REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE SAFE ROUTES TO SCHOOL SIDEWALK NETWORK COMPLETION PROJECT. Issued by:

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

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR RAISED MEDIAN AT EL DORADO STREET. Issued by:

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR INSTALLATION & UPGRADE OF BICYCLE FACILITIES (CLASS II & CLASS III) Issued by:

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE BRIDGE REHABILITATION PROJECT. Issued by:

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE ACTIVE TRANSPORTATION PROGRAM

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

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

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES

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

REQUEST FOR PROPOSALS PROFESSIONAL DESIGN SERVICES

MINER AVENUE COMPLETE STREET IMPROVEMENTS

Facilities Condition Assessment

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS For Design Services for New Fire Station

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

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

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

CITY OF PORTSMOUTH NEW HAMPSHIRE Department of Public Works

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

REQUEST FOR PROPOSALS FOR ON-CALL SERVICES FOR VARIOUS PROJECTS

City of Waterloo, Wisconsin. Request for Proposals. Municipal Engineering Services

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR

BASIN CITY WATER AND SEWER DISTRICT Request for Qualifications

Request for Qualifications (RFQ) Environmental and Permitting Services

Midpeninsula Regional Open Space District 330 Distel Circle, Los Altos, CA Issued: Friday, January 27, 2017

San Francisco Unified School District 135 Van Ness Avenue, Room 215 San Francisco, California, Phone

NOTICE TO CONSULTANTS REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES FOR GROUNDWATER MODELING AND INJECTION TESTING

TABLE OF CONTENTS. Notice Inviting Qualifications Background Scope of Work Request for Qualifications (RFQ) Selection Process...

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

CITY OF PLACERVILLE Development Services Department ENGINEERING DIVISION

Request for Proposals. On-Call General Engineering Services. Public Works Department City of San Mateo 330 West 20th Avenue San Mateo, CA 94403

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

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSALS (RFP) For Electrical Engineering Design Services City Hall Switchgear Replacement October 28, 2016

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

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

STATE UNIVERSITY CONSTRUCTION FUND P R O G R A M D I R E C T I V E S

Request for Proposals To Provide Engineering Services for the Wastewater Treatment Facility Improvements Project

Request for Qualifications and Proposals (RFQ/P) #564. for. Program and Construction Management Services

ATTACHMENT 1 SECTION 3 - PROJECT SCHEDULE AND INSTRUCTIONS FOR PROPOSAL SUBMISSION

REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY SUPPORT SERVICES

CITY OF ROCK HILL, SOUTH CAROLINA SOLICITATION OF QUALIFICATIONS FOR TRANSIT CONSULTANT SERVICES

Upper Darby Township 100 Garrett Rd. Upper Darby, PA 19082

REQUEST FOR PROPOSALS FOR PENSION ADMINISTRATION AND FINANCIAL SYSTEMS CONSULTING SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) AIRPORT ARCHITECTURAL AND ENGINEERING SERVICES AGREEMENT MINOT INTERNATIONAL AIRPORT

Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements

REQUEST FOR PROPOSALDevelopment of a Local

PIEDMONT TRIAD AIRPORT AUTHORITY

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

4:00 p.m. on May 6, 2016

Addendum No. 1 WEBB CREEK BRIDGE REPLACEMENT PROJECT (DESIGN)

The District is looking for the architectural firm to provide the following (not listed in order of preference):

Chabot-Las Positas Community College District

REQUEST FOR PROPOSALS

The City of Oxnard invites qualified consulting firms or individuals to submit qualifications for On-Call Permit Processing Services.

Architectural Services

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES WESTSIDE ELEMENTARY 1210 JIMMY ANN DRIVE DAYTONA BEACH, FLORIDA 32117

CITY OF GREENVILLE, SC REQUEST FOR PROPOSALS RFP NO

REQUEST FOR PROPOSALS (RFP #18-001) Vessel Construction Management Services

REQUEST FOR PROPOSAL NEW MARKET TAX CREDIT CONSULTANT SERVICES

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

REQUEST FOR PROPOSALS

January 19, To Whom It May Concern:

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

PROPOSAL INSTRUCTIONS AND REQUIREMENTS

City of Malibu Request for Proposal

Amalgamation Study Consultant

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

REQUEST FOR PROPOSALS RFP NO.:

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES DELTONA MIDDLE 250 ENTERPRISE ROAD DELTONA, FLORIDA MASTER PLAN PROJECT NO.

REQUEST FOR PROPOSAL TO PROVIDE AS-NEEDED ENGINEERING SERVICES FOR THE IMPLEMENTATION OF

Request for Proposals (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

REQUEST FOR PROPOSALS FOR AS-NEEDED TRAFFIC ENGINEERING AND PROFESSIONAL SERVICES FISCAL YEARS 2017 THRU 2019

REQUEST FOR QUALIFICATIONS (RFQ) Community Center and Pool Design. City of Fircrest Department of Parks and Recreation, Fircrest, Washington

Request for Proposals for Construction Manager at Risk Watertown Community Center

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

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

CITY OF BELL REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES FOR TREDER PARK RESTROOM AND STORAGE FACILITY

Knights Ferry Elementary School District

Request for Qualifications B Geotechnical Investigations / Professional Services Firms. RFQ Due Date: October 8, :00 P.M.

Request for Qualifications Construction Manager at Risk Contract

Request for Qualifications B Hazardous Material Surveying, Testing and On-Site Observation Firms. RFQ Due Date: October 1, :00 P.M.

Town of Orange Park, Florida. Financial Auditing Services

Request for Qualifications. On-Call Landscape Architectural Services. In the City of Dublin, Alameda County. Responses Due:

Request for Proposals September Review and Evaluate the Azusa Light & Water Meter Replacement Project RFP

Engineering Consultant Services for FOLLY BEACH FISHING PIER REPLACEMENT. Folly Beach, South Carolina. RFQ # Date: April 26, 2018

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES

Request for Statement of Qualifications for Professional Architectural, Engineering, Staff Augmentation, And Landscape Architecture Services

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

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

681 Florida Housing Associates, L.P.: 681 Florida St SAN FRANCISCO, CA REQUEST FOR QUALIFICATIONS/PROPOSALS ( RFQ/P ) FOR GENERAL CONTRACTOR SERVICES

CITY OF LOMITA REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES TO PROVIDE BID PROPOSAL FOR

REQUEST FOR PROPOSALS FOR THE FEASIBILITIY STUDY

BUTTE COUNTY DEPARTMENT OF WATER AND RESOURCE CONSERVATION REQUEST FOR PROPOSALS TO

Transcription:

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE SAFE ROUTES TO SCHOOL SIDEWALK NETWORK COMPLETION PROJECT City Project No. PW1810 Issued by: City of Stockton Public Works Department 22 E. Weber Avenue, Room 301 Stockton, CA 95202 Date Issued: March 5, 2019 Date Proposals Due: April 4, 2019 by 3:00 pm Late Submittals Will Not Be Accepted

1.0 INTRODUCTION The City of Stockton (City) is requesting proposals from qualified firms to provide professional engineering services to prepare plans, specifications and an estimate of probable construction costs for the Safe Routes to School Sidewalk Network Completion Project, City Project Number PW1810. A selection committee will comprehensively rank firms based on, but not limited to, proposals, qualifications, references, and other relevant information. Contract negotiations will begin with the highest ranked firm. Pending successful negotiations, the Consultant will enter a Professional Services Contract with the City. 2.0 BACKGROUND The City of Stockton applied for and secured Measure K funds to improve pedestrian facilities at seven locations around three school sites by closing gaps in the existing sidewalk network, improving safety and connectivity of pedestrians. The three school sites include Van Buren Elementary, John Adams Elementary and Great Valley Elementary School. These three school sites are priority school sites from the City of Stockton Safe Routes to School (SRTS) Plan. 3.0 PROJECT DESCRIPTION The primary goals of the project are to increase pedestrian safety and encourage non-motorized transportation by closing gaps in the sidewalk network. This will be accomplished by constructing curb, gutter, and sidewalk to close gaps along routes to schools. The project will also bring portions of the network within project limits into ADA compliance by replacing or upgrading curb ramps. While making these improvements it is advantageous to upgrade school approaches with updated signage, drainage, crosswalks, and striping. See Attachment A Project Location and Proposed Improvements Map for approximate locations and proposed project improvements.

4.0 SCOPE OF WORK The Consultant shall provide preliminary and final engineering services leading to the completion of plans, specifications, and estimates for construction and/or installation of the desired improvements. The Consultant shall also provide design support services during the construction phase of the project. The Consultant is encouraged to team with local consultants as much as possible to accomplish all tasks necessary to complete the project. Consultants are encouraged to include items that they feel necessary for this project. The Consultant shall also prepare and provide a comprehensive schedule to reflect the timeframe for each task of the proposed scope of work, utilizing the latest version of Microsoft Project. The project schedule shall show the tasks, duration, milestones, assignments, critical paths, and other relevant data. The project schedule shall be maintained and updated monthly throughout the PS&E phase of the project. The work will include, but is not limited to the following tasks: 4.1 Background Research The Consultant shall research and review existing topographic mapping, photos, right of way maps, as-built plans, record maps, surveys, assessor maps, and local street improvement plans for the project, if available. 4.2 Utility Coordination The Consultant shall meet and work with all pertinent utilities to identify utility conflicts, coordinate utility plan reviews, conduct necessary coordination meetings, and locate designed improvements as required to facilitate utility relocations. The objective is to eliminate any conflicts encountered during construction, which would pose construction delays or claims. The Consultant will need to coordinate with the City to the maximum extent possible to route this information to utility companies. Consultant must show all existing utilities that will be impacted or cause impact by the proposed project. Consultant will need to prepare Utility A, B, and C letters and provide copies of utility correspondence for City files. Consultant will meet with utility company representatives as needed to ensure that all potential conflicts are eliminated prior to construction. 4.3 Environmental Services The project is funded with Measure K funds, so the Consultant will be responsible for but not limited to preparing all California Environmental Quality Act (CEQA) documents, determining distribution lists, distributing documents as needed and

submitting all environmental documents required to complete the project. The City will be responsible for paying all fees associated with environmental permitting. 4.4 Plans, Specifications, and Estimate The consultant shall prepare complete PS&E documents which include design improvement plans for striping, drainage, and other civil details. Provide three (6) sets of plans, (3) sets of 24 x 36 and (3) sets of 11 x 17, specifications, and engineer estimate at the 30%, 60%, and 90% stages to the City for review and comments. With each stage, the review comments from the previous stage shall be itemized and a written response to each shall be prepared in a comment matrix. The original red-line mark-up from the reviewing agency shall be returned with the succeeding submittal. After the 90% submittal review by staff, a check print (at 100%) shall be sent for editorial purposes prior to plotting on mylars. Final submittal shall include: one set of mylar final design plans with specifications and final engineer's estimate; and AutoCAD format drawing files on CD disk. After completion of construction, Consultant will incorporate the red lines (provided by contractor) into an as-built (24 x 36 ) plan set on re-signed mylars. Electronic files of the As-Built drawings (in standard PDF format) and CAD (DWG or DXF format) shall be provided in addition to the original As-Built mylars. 4.5 Public Outreach The Consultant shall propose a public outreach plan. The plan shall recommend outreach efforts to residents and schools through a variety of methods. For the proposed public meeting(s), the Consultant shall mail the invitational flyers or postcards using an address list supplied by the City. Also, the Consultant shall lead the meeting(s), provide display boards, easels and other materials and answer any questions during the meeting(s). 4.6 Coordination/Meetings The consultant shall attend meetings or conference calls with City staff as needed to finalize the design. And shall attend a pre-construction meeting, a postconstruction meeting, and meet and assist staff during construction as required.

4.7 Design Support During Construction The consultant shall be available assist City Staff during bidding and construction phases. This task will include, but is not limited to the following: Bidding Support Respond to Request for Information (RFI)/Clarifications during Bidding and Construction Review Submittals; assist staff in reviewing contract change orders, and prepare project addenda Attend meetings as needed Assist the City Inspector with specific design issues during construction Perform design modifications during construction at no additional cost to the City Prepare record drawings (As-Builts) The Consultant can assume the City will perform construction management inhouse which includes resident engineer duties and inspection. 4.8 Preserving and Perpetuating Survey Monuments The Consultant shall identify, list and tie-out any survey monuments, and show existing survey monuments on construction plans. Consultant shall file all preconstruction Corner Records or Records of Survey with San Joaquin County and submit a copy to the City. The Corner Records or record of Survey shall show monuments within the area of construction reasonably subject to removal or disturbance not shown on a recent record document. The Consultant shall include language in the PS&E package to preserve all monumentation affected by the work being performed in accordance with Section 8771 of the Professional Land Surveyors Act in the Business and Professionals Code of the State of California.

5.0 PROJECT GENERAL INFORMATION 5.1 Proposal Submissions Proposals shall be submitted no later than 3:00 PM on April 4, 2019 to: AHBID MOHAMMAD CITY OF STOCKTON 22 E. WEBER AVENUE, ROOM 301 STOCKTON, CA 95202 The proposal should be firmly sealed in an envelope which will clearly be marked on the outside with SAFE ROUTES TO SCHOOL SIDEWALK NETWORK COMPLETION for the City of Stockton (City Project Number PW1810). The cost proposal must be in a separate sealed envelope from the proposal. Late Proposals will not be accepted. 5.2 Acceptance or Rejection of Proposal The City reserves the right to negotiate an agreement with the firm submitting the highest ranking proposal. Also, the City reserves the right to reject any and all proposals or to waive any irregularity in a proposal if it is deemed to be in the best interest of the City. Failure to submit all requested information could be grounds to reject the proposal 5.3 Proposal Questions and Requests for Clarification Any question or request for clarification shall be submitted in writing to: Ahbid.Mohammad@stocktonca.gov Requests for clarification shall be submitted at least seven (7) business days prior to the proposal due date. If a response warrants an addendum to the RFP, such addendum will be posted on bidflash at least two days prior to the proposal due date. It is the proposer s responsibility to check the website for any addendums or responses to questions. The website address is as follows: http://www.stocktongov.com/services/business/bidflash/pw.html?dept=public%20works

5.4 Causes for Disqualification Any of the following may be considered cause to disqualify a proponent without further consideration: A. Evidence of collusion among proponents; B. Any attempt to improperly influence any member of the evaluation panel; C. Any attempt to communicate in any manner with a City of Stockton elected official during the RFP/bid process will, and shall be, just cause for disqualification/rejection of proponent s proposal/proponent s bid submittal and considered non-responsive. D A proponent's default in any operation of a professional services agreement which resulted in termination of that agreement; and/or E. Existence of any lawsuit, unresolved contractual claim, or dispute between proponent and the City. F. No person, firm, or corporation shall be allowed to make or file or be interested in more than one bid for the same supplies, services, or both; provided, however, that subcontract bids to the principal bidders are excluded from the requirements of this section: Section 3.68.120 of the Municipal Code. 5.5 Licensing Requirements Any professional certifications or licenses that may be required are the sole cost and responsibility of the proposer. A City of Stockton business license is required. Please contact the City of Stockton Business License Customer Service at (209) 937-8313. 5.6 Insurance Requirements The proposer must obtain and maintain the required insurance. Proposer should review Attachment B, Instructions to Proposers for information regarding insurance, indemnification, Disadvantaged Business Enterprises, prevailing wages, etc. Failure to comply with the Instructions to Proposers may be grounds for rejection.

5.7 Department of Industrial Relations Please refer to Attachment B, Instructions to Proposers, for registration requirements with the Department of Industrial Relations. 5.8 Product Ownership Any documents resulting from the performance of work in the contract will become property of the City. This includes all work performed by subconsultants. 6.0 REQUIRED PROPOSAL CONTENT The proposal shall contain the following, at a minimum: Cover Letter Table of Contents Executive Summary Project Team Project Understanding Detailed Work Plan Examples of experience with similar types of work References Schedule Cost Proposal (in a separate sealed envelope) The body of the technical proposal shall not exceed 10 double-sided pages (8- ½ x 11 ) with a minimum font size of 10 with each page numbered. Proposer shall submit four (4) bound sets of the proposal and an electronic pdf copy. The maximum allowable length is exclusive of any folder, cover, cover letter, table of contents, resumes or section dividers. 6.1 Cover Letter The letter shall be signed by an official with the authority to negotiate and contractually bind the firm with the City of Stockton. Provide name, title, address, email, and telephone number for this officer. Describe any subcontract arrangements or licensing agreements. Include any potential conflict of interest. 6.2 Table of Contents The proposal should include a table of contents.

6.3 Executive Summary The Executive Summary shall include a summary of the proposal, the approach to be taken, work plan, schedule, and description of the capabilities of the Consultant and sub consultants. The summary should convey an understanding of the purpose of the project and the services required for performance. 6.4 Project Team Describe your team organization including the qualifications of the prime consultant and any sub consultants. Provide an organizational chart of the proposed team structure. The following should be addressed: Demonstrate the firm s experience in each of the areas of expertise needed to successfully complete the project. This should include a description of prior experience in working with public agencies, including working with City staff. Ability for project team to perform the proposed work within the time limits of the project, considering their current and projected workload and assignments. Ability to provide quality control of all deliverables and be responsive to all issues in a timely manner. Provide project team resumes 6.5 Project Understanding Describe your understanding of the needs of the project goals and objectives. 6.6 Detailed Work Plan Provide a proposed work plan for development and implementation of the program as described in the Scope of Work. Describe the proposed approach and the activities to be accomplished. Describe how the team will complete each task. Alternative approaches to the project can be submitted if a rationale is given for the suggested changes. 6.7 Examples of Experience with Similar Types of Work Provide examples of projects similar in scope and size to this project. 6.8 References Provide three client references for the firm, two of which are familiar with the project manager and key personnel. This shall include the name, company, contact information, and description of related work that was provided to the client.

6.9 Schedule Prepare and submit a schedule describing the time required to complete each task in the scope. The schedule shall include construction activities. Show phases, durations, milestones, assignments, critical paths, and other relevant data. The schedule shall be provided in Microsoft Project schedule. The schedule shall be updated periodically. 6.10 Cost Proposal Proposer shall submit a cost proposal as part of their overall proposal. Identify all key members, including subconsultants, in a work chart, including their name, title, hours per task, hourly rate, total hours, direct labor, overhead, and percentage of work by task. Include total fee for all costs to complete all the tasks. The cost proposal must be in a sealed envelope separate from the proposal. 7.0 PROPOSAL EVALUATION The Consultant Selection process will follow the timeline shown below Event Date Post Request for Proposals March 5, 2019 Written Questions submitted by March 26, 2019 Response to Written Questions April 2, 2019 Proposals Due April 4, 2019 Negotiations May 2019 City Council Approval July 16, 2019 Dates are tentative. 7.1 Proposal Evaluation The selection committee will evaluate all proposals. This is a qualifications and cost based selection, so ranking will be in accordance with the attached Evaluation Scoring Worksheet (See Attachment C). Cost will be a factor in evaluation, but selection is predominately qualifications based. Cost proposals will not be opened until after other categories have been evaluated. Local preference will also be a factor, so Stockton firms are encouraged to propose. Also, non-stockton firms should make an effort to use Stockton consultants whenever possible. Points will be weighted based on the amount of work being performed by the local consultants and/or businesses.

7.2 Negotiations City staff will begin negotiations with the highest ranked firm. If an agreement cannot be reached after a reasonable period of time, as determined by the City, Then the City will terminate negotiations with the number one ranked firm and negotiations will be opened with the second ranked firm. The compensation discussed with one prospective Consultant will not be disclosed or discussed with another Consultant. The selected consultant will be expected to enter into a Professional Services Contract with the City. Proposers should direct their attention to Attachment B, Instructions to Proposers for the most current insurance and indemnification language. It is expected that the successful proposer will accept these terms without modification. The contract shall not be in force until the Council approves the contract and the City manager signs it. Work performed before the issuance of a Notice to proceed cannot be paid by the City. ATTACHMENTS: Attachment A Project Location and Proposed Improvements Map Attachment B Instructions to Proposers non Federally Funded project Attachment C Evaluation Scoring Sheet