibit C, Milestone Schedule, unless terminated earlier pursuant to Sections 15 and 16 of Exhibit A, General Conditions, the term of the Agreement shall be from through. COMPENSATION: As full consideration for the satisfactory performance and completion by CONSULTANT of this Agreement, AUTHORITY shall pay to CONSULTANT compensation as set forth in Exhibit D, Compensation, Invoicing and Payment. Total compensation for the Agreement shall not exceed the following: Base Work $ Maximum Extra Work $ Maximum Total Agreement Value $ Maximum Extra Work must be authorized in accordance with Section 22 of Exhibit A, General Conditions. No additional compensation will be paid without a written amendment to the Agreement. In witness whereof, the parties hereto have executed this Agreement as of the day and year above written. CONSULTANT By: XXX [Insert Name of CONSULTANT] [Insert Authorized Representative s Name and Title] Contract No. ###

25 CONTRA COSTA TRANSPORTATION AUTHORITY Dave E. Hudson, Chair Attest: Randell H. Iwasaki, Executive Director Approved as to Form: By: Malathy Subramanian, Authority Counsel Contract No. ###

26 [Fill out with appropriate CONSULTANT Information] Contract No. ###

27 CONTRA COSTA TRANSPORTATION AUTHORITY CONTRACT NO. ### CONSULTANT: XXX EXHIBIT A GENERAL CONDITIONS TABLE OF CONTENTS SECTION # TITLE PAGE # 1. ENTIRE AGREEMENT... Error! Bookmark not defined. 2. DEFINITIONS... Error! Bookmark not defined. 3. TOTAL AGREEMENT VALUE... Error! Bookmark not defined. 4. INDEPENDENT CONSULTANT... Error! Bookmark not defined. 5. LAWS AND REGULATIONS... Error! Bookmark not defined. 6. AUDITS, REPORTS, AND RETENTION OF RECORDS... Error! Bookmark not defined. 7. ASSIGNMENT AND SUBCONTRACTS... Error! Bookmark not defined. 8. AUTHORIZED REPRESENTATIVES AND NOTICES... Error! Bookmark not defined. 9. INDEMNITY... Error! Bookmark not defined. 10. INSURANCE... Error! Bookmark not defined. 11. TAXES... Error! Bookmark not defined. 12. PAYMENT OF TAXES AND OTHER EXPENSES... Error! Bookmark not defined. 13. DISALLOWANCE... Error! Bookmark not defined. 14. NONWAIVER... Error! Bookmark not defined. 15. DEFAULT; REMEDIES... Error! Bookmark not defined. 16. TERMINATION FOR CONVENIENCE... Error! Bookmark not defined. 17. SURVIVAL... Error! Bookmark not defined. 18. PERFORMANCE OF THE SERVICES... Error! Bookmark not defined. 19. PAYMENT DOES NOT IMPLY ACCEPTANCE OF WORK.. Error! Bookmark not defined. 20. EQUIPMENT... Error! Bookmark not defined. 21. FORCE MAJEURE... Error! Bookmark not defined. 22. CHANGES AND EXTRA WORK... Error! Bookmark not defined. 23. CONFIDENTIALITY AND PUBLICITY... Error! Bookmark not defined. 24. PROHIBITED INTEREST... Error! Bookmark not defined. 25. OWNERSHIP OF RESULTS... Error! Bookmark not defined. 26. SOFTWARE... Error! Bookmark not defined. Contract No. ###

28 27. FUNDING REQUIREMENTS... Error! Bookmark not defined. 28. DISPUTES... Error! Bookmark not defined. 29. ADMINISTRATIVE REMEDY FOR AGREEMENT INTERPRETATION Error! Bookmark not defined. 30. INSPECTION OF WORK... Error! Bookmark not defined. 31. CLAIMS FILED BY AUTHORITY S CONSTRUCTION CONTRACTOR Error! Bookmark not defined. 32. SUBMITTING FALSE CLAIMS; MONETARY PENALTIES.. Error! Bookmark not defined. 33. NONDISCRIMINATION AND AFFIRMATIVE ACTION... Error! Bookmark not defined. 34. STATEMENT OF COMPLIANCE... Error! Bookmark not defined. 35. COMPLIANCE WITH AMERICANS WITH DISABILITIES ACT... Error! Bookmark not defined. 36. DRUG-FREE WORKPLACE POLICY... Error! Bookmark not defined. 37. REBATES, KICKBACKS OR OTHER UNLAWFUL CONSIDERATION. Error! Bookmark not defined. 38. PROHIBITION OF EXPENDING AUTHORITY OR STATE FUNDS FOR LOBBYING... Error! Bookmark not defined. 39. STATE PREVAILING WAGE RATES... Error! Bookmark not defined. 40. MODIFICATION OF AGREEMENT... Error! Bookmark not defined. 41. AGREEMENT MADE IN CALIFORNIA; VENUE... Error! Bookmark not defined. 42. CAPTIONS... Error! Bookmark not defined. 43. ENTIRE AGREEMENT... Error! Bookmark not defined. 44. COMPLIANCE WITH LAWS... Error! Bookmark not defined. 45. SEVERABILITY... Error! Bookmark not defined. 46. DEBARMENT AND SUSPENSION CERTIFICATION... Error! Bookmark not defined. Contract No. ###

29 CONTRA COSTA TRANSPORTATION AUTHORITY CONTRACT NO. ### CONSULTANT: XXX EXHIBIT A GENERAL CONDITIONS For the work and services set forth in Exhibit B, Scope of Services, AUTHORITY is responsible for the selection of CONSULTANT and the administration of the Agreement. CONSULTANT s personnel performing services related to this phase of the Project shall perform such services as directed by AUTHORITY. 1. ENTIRE AGREEMENT The Agreement, including the Exhibits hereto, constitutes the entire agreement between AUTHORITY and CONSULTANT relating to the subject matter hereof and supersedes any previous agreements or understandings. 2. DEFINITIONS 2.1 AUTHORITY means and all of its authorized representatives acting in their professional and technical capacities. 2.2 CALTRANS means the State of California Department of Transportation and all of its authorized representatives acting in their professional and technical capacities. 2.3 CONSULTANT means XXX, his, hers or its employees, authorized representatives, successors, and permitted assigns. 2.4 Measure C means the Ordinance and Expenditure Plan adopted by AUTHORITY and approved by the voters of Contra Costa in November Measure J means the Ordinance and Expenditure Plan adopted by AUTHORITY and approved by the voters of Contra Costa in November Exhibit A General Conditions Contract No. ### Page 1 of 30

30 2.6 OSHA means the California Occupational Safety and Health Act of 1973 (California Labor Code Sections 6300 et seq.) and the Division of Occupational Safety and Health of the California Department of Industrial Relations, as Administrator, and all of its authorized representatives acting in their professional and technical capacities. 2.7 Project means that project or program in connection with which the Services are to be performed as described in Exhibit B, Scope of Services. 2.8 Services means all the professional, technical, and administrative services and responsibilities to be performed by CONSULTANT as specified, stated, indicated or implied in this Agreement. 3. TOTAL AGREEMENT VALUE 3.1 AUTHORITY s obligation hereunder shall not at any time exceed the amount stated in Article III of this Agreement ( Total Agreement Value ). Officers and employees of AUTHORITY are not authorized to request, and AUTHORITY is not required to reimburse the CONSULTANT for, commodities or services beyond the agreed upon contract scope, including Total Agreement Value, unless the changed scope is authorized by amendment and approved in the same manner as this Agreement. 3.2 Officers and employees of AUTHORITY are not authorized to offer or promise, nor is AUTHORITY required to honor, any offered or promised additional funding in excess of the Total Agreement Value for which this Agreement is authorized without an amendment authorizing additional funding. 4. INDEPENDENT CONSULTANT 4.1 CONSULTANT or any agent or employee of CONSULTANT shall be deemed at all times to be an independent CONSULTANT and is wholly responsible for the manner in which it performs the services and work requested by AUTHORITY under this Agreement. CONSULTANT or any agent or employee of CONSULTANT is liable for the acts and omissions of itself, its employees and its agents. Nothing in this Agreement shall be construed as creating an employment or agency relationship between AUTHORITY and CONSULTANT or any agent or employee of CONSULTANT. 4.2 Any terms in this Agreement referring to direction from AUTHORITY shall be construed as providing for direction as to policy and the result of Exhibit A General Conditions Contract No. ### Page 2 of 30

PROPOSALS DUE: 2:00 PM, July 22, 2016 CONTRA COSTA TRANSPORTATION AUTHORITY 2999 OAK ROAD, SUITE 100 WALNUT CREEK, CA 94597

PROPOSALS DUE: 2:00 PM, July 22, 2016 CONTRA COSTA TRANSPORTATION AUTHORITY 2999 OAK ROAD, SUITE 100 WALNUT CREEK, CA 94597 Request for Proposal (RFP) 16-4 to Provide Construction Management Services for HOV Completion and Express Lanes on Southbound Interstate 680 Between the El Cerro Boulevard Interchange and the Benicia-Martinez

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

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

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

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

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

More information

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

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

More information

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

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

AGREEMENT FOR WORK TO BE PERFORMED BY KING COUNTY ROAD SERVICES DIVISION

AGREEMENT FOR WORK TO BE PERFORMED BY KING COUNTY ROAD SERVICES DIVISION AGREEMENT FOR WORK TO BE PERFORMED BY KING COUNTY ROAD SERVICES DIVISION THIS AGREEMENT is made and entered into by and between King County ( the County ) and the City of Medina, ( the City ). RECITALS

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

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

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

REQUEST FOR QUALIFICATIONS for HEARING OFFICER

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

More information

QUARTZ HILL WATER DISTRICT REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

QUARTZ HILL WATER DISTRICT REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES QUARTZ HILL WATER DISTRICT REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES 1 QUARTZ HILL WATER DISTRICT REQUEST FOR PROPOSAL PROFESSIONAL AUDITING SERVICES JANUARY 7, 2019 I. INTRODUCTION: A.

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

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS PROFESSIONAL SERVICES CONTRACT (Architects, Engineers, Land Surveyors, Landscape Architects) BETWEEN THE CITY OF GIG HARBOR AND [insert Consultant Name] THIS AGREEMENT is made by and between the City of

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

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

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

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

More information

REQUEST FOR PROPOSAL AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date May 27, 2015

REQUEST FOR PROPOSAL AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date May 27, 2015 REQUEST FOR PROPOSAL AUDIT SERVICES Cumberland Mountain Community Services Board RFP#: AUDIT2015-2017 Issue Date May 27, 2015 Cumberland Mountain Community Services requests qualified independent certified

More information

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

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

More information

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

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services Appendix C Sample Contract for Professional Services Contract # xxxx Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

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 (RFQ) FOR TRANSPORTATION PLANNING CONSULTING SERVICES

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

More information

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

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

PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN

PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN 1. CONTRACT: This contract is entered into by and between Spokane Regional Clean Air Agency (SRCAA) and (CONTRACTOR) to provide certain services to SRCAA.

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

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

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

ARTICLE 8: BASIC SERVICES

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

More information

DESIGN AND CONSTRUCTION RESPONSIBILITY AND REIMBURSEMENT AGREEMENT BETWEEN THE CITY OF PLACERVILLE AND THE El DORADO IRRIGATION DISTRICT

DESIGN AND CONSTRUCTION RESPONSIBILITY AND REIMBURSEMENT AGREEMENT BETWEEN THE CITY OF PLACERVILLE AND THE El DORADO IRRIGATION DISTRICT DESIGN AND CONSTRUCTION RESPONSIBILITY AND REIMBURSEMENT AGREEMENT BETWEEN THE CITY OF PLACERVILLE AND THE El DORADO IRRIGATION DISTRICT FOR THE WESTERN PLACERVILLE INTERCHANGES PROJECT, PHASE 2 CITY CIP:

More information

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR

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

More information

Request for Proposal # Postage Meter Lease & Maintenance Service

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

More information

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

HILLSBOROUGH CITY SCHOOL DISTRICT REQUEST FOR STATEMENT OF QUALIFICATIONS AND REQUEST FOR PROPOSAL

HILLSBOROUGH CITY SCHOOL DISTRICT REQUEST FOR STATEMENT OF QUALIFICATIONS AND REQUEST FOR PROPOSAL HILLSBOROUGH CITY SCHOOL DISTRICT REQUEST FOR STATEMENT OF QUALIFICATIONS AND REQUEST FOR PROPOSAL FOR Energy Services Design-Build Contractor For Proposition 39 Funded Energy Efficiency & Conservation

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

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

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

More information

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste Request for Proposal #2019-020 Grinding and Processing Services for Yard/Pallet Waste Due Date: October 23, 2018 Time: 2:00 pm Receipt Location: Government Building 500 N. Main Street, Suite #709 Administrative

More information

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # 24-09-CM BACKGROUND The City of Kirkland Economic Development Program is focused on business retention. The satisfaction of existing

More information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

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

More information

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

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

More information

SUU Contract for Workshops and Entertainment

SUU Contract for Workshops and Entertainment SUU Contract for Workshops and Entertainment 1. PARTIES: This contract is between Southern Utah University, an institution of higher education of the State of Utah located at 351 West University Boulevard,

More information

Request for Qualifications (RFQ #704-18) Establish a Hybrid Law Enforcement Model Consulting & Support Services

Request for Qualifications (RFQ #704-18) Establish a Hybrid Law Enforcement Model Consulting & Support Services Request for Qualifications (RFQ #704-18) To Establish a Hybrid Law Enforcement Model Consulting & Support Services Posted on website (http://www.publicpurchase.com/gems/cityoflancaster,ca/buyer/public/home):

More information

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

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

More information

Solano Community College District REQUEST FOR QUALIFICATIONS (RFQ #14-008) CIVIL ENGINEERING SERVICES CAPITAL IMPROVEMENT PROGRAM

Solano Community College District REQUEST FOR QUALIFICATIONS (RFQ #14-008) CIVIL ENGINEERING SERVICES CAPITAL IMPROVEMENT PROGRAM REQUEST FOR QUALIFICATIONS (RFQ #14-008) CIVIL ENGINEERING SERVICES CAPITAL IMPROVEMENT PROGRAM In November of 2002 and November 2012 the residents of the Solano Community College District ( District ),

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017

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

More information

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO REQUEST FOR PROPOSAL For 21c Roof Replacement PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO PPLD RFP # 490-18-05 The Pikes Peak Library District (PPLD) invites qualified Roofing Contractors (The Company

More information

REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018

REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018 REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES Cumberland Mountain Community Services Board RFP#: AUDIT2018-2020 Issue Date April 23, 2018 Cumberland Mountain Community Services requests qualified

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

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows: A. Definitions Contract No. 13139BO0 As used in this Contract the terms are defined as follows: 1. County and/or Owner shall mean the Board of County Supervisors of Prince William County, Virginia, or

More information

Professional Auditing Services

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

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

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

More information

City of 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 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

(PROGRAM NAME) SYNTHESIS STUDY SUBAWARD INFORMATION

(PROGRAM NAME) SYNTHESIS STUDY SUBAWARD INFORMATION (PROGRAM NAME) SYNTHESIS STUDY SUBAWARD INFORMATION SUBAWARD NO: UNIT NUMBER: 913 PURCHASE ODER No.: SUBAWARDEE NAME: DUNS NUMBER: ADDRESS: PRINCIPAL INVESTIGATOR: ( ) PROJECT ADMINISTRATOR: ( ) AWARD

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

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT Sanitary Sewer Rehabilitation Design Services [name of consultant] This agreement, made and entered into this day

More information

REQUEST FOR QUALIFICATIONS Contra Costa County Schools Insurance Group Executive Director

REQUEST FOR QUALIFICATIONS Contra Costa County Schools Insurance Group Executive Director REQUEST FOR QUALIFICATIONS Contra Costa County Schools Insurance Group Executive Director 1. INTRODUCTION The intent of this request for qualifications is to engage an experienced firm to provide services

More information

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING Friendship is soliciting proposals and qualification statements from parties having specific interests and qualifications

More information

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

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

More information

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

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES Friendship is soliciting proposals and qualification statements from parties having specific interests

More information

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

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

More information

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

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

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

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

More information

Request for Proposal. RFP # Towing Services Inoperable Vehicles

Request for Proposal. RFP # Towing Services Inoperable Vehicles County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-0601-1 This procurement is governed

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

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

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

More information

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

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

More information

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

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

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

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

More information

Request for Proposals 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 PROPOSALS

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

More information

City And County Of San Francisco Office Of Contract Administration LED LUMINAIRE WITH WIRELESS MONITORING AND CONTROL SYSTEM

City And County Of San Francisco Office Of Contract Administration LED LUMINAIRE WITH WIRELESS MONITORING AND CONTROL SYSTEM City And County Of San Francisco 79000 Office Of Contract Administration APPENDIX I LED LUMINAIRE WITH WIRELESS MONITORING AND CONTROL SYSTEM APPENDIX I HRC FORMS HRC Attachment 3 Requirements for Contracts

More information

Request for Proposal. RFP # Recreation T-Shirts

Request for Proposal. RFP # Recreation T-Shirts County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-1212-1 This procurement is governed

More information

Request for Proposals for Agent of Record/Insurance Broker Services

Request for Proposals for Agent of Record/Insurance Broker Services County of Charlotte PO Box 608 250 LeGrande Ave; Suite A Charlotte Court House, VA 23923 Request for Proposals for Agent of Record/Insurance Broker Services Note: This public body does not discriminate

More information

Tobacco Use Prevention Grantees FY

Tobacco Use Prevention Grantees FY Tobacco Use Prevention Grantees FY20162018 701 E. Franklin Street Suite 500 Richmond, VA 23219 www.vfhy.org Table of Contents I. General Terms and Conditions.3 II. Special Terms and Conditions... 9 III.

More information

OREGON CHILD DEVELOPMENT COALITION

OREGON CHILD DEVELOPMENT COALITION OREGON CHILD DEVELOPMENT COALITION REQUEST FOR QUALIFICATIONS AND QUOTATIONS (RFQQ) For SHAREPOINT CONSULTING SERVICES CONTACT: Nancy.Orem@ocdc.net 1. INTRODUCTION The Oregon Child Development Coalition

More information

CONSTRUCTION CONTRACT

CONSTRUCTION CONTRACT CONSTRUCTION OR: Name Mailing Address City, State, Zip Code Telephone Number Fax Number E-mail address BID ACCEPTANCE DATE: COMPLETION DATE: DATE: TOTAL BID : TABLE OF CONTENTS ARTICLE 1 PARTIES... Page

More information

City of Beverly Hills Beverly Hills, CA

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

More information

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

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

More information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 REQUEST FOR PROPOSAL (RFP) 2018-02 LEGAL REPRESENTATION IN ACTIONS FOR UNLAWFUL DETAINER DATE ISSUED: Thursday, January

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

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

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

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

Staff Report. City Council Sitting as the Local Reuse Authority

Staff Report. City Council Sitting as the Local Reuse Authority .q Staff Report Date: July, To: From: Prepared by: Subject: City Council Sitting as the Local Reuse Authority Valerie J. Barone, City Manager Guy S. Bjerke, Director - Community Reuse Planning Guy.bjerke@cityofconcord.org

More information

Request for Proposal

Request for Proposal San Mateo County Mosquito and Vector Control District Request for Proposal Professional Auditing Services Date of Issuance: December 8, 2017 Submittal Deadline: January 19, 2018 4:00 PM 1 I. INTRODUCTION

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

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

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

More information

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

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660 CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES. April 18, 2006

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES. April 18, 2006 REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES April 18, 2006 Sealed Statement of Qualification documents must be received no later than Noon on Monday, May 1, 2006, at the

More information

REQUEST FOR PROPOSALS: DCSO Jail Inmate Video Visiting System. Davis County Government 28 South State Street Farmington, UT 84025

REQUEST FOR PROPOSALS: DCSO Jail Inmate Video Visiting System. Davis County Government 28 South State Street Farmington, UT 84025 REQUEST FOR PROPOSALS: 28 South State Street Farmington, UT 84025 Date of Issue: May 22, 2013 TABLE OF CONTENTS TITLE PAGE NO. I. INTRODUCTION 3 II. PURPOSE 3 III. LETTER OF INTENT 3 IV. PRE-PROPOSAL MEETING

More information