REQUEST FOR PROPOSALS (RFP) Northern Washington County - Corridor-Based, Small Area Transportation Plan

Size: px
Start display at page:

Download "REQUEST FOR PROPOSALS (RFP) Northern Washington County - Corridor-Based, Small Area Transportation Plan"

Transcription

1 REQUEST FOR PROPOSALS (RFP) for Northern Washington County - Corridor-Based, Small Area Transportation Plan Issued by Southwestern Pennsylvania Corporation On behalf of Southwestern Pennsylvania Commission Two Chatham Center, Suite Washington Place Pittsburgh, PA Telephone: (412) Fax: (412) August 14, 2017

2 COMPLIANCE WITH REGULATIONS The Southwestern Pennsylvania Corporation, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-assisted programs of the Department of Transportation, issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration of an award.

3 SOUTHWESTERN PENNSYLVANIA CORPORATION REQUEST FOR PROPOSALS (RFP) Northern Washington County - Corridor Based, Small Area Transportation Plan Table of Contents 1: General Information : List of Procurement Materials : Questions Regarding the RFP : Anticipated Procurement Time Schedule : Required Qualifications : Disadvantaged Business Enterprise (DBE) Participation : Bidders List : Lobbying : Debarment and Suspension : Federal and State Interest : Proposal Package Requirements... 6 A. Technical Proposal B. Price Proposal : Selection Process : Contract Negotiations : Protest Procedures : Business Insurance : Form of Contract : Completion : Instructions for Submission Appendix A Scope of Work Appendix B Study Area Figures and Available SPC Traffic Counts Appendix C Standard Form (SF) 330, Architect - Engineer Qualifications Appendix D Consultant Pricing Details Form

4 Appendix E Proposal Package Component Checklist Form Appendix F Consultant Selection Evaluation Form Appendix G Disadvantaged Business Enterprise (DBE) Requirements Appendix H DBE Good Faith Effort Plan Form Appendix I DBE Commitment Form Appendix J SPC Bidders List Data Form Appendix K Lobbying Certification Form Appendix L Disclosure of Lobbying Activities Form Appendix M Government-Wide Debarment and Suspension Certification Form Appendix N Federally Required Clauses Appendix O Acknowledgement of Review of Federally Required Clauses Form Appendix P Protest Procedures

5 SOUTHWESTERN PENNSYLVANIA CORPORATION REQUEST FOR PROPOSALS (RFP) Northern Washington County Corridor-Based, Small Area Transportation Plan 1: General Information The Southwestern Pennsylvania Commission (Commission) is the cooperative forum for regional collaboration, planning, and public decision-making. The Commission serves as the official Metropolitan Planning Organization (MPO) for a 10-county region in Southwestern Pennsylvania including the City of Pittsburgh and the counties of Allegheny, Armstrong, Beaver, Butler, Fayette, Greene, Indiana, Lawrence, Washington, and Westmoreland. In addition, the Commission is designated as the Local Development District (LDD) and Economic Development District (EDD) for Southwestern Pennsylvania. The Southwestern Pennsylvania Corporation (Corporation) is the administrative arm of the Commission. On behalf of the Commission, the Corporation is requesting Technical Proposals and Price Proposals (together, the Proposal package) for the preparation of a Corridor-Based Small Area Transportation Plan for Northern Washington County, Pennsylvania. A Scope of Work is included as Appendix A. The Request for Proposals (RFP) for the Northern Washington County Corridor-Based, Small Area Transportation Plan can be downloaded from the SPC Website ( on or after Monday, August 14, Alternately, an electronic or printed version of the RFP may also be obtained from SPC on or after August 14, 2017 by written or request to: Northern Washington County- Corridor-Based Small Area Transportation Plan RFP Southwestern Pennsylvania Corporation Two Chatham Center, Suite Washington Place Pittsburgh, PA awaple@spcregion.org Fax: (412) Firms are invited to submit a Proposal package in response to this RFP. Individual firms are encouraged to collaborate with other firms to form proposed Consultant Services 1

6 teams. Single firms will be eligible only if they are able to clearly demonstrate that they will be able to satisfy the DBE requirements specified for this RFP (See Section 6 Disadvantaged Business Enterprise (DBE) Participation), as well as sufficiently fulfill the qualification requirements found in Section 5 (Required Qualifications). Most firms will need to team up with other firms to fulfill the DBE requirements set forth in this contract. 2: List of Procurement Materials The following procurement materials applicable to the Northern Washington County Corridor-Based, Small Area Transportation Plan RFP will be available for download from the SPC Website ( on or after August 14, 2017: Northern Washington County Corridor-Based, Small Area Transportation Plan RFP Standard Form (SF) 330, Architect - Engineer Qualifications Consultant Pricing Details Form Proposal Package Component Checklist Form DBE Good Faith Effort Plan Form DBE Commitment Form SPC Bidders List Data Form Lobbying Certification Form Disclosure of Lobbying Activities Form Government-Wide Debarment and Suspension Certification Form Acknowledgement of Review of Federally Required Clauses Form 3: Questions Regarding the RFP All questions concerning this RFP must be submitted electronically via to Andy Waple, Manager, Transportation Program Development, at awaple@spcregion.org by 4:00 PM EST on Monday, August 21, No answers will be given over the phone. Written answers to all questions received, including any amendments to the RFP, if necessary, will be posted on the SPC Website ( no later than the close of business on Monday, August 28, This material will also be ed or mailed, on Monday, August 28, 2017 to each firm that requested an electronic or printed copy of the RFP. 4: Anticipated Procurement Time Schedule August 14, 2017: August 14, 2017: August 21, 2017: August 28, 2017: September 15, 2017: RFP Issued Notice to Consultants Deadline for Questions SPC Response to Questions Proposal Packages Due 2

7 October 2, 2017: October 16, 2017: October 20, 2017: Presentations by Short Listed Firms (if needed) Contract Award and Notice to Proceed (Tentative) Contract Start Date (Tentative) 5: Required Qualifications Responses to this RFP should demonstrate that the proposing firm or team of firms has the following qualifications and experience to be eligible to perform this work for the SPC: The firm or team must have at least five (5) years experience in regional planning studies. In the past eight (8) years, the firm or team must have completed at least three (3) projects of similar scope and magnitude to what is shown in the Scope of Work. Performing corridor studies involving evaluation of multimodal transportation strategies; corridor and intersection capacity analyses in order to determine proposed capacity or operational improvements for signalized and unsignalized intersections, multimodal corridors, on/off-ramps, merge points, and diverge points; and developing phased implementation strategies. Performing planning-level cost estimates of improvements including, but not limited to: freeway interchanges and ramps; arterial, collector and local roadways/bridges; bicycle and pedestrian facilities; and public transportation/transportation demand management improvements (capital and operational) for PennDOT. If a team of firms is proposed for this project, a lead firm must be identified. The firm(s) must also identify the proposed Project Manager who will be the lead person and main point of contact for SPC during the project. In the Work Plan of their Technical Proposal, the team must describe Quality Assurance / Quality Control procedures to be used, and present them in a manner to clearly assure an acceptable quality of deliverables. The team must have submitted all items described as requirements for submittal in this RFP. 6: Disadvantaged Business Enterprise (DBE) Participation SPC is committed to providing opportunities for Disadvantaged Business Enterprises to compete for work. To support this commitment, the successful firm or team must comply with all terms of the Disadvantaged Business Enterprise (DBE) Requirements as stated in 3

8 Appendix G. A separate contract DBE goal has not been established for this project. The successful firm or team will be required to report its DBE participation obtained through race-neutral means throughout the period of contract performance. Contracted firms or teams of firms must make a Good Faith Effort to achieve DBE participation in accordance with 49 CFR SPC only recognizes DBE certifications by the Pennsylvania Unified Certification Program ( Valid proof of Pennsylvania Unified Certification Program (PAUCP) certification for each DBE firm must be included in the Proposal package (such as a screen shot from the PAUCP website which confirms DBE status). Only those firms that are PAUCP-certified before the response date of this RFP qualify as Disadvantaged Business Enterprises. The proposing firm, or lead firm of a proposed team of firms, must complete an interactive version of the DBE Good Faith Effort Plan Form that is shown for reference only in Appendix H, state the level of DBE utilization for the project (based on the completed DBE Good Faith Effort Plan Form) and complete an interactive version of the DBE Commitment Form that is shown for reference only in Appendix I, and include the completed interactive copies of these forms with the Technical Proposal. Once work has commenced, contracted firms or teams of firms will be required to submit documentation with regard to DBE contracts, utilization and payments in a format acceptable to SPC. 7: Bidders List SPC is required per 49 CFR (c) to create and maintain a comprehensive Bidders List. The proposed Northern Washington County Corridor-Based, Small Area Transportation Plan firm or each firm included on a proposed team of firms is required to complete an interactive version of the SPC Bidders List Data Form that is shown for reference only in Appendix J. All completed interactive copies of these forms must be included with the Technical Proposal. 8: Lobbying Federal law dictates that no Federal funds have been paid or will be paid, by or on behalf of the proposed Northern Washington County Corridor-Based, Small Area Transportation Plan firm or team of firms, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. SPC will include in all its contracts with contractors and/or subcontractors the requirements of 49 CFR 20. The proposed Northern Washington County Corridor- Based, Small Area Transportation Plan firm or each firm included on a proposed team of 4

9 firms is required to submit a certification statement regarding its lobbying efforts. The proposed firm or each firm included on a proposed team of firms must complete the interactive versions of the Lobbying Certification Form that is shown for reference only in Appendix K and the Disclosure of Lobbying Activities Form (if applicable) that is shown for reference only in Appendix L. All completed interactive copies of these forms must be included with the Technical Proposal. SPC expects its contractors and subcontractors to fully comply with 49 CFR 20. 9: Debarment and Suspension SPC will include in all its contracts with contractors and/or subcontractors the requirements of 49 CFR 29. The proposing firm, or lead firm of a proposed team of firms, must complete an interactive version of the Government-Wide Debarment and Suspension Certification Form that is shown for reference only in Appendix M and include the completed interactive copy of this form with the Technical Proposal. The lead firm will certify to the best of its knowledge and belief, that it, its principals and all subcontractor(s): (a.) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b.) Have not within a three year period preceding this application been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c.) Have not within a three year period preceding this application had one or more public transactions (Federal, State or local) terminated for cause of default; Where the prospective lead firm is unable to certify that it, its principals and all subcontractor(s) can meet any of the statements listed above, such prospective firm must attach an explanation. 10: Federal and State Interest Portions of the funding for the contracts are provided from the Pennsylvania Department of Transportation (PennDOT), and from federal sources through the Federal Highway Administration (FHWA). Any contracts awarded pursuant to this Request for Proposals will contain provisions required by the federal and state funding sources, as appropriate. To meet federal requirements, proposed Northern Washington County Corridor-Based, Small Area Transportation Plan firms or teams of firms are required to agree to and signoff on any relevant clauses contained in the Federal Transit Administration (FTA) 5

10 Federally Required Clauses document found in Appendix N. Appendix N is for review and reference only and should not be included with the Technical Proposal. The proposed Northern Washington County - Corridor Based, Small Area Transportation Planfirm or each firm included on a proposed team of firms is required to complete an interactive version of the Acknowledgement of Review of Federally Required Clauses Form that is shown for reference only in Appendix O. All completed interactive copies of these forms must be included with the Technical Proposal. 11: Proposal Package Requirements Proposal packages must be received by SPC no later than 2:00 PM EST, on Friday, September 15, All Proposal packages must include a Technical Proposal with all required attachments, as well as a separate, sealed Price Proposal (See Section 18 Instructions for Submission). Proposal packages should concisely describe the proposed Northern Washington County - Corridor Based, Small Area Transportation Plan firm or team s capabilities to satisfy the requirements of the RFP. Emphasis should be on completeness and clarity of content. Elaborate brochures and other representations beyond those sufficient to present a complete and effective Proposal package are neither required nor desired. Technical Proposal. The Technical Proposal must include one set of PDF electronic copies of all Technical Proposal materials on a CD or flash drive. No paper copies of the Technical Proposal submission will be accepted. Only items that are directly requested under this section of the RFP are to be included on the CD or flash drive. No additional materials (i.e. marketing, project samples, reports, etc.) should be included with the submission. The Technical Proposal CD or flash drive must be submitted in a separate, sealed envelope noting the proposing firm s or lead firm s name and marked Northern Washington County Small Area Transportation Plan RFP Technical Proposal. The original paper copy of the signed Letter(s) of Commitment from the proposing firm and all subconsultant firms on a proposed team of firms, if applicable, must accompany the CD or flash drive. The Technical Proposal must contain the following sections in the order shown below: Letter(s) of Commitment. A Letter of Commitment, addressed to Dr. James Hassinger, President & CEO, Southwestern Pennsylvania Corporation, Two Chatham Center, Suite 500, 112 Washington Place, Pittsburgh, PA 15219, presented on official letterhead from the proposing firm, or lead firm of a proposed team of firms, must identify the lead firm and all other subcontracting firms (if any) to be included on the proposed Northern Washington County Corridor-Based Small Area Transportation Plan team. All participating PAUCPcertified DBE firms must be noted as such in the letter. The letter must identify the lead project manager and other key staff on the team, and commit them to the contract if the team is selected. The letter must affirm that the Proposal package shall remain in effect and will 6

11 not be withdrawn for 180 days from the due date at SPC. Also to be included is a clear statement of any business or family relationship between the firm or the principals of the firm and any officials or employees of SPC. Letters of Commitment with similar content must be included from each subcontracting firm (if any) that is a member of the proposed Northern Washington County - Corridor Based, Small Area Transportation Plan team. All Letters of Commitment must be presented on official letterhead and must be signed by the person that is duly authorized to contractually bind the firm to affirm that the information contained in the Proposal package is accurate and complete at the time of submittal, and that all required attachments have been completed and included with the Proposal package submission. Signed copies of all Letters of Commitment as described above must also be provided in PDF format with the Technical Proposal. The original paper copy of the signed Letter(s) of Commitment from the proposing firm and all subconsultant firms on a proposed team of firms, if applicable, must be provided in the envelope with the Technical Proposal CD or flash drive submission. A photocopy of the original paper copy of the signed Letter(s) of Commitment from the proposing firm and all subconsultant firms on a proposed team of firms, if applicable, must be provided in the envelope with the Price Proposal CD or flash drive submission as described below in Section 11B. Executive Summary. The Executive Summary must consist of a brief narrative highlighting and summarizing the Technical Proposal. The summary must clearly convey that the firm or team of firms understands the nature of the work with specific reference to the work tasks described in Appendix A (Scope of Work). Statement of Approach. The work under the Northern Washington County - Corridor Based, Small Area Transportation Plan Contract will require specific expertise. This section of the Technical Proposal should describe the team s plan to meet the specific needs of SPC. The Statement of Approach must include at a minimum the team s approach to the following items: project management and team building; staff assignment to areas of specialized need; and quality control and quality assurance measures. Key Staff. The Key Staff section must include an organizational chart for the firm or team of firms that illustrates how individual work tasks will be assigned according to the specialties of each key staff member. Resumes for the lead project manager and all other key staff members shown on the team organizational chart must be included in this section of the Technical Proposal. All resumes should focus on qualifications and experience relative to similar contracts and work tasks similar to those listed in Appendix A (Scope of Work). The lead project manager serves as the most important member of the Northern Washington County Corridor-Based, Small Area Transportation Plan firm or 7

12 team of firms. This person will be the single point of contact for the firm or team regarding the Proposal package submission, and for the entire duration of the contract, if selected, and will be responsible for quick response to, and full coordination of, all work tasks initiated under the contract. It is strongly recommended that the lead project manager be the person that will have actual hands on responsibility for producing work products and directly managing dayto-day activity on assigned work tasks. Full contact information (including address) for the lead project manager must be included under this section of the Technical Proposal. The lead project manager will be required to make him or herself available via phone, , or in-person to SPC staff as needed throughout the contract period. Qualifications and Experience Record. The Qualifications and Experience Record must describe in detail the technical expertise and specialized qualifications of the lead firm and any subcontracting firms with respect to the work tasks listed in Appendix A (Scope of Work) as well as summarize experience on similar projects and contracts. A current Federal Standard Form (SF) 330, Architect - Engineer Qualifications form, developed specifically for responding to this RFP, must be included for the proposed Northern Washington County Corridor-Based, Small Area Transportation Plan firm or team of firms. The SF 330 should be presented as one combined form that covers the entire team. A SF 330 form is shown for reference only in Appendix C. Interactive PDF and Microsoft Word versions of the SF 330 can be found on the SPC website or downloaded directly from the U.S. General Services Administration Website ( If the interactive Microsoft Word version of the SF 330 form is utilized, the form must be converted to PDF format for inclusion with the Technical Proposal. DBE Compliance. Technical Proposals must clearly identify any PAUCPcertified Disadvantaged Business Enterprise (DBE) firm(s) proposed for the contract, and must adequately describe how the DBE firm(s) will be utilized in a meaningful way to achieve DBE participation. In addition, the Technical Proposal package must include a completed interactive DBE Good Faith Effort Plan Form that is shown for reference only in Appendix H and a completed interactive DBE Commitment Form that is shown for reference only in Appendix I (See Section 6 Disadvantaged Business Enterprise (DBE) Participation). Only those firms certified by the Pennsylvania Unified Certification Program (PAUCP) before the response date of this RFP qualify as Disadvantaged Business Enterprises. Required Form Attachments. All of the following forms noted in the Appendices of this RFP must be completed and included with the Technical Proposal. The signatures provided on the Letters of Commitment will affirm that the information provided on all of the following component forms is accurate and complete at the time of submittal. Technical Proposals that are missing and/or 8

13 contain incomplete information on any of the following required component forms will be deemed as incomplete. Appendix C Standard Form (SF) 330, Architect Engineer Qualifications, described in Section 11 (Proposal Package Requirements); Appendix E Proposal Package Component Checklist Form, described in Section 12 (Selection Process); Appendix H DBE Good Faith Effort Plan Form, described in Section 6 (Disadvantaged Business Enterprise (DBE) Participation) and Section 11 (Proposal Package Requirements); Appendix I DBE Commitment Form, described in Section 6 (Disadvantaged Business Enterprise (DBE) Participation) and Section 11 (Proposal Package Requirements); Appendix J SPC Bidders List Data Form(s), described in Section 7 (Bidders List); Appendix K Lobbying Certification Form(s), described in Section 8 (Lobbying); Appendix L Disclosure of Lobbying Activities Form(s) (if applicable), described in Section 8 (Lobbying); Appendix M Government-Wide Debarment and Suspension Certification Form, described in Section 9 (Debarment and Suspension); and Appendix O Acknowledgement of Review of Federally Required Clauses Form(s), described in Section 10 (Federal and State Interest). A. Price Proposal. The Price Proposal must include one set of electronic Microsoft Office-Excel spreadsheets of all of the individual pricing detail components on a second CD or flash drive separate from the Technical Proposal. No paper copies of the Price Proposal will be accepted. The Price Proposal CD or flash drive must be submitted in a separate, sealed envelope noting the proposing firm s or lead firm s name and marked Northern Washington County Corridor-Based, Small Area Transportation Plan RFP Price Proposal. A photocopy of the original paper copy of the signed Letter(s) of Commitment from the proposing firm and all subconsultant firms on a proposed team of firms, if applicable, must be provided in the envelope with the CD or flash drive. The Price Proposal must contain the following items shown below: Consultant Pricing Details Form. The proposed Northern Washington County Corridor-Based, Small Area Transportation Plan firm or the lead firm of a team of firms is required to complete the interactive version of the Consultant Pricing Details Form that is shown for reference only in Appendix D. The firm will enter the names of the lead firm and any subconsultant firms included on the team, the overhead rate for each firm, staff pricing details by work task and firm, including the names, position titles, proposed hours for each work task, and the base hourly rate for each position and proposed costs for direct cost items (mileage, tolls, reproductions, and postage). Total project cost, including overhead and profit will 9

14 be automatically calculated. Overhead Rate Documentation. The proposed Northern Washington County Corridor-Based, Small Area Transportation Plan firm or each firm included on a proposed team of firms must include documentation of a PennDOT-approved overhead rate with the Price Proposal. Such documentation can be extracted from PennDOT s ECMS website. If a firm does not have a PennDOT-approved overhead rate, the firm must include with the Price Proposal a copy of the firm s most recent audited financials. 12: Selection Process It is the responsibility of the proposing firm or team of firms to ensure that all Proposal package requirements set forth in Section 11 are fulfilled, and that all required components are present, accurate, and complete at the time of submittal. The proposing firm, or lead firm of a proposed team of firms, must complete the Proposal Package Component Checklist form that is found in Appendix E and include with the Technical Proposal. All Proposal packages will be reviewed for completeness by SPC staff to determine eligibility for contract negotiations. Firms or teams of firms that are missing one or more of the required components as detailed in Section 11 (Proposal Package Requirements), or that provide incomplete information for one or more of the required components, will be eliminated from further consideration. Only firms or teams of firms that provide a complete Proposal package will proceed to a full technical review by a Review Committee as described below. A Review Committee will review and evaluate all submitted Technical Proposals, and will recommend to SPC management one (1) firm or team of firms for the Northern Washington County Corridor-Based, Small Area Transportation Plan Contract. The Review Committee may include representatives from the following agencies: Southwestern Pennsylvania Commission staff; Staff representatives from the members of the Commission; Pennsylvania Department of Transportation staff; and Local government staff. Criteria have been established to guide the technical review process. Review Committee members will utilize the Consultant Selection Evaluation Form shown in Appendix F. Review Committee members will be asked to explain any scores given that are not recorded as Average. The Technical Proposals will be evaluated on the basis of the following criteria: 10

15 Lead Firm Office within the SPC Region; Qualifications of firm or team of firms; Qualifications of Project Manager and other key personnel; Workload Management Quality of Technical Proposal After technical review of all Technical Proposals, the Technical Proposals will be ranked based on total weighted score. The Review Committee will develop a short list of the top ranked firm(s). The lead project manager for the short listed firm(s) or team(s) of firms will be notified by phone, fax and/or on or about Monday, September 25, The lead project manager for the firm(s) or team(s) of firms not included on the short list will be notified by fax and/or mail the same day. Short listed firm(s) or team(s) of firms may be asked to furnish additional information and/or clarification regarding their Technical Proposal, and may be asked to make oral presentations to the Review Committee. If needed, oral presentations are tentatively scheduled for Monday, October 2, 2017 at SPC offices. If oral presentations are required, each firm s project manager must participate in the presentation. Any presentations will be limited to a 45-minute maximum per firm or team and may consist of up to a 20 minute presentation by the team, allowing adequate time for questions and discussion. The Review Committee will then be given the opportunity to refine scores as needed based on the presentations. One firm with the highest final total weighted scores will be recommended to SPC by the Review Committee for the Northern Washington County Corridor-Based, Small Area Transportation Plan contract. SPC staff will then open the Price Proposal for the firm or team of firms that have been recommended for the contract. If the pricing details are deemed reasonable based upon SPC s price and cost estimates, SPC will commence contract negotiations with the top ranked firm or team of firms. If the Price Proposal is deemed unreasonable, SPC may choose to open the Price Proposal for the next highest ranked firm or team of firms and proceed accordingly. The lead project manager for the selected firm or team of firms will be notified by phone, fax and/or mail on or about Friday, October 6, 2017 and contract negotiations will commence. The lead project manager for any short listed firm(s) or team(s) of firms not selected for the Northern Washington County Corridor-Based, Small Area Transportation Plan Contract will be notified by fax and/or mail the same day. 13: Contract Negotiations Contract negotiations will commence with the recommended firm or team of firms. If unable to successfully execute a contract with the recommended firm, SPC will break off negotiations with that firm or team of firms. It is expected that the Northern Washington County Corridor-Based, Small Area 11

16 Transportation Plan Contract will be awarded and notice to proceed will be issued on Monday, October 16, The anticipated contract start date is Friday, October 20, SPC reserves the right to reject any or all of the Proposal packages. 14: Protest Procedures The SPC Protest Procedures that are shown in Appendix P set forth the procedures which must be followed by an Interested Party who wishes to protest any aspect of an SPC Competitive Procurement Proceeding. Failure to comply with the requirements of these Protest Procedures may result in the disallowance of a Protest. 15: Business Insurance The selected Northern Washington County Corridor-Based, Small Area Transportation Plan firm or team of firms will be required to procure, before contract execution, and maintain at their own cost and expense, for the full duration of the contract, the following types of business insurance with insurance companies approved to operate in the Commonwealth of Pennsylvania: A. Workers Compensation and Employer s Liability (1) Workers Compensation - Statutory (2) Employer s Liability in an amount not less than: $1,000,000 Each Occurrence $500,000 Disease - Policy Limit $100,000 Disease - Each Employee Note: Coverage shall be provided in accordance with the laws of the Commonwealth of Pennsylvania and the laws of each other jurisdiction as may apply. B. Commercial General Liability In an amount not less than: $2,000,000 General Aggregate $1,000,000 Personal and Advertising Injury $1,000,000 Each Occurrence C. Business Automobile Liability With a Combined Single Limit not less than: $1,000,000 Each Accident D. Valuable Papers Coverage in an amount sufficient to assure restoration of any plans, drawings, field notes, records, or other similar data relating to work produced in this project in the event of their loss or destruction. 12

17 SPC will not execute contracts with the selected Northern Washington County Corridor- Based, Small Area Transportation Plan firm or team of firms until they have forwarded to SPC, for review and approval, certificates of the insurance required. SPC must be given a minimum of thirty days notice in the event of change or cancellation of any of the insurance required. The selected Northern Washington County Corridor-Based, Small Area Transportation Plan firm or team of firms must indemnify, save harmless, and defend SPC and all its officers, agents and employees, from and against any and all claims, loss or damage, charge or expense, including all costs of suits and reasonable attorneys fees, to which it or any of them may be put or subjected by reason of any damage, loss, or injury to persons, including accidental death, or property damage caused by or resulting from the actions or inactions of the selected firm(s) or team(s) of firms, their employees, and/or agents, in the performance of the project. The selected firm(s) or team(s) of firms must comply with applicable laws, ordinances, and regulations in the performance of the work hereunder. 16: Form of Contract SPC anticipates that this procurement may result in a cost reimbursement contract, allowing eligible costs incurred in the performance of the contract to be reimbursed to the extent prescribed in the contract. Consulting fees shall be paid upon satisfactory completion of work tasks within each phase in the Scope of Work. 17: Completion The Northern Washington County Corridor-Based, Small Area Transportation Plan contract is anticipated to be in place on October 20, 2017 and all deliverables received by June 30, : Instructions for Submission Electronic submissions are required. This will be accomplished through submission of two separate CDs or flash drives: one CD or flash drive to include all required components of the Technical Proposal and one CD or flash drive to include all required components of the Price Proposal. No paper copies of the Proposal package will be accepted. All interactive forms must be completed and submitted as such. No scanned forms will be accepted. The only exception to this will be the Federal Standard Form (SF) 330, Architect - Engineer Qualifications Form which does not need to be interactive, but must be presented in PDF format as noted in Section 11 (Proposal Package Requirements). All Proposal packages as described in Section 11 (Proposal Package Requirements) must be received (not postmarked) by SPC at the address below by 2:00 PM EST on September 15,

18 Proposal packages not received by 2:00 PM EST on Friday, September 15, 2017 will not be considered, and will be returned, unopened, to the proposing Northern Washington County - Corridor Based, Small Area Transportation Plan firm or the lead firm of the proposed team of firms. The anticipated procurement schedule is summarized in Section 4 (Anticipated Procurement Time Schedule) on page 6 of this document. Proposal packages must be addressed and submitted to: Northern Washington County Corridor-Based, Small Area Transportation Plan RFP Southwestern Pennsylvania Corporation Two Chatham Center, Suite Washington Place Pittsburgh, PA

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS PIMA ASSOCIATION OF GOVERNMENTS 2014-2016 TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS Proposals may be obtained by contacting: Pima Association of Governments 1 E. Broadway Blvd, Ste.401 Tucson, AZ 85701

More information

WILLIAMSON COUNTY PURCHASING DEPARTMENT SOLICITATION Utility Coordination and Utility Engineering Services

WILLIAMSON COUNTY PURCHASING DEPARTMENT SOLICITATION Utility Coordination and Utility Engineering Services PUBLIC ANNOUNCEMENT AND GENERAL INFORMATION WILLIAMSON COUNTY PURCHASING DEPARTMENT SOLICITATION Utility Coordination and Utility Engineering Services QUALIFICATIONS MUST BE RECEIVED ON OR BEFORE: Dec

More information

REGISTERED DIETITIAN

REGISTERED DIETITIAN REQUEST FOR PROPOSAL (RFP) BID #HS-018-03 REGISTERED DIETITIAN FOR MOBILE COMMUNITY ACTION, INC. 461 Donald Street Mobile, Alabama 36617 Phone: 251-457-5700 Fax: 251-456-4239 DEADLINE FOR RESPONSES: 4:00pm

More information

December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport

December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport Dear Proposer: The Savannah Airport Commission is requesting proposals for

More information

Issued: Thursday, October 15, City of Grand Blanc, 203 E. Grand Blanc Road, Grand Blanc, MI 48439, Attn: Bethany Smith, City Clerk

Issued: Thursday, October 15, City of Grand Blanc, 203 E. Grand Blanc Road, Grand Blanc, MI 48439, Attn: Bethany Smith, City Clerk CITY OF GRAND BLANC REQUEST FOR PROPOSAL FOR PRE-DEMOLITION INVESTIGATION AND SURVEY OF ASBESTOS AND HAZARDOUS MATERIALS FOR THE STRUCTURE AT 113 REID ROAD, GRAND BLANC, MICHIGAN 48439 Issued: Thursday,

More information

REQUEST FOR QUALIFICATIONS FOR ENGINEERING DESIGN SERVICES ADAPTIVE SIGNAL CONTROL TECHNOLOGIES SYSTEMS ENGINEERING ANALYSIS

REQUEST FOR QUALIFICATIONS FOR ENGINEERING DESIGN SERVICES ADAPTIVE SIGNAL CONTROL TECHNOLOGIES SYSTEMS ENGINEERING ANALYSIS CENTRAL ARKANSAS REGIONAL TRANSPORTATION STUDY REQUEST FOR QUALIFICATIONS FOR ENGINEERING DESIGN SERVICES ADAPTIVE SIGNAL CONTROL TECHNOLOGIES SYSTEMS ENGINEERING ANALYSIS Prepared by METROPLAN A Council

More information

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION Prepared By: Madera County Transportation Commission 2001 Howard Road, Suite 201 Madera, California

More information

STATE OF MAINE Department of Economic and Community Development Office of Community Development

STATE OF MAINE Department of Economic and Community Development Office of Community Development STATE OF MAINE Department of Economic and Community Development Office of Community Development RFP#201711194 Efficient Delivery of Local and Regional Services RFP Coordinator Submitted Questions Due Proposal

More information

BASIN CITY WATER AND SEWER DISTRICT Request for Qualifications

BASIN CITY WATER AND SEWER DISTRICT Request for Qualifications BASIN CITY WATER AND SEWER DISTRICT for: LEON DRIVE AND ESTELLA DRIVE WATERLINE REPLACEMENT PROJECT Basin City Water and Sewer District (hereinafter called District ) is requesting Statements of Qualifications

More information

ALLEGHENY COUNTY RESIDENTIAL FINANCE AUTHORITY REQUEST FOR PROPOSALS. Analysis of Housing Markets in Allegheny County

ALLEGHENY COUNTY RESIDENTIAL FINANCE AUTHORITY REQUEST FOR PROPOSALS. Analysis of Housing Markets in Allegheny County ALLEGHENY COUNTY RESIDENTIAL FINANCE AUTHORITY 1. SECTION ONE. GENERAL INFORMATION 1.1. Purpose of the Request for Proposals. The purpose of this Request for Proposals ( RFP ) is to engage a Proposer to

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS REQUEST FOR QUALIFICATIONS Architectural and Engineering Services Intermodal Transportation Center Complex Greensboro, North Carolina Invitation Date: September 19, 2014 1.0 INTRODUCTION The Piedmont Authority

More information

REQUEST FOR PROPOSALS (RFP) # Revised from Management Software for Childcare Services

REQUEST FOR PROPOSALS (RFP) # Revised from Management Software for Childcare Services REQUEST FOR PROPOSALS (RFP) #18 365.2 Revised from 18-365.1 Deep East Texas Local Workforce Development Board, Inc. dba: Workforce Solutions Deep East for Management Software for Childcare Services Information

More information

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK DANBURY INDEPENDENT SCHOOL DISTRICT Project: Danbury I.S.D. Elementary School Issue Date: March 2, 2018 Submission Due Date: March 20, 2018 Table

More information

2016 Park Assessment https://bethelpark.net/recreation/municipal-parks-assessment/

2016 Park Assessment https://bethelpark.net/recreation/municipal-parks-assessment/ REQUEST FOR PROPOSAL PROFESSIONAL SERVICES IMPLEMENTABLE COMPREHENSIVE PLAN February 2018 The Municipality of Bethel Park ( Municipality ) is seeking proposals for a one-time contract to perform certain

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS FOR THE Transportation Development Act (TDA) Triennial Performance Audit of the Public Transit Systems and the Council of Governments in Stanislaus County Stanislaus Council of Governments 1111 I Street,

More information

East Coast Migrant Head Start Project REQUEST FOR PROPOSAL

East Coast Migrant Head Start Project REQUEST FOR PROPOSAL East Coast Migrant Head Start Project REQUEST FOR PROPOSAL Network, Security and Audio Visual Request for Proposal RFP NO. 072517 Issued by: East Coast Migrant Head Start Project 2700 Wycliff Road Suite

More information

CITY OF FEDERAL WAY REQUEST FOR PROPOSAL FITNESS EQUIPMENT SERVICE

CITY OF FEDERAL WAY REQUEST FOR PROPOSAL FITNESS EQUIPMENT SERVICE I. PURPOSE OF REQUEST. CITY OF FEDERAL WAY REQUEST FOR PROPOSAL FITNESS EQUIPMENT SERVICE The City of Federal Way ( City ) is requesting proposals for the purpose of fitness equipment service. The City

More information

REQUEST For QUALIFICATIONS (RFQ) REAL ESTATE PROFESSIONAL SERVICES

REQUEST For QUALIFICATIONS (RFQ) REAL ESTATE PROFESSIONAL SERVICES REQUEST For QUALIFICATIONS (RFQ) REAL ESTATE PROFESSIONAL SERVICES Purpose of The Request The Lower Rio Grande Valley Development Council (LRGVDC) is requesting submission of qualifications from Texas

More information

Grant Seeking Grant Writing And Lobbying Services

Grant Seeking Grant Writing And Lobbying Services REQUEST FOR PROPOSALS Grant Seeking Grant Writing And Lobbying Services FOR CITY OF SANGER, CALIFORNIA January 7, 2011 CITY OF SANGER TABLE OF CONTENTS This solicitation package includes the sections and

More information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 REQUEST FOR PROPOSALS RFP 2017-04 WEBSITE DEVELOPMENT AND REDESIGN DATE ISSUED: September 29, 2017 TYPE OF PROJECT: CONTACT

More information

REQUEST FOR PROPOSAL (RFP) FOR LOCAL COUNSEL LEGAL REPRESENTATION FOR LYCOMING COUNTY IN POTENTIAL OPIOID- RELATED LITIGATION

REQUEST FOR PROPOSAL (RFP) FOR LOCAL COUNSEL LEGAL REPRESENTATION FOR LYCOMING COUNTY IN POTENTIAL OPIOID- RELATED LITIGATION COUNTY OF LYCOMING PURCHASING DEPARTMENT Mya Toon, Lycoming County Chief Procurement Officer, CPPB Lycoming County Executive Plaza 330 Pine Street, Suite 404, Williamsport, PA 17701 Tel: (570) 327-6746

More information

REQUEST FOR PROPOSALS. Transportation Systems Plan (TSP)

REQUEST FOR PROPOSALS. Transportation Systems Plan (TSP) REQUEST FOR PROPOSALS Transportation Systems Plan (TSP) RFP Published: January 10, 2011 Proposals Due: January 31, 2011 Issued by: Cowlitz-Wahkiakum Council of Governments (CWCOG) Administrative Annex

More information

INVITATION FOR BID (IFB) COLOR/BLACK & WHITE COPIER/PRINTER

INVITATION FOR BID (IFB) COLOR/BLACK & WHITE COPIER/PRINTER INVITATION FOR BID (IFB) COLOR/BLACK & WHITE COPIER/PRINTER Issued by: Herbert M. Seely River to Sea TPO Chief Financial Officer Key Dates: IFB Released to the Public February 23, 2018 Vendor Meeting 10

More information

Appendix III. Service Provider Application Formats

Appendix III. Service Provider Application Formats Appendix III Service Provider Application Formats July 1, 2017 June 30, 2018 1 Page TITLE PAGE TABLE OF CONTENTS... I.A. Service Provider Summary Information... A. PROGRAM MODULE FORMATS RESPONSE TO REQUEST

More information

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY Police Department CITY OF LA PALMA Released on November 27, 2013 Police Operations Study REQUEST FOR PROPOSAL ( RFP ) 1. BACKGROUND The City of La Palma

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL 1 REQUEST FOR PROPOSAL FOR 3 rd Party Ambulance Billing Services PROPOSAL NO. FY2013/004 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100 WELLPINIT WA 99040

More information

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR Proposals must be submitted No later than 4:00 p.m. CDT July 30,

More information

MEMORANDUM July 17, 2017

MEMORANDUM July 17, 2017 MEMORANDUM July 17, 2017 To: From: Subject: Proposers Jeanne Geiger, Deputy Director Request for Proposals The Alamo Area Metropolitan Planning Organization (MPO) is seeking proposals from qualified firms

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 Qualification (RFQ) Number: RFQ 2017-01 Architect for the Plaza at Centennial Hill - Phase III DATE OF ISSUANCE:

More information

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES TOWN OF KILLINGWORTH BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES DATE: February 14, 2018 1 I. INTRODUCTION A. General Information The Town of Killingworth is requesting proposals

More information

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail. April 26, 2018 Subject: RFP2M18-06: Request for Proposal Construction Management and Inspection Services for the Sewer Plant #7 Replacement Project. The City of Alhambra is requesting proposals from experienced,

More information

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12 KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12 Purpose These guidelines are intended to guide the procurement of goods and consultant services

More information

REQUEST FOR PROPOSALS: Strategic Plan. Schedule: Written questions will be due by 12:00 p.m. (CST), November 22, 2017

REQUEST FOR PROPOSALS: Strategic Plan. Schedule: Written questions will be due by 12:00 p.m. (CST), November 22, 2017 REQUEST FOR PROPOSALS: Strategic Plan RFP RPCGB 17-11 Issue Date: November 12, 2017 Schedule: Written questions will be due by 12:00 p.m. (CST), November 22, 2017 Proposals will be received until 12:00

More information

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR WALLA WALLA REGIONAL AIRPORT (ALW) WALLA WALLA, WASHINGTON. October 2, 2018

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR WALLA WALLA REGIONAL AIRPORT (ALW) WALLA WALLA, WASHINGTON. October 2, 2018 REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR WALLA WALLA REGIONAL AIRPORT (ALW) WALLA WALLA, WASHINGTON October 2, 2018 The Port of Walla Walla, owner and operator of the Walla Walla Regional Airport,

More information

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services Date: June 15, 2017 REQUEST FOR PROPOSALS For: As needed Plan Check and Building Inspection Services Submit Responses to: Building and Planning Department 1600 Floribunda Avenue Hillsborough, California

More information

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR PULLMAN-MOSCOW REGIONAL AIRPORT PULLMAN, WA

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR PULLMAN-MOSCOW REGIONAL AIRPORT PULLMAN, WA July 12, 2018 REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR PULLMAN-MOSCOW REGIONAL AIRPORT PULLMAN, WA The Pullman-Moscow Regional Airport (PMRA) is soliciting Statements of Qualifications (SOQ)

More information

Request for Proposals. For RFP # 2011-OOC-KDA-00

Request for Proposals. For RFP # 2011-OOC-KDA-00 Request for Proposals For Issued by: Pennsylvania State System of Higher Education RFP # 2011-OOC-KDA-00 Issue Date: Month, Day, 2011 Response Date: Month, Day, 2011 Page 1 of 14 Table of Contents Page

More information

Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17

Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17 Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17 Introduction: This Request for Proposals (RFP) solicitation is to provide to

More information

APPENDIX A SCOPE OF WORK

APPENDIX A SCOPE OF WORK APPENDIX A SCOPE OF WORK General Approach The Yuma Metropolitan Planning Organization (YMPO) encourages Proposers to be creative in developing a sound approach which achieves the goals for this project.

More information

REQUEST FOR PROPOSALS EMERGENCY RIDE HOME TRANSPORTATION SERVICES

REQUEST FOR PROPOSALS EMERGENCY RIDE HOME TRANSPORTATION SERVICES REQUEST FOR PROPOSALS The Mid-Ohio Regional Planning Commission (MORPC) is requesting proposals for transportation provider(s) to provide taxi or car rental services for MORPC RideSolutions Emergency Ride

More information

CONDITIONS OF AGREEMENT

CONDITIONS OF AGREEMENT CONDITIONS OF AGREEMENT BETWEEN POLICE DEPARTMENT AND NORTH CENTRAL HIGHWAY SAFETY NETWORK, INC. PA AGGRESSIVE DRIVING ENFORCEMENT & EDUCATION PROJECT (PAADEEP) THIS CONDITIONS OF AGREEMENT made the day

More information

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development Corporation

More information

PIEDMONT TRIAD AIRPORT AUTHORITY

PIEDMONT TRIAD AIRPORT AUTHORITY PIEDMONT TRIAD AIRPORT AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) for FAR PART 150 NOISE COMPATIBILITY STUDY for PIEDMONT TRIAD INTERNATIONAL AIRPORT The Piedmont Triad Airport Authority (PTAA) will receive

More information

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009 LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS ADVERTISING SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development Corporation d/b/a Empire

More information

Disadvantaged Business Enterprise Supportive Services Program

Disadvantaged Business Enterprise Supportive Services Program ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT Equipment and Procurement Division REQUEST FOR PROPOSALS (RFP) No: 15-001P Disadvantaged Business Enterprise Supportive Services Program Proposals must

More information

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414 SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414 PROPOSALS ARE DUE ON APRIL 27, 2018 BY 12:00 PM EST

More information

Regional Traffic Signal Program Program Guidance and Application Instructions

Regional Traffic Signal Program Program Guidance and Application Instructions Regional Traffic Signal Program Program Guidance and Application Instructions Two Chatham Center 112 Washington Place Pittsburgh, Pennsylvania 15219-3451 Voice: 412.391.5590 Fax: 412.391.9160 www.spcregion.org

More information

All proposals must be received by August 30, 2016 at 2:00 PM EST

All proposals must be received by August 30, 2016 at 2:00 PM EST July 25, 2016 REQUEST FOR PROPOSAL Northwood School District SAU #44 Strategic Planning for the Northwood School District You are cordially invited to submit a proposal for Strategic Planning for the Northwood

More information

On-Call Traffic Engineering Services

On-Call Traffic Engineering Services Department of Development Services REQUEST FOR QUALIFICATIONS On-Call Traffic Engineering Services Release Date: July 26 th, 2017 Responses Due: August 30 th, 2017 3:00 p.m. EST Mail or Hand Deliver Responses

More information

PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA (209) REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE

PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA (209) REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA 95202-3717 (209) 937-8411 REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE TRAFFIC SIGNAL, ROUNDABOUT, AND PROTECTED LEFT-TURN PHASING

More information

Brazoria Drainage District No. 4 Request for Qualifications (RFQ) For Engineering Design Services for the Mykawa Drainage Improvement Project

Brazoria Drainage District No. 4 Request for Qualifications (RFQ) For Engineering Design Services for the Mykawa Drainage Improvement Project Brazoria Drainage District No. 4 Request for Qualifications (RFQ) For Engineering Design Services for the Mykawa Drainage Improvement Project Brazoria Drainage District No. 4 is requesting Statements of

More information

City of Malibu Request for Proposal

City of Malibu Request for Proposal Request for Proposal North Santa Monica Bay Coastal Watersheds Monitoring Services Date Issued: April 26, 2016 Date Due: May 17, 2016, 4:00 P.M. The Qualifications Proposal and Cost Proposal must be submitted

More information

REQUEST FOR PROPOSALS CITY OF PORT LAVACA

REQUEST FOR PROPOSALS CITY OF PORT LAVACA REQUEST FOR PROPOSALS CITY OF PORT LAVACA Consulting Services for DISASTER RECOVERY AND FEMA PUBLIC ASSISTANCE Associated with Damage Sustained by HURRICANE HARVEY RFP 2017-9.28 The City of Port Lavaca

More information

ORAL HISTORY GRANT APPLICATION COVERSHEET

ORAL HISTORY GRANT APPLICATION COVERSHEET MHC USE ONLY Proposal Number: Date Received: ORAL HISTORY GRANT APPLICATION COVERSHEET 1. Applicant has provided its DUNS number. A DUNS number is required to apply for an MHC grant. If you are unsure

More information

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services RESPONSE DUE by 5:00 p.m. on April 24, 2018 For complete information regarding this project, see RFP posted at ebce.org

More information

Contract No Project No C

Contract No Project No C NOTICE TO PROFESSIONAL ENGINEERING CONSULTANTS REQUEST FOR LETTERS OF INTEREST FOR DESIGN CONSULTANT SERVICES FOR WRONG-WAY DRIVING DEPLOYMENT CONTRACT NO. 001438; PROJECT NO. 599-526C The Central Florida

More information

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1 City of Hinesville 115 East ML King Jr Drive Hinesville, GA 31313 Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1 Closing Date: December 20,

More information

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017 Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017 Attention: Purchasing Agent Address: City School District of Albany 1 Academy

More information

Thurston County Public Works Request for Proposals (RFP) Mullen Rd Project Relocation Services (CRP# 61487, FA# STPUS-5292(004)) SCOPE OF WORK

Thurston County Public Works Request for Proposals (RFP) Mullen Rd Project Relocation Services (CRP# 61487, FA# STPUS-5292(004)) SCOPE OF WORK Thurston County Public Works Request for Proposals (RFP) Mullen Rd Project Relocation Services (CRP# 61487, FA# STPUS-5292(004)) Federal Statement The requested services will be federally funded and the

More information

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR DATE RFP RELEASED June 13, 2013 1 PURPOSE OF THIS REQUEST FOR PROPOSAL (RFP) The

More information

OWENS STATE COMMUNITY COLLEGE COMMERCIAL REALTOR SERVICES REQUEST FOR PROPOSALS

OWENS STATE COMMUNITY COLLEGE COMMERCIAL REALTOR SERVICES REQUEST FOR PROPOSALS OWENS STATE COMMUNITY COLLEGE COMMERCIAL REALTOR SERVICES REQUEST FOR PROPOSALS August 22, 2016 1 Table of Contents 1.0 REQUEST FOR PROPOSALS PROCESS 1.1 GENERAL INFORMATION 1.2 INQUIRIES 1.3 PROPOSAL

More information

COMMUNITY FORESTRY FINANCIAL ASSISTANCE PROGRAM

COMMUNITY FORESTRY FINANCIAL ASSISTANCE PROGRAM CALL FOR PROJECT PROPOSALS COMMUNITY FORESTRY FINANCIAL ASSISTANCE PROGRAM ANNOUNCEMENT Postmarked Deadline: June 8, 2007 In accordance with Federal law and U.S. Department of Agriculture policy, this

More information

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS TITLE: Catering Services, Human Resources Services, Information Technology Services, Outreach Services, Printing Services, Program Evaluation

More information

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019 WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/18-05 For: July 1, 2018 to June 30, 2019 DUE DATE OF PROPOSAL: MONDAY, APRIL 23, 2018-8:00 AM DROPPING OFF PROPOSAL:

More information

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY SACRAMENTO REGIONAL SOLID WASTE AUTHORITY SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY January 28, 2003 TABLE OF

More information

REQUEST FOR PROPOSAL WORK READINESS PROGRAM PY18

REQUEST FOR PROPOSAL WORK READINESS PROGRAM PY18 Workforce Investment Board of Will County 116. North Chicago Street, Suite 101 Joliet, IL 60432 815-727-5670 willcountyworkforceboard.org REQUEST FOR PROPOSAL WORK READINESS PROGRAM PY18 Release Date:

More information

Request for Proposal for Modernization Consulting & Capital Grant Management

Request for Proposal for Modernization Consulting & Capital Grant Management Housing Authority of the Town of Glastonbury Request for Proposal for Modernization Consulting & Capital Grant Management Responses Due: 3:00 p.m. Thursday, January 7, 2016 THE GLASTONBURY HOUSING AUTHORITY

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) 2018-01 PROJECT MANAGEMENT/MIXED-FINANCE REAL ESTATE DEVELOPMENT CONSULTING SERVICES DATE ISSUED:

More information

Request for Proposals RFP VIRTUAL SERVICES

Request for Proposals RFP VIRTUAL SERVICES Request for Proposals RFP 18-01 VIRTUAL SERVICES Contract Period October 1, 2018 ~ June 30, 2020 RFP Release Date: Friday, July 6, 2018 Program Proposal Due Date: August 8, 2018 3pm Hand or postal delivery

More information

GOODWILL YOUTHBUILD GED/High School Education Instruction

GOODWILL YOUTHBUILD GED/High School Education Instruction REQUEST FOR PROPOSALS FOR GOODWILL YOUTHBUILD GED/High School Education Instruction Issued By: Goodwill of the Olympics and Rainier Region YouthBuild Program 714 S 27 th St Tacoma, WA 98372 November 13,

More information

OREGON VOLUNTEER FIREFIGHTERS ASSOCIATION

OREGON VOLUNTEER FIREFIGHTERS ASSOCIATION OREGON VOLUNTEER FIREFIGHTERS ASSOCIATION REQUEST FOR PROPOSALS For GRANT ADMINISTRATION RFP No. 001-0810 Date Due: November 3, 2008 Time Due: 4:00pm SUBMIT PROPOSALS TO: Genoa Ingram Executive Director

More information

REQUEST FOR PROPOSAL. for. Brazos Valley Workforce Development Area Rapid Response Services

REQUEST FOR PROPOSAL. for. Brazos Valley Workforce Development Area Rapid Response Services REQUEST FOR PROPOSAL for Brazos Valley Workforce Development Area Rapid Response Services for the WORKFORCE SOLUTIONS BRAZOS VALLEY BOARD P.O. Drawer 4128 Bryan, Texas 77805 (979) 595-2800 ISSUE DATE:

More information

REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES WATER SYSTEM RELIABILITY STUDY CITY OF MT. PLEASANT WATER DEPARTMENT

REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES WATER SYSTEM RELIABILITY STUDY CITY OF MT. PLEASANT WATER DEPARTMENT REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES WATER SYSTEM RELIABILITY STUDY CITY OF MT. PLEASANT WATER DEPARTMENT The City of Mt. Pleasant, Michigan, is seeking a consultant to prepare a Reliability

More information

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT The Lower Manhattan Development Corporation, ( LMDC ) a subsidiary of the New York State Urban Development Corporation

More information

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan Request for Proposal For Consulting Services For a Fiber-to-the-Home Network In Lyndon Township Proposals may be mailed or delivered

More information

Scope of Services The City is seeking consulting services for the following tasks:

Scope of Services The City is seeking consulting services for the following tasks: REQUEST FOR PROPOSAL (RFP) FOR PROFESSIONAL SERVICES FOR AUTOMATED TRAFFIC SIGNAL PERFORMANCE MEASURES (ATSPM) AND ADAPTIVE TRAFFIC CONTROL SYSTEM (ATCS) DEPLOYMENT AND PROJECT MANAGEMENT May 11, 2018

More information

REQUEST FOR PROPOSAL Architectural Services

REQUEST FOR PROPOSAL Architectural Services REQUEST FOR PROPOSAL Architectural Services PLACE OF OPENING: TIOGA HALL ROOM 511 ADMINISTRATIVE SERVICES OFFICE SOUTHWESTERN OREGON COMMUNITY COLLEGE 1988 NEWMARK AVENUE COOS BAY OR 97420 DATE AND TIME

More information

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016 PROCUREMENT AND PROPERTY SERVICES P. O. Box 13030 NACOGDOCHES, TX 75962 REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016 PROPOSAL MUST BE RECEIVED BEFORE: 5:00PM, TUESDAY, FEBRUARY 2, 2016 MAIL PROPOSAL TO:

More information

TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS. Issued August 1, 2017

TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS. Issued August 1, 2017 TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS Issued August 1, 2017 Proposals Due-August 21, 2017 1 SECTION I: TERMS AND CONDITIONS 1 Invitation Qualified individuals

More information

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services Selection Process for Architectural & Engineering Services TABLE OF CONTENTS PROJECT DESCRIPTION... 1 POLICY-COMPETITIVE SELECTION PROCESS... 1 REQUIREMENTS OF DESIGN PROFESSIONAL (DP)... 3 STATEMENT OF

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR PROFESSIONAL DESIGN SERVICES INSTALL PEDESTRIAN CROSSINGS AT NINE INTERSECTIONS CITY PROJECT NO. PW1715 FEDERAL PROJECT NO. HSIPL-5008(161) CITY OF STOCKTON PUBLIC WORKS DEPARTMENT

More information

October 6, The proposal due date and time scheduled for Friday, November 3, at 04:30 P.M. remains unchanged.

October 6, The proposal due date and time scheduled for Friday, November 3, at 04:30 P.M. remains unchanged. October 6, 2017 Dear Sir/Madam Enclosed is Addendum No. 1 to SEPTA's Sealed Bid No. 17-00206-AMJP Elwyn to Wawa R3-2 Right of Way Improvements. The proposal due date and time scheduled for Friday, November

More information

Disadvantaged Business Enterprise (DBE) Program for Federally-Assisted Projects. Federal Fiscal Years

Disadvantaged Business Enterprise (DBE) Program for Federally-Assisted Projects. Federal Fiscal Years JE Disadvantaged Business Enterprise (DBE) Program for Federally-Assisted Projects Federal Fiscal Years 2016-2018 In Compliance With Title 49 Part 26 of the Code of Federal Regulations (49 CFR 26) December

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) Subject: Landscape Architect and Capital Project Consultant Services RFP #: 2013-28-03-03 Due Date/Time: April 25, 2013, 2:00 p.m. Eastern Standard Time Submit To: City Clerk

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Town of Hope Mills Multi-Modal Congestion Management Plan September 19, 2016 Fayetteville Area Metropolitan Planning Organization Proposal Due Date: 3:00 PM Eastern Time, 28 th October,

More information

(RFP) UEST REQU FOR RFP. Submit To:

(RFP) UEST REQU FOR RFP. Submit To: REQU UEST FOR PROPOSAL (RFP) Subject: Marketing and Public Relations Consulting Services RFP #: 2013-4-24-01 Due Date/Time: May 30, 2013, 2:00 p.m. Eastern Standard Time Submit To: City Clerk City of Wilton

More information

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

Georgia Lottery Corporation (GLC) PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal) NOTE: PLEASE ENSURE THAT ALL REQUIRED SIGNATURE BLOCKS ARE COMPLETED. FAILURE TO SIGN THIS FORM AND INCLUDE IT WITH YOUR PROPOSAL WILL CAUSE REJECTION OF YOUR PROPOSAL. Georgia Lottery Corporation ("GLC")

More information

Alabama Workforce Investment System

Alabama Workforce Investment System July 16, 2002 Alabama Workforce Investment System Alabama Department of Economic and Community Affairs Workforce Development Division 401 Adams Avenue Post Office Box 5690 Montgomery, Alabama 36103-5690

More information

Aberdeen School District No North G St. Aberdeen, WA REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR

Aberdeen School District No North G St. Aberdeen, WA REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR Aberdeen School District No. 5 216 North G St. Aberdeen, WA 98520 REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR Nature of Position: The Aberdeen School District is seeking a highly qualified

More information

Arizona Department of Education

Arizona Department of Education State of Arizona Department of Education Request For Grant Application (RFGA) RFGA Number: ED07-0028 RFGA Due Date / Time: Submittal Location: Description of Procurement: February 9, 2007, at 3:00 P.M.

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL COMPASS BLUEPRINT DEMONSTRATION PROJECTS I. SUMMARY RELEASE DATE JANUARY 12, 2011 The Southern California Association of Governments (SCAG) is soliciting proposals from the bench of

More information

Coulee Region Business Center, Inc. Contract Period: January 2, 2018 August 15, Estimated Funding: Not to exceed $81,000

Coulee Region Business Center, Inc. Contract Period: January 2, 2018 August 15, Estimated Funding: Not to exceed $81,000 (RFP) to Conduct a Feasibility Study Involving Expanded Business Incubation and Employee Training Services to Meet the Future Economic and Workforce Development Demands of the Region. Issued by: Western

More information

REQUEST FOR STATEMENTS OF QUALIFICATIONS CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR CSJ: PASS-THROUGH FINANCE PROJECT

REQUEST FOR STATEMENTS OF QUALIFICATIONS CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR CSJ: PASS-THROUGH FINANCE PROJECT REQUEST FOR STATEMENTS OF QUALIFICATIONS CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR FM 471 (CULEBRA ROAD) KALLISON LANE TO FM 1560 CSJ: 0849-01-046 PASS-THROUGH FINANCE PROJECT Bexar County Public

More information

Request for Qualifications Construction Manager

Request for Qualifications Construction Manager Midland Community Unit School District #7 Request for Qualifications Construction Manager April 6, 2016 MIDLAND ELEMENTARY SCHOOL LACON, ILLINOIS Page 1 of 11 Construction Management Statement of Qualifications

More information

REDDEVELOPMENT AUTHORITY OF THE CITY OF YORK REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES

REDDEVELOPMENT AUTHORITY OF THE CITY OF YORK REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES REDDEVELOPMENT AUTHORITY OF THE CITY OF YORK REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES Penn Market Project 380 West Market Street York, Pennsylvania 1 INTRODUCTION The Redevelopment Authority

More information

CITY OF LOMPOC REQUEST FOR PROPOSALS DEVELOPMENT IMPACT FEE UPDATE STUDY

CITY OF LOMPOC REQUEST FOR PROPOSALS DEVELOPMENT IMPACT FEE UPDATE STUDY CITY OF LOMPOC REQUEST FOR PROPOSALS DEVELOPMENT IMPACT FEE UPDATE STUDY NOTICE IS HEREBY GIVEN that the CITY OF LOMPOC (hereinafter "CITY") is seeking proposals for a DEVELOPMENT IMPACT FEE UPDATE STUDY

More information

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016 Massachusetts Bay Transportation Authority POLICIES & PROCEDURES Design Build Procurement Procedures April 2016 Design Build Procurement Procedures April 2016 Massachusetts Bay Transportation Authority

More information

UNO-CSN CHARTER SCHOOL NETWORK, INC. Request for Proposal ( RFP ) For E-RATE CONSULTING SERVICES

UNO-CSN CHARTER SCHOOL NETWORK, INC. Request for Proposal ( RFP ) For E-RATE CONSULTING SERVICES UNO-CSN CHARTER SCHOOL NETWORK, INC. Request for Proposal ( RFP ) For E-RATE CONSULTING SERVICES All proposals must be sent electronically to: ucsnbidresponse@uno-online.org All communications should be

More information

Request for Proposals: Instructional Services for the Presentation of. Combustion Evaluation (APTI 427) in Anchorage, Alaska

Request for Proposals: Instructional Services for the Presentation of. Combustion Evaluation (APTI 427) in Anchorage, Alaska Western States Air Resource Council WESTAR Council Request for Proposals: Instructional Services for the Presentation of Combustion Evaluation (APTI 427) in Anchorage, Alaska Updated December 15, 2014

More information

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE MARCH LANE/EAST BAY MUD BICYCLE AND PEDESTRIAN PATH CONNECTIVITY IMPROVEMENTS.

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE MARCH LANE/EAST BAY MUD BICYCLE AND PEDESTRIAN PATH CONNECTIVITY IMPROVEMENTS. REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE MARCH LANE/EAST BAY MUD BICYCLE AND PEDESTRIAN PATH CONNECTIVITY IMPROVEMENTS Federal Project No. CML-5008(179) City Project No. PW1722 Issued by: City

More information