REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES. CM at Risk (One-Step Process) Athletic Improvements

Size: px
Start display at page:

Download "REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES. CM at Risk (One-Step Process) Athletic Improvements"

Transcription

1 WHITNEY INDEPENDENT SCHOOL DISTRICT REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES CM at Risk (One-Step Process) Athletic Improvements

2 REQUEST FOR PROPOSAL INDEX SECTION I INSTRUCTIONS TO PROPOSERS 1. Pre-Response Questions 2. Submission of Proposal Responses 3. Required Submittal Contents 4. CMR Selection 5. Reservations 6. The Contract SECTION II PROJECT SCOPE AND INFORMATION 1. Selection Schedule SECTION III QUESTIONAIRE TAB 1: Firm Information TAB 2: Schedule TAB 3: Key Project Personnel TAB 4: Subcontractors TAB 5: Project Experience TAB 6: Financial Background TAB 7: Claims and Suits TAB 8: Quality Program Attachment A Construction Manager at Risk Expectations Attachment B Felony Conviction Notification SECTION IV COST FORM Attachment C Attachment D Affidavit of Non-Collusion, Non-Conflict of Interest, Anti-Lobbying Attachment E Suspension and Debarment Certification Attachment F Certification of Residency Attachment G Conflict of Interest Notice Attachment H Deviations / Signature Page

3 SECTION I INSTRUCTIONS TO PROPOSERS Pursuant to the provisions of the Texas Government Code Chapter 2269, Subchapter F, it is the intention of the Whitney Independent School District to select, via a One-Step Method, Request for Proposals, (RFP) for Construction Manager at Risk for the construction of the Athletic Improvements. For the purposes of this document, Whitney ISD shall be referred to as The Owner. The project(s) are described in the following table. This Request for Proposals (RFP) contains information and instructions to enable interested Proposers to prepare and submit a Qualifications Submittal and a Cost Proposal as well as information on the selection process. 1. PRE-RESPONSE QUESTIONS. All questions regarding clarification or interpretation of the RFP will be submitted in writing by the Proposer, and must be received by 2:00 P.M., Monday, August 3, No questions will be addressed unless provided in writing. The District, through Huckabee, will provide a response to questions to all Proposers who have received an RFP directly from Huckabee. All correspondence pertaining to this RFP should be addressed to: Tim Hopkins Huckabee & Associates, Inc. 801 Cherry Street, Suite 500 Fort Worth, Texas thopkins@huckabee-inc.com 2. SUBMISSION OF PROPOSAL RESPONSES Submission The Qualifications Submittal and a Cost Proposal response shall be returned in an envelope or package marked on the outside with the Proposer s name, address and proposal information listed below Qualifications Submittal and a Cost Proposal response must be returned in sufficient time so as to be received and time stamped by the District on or before the time and date shown on this RFP. It is the sole responsibility of the Proposer to ensure timely delivery of the Proposal response. The District will not be responsible for failure of service on the part of the U.S. Postal Office, courier companies, or any other form of delivery service chosen by the Proposer Receipt of any Addenda must be acknowledged by signing in the space provided on the attached Cost Proposal Certification Form to be enclosed with the Proposer s response The package containing your Qualifications Submittal and Cost Proposal, one (1) original and five (5) copies, and separate Confidential Financial Information and Cost Forms, should be plainly marked: Qualifications Submittal and Cost Proposal for Construction Manager-at-Risk Whitney Independent School District

4 2.2. Closing Time All Qualifications Submittal and Cost Proposal response must be received in the District s Administration Office no later than the time and date listed below. Reference the RFP and closing date on any correspondence. Proposals will be received by the District at the following location and time: Time/Date: Proposals received until 12:00 P.M., Thursday, Place: August 6, Deliver proposals to: Mr. Gene Solis, Superintendent of Schools Whitney Independent School District 305 San Jacinto Whitney, TX (254) On the above date and location, the Proposal responses will be publicly opened and the respondent s names and fees read aloud Proposal responses received after the published time and date shall not be considered. 3. REQUIRED SUBMITTAL CONTENTS. The District has established guidelines to facilitate review and evaluation of each Proposer s response. The Proposer will include and organize their response in accordance with the following: 3.1. Number of Qualifications Submittal and Cost Proposal Responses. One (1) original and five (5) copies (without Section III. Item 2. Confidential Financial Information or Cost Form). Submit one (1) copy of response to Section III. Item 2. Confidential Financial Information and one (1) copy of the Cost Form in separately sealed envelopes clearly marked with the same information as Section 2 above. 3.2 Order of Response Information Cover Letter One (1) page Questionnaire Response Certification Form Cost Form(s) 3.3 Each Proposer shall furnish the information required by this RFP and in the order required. The person signing the Proposal response Certification Form must be a person authorized by the proposing firm to sign the proposal and bind the firm thereto. 4. CMR SELECTION Upon receipt, the District will review the RFP responses, conduct interviews if deemed appropriate, and make recommendations to the Board of Trustees Selection Process THIS IS A NEGOTIATED PROCUREMENT, and as such, award will not necessarily be made to the Proposer submitting the lowest fee/cost Proposal The Owner will evaluate all proposals on the basis of the selection criteria listed below. A weighted value for each of the areas listed below is assigned and will be used in determining the Construction Manager which provides the Owner with the Best Value Each item will be rated by assigning a point value between 1 (not acceptable/poor) and 10 (excellent). Each of the point values will then be multiplied by the weighted value to produce a score for that Area. The Owner reserves the right to conduct interviews with as many firms as they deem necessary Evaluation.

5 The Construction Manager-At-Risk (CMR) will be selected via the onestep evaluation process Upon receipt of Qualifications Submittals, the Evaluation Team will review and evaluate the proposals based on the following evaluation criteria: Proposed Construction Contract Amount Proposed Construction Contract Time 5.00 TAB 2 Schedule 6.00 TAB 3 Key Project Personnel TAB 4 - Subcontractors TAB 5 Project Experience TAB 6 - Financial Background 5.00 TAB 7 - Claims and Suits 2.00 TAB 8 - Quality Control Program 2.00 TOTAL OF WEIGHTED VALUE The District reserves the right to conduct interviews or other additional evaluation processes that are deemed necessary by the District to assist in a complete and thorough evaluation of the proposals An administrative recommendation (based on Best Value ) will be made to the Board of Trustees at a future Board Meeting based on the Proposer receiving the highest evaluation score. 5. RESERVATIONS. The District has the right to: 5.1. Waive any required Proposal procedure; 5.2. Reject or cancel any or all Proposal responses; 5.3. Reject the Proposer s response based on partnerships(s) and/or any other factor the District deems not in the best interest of the District Extend the Proposal opening time and date; 5.5. Reissue a new Request for Proposal 5.6. Consider and accept any Proposal response that is considered in the best interest of the District 5.7 The District may make an award without discussion with any Proposer, after Qualifications Submittal and Cost Proposal responses are received and evaluated. 5.8 Open Records Requirement Excepts as allowed or required by law, all documents submitted as part of the Contractor s Proposal response will be deemed confidential during the evaluation process. Following award of contract, all Proposals become public documents and are available for public viewing upon written request. Proposer s proprietary or confidential information should be clearly marked: CONFIDENTIAL DO NOT DUPLICATE WIHOUT PERMISSION. Notwithstanding the foregoing, each proposer acknowledges that the Owner is subject to the Texas Public Information Act. In addition, nothing in this Request for Proposals places any obligation on the Owner to notify a Proposer of a request for information or to otherwise ensure confidentiality. 5.9 Availability of Funds The District reserves the right to negotiate the scope of this contract, delay implementation, reject all Proposals, or award another type of contract other than that required in this RFP. 6. THE CONTRACT By submitting a proposal, each Proposer agrees that the contract for the project will

6 be on the attached amended AIA Document A133 and amended AIA Document A201. The Owner reserves the right to require modification of those contracts prior to execution. 6.2 Expectations of the Construction Manager, (See Attachment A ): Prior to execution, AIA Document A133*CMc 2009 shall be amended, as appropriate, to include language included in the attached Risk Expectations document. 6.5 Subcontractor bonds will be required for contracts greater than $25,000 in value. 7. PREVAILING WAGES 7.1 This project is subject to the law regarding payment of a prevailing wage rate. The prevailing wage rates to be paid on this project are included in this RFP. 8. WAIVER 8.1 By submitting a proposal, each Proposer waives any claims it may have against the Owner, its trustees, employees, and agents. 9. DELEGATION OF AUTHORITY 9.1 The Board of Trustees has delegated authority to a committee composed of Gene Solis, Ray Mabry, Melody Haley, Kenneth Gilchrist and Annette Ayers to seek bids, proposals, Rank bids, Rank Proposals, and negotiate for the selection of a contractor or enter into a contract for the 2015 Bond projects.

7 SECTION II PROJECT SCOPE and INFORMATION It is the intention of the Whitney Independent School District to select, via a One-Step Method, Request for Proposals, (RFP) for Construction Manager at Risk for the construction of the Athletic Improvements. For the purposes of this document, Whitney ISD shall be referred to as The Owner. The projects are described in the following table. Construction is contingent upon certain activities being completed within a SPECIFIC timeframe, which will permit the school to meet its contemplated schedule. If these activities are not completed when required, the District may not proceed with construction as anticipated in this RFP. Project Athletic Improvements Approximate Square Footage New Approximate Square Footage Addition/ Renovation Construction Budget Including CMR Fees 10, $9,267,440 Construction to Start December 1, 2015* Substantial Completion August 1, 2016* Facility to Open August 2016* TOTAL ESTIMATED VALUE: $9,267, *Construction start and completion dates subject to change *IT IS THE INTENT OF WHITNEY ISD TO SELECT ONE CONSTRUCTION MANAGER TO PERFORM THE SCOPE OF WORK LISTED AS PART OF THIS RFP. Scope Narrative: New Multi-purpose Competition Stadium: constructed at the high school s existing track and field facility, incorporating the track currently in place. The site will include a new synthetic turf field, pre-manufactured press box, seating for 2,000 (500 reserved chairs) on the home side, 500 additional visitor seating, Field-house, new Home side concessions-restrooms, and expanded visitor side concessions-restrooms. New Baseball and Softball Complex: each field will receive new natural grass fields, press box, lighting, seating for 400 and 2 alley batting cage. Both fields will share a new concessionsrestroom facility. Tennis Courts: 4 courts with lighting Surface Parking: 200 new parking spaces

8 SELECTION SCHEDULE RFP Released Monday, July 2, 2015 The Request for Proposals is released to the public for potential Construction Management firms to pick up. Qualifications & Fee Proposal Due Thursday, August 6, 2015 Until 12:00 P.M. (Please submit six (6) copies.) Review & Rank Thursday, August 6, 2015 Monday, August 10, 2015 Interview Firms (If Necessary) Monday, August 10, 2015 Should the Owner choose; interviews with the short-listed firms will be held at the meeting of the Board of Trustees on this day. Recommendation to School Board Monday, August 10, 2015 The Owner s Review Committee will make its recommendation to the Board of Trustees on this day for award of a Construction Risk contract or contracts. Proposals are to include the information requested in the attached Questionnaire in the sequence and format prescribed. Failure to do so will result in reduction of points or disqualification. In addition to and separate from the requested information, organizations submitting may provide supplementary materials further describing their capabilities and experience (limited to three (3) pages).

9 SECTION III QUESTIONNAIRE RFQs are to include the information requested in this questionnaire in the sequence and format prescribed. Each selection criteria is associated with certain questions and will be evaluated based on this format. Failure to respond in this sequence and format will result in reduction of points or disqualification. Supplemental materials providing additional information may be attached if limited to three (3) pages. TAB 1: FIRM INFORMATION Name of Firm: Address of Principal Office: Phone Number: Fax Number: Address and/or Web Address: Form of Business Organization (Corporation, Partnership, Limited Liability Partnership, Individual, Joint Venture, other?): Year Founded: Primary individual to contact: TAB 2: SCHEDULE: The Proposer shall submit a schedule for this project. State your organization's project plan or proposed approach to this project. If selected, this proposed schedule may become part of the contract between Owner and Construction Manager. TAB 3: KEY PROJECT PERSONNEL: Given the scope and schedule of the project, identify all proposed personnel for this project including but not limited to the Project Manager, Estimator, and Superintendent who would work on the project. Provide a resume and references for each individual. Note current projects on which individual is working including the project name, location, contract amount, percent complete, and the completion date of those projects. Also note the length of tenure with your company (hire date) for each proposed individual. Provide an organizational chart for this project noting whether the individual is On Site or Off Site. This organizational chart may become part of the contract between Owner and Construction Manager. Members of the proposed team, once approved, shall not be changed without prior written approval of the Owner. TAB 4: SUBCONTRACTORS: Provide a list of all the major Subcontractors and Suppliers for each category listed below for this project. Earthwork Concrete Steel Fabrication Roofing Glass and Glazing Resilient Floor Covering/Carpet Painting Sprinkler System Mechanical (HVAC) Electrical Public Address Synthetic Turf and/or Running Tracks Site Utilities Masonry Landscape and Irrigation Waterproofing Drywall Ceramic Tile/Quarry Tile Fire Alarm Plumbing HVAC Controls Technology Security

10 You may provide a maximum of three (3) proposed Sub-contractors for each category. However, no additional Sub-contractors will be considered after submission of this list. Provide a resume and references for each firm and previous experience with the General Contractor. Only one (1) copy of the resumes is required. Provide resumes in a separate binder. TAB 5: PROJECT EXPERIENCE: List all educational projects and all other major projects constructed by your firm within the last five (5) years in similar scope and size to the project herein. For each project provide the name of the project; nature of the project/function of the building; size (square feet); locations; cost; completion date; name and contact person, address and phone number of both the Owner and Architect; and the manner in which your organization was selected (Bid, RFP, CM or other method). TAB 6: FINANCIAL BACKGROUND: Attach a financial statement, preferably audited, including your organization s latest balance sheet and income statement showing the following items: Current assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). Non-current assets (e.g., net fixed assets, other assets). Current liabilities (e.g., accounts payable, notes payable (current), accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes). Non-current liabilities (e.g., notes payable). Capital accounts and retained earnings (e.g., capital, capital stock, authorized and outstanding shares par value, earned surplus and retained earnings). Name and address of firm preparing attached financial statement and date thereof. Is the attached financial statement for the identical organization named under item 1 above? If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent, and subsidiary). Provide name, address, phone for bank reference. Surety: Name of bonding company, name and address of agent. State total bonding capacity and total current bonding obligations with and without this project. Please note that this information will be reviewed by the Owners Financial Officer or Consultant acting in that capacity. Reference Item 2.5 Supplementary Instructions to Proposers, Section for information regarding confidentiality. TAB 7: CLAIMS AND SUITS: List all lawsuits, requested arbitration and mediation with regard to construction contracts in the last ten (10) years. List all judgments, claims, arbitration proceedings, mediation or suits pending or anticipated against your organization. If your company has been in business less than ten (10) years then include any former company information if applicable. TAB 8: QUALITY PROGRAM: State your organization's overall approach to quality control for this project. End of Questionnaire

11 ATTACHMENT A Construction Manager at Risk Expectations Pre-Design Complete constructability review. Establish Project Goals and Priorities with Owner and Architect. Establish and/or confirm overall budgets with Owner and Architect. Establish procedures for decision-making, review, etc. Develop an Overall Management Plan and CPM Scheduling Plan of critical design and construction dates in order to accomplish the stated objectives. Develop, implement, and monitor cost model for continuous budget control. Prepare Design Change Order control system for elected modifications. Complete phase cost estimate. Schematic Design Prepare Conceptual Estimate from design sketches. Hold Technical Review Sessions with Owner and Architect. Consult with the Owner and Architect on means and methods of construction. Review Schematic Design documents and report on the following items: a) Analyze the potential for use of systems components. b) Submit to Owner and Architect any special input relative to time and cost control of the plan. c) Prepare Cost Evaluation Studies relative to value engineering. Generate a Critical Data Schedule. Prepare a professional construction CPM network for the issuance of Proposal Packages. Complete phase cost estimate. Design Development Review the Design Development documents with the Owner and Architect. Revise and update the Critical Data Schedule sheet. Develop and arrange Pre-bid Packages. Prepare a site use study to be used for allocation of space for construction storage, lay-down areas, parking and temporary facilities. Prepare a Cash Flow Analysis for both the design and construction phases. Complete constructability review. Prepare a detailed estimate based on available design drawings in a CSI or Subcontractor bid format. Construction Documents Complete phase cost estimate in the CSI format at 50% and 95%. Complete constructability review at 50% and 95%. Review the drawings and project manual relative to the bid packages and notify Owner and Architect of inconsistencies. Develop Bid Package requirements, phasing, work restrictions. Determine bid date and time. Publish advertisement for proposals. Schedule and conduct Pre-bid conferences. Update Project Budge and Schedule consistent with final construction documents. Proposals & Negotiations Distribute documents to plan rooms, subcontractors and suppliers. Solicit bids from subcontractor and suppliers on advertised day. Negotiate with subcontractors as necessary to meet the current budget. Compile list of subcontractors and suppliers to form Guaranteed Maximum Price. Present the GMP to the School Board for approval. Scope and execute contracts with selected subcontractors and suppliers.

12 ATTACHMENT B FELONY CONVICTION NOTIFICATION State of Texas Legislative Senate Bill No. 1, Section , Notification of Criminal History, Subsection (a), states a person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony. Subsection (b) states a school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract THIS NOTICE IS NOT REQUIRED OF A PUBLICLY-HELD CORPORATION PLEASE COMPLETE THE INFORMATION BELOW I, undersigned agent for the firm named below, certify that the information concerning notification of felony conviction has been reviewed by me and the following information furnished is true to the best of my knowledge. VENDOR S NAME: AUTHORIZED COMPANY OFFICIAL S NAME (PRINTED): A. My firm is publicly-held corporation; therefore, this reporting requirement is not applicable. Signature of Company Official: B. My firm is not owned nor operated by anyone who has been convicted of a felony. Signature of Company Official: C. My firm is owned or operated by the following individual(s) who has/have been convicted of a felony: Name of Felon(s): Details of Conviction(s): Signature of Company Official:

13 TABULATION WORKSHEETS FOLLOW (Complete and Submit)

14 ATTACHMENT C SECTION IV - COST FORM PROPOSAL FORM ATHLETIC IMPROVEMENTS for CONSTRUCTION MANAGEMENT SERVICES WHITNEY INDEPENDENT SCHOOL DISTRICT NOTE: CM AT RISK PROPOSER SHALL FILL IN AMOUNTS FOR ALL APPLICABLE COST FOR EACH PROJECT AND PROVIDE TOTAL FOR EACH LINE. IF THERE IS NO COST BY THE PROPOSER FOR AN ITEM, THE PROPOSER MUST PLACE A ZERO TO ILLUSTRATE NO COST. IF A LINE ITEM IS NOT REASONABLY PRICED BY THE PROPOSER, THE OWNER WILL ASSUME AN AVERAGE COST (FROM OTHER PROPOSERS) FOR THAT ITEM. THE OWNER WILL NOT ALLOW ANY ITEM LISTED BELOW TO BE TRANSFERRED TO SUBCONTRACTORS OR TO THE "COST OF THE WORK" UNLESS NOTED BY THE OWNER ON THE PROPOSAL FORM INCLUDED IN THE RFP DOCUMENTS. Summary Athletic Improvements 1 Pre-construction fees $ Construction services percentage: % 2 Construction budget amount $ 9,267,440 Construction fee amount = % x budget amount: $ 3 Field & office staff cost: (from line 33 below) $ 4 General conditions (from line 81 below) $ Total = (Pre-Construction + Construction Services Fee 5 + Field & Office Staff + General Conditions) $ Proposal Signature & Acknowledgement of Addenda: Name of Company Signature / title Staff to be charged to the project: Include all necessary overhead, insurances, and multipliers within each line where applicable. General home office staff will be included in Construction Fee. Athletic Improvements 6 Project Manager $ 7 Number of weeks included w 8 Percentage of time dedicated to the project % 9 Superintendent On-Site $ 10 Number of weeks included w 11 Percentage of time dedicated to the project % 12 Assistant Project Manager On-Site $ 13 Number of weeks included w 14 Percentage of time dedicated to the project % 15 Assistant Superintendent On-Site $ 16 Number of weeks included w 17 Percentage of time dedicated to the project % 33 Subtotal for Field & Office Staff $ General conditions: Include all necessary overhead, insurances, taxes and multipliers within each line where applicable: 34 Field office including accommodations for architect: $ 35 Job office including rental, moving and set-up $ 36 Office equipment $ 37 Computers $ 38 Office supplies $ 39 Phone, fax and internet service $ 40 Utilities for job office $ 41 Drinking water, ice, cups, coffee and etc for meetings $ Athletic Improvements

15 42 Office furniture & furnishings $ 43 Postage and express shipping costs $ 44 Miscellaneous document printing $ 45 Janitorial services $ Staff support services: $ 48 Vehicle, rental, fuel and insurance $ 49 Cell phone $ 50 Travel expenses (travel/meals/lodging) $ 51 Two way radios $ Miscellaneous project requirements: $ 54 Temporary project signage $ 55 Layout $ 56 Project photos $ 57 Progress schedules $ 58 Power consumption In cost of work 59 Water consumption In cost of work 60 Climate protection $ 61 Temporary sanitary facilities $ 62 Equipment / storage trailers $ 63 General handling & hoisting, fuel & maintenance In cost of work 64 Temporary fire extinguishers $ 65 Safety equipment, labor & supplies $ 66 Field engineering labor, equipment & supplies $ 67 Small tools and consumables $ 68 Temporary fencing $ 69 Erosion control $ 70 Barricades/protection/Safety Rails/Equipment $ 71 Equipment Rentals/Scaffolding $ 72 Construction clean up (daily and weekly) $ 73 Final cleaning (site & building) $ 74 Dumpsters (rental& disposal costs, exclude demolition) In cost of work 75 Accounting and Data processing fees $ 76 AGC and other association fees if member $ 77 Independent testing and inspections By Owner 78 Permit and impact fees By Owner CM Insurance & bonding: $ 81 Builder's risk insurance $ 82 General commercial liability $ 83 Umbrella / excess liability $ 84 All other insurance required $ 85 Performance & payment bonds (Contractor and Subcontractor) $ Subtotal for General Conditions $

16 The undersigned, by his/her signature, represents that he/she is authorized to bind the Proposer to fully comply with the terms and conditions of this Request for Proposal, including all forms and attachments included and/or referenced herein, if accepted within forty-five (45) calendar days after Solicitation closing. Additionally, the Offeror has received the Addenda to this RFP, specifically, Addenda No.(s): Firm Name: Address: City: Telephone: Or: Fax: State: Zip: Web Address: (Signature of Person Authorized to Sign Proposal) Date: Printed Name: (Please print or type) Title:

17 ATTACHMENT D AFFIDAVIT OF NON-COLLUSION, NON-CONFLICT OF INTEREST, ANTI-LOBBYING By submission of this response, the undersigned certifies that: 1. Neither the Respondent nor any of its officers, partner, owners, agents, representatives, employees, or parties in interest, has in any way colluded, conspired, or agreed, directly or indirectly with any person, firm, corporation or other Respondent or potential Respondent or given any money or other valuable consideration for assistance in procuring or attempting to procure a contract or fix the prices in the attached response or the response of any other Respondent, and further states that no such money or other reward will be hereinafter paid. 2. No attempt has been or will be made by this firm's officers, employees, or agents to lobby, directly or indirectly, the District's Board of Trustees between response submission date and award by the District's Board of Trustees. 3. No officer, or stockholder of Respondent is a member of the staff, or related to any employee of the Whitney Independent School District except as noted below: The undersigned certifies that he/she is fully informed regarding the accuracy of the statements contained in this certification, and that the penalties herein are applicable to the Respondent as well as to any person signing on it's behalf. Signature of Authorized Official: Printed Name: Title: Date:

18 ATTACHMENT E SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non-federal entities from contracting with or making sub-awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods and services equal to or in excess of $100,000 and all non-procurement transactions (e.g., subawards to sub-recipients). Firms receiving individual awards of $100,000 or more and all sub-recipients must certify that their organization and its principals are not suspended or debarred by a federal agency. Before an award of $100,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a federal agency. Name of Firm: Signature of Authorized Official: Printed Name: Date Signed:

19 ATTACHMENT F CERTIFICATION OF RESIDENCY Chapter 2252 of the Texas Government Code relates to Resident versus Nonresident s and the requirements governmental entities must follow when awarding contracts to Nonresidents. The pertinent portion of the Chapter is as follows: "Resident" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principle place of business in this state. "Nonresident" refers to a person who is not a resident. "Governmental contract" means a contract awarded by a governmental entity for general construction, an improvement, a service, or a public works project or for a purchase of supplies, materials, or equipment "A governmental entity may not award a governmental contract to a nonresident unless the nonresident under the lowest submitted by a responsible resident by an amount that is not less than the amount by which a resident would be required to under the nonresident to obtain a comparable contract in the state in which the nonresident's principal place of business is located." Please complete the appropriate statement below: A. I certify that is a Resident of (Company Name) Texas as defined in Chapter B. I certify that is a Nonresident (Company Name) of Texas as defined in Chapter Our principal place of business is: (City and State) Signature: Printed Name: Date:

20 ATTACHMENT G CONFLICT OF INTEREST NOTICE Whitney Independent School District Notice to Vendors Conflict of Interest Questionnaire Required by Chapter 176 of the Texas Local Government Code Effective January 1, 2006, a person or entity who contracts or seeks to contract with Whitney ISD for the sale or purchase of property, goods, or services (as well as agents of such persons) are required to file a Conflict of Interest Questionnaire with the Districts Records Administrator. Each covered person or entity who seeks to or who contracts with Whitney ISD is responsible for complying with any applicable disclosure requirements. Whitney ISD will post the required completed questionnaires on its website. The Conflict of Interest Questionnaire must be filed: No later than the seventh business day after the date that the Vendor begins contract discussions or negotiations with the government entity, or submits to the local governmental entity an application, response to a request for proposals or s, correspondence, or another writing related to a potential agreement with the local governmental entity. The Vendor shall file an updated completed questionnaire with the appropriate records administrator not later than September 1 of the year in which an activity described in Section (a), Local Government Code, is pending, and not later than the seventh business day after the date of an event that would make a statement in the questionnaire incomplete or inaccurate. Note: A Vendor is not required to file an updated completed questionnaire in a year if the person has filed a questionnaire on or after June 1, but before September 1, of that year. The Conflict of Interest Questionnaire may be downloaded from the Texas Ethics Commission's website at You may also use the copy provided. Questions regarding House Bill 914 requirements should be directed to the District. Completed forms should be sent submitted with the Bid.

21 CONFLICT OF INTEREST QUESTIONNAIREFORM CIQ For vendor or other person doing business with local governmental entity - OFFICE USE ONLY This questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a person doing business with the Date Received governmental entity. By law this questionnaire must be filed with the records administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section , Local Government Code. A person commits an offense if the person violates Section , Local Government Code. An offense under this section is a Class C misdemeanor. 1 Name of person doing business with local governmental entity. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than September 1 of the year for which an activity described in Section (a), Local Government Code, is pending and not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3 Name each employee or contractor of the local governmental entity who makes recommendations to a local government officer of the governmental entity with respect to expenditures of money AND describe the affiliation or business relationship. 4 Name each local government officer who appoints or employs local government officers of the governmental entity for which this questionnaire is filed AND describe the affiliation or business relationship.

22 CONFLICT OF INTEREST QUESTIONNAIRE FORM FORM CIQ Page 2 For vendor or other person doing business with local governmental entity 5. Name of local government officer with whom filer has affiliation or business relationship. (Complete this section only if the answer to A, B, or C is YES.) This section, item 5 including subparts A, B, C & D, must be completed for each officer with whom the filer has affiliation or other relationship. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income from the filer of the questionnaire? Yes No B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local government officer named in this section AND the taxable income is not from the local governmental entity? Yes No C. Is the filer of this questionnaire affiliated with a corporation or other business entity that the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes No D. Describe each affiliation or business relationship. 6. Signature of person doing business with the governmental entity Date

23 ATTACHMENT G DEVIATIONS / SIGNATURE PAGE In the event the undersigned Respondent intends to deviate from the general terms, conditions, or specifications listed within this proposal, all such deviations must be listed on this pane, with complete and detailed conditions and information also being attached. In the absence of any deviation entry on this form, the Respondent assures the District of their compliance with the Terms, Conditions, Specifications, and information contained within this PROPOSAL. Deviations: The District will be the sole judge to determine if deviations are acceptable in meeting the needs of the District and participating members. The District reserves the right to withdraw this request for qualifications at any time and for any reason. The District also reserves the right to award or not award this contract in any manner deemed to be in the best interest of the District. Please make sure that you provide the following forms: a. Proof of Insurance Yes No b. Felony Conviction Notice Yes No c. Cost Proposal Yes No d. Non-Collusion Affidavit Yes No e. Suspension & Debarment Yes No f. Certification of Residency Yes No g. Conflict of Interest Yes No h. Required Addenda Yes No All Respondents MUST COMPLETE this page. Sign and Return with response or your submission may be considered Non- Responsive. Our response is submitted according to: listed above Deviations No Deviations SIGNATURE: PRINTED NAME: TITLE:

24

25

26

27

28

29

30

31

32

33

34

35

36

37

38

39

40

41

42

43

44

45

46

47

48

49

50

51

52

53

54

55

56

57

58

59

60

61

62

63

64

65

66

67

68

69

70

71

72

73

74

75

76

77

78

79

80

81

82

83

84

85

86

87

88

89

90

91

92

93

94

95

96

97

98

99

100

101

102

103

104

105

106

107

108

109

110

111

112

113

114

115

116

117

118

119

120

121

122

123

124

125

126

127

128

129

130

131

132

133

134

135

136

137 Whitney ISD PUBLIC COMPLAINTS GF (LOCAL) COMPLAINTS OTHER COMPLAINT PROCESSES GUIDING PRINCIPLES INFORMAL PROCESS FORMAL PROCESS FREEDOM FROM RETALIATION GENERAL PROVISIONS FILING In this policy, the terms complaint and grievance shall have the same meaning. Complaints by members of the public shall be filed in accordance with this policy, except as required by the policies listed below. Some of these policies require appeals to be submitted in accordance with GF after the relevant complaint process: 1. Complaints concerning instructional materials shall be filed in accordance with EFA. 2. Complaints concerning a commissioned peace officer who is an employee of the District shall be filed in accordance with CKE. The Board encourages the public to discuss concerns with an appropriate administrator who has the authority to address the concerns. Concerns should be expressed as soon as possible to allow early resolution at the lowest possible administrative level. Informal resolution shall be encouraged but shall not extend any deadlines in this policy, except by mutual written consent. An individual may initiate the formal process described below by timely filing a written complaint form. Even after initiating the formal complaint process, individuals are encouraged to seek informal resolution of their concerns. An individual whose concerns are resolved may withdraw a formal complaint at any time. The process described in this policy shall not be construed to create new or additional rights beyond those granted by law or Board policy, nor to require a full evidentiary hearing or mini-trial at any level. Neither the Board nor any District employee shall unlawfully retaliate against any individual for bringing a concern or complaint. Complaint forms and appeal notices may be filed by hand-delivery, by electronic communication, including and fax, or by U.S. Mail. Hand-delivered filings shall be timely filed if received by the appropriate administrator or designee by the close of business on the deadline. Filings submitted by electronic communication shall be timely filed if they are received by the close of business on the deadline, as indicated by the date/time shown on the electronic communication. Mail filings shall be timely filed if they are postmarked by U.S. Mail on or before the deadline and received by the appropriate administrator or designated representative no more than three days after the deadline. DATE ISSUED: 2/26/ of 6 LDU GF(LOCAL)-X

138 Whitney ISD PUBLIC COMPLAINTS GF (LOCAL) SCHEDULING CONFERENCES RESPONSE DAYS REPRESENTATIVE CONSOLIDATING COMPLAINTS UNTIMELY FILINGS COSTS INCURRED The District shall make reasonable attempts to schedule conferences at a mutually agreeable time. If the individual fails to appear at a scheduled conference, the District may hold the conference and issue a decision in the individual s absence. At Levels One and Two, response shall mean a written communication to the individual from the appropriate administrator. Responses may be hand-delivered, sent by electronic communication to the individual s address of record, or sent by U.S. Mail to the individual s mailing address of record. Mailed responses shall be timely if they are postmarked by U.S. Mail on or before the deadline. Days shall mean District business days. In calculating time lines under this policy, the day a document is filed is day zero. The following business day is day one. Representative shall mean any person who or organization that is designated by an individual to represent the individual in the complaint process. The individual may designate a representative through written notice to the District at any level of this process. If the individual designates a representative with fewer than three days notice to the District before a scheduled conference or hearing, the District may reschedule the conference or hearing to a later date, if desired, in order to include the District s counsel. The District may be represented by counsel at any level of the process. Complaints arising out of an event or a series of related events shall be addressed in one complaint. An individual shall not file separate or serial complaints arising from any event or series of events that have been or could have been addressed in a previous complaint. All time limits shall be strictly followed unless modified by mutual written consent. If a complaint form or appeal notice is not timely filed, the complaint may be dismissed, on written notice to the individual, at any point during the complaint process. The individual may appeal the dismissal by seeking review in writing within ten days from the date of the written dismissal notice, starting at the level at which the complaint was dismissed. Such appeal shall be limited to the issue of timeliness. Each party shall pay its own costs incurred in the course of the complaint. DATE ISSUED: 2/26/ of 6 LDU GF(LOCAL)-X

139 Whitney ISD PUBLIC COMPLAINTS GF (LOCAL) COMPLAINT AND APPEAL FORMS LEVEL ONE LEVEL TWO Complaints and appeals under this policy shall be submitted in writing on a form provided by the District. Copies of any documents that support the complaint should be attached to the complaint form. If the individual does not have copies of these documents, they may be presented at the Level One conference. After the Level One conference, no new documents may be submitted by the individual unless the individual did not know the documents existed before the Level One conference. A complaint or appeal form that is incomplete in any material aspect may be dismissed but may be refiled with all the required information if the refiling is within the designated time for filing. Complaint forms must be filed: 1. Within 15 days of the date the individual first knew, or with reasonable diligence should have known, of the decision or action giving rise to the complaint or grievance; and 2. With the lowest level administrator who has the authority to remedy the alleged problem. If the only administrator who has authority to remedy the alleged problem is the Superintendent or designee, the complaint may begin at Level Two following the procedure, including deadlines, for filing the complaint form at Level One. If the complaint is not filed with the appropriate administrator, the receiving administrator must note the date and time the complaint form was received and immediately forward the complaint form to the appropriate administrator. The appropriate administrator shall investigate as necessary and schedule a conference with the individual within ten days after receipt of the written complaint. The administrator may set reasonable time limits for the conference. Absent extenuating circumstances, the administrator shall provide the individual a written response within ten days following the conference. The written response shall set forth the basis of the decision. In reaching a decision, the administrator may consider information provided at the Level One conference and any other relevant documents or information the administrator believes will help resolve the complaint. If the individual did not receive the relief requested at Level One or if the time for a response has expired, he or she may request a conference with the Superintendent or designee to appeal the Level One decision. DATE ISSUED: 2/26/ of 6 LDU GF(LOCAL)-X

140 Whitney ISD PUBLIC COMPLAINTS GF (LOCAL) The appeal notice must be filed in writing, on a form provided by the District, within ten days of the date of the written Level One response or, if no response was received, within ten days of the Level One response deadline. After receiving notice of the appeal, the Level One administrator shall prepare and forward a record of the Level One complaint to the Level Two administrator. The individual may request a copy of the Level One record. The Level One record shall include: 1. The original complaint form and any attachments. 2. All other documents submitted by the individual at Level One. 3. The written response issued at Level One and any attachments. 4. All other documents relied upon by the Level One administrator in reaching the Level One decision. The Superintendent or designee shall schedule a conference within ten days after the appeal notice is filed. The conference shall be limited to the issues and documents considered at Level One. At the conference, the individual may provide information concerning any documents or information relied upon by the administration for the Level One decision. The Superintendent or designee may set reasonable time limits for the conference. The Superintendent or designee shall provide the individual a written response within ten days following the conference. The written response shall set forth the basis of the decision. In reaching a decision, the Superintendent or designee may consider the Level One record, information provided at the Level Two conference, and any other relevant documents or information the Superintendent or designee believes will help resolve the complaint. Recordings of the Level One and Level Two conferences, if any, shall be maintained with the Level One and Level Two records. LEVEL THREE If the individual did not receive the relief requested at Level Two or if the time for a response has expired, he or she may appeal the decision to the Board. The appeal notice must be filed in writing, on a form provided by the District, within ten days of the date of the written Level Two response or, if no response was received, within ten days of the Level Two response deadline. DATE ISSUED: 2/26/ of 6 LDU GF(LOCAL)-X

141 Whitney ISD PUBLIC COMPLAINTS GF (LOCAL) If the appeal notice is untimely, not on the District s form, or incomplete in any material way, the Superintendent, after consultation with the Board President, may dismiss the complaint and provide written notice of dismissal to the individual. The Superintendent or designee shall inform the individual of the date, time, and place of the Board meeting at which the complaint will be on the agenda for presentation to the Board. The Superintendent or designee shall provide the Board the record of the Level Two appeal. The individual may request a copy of the Level Two record. The Level Two record shall include: 1. The Level One record. 2. The notice of appeal from Level One to Level Two. 3. The written response issued at Level Two and any attachments. 4. All other documents relied upon by the administration in reaching the Level Two decision. The appeal shall be limited to the issues and documents considered at Level Two, except that if at the Level Three hearing the administration intends to rely on evidence not included in the Level Two record, the administration shall provide the individual notice of the nature of the evidence at least three days before the hearing. The District shall determine whether the complaint will be presented in open or closed meeting in accordance with the Texas Open Meetings Act and other applicable law. [See BE] The presiding officer may set reasonable time limits and guidelines for the presentation, including an opportunity for the individual and administration to each make a presentation and provide rebuttal and an opportunity for questioning by the Board. The Board shall hear the complaint and may request that the administration provide an explanation for the decisions at the preceding levels. In addition to any other record of the Board meeting required by law, the Board shall prepare a separate record of the Level Three presentation. The Level Three presentation, including the presentation by the individual or his or her representative, any presentation from the administration, and questions from the Board with responses, shall be recorded by audio recording, video/audio recording, or court reporter. DATE ISSUED: 2/26/ of 6 LDU GF(LOCAL)-X

142 Whitney ISD PUBLIC COMPLAINTS GF (LOCAL) The Board shall then consider the complaint. It may give notice of its decision orally or in writing at any time up to and including the next regularly scheduled Board meeting. If the Board does not make a decision regarding the complaint by the end of the next regularly scheduled meeting, the lack of a response by the Board upholds the administrative decision at Level Two. DATE ISSUED: 2/26/2015 ADOPTED: 6 of 6 LDU GF(LOCAL)-X

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR) REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR) For the Project: CITY OF KATY NEW KATY FIRE STATION #2 Issued: August 13, 2015 Katy Fire Station #2 August 13, 2015 Page 1 of 17 Request

More information

FABENS INDEPENDENT SCHOOL DISTRICT FABENS, TEXAS. REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES (CM @ Risk) FOR

FABENS INDEPENDENT SCHOOL DISTRICT FABENS, TEXAS. REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES (CM @ Risk) FOR FABENS INDEPENDENT SCHOOL DISTRICT FABENS, TEXAS REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES (CM @ Risk) FOR A New High School Competition Gym RFP No. 052015-036 PROPOSALS ARE DUE 10:00

More information

Eanes Independent School District

Eanes Independent School District EANES INDEPENDENT SCHOOL DISTRICT 601 Camp Craft Road Austin, Texas 78746 Request for Qualifications Construction Manager at Risk Services Eanes Independent School District Construct a District Operations

More information

AGREEMENT FOR CONSTRUCTION SERVICES

AGREEMENT FOR CONSTRUCTION SERVICES AGREEMENT FOR CONSTRUCTION SERVICES This Agreement for Services ( Agreement ) is entered into as of Month, Day and Year between the Fort Bend Independent School District (hereinafter FBISD ) and Name of

More information

REQUEST FOR COMPETITIVE SEALED PROPOSALS STADIUM IMPROVEMENTS, DATA CENTER PROJECT AND/OR BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD

REQUEST FOR COMPETITIVE SEALED PROPOSALS STADIUM IMPROVEMENTS, DATA CENTER PROJECT AND/OR BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD REQUEST FOR COMPETITIVE SEALED PROPOSALS BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD The Dripping Springs Independent School District ( DSISD or the District ) is requesting Competitive

More information

1. PROJECT DESCRIPTIONS.

1. PROJECT DESCRIPTIONS. SAN ELIZARIO INDEPENDENT SCHOOL DISTRICT REQUEST FOR PROPOSALS FOR FOR CONSTRUCTION MANAGER AT RISK FOR NEW FIELDHOUSE AND STEM BUILDING ADDITION AT SAN ELIZARIO HIGH SCHOOL AND NEW SUPPORT SERVICES BUILDING

More information

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT The WALTON COUNTY SCHOOL DISTRICT will receive

More information

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School Carmel Unified School District Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School January 4, 2016 1 NOTICE REGARDING PREQUALIFICATION FOR BLEACHER AND PRESSBOX

More information

Posting Date: February 26, 2014

Posting Date: February 26, 2014 LEARNING SCHOOLS OF TEXAS d/b/a CARPE DIEM SAN ANTONIO Request for Proposals Internet Access, Telecommunications & Telecommunications Services, Internal Connections Other than Basic Maintenance, and Basic

More information

RFP Milestones, Instructions, and Information

RFP Milestones, Instructions, and Information This Request for Proposal is being issued by the Lower Colorado River Authority (LCRA). LCRA is a conservation and reclamation district of the State of Texas created pursuant to Article XVI, Section 59,

More information

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted Description: The New River Valley Regional Jail Authority (NRVRJA) values and appreciates the contributions and efforts of its employees. Toward this end, the NRVRJA is committed to providing a supportive,

More information

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS CITY OF CHILLICOTHE REQUEST FOR PROPOSALS The City of Chillicothe is accepting sealed proposals for a Financial and Payroll software system for the Chillicothe Auditor s office. Proposal Must Be Sealed,

More information

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR CONSTRUCTION MANAGEMENT SERVICES FOR ORANGE COAST COLLEGE BUSINESS, MATH, COMPUTING CENTER December 14, 2012 PROPOSALS DUE: By 4 p.m. -

More information

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m.

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m. Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 contractingservices@seattleschools.org REQUEST FOR PROPOSAL NO. RFP09503

More information

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES The Trustees of the Governor William Stoughton Trust (hereinafter the Trustees ) issue this

More information

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office JBrown@santa-ana.org

More information

State Health Benefit Plan Procurement Policy

State Health Benefit Plan Procurement Policy State Health Benefit Plan Procurement Policy 1. Introduction 1.1 Purpose The mission of the Department of Community Health (DCH) Office of Procurement Services (OPS) is to obtain quality goods and services

More information

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 Bill.Kroll@snco.us

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 Bill.Kroll@snco.us SECTION I Shawnee County is requesting qualifications/proposals for the renovation of 2600 SW East Circle Drive, Topeka, Kansas 66606 which will be utilized by the Shawnee County Health Agency per the

More information

Michael McCullar, Director of Purchasing RFQ Title: Bond Counsel RFQ Opening Time and Date: Thursday, February 5, 2015 10:00AM CST

Michael McCullar, Director of Purchasing RFQ Title: Bond Counsel RFQ Opening Time and Date: Thursday, February 5, 2015 10:00AM CST PURCHASING DEPARTMENT 1404 IH 35 NORTH NEW BRAUNFELS, TX 78130 Phone: 830-221-2068 Fax: 830-221-2007 RFQ 15-06 Bond Counsel Issue Date: January 23, 2015 Page 1 of 11 RFQ #15-06 Michael McCullar, Director

More information

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M. CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue

More information

Delaware Sustainable Energy Utility Request for Proposals for Financial Advisory Services

Delaware Sustainable Energy Utility Request for Proposals for Financial Advisory Services Delaware Sustainable Energy Utility Request for Proposals for Financial Advisory Services The Delaware Sustainable Energy Utility ( SEU ) requests proposals from firms and individuals qualified to provide

More information

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PIERSON ELEMENTARY REPLACEMENT SCHOOL PROJECT NO. 164519

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PIERSON ELEMENTARY REPLACEMENT SCHOOL PROJECT NO. 164519 REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES FOR PIERSON ELEMENTARY REPLACEMENT SCHOOL PROJECT NO. 164519 School Board of Volusia County Florida Facilities Services 3750 Olson Drive, Daytona Beach

More information

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL TROUP COUNTY BOARD OF EDUCATION REQUEST FOR SEALED COMPETITIVE PROPOSALS FOR CONSTRUCTION OF: RE-FLOORING TO: TROUP COUNTY COMPREHENSIVE HIGH SCHOOL LAGRANGE, GEORGIA TROUP COUNTY SCHOOL SYSTEM LAGRANGE,

More information

Independent School District No. 1 Strive Achieve Succeed Go Beyond Lewiston, Idaho

Independent School District No. 1 Strive Achieve Succeed Go Beyond Lewiston, Idaho Independent School District No. 1 Strive Achieve Succeed Go Beyond Lewiston, Idaho REQUEST FOR QUALIFICATIONS Independent School District No. 1, Lewiston, Idaho ( District ) is seeking responses from individuals

More information

STATE OF MAINE DEPARTMENT OF EDUCATION RFP # 201205322 PAYROLL SERVICES FOR TEMPORARY RESOURCES

STATE OF MAINE DEPARTMENT OF EDUCATION RFP # 201205322 PAYROLL SERVICES FOR TEMPORARY RESOURCES STATE OF MAINE DEPARTMENT OF EDUCATION RFP # 201205322 PAYROLL SERVICES FOR TEMPORARY RESOURCES RFP Coordinator: Jeff Mao, Learning Technology Policy Director Department of Education 23 State House Station

More information

Request for Proposals to Design, Build, Finance, Operate and Maintain North Commuter Parkway and Traffic Bridge Project City of Saskatoon

Request for Proposals to Design, Build, Finance, Operate and Maintain North Commuter Parkway and Traffic Bridge Project City of Saskatoon Request for Proposals to Design, Build, Finance, Operate and Maintain North Commuter Parkway and Traffic Bridge Project City of Saskatoon () Request for Proposals TABLE OF CONTENTS SECTION 1 INTRODUCTION...

More information

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078 Request for Proposal Uintah High School Yearbook Publishing & Printing Services Uintah School District 635 West 200 South Vernal Utah, 84078 Deadline for Submittal June 18, 2014 2:00 p.m. Uintah School

More information

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 Pursuant to Florida Statutes, Chapter 287, The City of Bonita Springs hereinafter referred to as the City, will accept sealed Responses for Qualifications and

More information

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT Date original issued: September 28, 2015 Qualifications Statements due: The City of Vallejo will consider Proposals submitted in response

More information

CONTRACTOR PREQUALIFICATION REQUIREMENTS GENERAL CONTRACTORS, MECHANICAL/PLUMBING SUBCONTRACTORS & ELECTRICAL SUBCONTRACTORS FOR THE

CONTRACTOR PREQUALIFICATION REQUIREMENTS GENERAL CONTRACTORS, MECHANICAL/PLUMBING SUBCONTRACTORS & ELECTRICAL SUBCONTRACTORS FOR THE CONTRACTOR PREQUALIFICATION REQUIREMENTS GENERAL CONTRACTORS, MECHANICAL/PLUMBING SUBCONTRACTORS & ELECTRICAL SUBCONTRACTORS FOR THE SANTEE SCHOOL DISTRICT 1 .......... 2 1. Effective January 1 st, 2014,

More information

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217 NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217 Requests for Proposals will be received in the Office of the Executive Director of Procurement & ecommerce for CATALOG ART

More information

Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN

Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN The Delmar School District (DSD) is seeking the professional services of a Construction Management (CM) firm for the

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS The Town of Ayer s Department of Planning & Development seeks proposals from qualified consultants to provide the following services in the Town of Ayer: INFRASTRUCTURE PROJECT CONSULTANT

More information

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PINE TRAIL ELEMENTARY HVAC, CEILING & LIGHTING PROJECT NO. 164514

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PINE TRAIL ELEMENTARY HVAC, CEILING & LIGHTING PROJECT NO. 164514 REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES FOR PINE TRAIL ELEMENTARY HVAC, CEILING & LIGHTING PROJECT NO. 164514 Contact: Mr. Tom Brown, Senior Construction Project Manager Facilities Services,

More information

HACC Central Pennsylvania s Community College Harrisburg, PA. Request for Proposal RFP14-04. For Website Content Development HACC

HACC Central Pennsylvania s Community College Harrisburg, PA. Request for Proposal RFP14-04. For Website Content Development HACC HACC Central Pennsylvania s Community College Harrisburg, PA Request for Proposal RFP14-04 For Website Content Development HACC Issued: Feb. 24, 2014 Deadline for Questions: Response to Questions: PROPOSAL

More information

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 Notice is hereby given that the City of Lemoore is soliciting proposals

More information

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER / GENERAL CONTRACTOR (CM/GC SERVICES)

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER / GENERAL CONTRACTOR (CM/GC SERVICES) REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER / GENERAL CONTRACTOR (CM/GC SERVICES) Return Completed Qualifications To: Twin Falls School District No. 411 Administrative Office 201 Main Avenue West Twin

More information

PANOLA COLLEGE REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT RISK (2 STEP PROCESS)

PANOLA COLLEGE REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT RISK (2 STEP PROCESS) (2 STEP PROCESS) OPENING DATE: AUGUST 21, 2013 TIME: 3:00 P.M. LOCATION: Panola College Magnolia Room, Administration Bldg. 1109 West Panola Carthage, TX 75633 TELEPHONE: (903) 693-2023 Request for Qualifications

More information

CENTRAL TEXAS COLLEGE DISTRICT REQUEST FOR PROPOSAL NO. RFP 14-012 APPLICANT TRACKING/POSITION MANAGEMENT SYSTEM CLOSING DATE: JULY 7, 2014, 3:00 PM

CENTRAL TEXAS COLLEGE DISTRICT REQUEST FOR PROPOSAL NO. RFP 14-012 APPLICANT TRACKING/POSITION MANAGEMENT SYSTEM CLOSING DATE: JULY 7, 2014, 3:00 PM REQUEST FOR PROPOSAL NO. RFP 14-012 APPLICANT TRACKING/POSITION MANAGEMENT SYSTEM CLOSING DATE: JULY 7, 2014, 3:00 PM Central Texas College P.O. Box 1800 Killeen, TX 76540-1800 Telephone: 254.526.1203

More information

TABLE OF CONTENTS. Purchasing and Contracts Division... 1. Purchasing Policies and Procedures... 1. The Competitive Process... 2

TABLE OF CONTENTS. Purchasing and Contracts Division... 1. Purchasing Policies and Procedures... 1. The Competitive Process... 2 TABLE OF CONTENTS Title Page Purchasing and Contracts Division... 1 Purchasing Policies and Procedures... 1 The Competitive Process... 2 Vendor Participation... 2 Vendor Database... 2 Web Site Information...

More information

CLEVELAND HOUSING NETWORK, INC CONSTRUCTION DEPARTMENT GENERAL CONTRACTOR APPLICATION PROCESS

CLEVELAND HOUSING NETWORK, INC CONSTRUCTION DEPARTMENT GENERAL CONTRACTOR APPLICATION PROCESS CLEVELAND HOUSING NETWORK, INC CONSTRUCTION DEPARTMENT GENERAL CONTRACTOR APPLICATION PROCESS I. It is the Cleveland Housing Network, Inc. s policy to verify all information given on the application. This

More information

Sealed proposals will be received by the South Texas Independent School District for: Property and Liability Insurance

Sealed proposals will be received by the South Texas Independent School District for: Property and Liability Insurance South Texas Academy for Medical Professions South Texas Business, Education & Technology Academy South Texas High School for Health Professions South Texas Preparatory Academy The Science Academy of South

More information

Document Comparison. AIA Documents A134 2009 and A131CMc 2003

Document Comparison. AIA Documents A134 2009 and A131CMc 2003 Document Comparison AIA Documents A134 2009 and A131CMc 2003 AIA Document A134 2009 is in the right-hand column. Corresponding sections of AIA Document A131 CMc 2003 are in the left-hand column. Sections

More information

Policy Number: 3-804 Policy Name: Professional Services and Construction Services Procurement

Policy Number: 3-804 Policy Name: Professional Services and Construction Services Procurement Page 1 3-804 Professional Services and Construction A. Project Delivery Methods 1. A university may procure design services, construction and construction services, as applicable, under any of the following

More information

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011 GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker

More information

Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent

Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent Formal Invitation for Bids (ITB) Bid 2016-93 Annual Contract for Plumbing Repair Due: August 20, 2015 before 2:00p.m. Public Notice

More information

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming Request for Proposals to provide Landscape Architect Due Date Proposal Submissions Monday, June 15, 2015 by 5:00 p.m. RFP15-15008 Solicited by: Department

More information

SHORT FORM CONTRACTOR RESPONSIBILITY DATA

SHORT FORM CONTRACTOR RESPONSIBILITY DATA INFORMATION TO BE FURNISHED BY A BIDDER/PROPOSER (Notes: For purposes of this questionnaire, the term "Contractor" refers both to a bidder/proposer and to the firm awarded the contract. All questions on

More information

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE: REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES Prepared by City of Richmond Finance Department February 18, 2016 RESPONSES DUE: 2:30 P.M., Monday, March 7, 2016 REQUEST FOR STATEMENTS OF QUALIFICATIONS

More information

CITY OF COPPELL BID AFFIDAVIT (REQUIRED)

CITY OF COPPELL BID AFFIDAVIT (REQUIRED) CITY OF COPPELL BID AFFIDAVIT (REQUIRED) The undersigned certifies that they are a duly authorized officer/agent and authorized to execute the foregoing on behalf of the bidder. The bid prices contained

More information

REQUEST FOR PROPOSAL FOR ARCHITECTURAL DESIGN SERVICES. The Battery Conservancy

REQUEST FOR PROPOSAL FOR ARCHITECTURAL DESIGN SERVICES. The Battery Conservancy REQUEST FOR PROPOSAL FOR ARCHITECTURAL DESIGN SERVICES The Battery Conservancy Issue Date: March 23, 2012 Responses Due: April 20, 2012 Introduction The Battery Conservancy ( TBC ) is a 501(c)(3) not-for-profit

More information

OBJECTIVE To establish procedures for administration of construction manager agreements, including negotiation, contracting and payments.

OBJECTIVE To establish procedures for administration of construction manager agreements, including negotiation, contracting and payments. OP-B-11-D2 ADMINISTRATION OF CONSTRUCTION MANAGER AGREEMENTS SPECIFIC AUTHORITY Sections 240.209(3)(p), 1001.74, 1013.46, F. S. OBJECTIVE To establish procedures for administration of construction manager

More information

ATLANTA PUBLIC SCHOOLS

ATLANTA PUBLIC SCHOOLS Procurement Services 130 Trinity Avenue, S.W. 5 th Floor Atlanta, Georgia 30303 Request for Qualifications For October 31, 2007 Solicitation Number: 112607-01 Due Date: November 26, 2007 ADVERTISEMENT

More information

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER RFP #2016-02 REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES FOR SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER RELEASE DATE: January 29, 2016 DUE DATE: February

More information

5. Whether the timely completion of the project is critical to the university s ability to repay debt service or to meet grant obligations.

5. Whether the timely completion of the project is critical to the university s ability to repay debt service or to meet grant obligations. OP-B-11-C2 CONSTRUCTION MANAGER SELECTION PROCESS SPECIFIC AUTHORITY Sections 1001.74(28), 1013.46, F. S. OBJECTIVE To provide guidelines for the selection of construction managers. OVERVIEW This procedure

More information

GENERAL CONTRACTOR QUALIFICATION STATEMENT PACKAGE FOR VICTOR VALLEY COMMUNITY COLLEGE

GENERAL CONTRACTOR QUALIFICATION STATEMENT PACKAGE FOR VICTOR VALLEY COMMUNITY COLLEGE GENERAL CONTRACTOR QUALIFICATION STATEMENT PACKAGE FOR VICTOR VALLEY COMMUNITY COLLEGE ASBESTOS ABATEMENT and DEMOLITION Music Building VICTOR VALLEY COMMUNITY COLLEGE DISTRICT CONTRACTOR'S STATEMENT OF

More information

FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE

FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE THE SCHOOL DISTRICT SHARON SWAN ARTHUR C. JOHNSON, Ph.D. OF PALM BEACH COUNTY, FLORIDA DIRECTOR SUPERINTENDENT CONSTRUCTION PURCHASING DEPARTMENT 3661 INTERSTATE PARK ROAD NORTH, SUITE 200 RIVIERA BEACH,

More information

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald LYNBROOK UNION FREE SCHOOL DISTRICT DISTRICT ADMINISTRATION OFFICES 111 ATLANTIC AVENUE LYNBROOK NY 11563 Tel: (516) 887-0258 Fax: (516) 887-6597 Dr. Melissa Burak Superintendent of Schools Dr. Paul Lynch

More information

REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL AUDIT SERVICES

REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL AUDIT SERVICES REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL AUDIT SERVICES Issued by: City of Clewiston 115 W. Ventura Avenue Clewiston, Florida 33440 September 30, 2015 1 REQUEST FOR PROPOSALS FOR FINANCIAL AUDIT SERVICES

More information

St. Andrews Public Service District

St. Andrews Public Service District St. Andrews Public Service District Request for Qualifications for Architectural/Engineering (A/E) Consultancy Services for Fire Stations, Administrative Buildings, and Environmental Services Facilities.

More information

IRVINE UNIFIED SCHOOL DISTRICT. 100 Nightmist Irvine, California 92618 (949) 936-5317 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

IRVINE UNIFIED SCHOOL DISTRICT. 100 Nightmist Irvine, California 92618 (949) 936-5317 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 100 Nightmist Irvine, California 92618 (949) 936-5317 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Irvine Unified School District ( District ) has determined that bidders on an annual basis must

More information

TOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY. Qualification Period January 1, 2014 December 31, 2014

TOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY. Qualification Period January 1, 2014 December 31, 2014 TOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY Qualification Period January 1, 2014 December 31, 2014 SUBMISSION DEADLINE 3:30 p.m., November 15, 2013 ADDRESS

More information

Request for Proposal No. RFP02658. Project Construction Management Services. for. Capital Levy BTA IV Project: Ingraham High School Classroom Addition

Request for Proposal No. RFP02658. Project Construction Management Services. for. Capital Levy BTA IV Project: Ingraham High School Classroom Addition Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 contractingservices@seattleschools.org Request for Proposal No. RFP02658

More information

REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES

REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES LEGISLATIVE COUNCIL SERVICE 411 STATE CAPITOL SANTA FE, NEW MEXICO 87501 (505) 986-4600 ISSUE DATE: June 19, 2015 NOTICE The

More information

Request for Proposal Permitting Software

Request for Proposal Permitting Software Request for Proposal Permitting Software Date Issued: October 7, 2015 Proposals Due no later than: 2:00pm EST on November 10, 2015 Page 1 of 10 Revised 10/5/2015 TABLE OF CONTENTS Section I Introduction

More information

Agent Agreement WITNESSETH

Agent Agreement WITNESSETH PATRIOT NATIONAL UNDERWRITERS, INC. Agent Agreement THIS AGENT AGREEMENT (the Agreement ) is made and entered into by and between Patriot National Underwriters, Inc., a Texas corporation ( Patriot ), and

More information

Executive Office for Administration & Finance. Request for Qualifications For Construction Management Services

Executive Office for Administration & Finance. Request for Qualifications For Construction Management Services Executive Office for Administration & Finance Request for Qualifications For Construction Management Services Massachusetts State Project (Project Number) (Full Project Name and Location), Massachusetts

More information

OAKLAND UNIFIED SCHOOL DISTRICT FOR LOCAL FIRST TIER SUBCONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS

OAKLAND UNIFIED SCHOOL DISTRICT FOR LOCAL FIRST TIER SUBCONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS OAKLAND UNIFIED SCHOOL DISTRICT FOR LOCAL FIRST TIER SUBCONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS THIS QUESTIONNAIRE MUST BE PRINTED ON BLUE PAPER OAKLAND UNIFIED SCHOOL DISTRICT

More information

Re: Specialized Educational Services Request for Proposal #15-06-4493RFP. Notice to Proposers

Re: Specialized Educational Services Request for Proposal #15-06-4493RFP. Notice to Proposers Purchasing Department Kristine Johnston, Director of Purchasing July 1, 2015 Re: Specialized Educational Services Request for Proposal #15-06-4493RFP Notice to Proposers Proposals for Specialized Educational

More information

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 TABLE OF CONTENTS I. INSTRUCTIONS... 3 A. BID INFORMATION... 3 B. BID PROPOSAL FORMAT... 4 C.

More information

PITTSBURG UNIFIED SCHOOL DISTRICT

PITTSBURG UNIFIED SCHOOL DISTRICT PITTSBURG UNIFIED SCHOOL DISTRICT New Construction and Modernization Projects PRE-QUALIFICATION PROGRAM QUESTIONNAIRE FOR PROJECTS $20 MILLION AND OVER TABLE OF CONTENTS PAGE NO. GENERAL INFORMATION.......i

More information

Solicitation 2013-9. Emergency Disaster Cleanup Services. Bid designation: Public. Lehi City

Solicitation 2013-9. Emergency Disaster Cleanup Services. Bid designation: Public. Lehi City Solicitation 2013-9 Emergency Disaster Cleanup Services Bid designation: Public Lehi City 11/4/2013 4:51 PM p. 1 Bid Number 2013-9 Bid Title Emergency Disaster Cleanup Services Emergency Disaster Cleanup

More information

Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS. October 19, 2015

Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS. October 19, 2015 Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS October 19, 2015 The Morgan Hill Unified School District ( District ) has determined that contractors on future

More information

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 TESORO DRIVE SAN ANTONIO, TEXAS 78217

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 TESORO DRIVE SAN ANTONIO, TEXAS 78217 NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 TESORO DRIVE SAN ANTONIO, TEXAS 78217 Requests for Competitive Sealed Proposals will be received in the Office of the Executive Director of Procurement & ecommerce

More information

REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL

REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL ISSUED: JUNE 21, 2016 PROPOSALS DUE: AUGUST 22, 2016 CITY OF RIVERSIDE

More information

TABLE OF CONTENTS. Prefacej... 1

TABLE OF CONTENTS. Prefacej... 1 TABLE OF CONTENTS Prefacej... 1 How Can I Receive Copies Of Solicitations?j... 2 Bidder s List... 2 Vendor Registration System... 2 Public Notice/Advertisement... 3 Posting... 3 Internet... 3 Pre-Bid Conferences...

More information

CULVER CITY UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS. May 21, 2015

CULVER CITY UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS. May 21, 2015 I. BACKGROUND AND OVERVIEW PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS May 21, 2015 The Culver City Unified School District ( District ), is prequalifying contractors to perform construction

More information

Bid closing date December 21, 2013

Bid closing date December 21, 2013 REQUEST FOR PROPOSAL FOR DATA CENTRE FACILITIES MANAGEMENT SERVICES XYZ DATA CENTRE Kotakinabalu Bid closing date December 21, 2013 Failure to meet the following requirements will invalidate your bid submission

More information

Price quotes must be received no later than October 16, 2015 at 3:00 p.m. at the above address.

Price quotes must be received no later than October 16, 2015 at 3:00 p.m. at the above address. Request for Price Quotes For the provision of technical writing for the delivery of a policy and procedural manual for the Dutchess County Workforce Investment Board Issue Date September 24, 2015 Deadline

More information

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS Contracting for Independent Contractor services with the University of Utah may require completion of the following: Employee/Independent

More information

211 CMR 123.00: DIRECT PAYMENT OF MOTOR VEHICLE COLLISION AND COMPREHENSIVE COVERAGE CLAIMS AND REFERRAL REPAIR SHOP PROGRAMS

211 CMR 123.00: DIRECT PAYMENT OF MOTOR VEHICLE COLLISION AND COMPREHENSIVE COVERAGE CLAIMS AND REFERRAL REPAIR SHOP PROGRAMS 211 CMR 123.00: DIRECT PAYMENT OF MOTOR VEHICLE COLLISION AND COMPREHENSIVE COVERAGE CLAIMS AND REFERRAL REPAIR SHOP PROGRAMS Section 123.01: Authority 123.02: Purpose and Scope 123.03: Definitions 123.04:

More information

Submittal Guidelines RFQ 16-004 Building 230 Remodel

Submittal Guidelines RFQ 16-004 Building 230 Remodel Submittal Guidelines RFQ 16-004 Building 230 Remodel Instructions: Please provide six (6) hard copies and one electronic version. Architectural/Professional Services Number each page consecutively, including

More information

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE This Agreement is made as of, 20 (the Effective Date ), by and

More information

THIS AGREEMENT is made effective as of this day of in the year of.

THIS AGREEMENT is made effective as of this day of in the year of. STANDARD FORM OF CONSTRUCTION MANAGEMENT AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER (Where the basis of payment is Cost of the Work with a guaranteed maximum price) THIS AGREEMENT is made effective

More information

REQUEST FOR QUALIFICATIONS: Professional Engineering Services For Water Treatment Plant Filter Replacement or Rehab

REQUEST FOR QUALIFICATIONS: Professional Engineering Services For Water Treatment Plant Filter Replacement or Rehab Department of Utilities 504 N. Queen Street Palestine, Texas 75801 (903)731-8423 Fax (903)723-2953 REQUEST FOR QUALIFICATIONS: Professional Engineering Services For Water Treatment Plant Filter Replacement

More information

REQUEST FOR PROPOSALS FOR TELEPHONE SERVICES FOR CUMBERLAND COUNTY GOVERNMENT

REQUEST FOR PROPOSALS FOR TELEPHONE SERVICES FOR CUMBERLAND COUNTY GOVERNMENT REQUEST FOR PROPOSALS FOR TELEPHONE SERVICES FOR CUMBERLAND COUNTY GOVERNMENT The County of Cumberland, a county of the fourth class, is accepting proposals from qualified firms to provide telephone services

More information

SAN BERNARDINO MOUNTAINS COMMUNITY HEALTHCARE DISTRICT

SAN BERNARDINO MOUNTAINS COMMUNITY HEALTHCARE DISTRICT SAN BERNARDINO MOUNTAINS COMMUNITY HEALTHCARE DISTRICT CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE 1 PRE-QUALIFICATION QUESTIONNAIRE 000 CONTACT INFORMATION Firm Name: Check One: Corporation (as it appears

More information

REQUEST FOR PROPOSALS (RFP) - Construction Management Services. Germantown School District Office

REQUEST FOR PROPOSALS (RFP) - Construction Management Services. Germantown School District Office REQUEST FOR PROPOSALS (RFP) - Construction Management Services From: Germantown School District Project: Germantown School District Addition & Renovations to Rockfield Elementary School N132 W18473 Rockfield

More information

CHAPTER 11 APPEALS AND DISPUTES

CHAPTER 11 APPEALS AND DISPUTES CHAPTER 11 APPEALS AND DISPUTES In this Chapter look for... 11. General 11.1 Deleted 11.2 Administrative Appeals 11.3 Disputes 11.4 Alternative Dispute Resolution (ADR) 11. General. The Virginia Public

More information

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1 388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation

More information

AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave.

AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave. Date: 03/07/2014 RFP # 2014-6 Request for Proposal for: Paper Shredding / Document Destruction Services AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott

More information

TOWN OF WEST NEW YORK

TOWN OF WEST NEW YORK TOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY Qualification Period January 1, 2013 December 31, 2013 SUBMISSION DEADLINE 3:00 P.M. November 27, 2012 ADDRESS

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL General Insurance Brokerage Services Date of Issue: December 6, 2012 Closing Location:Prince Rupert, B.C. Mail or courier: Dan Rodin Chief Financial Officer City of Prince Rupert 424-3

More information

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 For PROJECT : Renovation and Repair of Atlanta Jewish Academy

More information

Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation

Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation Purpose The purpose of this Request for Proposal (RFP) is to invite prospective vendors to submit a proposal to supply

More information

Issue Date: May 6, 2014

Issue Date: May 6, 2014 Issue Date: May 6, 2014 Tallahassee Community College Attn: Bobby Hinson, Purchasing Manager TCC Purchasing Department Hinson Administration Building 444 Appleyard Drive Tallahassee, Florida 32304-2895

More information

REQUEST FOR STATEMENT OF INTEREST AND QUALIFICATIONS (SOIQ) FOR ARCHITECTURAL SERVICES Provo City School District

REQUEST FOR STATEMENT OF INTEREST AND QUALIFICATIONS (SOIQ) FOR ARCHITECTURAL SERVICES Provo City School District Introduction: REQUEST FOR STATEMENT OF INTEREST AND QUALIFICATIONS (SOIQ) FOR ARCHITECTURAL SERVICES Provo City School District Pursuant to Utah Code Ann. 63G-6-701, it is the policy of the Provo City

More information

IOWA LOTTERY AUTHORITY BID 16-03 Security Assessment Services

IOWA LOTTERY AUTHORITY BID 16-03 Security Assessment Services IOWA LOTTERY AUTHORITY BID 16-03 Security Assessment Services SECTION 1. OVERVIEW AND BID PROCEDURES. 1.0 Introduction and Background. The purpose of this Request for Bid is to solicit proposals from qualified

More information

Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal.

Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal. REQUEST FOR PROPOSAL Park Hill School District 7703 NW Barry Road Kansas City, MO 64153 ------------------------------------------------------------------- Independent Financial Advisor District Bond Issues

More information

BETHEL SCHOOL DISTRICT 52 REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND ENGINEERING SERVICES Issue Date: January 8, 2013

BETHEL SCHOOL DISTRICT 52 REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND ENGINEERING SERVICES Issue Date: January 8, 2013 BETHEL SCHOOL DISTRICT 52 REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND ENGINEERING SERVICES Issue Date: January 8, 2013 A. INVITATION: Bethel School District 52 is seeking Proposals from Registered Architects

More information