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

Size: px
Start display at page:

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

Transcription

1 REQUEST FOR COMPETITIVE SEALED PROPOSALS BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD The Dripping Springs Independent School District ( DSISD or the District ) is requesting Competitive Sealed Proposals from qualified offerors to provide services for the Dripping Springs ISD Stadium Improvements, Data Center Project and/or Baseball/Softball Complex Project (or also referred to as the Projects ) as identified herein. Offerors may respond to the Stadium Improvement Project only, Data Center Project only, the Baseball/Softball Complex Project only, to all of the Projects, or to any combination of Projects. Competitive Sealed Proposals must be addressed to the Administration at the address listed below and marked as follows: CSP # REQUEST FOR COMPETITIVE SEALED PROPOSALS FOR STADIUM IMPROVEMENTS, DATA CENTER PROJECT AND/OR BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD due no later than APRIL 27, 2015 AT 2:00 PM Dripping Springs ISD Attn: Michelle Lyons 510 W. Mercer Street P.O. Box 479 Dripping Springs, Texas ANY PROPOSAL RECEIVED AFTER THE TIME AND DATE STATED ABOVE WILL NOT BE CONSIDERED. UNSIGNED PROPOSALS AND/OR PROPOSALS RECEIVED VIA FACSIMILE OR WILL NOT BE CONSIDERED. ALL RESPONSES MUST BE RECEIVED AT THE ADDRESS SHOWN ABOVE. RESPONSES SENT/ DELIVERED TO ANY OTHER DISTRICT ADDRESS WILL NOT BE CONSIDERED. FAILURE TO COMPLY WITH SPECIFICATIONS MAY RESULT IN THE DISQUALIFICATION OF YOUR PROPOSAL. Offerors must provide all requested information; failure to comply with any portion of this solicitation will be reflected in the evaluation process. The DSISD reserves the right to accept or reject any Submission or any part thereof or any combination of Submissions and to waive any or all formalities. All responses in the Submission may be used by the DSISD in the selection process. The DSISD reserves the right to verify the accuracy and completeness of all responses by utilizing any information available to the DSISD without regard to whether such information appears in the Submission. 1

2 REQUEST FOR COMPETITIVE SEALED PROPOSALS BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD I. OVERVIEW Pursuant to the provisions of Texas Government Code Chapter 2269, Subchapter D, as amended, it is the intention of the Dripping Springs Independent School District ( DSISD or the District ) to select via the Request for Competitive Sealed Proposal process contractor(s) for construction of the Stadium Improvements, Data Center Project, and/or Baseball/Softball Complex Project, as generally described herein. Responses to this Request for Competitive Sealed Proposals ( CSP ) are referred to herein as proposals or submissions. Entities submitting proposals are referred to as Offerors or Proposers. Offerors may respond to the Stadium Improvements Project only, Data Center Project only, or the Baseball/Softball Complex Project only, to all Projects, or to any combination of Projects. The CSP may be obtained at the District administration office located at 510 W. Mercer Street, Dripping Springs, Texas PROPOSALS MUST BE RECEIVED NO LATER THAN 2:00 P.M. (CST) ON APRIL 27, 2015 Any Proposal received after such time will not be considered and will be returned unopened. Proposals will be received by: Ms. Michelle Lyons, Purchasing Specialist Dripping Springs ISD 510 W. Mercer St. P.O. Box 479 Dripping Springs, Texas Six (6) copies of V. INFORMATION TO BE PROVIDED BY OFFERORS of the proposal must be submitted. However, only one (1) copy of V., Section 4: Project Personnel, subsection 4-5 ( List all subcontractors and the work that each is anticipated to perform. ) is required. Further, one (1) copy of the Proposal Form, Exhibit A, shall be submitted. Proposal envelopes must be plainly marked on the outside as follows: SEALED PROPOSAL DO NOT OPEN DRIPPING SPRINGS INDEPENDENT SCHOOL DISTRICT BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD, CSP # PROPOSALS MUST BE SUBMITTED ON THE PROPOSAL FORM ATTACHED AS EXHIBIT A. THIS REQUEST FOR CSP CONTAINS REQUIRED TERMS AND DESCRIPTIVE INFORMATION ABOUT THE SERVICES. RESPONSES NOT MADE AS 2

3 REQUEST FOR COMPETITIVE SEALED PROPOSALS BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD SET FORTH IN THE REQUEST FOR CSP MAY BE DEEMED NON-RESPONSIVE AND MAY NOT BE CONSIDERED. OFFERORS MAY RESPOND TO THE STADIUM IMPROVEMENTS ONLY, BASEBALL/SOFTBALL COMPLEX PROJECT ONLY, THE DATA CENTER PROJECT ONLY, OR ANY COMBINATION OF THE ABOVE. For questions regarding this Request for CSP, please contact Ms. Michelle Lyons, Purchasing Specialist, by at Questions must be received no later than April 16, 2015 at 2:00 P.M. Questions will be responded to no later than April 20, 2015 at 2:00 P.M. Proposals are to include the information requested in Section V of this Request for CSP in the sequence and format prescribed. In addition to and separate from the requested information, Offerors submitting proposals may provide supplementary materials further describing their capabilities and experience. PRE-PROPOSAL CONFERENCE: A pre-proposal conference will be held on April 13, 2015 at 10:00 A.M. (CST) at the Administration Building located at 510 W. Mercer Street, Dripping Springs, Texas Attendance is encouraged by all Offerors. Following the deadline for receipt, the DSISD s staff will receive, publicly open, and read aloud the names of the Offerors and, if any are required to be stated, all prices stated in the proposals. Within forty-five (45) days after the opening of the Proposals, the DSISD shall evaluate and rank each Proposal submitted in relation to the selected criteria set forth below. The DSISD shall either select a construction contractor from the respondents to this Request for Competitive Sealed Proposals or reject all proposals. The recommended ranking shall be based on the data furnished by the Offerors in response to the Request for CSP. The following is a list of criteria and weight for each criterion. Unless modified by addendum prior to opening of the Proposals, the following listing of criteria and weight of criteria shall be utilized by the DSISD pursuant to Texas Government Code Chapter 2269, Subchapter D: WEIGHT CRITERIA 45 points The Price Proposal based on total proposal, including alternates if any 25 points Project Experience 15 points Project Scheduling Ability and Control 10 points Proposed Project Personnel 5 points Financial Information and Capability All responses in the Proposal may be used to help the DSISD select a contractor based on these criteria. The DSISD reserves the right to verify the accuracy and completeness of all responses 3

4 REQUEST FOR COMPETITIVE SEALED PROPOSALS BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD by utilizing any information available to the DSISD without regard to whether such information appears in the proposal. II. COMMITMENTS OF THE DSISD 1. The DSISD reserves the right to withdraw this Request for CSP at any time and for any reason. 2. Receipt of response by the DSISD or submission of a response to the DSISD or selection of an Offeror for the purposes of negotiating a contract; confers no rights to the Offeror, nor obligates the DSISD in any manner. 3. The DSISD reserves the right to award or not award a contract. The DSISD also will award the Contract to the party or parties that the Board of Trustees of the DSISD determines to be most qualified and most responsive to this Request for CSP. 4. The DSISD is under no obligation regarding this Request for CSP until a written contract is approved and executed by all parties and funding of the Project occurs. The DSISD s draft form of the agreement are attached as Exhibits B and C. 5. The cost of developing a response is the sole responsibility of the Offeror. The DSISD shall not provide reimbursement of such cost, and shall not be liable for any response preparation cost for any reason whatsoever. III. INSTRUCTIONS TO OFFERORS A. PROPOSAL FORM: The Proposal Form attached as Exhibit A must be filled out and signed by the Offeror. Offerors may respond to the Stadium Improvements Project only, Data Center Project only, the Baseball/Softball Complex Project only, all Projects, or any combination of Projects. These proposals are non-exclusive, and award of one Project to one Offeror does not create an entitlement to any of the other Projects. B. AGREEMENT: The Agreement between the Owner and Contractor shall consist of the following: 1. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum, AIA Document A , as modified by the Owner (attached as Exhibit B). Offeror must state any requested modifications to these Contract Documents as part of its response to this Request. If no requests are made, Offeror will be expected to execute the Contract documents without modification. 2. General Conditions of the Contract for Construction, AIA Document A , as modified by the Owner (attached as Exhibit C). Note that Payment and Performance Bonds shall be required for the Project. Also note the other conditions included in all Exhibits. 3. Prevailing Wage Rates (attached as Exhibit E). 4. Plans and Specifications (attached as Exhibit F). C. TIME: Offeror agrees to hold the proposal open for acceptance for forty-five (45) calendar days from the proposal due date. 4

5 REQUEST FOR COMPETITIVE SEALED PROPOSALS BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD D. WITHDRAWAL OF PROPOSALS: Offerors may request permission to withdraw a proposal prior to the actual time for proposal opening. Such request must be made in person or in writing at the same location designated to receive the proposal. The DSISD will return the proposal documents unopened at that time. E. WAIVER: By submitting a proposal, each Offeror agrees to waive any claim it has or may have against the DSISD, its trustees, agents and employees, and any reference sources, arising out of or in connection with the administration, evaluation, or recommendation of any proposal; waiver of any requirements under the proposal documents; acceptance or rejection of any proposal; and award of the proposal. The DSISD shall have no contractual obligation to any Offeror, nor will any Offeror have any property interest or other right in the proposal or contract being proposed unless and until the contract is unconditionally executed and delivered by all parties, and all conditions to be fulfilled by the Offeror have been fulfilled by the Offeror. F. OTHER INFORMATION: The DSISD believes the information included in this Request for CSP is materially accurate, however, the DSISD does not warrant this information to be free from errors or omissions. Offerors are encouraged to inspect the premises prior to submitting a response. G. THE OFFEROR MUST SUBMIT THE FOLLOWING ITEMS: 1. PROPOSAL FORM: Exhibit A, signed by Offeror (ONE COPY). 2. RESPONSES TO INFORMATION REQUESTED: Section V, signed by Offeror (SIX COPIES, EXCEPT ONLY ONE COPY OF SECTION 4-5 OF SECTION V IS REQUIRED). 3. PROOF OF INSURABILITY: Submit a letter from your insurance provider stating provider s commitment to insure the applicant for the types of coverage at the levels specified in the CSP, if awarded a contract in response to this CSP. Offeror shall also submit a copy of current insurance certificate. 5. CONFLICTS OF INTEREST: Offeror acknowledges that it is informed that District Policy and Chapter 176 of the Texas Local Government Code requires that persons, or their agents, who seek to contract for the sale or purchase of property, goods, or services with the District, shall file a completed conflict of interest questionnaire with the appropriate district records administrator not later than the 7 th business day after the date that the person: (1) begins contract discussions or negotiations with the District; or (2) submits to the District an application, response to a request for qualifications, submissions or proposals, correspondence, or another writing related to a potential agreement with the District. The conflict of interest questionnaire form is available from the Texas Ethics Commission at Completed conflict of interest questionnaires must be included with responses to this CSP. Please consult your own legal counsel if you have questions regarding the statute or form. 5

6 REQUEST FOR COMPETITIVE SEALED PROPOSALS BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD IV. SCOPE OF WORK; SCHEDULE The Scope of Work for the Stadium Improvements Project includes adding aluminum grandstands for 8,000 spectators (5,000 home/3,000 visitor with the ability to expand in the future) around the existing artificial turf field north of the high school, and also adding press box, concession/restroom/ticket buildings, an auxiliary field house, fencing, parking, pedestrian amenities, scoreboard, sound system, and other miscellaneous support elements. Additionally, the project includes work in the existing main field house where the weight room will be divided in half to create a wrestling room and locker rooms will be modified. The estimated budget for the Stadium Improvements Project, excluding professional fees, is: $18,171, The Scope of Work for the Data Center Project (also known as the Network Operations Center or NOC ) includes adding a new 1,750 square foot building addition to house a data center, workroom, and miscellaneous support spaces for the District s central network operations adjacent to the existing DAEP building east of the high school. The estimated budget for the Data Center Project, excluding professional fees, is: $750, The Scope of Work for the Baseball/Softball Complex is adding new competition baseball and softball fields in the vacant land north of the high school. Each field will include dugouts, bullpens, batting cages, press boxes, storage buildings, scoreboards, sound systems, and fencing. The baseball field will include grandstand seating for 800 and the softball field will include seating for 500. The two fields will share a new concession/restroom/ticket building, parking, and pedestrian amenities. The estimated budget for the Baseball/Softball Project, excluding professional fees, is: $4,112, PROJECT SCHEDULE: Pre-Proposal Conference: April 13, 2015 at 10:00 A.M. Questions Due: April 16, 2015 at 2:00 P.M. Responses to Questions Posted: April 20, 2015 at 2:00 P.M. Response to CSP Due: April 27, 2015 at 2:00 P.M. Ranking Board Action: Estimated May 26, 2015 Board Contract Approval: Estimated June 2015 Substantial Completion of Stadium Improvements Project by: July 27, 2016 Substantial Completion of Data Center Project by: January 11, 2016 Substantial Completion of Baseball/Softball Project by: January 11,

7 REQUEST FOR COMPETITIVE SEALED PROPOSALS BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD OTHER REQUIRED DOCUMENTS The Offeror must complete and submit the Felony Conviction Notification Form and the Non- Collusion Statement attached as Exhibit D. WAGE RATES: The DSISD has ascertained and adopted a Prevailing Wage Schedule, attached as Exhibit E. Successful Offerors shall pay at least the minimum wage rate set forth in such Schedule to all employees and subcontractors performing work on this Project and in no event shall the successful Offeror pay less than the rate adopted. The scope of the work is more fully described in the Contract Documents available from the DSISD. TO THE EXTENT OF ANY CONFLICT BETWEEN THE TERMS OF THE PROPOSAL DOCUMENTS (INCLUDING THE SPECIFICATIONS), AND THE TERMS OF THE OWNER-MODIFIED AIA A AND A INCLUDED WITH THIS PROPOSAL, THE TERMS OF THE OWNER-MODIFIED AIA A101 AND A201 SHALL CONTROL. V. INFORMATION TO BE PROVIDED BY OFFERORS Please provide the following information concerning your firm. Section 1: General Information 1-1. Please provide a cover letter that includes the name, business address, telephone number, fax number, type of organization (individual, partnership, corporation, association), number of employees in the home and any field offices, a brief statement of interest and information regarding your organizational structure, availability, and intent to perform services. The letter shall also include general qualifications for selection and signature of an authorized officer of the Offeror who has legal authority in such matters List all professional or industry organizations in which your firm or its principals are members Describe any substantial changes in ownership of your firm during the past five (5) years. How many years has your firm operated in its current form of business operation? Section 2: Applicant Project Experience 2-1. Describe the most common problem or challenge that you have encountered in school construction and your method for addressing the issue. (Maximum length: 2 pages) 7

8 REQUEST FOR COMPETITIVE SEALED PROPOSALS BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD 2-2. Describe your firm s concepts for working a team relationship with the Owner and the Owner s design professional during the design and construction of major projects Provide a comprehensive list of all projects for which the applicant firm has provided comparable services for Texas Public School District in the past three (3) years. Include total project cost and Client/Owner contact information Provide a list of all projects involving construction of educational/athletic facilities for which Offeror has provided services in the last seven (7) years. The list shall indicate the name, owner, owner s contact, designers, state and completion dates, size, budget, final cost, managing principal, project architect and engineer, the number of change orders, and a brief description of each project. Identify projects that are currently under construction What do you bring to the project team that is unique? Please answer in essay form Describe your organization s safety program and provide your worker s compensation experience modification factor. List any safety awards your company has received within the past five (5) years Identify any claims or suits brought against your firm within the last five (5) years Describe all instances in which your firm was unable to complete the work under a contract Identify any judgments, claims, arbitration proceedings, or suits pending or outstanding against your firm or its officers Identify any lawsuits filed or arbitration requested by your firm with respect to construction contracts. Section 3: Scheduling Ability and Control 3-1. Describe the way your firm develops and maintains work schedules to coordinate with the Owner s project schedule Provide the following information for the five largest projects you currently have under contract: 1. Project Name 2. Location 3. Owner 4. Architect 5. Current Contract Amount 6. Percent Complete 7. Specified Contract Completion Date 8

9 REQUEST FOR COMPETITIVE SEALED PROPOSALS BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD 3-3. Provide a proposed schedule for Project completion by the Substantial Completion date. How many calendar days do you estimate construction of the Project will require? Section 4: Project Personnel 4-1. Provide a statement on the availability and commitment for all team members proposed for this Project Provide brief resumes (2 page limit) for the individuals listed below: a. Principals/Corporate Officers i. President ii. Vice President iii. Partners b. Project Management Candidates i. Project Manager ii. Superintendent 4-3. For the Project Manager and Superintendent candidates, please list up to three (3) people your firm considers qualified for each position. For each potential Project Manager and Superintendent, please provide the individual s total years of experience and experience relevant to this Project. Please also provide a list of the principal duties and responsibilities you anticipate assigning to the Project Manager and the Superintendent Describe the team proposed for this project and a description of planned efforts to provide quality work, meet schedules, and work within an agreed budget List all subcontractors and the work that each is anticipated to perform. Section 5: Financial Information and Capability 5-1. Provide the following financial information regarding your firm: a. Total amount of work performed as a general contractor for each of the past five (5) years. b. Bonding capacity, both per project and in the aggregate. c. Bank references, including banking representative name and title, name of bank, address, phone number. d. Bonding company references, including bonding representative name and title, name of bonding company, address, phone number. e. Dunn & Bradstreet rating, if available Explain in detail how your firm will handle warranty issues List the classifications of work or trades which you anticipate performing with in-house forces. 9

10 REQUEST FOR COMPETITIVE SEALED PROPOSALS BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD 5-4. Describe your proposed methods of cost control. VI. EXECUTION The foregoing is true and correct. The DSISD, or any authorized representative of the DSISD, is authorized by the undersigned to contact any firm, institution, or person listed above to obtain information about our firm's services, financial condition, and any other information which the DSISD might determine as being desirable. Offeror: By: (Signature) (Printed Name) (Title) 10

11 EXHIBIT A PROPOSAL FORM IDENTIFICATION OF OFFEROR AND ACCEPTANCE OF TERMS IMPORTANT: A proposal, to be valid, must be manually signed in ink by an authorized person in the space provided. By such signature, offeror agrees to strictly abide by the terms, conditions, and specifications set out in the Request for Competitive Sealed Proposal. 1.1 TO: Dripping Springs Independent School District Attn: Michelle Lyons, Purchasing Specialist 510 Mercer Street P.O. Box 479 Dripping Springs, Texas SUBMITTED BY: Address: Phone No.: Fax: Date: Signature: 1.3 PROPOSAL BREAKDOWN: Please write a dollar amount for each of the three Projects for which your firm wishes to submit a proposal. For any Project that your firm does not wish to respond to, please write N/A in the blank. The District will only consider Proposal items for which a dollar amount is written in the appropriate blank. Proposal Item No. 1: For the construction of the Stadium Improvements for Dripping Springs ISD in compliance with the Project Manual for the sum of: $ (Amount in figures) Proposal Item No. 2: For the construction of the Baseball/Softball Complex for Dripping Springs ISD in compliance with the Project Manual for the sum of: $ (Amount in figures)

12 Proposal Item No. 3: For the construction of the Data Center for Dripping Springs ISD in compliance with the Project Manual for the sum of: $ (Amount in figures) 1.4 ALLOWANCES: A. Stadium Improvements: 1. Section Temporary Facilities and Control: Include the stipulated sum of $ for purchase of project identification sign. 2. Pull Box Allowance: Include the stipulated sum of $15, for the purchase, delivery and installation of the final pull box locations and coordination. 3. Graphics Allowance: Include the stipulated sum of $15, for the purchase, delivery and installation of exterior graphics painting in locations to be determined by the Owner and the Architect. 4. Owners Contingency Allowance: Include the stipulated sum/price of $150, for use upon Architect's and Owner's instructions. 5. Construction Contingency Allowance: Include the stipulated sum/price of $150, for use upon Architect's and Owner's instructions. B. Baseball Softball Complex: 1. Section Temporary Facilities and Control: Include the stipulated sum of $ for purchase of project identification sign. 2. Graphics Allowance: Include the stipulated sum of $10, for the purchase, delivery and installation of exterior graphics painting in locations to be determined by the Owner and the Architect. 3. Owners Contingency Allowance: Include the stipulated sum/price of $50, for use upon Architect's and Owner's instructions. 4. Construction Contingency Allowance: Include the stipulated sum/price of $50, for use upon Architect's and Owner's instructions. C. Data Center Addition: 1. Section Temporary Facilities and Control: Include the stipulated sum of $ for purchase of project identification sign. 2. Data Allowance: Include the stipulated sum of $25, for the purchase, delivery, installation and coordination of the permanent data connectivity coordination between project sites. 3. Owners Contingency Allowance: Include the stipulated sum/price of $15, for use upon Architect's and Owner's instructions. 4. Construction Contingency Allowance: Include the stipulated sum/price of $15, for use upon Architect's and Owner's instructions.

13 1.5 ALTERNATES: A. Alternate Number 1A: 1. Remove and replace existing endzone panels with new panels as specified in Section and as detailed in the drawings, Sheet F304 $ B. Alternate Number 1B: 1. Remove and replace existing synthetic field with new field as specified in Section and as detailed in the drawings, Sheet F301 $ C. Alternate Number 2: 1. Provide Stadium Chair Seating as herein specified in Section where shown on the drawings in lieu of the seating indicated $ D. Alternate Number 3: 1. Provide custom colored riser plans as specified in Section where shown on the drawings in lieu of clear anodized aluminum. $ 1.6 UNIT PRICES: Please provide the following unit prices as part of the proposal. Unit prices apply to all Projects: Excavation (Dirt or Caliche) Excavation (Rock) Backfilling (On-Site) Reinforcing Steel, Straight or Bent Structural Concrete $ Cubic Yard $ Cubic Yard $ Cubic Yard $ Pound $ Cubic Yard Uncased Drilled Piers Complete including Reinforcing, concrete, accessories, and drilling 18 Diameter $ Lineal Foot 24 Diameter $ Lineal Foot 30 Diameter $ Lineal Foot Cased Drilled Piers Complete including reinforcing, concrete, accessories, drilling, and casing 18 Diameter $ Lineal Foot 24 Diameter $ Lineal Foot

14 30 Diameter $ Lineal Foot 1.7 ADDENDA: Undersigned acknowledges receipt of Addenda: (Nos. & Dates) 1.8 REVIEW OF CONTRACT AGREEMENTS The Proposer certifies that it has reviewed the AIA A and AIA A , as modified by Owner and attached as Exhibits B and C. Yes No Proposer agrees that if any revisions are requested to the terms and conditions in the Agreements attached as Exhibits B and C, they are listed below or attached on a separate sheet and submitted with the Proposal response: Yes No Requested Revisions:

15 EXHIBIT B AIA A , AS MODIFIED BY OWNER

16 EXHIBIT C AIA A , AS MODIFIED BY OWNER

17 EXHIBIT D, ATTACHMENT 1 FELONY CONVICTION NOTIFICATION State of Texas Legislative Senate Bill No.1, Section , Notification of Criminal History, Subsection (a) states a person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony. Subsection (b) states a school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract. This notice is not required of a Publicly-held Corporation. I, the undersigned agent for the firm named below, certify that the information concerning notification of felony convictions has been reviewed by me and the following information furnished is true to the best of my knowledge. Vendor s Name: Authorized Company Official s Name (Printed): a. My firm is a publicly held corporation; therefore, this reporting requirement is not applicable: Signature of Company Official b. My firm is not owned nor operated by anyone who has been convicted of a felony. Signature of Company Official c. My firm is owned or operated by the following individual(s) who has/have been convicted of a felony: Name of Felon(s) Details of Conviction(s) Signature of Company Official

18 EXHIBIT D, ATTACHMENT 2 ACKNOWLEDGMENT FORM - NON-COLLUSION STATEMENT The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this submission in collusion with any other proposer, and that the contents of this submission as to prices, terms or conditions of said submission have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business prior to the official opening of this submission. Vendor: Address: Phone: FAX: Respondent (Signature): Respondent (Print Name): Position with Company: Signature of Company Official Authorizing Submission: Company Official (Print Name): Official Position:

19 EXHIBIT E PREVAILING WAGE SCHEDULE AS ADOPTED BY THE DRIPPING SPRINGS INDEPENDENT SCHOOL DISTRICT BOARD OF TRUSTEES

20 EXHIBIT F PLANS AND SPECIFICATIONS

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

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

More information

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

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

More information

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

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

More information

Eanes Independent School District

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

More information

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES Big Rapids Public Schools Building Program 2005 OWNER Big Rapids Public Schools 21034 15-Mile Road Big Rapids, Michigan 49307 PHONE: (231) 796-2627

More information

REQUEST FOR PROPOSALS BRIDGEPORT ISD SEALED PROPOSALS WILL BE RECEIVED UNTIL 10:00 A.M., WEDNESDAY, JULY 10, 2013.

REQUEST FOR PROPOSALS BRIDGEPORT ISD SEALED PROPOSALS WILL BE RECEIVED UNTIL 10:00 A.M., WEDNESDAY, JULY 10, 2013. REQUEST FOR PROPOSALS BRIDGEPORT ISD PROPOSAL TITLE: Heating/Air Conditioning Service/Repair SEALED PROPOSALS WILL BE RECEIVED UNTIL 10:00 A.M., WEDNESDAY, JULY 10, 2013. RETURN PROPOSALS TO: Bridgeport

More information

1. PROJECT DESCRIPTIONS.

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

More information

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

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

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

More information

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

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office [email protected]

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

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 Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas Request For Proposal Furnish Schneider Business Park Signs Design Build Services For the Cibolo Economic Development Corporation Cibolo, Texas The City of Cibolo, Texas Economic Development Corporation

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

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS ADVERTISEMENT FOR BIDS Bids will be received at the office of the Niles City School District, 100 West Avenue, Niles, Ohio, 44446 until 12:00 PM on Friday, March 22, 2013 and will be opened and read immediately

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

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

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

More information

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

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

AIA Document A141 TM - 2004 Standard From of Agreement Between Owner and Design- Builder

AIA Document A141 TM - 2004 Standard From of Agreement Between Owner and Design- Builder AIA Document A141 TM - 2004 Standard From of Agreement Between Owner and Design- Builder AGREEMENT made as of the day of in the year of (In words, indicate day, month and year) BETWEEN the Owner: (Name,

More information

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 [email protected]

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

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

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

More information

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

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

More information

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

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

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

More information

REQUEST FOR PROPOSAL FINANCIAL ADVISOR SERVICES FOR COMMUNITY CONSOLIDATED SCHOOL DISTRICT 62

REQUEST FOR PROPOSAL FINANCIAL ADVISOR SERVICES FOR COMMUNITY CONSOLIDATED SCHOOL DISTRICT 62 REQUEST FOR PROPOSAL FINANCIAL ADVISOR SERVICES FOR COMMUNITY CONSOLIDATED SCHOOL DISTRICT 62 Submit proposals or inquiries to: Community Consolidated School District 62 Attention: Susan Shepard 777 E.

More information

REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES

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

More information

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

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

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

More information

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

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

More information

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

ATLANTA PUBLIC SCHOOLS

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

More information

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

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS PART 1 GENERAL 1.01 GENERAL SECTION 002113 INSTRUCTIONS TO BIDDERS A. Information contained in this section is supplemental to or in explanation of information in the INVITATION TO BID contained in Section

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

COUNTY OF TANEY, MISSOURI

COUNTY OF TANEY, MISSOURI COUNTY OF TANEY, MISSOURI REQUEST FOR BID For WORKERS COMPENSATION INSURANCE Taney County, Missouri RFB# 201202-168 Workers Compensation Insurance Release Date: February 25, 2012 Submittal Deadline: March

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

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

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

TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES

TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES The Town of Canton is soliciting proposals from professional architectural/engineering consultants for

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

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

REQUEST 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 information

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

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

More information

NEWBURGH 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 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 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

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

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

REQUEST FOR PROPOSALS FOR Call Center Consulting Services for the Tennessee Treasury Department RFP # 30901-24814

REQUEST FOR PROPOSALS FOR Call Center Consulting Services for the Tennessee Treasury Department RFP # 30901-24814 STATE OF TENNESSEE TREASURY DEPARTMENT REQUEST FOR PROPOSALS FOR Call Center Consulting Services for the Tennessee Treasury Department RFP # 30901-24814 RFP CONTENTS SECTIONS: 1. INTRODUCTION 2. RFP SCHEDULE

More information

PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA 85544-0134 REQUEST FOR PROPOSALS

PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA 85544-0134 REQUEST FOR PROPOSALS PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA 85544-0134 REQUEST FOR PROPOSALS Point to Point Leak Detection Survey RFP # 2014-02 PROPOSAL OPENING DATE July 26, 2013 3:00 PM REQUEST

More information

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

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

More information

State Health Benefit Plan Procurement Policy

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

More information

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

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

More information

REQUEST FOR PROPOSAL (RFP#) 11-11-13-04 E-RATE VOICE- SIP TRUNK. Website: http://www.dcschools.com

REQUEST FOR PROPOSAL (RFP#) 11-11-13-04 E-RATE VOICE- SIP TRUNK. Website: http://www.dcschools.com DATE: October 11, 2013 REQUEST FOR PROPOSAL (RFP#) 11-11-13-04 E-RATE VOICE- SIP TRUNK Website: http://www.dcschools.com CONTACT PERSON: Alan Hagy, at 214-944-4522, or [email protected] Request for Proposal

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS REQUEST FOR QUALIFICATIONS by The University of Texas Southwestern Medical Center at Dallas for Selection of a Vendor to Provide Engineering Services related to Campus Facilities Projects RFQ No. 729-09-49

More information

GEORGETOWN PUBLIC SCHOOLS REQUEST FOR PROPOSALS. Perley Elementary School Roof Replacement Project DESIGN SERVICES

GEORGETOWN PUBLIC SCHOOLS REQUEST FOR PROPOSALS. Perley Elementary School Roof Replacement Project DESIGN SERVICES GEORGETOWN PUBLIC SCHOOLS REQUEST FOR PROPOSALS Perley Elementary School Roof Replacement Project DESIGN SERVICES The Georgetown School Committee seeks proposals for Design Services in connection with

More information

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081 RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081 REQUEST FOR PROPOSAL FOR GENERAL LIABILITY, SCHOOL LEADERS ERRORS & OMISSIONS, AND AUTO LIABILITY INSURANCE RFP #1281

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

Request for Quote for. Technology Devices: Desktops, Laptops, etc. RFQ #TEDV14CS

Request for Quote for. Technology Devices: Desktops, Laptops, etc. RFQ #TEDV14CS P.O. BOX 218 LEANDER, TEXAS 78646 512-570-0613 fax 512/570-0607 Email [email protected] QUOTATION, SPECIFICATIONS, & FORMS Request for Quote for : Desktops, Laptops, etc. RFQ #TEDV14CS Bids

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: [email protected]

More information

CLOSING LOCATION 38-3200 Island Hwy Nanaimo BC, V9T 6N4

CLOSING LOCATION 38-3200 Island Hwy Nanaimo BC, V9T 6N4 Request for Proposals PROFESSIONAL INFORMATION TECHNOLOGY SERVICES For 2013 2015 HAVEN SOCIETY CLOSING LOCATION 38-3200 Island Hwy Nanaimo BC, V9T 6N4 CLOSING DATE AND TIME DATE: FEBRUARY 28, 2013 3 PM

More information

CITY 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 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 information

FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT 2 1109 S. Marion Avenue, Mail Station 2015 Lake City, Florida 32025-5874

FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT 2 1109 S. Marion Avenue, Mail Station 2015 Lake City, Florida 32025-5874 ADVERTISEMENT FOR LETTERS OF INTEREST FOR A DESIGN BUILD PROJECT (PROCUREMENT METHOD SHORTLISTING OF PROPOSERS WITH TECHNICAL AND PRICE EVALUATION BY ADJUSTED SCORE) PROCUREMENT NUMBER: E2N44 Financial

More information

REQUEST FOR PROPOSALS ADVERTISING SERVICES

REQUEST FOR PROPOSALS ADVERTISING SERVICES LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS ADVERTISING SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development Corporation d/b/a Empire

More information

COVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID

COVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID COVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID PROJECT: To Provide Photography Services for School Pictures to Coventry Public Schools. The School District is comprised of (5) Elementary Schools with total enrollment

More information

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR

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

More information

SECTION 000100 - INSTRUCTIONS TO BIDDERS

SECTION 000100 - INSTRUCTIONS TO BIDDERS SECTION 000100 - INSTRUCTIONS TO BIDDERS ARTICLE 1 - SPECIAL NOTICE TO BIDDERS These electronic specifications makeup a complete set of project bidding forms. The proposal form shall be executed and submitted

More information

UTAH COUNTY ANIMAL SHELTER REQUEST FOR PROPOSALS FOR VETERINARY SERVICES

UTAH COUNTY ANIMAL SHELTER REQUEST FOR PROPOSALS FOR VETERINARY SERVICES S FOR VETERINARY SERVICES Page 1 SECTION 1 ADMINISTRATIVE OVERVIEW 1.1 BACKGROUND 1.2 PURPOSE The Utah County Animal Shelter s mission is to promote the health and safety of pets and people in Utah County

More information

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

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

More information

PROFESSIONAL ENGINEERING SERVICES FOR HURRICANE IRENE HAZARD MITIGATION GRANT PROGRAM (HMGP) FOR ELEVATION

PROFESSIONAL ENGINEERING SERVICES FOR HURRICANE IRENE HAZARD MITIGATION GRANT PROGRAM (HMGP) FOR ELEVATION REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES FOR HURRICANE IRENE HAZARD MITIGATION GRANT PROGRAM (HMGP) FOR ELEVATION September 22, 2014 TABLE OF CONTENTS REQUEST FOR QUALIFICATIONS

More information

Request for Proposals

Request for Proposals Request for Proposals Title: RFP #: 2010-HR-001 Issue Date: January 4, 2010 Due Date/Time: January 28, 2010 2 p.m. Issuing Agency: Harnett County Human Resources Department 102 E. Front Street P.O. Box

More information

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION

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

STATE OF TENNESSEE DEPARTMENT OF TRANSPORTATION REQUEST FOR PROPOSALS # 40100-04815 AMENDMENT # EIGHT LOGO SIGN PROGRAM

STATE OF TENNESSEE DEPARTMENT OF TRANSPORTATION REQUEST FOR PROPOSALS # 40100-04815 AMENDMENT # EIGHT LOGO SIGN PROGRAM 8-21-14 RFP STATE OF TENNESSEE DEPARTMENT OF TRANSPORTATION REQUEST FOR PROPOSALS # 40100-04815 AMENDMENT # EIGHT LOGO SIGN PROGRAM DATE: October 1, 2015 RFP # 40100-04815 IS AMENDED AS FOLLOWS: 1. This

More information

Mondays 9:00 a.m. 4:30 p.m. Tuesdays 9:00 a.m. 4:30 p.m. Wednesdays 9:00 a.m. 1:00 p.m. Thursdays 9:00 a.m. 4:30 p.m. Fridays 9:00 a.m. 4:30 p.m.

Mondays 9:00 a.m. 4:30 p.m. Tuesdays 9:00 a.m. 4:30 p.m. Wednesdays 9:00 a.m. 1:00 p.m. Thursdays 9:00 a.m. 4:30 p.m. Fridays 9:00 a.m. 4:30 p.m. TOWN OF WEBSTER, MASSACHUSETTS REQUEST FOR QUALIFICATIONS FOR OWNER S PROJECT MANAGEMENT SERVICES FOR THE CHESTER C. CORBIN PUBLIC LIBRARY CONSTRUCTION PROJECT The Town of Webster, Massachusetts seeks

More information

Honeywell Energy Services Group

Honeywell Energy Services Group Honeywell Energy Services Group Minnesota State Colleges and Universities Riverland Community College Guaranteed Energy Savings Program (GESP) Project Request for Qualifications (RFQ) Phase 3 Lighting

More information

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

REQUEST 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 information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) Request for Proposal, Page 1 of 13 REQUEST FOR PROPOSAL (RFP) RFP NUMBER AND TITLE: PLACE OF OPENING: 1213-05 : TypeWell, CART, Sign Language Interpreting, Captioned Media and Alternate Format Text, and

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

All other provisions of the contract documents, plans and specifications shall remain unchanged.

All other provisions of the contract documents, plans and specifications shall remain unchanged. B. Supplementary Conditions a. Reference Page CS-5, Section 11.0 Insurance, Section C3.3-11 Insurance Item c.7: Delete paragraph and replace with the following: Environmental Impairment Liability Coverage

More information

Town of North Haven. REQUEST FOR QUALIFICATIONS OF and PROPOSALS FROM SOLAR ENERGY DEVELOPERS

Town of North Haven. REQUEST FOR QUALIFICATIONS OF and PROPOSALS FROM SOLAR ENERGY DEVELOPERS Town of North Haven REQUEST FOR QUALIFICATIONS OF and PROPOSALS FROM SOLAR ENERGY DEVELOPERS Legal Notice Request for Qualifications and Proposals Town of North Haven The Town of North Haven requests that

More information

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

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

More information

Town of Maiden. Request for Proposals For Sign Replacement Project

Town of Maiden. Request for Proposals For Sign Replacement Project Town of Maiden 19 N. Main Avenue Maiden, NC 28650 (828) 428-5000 Request for Proposals For Sign Replacement Project Section I Introduction and Intent of RFP: Pursuant to the General Statutes of North Carolina

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

Merchant Account Services

Merchant Account Services COLORADO MOUNTAIN COLLEGE Request for Proposal Number #466-10 Merchant Account Services Due: July 31, 2010 at 4:00 PM Mountain Time COLORADO MOUNTAIN COLLEGE INVITATION TO BID #466-10 Merchant Account

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

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

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

More information

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

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

More information