Quote Request. Skagit Council of Governments. For: Public Participation Professional Services

Similar documents
REQUEST FOR PROPOSALS. Transportation Systems Plan (TSP)

CITY OF FEDERAL WAY REQUEST FOR PROPOSAL FITNESS EQUIPMENT SERVICE

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

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

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

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS EXECUTIVE SEARCH FIRM January 5, 2018

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

Base Year - July 01, 2016 June 30, 2017, with optional renewal at Board s sole. (520)

REQUEST FOR PROPOSALS

Request for Proposal PROFESSIONAL AUDIT SERVICES

PIEDMONT TRIAD AIRPORT AUTHORITY

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

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

REQUEST FOR GRANT APPLICATIONS FOR WALK, RIDE, AND ROLL TO SCHOOL MINI-GRANT PROGRAM

DISADVANTAGED BUSINESS ENTERPRISE RACE-NEUTRAL IMPLEMENTATION AGREEMENT FOR LOCAL AGENCIES

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

January 19, To Whom It May Concern:

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

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

Grant Seeking Grant Writing And Lobbying Services

REQUEST FOR QUALIFICATIONS & PROPOSALS FOR AIR SERVICE DEVELOPMENT CONSULTING SERVICES FOR THE

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

REQUEST FOR PROPOSAL GRANT WRITING, ADMINISTRATION, AND IMPLEMENTATION OF HOUSING PROGRAMS

Request for Proposals

Request for Qualifications. Architectural Firms

APPENDIX A SCOPE OF WORK

SCHOOL BOARD ACTION REPORT

Disadvantaged Business Enterprise Supportive Services Program

REQUEST FOR PROPOSAL

Request for Proposals No Project-Management Services. for. Wahluke School District No East Saddle Mountain Drive Mattawa, WA 99349

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT

MARATHON COUNTY DEPARTMENT OF SOCIAL SERVICES REQUEST FOR PROPOSALS RESTORATIVE JUSTICE PROGRAMS

City of Malibu Request for Proposal

REQUEST FOR PROPOSAL AUDITING SERVICES. Chicago Infrastructure Trust

REQUEST FOR PROPOSAL Architectural Services

REQUEST FOR QUALIFICATIONS for Vancouver Life Sciences Building Pre-Design/Programming Services

BOISE CITY AND ADA COUNTY HOUSING AUTHORITIES 1276 River Street Suite 300, Boise, Idaho INDEPENDENT AUDIT SERVICES REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS HISTORY & HERITAGE DOWNTOWN BRAND DEVELOPMENT AND ADVERTISING CREATIVE SERVICES

Request for Qualifications No. RFQ Professional Services Consultants. for. High School Professional Development. for. Seattle Public Schools

CITY OF WINSTON-SALEM, NORTH CAROLINA REQUEST FOR LETTER OF INTEREST

REQUEST FOR PROPOSAL FOR. Document Management System for a Tribal Governmental Organization PROPOSAL NO. FY2012/041

REQUEST FOR PROPOSALS CHINATOWN TOURISM & MARKETING CAMPAIGN

Request for Proposal. Interpretation/Translation Services

REQUEST FOR PROPOSAL

Contract Compliance Program

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

APPENDIX A. I. Background & General Guidance. A. Public-private partnerships create opportunities for both the public and private sectors

Request for Proposal. Parenting Education

REQUEST FOR PROPOSAL Night Security Services

Request for Proposal. Independent Living

Program Management Plan

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

Glenview School District Greenwood Rd Glenview IL Request for Qualifications For Architect Services

CITY OF FEDERAL WAY REQUEST FOR QUOTE POLICE UNIFORM AND PLAINCLOTHES DRY CLEANING SERVICES

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

REQUEST FOR PROPOSAL FOR A & E Services for the Spokane Tribe of Indians Health and Human Services Building

RE: Request for Proposal Number GCHP081517

Request for Qualifications No. RFQ Pay Card for Payroll Services. for. Seattle Public Schools. Submittal Deadline: Date: April 6, 2018

Request for Proposal. Housing Opportunity Program Development Services

OWENS VALLEY CAREER DEVELOPMENT CENTER

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

Board of Regents State of Iowa. For CONSULTING SERVICES FOR A SEARCH TO IDENTIFY CANDIDATES FOR THE NEW PRESIDENT FOR THE UNIVERSITY OF NORTHERN IOWA

CITY OF MOBILE REQUEST FOR PROPOSAL TRANSIT MANAGEMENT SERVICES

Programmer. Request for Contracted Services

May 25, Request for Proposals No Offsite Virtual Net Metering

REQUEST FOR PROPOSALS. Professional Auditing Services. Proposal Mailing Date December 30, 2013

Clinical Dental Education Innovations Grants

Request for Proposals for Angeltrax Mobile Video Surveillance Systems

REDEVELOPMENT AUTHORITY OF ALLEGHENY COUNTY GAMING ECONOMIC DEVELOPMENT FUND PROGRAM GUIDELINES 2017

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

ADVANCED MANUFACTURING FUTURES PROGRAM REQUEST FOR PROPOSALS. Massachusetts Development Finance Agency.

TEXAS DEPARTMENT OF TRANSPORTATION ON-THE-JOB TRAINING AND SUPPORTIVE SERVICES (OJT/SS) PROGRAM

Request for Proposals (RFP) for: Food Waste Curbside Collection Pilot Program. City of South Portland, ME

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

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

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

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

REQUEST FOR PROPOSALS

NAS Grant Number: 20000xxxx GRANT AGREEMENT

World Bank Iraq Trust Fund Grant Agreement

Trust Fund Grant Agreement

Request for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

REQUEST FOR QUALIFICATIONS (RFQ) FOR BUILDING INSPECTION SERVICES RFQ #17-030

This RfP is also available on the CEMCO website under the Community Tab:

OWENS VALLEY CAREER DEVELOPMENT CENTER

REQUEST FOR PROPOSALS BUILDING MURAL DESIGN AND FABRICATION SERVICES

Caledonia Park Playground Equipment

CDBG Owner-Occupied Housing Rehabilitation Administration Plan Requirements

GOODWILL YOUTHBUILD GED/High School Education Instruction

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

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

EARLY-CAREER RESEARCH FELLOWSHIP GRANT AGREEMENT

REQUEST FOR APPLICATIONS

HOME Investment Partnerships Program

Legal Aid Workshop Trainer

Bowen Island Municipality

Time is of the essence, and any proposal received after the announced time and date for submittal will not be considered.

Transcription:

Skagit Council of Governments Quote Request For: Public Participation Professional Services The preparation and publication of this document was financed in part by funds provided by the U.S. Department of Transportation, Federal Highway Administration and Federal Transit Administration. The provision of Federal financial assistance should not be construed as denoting U.S. Government approval of plans, policies, programs or projects contained herein. 2/2/2015

I. BACKGROUND INFORMATION The Skagit Council of Governments () is a voluntary organization of local and tribal governments within Skagit County whose purpose is to cooperate and collaborate in regional transportation and economic development. functions as the Regional Transportation Planning Organization (RTPO) and Metropolitan Planning Organization (MPO) for Skagit County. MPOs are federally designated organizations which exist in Urbanized Areas across the country. As the MPO for Skagit County, leads the continuous, cooperative and comprehensive metropolitan transportation planning process. is initiating a Quote Request (QR) from qualified firms and individuals for to conduct a Rail Crossing Study. This QR is only open to those qualified firms and individuals who satisfy the requirements stated herein and who are licensed and available to do business in Washington State. The successful firm or individual will assist with conducting the study in Skagit County. The public participation contract will be funded through Federal Highway Administration (FHWA) Surface Transportation Program grant, and matching funds from. All applicable state and federal laws must be followed and will apply to this contract. II. SCOPE OF SERVICES The following are tasks associated with this scope of services. anticipates selecting a consultant to assist with completing these tasks in the near future. The purpose of the study is to better understand how the transportation system will operate given various levels of rail traffic and to assist in identifying rail crossings for prioritization in the regional transportation plan. The forthcoming contract is a work activity identified in the adopted Unified Planning Work Program for in state fiscal year 2015: Skagit County Rail Crossing Study Description: Develop a methodology to assess at-grade rail crossings within Skagit County. The study would develop a set of analytical questions the methodology would strive to answer and test the methodology on one or more atgrade crossings. The methodology would allow assessment of all at-grade crossings to assist in determining where existing and future problems are likely to occur and provide a framework to prioritizing at-grade crossings to be included in plans or programs. 1

The following are suggested tasks to be accomplished as part of the contracted services. Resources are identified where appropriate. Tasks: 1. REVIEW EXISTING DATA AND PREPARE METHODOLOGY A. Review existing data sources and tools. contracts with Skagit County to conduct vehicle traffic counts annually throughout the county. also maintains a VISUM travel demand model. The travel demand model is currently being updated and is anticipated to be complete to support this contract. does not have any on-going or recent data collection related to the rail lines. B. Identify and recommend additional data to be collected if necessary. C. Prepare a draft and final methodology. The methodology should identify key questions the study will address to assist in formulating the methods used. For example, wants to understand the effects of various levels of traffic (rail/vehicle) have on rail crossings and the associated transportation system. At what conditions would the system being to experience operational problems and what are those problems? Also, how does the system of crossings perform under those conditions? The region has a number of crossing close together that may need to be studied together to understand the effects on the transportation system. 2. CONDUCT ANALYSIS A. Conduct analysis of the rail crossings and associated transportation system in Skagit County. The Skagit Council of Governments would like some analysis for all the rail crossings in the county. expects the study to prioritize or tier the crossings in order to focus on key crossings that have more significant impact to the transportation system. B. Identify key crossings for more in depth operational analysis. C. Prepare in depth analysis on key crossings. D. Prepare draft analysis results for staff and stakeholder review. E. Prepare final analysis. 3. STUDY FINDINGS AND RECOMMENDATIONS A. Prepare study findings and draft recommendations for staff and stakeholder review. Present findings and recommendations to the Transportation Policy Board. B. Anticipated timeframe: February, 2015 September, 2015 2

III. 4. PREPARE FINAL REPORT A. Prepare a draft final report for review by staff and stakeholders that includes methodology, analysis, findings and final recommendations and incorporates comments received from previous tasks. B. Prepare final report. QUALIFICATIONS Successful offerors must have demonstrated experience in performing transportation analysis relating to rail crossing, transportations systems including roadways and transit operations. Experience in regional planning and public transportation planning processes is desirable. IV. QUOTE CONTENT Quotes must include the following information: 1. QUALIFICATIONS A. Name, address and telephone number of the firm or individual B. List of similar relevant projects and where to view them C. Names of project team members, professional certifications/registrations and relevant experience of each D. Three references, including names and phone numbers of contact persons 2. GENERAL APPROACH A. A general approach to how the scope of work would be accomplished. A sufficient level of detail to convey the general approach should be included, but a detailed approach is unnecessary for the quote 3. PRICE A. Estimated billable hours, cost per hour, and hours per task for each individual on the consultant team B. Total overall price quote Quotes should be less than 10 pages total. To keep production, shipping and handling costs down, suggests that quotes are submitted in.pdf form. Mailed quotes will also be accepted. Quotes must be received by 5:00 p.m. on February 26, 2015. Late quotes will not be considered for selection. 3

V. CONTRACT TERM The contract shall run through September 30 th, 2015. It is estimated that the contract will be executed by February 20, 2015. VI. SUBMITTAL AND SELECTION PROCESS Quotes must be received by 5:00 PM on February 26, 2015. References will be contacted prior to final selection of a firm or individual to undertake the project. Quotes will be evaluated to determine the best value to based upon the qualifications of the key personnel assigned to the project, past performance and experience with similar projects, general approach, demonstrated understanding of the project and price. reserves the right to accept or reject any or all quotes received from this QR, or to negotiate separately with any offeror, and to waive any informalities, defects, or irregularities in any quote, or to accept that quote or quotes, which in the judgment of the proper officials, is in the best interest of. reserves the right to award the contract to other than the lowest offeror. This QR includes the scope of services (Section II) to be performed, which should be used as the general basis for the quote. Variations or alternative approaches are welcome. Quotes which do not include all requested information listed in Section IV may be considered non-responsive. All quotes will become a part of the public file on this matter without obligation to. VII. INTERPRETATION OF SOLICITATION Any person contemplating submitting a quote who is uncertain as to the intended meaning of any part of this solicitation or finds discrepancies in, or omissions from the specifications, may request interpretation, clarification, or correction of this QR. Such request must be in writing (letter or email) and must be delivered to the Contact Person no later than 5 p.m. on January 18, 2015. The person submitting the request is responsible for its timely delivery. Any interpretation, clarification, or correction to the QR will be made by written addendum and will be available on the website (www.scog.net). Any questions concerning this solicitation should be directed to: Kevin Murphy Executive Director 204 W. Montgomery Street Mount Vernon, WA 98273 Telephone: (360) 416-7871 kevinm@scog.net 4

VIII. POST-CLOSING DISCUSSION Conversations may take place between and offerors after the quotes are initially reviewed, for purposes of clarification. Offerors will be held to the information submitted in their quote and subsequent negotiations. IX. INCURRED COST This QR does not obligate to award any contract, nor will it be responsible for any cost or expense that may be incurred by the offeror in preparing and submitting a quote in response to this QR, or any cost or expense incurred by the offeror before the execution of a contract agreement. The offeror shall be solely responsible for any and all costs associated with submitting a quote including any and all costs associated with interviews. No claims shall be submitted to for preparation or presentation of quotes. All expenditures under any contract are subject to eligibility requirements in the applicable RTPO/WSDOT agreements, as well as all applicable State and Federal laws. X. PROTEST OF CONTRACT AWARD Protests concerning the consultant selection process must be delivered by an interested party in writing to within 14 calendar days of the award announcement. will review the protest, contact the parties involved, and recommend the appropriate action to the Board of Directors and/or Transportation Policy Board, and other agencies as applicable. The appropriate Board s decision will be the final position. The final decision will be presented to all interested parties within forty-five (45) calendar days of receipt of the protest. A protester must exhaust all administrative remedies with before pursuing a protest with the Federal Highway Administration. Reviews of protests by the Federal Highway Administration will be limited to: 1. Violations of Federal law or regulations and the standards of this section (violations of State or local law will be under the jurisdiction of State or local authorities), and; 2. Violations of s protest procedures for failure to review a complaint or protest. Protests received by the Federal Highway Administration other than those specified above will be referred to. Unsuccessful offerors will be afforded the opportunity of a debriefing conference if they so request. The request for a debriefing conference must be made within three days of receipt of the notification indicating that their proposal was not selected. Discussions 5

will be informal and limited to a critique of the requesting consultant s proposal. representatives will explain the scoring of a consultant s proposal. Debriefings may be conducted in person or by telephone and may be limited to a specific period of time. XI. ASSIGNMENT The awarded Contractor shall not assign, transfer, convey, sublet, or otherwise dispose of any award or of any of its rights, title, or interests therein, without the prior written consent of. XII. ADDITIONAL LANGUAGE reserves the right to introduce additional terms and conditions at the time the final contract is negotiated. Any additional terms or conditions would be limited to ones having the effect of clarifying the QR language and/or correcting defects, such as omissions or misstatements, which are discovered after the QR is issued, or that reflect State or Federal Law changes, or as required by funding entities. XIII. OFFEROR S RESPONSIBILITY By submitting a quote, a firm or individual represents that: 1. The offeror has read and understands the QR, and the quote is made in accordance therewith, and; 2. The offeror is familiar with the local conditions under which this contract must be performed. The offeror possesses the capabilities, resources, and personnel necessary to provide efficient and successful service, and; 3. It is understood, and the offeror agrees, that the offeror shall be solely responsible for all services provided. Each offeror shall be responsible for reading and completely understanding the requirements and specifications contained herein. The deadline for submission of quotes will be strictly adhered to. Late quotes will not be considered. XIV. CONTRACT REQUIREMENTS The successful offeror will be required to enter into a contract with as per the provisions of the Federal/State Planning Grant Agreement and Metropolitan/Regional Transportation Planning Organization Agreement (Agreements), numbers GCB 1748 & 1770 respectively, copies of which are available at the offices or electronically upon request to kevinm@scog.net. Through this reference, all the provisions within the Agreements are made a part of this QR. 6

XV. PROFESSIONAL LIABILITY INSURANCE Upon selection, the offeror shall be responsible for providing proof of professional liability insurance coverage for errors and omissions in the proposed work. The coverage should amount to at least $1,000,000. XVI. TITLE VI ASSURANCES The Skagit Council of Governments, in accordance with Title VI of the Civil Rights Act of 1964 and 78 Stat. 252, 42 USC 2000d-42 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 offerors that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit quotes in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. XVII. DELIVERY INSTRUCTIONS Quotes must be received via mail or email by 5:00 p.m. on February, 2015. Quotes should be mailed to: Kevin Murphy Executive Director Skagit Council of Governments 204 W. Montgomery Street Mount Vernon, WA 98273 Alternatively, quotes should be emailed to: kevinm@scog.net. 7