REQUEST FOR PROPOSALS Community Engagement and Outreach Consultant
|
|
|
- Clara Roberts
- 10 years ago
- Views:
Transcription
1 REQUEST FOR PROPOSALS Community Engagement and Outreach Consultant The Chicago Cook Workforce Partnership (The Partnership) seeks an individual or a communications firm to provide assistance with the development and implementation of a communications strategy including the creation of collateral materials. I. Background The Partnership, 501(c) (3) nonprofit organization, is a collaborative effort of the City of Chicago and Cook County. The Partnership administers federal Workforce Investment Act (WIA) funds and programming for more than 140,000 people annually through a network of 49 delegate agencies, 10 workforce centers, 8 satellite sites and 4 industry sector centers on behalf of the City of Chicago and Cook County in conjunction with the leadership of the Chicago Cook Workforce Investment Board (WIB), The Partnership has statutory responsibility for the local implementation of WIA and provides a forum for business, labor, education, government, community-based organizations, and other stakeholders to work together to develop strategies to address the supply and demand challenges confronting the local workforce. The Partnership delivers services to both job seekers and businesses while supporting job creation and economic development across the region. The Partnership creates and supports innovative programs that allow for region-wide implementation of best practices and coordinated engagement with the region s business community in order to meet the workforce needs of employers. To achieve this mission, The Partnership administers over $60 million public, private, and federal investments in workforce education and job training initiatives; and provides strategy development, project management and data analysis for our partners and stakeholders. As part of our communications efforts, we engage in local, regional, and national outreach to promote awareness and utilization of the public workforce system by both job seekers and businesses alike. II. Description of Requested Services The Partnership seeks to retain an agency or individual to assist with advancing its communications initiatives. Our goals include managing brand identity, increasing community engagement, and the development of a strategic communications plan. Current staff capacity is limited; we would be relying heavily on an outside agency to develop messaging and materials. The primary audience includes two distinct client bases; job seekers and employers. The Partnership serves job seekers of all ages who, based upon individual circumstance, may be deemed eligible for occupational training, support and job placement. We provide employers with a host of services including screening and referrals of prospective employees; hiring events; access to a pipeline of skilled workers, training for existing employees and post-placement retention/support. Secondary audiences include community and faithbased organizations seeking to support un- and under-employed individuals, as well as potential funders, i.e. corporations, individual donors and philanthropic entities. Finally, engagement of public officials who can influence workforce and higher education policy and disseminate information to their constituencies is also critical. RequestforProposal:Communications 1 Page
2 The Partnership will be the primary owner of the materials and work product paid for under any contracts or awards pursuant to this RFP. A successful respondent will be required to perform the following: 1. Create a comprehensive one-to-three year strategic communications plan that will: a. Outline communications strategies, procedures and policies for both internal and external stakeholder engagement; b. Design an effective social media/digital outreach strategy; c. Address the design, production and dissemination of collateral materials; d. Guide website content development; e. Guide print and broadcast media engagement/outreach; f. Establish metrics for evaluating the success of communications/outreach efforts 2. Develop training protocols and materials for use by Partnership staff and our network of agencies. Training regarding messaging, and outreach The strategic plan should also identify new target audiences and/or potential funding sources, without excluding the current audiences, III. GENERAL INFORMATION A. Eligible Respondents Any governmental, not-for-profit, local agency, educational institution, for-profit entity, or joint venture properly operating in accordance with Federal, State and local law, and in business for at least three years, may submit a proposal for consideration. Joint ventures that have been in business less than three years may apply if the partners have been in business for at least three years. Minority- owned, womenowned and disadvantaged businesses are encouraged to apply. Respondents must be eligible to do business with both the City of Chicago and Cook County. Respondents must indicate the full address for their administrative offices in their response. Respondents may submit proposals which include subcontractors such subcontracting relationships must be specified in the response. Any later subcontracting must be done pursuant to Partnership procurement policies and are subject to prior written approval from The Partnership. Entities are ineligible if they: 1) are currently barred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in this transaction by a Federal, State or Local department/agency; 2) have existing grants with any State or Local agency that are suspended or otherwise not in good standing; or 3) are not in compliance with the Illinois Department of Revenue or the Federal Internal Revenue Service requirements. RequestforProposal:Communications 2 Page
3 B. Project Duration The contractor will be expected to complete all project activities and produce all deliverables during a 6- month period commencing on or about February 2014 through July The contract and project dates are contingent upon final approval of funding. The Partnership reserves the right to modify the initial contract to include an extension for an additional period depending upon the availability of funds, the contractor s performance, and the needs of The Partnership. C. Project Cost Consultants are advised to submit proposals reflecting their best and lowest cost. The contract to be awarded will be for a fixed price based on services and deliverables to be provided. The initial contract may be modified in writing by mutual agreement of the two parties to include additional activities reasonably related to the project, with additional funding to support the completion of those activities pending availability of funds and performance of the contractor. Payment will be contingent on the provision of services and The Partnership s acceptance of deliverables. The budget for this project is not greater than $50,000 (does not include printing of materials). Pro Bono Marketing: List the Pro Bono services (if any) that you will provide and their value under the Budget Section of your proposal. D. Notice of Award All respondents will be notified by mail as to their award status. Unsuccessful respondents who wish to obtain information on the evaluation of their proposal should submit a written request to this effect to The Partnership s Chief Administrative Officer/General Counsel. IV. Form and Content of Proposals The proposal should be organized into the following sections and sequence: Cover Sheet & Table of Contents Prepare a cover sheet (Attachment A), which identifies the consultant, provides contact information, date of submission, and project name, and a Table of Contents. Section A Describe the consultant s approach to the project, including an overview of the consultant s proposed plan for completing activities identified in this Request for Proposal (RFP); Section B Provide a detailed work plan for completing project activities and producing project deliverables with specific action steps and a timetable for completion. Section C Discuss the proposed organization structure for the project, the number and qualifications of personnel that the consultant proposes to make available to complete the work, the manner in which they will be utilized, and how they will operate within the proposed organization structure; specify the amount of time each of the key personnel will commit to the project; provide resumes of key project staff, detailing their technical skills, experience, education, etc.; and identify all pertinent experience of personnel. Section D Provide information on the consultant s background, related experience, and financial condition; provide a brief history of the company and a listing of representative RequestforProposal:Communications 3 Page
4 customers, including three references; describe the general range of products and services offered; identify a minimum of three references; and, while not required, identify any experience or knowledge that might relate to one-stop centers/service provider programs. Section E Provide a detailed budget that supports the total project cost. The budget should contain the following information: project management/overhead costs, staff costs, travel costs, and other costs, including Pro Bono services. In addition to cost information, the consultant must propose a payment schedule with deliverables. Remember that the contract to be awarded will be for a fixed price. Payments will be based on the completion of activities and The Partnership s acceptance of project deliverables. Section F - Please explain if the respondent, any of its proposed subcontractors or any partners in a joint venture are certified as a minority-owned (MBE), women-owned (WBE), or person with disability-owned business enterprise (BEPD). Provide proof of certification from a state or local government. Nonprofit agencies and institutions of higher learning may demonstrate MBE/WBE/BEPD control if a majority of their board and/or senior staff members are minorities, women, or people with disabilities. Nonprofits may submit a list of board members and senior staff, including name, title, race, gender, and disability status in lieu of MBE/WBE/BEPD certification. V. Submission of Proposals All proposals must be received Monday, December 22, 2014, no later than 4:00 p.m. CDT. Consultants must submit an original and three copies of their proposal to The Partnership: Dunni T. Cosey Gay Chicago Cook Workforce Partnership 69 W. Washington Suite 2680 Chicago, IL Please send electronic copies of proposals to [email protected]. Questions related to preparation of proposals and services to be provided must be received by The Partnership in writing. Questions should be directed to Dunni T. Cosey Gay at [email protected]. Proposal requirements include the following: Cover page (Attachment A) Proposal Narrative Charts and diagrams should be included in the proposal section to which they pertain. If a consultant intends to use a subcontractor for any portion of the project, specific information requested for the consultant must also be provided for any subcontractor. The consultant should include only the facts and data necessary to present a complete and effective proposal. Presentations, brochures or additional data as examples are encouraged. Signed Assurances & Certification page. VIII. Review and Selection Process RequestforProposal:Communications 4 Page
5 The maximum points any proposal can receive are 100. A review team will evaluate proposals according to the following criteria: Organization/structure and Cover Sheet The consultant followed instructions in structuring the proposal and preparing a cover sheet. Maximum points: 0 Section A The consultant s response to this section reflects an understanding of the scope of the project, specific activities to be completed, and deliverables to be produced. Maximum points: 15 Section B The consultant s work plan addresses all project activities, identifies specific action steps supporting each of the activities, and specifies reasonable time frames for completion. Maximum points: 20 Section C The consultant s proposed organization and staffing identifies personnel possessing skills and experience related to project tasks to be performed; the organization/management structure and time commitment of staff resources support completion of project activities and preparation of deliverables. Maximum points: 25 Section D The consultant s background, experience and financial condition reflects relevant experience and a capability to provide requested services; references must indicate that their experience with the consultant has been positive. Maximum points: 25 Section E The budget is sufficiently detailed to show how the total project cost was determined, costs appear to be reasonable, and a proposed payment schedule was provided which identifies periodic payments based on the completion of project activities and The Partnership s acceptance of deliverables. Maximum points: 15 Each proposal will be assigned a point value based on an average of all individual reviewer scores. Proposals will then be ranked based on average scores. The Partnership may request consultants to make oral presentations prior to a final selection. VII. Deliverables Below is a list of expected project deliverables. Depending on the respondent s proposed solution, the type and format of the deliverables may change. All changes in deliverables will be discussed with the selected respondent during the initial project meeting and subsequent project meetings. All deliverables must be included in the scope as evidenced in the project implantation plan submitted with the response. Deliverable Project Plan and Schedule Project status reports Explanation A comprehensive project plan that describes, in detail, how the project will be structured and managed Weekly project status reports that will, at a minimum, provide a dashboard view of the project status, including: RequestforProposal:Communications 5 Page
6 Project Plan Adjustments Project schedule Project budget Project risks Status reports should include any other information and details related to project progress. Document that explains how changes to the project plan, scope, schedule, budget, and/or any other aspects of the project will be reviewed, approved, and incorporated into the project itself (including any change request forms, etc.). RequestforProposal:Communications 6 Page
7 VIII. Budget Respondents must complete a detailed budget, including budget assumptions with their proposal. Please see Attachment E Cost Proposal for further information. IX. Proposal and Contract Information The Partnership reserves the right to accept or reject any or all applications received, to negotiate with any qualified source, or to cancel in part or in its entirety this RFP process if it is in its best interest to do so. This RFP does not commit the Partnership to award a contract or to pay any cost incurred in the preparation of proposals. The content of the proposal submitted by the consultant selected for funding will become part of the contract. Proprietary right to all data, materials, documentation and products originated by and prepared pursuant to the contract shall belong exclusively to The Partnership. The contractor will be prohibited from disseminating products and information developed under the grant without the prior written consent of The Partnership. Page7of13
8 ATTACHMENT B X. Assurances and Certifications Statement The Contractor hereby assures and certifies compliance with each of the requirements applicable to this agreement: 1. Program Requirements as provided for under Section 181, 183, 184, 186, 187, 189 and 195 of the Workforce Investment Act CFR Part (a) (2) prohibiting utilization of funds to carry out public service employment programs under Title I of the Workforce Investment Act (The Act). 3. The limitations on the use of funds as provided for under 20 CFR Part (a) and 20 CFR Part 66 policy on lobbying restrictions as established. 4. Section 189(h) of the Act, by assuring that each individual participating in any program established under the Act, or receiving any assistance under the Act, has not violated Section 3 of the Military Selective Service Act (50 U.S.C.appl. 453). 5. Permit and cooperate with federal investigations undertaken in accordance with Section 185 of the Act. 6. Section 134(e) (3) of the Act and 20 CFR Parts , , , and in making needs-based payments to individuals participating in a training program. 7. Record retention requirements contained in 29 CFR or 29 CFR CFR Part which prohibits replacing a currently employed worker with any WIA participants. 9. Serve non-economically disadvantaged participants in accordance with Section 129(c) (5) of the Act CFR Part (a), prohibiting funds to be used for employment generating activities, economic development and other similar activities unless they are directly related to training for eligible individuals. 11. Require all lower tier subcontractors to comply, with the policy on lobbying restrictions as established in accordance with 29 CFR Part The policy on debarment and suspension regulations as established in accordance with 29 CFR Part Sections 134(d)(4)(F)(iii) and 134(d)(4)(G) of the Act. 14. Executive Order 11246, "Equal Employment Opportunity," as amended by Executive Order 11375, "Amending Executive Order Relating to Equal Employment Opportunity," and as supplemented by regulations at 41 CFR Part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor. 15. The Copeland "Anti-Kickback" Act (18 U.S.C. 874) as supplemented in Department of Labor regulations (29 CFR Part 3, Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States ). The Act provides that each contractor or subcontractor shall be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which one is otherwise entitled. The recipient shall report all suspected or reported violations to the Federal awarding agency. 16. The Davis-Bacon Act as supplemented by Department of Labor regulations (29 CFR Part 5, Labor Standards Provision Applicable to Contracts Governing Federally Financed and Assisted Construction ). Under this Act, contractors shall be required to pay wages to laborers and mechanics at a rate not less than the minimum wages specified in a wage determination made by the Secretary of Labor. In addition, contractors shall be required to pay wages not less than once a week. The recipient shall place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation and the award of a contract shall be conditioned upon the acceptance of the wage determination. The recipient shall report all suspected or reported violations to the Federal awarding agency. 17. Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C ) as supplemented by Department of Labor regulations (29 CFR Part 5). Under Section 102 of the Act, each Page8of13
9 contractor shall be required to compute the wages of every mechanic and laborer on the basis on a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than 1½ times the basic rate of pay for all hours worked in excess of 40 hours in the work week. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic shall be required to work in surroundings or under working conditions that are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. 18. All requirements relating to the performance of experimental, developmental, or research work including providing for the rights of the Federal Government and the recipient in any resulting invention in accordance with 37 CFR Part All applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C et. seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C et. seq.). Violations shall be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). 20. The provisions of the Byrd Anti-Lobbying Amendment (31 U.S.C. 1352). Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C Each tier shall also disclose any lobbying with non-federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. See 29 CFR Part The provisions of Debarment and Suspension (E.O.'s and 12689), including the prohibition against any contracts with parties listed on the General Services Administration s List of Parties Excluded from Federal Procurement or Nonprocurement Programs in accordance with E.O. s and 12689, Debarment and Suspension. This list contains the names of parties debarred, suspended, or otherwise excluded by agencies, and contractors declared ineligible under statutory or regulatory authority other than E.O Contractors with awards that exceed the small purchase threshold shall provide the required certification regarding its exclusion status and that of its principal employees. 22. Americans with Disabilities Act (ADA) (42 U.S.C et. seq.) and the regulations thereunder (28 CFR ), prohibiting discrimination against persons with disabilities by the State, whether directly or through contractual agreements, in the provision of any aid, benefit or services. 23. Neither the Contractor nor its employees have been convicted of bribing or attempting to bribe an officer or employee of the State of Illinois or has made an admission of such quilt as defined in the Illinois Procurement Code (30 ILCS 500/50-5). 24. The Contractor has not been barred from contracting with a unit of State or local government as a result of a violation of Bid-Rigging or Bid Rotating provisions in Section 33E-3 or 33E-4 of the Criminal Code of 1961 (720 ILCS 5/33 E-3 and 5/33 E-4). 25. The Contractor has written sexual harassment policies that shall include, at a minimum, the following information: the illegality of sexual harassment; the definition of sexual harassment under state law; a description of sexual harassment; internal complaint process including penalties; legal recourse, investigative and complaint process available through the Department of Human Rights and the Human Rights Commission; directions on how to contact the Department and Commission and protection against retaliation as provided by Section of the Illinois Human Rights Act (775 ILCS 5/2-105 (B)(5)). 26. The Contractual Agreement is not in violation of the Educational Loan Default Act (5 ILCS 385/3) prohibiting certain contracts to individuals who are in default on an educational loan. 27. Applicable provisions of the Drugfree Workplace Act (30 ILCS 580/1. et.seq.). False certification or violation of the requirements of the Drugfree Workplace Act may result in sanctions including, but not limited to, suspension of grant payments, termination of this Contractual Agreement and debarment of contracting or Page9of13
10 grant opportunities with the Grantor for at least one (1) year but not more than five (5) years. 28. Applications, programmatic reports and other information obtained under this Contractual Agreement are administered pursuant to the Freedom of Information Act (5 ILCS 140/1 et. seq.). 29. The Historic Preservation Act (20 ILCS 3420/1 et. seq.). The Contractor will not expend funds under this Contractual Agreement which results in the destruction, alteration, renovation, transfer or sale, or utilization of a historic property, structure or structures, or in the introduction of visual, audible or atmospheric elements to a historic property, structure or structures, which will result in the change in the character or use of any historic property. 30. The Contractor and any substantially owned affiliate company is not participating or will not participate in an international boycott, as defined by the provisions of the U.S. Export Administration Act of 1979, or as defined by the regulations of the U.S. Department of Commerce, promulgated pursuant to that Act (30 ILCS 582/1 et. seq.). 31. The Land Trust/Beneficial Disclosure Act (765 ILCS 405/2.1). The Contractor will not pay any grant award funds to any trustee of a land trust, or any beneficiary or beneficiaries of a land trust, for any purpose relating to the land which is the subject of such trust, any interest in such land, improvements to such land or use of such land unless an affidavit is first filed with the DCEO identifying each beneficiary of the land trust by name and address and defining such interest therein. 32. State of Illinois Discrimination Laws (775 ILCS 5/1-101, et. seq.). In carrying out the performance required under this Contractual Agreement, the Contractor shall comply with all applicable provisions of the Illinois Human Rights Act, and rules and regulations promulgated by the Illinois Department of Human Rights, prohibiting unlawful discrimination in employment and providing for equal employment opportunity and affirmative action. The Contractor s failure to comply with all applicable provisions of the Illinois Human Rights Act, or applicable rules and regulations promulgated thereunder, may result in a determination that the Contractor is ineligible for future contracts or subcontractors with the Grantor and this Contractual Agreement may be canceled or voided in whole or in part, and such other sanctions or penalties may be imposed or remedies invoked as provided by statute or regulation. 33. Unemployment Insurance Act (820 ILCS 405/1900). In the context of performance under this Contractual Agreement, the Contractor will or may have access to documents, files, records or other information that is confidential within the meaning of Section 1900 of the Unemployment Insurance Act and agrees to comply with all provisions set forth in Section 1900 of said Act regarding nondisclosure of any such information, including penalties for noncompliance. 34. Salary Compliance Amendment (Public Law ). None of the funds appropriated in Public Law or prior Acts under the heading Employment and Training that are available for expenditure on or after June 15, 2006, shall be used by a recipient or sub- recipient of such funds to pay the salary and bonuses of an individual, either as direct costs or indirect costs, at a rate in excess of Executive Level II, except as provided for under section 101 of Public Law This limitation shall not apply to vendors providing goods and services as defined in OMB Circular A-133. Where States are recipients of such funds, States may establish a lower limit for salaries and bonuses of those receiving salaries and bonuses from sub-recipients of such funds, taking into account factors including the relative cost-of-living in the State, the compensation levels for comparable State or local government employees, and the size of the organization that administer Federal programs involved including Employment and Training Administration programs. See Training and Employment Guidance Letter number 5-06 for further clarification. For FY'07, the limit is set at $168, The Contractor complies with all federal, state and local tax laws, including but not limited to the filing of all applicable tax returns. Page10of13
11 The undersigned is authorized on behalf of Contractor to, and hereby does, specifically acknowledge and agree to comply with all assurances and certifications referenced herein. BY: DATE: TITLE: Page11of13
12 Attachment A Name of Agency/Organization: Please provide the following information for the above named agency. Telephone #: Fax #: Legal Status: Private for Profit Corp. (Date Incorporated/State ); Private Not-for-Profit Corp. (Date Incorporated/State ); Public Agency (Specify ); Sole Proprietorship; Partnership; Other(Specify: ) Organization Information: If you are an individual, enter your name and SSN as it appears on your Social Security Card. If completing this certification for a sole proprietorship, enter the owner's name followed by the name of the business and the owner's SSN. For all other entities, enter the name of the entity (as used to apply for the entity's EIN) and the EIN. FEIN/SSN Number IRS Classification for Tax Exemption: Total Project Cost/Budget: The consultant certifies that the information provided in this Request for Proposal including all Attachments, is true, accurate and current; and the person signing below is authorized to do so on behalf of the above named organization. Signature of Duly Authorized Representative: Signature? Title Date Printed Name Page12of13
13 For Internal Use Only Rec d by Date Time Page13of13
Lawrence 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
Attachment II FLOW-DOWN CLAUSES APPLICABLE TO PURCHASE ORDERS INVOLVING FUNDS FROM A FEDERAL GOVERNMENT CONTRACT OR GRANT
Attachment II FLOW-DOWN CLAUSES APPLICABLE TO PURCHASE ORDERS INVOLVING FUNDS FROM A FEDERAL GOVERNMENT CONTRACT OR GRANT If the Order involves funds from a Federal government contract or funds from a
Federal Acquisition Regulation Subcontract Flowdown Provisions
Federal Acquisition Regulation Subcontract Flowdown Provisions Clause Title Title Applicability 52.203-6, Alt 1 Restrictions on Subcontractor Sales to the (if subcontract over $150,000) Government (SEP
ATTACHMENT 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
MINNESOTA 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
AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave.
Date: 03/07/2014 RFP # 2014-6 Request for Proposal for: Paper Shredding / Document Destruction Services AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott
Request for Proposals
City of Sonora Request for Proposals City of Sonora Microenterprise Technical Assistance Program Lead Technical Assistance Consultant City of Sonora Community Development Department 94 N. Washington Street
WorkLink 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)
... 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
REQUEST FOR PROPOSAL FOR NONPROFIT FUND ACCOUNTING SOFTWARE RFQ# EW 06/23-16/17
REQUEST FOR PROPOSAL FOR NONPROFIT FUND ACCOUNTING SOFTWARE RFQ# EW 06/23-16/17 Contact: Experience Works [email protected] 1 SECTION I: INTRODUCTION Experience Works, Inc., (EW) (formerly
REPRESENTATIONS 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
Tax 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
7 CFR Parts 3400, 3401, 3402, 3403, 3405, 3406, 3407, 3415, 3430, and 3431
This document is scheduled to be published in the Federal Register on 02/16/2016 and available online at http://federalregister.gov/a/2016-02473, and on FDsys.gov Billing Code: 3410-KS-P DEPARTMENT OF
FLORIDA 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,
Request 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
CERTIFICATIONS 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
AC 3290-S (Rev. 9/13) NEW YORK STATE VENDOR RESPONSIBILITY QUESTIONNAIRE FOR-PROFIT BUSINESS ENTITY
You have selected the For-Profit n-construction questionnaire which may be printed and completed in this format or, for your convenience, may be completed online using the New York State VendRep System.
Request for Quotation For Design and Printing
PAGE 1 OF 7 Request for Quotation For Design and Printing Head Start of Greater Dallas, Inc. is requesting quotation for Printing and Design Work for Marketing and Public Relations for the Agency locations
NORTHEAST KANSAS COMMUNITY ACTION PROGRAM, INC. PROPERTY, LIABILITY, UMBRELLA, VEHICLE, COMMERCIAL, WORKER S COMPENSATION, D&O/EPLI INSURANCE PLANS
NORTHEAST KANSAS COMMUNITY ACTION PROGRAM, INC. NEK-CAP, Inc. PO Box 380 Hiawatha, KS 66434 (785) 742-2222 Request for proposals for: PROPERTY, LIABILITY, UMBRELLA, VEHICLE, COMMERCIAL, WORKER S COMPENSATION,
10/30/2015. Procurement Under the New Requirements. Why This Session Is Needed. Lesson Overview & Module Objectives. Changes to conflict of interest
Requirements Procurement under the New Requirements 1 1 Why This Session Is Needed New provisions in Uniform Guidance Changes to conflict of interest requirements in Uniform Guidance Distinctions between
WITNESSETH: 2.1 NAME (Print Provider Name)
AGREEMENT between OKLAHOMA HEALTH CARE AUTHORITY and CERTIFIED NURSE MIDWIFE WITNESSETH: Based upon the following recitals, the Oklahoma Health Care Authority (OHCA hereafter) and (PROVIDER hereafter)
CDO WORKFORCE INVESTMENT BOARD. REPLACES CDO Workforce Investment Board Procurement Policy, dated 9/30/05
CDO WORKFORCE INVESTMENT BOARD POLICY #07-03: Local Procurement of Goods and Services DATE: November 14, 2007 APPLIES TO: Use of WIA Title I-B funds REPLACES CDO Workforce Investment Board Procurement
City 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)
Request for Proposals (RFP) Communications Services RFP #CS-PY 15-I September 17, 2015
Request for Proposals (RFP) Communications Services September 17, 2015 PURPOSE Opportunity Inc. of Hampton Roads (OppInc.) seeks a communications consultant (the Consultant) to provide Communications Services
LAWRENCE-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
INVESTMENT CONSULTING SERVICES AGREEMENT
INVESTMENT CONSULTING SERVICES AGREEMENT THIS INVESTMENT CONSULTING SERVICES AGREEMENT ( Agreement ), is made by and between [INSERT NAME OF CONSULTANT] ( Investment Consultant ) and the PARK EMPLOYEES
State of New Jersey New Jersey Public Broadcasting System New Jersey Network Standard Terms and Conditions
1. STANDARD TERMS AND CONDITIONS APPLICABLE TO THE CONTRACT: Unless the bidder is specifically instructed otherwise in the Request for Proposals (RFP), the following terms and conditions shall apply to
Purchase Requisition & Purchase Order Policy
Purchase Requisition & Purchase Order Policy Effective Date: July 9, 2012 Policy Statement The following provides policy guidance to faculty, staff, students and others with respect to the use of a Purchase
Delaware Sustainable Energy Utility Request for Proposals for Financial Advisory Services
Delaware Sustainable Energy Utility Request for Proposals for Financial Advisory Services The Delaware Sustainable Energy Utility ( SEU ) requests proposals from firms and individuals qualified to provide
Proposal Writing - A Cover Letter of Compliance
1.0 Submission Requirements: SECTION I INFORMATION & INSTRUCTIONS 1.1 The complete original proposal must be submitted in a sealed package and received in accordance with the instructions detailed in the
CERTIFICATION 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
Request 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
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
AGREEMENT between OKLAHOMA HEALTH CARE AUTHORITY AND HEALTH PROVIDER FOR MENTAL HEALTH CASE MANAGEMENT SERVICES FOR PERSONS OVER AGE 21 WITNESSETH:
AGREEMENT between OKLAHOMA HEALTH CARE AUTHORITY AND HEALTH PROVIDER FOR MENTAL HEALTH CASE MANAGEMENT SERVICES FOR PERSONS OVER AGE 21 WITNESSETH: Based upon the following recitals, the Oklahoma Health
To 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
CERTIFICATION 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
Request for Qualifications for Architectural Services
Request for Qualifications for Architectural Services This newspaper advertisement was published in the Glen Ellyn News on September 3, 2015. Request for Qualifications Proposal for Architectural Services
CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois
CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois INTERACTIVE WHITEBOARDS (SMARTBOARDS) AND DIGITAL PROJECTORS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School
24 CFR PART 85 85.36 Procurement. States. Procurement standards.
85.36 Procurement. (a) States. When procuring property and services under a grant, a State will follow the same policies and procedures it uses for procurements from its non-federal funds. The State will
Vendor Responsibility Questionnaire
Vendor Responsibility Questionnaire Enclosed is the required Vendor Responsibility Questionnaire for this procurement. Completion of this questionnaire is mandatory, however vendors may elect to complete
PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM. (Statutory authority: Executive Law, 200, 369-i[5])
PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM Sec. (Statutory authority: Executive Law, 200, 369-i[5]) 252.1 Definitions. 252.2 State agency responsibilities: purpose, scope and applicability.
An organization which employs, or is about to employ, any of the above, has a financial or other interest in the firm selected for award.
85.36 Procurement (a) States. When procuring property and services under a grant, a State will follow the same policies and procedures it uses for procurements from its non-federal funds. The State will
Illinois Disability Employment Initiative Local Innovation Projects Request for Application October 2014
Illinois Disability Employment Initiative Local Innovation Projects Request for Application October 2014 Illinois Department of Commerce and Economic Opportunity Pat Quinn Governor Adam Pollet Director
State 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
RHODE ISLAND INFRASTRUCTURE BANK. REQUEST FOR PROPOSAL (RFP) Executive Search Firm
RHODE ISLAND INFRASTRUCTURE BANK REQUEST FOR PROPOSAL (RFP) Executive Search Firm I. Description of Proposal The Rhode Island Infrastructure Bank (the Bank ) is issuing this Request for Proposals ( RFP
Agreement for Professional Emergency Services. professional emergency and related services provided at (hospital name) Hospital be
Agreement for Professional Emergency Services This Agreement, made and effective on (effective date) by and between (name of hospital) Hospital, Inc., located at (address of hospital), (city, state and
South Carolina State Housing Finance and Development Authority Tax Credit Assistance Program Implementation Plan
South Carolina State Housing Finance and Development Authority Tax Credit Assistance Program Implementation Plan I. Introduction and Purpose On February 17, 2009, President Obama signed into law the American
Checklist for Reviewing Procurements by Federal Grant Recipients and Subrecipients
Checklist for Reviewing Procurements by Federal Grant Recipients and Subrecipients This checklist was created to assist FEMA recipients and subrecipients in complying with the federal requirements that
Creative Residencies Program Sponsored Projects Listen In
REQUEST FOR PROPOSALS For Real Estate Consulting Services HARVESTWORKS, a registered 501 (c) (3) non-profit organization in the state of New York, seeks proposals to provide consulting services relating
RHODE ISLAND INFRASTRUCTURE BANK. REQUEST FOR PROPOSALS to serve as FINANCIAL ADVISOR SECTION I INTRODUCTION AND PURPOSE OF THE RFP
RHODE ISLAND INFRASTRUCTURE BANK REQUEST FOR PROPOSALS to serve as FINANCIAL ADVISOR SECTION I INTRODUCTION AND PURPOSE OF THE RFP The Rhode Island Infrastructure Bank (the Bank ) is requesting proposals
Request For Quotes. 928 South Ninth Street Springfield, IL 62703-2497 REQUEST FOR QUOTES PAYROLL PROCESSING SERVICES RFQ-2015-09
928 South Ninth Street Springfield, IL 62703-2497 REQUEST FOR QUOTES PAYROLL PROCESSING SERVICES RFQ-2015-09 RESPONSES DUE: OCTOBER 16, 2015 Page 1 of 10 TABLE OF CONTENTS TABLE OF CONTENTS 2 PART I: SPRINGFIELD
Request for Proposals (RFP) Strategic Education Consulting Services December 2012 FILING DEADLINE: DECEMBER 21, 2012 (5 P.M. EST)
Request for Proposals (RFP) Strategic Education Consulting Services December 2012 FILING DEADLINE: DECEMBER 21, 2012 (5 P.M. EST) I. PROJECT OVERVIEW As a public media system leader, one of the Corporation
REQUEST FOR PROPOSALS ( RFP ) FOR FINANCIAL ADVISOR TO IMPLEMENT USE AGREEMENT(S) PROCESS AS DESCRIBED IN STRATEGIC AND CAPITAL NEEDS STUDY
REQUEST FOR PROPOSALS ( RFP ) FOR FINANCIAL ADVISOR TO IMPLEMENT USE AGREEMENT(S) PROCESS AS DESCRIBED IN STRATEGIC AND CAPITAL NEEDS STUDY Required for use by: Illinois International Port District (IIPD)
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
ATTACHMENT B GENERAL TERMS AND CONDITIONS FOR NEIGHBORHOOD STABILIZATION PROGRAM CONSTRUCTION PROJECTS
ATTACHMENT B GENERAL TERMS AND CONDITIONS FOR NEIGHBORHOOD STABILIZATION PROGRAM CONSTRUCTION PROJECTS The work to be performed under this bid/contract is financed by a Federal grant and the following
REQUEST 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
MASCOT REQUEST FOR PROPOSAL (RFP) AUDIT & TAX SERVICES 2014
MASCOT is accepting proposals from firms to provide audit and tax services for our organization. We invite your firm to submit a proposal to us Wednesday, November 19, 2014 no later than 5:00 p.m. Alaska
CORPORATION FOR PUBLIC BROADCASTING Request for Proposals Community Service Grants Business Process Analysis
CORPORATION FOR PUBLIC BROADCASTING Request for Proposals Community Service Grants Business Process Analysis Deadline for response: May 8, 2013 5 p.m. EST RFP AT A GLANCE The Corporation for Public Broadcasting
REQUEST FOR PROPOSALS WEBSITE DESIGN AND MAINTENANCE SERVICES
LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS WEBSITE DESIGN AND MAINTENANCE SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development Corporation
THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS
THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS Contracting for Independent Contractor services with the University of Utah may require completion of the following: Employee/Independent
1. Provide advice and opinions regarding workers compensation issues, as needed;
Town of West New York Requests Proposals ( RFP ) From Law Firms Interested in Serving as Workers Compensation Counsel for the Town of West New York For the Period January 1, 2016 through December 31, 2016
U.S. SMALL BUSINESS ADMINISTRATION
PART C Statements Required by Law and Executive Order U.S. SMALL BUSINESS ADMINISTRATION Federal executive agencies, including the Small Business Administration (SBA), are required to withhold or limit
GUIDELINES 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
Detroit 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
Supplier 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 [email protected]. Supplier Representations and Certifications
COUNTY OF UNION, NEW JERSEY
CITY OF ELIZABETH, COUNTY OF UNION, NEW JERSEY REQUEST FOR QUALIFICATIONS Insurance Consultant Contract Term Fiscal Year (July 1, 2015 through June 30, 2016) SUBMISSION DEADLINE 4:00 P.M. Friday JUNE 26,
REQUEST FOR BENEFIT BROKERAGE AND CONSULTING SERVICES
REQUEST FOR BENEFIT BROKERAGE AND CONSULTING SERVICES July 25, 2012 I. INTRODUCTION The Corporation for Public Broadcasting (CPB) is interested in selecting an experienced firm specializing in benefit
EXHIBIT C BUSINESS ASSOCIATE AGREEMENT
EXHIBIT C BUSINESS ASSOCIATE AGREEMENT THIS AGREEMENT is made and entered into by and between ( Covered Entity ) and KHIN ( Business Associate ). This Agreement is effective as of, 20 ( Effective Date
YMCA OF CENTRAL OHIO. Request for Proposals. To Provide Monitoring Services. Proposal Due Date: September 8, 2015
YMCA OF CENTRAL OHIO Request for Proposals To Provide Monitoring Services RFP Issue Date: August 24, 2015 AuA Proposal Due Date: September 8, 2015 Services Completed by: December 31, 2015 The YMCA is an
MIAMI-DADE COUNTY SINGLE EXECUTION AFFIDAVIT AND DECLARATION FORM Rev. November, 2014
MIAMI-DADE COUNTY SINGLE EXECUTION AFFIDAVIT AND DECLARATION FORM Rev. November, 2014 Miami-Dade County requires each party desiring to enter into a contract with the County to (1) sign an affidavit as
PITTSBURG UNIFIED SCHOOL DISTRICT
PITTSBURG UNIFIED SCHOOL DISTRICT New Construction and Modernization Projects PRE-QUALIFICATION PROGRAM QUESTIONNAIRE FOR PROJECTS $20 MILLION AND OVER TABLE OF CONTENTS PAGE NO. GENERAL INFORMATION.......i
Puget Sound Regional Council
Puget Sound Regional Council PSRC Request for Qualifications for Legal Services Consultant Services Solicited by the Puget Sound Regional Council Released: November 12, 2009 Submissions Due: 4:30pm, November
Current as of 4/1/16
Checklist for Reviewing Procurements Under Grants by Non-Federal Entities (States, local and tribal governments, Institutions of Higher Education, Hospitals, and private non-profit organizations) 2 CFR
REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015
REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT August 10, 2015 The City of Rome, Georgia is requesting proposals from qualified firms to provide Check Processing
BOROUGH OF KENILWORTH
BOROUGH OF KENILWORTH REQUEST FOR PROPOSALS FOR TAX APPEAL ATTORNEY BOROUGH OF KENILWORTH Contract Term January 1, 2016 through December 31, 2016 SUBMISSION DEADLINE 3:00 P.M. NOVEMBER 12, 2015 ADDRESS
PROFESSIONAL SERVICES CONSULTING AGREEMENT
PROFESSIONAL SERVICES CONSULTING AGREEMENT THIS AGREEMENT, effective as of the date of (the Effective Date ), is by and between New Jersey Institute of Technology ("NJIT"), a public research university,
SAMPLE CONTRACT LANGUAGE. 2.0 Terms and Conditions. 2.1 Scope of Services: Contractor will perform the services described in Exhibit A
SAMPLE CONTRACT LANGUAGE 2.0 Terms and Conditions The parties agree to the terms and conditions listed below: 2.1 Scope of Services: Contractor will perform the services described in Exhibit A 2.2 Payments:
STATE OF MAINE DEPARTMENT OF EDUCATION RFP # 201205322 PAYROLL SERVICES FOR TEMPORARY RESOURCES
STATE OF MAINE DEPARTMENT OF EDUCATION RFP # 201205322 PAYROLL SERVICES FOR TEMPORARY RESOURCES RFP Coordinator: Jeff Mao, Learning Technology Policy Director Department of Education 23 State House Station
REQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL FOR PAYROLL & INSURANCE SERVICES THROUGH A TEMPORARY STAFFING AGENCY ISSUED MAY 10, 2013 Proposal must be received no later than 3:00 P.M. Pacific Daylight Time (PDT) Tuesday, May
Detroit 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
EMPIRE STATE DEVELOPMENT
EMPIRE STATE DEVELOPMENT REQUEST FOR QUALIFICATIONS IN ORDER TO SELECT A GROUP OF UP TO 6 QUALIFIED FIRMS THAT WILL THEN BE ASKED TO SUBMIT A FORMAL PROPOSAL FOR NEW YORK STATE S $50MM TO $75MM ECONOMIC
SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES
SERVICE AGREEMENT CONTRACT NO. THIS AGREEMENT dated 20 between the STOCKTON UNIVERSITY (the "UNIVERSITY") and (Name of Company), with a business address at ("the Service Provider ). 1.1 The Services ARTICLE
UNO CHARTER SCHOOL NETWORK ( UNO-CSN ) Invitation for Bids ( IFB ) for ELECTRICAL UPGRADES
UNO CHARTER SCHOOL NETWORK ( UNO-CSN ) Invitation for Bids ( IFB ) for ELECTRICAL UPGRADES All Bids must be sent electronically to: [email protected] All communications should be addressed
State of Washington Department of Transportation Notice to Consultants On-Call Staffing Support Services for WSF
State of Washington Department of Transportation Notice to Consultants On-Call Staffing Support Services for WSF The Washington State Department of Transportation (WSDOT) solicits interest from consultants
REQUEST FOR PROPOSAL FOR GENERAL CONTRACTOR FOR AFFORDABLE MULTI-FAMILY HOUSING BREVARD COUNTY, FLORIDA. Issue Date: March 10, 2015
REQUEST FOR PROPOSAL FOR GENERAL CONTRACTOR FOR AFFORDABLE MULTI-FAMILY HOUSING BREVARD COUNTY, FLORIDA Issue Date: March 10, 2015 CLOSING DATE: Tuesday, March 31st, 2015, 2:00 p.m. EST Housing Authority
