GREATER ORLANDO AVIATION AUTHORITY NOTICE OF PROGRAM AND PROJECT MANAGEMENT SERVICES FOR THE SOUTH TERMINAL C, PHASE 1 ORLANDO INTERNATIONAL AIRPORT
|
|
- Ira Manning
- 8 years ago
- Views:
Transcription
1 GREATER ORLANDO AVIATION AUTHORITY NOTICE OF PROGRAM AND PROJECT MANAGEMENT SERVICES FOR THE SOUTH TERMINAL C, PHASE 1 ORLANDO INTERNATIONAL AIRPORT PREAMBLE Based on the type and scope of services required for the South Terminal C, Phase 1, the Authority may manage these services on an individual basis, i.e., negotiate an agreement with a single firm to provide design or construction phase services for a specific scope, or may, at its sole discretion, use a combination of Proposers or selected individuals from various Proposers to form a team of professionals best qualified to provide the specific services. To provide for this flexibility and ensure an adequate pool with a sufficiently wide range of experienced personnel, the Authority intends to select a group of Proposers, who are both qualified as firms and are staffed with the range of experienced personnel to meet the specialized needs of this Project. SUBMISSION REQUIREMENTS Written inquiries shall be directed to Mr. Mark W. Birkebak, AIA, Director of Engineering, Greater Orlando Aviation Authority at: WS111@goaa.org. Questions received after 5:00 p.m. on Thursday, August 26, 2015, will not be answered. Copies of written responses, if any, will be made available online at the Authority's website: Interested Proposers are requested to submit twelve (12) printed copies and one (1) electronic PDF version* on compact disk (or single layer DVD) of a Statement of Qualifications ("SOQ") up to 2:00 p.m. local time on Thursday, September 3, 2015, to the Receptionist Office, Greater Orlando Aviation Authority, 5850-B Cargo Road, Orlando, FL Any SOQ received after the time and date stated above will not be considered and will be returned unopened. SOQs shall be submitted in sealed packages clearly labeled, "SOQ for STC PHASE 1 Program and Project Management Services (WS111)". *PDF submission requirements: All documents shall be PDF/A compliant. PDF/A compliant documents have embedded fonts and do not reference external files. Scanned documents shall be created as PDF/A compliant, made text searchable and have a minimum resolution of 300 dpi. Submittals in PDF format shall have navigational bookmarks inserted in lieu of any tabs required in the hard copy. The entire submittal shall not exceed a single layer DVD disc. In cases where there are discrepancies between the PDF and hard copy, the hard copy shall take precedence. SOQs shall include the following one (1) volume, addressing each numbered subsection in the order requested, indexed, and clearly identified. The information submitted for Items 1-3 (excluding tabs and resumes) shall not exceed 30 one-sided 8 1/2"x11" pages in Arial font with no smaller than 12 pitch font. SOQs that are not in compliance with the requirements may be downgraded accordingly. 1. Proposer's Statement of the following: a) The name and address of the legal entity that will contract with the Authority if awarded the Agreement for the Project. b) Name, address, address and telephone/fax numbers of one (1) individual to whom all future correspondence and/or communications will be directed. Program &Project Mgmt. Services (WS111) Submission Requirements Page 1 of 6
2 c) A statement declaring the type of business relationship the Proposer will use (i.e., a single company, partnership or other form of business relationship to perform the services for the Projects) and whether the entity is currently in existence or whether it will be formed upon award. 2. An executive brief which includes: a) A comprehensive approach to provide the required Services to the Authority. The approach shall address how the Proposer will select and build a team to provide the Services for each type of project that may be needed, such as Airport Terminal Facilities, Airfield, Roadway and Other Transportation, Security, and Information Technology. b) A listing of the proposed key personnel for as many as possible of the following roles: Program Manager, Design and Preconstruction Project Manager, Construction Project Manager, Construction Inspector(s), Senior Program Estimator, BIM Specialist, LEED and Commissioning Specialist and Change Management and Document Control Manager, Senior Scheduler and Safety Manager. c) A resume or biographical sketch for each person identified in section (b), highlighting qualifications and experience to provide the Services. d) Narrative on why the Proposer should be selected for the Services. 3. Qualifying Experience - List each of the Proposer's specific projects, which satisfy the following preferred experience and qualification parameters for the Proposer and its key personnel: a) Prior or current experience as a Program and Project Management Consultant (or Owner's Authorized Representative or similar role) on a similar contract within the last FIVE (5) years with a minimum construction value of not less than FIFTEEN Million Dollars ($15,000,000). b) Prior experience at operational airports in the United States performing similar services of a scope and nature comparable to the Services. c) Prior experience 1) coordinating with, and 2) meeting the requirements of the rules and regulations of the following public/governmental agencies: Federal Aviation Administration, the Transportation Security Administration, the State Departments of Transportation, and utility commissions. d) Include the name, title, telephone number, and address of a representative of the Owner for each listed prior contract that is familiar with the contract and Proposer's performance on that contract. The Authority will contact these individuals for reference checks. 4. Small/Minority Business Participation - All Proposers are hereby notified that they must comply with: 1) the Authority s Minority and Women Business Enterprise ("MWBE") Program, 2) the Authority s Local Developing Business ( LDB ) Program and 3) the Authority's Disadvantaged Business Entity ("DBE") Program. The Policies, Forms and Directories are available online at the Authority s website: Program &Project Mgmt. Services (WS111) Submission Requirements Page 2 of 6
3 For these Services, the Authority has established an MWBE Participation Goal of 25% and an LDB Participation Goal of 5%. Proposers are encouraged to include Service-Disabled Veterans-Owned Business Enterprises ("SDVOBE") in their small business participation plan. The Authority will count those businesses towards the LDB Goal. Proposers will be notified if funding requires the Authority to establish a DBE Participation Goal for any portion of the Project. In that case, the Proposer/Consultant may be required to retain DBE-certified subconsultants. Include a written action plan that demonstrates the Proposer s understanding of the DBE, MWBE and LDB participation programs and how the Proposer could achieve the participation goals for these Services and Program. The Proposer shall specifically identify in the written action plan: a) Proposer s overall plan and outreach program to meet or exceed all participation goals established by the Authority. b) Proposer s specific approach to maximize small business participation at the first subtier level comprised of subconsultants Proposer includes on its team, including identifying the subconsultant firm and anticipated work scope. c) Proposer s plan to increase or enhance the level of small business participation, such as assisting small businesses with obtaining appropriate levels of insurance coverage, lowering subconsultant insurance thresholds to accommodate greater participation, and breaking out contract work items into economically feasible units to facilitate small business participation. Questions concerning the MWBE, LDB and DBE programs can be addressed to the Owner's Office of Small Business Development, Attn. Ms. Michelle Tatom, Director, Greater Orlando Aviation Authority, Orlando International Airport, 5850-B Cargo Road, Orlando, FL 32827; phone number (407) , MTatom@goaa.org, or to Mr. Somdat Jiawan, Manager, Construction and Professional Services, at phone number (407) , SJiawan@goaa.org. Proposers shall be solely responsible for confirming MWBE, LDB, and DBE subcontractors' experience, capacity, certification, and any other information related to the Project. 5. Insurance Requirements - Evidence of the Proposer's ability to provide the following insurance coverage, either by means of an existing policy, a project specific endorsement, or other verifiable proof: a) Professional Liability Minimum of $1,000,000 with maximum deductible or selfinsured retention of $100,000. b) Commercial General Liability (CGL) Minimum of $5,000,000 with maximum deductible or self-insured retention of $100,000. c) Automobile Liability Minimum of $5,000,000 with maximum deductible or selfinsured retention of $100,000. Program &Project Mgmt. Services (WS111) Submission Requirements Page 3 of 6
4 d) Worker's Compensation - (statutory limit) Employer's Liability: $500,000 - each accident $500,000 disease - policy limit $500,000 disease - each employee Policy terms must be acceptable to the Authority and must comply with the Authority's requirements for insurance. The Authority reserves the right to modify the insurance coverage to an amount that is commiserate to the amount of the actual project scope awarded. 6. Licenses. Include the following: a) Copies of current, active professional licenses held by the proposed key personnel, as available, and b) A copy of the current, active Florida Division of Corporations Certificate of Status or other evidence that the Proposer is authorized to conduct business in Florida. A printout from the website is sufficient. 7. Financial Statements. Proposer s most recent audited annual financial statements for the last two years in order to evaluate the Proposer s ability to perform these services. If audited annual financial statements are not available, provide balance sheets, income statements, and cash flow statements for the last two years. This financial documentation shall be submitted in a sealed envelope, and included in one copy of the printed SOQ (do not include in the pdf). The sealed envelope should be clearly labeled as follows: "Confidential Financial Records Submitted under Seal and Exempt from Florida Public Records Disclosure". Include the SOQ title and Proposer's name on the sealed envelope. (Reference Florida Statutes Section (1)(c) for exemption on financial records.) 8. Claim Information - Disclose all lawsuits, arbitrations and claims filed or raised by or against Proposer over the last five (5) years, specifically identifying: a. The project involved. b. The parties involved. c. The nature of the claim(s). d. Amount at issue. e. Disposition or status. f. Litigation, case style, number and jurisdiction. If Proposer is a joint venture or partnership, provide the above information for each member of the joint venture or partnership. If Proposer is a newly-formed entity, please provide the above information also for any predecessor and affiliated entity. 9. Required Certifications Include Exhibit A, signed by a person with authority to bind the Proposer. 10. Any additional information, which may be requested by the Authority at the Pre-Submittal Conference. LOBBYING IS PROHIBITED. Proposers are hereby advised that individuals, who conduct lobbying activities with Aviation Authority employees or Board members, must register with the Aviation Authority each year prior to conducting any lobbying activities. A statement of expenditures incurred in connection with those lobbying instances should also be filed prior to April 1st of each year for the preceding year. As of Program &Project Mgmt. Services (WS111) Submission Requirements Page 4 of 6
5 January 16, 2013, lobbying any Aviation Authority Staff, who are members of any committee responsible for ranking Proposals, Letters of Interest, Statements of Qualifications or Bids and thereafter forwarding those recommendations to the Board and/or Board Members, is prohibited from the time that a Request for Proposals, Request for Letters of Interests, Request for Qualifications or Request for Bids is released to the time that the Aviation Authority Board makes an award. As adopted by the Aviation Authority Board on September 19, 2012, lobbyists are now required to sign-in at the Aviation Authority offices prior to any meetings with Staff or Board members. In the event a lobbyist meets with or otherwise communicates with Staff or a Aviation Authority Board member at a location other than the Aviation Authority offices, the lobbyist shall file a Notice of Lobbying (Form 4) detailing each instance of lobbying to the Director of Board Services within seven (7) calendar days of such lobbying. The policy, forms, and instructions are available in the Aviation Authority s offices and the web site. Please contact the Director of Board Services with questions at (407) ADDITIONAL INFORMATION Proposer's personnel will be required to meet the Greater Orlando Aviation Authority's (Authority) requirements for security background checks. All personnel requiring unescorted access to a secure or sterile area of the airport must undergo a Criminal History Records Check (CHRC) and are subject to the requirements of Title 49 of the Code for Federal Regulations Part 1542 or 1544 and the Airport Security Improvement Act of Pursuant to Section (2)(a), Florida Statutes, interested Proposers who have been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal on a contract to provide services for a public entity, may not be awarded a consultant contract and may not transact business with a public entity for services in excess of the threshold amount set forth in Section , Florida Statutes, for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. Authority Contracts require Contractors/Consultants to comply with the requirements of E-Verify. Contractor/Consultants will be required to utilize the U.S. Department of Homeland Security s Employment Eligibility Verification System (e-verify), in accordance with the terms governing the use of the system, to confirm the employment eligibility of persons employed by the Contractor/Consultant, during the term of the Contract, to perform employment duties within Florida. Prime Contractors/Consultants are required to include an express provision in their Subconsultant/Subcontractor Agreements requiring the Subconsultants/Subcontractor to do the same. EVALUATION AND SELECTION Following submission, the Authority's Professional Services Committee (PSC) intends to shortlist no fewer than three (3) Proposers. Among the factors that will be considered in selecting the Proposers who will be shortlisted are their qualifications, approach to the providing the Services, ability to provide the required Services, prior experience on similar projects, their past performance with the Authority (if applicable), their past performance with other entities and the responses to the Submission Requirements set forth above. The Authority reserves the right to solicit from available sources relevant information concerning a Proposer's past performance and may consider such information in its selection of shortlisted Proposers. Shortlisted Proposers will be scheduled for an interview, presentation or both. Following short listing, and interviews or presentations, the Authority shall make a final ranking and select in order of preference, based on the above information, weighing of CCNA (Consultants' Competitive Negotiation Act) factors, and interview results, the most highly qualified Proposer(s) to perform the requested Services. The Authority intends, but is not obligated, to enter into non-exclusive agreements with selected Program &Project Mgmt. Services (WS111) Submission Requirements Page 5 of 6
6 Proposer(s) to perform the required Services. The terms of the Agreement for services funded under the FAA Airport Improvement Program (AIP) shall be limited to those projects, which are expected to be initiated within five (5) years of the date of the fully executed Agreement. The Authority reserves the right to waive any informality in a SOQ, to reject any and all SOQs, to readvertise or to elect not to proceed with the Services for any reason. All recommendations and decisions regarding award of the Services shall be made at open public meetings in accordance with the requirements of Florida Statute , and all interested parties are invited to attend such meetings. In accordance with Florida Statute (10), the Authority declares that all or any portion of the documents and work papers prepared and submitted pursuant to this invitation shall be subject to re-use by the Authority. GREATER ORLANDO AVIATION AUTHORITY By: Frank Kruppenbacher Aviation Authority Chairman Program &Project Mgmt. Services (WS111) Submission Requirements Page 6 of 6
7 EXHIBIT A REQUIRED CERTIFICATIONS The Proposer certifies that the following statements are true: 1. SCRUTINIZED COMPANIES LIST: The Proposer is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, as defined in Section , Florida Statutes (2015). 2. CERTIFICATION REGARDING DEBARMENT AND SUSPENSION, (Non- Procurement) Title 2 CFR Part 180 & Title 2 CFR Part 1200 The contract that ultimately results from this solicitation is a covered transaction as defined by Title 2 CFR Part 180. The Proposer certifies, by submission of this proposal or acceptance of this contract, that neither it nor its Principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntary excluded from participation in this transaction by any Federal department or agency. It further agrees that by submitting this proposal that, if it is the successful Proposer, it will comply with Title 2 CFR Part 1200 and Title 2 CFR Part 180, Subpart C by administering each lower tier subcontract that exceeds $25,000 as a covered transaction. CERTIFICATION REGARDING DEBARMENT AND SUSPENSION (NON- PROCUREMENT) TITLE 2 CFR PART 1200 AND TITLE 2 CFR PART 180, SUBPART C The successful Proposer by administering each lower tier subcontract that exceeds $25,000 as a covered transaction must verify each lower tier participant of a covered transaction under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful Proposer shall accomplish this by: (i) Checking the System for Award Management at website: (ii) Collecting a certification statement similar to the previous paragraph and (iii) Inserting a clause or condition in the covered transaction with the lower tier contract. If the FAA later determines that an individual failed to tell a higher tier that they were excluded or disqualified at the time they entered the covered transaction with that person, the FAA may pursue any available remedy, including suspension and debarment. 3. CERTIFICATION REGARDING FOREIGN TRADE RESTRICTIONS (49 CFR PART 30) The Proposer, by submission of an offer and/or execution of a contract, certifies that it: a. is not owned or controlled by one or more citizens or nationals of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade representative (USTR); b. has not knowingly entered into any contract or subcontract for this project with a contractor that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign Program &Project Mgmt. Services (WS111) Submission Requirements Page 1 of 3
8 country on said list. c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a Proposer who is unable to certify to the above. If the Proposer knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project; the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract at no cost to the Government. Further, the Proposer agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The Contractor may rely upon the certification of a prospective Subcontractor unless it has knowledge that the certification is erroneous. The Contractor shall provide immediate written notice to the Owner if the Contractor learns that its certification or that of a Subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Subcontractor agrees to provide immediate written notice to the Contractor, if at any time it learns that its certification was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the Contractor or Subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct, through the Owner, cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a Contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING (49 CFR 20) The prospective Proposer certifies, by signing and submitting this proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, Program &Project Mgmt. Services (WS111) Submission Requirements Page 2 of 3
9 renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. c. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. d. The prospective Proposer also agrees by submitting his or her proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. 5. CONFLICT OF INTEREST. The Proposer certifies that it is and will remain in compliance with FDOT Procedure No By: Date: Proposer Print Name: Title: Program &Project Mgmt. Services (WS111) Submission Requirements Page 3 of 3
GREATER ORLANDO AVIATION AUTHORITY NOTICE OF PROFESSIONAL SERVICES W-00340-0IA SOUTH CELL LOT ORLANDO INTERNATIONAL AIRPORT SUBMISSION REQUIREMENTS
GREATER ORLANDO AVIATION AUTHORITY NOTICE OF PROFESSIONAL SERVICES W-00340-0IA SOUTH CELL LOT ORLANDO INTERNATIONAL AIRPORT SUBMISSION REQUIREMENTS For scope of services and information regarding the Pre-Submittal
More informationSUBMISSION REQUIREMENTS
GREATER ORLANDO AVIATION AUTHORITY REQUEST FOR CONTRACTOR STATEMENT OF QUALIFICATIONS (RFQ) FOR BP-459 SECURED AREA ACCESS POINT CCTV IMPROVEMENTS ORLANDO INTERNATIONAL AIRPORT SUBMISSION REQUIREMENTS
More informationSUBMISSION REQUIREMENTS LANDSIDE & AIRSIDE TERMINALS. http://www.orlandoairports.net/construction
GREATER ORLANDO AVIATION AUTHORITY REQUEST FOR PROPOSALS (RFP) FOR CONSTRUCTION MANAGEMENT AT RISK (CM@R) SERVICES FOR THE SOUTH TERMINAL C, PHASE 1 - LANDSIDE & AIRSIDE TERMINALS ORLANDO INTERNATIONAL
More informationATTACHMENT B FEDERAL CERTIFICATIONS FOOD SERVICE MANAGEMENT COMPANIES AND PUBLIC SCHOOLS
The undersigned states that: ATTACHMENT B FEDERAL CERTIFICATIONS FOOD SERVICE MANAGEMENT COMPANIES AND PUBLIC SCHOOLS 1. He or she is the duly authorized representative of the Vendor named below; 2. He
More informationCERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY
Exhibit 1 CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY The undersigned certifies on behalf of the Contractor or Subcontractor
More informationAE Enqineer nq. lnc. Protective Coatinq Solutions, Inc.
375-030-nn 06/13 DBE AND SMALL BUSINESS PARTICIPATION STATEMENT Note: The Firm is required to complete the following information and submit this form with the technical proposal. Contract No. or Advertisement
More informationREPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC
SRR-PPS-2009-00012 REV. 0 REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC SECTION A, APPLICABLE TO ALL OFFERS...2 1. Certification and Agreement...2 2. Authorized Negotiators...2 3. Type
More informationWorkLink Workforce Investment Board (effective July 1, 2015 WorkLink Workforce Development Board)
WorkLink Workforce Investment Board (effective July 1, 2015 WorkLink Workforce Development Board) Workforce Innovation & Opportunity Act Website Maintenance, Updates, & SEO Hosting Request for Quotes (RFQ)
More informationSupplier Representations and Certifications
Instructions: Please fill out the form in its entirety and return to W.W. Williams. A copy of your certificate of insurance should be sent to jgibson@wwwilliams.com. Supplier Representations and Certifications
More informationMultifamily Cost Estimator Contractor
INFORMAL SOLICITATION Minnesota Housing Finance Agency Multifamily Cost Estimator Contractor Description of Project Minnesota Housing Finance Agency (Minnesota Housing), a mortgagee authorized to submit
More informationREQUEST 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 informationCERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN-OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY
EXHIBIT 1 TO ATTACHMENT CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN-OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY The undersigned certifies on behalf of the Contractor
More informationCity of Round Rock. Request for Statement of Interest and Proposals. Transit Master Plan
City of Round Rock Request for Statement of Interest and Proposals Transit Master Plan General The City of Round Rock seeks qualified planning firms to submit Statements of Interest and Proposals (SIP)
More informationDetroit Land Bank Authority. Request for Proposals: Call Center Services
Detroit Land Bank Authority Request for Proposals: Call Center Services RFP NUMBER: 05-18-001 DATE ISSUED: Request for Proposals Call Center Services Page 2 REQUEST FOR PROPOSALS CALL CENTER PROFESSIONALS
More informationSTATE UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR AWARD OF PROCUREMENT CONTRACTS
STATE UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR AWARD OF PROCUREMENT CONTRACTS Section I. Purpose The purpose of these Guidelines is to describe the methods and procedures governing the use, awarding,
More informationNAME AND LOCATION OF BUSINESS ORGANIZATION (PLACE OF PERFORMANCE)
ANL-70A (November 30, 2015) REPRESENTATIONS AND CERTIFICATIONS THE OFFEROR/BIDDER REPRESENTS AND CERTIFIES THAT: (check or complete all applicable sections) 1.A. NAME AND LOCATION OF BUSINESS ORGANIZATION
More informationCITY 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 informationREQUEST 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 informationWebb 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... 10 ... 2 ... 4 ... 8 ... 9 ... 11
... 1... 2... 4... 8... 9... 10... 11... 11 SHA Solicitation No. 811326 Page 1 of 14 SHA Solicitation No. 811326 Page 2 of 14 SHA Solicitation No. 811326 Page 3 of 14 SHA Solicitation No. 811326 Page 4
More informationREQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES
REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES 1. STATEMENTS OF QUALIFICATIONS REQUESTED The San Bernardino Community College District (District) Facilities
More informationREQUEST FOR PROPOSALS. March 4, 2016, 17:00 pm Central European Time Closing Deadline:
REQUEST FOR PROPOSALS International Republican Institute 1225 Eye St. NW, Suite 700 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal Procurement Number: MENA2016T06o Open Date:
More informationREQUEST FOR PROPOSALS GENERAL PLANNING CONSULTANT SERVICES RFP #16-01 http://www.pinellascounty.org/mpo/gpcrfp.htm
REQUEST FOR PROPOSALS GENERAL PLANNING CONSULTANT SERVICES RFP #16-01 http://www.pinellascounty.org/mpo/gpcrfp.htm 1. Purpose The Pinellas Planning Council (PPC) and Pinellas County Metropolitan Planning
More informationFABENS 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 informationPITTSBURG 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 informationDetroit Land Bank Authority. Request for Qualifications: As Needed Legal Services
Detroit Land Bank Authority Request for Qualifications: As Needed Legal Services RFQ NUMBER: 02-09-2015 DATE ISSUED: Request for Qualifications As Needed Legal Services Page 2 REQUEST FOR QUALIFICATIONS
More informationLawrence University Procurement Policy for Federally Sponsored Projects
Lawrence University Procurement Policy for Federally Sponsored Projects PURPOSE Federal grants are taxpayer dollars entrusted to Lawrence University for the advancement of public good. It is incumbent
More informationRequest for Qualifications for Program Management Support Services for The Greenville-Spartanburg International Airport Terminal Improvement Program
Request for Qualifications for Program Management Support Services for The Greenville-Spartanburg International Airport Terminal Improvement Program SECTION 1 - GENERAL INFORMATION The Greenville-Spartanburg
More informationRequest for Proposals RFP No. 14-12
Request for Proposals RFP No. 14-12 The Gadsden County Board of County Commissioners is seeking sealed proposals from vendors who desire to lease dental equipment owned by the County. Proposals will be
More informationFLORIDA ATLANTIC UNIVERSITY COST-REIMBURSABLE SUBAWARD AGREEMENT #
FLORIDA ATLANTIC UNIVERSITY COST-REIMBURSABLE SUBAWARD AGREEMENT # This Cost Reimbursable Subaward Agreement is entered into in order to specify the terms and conditions under which Florida Atlantic University,
More informationBLACK BUSINESS LOAN PROGRAM APPLICATION FOR CERTIFICATION AS A RECIPIENT OF FUNDS. Form DEO/CD 7102-1
BLACK BUSINESS LOAN PROGRAM APPLICATION FOR CERTIFICATION AS A RECIPIENT OF FUNDS Form DEO/CD 7102-1 All applications must be submitted by the end of the Application Period as defined by Rule 73C-1.001,
More informationCERTIFICATIONS REGARDING LOBBYING; DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS AND DRUG-FREE WORKPLACE REQUIREMENTS
U.S. DEPARTMENT OF JUSTICE OFFICE OF JUSTICE PROGRAMS OFFICE OF THE COMPTROLLER CERTIFICATIONS REGARDING LOBBYING; DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS AND DRUG-FREE WORKPLACE REQUIREMENTS
More informationREPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER NUCLEAR SOLUTIONS, LLC
REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER NUCLEAR SOLUTIONS, LLC SECTION A, APPLICABLE TO ALL OFFERS... 2 1. Certification and Agreement... 2 2. Authorized Negotiators... 2 3. Type of Business
More informationTRUSTEES 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 informationShawnee 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 informationEXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES
EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES The following Extra Services to the Agreement shall be performed by Architect if needed and if authorized or requested by the District: 1. Making revisions
More informationRequest for Proposal RFP #201501. Printing & Mailing Services
Request for Proposal Printing & Mailing Services Date of Issue: 03/24/2015 For period beginning: 05/01/2015 Due Date/Time for Receipt of Proposals: 04/06/2015 @ 2:00 p.m. (EDT) RFP Number: 201501 Date
More informationRequest for Qualifications (RFQ) Number 01-15 PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES
City of DeBary Request for Qualifications (RFQ) Number 01-15 PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES The City of DeBary, Florida is seeking standby
More informationREQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits
REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits The City of Louisville, Colorado is accepting proposals for the purpose of performing sales and use tax, and franchise fee compliance
More informationTOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES
951 MARTIN LUTHER KING BLVD. KISSIMMEE, FL 34741 TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES LEGAL ADVERTISEMENT TOHO WATER AUTHORITY RFQ 11-003 RATE CONSULTING
More informationREQUEST 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 informationADDENDUM NO. 2. Animal Care and Adoption Case Management Software-Service (NSM) Date Of Addendum: January 14, 2014
Solicitation No. R1155901P1 Addendum No. 2 Finance and Administration Services Department PURCHASING DIVISION 115 S. Andrews Avenue, Room 212, Fort Lauderdale, Florida 33301 954-357-6066 FAX 954-357-8535
More informationREQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES Various Projects RFQ/RFP No. 15-16-02
Banning Unified School District 161 West Williams Street, Banning, CA 92220 (951) 922-2706 phone (951) 922-0227 fax January 12, 2016 REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT
More informationState of Washington Department of Transportation Notice to Consultants Evaluate Risk-Based Asset Management Systems for WSDOT
State of Washington Department of Transportation Notice to Consultants Evaluate Risk-Based Asset Management Systems for WSDOT The Washington State Department of Transportation (WSDOT) solicits interest
More informationRequirements 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 informationRequest 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 informationDetroit Land Bank Authority Request for Qualifications:
Detroit Land Bank Authority Request for Qualifications: Organizations to serve as Homeownership Educators and Third Party Advisors during the Purchase and Rehab of Homes from the Detroit Land Bank Authority
More informationFRESNO YOSEMITE INTERNATIONAL AIRPORT CITY OF FRESNO AIRPORTS DEPARTMENT. REQUEST FOR QUALIFICATIONS (RFQ) Airport Master Plan
FRESNO YOSEMITE INTERNATIONAL AIRPORT CITY OF FRESNO AIRPORTS DEPARTMENT REQUEST FOR QUALIFICATIONS (RFQ) Airport Master Plan A. PROGRAM NARRATIVE The City of Fresno Airports Department (City) is requesting
More informationREQUEST 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 informationIOWA 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 informationCITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION
CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION The City of San Jose is seeking to contract with a law firm or attorney licensed by
More informationOffice of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501
CITY OF FLORENCE Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 REQUEST FOR QUALIFICATIONS NO. 2014-08 ARCHITECTURAL SERVICES FOR COMMUNITY GYMNASIUM DESIGN PROPOSAL
More informationMINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS
MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS DRAFT for Discussion Only 8.22.14 THIS MASTER GRANT CONTRACT, and amendments and supplements thereto, is between the State
More informationCity of Minneapolis Community Planning and Economic Development Small Business Technical Assistance Program Request for Proposals
Introduction The City is seeking proposals from local non-profit organizations that provide technical assistance services to small businesses and microenterprises located in Minneapolis. The total funding
More informationCarmel 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 informationFIRST 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 informationREQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT
REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT The Town of Avon is seeking written responses to a Request for Proposal (RFP) for services of a landscape architect
More informationLAWRENCE-DOUGLAS COUNTY HOUSING AUTHORITY. REQUEST FOR QUALIFICATIONS For a PRIVATE DEVELOPMENT PARTNER
LAWRENCE-DOUGLAS COUNTY HOUSING AUTHORITY REQUEST FOR QUALIFICATIONS For a PRIVATE DEVELOPMENT PARTNER To develop mixed income affordable residential dwelling units 1.0 INTRODUCTION The Lawrence-Douglas
More informationSERVICES AGREEMENT. 2. Term. This Agreement will commence and expire. Medical Center Representative: Name and Title
This Services Agreement ( Agreement ) dated is made by and between [INSERT CONTRACTOR S NAME AND ADDRESS] (hereinafter called "Contractor"), and UMass Memorial Medical Center, Inc., Worcester, MA (hereinafter
More informationSt. 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 informationREQUEST FOR QUALIFICATIONS ROOF INVESTIGATION SERVICES
REQUEST FOR QUALIFICATIONS ANNUAL CONTRACT FOR ROOF INVESTIGATION SERVICES School Board of Volusia County Florida Facilities Planning and Business Services 3750 Olson Drive, Daytona Beach Florida 32124
More informationGUIDELINES FOR SMALL BUSINESS CONSTRUCTION CONTRACTS
GUIDELINES FOR SMALL BUSINESS CONSTRUCTION CONTRACTS HARRISBURG, PENNSYLVANIA MAY 2014 EDITION Guidelines for the DGS Small Business Reserve Program For Construction Contracts 1 General a.) Pursuant to
More informationATTACHMENT A SUPPLIER CERTIFICATIONS PACKAGE
Page 1of 12 SUPPLIER RFQ# P/N# ATTACHMENT A SUPPLIER CERTIFICATIONS PACKAGE FORM $25,000 $100,000 $650,000 1. Cost Accounting Standards and Notices X 2. Certification Regarding Responsibility Matters X
More informationCITY 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 informationTax Credit Assistance Program Notice of Funding Availability
Tax Credit Assistance Program Notice of Funding Availability Approved by the MFA Board of Directors June 17, 2009 Background and Purpose The American Recovery and Reinvestment Act (ARRA) of 2009 provided
More informationFour County Transit Server Voice Broadcast Bid Request
Four County Transit Server Voice Broadcast Bid Request AASC/Four County Transit is accepting bids for voice broadcast auto dialer software. Price should include all shipping and handling charges, as applicable.
More informationSECTION I (Applies to all offers)
REPRESENTATIONS & CERTIFICATIONS FOR GOVERNMENT ORDERS (Form 119-48 Rev. 8/15) Procurement of material, services and supplies for a United States Government contract requires that prime contractors, subcontractors
More informationWASHINGTON COUNTY, BOARD OF COUNTY COMMISSIONERS
WASHINGTON COUNTY, BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSALS FOR EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM CONSULTING SERVICES NOTICE IS HEREBY GIVEN that the
More informationMinority and Women Business Enterprises (MBE/WBE) Program
Minority and Women Business Enterprises (MBE/WBE) Program The Indiana Department of Transportation will ensure that all certified Minority and Women s Business Enterprises (MBE/WBE) will be afforded full
More informationCOUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2012 - Edition 1
CAO Contract Log # COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2012 - Edition 1 THIS CONTRACT is made and entered into this 16 th day of April, 2013, by and between the COUNTY OF MARIN, hereinafter
More informationINSURANCE REQUIREMENTS FOR FEDERAL CONTRACTORS
INSURANCE REQUIREMENTS FOR FEDERAL CONTRACTORS This document is provided to supply you with information regarding insurance requirements on Government contracts. Please be advised that the samples are
More informationRequest for Proposal (RFP) for Contract Management
Request for Proposal (RFP) for Contract Management The City of Belton seeks a qualified management consulting firm to assist in the administration of the HOME Program to be awarded through the Texas Department
More informationREQUEST 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 informationREQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES
City of McHenry REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL SERVICES FOR THE City of McHenry Aquatics and Recreation Center Page 1 REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL
More informationCOAST 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 RACKS, FIREWALL SERVICE AND COMPONENTS, PROPOSAL] October 5, 2015
PINE TREE ISD REQUEST FOR RACKS, FIREWALL SERVICE AND COMPONENTS PROPOSAL FOR DISTRICT is accepting proposals for campuses and departments within the district. The district would like to see pricing for
More informationRequest for Proposals Community Engagement and Business Development Consultant Contractor Loan Fund May 16, 2016.
Request for Proposals Community Engagement and Business Development Consultant Contractor Loan Fund May 16, 2016 Table of Contents I. PROJECT DESCRIPTION AND BACKGROUND II. SCOPE OF SERVICES III. BENEFITS
More informationSTANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS)
STANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS) Pre-qualification Ref: Issue Date: [Insert Title of Project] [Insert Reference] [Insert Date] Public Procurement Authority
More informationTo Whom It May Concern:
To Whom It May Concern: The Ohio Treasurer of State ( Treasurer ) may be eligible for an initial allocation of 100,000 student loan accounts to become a Not-For-Profit Direct Loan Servicer, as permitted
More informationREQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION
Architectural Design Services RFQ October 30, 2015 Shoreline Fire Station & Headquarters Modifications REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION A. Purpose of Request:
More informationCULVER 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 informationTAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) 1.1 Delete space if no additional information.
TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) This Addendum is attached to and modifies the Standard Form of Agreement between the Town and Architect,
More informationState of Minnesota Department of Employment and Economic Development
State of Minnesota Department of Employment and Economic Development Request for Proposals for Intermediary Services under a Department of Labor Employment and Training Administration Pay for Success Pilot
More informationRFP STAFF LEASING SERVICES 1/1/15 6/30/16
RFP STAFF LEASING SERVICES 1/1/15 6/30/16 Ana-Maria Hurtado Commissioner TOWN OF HEMPSTEAD DEPARTMENT OF OCCUPATIONAL RESOURCES 50 CLINTON STREET, SUITE 400 HEMPSTEAD, NEW YORK 11550 CONTENT PUBLIC NOTICE...PAGE
More informationNEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016
NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,
More informationUniversity Of New Hampshire Transportation Services. Disadvantaged Business Enterprises
University Of New Hampshire Transportation Services Disadvantaged Business Enterprises Table of Contents Program Objectives/Procedures Statement..3 Non Discrimination Clause.4 Record Keeping Requirements...4
More informationTABLE 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 informationDelaware 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 informationPUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015
PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015 Project Description: The Regional Transit Authority of New
More informationAGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES
AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES THIS AGREEMENT is made as of December 1, 2003, by and between the San Francisquito Creek Joint Powers Authority, a body corporate and politic
More informationSTAMFORD 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 informationREQUEST 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 information12-15-08 DRAFT 2009FL-0004/018
1 HEALTH REFORM - HEALTH INSURANCE 2 COVERAGE IN STATE CONTRACTS 3 2009 GENERAL SESSION 4 STATE OF UTAH 5 6 LONG TITLE 7 General Description: 8 This bill requires certain state entities to require a contractor
More informationConsultants Services, Lump-Sum Remuneration
1 S T A N D A R D F O R M O F C O N T R A C T FOR Consultants Services, Lump-Sum Remuneration CONTRACT FOR CONSULTANTS SERVICES Lump-Sum Remuneration Between [name of the Procuring Entity] and 2 [name
More informationREQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES
REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES Appointment to the New Jersey Building Authority Capital Budget Modeling and Advisory Services State Fiscal Years 2016, 2017 and 2018 Issued by the
More informationCITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716 June 17, 2015
CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716 June 17, 2015 Request for Proposals #JD150021703 Insurance Agent /Broker of Record Services Questions concerning requirements
More informationBENTON COUNTY PERSONAL SERVICES CONTRACT
BENTON COUNTY PERSONAL SERVICES CONTRACT This is an agreement by and between BENTON COUNTY, OREGON, a political subdivision of the State of Oregon, hereinafter called COUNTY, and, hereinafter called CONTRACTOR.
More informationCity 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 informationFederal Acquisition Reform Act
Federal Acquisition Reform Act DIVISION D--FEDERAL ACQUISITION REFORM SEC. 4001. SHORT TITLE. This division may be cited as the `Federal Acquisition Reform Act of 1996'. TITLE XLI--COMPETITION SEC. 4101.
More informationRequest for Proposals Consumer Decision Support Tools for the MNsure Website
Request for Proposals Consumer Decision Support Tools for the MNsure Website Project Overview MNsure is requesting proposals to provide consumer decision support tools ( Tools ) for consumers shopping
More information