Market Analysis and Economic Development Strategy for Downtown Centreville

Size: px
Start display at page:

Download "Market Analysis and Economic Development Strategy for Downtown Centreville"

Transcription

1 TOWN OF CENTREVILLE Queen Anne s County, Maryland Market Analysis and Economic Development Strategy for Downtown Centreville REQUEST FOR PROPOSAL Documents Available: September 3, 3 p.m. Proposal Due: September 26, 4 p.m. Location: Centreville Town Hall 101 Lawyers Row Centreville, MD CONTACT: Carol D Agostino, Main Street Manager (410) , ext. 17 or by mainstreet@townofcentreville.org Town Hall 101 Lawyers Row Centreville, MD

2 Proposal Package Contents COVER PAGE Page 1 RFP PACKAGE CONTENTS Page 2 REQUEST FOR PROPOSALS Page 3 STANDARD PROPOSAL FORMS Pages 4-8 GENERAL SPECIFICATIONS Pages 9-10 INFORMATION TO CONSULTANTS Pages

3 Town of Centreville Request for Proposals Market Analysis and Economic Development Strategy for Downtown Centreville The Town of Centreville (TOWN) is accepting sealed proposals from qualified and interested consultants for the following project: Market Analysis and Economic Development Strategy. Centreville Main Street has been awarded a $12,730 grant from the Maryland Department of Housing and Community Development to conduct market studies and develop an implementation plan for its eight-block Main Street area in its central business district. The resulting work will serve as the foundation for the economic revitalization work of its nearly two-year-old Main Street program. Proposals must be received at Town Hall by September 26, 2014 by 4 p.m. at which time they will be publicly opened and read aloud. No pre-proposal meeting will be held Proposal packages will be available September 3, 3 p.m. at the Town Hall, Town of Centreville, 101 Lawyers Row, Centreville Maryland Telephone , or found as a download in.pdf form on the Town's website: Please notify the Town, by phone or , of your interest if you download this RFP so we can notify you of any addenda or schedule adjustments that may arise. The TOWN reserves the right to reject any and all proposals, to waive any requirements and to accept all or part of any proposal considered to be in the best interest of the Town. Award of the contract is subject to the approval of the Town Manager and Town Council of Centreville. Carol D Agostino, Main Street Manager, will be the contact for this bid process, and she may be reached at , ext. 17, or by at mainstreet@townofcentreville.org. The Town of Centreville is an Equal Opportunity Employer. Discrimination based on age, race, sex, handicap or national origin is expressly prohibited. 3

4 STANDARD PROPOSAL FORMS To: Carol D Agostino, Main Street Manager for Town of Centreville We hereby submit for your review the following proposal as requested by the Request for Proposals. This Proposal Form includes and incorporates all information and specifications as required by the PROPOSAL DOCUMENTS, as described in Information to Consultants, the same as if specifically written herein Market Analysis and Economic Development Strategy PROPOSAL AMOUNT Use Only Form on Page 5 for this item CONSULTANT: AGENT: FIRM: ADDRESS: PHONE: SUBMITTED BY: (Signature of Authorized Agent) (Title) THIS DAY OF, ATTEST: ACCEPTED: _ D. Steven Walls, Town Manager 4

5 PROPOSAL FORM BASE PROPOSAL The Consultant is responsible for reviewing any and all attachments and to be fully familiar with the goals and objectives outlined in the RFP. Work items outlined below are provided as a guide, any omissions on the part of the consultant are not to be processed as Change Orders. (See General Specifications for greater detail). The Town has the right to add or delete project items. 1. Market Analysis and Economic Development Strategy $ Work to include: a demand side analysis of retail potential and a supply side analysis (or similar project) to study rental rates and availability throughout the Town, a sales and retail leakage analysis (or similar project), and a prioritized action plan that identifies the downtown s marketable strengths, issues affecting the Town s economic development future and obstacles to development, as well as recommendations, goals, tasks, and time lines, and priorities for plan implementation for Centreville s downtown. TOTAL BASE BID: Numbers: $ Price In Words: To assist in evaluating qualifications, please provide up to three references for projects similar to this one including name, contact information, project location, as well as other project details if desired. Special consideration will be given to bidders have extensive experience in small town planning especially in bedroom communities as well as in branding, historic preservation, and in creating successful economic development strategies, and work demonstrating an understanding of the Town's needs, goals, and objectives. 5

6 AFFIDAVIT OF QUALIFICATION TO BID I hereby affirm that 1. I am the (Title) and the duly authorized representative of the Company of (Name of Corporation) whose address is and that I possess the legal authority to make this affidavit on behalf of myself and the firm for which I am acting. 2. Except as described in paragraph 3 below, neither I nor the above firm, nor to the best of my knowledge, any of its officers, directors, or partners, or any of its employees directly involved in obtaining contracts with the State or any county, bi-county or multi-county agency, or subdivision of the State have been convicted of, or have pleaded nolo contendre to a charge of, or have during the course of an official investigation or other proceeding admitted in writing or under oath acts or omissions which constitute bribery, attempted bribery, or conspiracy to bribe under the provisions of Article 27 of the Annotated Code of Maryland or under the laws of any state or the federal government (conduct prior to July 1, 1977 is not required to be reported). 3. (State none or, as appropriate, list any conviction, plea, or admission described in paragraph 2 above, with the date, court, position with the firm, and the sentence or disposition, if any). I acknowledge that this affidavit is to be furnished to The Town Council of Centreville, the Town Attorney, and where appropriate, the Attorney General under Section 16D of Article 78A of the Annotated Code of Maryland. I acknowledge that, if the representations set forth in this affidavit are not true and correct, The Town Council of Centreville may terminate any contract awarded and take any other appropriate action. I further acknowledge that I am executing this affidavit in compliance with Section 16D of Article 78A of the Annotated Code of Maryland, which provides that certain persons who have been convicted of or have admitted to bribery, attempted bribery, or conspiracy to bribe may be disqualified, either by operation of law or after a hearing, from entering into contracts with the State or any of its agencies or subdivisions. I do solemnly declare and affirm under the penalties of perjury that the contents of this affidavit are true and correct. (Signature) (Date). NON-COLLUSION CERTIFICATE I HEREBY CERTIFY I am the (Title) and the duly authorized representative of the firm of whose address is 6

7 AND THAT NEITHER I nor, to the best of my knowledge, information and belief, the above firm or any of its other representatives I here represent have: (a) (b) Agreed, conspired, connived or colluded to produce a deceptive show of competition in the compilation of the bid or offer being submitted herewith; Not in any manner, directly or indirectly, entered into any agreement, participated in any collusion to fix the bid price or price proposal of the bidder or offer or herein or any competitor, or otherwise taken into action in restraint of free competitive bidding in connection with the Contract for which the within bid or offer is submitted. In making this affidavit, I represent that I have personal knowledge of the matters and facts herein stated. (Signature) (Date) (Printed or Typed Name) 7

8 SIGNATURE FORM Name of CONSULTANT: Signature of Authorized Person: Title of Authorized Person: Street Name & Number: City, State, Zip Code: Telephone Number: Date: Consultant's Federal Employers Identification No.: Consultant's Professional License or Affiliations No.: Expiration Date: Proposed Sub-consultants / Subcontractors Portion of Work to Be Performed 8

9 TOWN OF CENTREVILLE Market Analysis and Economic Development Strategy GENERAL SPECIFICATIONS 1. GENERAL REQUIREMENT: A. It is the intent and purpose of the specifications to provide for the timely delivery of the Town of Centreville Utility Rate Study meeting the full requirements of the Scope of Work detailed below B. Town of Centreville reserves the right to determine acceptability of any bid according to the contract documents. 2. BACKGROUND: Located in the heart of Queen Anne s County on the Eastern Shore, Centreville is the county seat. Once boasting a bustling downtown filled with sustainable family-owned small retail and service businesses, Centreville like many other small towns across the country, experienced downtown decline when commercial centers and shopping malls developed on the outskirts, and highway systems like US Route 50 made Centreville a pass-through, rather than a destination. Centreville s population, now 4,285 has more than doubled in the past decade. The town has become a popular bedroom community for commuters to metropolitan Washington, D.C., and Baltimore City. In fact according to USA City Facts, 56 percent of Centreville s residents commute a minimum of 25 minutes with 41 percent commuting more than 45 minutes. This dynamic shift in the day time weekday population results in the county court house, local government offices and the school system as being the largest employers supporting downtown businesses. Centreville s small town charm and rural lifestyle has also made it a popular retirement destination. This retirement demographic also has wants and needs that do not necessarily match with the regular day time population demographic. The town and its surroundings, as one of the State s Smart Growth Priority Funding Areas (PFAs) now known as Priority Places, is the primary area for future growth in the watershed, lies at the heart of the Corsica River Watershed. Centreville is situated in the center of Queen Anne's County and is geographically positioned in the middle of Maryland's Eastern Shore. Its physical location, its designation as an established future growth area and its physical beauty and quality of life attributes provide strong potential for entrepreneurs and those interested in starting businesses. However, the challenges of high rents threaten sustainability, and require thoughtful planning that can only be derived through thorough data collection and market analysis. 3. SCOPE OF WORK: The projects executed by the selected vendor should address two key challenges facing Centreville s downtown area: A. Revolving vacant store fronts downtown: For more than five years the downtown has been plagued with multiple storefronts that either stand vacant or in the case of premium locations go through a cycle of filling and then becoming vacant within the span of six to 18 months. These businesses are opened by well-intended small business people who may have a good idea, but cannot sustain a business given the challenges of a bedroom community and the mismatch between commercial rental costs and affordability. 9

10 B. Lack of a business recruitment strategic plan or guiding principles to direct sustainable business development: The town has thoughtfully conducted ancillary studies such as a parking study for its Central Business District, a Community Plan for long-term growth, and secured geodemographic market segmentation system data (Esri Data). However, Centreville has not undergone an in-depth market analysis. As a result the town has no means to evaluate the possible viability of businesses interested in coming to town or the ability to accurately identify businesses that it should be recruiting. Instead what exists is a mismatch between what residents say they want and what may be sustainable as well as an imbalance between leasing costs and what businesses can afford. 4. OBJECTIVES The objectives of the project are to: A. Understand the commercial property structure. The deliverable will be a demand side analysis of retail potential and a supply side analysis (or similar projects) to study rental rates and availability throughout the Town. This study would help the Town understand the mismatch between what property owners are charging downtown and what potential sustainable businesses can afford. In addition, a better understanding of the challenges of startups would help the Town design incentives, policies, and other resources to better support potential future business. B. Conduct a market study that will evaluate retail sales potential in Centreville. The deliverable will be a sales and retail leakage analysis (or similar projects). Measuring the dollars being spent elsewhere can help us better understand the community s retail sector as well as identify where opportunities exist for future business development as well as what resources or infrastructure are needed to support the opportunities such as incentives and amentities. C. Use this data to generate an economic development implementation plan. The deliverable would be a prioritized action plan that identifies the downtown s marketable strengths, issues affecting the Town s economic development future and obstacles to development, as well as recommendations, goals, tasks, and time lines, and priorities for plan implementation for Centreville s downtown. The goal of the implementation plan is to serve as a map or guiding document to engage stakeholders in tasks and accountability as well as define existing and potential funding sources for execution. This plan will serve as the basis for setting priorities for the Centreville Main Street program. 5. SCHEDULE Work under this contract shall begin upon the Town issuing a notice to proceed. Centreville Main Street would like to hire a consulting firm and begin work no later than October 3, All work on the contract must be completed by May 15, 2015.The Town reserves the right to expand the scope of services, as appropriate, after negotiating with the successful bidder for the additional services. Changes in negotiated scope may also result in changes in the schedule, if mutually agreeable to the Town and the Consultant. 6. PAYMENTS Payments for work completed under this contract shall be made on a monthly basis and shall be subject to approval of the Town Manager. Payments shall be based on invoices provided by the consultant covering work completed in the prior month. Payments shall be made to the consultant within 30 days of receipt of invoice, subject to the approval of the Town Manager. 10

11 7. INTERPRETATION OF CONTRACTUAL PROVISIONS: In the event that there is a discrepancy in the contract documents between the special provisions, general specifications, and information to bidders, the following order of priority will be used to resolve the conflict: 1) General Specifications 2) Information to Bidders In the event of a disagreement as to the interpretation of application of this contract, an arbitration board shall be set up to arbitrate and resolve any disagreement and/or help interpret the provisions. The board shall have one person appointed by the Town, one person appointed by the vendor, and a third person to be selected by the two previously named. The ruling of any two members of the arbitration to board will be binding on both parties. 11

12 INFORMATION TO CONSULTANTS SECTION GENERAL 1 CHANGES TO PROPOSAL DOCUMENTS 2 PROPOSAL INSTRUCTIONS 3 PROPOSAL OPENING 4 PROPOSAL PROCEDURE 5 OMISSION OF SPECIFICATIONS 6 PROPOSAL FORMS 7 PROPOSAL SECURITY 8 DELIVERY 9 WAIVER OF TECHNICALITIES 10 CONTRACT AWARD 11 TAX EXEMPTION 12 BASIS OF AWARD 13 MODIFICATION OR WITHDRAWAL OF PROPOSALS 14 VENDORS ABILITY 15 PAYMENT TERMS 16 PERFORMANCE BOND 17 SUBSTITUTIONS 18 ADDENDA 19 ALTERNATE 20 PROPOSAL DOCUMENTS 21 BUDGET FUNDING 22 PURCHASE ORDER 23 TRADE AND BRAND NAMES 24 12

13 FEDERAL ASSISTANCE 25 WARRANTY 26 EQUAL OPPORTUNITY EMPLOYMENT 27 RESERVATION 28 DELIVERY SCHEDULE 29 PRODUCT LITERATURE 30 EXCEPTIONS TO PROPOSAL SPECIFICATIONS 31 DELIVERABLES 32 SPECIAL CONDITIONS 33 13

14 INFORMATION TO THE CONSULTANT SECTION 1. GENERAL The Town Council of Centreville is accepting Sealed Proposals for the work described in the specifications above. SECTION 2. CHANGES TO PROPOSAL DOCUMENTS Changes to the PROPOSAL DOCUMENTS shall be made only in writing and copies will be mailed to all known perspective bidders. The Town Council assumes no responsibility for verbal instructions or interpretations. The PROPOSAL DOCUMENTS contain the provisions required for the PROPOSAL. Information obtained from an officer, agent, or employee of the TOWN or any other person shall not affect the risks or obligations assumed by the CONSULTANT or relieve him from fulfilling any of the conditions of the contract. SECTION 3. PROPOSAL INSTRUCTIONS The proposal shall be in the following format: a. Letter of introduction (two page maximum) b. Project Team. List proposed project team members, by name and position, the function each person will perform, and the percent of time each will spend on the project. Provide resumes for each proposed team member, including past experience of each team member related to this project. c. Approach. Describe the firm s approach to the Scope of Work described in this RFP. Describe what type of information will be required from Town Staff. d. Experience. Describe the relevant experience of the firm. e. Time Frame/Schedule for Completion of the Project. Provide a schedule for completion of the project. List major benchmarks/accomplishments. f. Rates. Provide a not-to-exceed contract amount for the project. Proposal amount shall include all out-of-pocket costs such as travel costs and other expenses associated with this RFP. g. References. Provide at least three references of individuals and/or jurisdictions with whom the applicant has worked; provide a contact name, firm name, address, telephone, fax, and addresses. References from incorporated small town jurisdictions are encouraged as well as those from adjacent jurisdictions. h. Other Information. Include any topics not covered in the Request for Proposal that you wish to disclose to the Town that further describes your firm s level of qualifications as a Consultant. 14

15 SECTION 4. PROPOSAL OPENINGS All proposals must be received at Town Hall no later than Friday, September 26 at 4:00 p.m., at which time they will be publicly opened and read aloud. Proposals will be accepted by , U.S. mail or delivery service. If delivery is by courier or delivery service please note that Town Hall closes at 4:30 p.m. Proposals will not be accepted with incomplete information as noted under proposal requirements. Consultants are advised that the work is to be accomplished on a lump sum basis and all work required shall meet the specifications herein. Each Proposal must be submitted in a sealed envelope and must be plainly marked on the outside as: Town of Centreville Market Analysis and Economic Development Strategy The envelope should bear on the outside the name of the submitting Consultant and his or her address. If forwarded by mail, the sealed envelope containing the Proposal must be enclosed in another envelope addressed to Carol D Agostino, Main Street Manager, at The Town of Centreville,101 Lawyers Row, Centreville, MD, Any Proposal received after the time and date specified shall not be considered. All PROPOSALS must be made on the required PROPOSAL SUBMITTAL FORM. All blank spaces for PROPOSAL prices must be filled in, in ink or typewritten, and the PROPOSAL SUBMITTAL FORM must be fully completed and executed when submitted. One copy of the PROPOSAL form is required. The TOWN may waive any informalities or minor defects or reject any and all PROPOSALS. Any PROPOSAL may be withdrawn prior to the above scheduled time for the opening of PROPOSALS or authorized postponement thereof. No CONSULTANT may withdraw a PROPOSAL within 60 days after the actual date of the opening thereof. Should there be reasons why the contract cannot be awarded within the specified period; the time may be extended by mutual agreement between the TOWN and the PROPOSING CONSULTANT. SECTION 5. PROPOSAL PROCEDURE The TOWN reserves the right to reject any or all Proposals, including without limitation, nonconforming, nonresponsive, unbalanced, or conditional Proposals. TOWN further reserves the right to reject the Proposal of any Consultant whom it finds, after reasonable inquiry and evaluation, to not be responsible. The TOWN may also reject the Proposal of any Consultant if the TOWN believes that it would not be in the best interest of the Project to make an award to that Consultant. The TOWN also reserves the right to waive all informalities not involving price, time, or changes in the Work and to negotiate contract terms with the Successful Consultant. More than one Proposal for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Consultant has an interest in more than one Proposal for the Work may be cause for disqualification of that Consultant and the rejection of all Proposals in which that Consultant has an interest. 15

16 In evaluating Proposals, the TOWN will consider whether or not the Proposals comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Proposal Form or prior to the Notice of Award. In evaluating Consultants, the TOWN will consider the qualifications of Consultants and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors, Suppliers, and other individuals or entities must be submitted as provided in the Supplementary Conditions. The TOWN may conduct such investigations as the TOWN deems necessary to establish the responsibility, qualifications, and financial ability of Consultants, proposed Subcontractors, Suppliers, individuals, or entities proposed for those portions of the Work in accordance with the Contract Documents. If the Contract is to be awarded, The TOWN will award the Contract to the Consultant whose Proposal is in the best interests of the Project. SECTION 6. OMISSION OF SPECIFICATIONS The omission by the TOWN of any specifications or details of any specification, which would normally apply to the products of service herein stated, shall not relieve the Consultant from fulfilling those required specifications needed to provide an end product, service or workmanship best suited to the intended purpose as specified. SECTION 7 PROPOSAL FORMS All Proposals must be made on the attached Standard Proposal Forms. All blank spaces for the bid prices must be filled in, in ink or typewritten, and the bid form must be fully completed and executed when submitted. Only one copy of the proposal form is required. A conditional or qualified proposal will not be acceptable. The base price on the proposal form shall be the total cost of the item(s) being bid in accordance with the Request for Proposals and specifications in the proposal documents. Alternates shall only be used to reflect increases or decreases in the base proposal price. Only those alternates which are specifically requested by the TOWN will warrant consideration. SECTION 8. BID SECURITY (NONE REQUIRED FOR THIS CONTRACT) SECTION 9. DELIVERY Not applicable 16

17 SECTION 10. WAIVER OF TECHNICALITIES The Town Council of Centreville reserves the right to waive informalities or technicalities in bids acting on behalf of the best interest of Town of Centreville. SECTION 11. CONTRACT AWARD It is the intent of the Town Council of Centreville to award a contract using the criteria provided herein within 10 calendar days following the bid opening. Acceptance of a proposal and award of the contract is subject to the approval of the Town Council and the Town Manager. The Town Council reserves the right to reject any and/or all proposals. SECTION 12. TAX EXEMPTION The Town of Centreville is exempt from paying all Federal, State and Local Excise Tax. SECTION 13. BASIS OF AWARD Bids will be ranked based on qualifications and cost. The TOWN shall select the award-winning CONSULTANT based on this ranking and reflect the best interests of the Town. The CONSULTANT will sign an Agreement with the TOWN within 10 days of the award. Should the TOWN not execute the Agreement within such period, the CONSULTANT may, upon written notice, withdraw his signed Agreement. Such notice of withdrawal shall be effective upon receipt of the notice by the TOWN. The NOTICE TO PROCEED shall be issued within ten (10) days of the execution of the Agreement by the TOWN. Should there be reason why the NOTICE TO PROCEED cannot be issued within such period; the time may be extended by mutual agreement between the TOWN and the CONSULTANT. If the NOTICE TO PROCEED has not been issued with the ten (10) day period or within the period mutually agreed upon, the CONSULTANT may terminate the Agreement without further liability on the part of either party. SECTION 14. MODIFICATION OR WITHDRAWAL OF PROPOSALS 1. Pre-Opening Modification or Withdrawal of Proposals a) Procedure - Proposals may be modified or withdrawn by written notice received by the Town Manager before the time and date set for proposal opening. b) Disposition of Bid Bond - If a Bid is withdrawn in accordance with this regulation, the Bid Bond, if any, shall be returned to the bidder. (Not Applicable) 2. Late Proposals, Late Withdrawals and Late Modifications 17

18 a) Policy - Any Proposal, request for Withdrawal, or request for Modification received at the place designated in the invitation for bids after the time and date set for receipt and opening of proposals is late. b) Treatment - A Late Proposal may not be considered under any circumstances and will be mailed to the Consultant's last known address unopened. Late Modifications and Late Withdrawals may be considered by the Town Council and allowed if in the best interest of the Town SECTION 15. VENDORS ABILITY The TOWN may make such investigations as he deems necessary to determine the ability of the CONSULTANT to perform the work, and the CONSULTANT shall furnish the TOWN all such information and data deemed necessary by owner for this purpose. SECTION 16. PAYMENT TERMS Payment will be made for properly approved invoices for work performed in accordance with these specifications. SECTION 17. PERFORMANCE BOND (NONE REQUIRED FOR THIS RFP) SECTION 18 SUBSTITUTIONS (Not Applicable) SECTION 19. ADDENDA Please notify the Town, by phone or , of your interest if you download this RFP so we can notify you of any addenda or schedule adjustments that may arise. Addenda will be faxed and/or mailed or delivered to all vendors who are known to have received a complete set of bidding documents. Copies of Addenda will be made available for inspection wherever Proposal Documents are on file for that purpose. No Addenda will be issued later than two (2) working days prior to the posted date for receipt of proposals except an Addendum withdrawing the request for bids or one which includes postponement or extension of the date for receipt of proposals. SECTION 20. ALTERNATES An alternate is a dollar amount to be added to or subtracted from the base proposal price. The Town Council may request alternate prices to compare various options that may be in their best interest. The Town shall have the right to accept Alternates in any order or combination, and to determine the low bidder on the basis of the Base Proposal Price and Alternates accepted. 18

19 SECTION 21. PROPOSAL DOCUMENTS The Proposal Documents shall include the Request for Proposal, Standard Proposal Forms, Specifications, Information to Consultants, Proposal Envelope and Addenda and/or any other documents which are clearly intended to be a part of this contract. SECTION 22. BUDGET FUNDING Centreville Main Street has been awarded a $12,730 grant from the Maryland Department of Housing and Community Development for this project. SECTION 23. PURCHASE ORDER (Not Applicable) SECTION 24. TRADE, TRADEMARK, AND BRAND NAMES Except as provided for in Section 31 below, the use of or references to any trade or brand or trademark names in this bid package shall be solely for the purpose of establishing a standard, and shall in no ways imply that other trade and brand names will not be acceptable. SECTION 25. FEDERAL ASSISTANCE Town of Centreville shall comply with Title VI of the Civil Rights Act of 1964 which provides that no person shall be denied on the grounds of race, color or natural origin, be excluded from, be denied the benefits of, or discriminated against under any program or activity receiving Federal financial assistance. SECTION 26. WARRANTY (Not Applicable) SECTION 27. EQUAL OPPORTUNITY EMPLOYMENT Consultants shall not discriminate against any employee or applicant for employment because of sex, race, creed, color, national origin, or age. The bidder affirms this by submission of the bid form. 19

20 SECTION 28. RESERVATION The Town Council of Centreville reserves the right to increase or decrease quantities and/or projects at their discretion. (Not Applicable) SECTION 29. DELIVERY SCHEDULE The Bidder is required to state on the Standard Bidding Form their most accurate date of delivery. SECTION 30. PRODUCT LITERATURE Any product literature regarding the appearance, layout, materials, manufacture, and installation may be appended to the Consultant's Proposal package to enhance clarity. (Not Applicable) SECTION 31. EXCEPTIONS TO PROJECT SPECIFICATIONS Any Consultant taking an exception to requested specifications must make these exceptions, clear and in writing, on the specification proposal forms. Additional information regarding exceptions can be attached to the sealed proposal. However, this section is not to be construed that Town of Centreville is obligating themselves to accept anything other than the Specifications requested elsewhere in this Proposal. SECTION 32. DELIVERABLES Consultant shall provide full documentation in writing of the complete project deliverables and it should be documented in a concise public friendly report that clearly outlines the analysis, key assumptions, findings, conclusions and study recommendations. The Town requires 10 printed copies of the final report and a CD-ROM of same to be made available prior to the Council meeting to hear and accept the final presentation. SECTION 33. SPECIAL CONDITIONS (None) 20

REQUEST FOR PROPOSAL Procurement of Landscaping Services

REQUEST FOR PROPOSAL Procurement of Landscaping Services City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Procurement of Landscaping Services Issue Date: Thursday February 27, 2014 Bid Number: 14-012

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

OSWEGO COUNTY PURCHASING DEPARTMENT

OSWEGO COUNTY PURCHASING DEPARTMENT Bid #38-14 VOIP Municipal Lease OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 Email: dstevens@oswegocounty.com

More information

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule

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

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

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM 200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM

More information

Request for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015

Request for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015 Request for Proposal Internet Access Satilla Regional Libraries Erate Funding Year July 1, 2014 through June 30, 2015 January 2013 Page 1 REQUEST FOR PROPOSAL Internet Access Satilla Regional Library The

More information

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552 ROCKDALE COUNTY, GEORGIA April 4, 2011 WINDOWS 2008/EXCHANGE 2010 UPGRADE REQUEST FOR BID #11-15 ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552

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

Air Conditioning Maintenance Services

Air Conditioning Maintenance Services Town of Lauderdale-By-The-Sea REQUEST FOR PROPOSAL No. 14-05-01 Air Conditioning Maintenance Services RFP OPENING: July 29, 2014 2:00P.M. Town Hall 4501 Ocean Drive Lauderdale-By-The-Sea, FL 33308 acs

More information

Borough of Jamesburg

Borough of Jamesburg Borough of Jamesburg Sale of Cellular Communications Tower Lease Bid Specifications Borough of Jamesburg 131 Perrineville Road Jamesburg, NJ 08831 July, 2012 Bid Opening August 16, 2012 11:00am Borough

More information

Invitation for Bid Sewer Repair Project

Invitation for Bid Sewer Repair Project Invitation for Bid Sewer Repair Project Section 1 History, Objective, Required Services, and Specifications Objective Repair/Replace a collapsing sewer line consisting of terra cotta clay and concrete.

More information

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

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

ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION

ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION Notice is hereby given that the Duckett Creek Sanitary District will receive sealed proposals at the Duckett

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

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS Issued: TABLE OF CONTENTS 1. Introduction...3 1.1 Purpose...3 1.2 Background...3 1.3 Scope of Work...3 1.4 Current Infrastructure...3

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

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

Actuarial Study on Post Employment Benefits Ref #12115RFPLC

Actuarial Study on Post Employment Benefits Ref #12115RFPLC Request for Proposals Actuarial Study on Post Employment Benefits Ref #12115RFPLC LUZERNE COUNTY PENNSYLVANIA DUE DATE February 6, 2015 at 3:00 p.m. Luzerne County Purchasing Department Attention: Mr.

More information

Robla School District

Robla School District Robla School District e-rate Y14 2011-2012 RFP 2011-02 CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS November 3, 2010 Robla School District 5248 Rose St. Sacramento, CA 95838 SUMMARY The Robla School

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

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No. MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.] THIS CONTRACT (the Contract ) is made as of the day

More information

Tax Credit Consultant

Tax Credit Consultant Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 Request for Proposals Tax Credit Consultant Proposals due by 2:00 PM on March 26,

More information

REQUEST FOR PROPOSALS: Internet Access Service. For: Peach County School District (BEN: 127431)

REQUEST FOR PROPOSALS: Internet Access Service. For: Peach County School District (BEN: 127431) REQUEST FOR PROPOSALS: Internet Access Service For: Peach County School District (BEN: 127431) Project Objectives: 1.0 Objective: Peach County Schools is seeking qualified responses for a managed 100.0

More information

REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015

REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015 REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT August 10, 2015 The City of Rome, Georgia is requesting proposals from qualified firms to provide Check Processing

More information

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE ) PROPOSAL DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVEBEVERLY HILLS, CALIFORNIA 90210(310) 285-2440 LEGAL NOTICE - PROPOSALS WANTED Sealed proposals are requested on the list

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

CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID

CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID ITB # 1002 ITEM: Storage Area Network Equipment, Installation & Support DEADLINE: Friday, February

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ARTICLE 1 PROPOSAL REQUIREMENTS AND CONDITIONS 1.1 Contract Documents The documents that comprise the Contract Documents are set forth in the Agreement and the definition of "Contract

More information

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING

More information

TOWN OF HARRISON PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT FOR THE PERIOD OF JANUARY 1, 2016 THROUGH DECEMBER 31, 2016

TOWN OF HARRISON PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT FOR THE PERIOD OF JANUARY 1, 2016 THROUGH DECEMBER 31, 2016 TOWN OF HARRISON PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT FOR THE PERIOD OF JANUARY 1, 2016 THROUGH DECEMBER 31, 2016 NOTICE IS HEREBY GIVEN that sealed submissions will be received

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

NOTICE TO PROFESSIONALS. The undersigned shall receive sealed proposals for professional services for the County of Warren as follows:

NOTICE TO PROFESSIONALS. The undersigned shall receive sealed proposals for professional services for the County of Warren as follows: JULIE A. PACYNA PURCHASING AGENT WARREN COUNTY PURCHASING DEPARTMENT 1340 STATE ROUTE 9 LAKE GEORGE, NY 12845 Telephone: (518) 761-6538 Fax: (518) 761-6395 JASON M. SHPUR DEPUTY PURCHASING AGENT NOTICE

More information

Request for Proposal (RFP) Occupational and Physical Therapy. Deadline for Submission: August 25, 2014

Request for Proposal (RFP) Occupational and Physical Therapy. Deadline for Submission: August 25, 2014 Department of Exceptional Learning Request for Proposal (RFP) Occupational and Physical Therapy Deadline for Submission: August 25, 2014 Notices to Companies/Firms Copies of RFP can be printed from our

More information

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

Retaining Wall Replacement at the Currituck County Veterans Memorial Park CONTRACT DOCUMENTS FOR Retaining Wall Replacement at the Currituck County Veterans Memorial Park Coinjock, NC May 24, 2016 NOTICE TO BIDDERS Bids will be received until 4:00 pm on June 17, 2016 at the

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

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

LUZERNE COUNTY ADVERTISEMENT PUBLISHED BY ORDER OF ROBERT C. LAWTON COUNTY MANAGER LUZERNE COUNTY DIVISION OF CORRECTIONS LUZERNE COUNTY PENNSYLVANIA

LUZERNE COUNTY ADVERTISEMENT PUBLISHED BY ORDER OF ROBERT C. LAWTON COUNTY MANAGER LUZERNE COUNTY DIVISION OF CORRECTIONS LUZERNE COUNTY PENNSYLVANIA LUZERNE COUNTY ADVERTISEMENT PUBLISHED BY ORDER OF ROBERT C. LAWTON COUNTY MANAGER Request for Proposal LUZERNE COUNTY DIVISION OF CORRECTIONS LUZERNE COUNTY PENNSYLVANIA For the period beginning January

More information

REQUEST FOR QUOTES (RFQ)

REQUEST FOR QUOTES (RFQ) REQUEST FOR QUOTES (RFQ) Lincoln County Public Works is requesting quotes (RFQ) through its Small Works Roster Process. Quotes are being requested for a project to replace the roof on the Crew Headquarters/Truck

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

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments COUNTY OF SARPY, NEBRASKA SPECIFICATIONS VOIP Phones For the Various County Departments PROPOSALS DUE: Thursday, 2:00 p.m., June 13, 2013 1 P age P:\VOIP Phones\RFP_VOIP.docx General Information Notice

More information

REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538

REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538 REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538 Proposals Due October 27, 2015 at 2:00 PM 1 P age TABLE

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

MASCONOMET REGIONAL SCHOOL DISTRICT Computers Invitation to Bid

MASCONOMET REGIONAL SCHOOL DISTRICT Computers Invitation to Bid Bid Title: Bid Release Date: Tuesday, July 21, 2015 Bid Opening: Tuesday, August 4 th, 2015 at 12 Noon Masconomet Regional School District, located in the town of Boxford, is issuing an ITB for. Copies

More information

City of Statesboro. Request for Qualifications: Life Insurance Brokerage Services

City of Statesboro. Request for Qualifications: Life Insurance Brokerage Services City of Statesboro Request for Qualifications: Life Insurance Brokerage Services The City of Statesboro is requesting sealed qualifications for the provision of life insurance brokerage services for a

More information

N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP")

N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS (RFP) N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP") January 7, 2016 N.I.C.E. Community School District A. Instructions REQUEST FOR PROPOSAL FOR PRELIMINARY

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 QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 REQUEST FOR QUOTATION Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 3:00 PM (EDST) on May 1, 2014,

More information

Company Name Bid Title Bid Number Date and Time of opening

Company Name Bid Title Bid Number Date and Time of opening FLOYD COUNTY BOARD OF COMMISSIONERS PURCHASING DEPARTMENT #12 East 4 th Ave. Ste. 106 ROME, GA 30161 (706) 291-5118 FAX (706) 290-6099 INFORMAL INVITATION TO BID Date Issued: 20 March 2014 Bids from suppliers

More information

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification Town of Durham Selectman s Office P.O. Box 428 Durham, CT 06422 Request for Qualification REQUEST FOR LETTERS OF QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL SERVICES Board of Selectmen Laura L. Francis

More information

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 19, 2016

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 19, 2016 REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS January 19, 2016 ONONDAGA COUNTY RESOURCE RECOVERY AGENCY 100 ELWOOD DAVIS ROAD NORTH SYRACUSE, NEW YORK

More information

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 REQUEST FOR QUOTATION Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 4:00 PM (EDST) on September 2,

More information

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS BID PACKAGE CITY OF BEVERLY HILLS INFORMATION TECHNOLOGY DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed proposals are requested on the list of materials,

More information

New York's Real Estate Law - Requirements For the District

New York's Real Estate Law - Requirements For the District DATE: NOVEMBER 13, 2012 REQUEST FOR PROPOSAL RFP NUMBER: RDP12-024 RFP NAME: PROPOSALS WILL BE RECEIVED UNTIL 11:00 A.M. NOVEMBER 30, 2012 Proposal documents can be downloaded from the Long Island Bid

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

Request For Proposal AlienVault SIEM Solution CONTRACT # 1069 08/20/2015 LATE PROPOSALS WILL NOT BE ACCEPTED

Request For Proposal AlienVault SIEM Solution CONTRACT # 1069 08/20/2015 LATE PROPOSALS WILL NOT BE ACCEPTED Request For Proposal AlienVault SIEM Solution CONTRACT # 1069 08/20/2015 LATE PROPOSALS WILL NOT BE ACCEPTED Table of Contents Page No. 1. General Provisions a. Scope of Services... 1 b. Qualifications

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

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT #2015-04 BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT #2015-04 BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT #2015-04 BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT JANUARY 2015 1 INVITATION TO BID Sealed Bids will be received

More information

Bidding Requirements, Contract Forms and Conditions of the Contract INSTRUCTIONS TO BIDDERS Section 00100

Bidding Requirements, Contract Forms and Conditions of the Contract INSTRUCTIONS TO BIDDERS Section 00100 1. Preparation of Bid Bidding Requirements, Contract Forms and Conditions of the Contract INSTRUCTIONS TO BIDDERS Section 00100 a. Bid Documents. Each Bidder must prepare its Bid in ink on forms furnished

More information

CITY OF TULSA FINANCE DEPARTMENT. PROFESSIONAL SERVICES FOR Loyalty Rewards Card Program

CITY OF TULSA FINANCE DEPARTMENT. PROFESSIONAL SERVICES FOR Loyalty Rewards Card Program CITY OF TULSA FINANCE DEPARTMENT REQUEST FOR PROPOSAL 12-615 PROFESSIONAL SERVICES FOR Loyalty Rewards Card Program NIGP CODE 918-26 Tulsa, OK 74103 Submit proposals to: Deputy City Clerk City of Tulsa

More information

THE RETIREMENT SYSTEMS OF ALABAMA

THE RETIREMENT SYSTEMS OF ALABAMA THE RETIREMENT SYSTEMS OF ALABAMA I N V I T A T I O N T O B I D For: F5 Networks BIG-IP Security Hardware and Software Agency Contact: Edward Davis (334) 517-7130 Invitation to Bid No.: 15-006 Mandatory

More information

How To Design An Affordable Housing Rehabilitation Project

How To Design An Affordable Housing Rehabilitation Project REQUEST FOR QUALIFICATIONS AFFORDABLE HOUSING ARCHITECTURAL SERVICES APPARTMENT REHABILITATION 205/207 5TH ST. HUNTINGDON, PA ISSUE DATE MARCH 5, 2014 RESPONSE DATE MARCH 25, 2014 PROJECT SITE VISIT MARCH

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

HACC Central Pennsylvania s Community College Harrisburg, PA. Request for Proposal RFP13-08. For. Integrated Marketing Communications Services

HACC Central Pennsylvania s Community College Harrisburg, PA. Request for Proposal RFP13-08. For. Integrated Marketing Communications Services HACC Central Pennsylvania s Community College Harrisburg, PA Request for Proposal RFP13-08 For Integrated Marketing Communications Services Issued: Feb. 22, 2013 Deadline for Questions: Response to Questions:

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

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

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND PHARMACY BENEFITS MANAGER BID PACKAGE All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint

More information

LEGAL NOTICE REQUEST FOR BID SEALED BID 13-089. For SQL MONITORING SOFTWARE RE-BID. For ST. CHARLES COUNTY GOVERNMENT ST.

LEGAL NOTICE REQUEST FOR BID SEALED BID 13-089. For SQL MONITORING SOFTWARE RE-BID. For ST. CHARLES COUNTY GOVERNMENT ST. LEGAL NOTICE REQUEST FOR BID SEALED BID 13-089 For SQL MONITORING SOFTWARE RE-BID For ST. CHARLES COUNTY GOVERNMENT ST. CHARLES, MSOURI St. Charles County is seeking bids for SQL MONITORING SOFTWARE RE-BID

More information

RFQ No. 4856B-0-2016/MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM

RFQ No. 4856B-0-2016/MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM REQUEST FOR QUOTATION City of Norfolk (Please include your company name and address below) Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM Mail or fax reply to: Office of the Purchasing Agent Attn:

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS LITTLE ROCK ADVERTISING & PROMOTION COMMISSION Physical Address: 426 West Markham Street Little Rock, Arkansas 72201 Mailing Address: P.O. Box 3232 Little Rock, Arkansas 72203 REQUEST FOR QUALIFICATIONS

More information

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND MEDICAL INSURANCE CARRIER CLAIM AUDIT All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint

More information

Request for Proposals

Request for Proposals City of Sonora Request for Proposals City of Sonora Microenterprise Technical Assistance Program Lead Technical Assistance Consultant City of Sonora Community Development Department 94 N. Washington Street

More information

CITY OF POMONA. Request for Qualifications and Proposals. For

CITY OF POMONA. Request for Qualifications and Proposals. For CITY OF POMONA Request for Qualifications and Proposals For One-Time Assignment of Rights to Wireless Telecommunication Facilities, and Related Access Easements (Cell Tower Leases) Purchasing Specification

More information

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642 COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP Issue Date: August 22, 2008 RFP #: 1642 Title: Applicant Tracking Software Classification Code: 20851 Issuing Agency: Using Agency And/Or Location Where

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS THE CITY OF ARDMORE FEDERAL ID # 736005072 Sealed proposals will be received by the City of Ardmore, Oklahoma hereinafter referred as the City, for a qualified Contractor(s) to furnish

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

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES The City of Novi will receive sealed proposals for Consultant - Architectural Façade Services according to the

More information

DUE DATE: August 23, 2011-2:00 p.m.

DUE DATE: August 23, 2011-2:00 p.m. REQUEST FOR PROPOSALS CREDIT CARD MERCHANT SERVICES RFP 11-08 DUE DATE: August 23, 2011-2:00 p.m. CITY OF LEAGUE CITY 300 W Walker League City, TX 77573 281-554-1001 www.leaguecity.com 1 TERMS AND CONDITIONS

More information

Center Unified School District

Center Unified School District 8408 Watt Ave., Antelope, CA 95843 916-338-6337 / Fax 916-338-6339 BOARD OF TRUSTEES Gary Blenner Raymond F. Bender Matthew L. Friedman Libby Williams Donald E. Wilson SUPERINTENDENT Dr. Kevin Jolly, Ed.D

More information

Town of Guttenberg Hudson County, NJ Notice for R.F.Q. and R.F.P. (Request for Qualifications) (Request for Proposals)

Town of Guttenberg Hudson County, NJ Notice for R.F.Q. and R.F.P. (Request for Qualifications) (Request for Proposals) Town of Guttenberg Hudson County, NJ Notice for R.F.Q. and R.F.P. (Request for Qualifications) (Request for Proposals) Request for Qualifications/ Requests for Proposals will be received by the Town Clerk

More information

CITY OF URBANA, ILLINOIS REQUEST FOR QUOTE GENERAL TERMS, CONDITIONS AND SPECIFICATIONS FOR: ONE (1) ELECTRIC PASSENGER VEHICLE RFQ #1516-10

CITY OF URBANA, ILLINOIS REQUEST FOR QUOTE GENERAL TERMS, CONDITIONS AND SPECIFICATIONS FOR: ONE (1) ELECTRIC PASSENGER VEHICLE RFQ #1516-10 CITY OF URBANA, ILLINOIS REQUEST FOR QUOTE GENERAL TERMS, CONDITIONS AND SPECIFICATIONS FOR: ONE (1) ELECTRIC PASSENGER VEHICLE RFQ #1516-10 ISSUED: May 2, 2016 QUOTES DUE: 12:00 PM (NOON) MAY 20, 2016

More information

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS MAIL BIDS TO: STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 RFP 14-08 REQUESTING DEPT: PURCHASING TITLE OF RFP: E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC

More information

How To Get A Debt Collection Contract In North Little Rock

How To Get A Debt Collection Contract In North Little Rock CITY OF NORTH LITTLE ROCK, ARKANSAS COMMERCE DEPARTMENT Mary Beth Bowman, Director Amy Smith, Assistant Director for Procurement Crystal Willis, Admin. Sect./Assistant Purchasing Agent 120 MAIN STREET,

More information

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID INVITATION TO BID Sealed bid proposals, plainly marked "Plumbing Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,

More information

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities ADVERTISEMENT FOR BIDS Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 4:00 PM (EDST) on

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) Bid Event Number: EVT0001204 Date Mailed: February 9, 2012 Closing Date: March 15, 2012, 2:00 PM Procurement Officer: Constance S Schuessler Telephone: 785-296-1171 E-Mail Address:

More information

REQUEST FOR PROPOSALS Planning and Marketing Services RFP No. 15-18

REQUEST FOR PROPOSALS Planning and Marketing Services RFP No. 15-18 REQUEST FOR PROPOSALS Planning and Marketing Services RFP No. 15-18 The Gadsden County Board of County Commissioners is seeking sealed proposals from interested and qualified firms to provide Planning

More information

Request for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE

Request for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE Request for Quote Inland Lakes School Indian River, Michigan For Phone System BID PACKAGE The deadline for sealed bids is May 26, 2016 at 12:00 PM at the following location: Inland Lakes School 4363 South

More information

How To Do Business With Omaha Public Schools

How To Do Business With Omaha Public Schools O PS How To Do Business With Omaha Public Schools SCHOOL Business Services Department Purchasing Division 3215 Cuming Street Omaha, Nebraska 68131-2024 Phone (402) 557-2214 Introduction This pamphlet

More information

NOLENSVILLE POLICE DEPARTMENT REQUEST FOR PROPOSAL AND BID RECORDS MANAGEMENT SYSTEM SOFTWARE

NOLENSVILLE POLICE DEPARTMENT REQUEST FOR PROPOSAL AND BID RECORDS MANAGEMENT SYSTEM SOFTWARE NOLENSVILLE POLICE DEPARTMENT REQUEST FOR PROPOSAL AND BID RECORDS MANAGEMENT SYSTEM SOFTWARE THIS PROJECT IS FUNDED UNDER AN AGREEMENT WITH THE STATE OF TENNESSEE Proposal Due Date/Time October 31, 2014

More information

REQUEST FOR PROPOSAL RFP # P08-09 GEOGRAPHIC INFORMATION SYSTEM PROFESSIONAL SERVICES AND INFRASTRUCTURE ASSET MANAGEMENT SERVICES

REQUEST FOR PROPOSAL RFP # P08-09 GEOGRAPHIC INFORMATION SYSTEM PROFESSIONAL SERVICES AND INFRASTRUCTURE ASSET MANAGEMENT SERVICES CITY OF CASSELBERRY REQUEST FOR PROPOSAL RFP # P08-09 GEOGRAPHIC INFORMATION SYSTEM PROFESSIONAL SERVICES AND INFRASTRUCTURE ASSET MANAGEMENT SERVICES TABLE OF CONTENTS RFP # P08-09 GEOGRAPHIC INFORMATION

More information

Washington County School District Request for Proposal School Bus Fleet Tracking System RFP #TD 1011

Washington County School District Request for Proposal School Bus Fleet Tracking System RFP #TD 1011 Request for Proposal I. GENERAL A. Intent of Request for Proposal (RFP) The purpose of this Request for Proposal is to solicit sealed, competitive proposals from vendors qualified and experienced to provide

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

PRINCE EDWARD COUNTY REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR 13-05. March 7 th, 2013

PRINCE EDWARD COUNTY REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR 13-05. March 7 th, 2013 PRINCE EDWARD COUNTY REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR 13-05 March 7 th, 2013 Page 1 of 8 Issue Date: March 7, 2013 REQUEST FOR PROPOSAL (RFP) RFP# HR-13-05 Title: Medical

More information

THE TOWN OF NORTH SMITHFIELD

THE TOWN OF NORTH SMITHFIELD THE TOWN OF NORTH SMITHFIELD SPECIFICATIONS FOR REQUEST FOR PROPOSALS FOR EMERGENCY PLANNING, DISASTER RECOVERY, DEBRIS MANAGEMENT, AND HAZARD MITIGATION PROGRAM SERVICES SEPTEMBER 2014 FINANCE DIRECTOR

More information

Requirements for Qualifications Package Submittals

Requirements for Qualifications Package Submittals Florida Keys Aqueduct Authority 1100 Kennedy Drive Key West, Florida 33040 January 2015 Request for Qualifications FKAA-RFQ-0002-15 Hydrogeological Services Requirements for Qualifications Package Submittals

More information

COLONIAL HEIGHTS PUBLIC SCHOOLS REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR-13-01 FEBRUARY 19, 2013

COLONIAL HEIGHTS PUBLIC SCHOOLS REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR-13-01 FEBRUARY 19, 2013 COLONIAL HEIGHTS PUBLIC SCHOOLS REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR-13-01 FEBRUARY 19, 2013 Page 1 of 9 REQUEST FOR PROPOSAL (RFP) Issue Date: Tuesday, February 19, 2013

More information

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS NEGAUNEE PUBLIC SCHOOLS REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS On a PERFORMANCE CONTRACTING BASIS July 26, 2010 NOTICE IS HEREBY GIVEN THAT THE BOARD OF EDUCATION OF NEGAUNEE

More information