BOARD OF EDUCATION CINCINNATI, OHIO PROCEEDINGS
|
|
- Belinda Barnett
- 5 years ago
- Views:
Transcription
1 March BOARD OF EDUCATION CINCINNATI, OHIO PROCEEDINGS SPECIAL MEETING March 21, 2011 Table of Contents Roll Call Recess into Executive Session Adjourn from Recess
2 March SPECIAL MEETING The Board of Education of the City School District of the City of Cincinnati, Ohio, met in special session pursuant to notice by the Treasurer in the Board Office at the Cincinnati Public Schools Education Center, 2651 Burnet Avenue, Monday, March 21, 2011 at 6:30p.m., President Bolton in the chair. ROLL CALL Present: Members Bates, Ingram, Nelms, Parker, Reed, White, President Bolton (7) Absent: None Superintendent Ronan was present. RECESS INTO EXECUTIVE SESSION Mrs. Reed moved and Mr. Nelms seconded the motion that the Board recess into executive session at 6:35 p.m. to consider sale of property at competitive bidding and pending or imminent court action in conference with Board Legal Counsel. Ayes: Members Bates, Ingram, Nelms, Parker, Reed, White, President Bolton (7) Noes: None President Bolton declared the motion carried. ADJOURN FROM RECESS The Board adjourned from Executive Session at 6:54p.m. Jonathan L. Boyd Treasurer/CFO
3 March BOARD OF EDUCATION CINCINNATI, OHIO PROCEEDINGS REGULAR MEETING March 21, 2011 Table of Contents Roll Call Minutes Approved Presentation A Resolution Memorializing Dr. Herbert C. Smitherman Sr Presentation-(cont.) Hearing the Public A Resolution Revising Policies and for General Purposes and Related to Its Accelerated Urban School Building Assistance Program Project A Resolution Approving Construction Documents and Authorizing the Commencement of Bidding Including the Advertisement for and the Review of Bids for Bid Package #1; Environmental Remediation and Asbestos Abatement Related to New Aiken High School A Resolution Approving Construction Documents and Authorizing the Commencement of Bidding Including the Advertisement for and the Review of Bids for Bid Package #2; Demolition and Sitework and Bid Package #3; New Football and Track Stadium at Old Woodward High School A Resolution Expressing an Intent to Award Construction Contract For Bid Package #10; Abatement North Wing and Authorizing the President and the Treasurer to Enter Into Said Contract Upon Compliance with All Conditions Precedent Related to Walnut Hills High School Renovations Student Achievement Committee Report of the Superintendent Recommendations of the Superintendent of Schools 1. Certificated Personnel Civil Service Personnel Report of the Treasurer 1. Receipt of Grant from Collective Brands Foundation- Douglass Elementary Receipt of Grant from Collective Brands Foundation- Evanston Academy Receipt of Grant from Collective Brands Foundation- - Rothenberg Elementary Receipt of Grant from Molina Healthcare of Ohio Receipt of Grant and Agreement with The Children s Home of Cincinnati Receipt of Donation from American Bottling Co
4 March PROCEEDINGS REGULAR MEETING March 21, 2011 Table of Contents (cont.) Report of the Treasurer cont. 7. Receipt of Donations from Diana McBride, Lori Christenson and John Glaccum Receipt of Donation from Collective Brands Foundation Receipt of Donation from HDR Engineering Inc Receipt of Donation from Kiwanis Club of Cheviot-Westwood Receipt of Donation from Hughes High School Class of 1944 and Ruth Rapport Receipt of Donation from Coca-Cola Receipt of Donation from Ragtime Inc Receipt of Donation from MSL New York Receipt of Donation from Abitibi-Consolidated Corp Receipt of Donation from Catholic Health Partners Receipt of Donation from Lifetouch National School Studios Receipt of Donation from Dr. Catherine O Brien and Susan Tweeten Receipt of Donation from Mathematica Policy Research and Janet Warren Receipt of Donation from New City Presbyterian Church Agreement with Cincinnati Bell Telephone, LLC- for Flat Business Telephone Service Agreement with Cincinnati Bell Wireless, LLC - Wireless Telephone Service and Internet Access Agreement with Cincinnati Bell Telephone, LLC- Prime Advantage / Disaster Redirect Agreement with Cincinnati Bell Telephone, LLC- for Anonymous Call Rejection Services Agreement with Cincinnati Bell Telephone, LLC- Managed Telecommunications Services Agreement with Cincinnati Bell Telephone, LLC- Fuse Dedicated Internet Access Service Payment for Legal Services from General Fund General Counsel s Office Agreement with Children s Hospital Medical Center Payment of Confirming Requisitions Award Of Purchase Orders Award Of Change Orders Award Of Contract For Board Information 33. Agreements with Consultants Agreement with Children s Hospital Medical Center Agreements with Consultants- Late Requests Other Business Assignment Adjournment
5 March REGULAR MEETING The Board of Education of the City School District of the City of Cincinnati, Ohio, met pursuant to its calendar of meetings in the Rosa E. Blackwell Interactive Learning Center at the Cincinnati Public Schools Education Center, 2651 Burnet Avenue, Monday, March 21, 2011 at 7:06 p.m., President Bolton in the chair. The pledge to the flag was led President Bolton. ROLL CALL Present: Members Bates, Ingram, Nelms, Parker, Reed, White, President Bolton (7) Absent: None Superintendent Ronan was present. MINUTES APPROVED Mrs. Reed moved that the minutes of the following meetings be approved without reading, copies of said minutes having been distributed to members and made available to the public and news media on March 21, Special Public Meeting March 9, 2011 Passed viva voce. President Bolton declared the motion carried. PRESENTATION 1. Recognition of Herbert C. Smitherman, Sr. Cincinnati Board of Education A RESOLUTION MEMORIALIZING DR. HERBERT C. SMITHERMAN SR. WHEREAS, on October 9, 2010, Dr. Herbert Charles Smitherman Sr., died at the age of 73; and WHEREAS, Dr. Smitherman was a dedicated employee and strong supporter of Cincinnati Public Schools, who joined CPS in 2002 after working 29 years as a research chemist and a manager for the Procter & Gamble Co., where he paved the way for other African-Americans and was known as the Jackie Robinson of Procter & Gamble; and WHEREAS, Cincinnati Public Schools recruited Dr. Smitherman to be the first principal of the new Western Hills Design Technology High School (later renamed, Western Hills Engineering High School) to create an engineering environment within the school and help students perform at the highest levels of math and science; and
6 March A RESOLUTION MEMORIALIZING DR. HERBERT C. SMITHERMAN SR. (cont.) WHEREAS, driven by his passion for education and for working with young people, Dr. Smitherman later served as principal at CPS Virtual High School and, in 2009, accepted an offer from Superintendent Mary Ronan to be manager of CPS new Office of Innovation, where he worked until the end; and WHEREAS, Dr. Smitherman earned a Bachelor s degree and a Master s degree in physical organic chemistry at Tuskegee University, and earned a Doctorate degree in 1966 in the same subject at Howard University; and WHEREAS, Dr. Smitherman, hired in 1966 by Procter & Gamble, was the company s first African-American with a Ph.D in physical organic chemistry; and, during his years at the company, Dr. Smitherman worked on many products including, to name a few, Crest toothpaste, Safeguard soap, Folgers coffee, Bounce fabric softener, Biz detergent and flavors for Crush soda; and WHEREAS, Dr. Smitherman s patents for tartar-control toothpaste, detergent composition and detergent manufacturing were featured in the America I AM: The African-American Imprint exhibit at the Cincinnati Museum Center in 2010; and WHEREAS, Dr. Smitherman retired from P & G in 1994, and then served as Vice President for Academic Affairs for Wilberforce University and taught chemistry there before joining Cincinnati Public Schools; and WHEREAS, Dr. Smitherman, a loving husband, father and grandfather, was married to Barbara for 51 years and also is survived by five sons, Christopher Smitherman, President of the Cincinnati branch of the NAACP, Dr. Herbert Smitherman Jr., James Smitherman, Albert Smitherman and Joseph Smitherman; a daughter, Mae Angela Smitherman-Smith; and 14 grandchildren; and NOW, THEREFORE BE IT RESOLVED, that on March 21, 2011, the Cincinnati Board of Education expresses its deepest sympathy to the Smitherman family for their great loss, remembering Dr. Herbert Smitherman Sr. for his many contributions to the students of Cincinnati Public Schools, and for being an unwavering role model for how a good person leads a good life. Eve Bolton, President Vanessa Y. White, Vice President Melanie Bates Catherine D. Ingram A. Chris Nelms Sean T. Parker Eileen Cooper Reed Mrs. Reed moved and Mr. Nelms seconded the motion that the Resolution Memorializing Dr. Herbert C. Smitherman Sr. be approved. Ayes: Members Bates, Ingram, Nelms, Parker, Reed, White, President Bolton (7) Noes: None President Bolton declared the motion carried.
7 March PRESENTATION (cont.) 2. The Analysis and Impact of the State Budget Neil Clark, Grant Street Consulting HEARING THE PUBLIC The following persons addressed the Board regarding the topics indicated: Walter Huckaby Andi McBride Sean Kelley Angela Knighten Marisa Rowe Carl rich CPS Master Plan-construction Magnet school lottery proposal. Magnet school lottery proposal. Magnet school lottery proposal. Reopen East Side School. Reopen East Side School. REVISED A RESOLUTION REVISING POLICIES AND FOR GENERAL PURPOSES AND RELATED TO ITS ACCELERATED URBAN SCHOOL BUILDING ASSISTANCE PROGRAM PROJECT WHEREAS, the Cincinnati Public Schools (hereinafter called the "School District"), County of Hamilton, Ohio, on a continuous basis, contracts for numerous goods, services and supplies and is bidding and awarding construction contracts related specifically to its Ohio School Facilities Commission Accelerated Urban School Building Assistance Program (hereinafter called the "Project"); and WHEREAS, the School District's Board of Education (hereinafter called the "Board of Education") has entered into an Accelerated Urban School Building Assistance Program Project Agreement (hereinafter called the "Project Agreement") with the Ohio School Facilities Commission (hereinafter called the "Commission") as authorized under Section of the Ohio Revised Code pursuant to the receipt of State of Ohio's monies for basic project costs set aside and approved by the Ohio Controlling Board under Section of the Ohio Revised Code; and WHEREAS, Section of the Ohio Revised Code requires School Districts to award contracts to contractors submitting the lowest responsible bids after competitive bidding; and WHEREAS, Section of the Ohio Revised Code provides discretion for the Board of Education, subject to Commission approval, to determine which contractor is the lowest responsible bidder; and WHEREAS, the Board of Education has been and continues to be committed to ensuring that Project schools are built by responsible contractors employing a qualified workforce; and WHEREAS, the Board of Education has previously adopted Policy Determination of Lowest Responsible Bidder (hereinafter called Policy ) and Policy Business Policy (hereinafter called Policy ) on March 21, 2011 and has to date been adhering to the Commission's Instructions To Bidders' Responsible Bidder factors in IB 3.5 in the award of competitively bid Project construction contracts under Chapters and of the Ohio Revised Code; and
8 March REVISED A RESOLUTION REVISING POLICIES AND FOR GENERAL PURPOSES AND RELATED TO ITS ACCELERATED URBAN SCHOOL BUILDING ASSISTANCE PROGRAM PROJECT (cont.) WHEREAS, the Board of Education has previously adopted Policy 6450 Equal and Fair Opportunity in Contract Employment and Business Opportunities (hereinafter called Policy 6450 ) on December 21, 2009 and has previously adopted on June 28, 2004 a Resolution on Equal and Fair Opportunity in Contract Employment and Business Opportunities (hereinafter called the Cincinnati Public Schools Supplier Diversity Program ) and has had success meeting or exceeding its inclusion goals for the Supplier Diversity Program; and WHEREAS, the Board of Education where applicable, in its continuing commitment to use responsible contractors and provide for equal and fair contract employment and business opportunities including but not limited to the creation of internships and employment opportunities for participants and graduates of the Woodward Career Technical Program, now desires to revise Policy and Policy to enhance its current bidder responsibility standards and to even further strengthen its Cincinnati Public Schools Supplier Diversity Program, where possible within established Project Budgets and, where consistent with the Board of Education's Project Owner-Controlled Insurance Program (OCIP); and NOW, THEREFORE BE IT RESOLVED THAT, the Board of Education after careful consideration and evaluation of the information before it: Section 1. The Board of Education in its continuing commitment to the utilization of responsible contractors and to even further strengthen its Cincinnati Public Schools Supplier Diversity Program including but not limited to the creation of internships and employment opportunities for participants and graduates of the Woodward Career Technical Program, hereby adopts Revised Policy and Revised Policy on file with this Board of Education for general purposes and as specifically related to the Project. Said adopted Revised Policy and adopted Revised Policy shall be consistent with the Board of Education's June 28, 2004 Resolution on Equal and Fair Opportunity in Contract Employment and Business Opportunities (Cincinnati Public Schools Supplier Diversity Program) and Policy Section 2. Subject to the approval of the Commission and as related to the Project only, the Board of Education authorizes said adopted Revised Policies and and Policy 6450 to be added to the Responsible Bidder factors in IB for Project contractor contracts competitively bid pursuant to Chapters and of the Ohio Revised Code and the applicable portions of the Special Conditions to the Commission s Standard Conditions. Said adopted Revised Policies and and Policy 6450 shall be consistent with the Board of Education's Project Owner-Controlled Insurance Program (OCIP). Said adopted Revised Policies and and Policy 6450 are reasonably related to performance of the Project contract work within the statutory framework set forth in Section of the Ohio Revised Code and shall be evaluated in accordance with Section 3.5 of the Instructions to Bidders. Section 3. The provisions of this Resolution shall not be used to contravene Cincinnati Public Schools' Supplier Diversity Program or Ohio's Encouraging Diversity Growth and Equity ("EDGE") Program as established by the Ohio General Assembly and implemented by the Commission. Section 4. The Board of Education directs the Administration to strengthen its efforts to inform students about career opportunities in construction and work with staff who are counseling student about careers to insure that students are well informed about the benefits of construction careers and pathways to such careers. Section 5. The Bidder shall employ good faith efforts to select 40% of its labor and trade personnel who live within the Cincinnati Public Schools District and 40% within the SMSA and certify that they have given priority to hiring workers who live within the CPS District and who are parents of CPS students.
9 March REVISED A RESOLUTION REVISING POLICIES AND FOR GENERAL PURPOSES AND RELATED TO ITS ACCELERATED URBAN SCHOOL BUILDING ASSISTANCE PROGRAM PROJECT (cont.) Section 6. This Board of Education hereby finds and determines that all formal actions relative to the adoption of this resolution were taken in an open meeting of this Board of Education, and that all deliberations of this Board of Education and of its committees, if any, which resulted in formal action, were taken in meetings open to the public, in full compliance with applicable legal requirements, including Section of the Ohio Revised Code. Section 7. This resolution shall be in full force and effect upon adoption for implementation by the administration. This adoption shall supersede any prior resolution or act of this Board of Education which may be inconsistent or duplicative with the provisions of this resolution. Eve Bolton, President Vanessa Y. White, Vice President Melanie Bates Catherine D. Ingram A. Chris Nelms Sean T. Parker Eileen Cooper Reed Mrs. Reed moved and Mr. Nelms seconded the motion that the Revised Resolution Revising Policies And For General Purposes And Related To Its Accelerated Urban School Building Assistance Program Project be approved. Ayes: Members Bates, Ingram, Nelms, Parker, Reed, White, President Bolton (7) Noes: None President Bolton declared the motion carried. A RESOLUTION APPROVING CONSTRUCTION DOCUMENTS AND AUTHORIZING THE COMMENCEMENT OF BIDDING INCLUDING THE ADVERTISEMENT FOR AND THE REVIEW OF BIDS FOR BID PACKAGE #1; ENVIRONMENTAL REMEDIATION AND ASBESTOS ABATEMENT RELATED TO NEW AIKEN HIGH SCHOOL WHEREAS, the Cincinnati Public Schools (hereinafter called the "School District"), County of Hamilton, Ohio is bidding and awarding construction contract related to its Ohio School Facilities Commission Accelerated Urban School Building Assistance Program (hereinafter called the "Project"); WHEREAS, the School District's Board of Education (hereinafter called the "Board of Education") has entered into an Accelerated Urban School Building Assistance Program Project Agreement (hereinafter called the "Project Agreement") with the Ohio School Facilities Commission (hereinafter called the "Commission") as authorized under Section , ORC, pursuant to the receipt of State of Ohio's monies for basic project costs set aside and approved by the Ohio Controlling Board under Section , ORC;
10 March A RESOLUTION APPROVING CONSTRUCTION DOCUMENTS AND AUTHORIZING THE COMMENCEMENT OF BIDDING INCLUDING THE ADVERTISEMENT FOR AND THE REVIEW OF BIDS FOR BID PACKAGE #1; ENVIRONMENTAL REMEDIATION AND ASBESTOS ABATEMENT RELATED TO NEW AIKEN HIGH SCHOOL (cont.) WHEREAS, the Board of Education, with the approval of the Commission, has contracted with a qualified professional firm, Sierra Environmental Group, Inc. (hereinafter called the "Engineer") under Sections to , ORC to prepare plans, specifications and estimates of cost, and such data as the Board of Education and Commission deem necessary for Bid Package #1; Environmental Remediation and Asbestos Abatement (hereinafter called the "Bid Package") for the New Aiken High School (hereinafter called the "portion of the Project") in compliance with the Project Agreement and Section , ORC; WHEREAS, the Commission, with the assistance of the Engineer and Board of Education, has retained a qualified construction management firm, Turner/DAG/TYS (hereinafter called the "Construction Manager"), under Sections 9.33, and 9.332, ORC, related to Project planning document estimates of cost, bid packaging, bidding, contract award, administration and closeout, including, but not limited to, the scheduling and coordination of multiple prime contractors; WHEREAS, the Board of Education has appointed certain authorized representatives (hereinafter called the "Authorized Representatives") to act on its behalf during the planning, bidding, award and construction phases of the Project; WHEREAS, the Construction Manager, with the assistance of the Engineer and Board of Education's Authorized Representatives, has completed a Scope of Work to facilitate the bidding and awarding of Contract for said Bid Package for the portion of the Project, taking into consideration factors including, but not limited to, time of performance, availability of labor, overlapping trade jurisdictions, provision of training for start-up and maintenance, provision of operation and maintenance manuals and provisions for temporary facilities, and to eliminate areas of conflict and overlap in the Work to be performed by the various Contractors and has divided said Work into an appropriate number of Bid Packages so as to effect the greatest possible savings for the Board of Education taking into account the Construction Manager's responsibilities to schedule, coordinate and monitor the multiple Contractors; WHEREAS, the Engineer, with the assistance of the Construction Manager, has prepared and submitted to the Board of Education's Authorized Representatives, draft Construction Documents for the Bid Package for the portion of the Project consisting of Drawings and Specifications setting forth in detail the requirements for construction of the portion of the Project. Said Drawings and Specifications are based on the Scope of Work provided by the Construction Manager, the approved Design Development Documents and approved Detailed Estimate of Project Cost and updated Schedule and any further revisions to the Approved Program of Requirements. Additionally, the Engineer and Construction Manager have prepared necessary revisions to the Detailed Estimate of Project Cost and updated the Project Schedule; and WHEREAS, the Board of Education, on behalf of the State of Ohio, now desires to commence the competitive bidding process for the Bid Package for said portion of the Project as authorized under the Project Agreement, and Sections and , ORC. NOW, THEREFORE BE IT RESOLVED, by the Board of Education that after careful consideration and evaluation of the information before it: Section 1. The Board of Education authorizes its Authorized Representatives to procure, prior to this Board of Education's award of a Contract for said portion of the Project, if not done so previously, and maintain during the progress of the Work, and until the execution of a certificate of Contract Completion by the Commission, a Builder's Risk insurance policy as and to the extent required by Paragraphs GC12.2 and Said policy shall cover all Work in the course of construction for said portion of the Project, including but not limited to falsework, temporary buildings and structures and materials used in the construction process, stored on or off site, or while in transit.
11 March A RESOLUTION APPROVING CONSTRUCTION DOCUMENTS AND AUTHORIZING THE COMMENCEMENT OF BIDDING INCLUDING THE ADVERTISEMENT FOR AND THE REVIEW OF BIDS FOR BID PACKAGE #1; ENVIRONMENTAL REMEDIATION AND ASBESTOS ABATEMENT RELATED TO NEW AIKEN HIGH SCHOOL (cont.) Section 2. The Board of Education, as authorized under Sections (A)(1) and , ORC, and the Project Agreement, approves the draft Construction Document Detailed Estimate of Cost of $760, for the Bid Package referenced in Section 3 for said portion of the Project in substantially the form presently on file with this Board of Education subject to final approval of the Commission. Section 3. The Board of Education, as authorized under Sections (A)(1) and , ORC, and the Project Agreement, approves the draft Construction Documents for the following portion of the Project Bid Package in substantially the form presently on file with this Board of Education, subject to finalization to the satisfaction of the Board of Education or the Board of Education's Authorized Representatives, and approval as to legal form by construction counsel and the procurement of all necessary government approvals, including the Commission: Bid Package Phase I BP #1; Environmental Remediation and Asbestos Abatement Section 4. The Board of Education authorizes the Construction Manager, Engineer and the Board of Education's Authorized Representatives, upon finalization of the Construction Documents and procurement of all necessary government approvals, including the Commission, to commence the bidding process for said Bid Package in compliance with all applicable laws, including but not limited to, Sections 9.31, 9.311, , , , , to , , and , ORC, and to use the Construction Document Detailed Estimate of Cost stated in Section 2 as the estimate of cost to be included in the Construction Documents as required by Section , ORC. Section 5. Subject to the approval of the Commission, the Board of Education approves for publication a Notice To Bidders for the Bid Package for said portion of the Project and authorizes the Treasurer, through the Construction Manager, to publish said Notice once each week for a period of at least two (2) consecutive weeks in a newspaper published in and of general circulation in the School District with the last said Notice published at least eight (8) days prior to the date specified for receiving bids in conformance with Sections 7.12, and , ORC, unless said Notice is also posted on the School District s website, in which case said Notice can be published only one (1) time in said newspaper, but only if said Notice published in said newspaper and posted on said School District website fully complies with Section (A)(2), ORC. Section 6. Subject to the approval of the Commission, the Board of Education authorizes its Authorized Representatives, with the assistance of the Construction Manager and Engineer, to coordinate the opening and tabulation of bids for said Bid Package with the Board of Education in compliance with Sections (A)(3) and , ORC, and, immediately following the opening of all bids, authorizes the Construction Manager and Engineer to substantiate the bids for responsiveness, consult with the Board of Education and Commission on the acceptance or rejection of alternates and any budget considerations, then conduct a responsibility investigation of the apparent low bidder for said Bid Package, and any other bidder as appropriate, in conformance with the Instructions to Bidders and any bid evaluation process agreed to with the Board of Education's Authorized Representatives and its construction counsel, and prepare and submit to the Board of Education's Authorized Representatives, a recommendation about the award of, or rejection of, any bid or bids for said Bid Package, and the acceptance or rejection of any alternate for said Bid Package, in accordance with applicable law. Section 7. This Board of Education hereby finds and determines that all formal actions relative to the adoption of this resolution were taken in an open meeting of this Board of Education, and that all deliberations of this Board of Education and of its committees, if any, which resulted in formal action, were taken in meetings open to the public, in full compliance with applicable legal requirements, including Section , ORC.
12 March A RESOLUTION APPROVING CONSTRUCTION DOCUMENTS AND AUTHORIZING THE COMMENCEMENT OF BIDDING INCLUDING THE ADVERTISEMENT FOR AND THE REVIEW OF BIDS FOR BID PACKAGE #1; ENVIRONMENTAL REMEDIATION AND ASBESTOS ABATEMENT RELATED TO NEW AIKEN HIGH SCHOOL (cont.) Section 8. This resolution shall be in full force and effect from and immediately after its adoption and shall supersede any prior resolution or act of this Board of Education, which may be inconsistent or duplicative with the provisions of this resolution. Eve Bolton Ms. Bolton moved and Mrs. Bated seconded the motion that the Resolution Approving Construction Documents And Authorizing The Commencement Of Bidding Including The Advertisement For And The Review Of Bids For Bid Package #1; Environmental Remediation And Asbestos Abatement Related To New Aiken High School be approved. Ayes: Members Bates, Ingram, Nelms, Parker, Reed, White, President Bolton (7) Noes: None President Bolton declared the motion carried. A RESOLUTION APPROVING CONSTRUCTION DOCUMENTS AND AUTHORIZING THE COMMENCEMENT OF BIDDING INCLUDING THE ADVERTISEMENT FOR AND THE REVIEW OF BIDS FOR BID PACKAGE #2; DEMOLITION AND SITEWORK AND BID PACKAGE #3; NEW FOOTBALL AND TRACK STADIUM AT OLD WOODWARD HIGH SCHOOL WHEREAS, the Cincinnati Public Schools (hereinafter called the "School District"), County of Hamilton, Ohio is bidding and awarding construction contracts related to its Ohio School Facilities Commission Accelerated Urban School Building Assistance Program (hereinafter called the "Project"); WHEREAS, the School District's Board of Education (hereinafter called the "Board of Education") has entered into an Accelerated Urban School Building Assistance Program Project Agreement (hereinafter called the "Project Agreement") with the Ohio School Facilities Commission (hereinafter called the "Commission") as authorized under Section , ORC, pursuant to the receipt of State of Ohio's monies for basic project costs set aside and approved by the Ohio Controlling Board under Section , ORC; WHEREAS, the Board of Education, with the approval of the Commission, has contracted with a qualified architecture firm, SHP Leading Design (hereinafter called the "Architect") under Sections to , ORC to prepare plans, specifications and estimates of cost, and such data as the Board of Education and Commission deem necessary for Bid Package #2; Demolition and Sitework and Bid Package #3; New Football and Track Stadium (hereinafter called the "Bid Packages") for the Old Woodward High School (hereinafter called the "portion of the Project") in compliance with the Project Agreement and Section , ORC; WHEREAS, the Commission, with the assistance of the Architect and Board of Education, has retained a qualified construction management firm, Turner/DAG/TYS (hereinafter called the "Construction Manager"), under Sections 9.33, and 9.332, ORC, related to Project planning document estimates of cost, bid packaging, bidding, contract award, administration and closeout, including, but not limited to, the scheduling and coordination of multiple prime contractors;
13 March A RESOLUTION APPROVING CONSTRUCTION DOCUMENTS AND AUTHORIZING THE COMMENCEMENT OF BIDDING INCLUDING THE ADVERTISEMENT FOR AND THE REVIEW OF BIDS FOR BID PACKAGE #2; DEMOLITION AND SITEWORK AND BID PACKAGE #3; NEW FOOTBALL AND TRACK STADIUM AT OLD WOODWARD HIGH SCHOOL (cont.) WHEREAS, the Board of Education has appointed certain authorized representatives (hereinafter called the "Authorized Representatives") to act on its behalf during the planning, bidding, award and construction phases of the Project; WHEREAS, the Construction Manager, with the assistance of the Architect and Board of Education's Authorized Representatives, has completed a Scope of Work to facilitate the bidding and awarding of Contracts for said Bid Packages for the portion of the Project, taking into consideration factors including, but not limited to, time of performance, availability of labor, overlapping trade jurisdictions, provision of training for start-up and maintenance, provision of operation and maintenance manuals and provisions for temporary facilities, and to eliminate areas of conflict and overlap in the Work to be performed by the various Contractors and has divided said Work into an appropriate number of Bid Packages so as to effect the greatest possible savings for the Board of Education taking into account the Construction Manager's responsibilities to schedule, coordinate and monitor the multiple Contractors; WHEREAS, the Architect, with the assistance of the Construction Manager, has prepared and submitted to the Board of Education's Authorized Representatives, draft Construction Documents for the Bid Packages for the portion of the Project consisting of Drawings and Specifications setting forth in detail the requirements for construction of the portion of the Project. Said Drawings and Specifications are based on the Scope of Work provided by the Construction Manager, the approved Design Development Documents and approved Detailed Estimate of Project Cost and updated Schedule and any further revisions to the Approved Program of Requirements. Additionally, the Architect and Construction Manager have prepared necessary revisions to the Detailed Estimate of Project Cost and updated the Project Schedule; and WHEREAS, the Board of Education, on behalf of the State of Ohio, now desires to commence the competitive bidding process for the Bid Packages for said portion of the Project as authorized under the Project Agreement, and Sections and , ORC. NOW, THEREFORE BE IT RESOLVED, by the Board of Education that after careful consideration and evaluation of the information before it: Section 1. The Board of Education authorizes its Authorized Representatives to procure, prior to this Board of Education's award of Contracts for said portion of the Project, if not done so previously, and maintain during the progress of the Work, and until the execution of a certificate of Completion by the Commission, a Builder's Risk insurance policy as and to the extent required by Paragraphs GC12.2 and Said policy shall cover all Work in the course of construction for said portion of the Project, including but not limited to falsework, temporary buildings and structures and materials used in the construction process, stored on or off site, or while in transit. Section 2. The Board of Education, as authorized under Sections (A)(1) and , ORC, and the Project Agreement, approves the draft Construction Document Detailed Estimate of Cost of $3,875, for the Bid Packages referenced in Section 3 for said portion of the Project in substantially the form presently on file with this Board of Education subject to final approval of the Commission. Section 3. The Board of Education, as authorized under Sections (A)(1) and , ORC, and the Project Agreement, approves the draft Construction Documents for the following portion of the Project Bid Packages in substantially the form presently on file with this Board of Education, subject to finalization to the satisfaction of the Board of Education or the Board of Education's Authorized Representatives, and approval as to legal form by construction counsel and the procurement of all necessary government approvals, including the Commission: Number BP#2 BP #3; Bid Package Description Demolition and Sitework New Football and Track Stadium
14 March A RESOLUTION APPROVING CONSTRUCTION DOCUMENTS AND AUTHORIZING THE COMMENCEMENT OF BIDDING INCLUDING THE ADVERTISEMENT FOR AND THE REVIEW OF BIDS FOR BID PACKAGE #2; DEMOLITION AND SITEWORK AND BID PACKAGE #3; NEW FOOTBALL AND TRACK STADIUM AT OLD WOODWARD HIGH SCHOOL (cont.) Section 4. The Board of Education authorizes the Construction Manager, Architect and the Board of Education's Authorized Representatives, upon finalization of the Construction Documents and procurement of all necessary government approvals, including the Commission, to commence the bidding process for said Bid Packages in compliance with all applicable laws, including but not limited to, Sections 9.31, 9.311, , , , , to , , and , ORC, and to use the Construction Document Detailed Estimate of Cost stated in Section 3 as the estimate of cost to be included in the Construction Documents as required by Section , ORC. Section 5. Subject to the approval of the Commission, the Board of Education approves for publication a Notice To Bidders for the Bid Packages for said portion of the Project and authorizes the Treasurer, through the Construction Manager, to publish said Notice once each week for a period of at least two (2) consecutive weeks in a newspaper published in and of general circulation in the School District with the last said Notice published at least eight (8) days prior to the date specified for receiving bids in conformance with Sections 7.12, and , ORC, unless said Notice is also posted on the School District s website, in which case said Notice can be published only one (1) time in said newspaper, but only if said Notice published in said newspaper and posted on said School District website fully complies with Section (A)(2), ORC. Section 6. Subject to the approval of the Commission, the Board of Education authorizes its Authorized Representatives, with the assistance of the Construction Manager and Architect, to coordinate the opening and tabulation of bids for said Bid Packages with the Board of Education in compliance with Sections (A)(3) and , ORC, and, immediately following the opening of all bids, authorizes the Construction Manager and Architect to substantiate the bids for responsiveness, consult with the Board of Education and Commission on the acceptance or rejection of alternates and any budget considerations, then conduct a responsibility investigation of the apparent low bidders for said Bid Packages, and any other bidders as appropriate, in conformance with the Instructions to Bidders and any bid evaluation process agreed to with the Board of Education's Authorized Representatives and its construction counsel, and prepare and submit to the Board of Education's Authorized Representatives, a recommendation about the award of, or rejection of, any bid or bids for said Bid Packages, and the acceptance or rejection of any alternate for said Bid Packages, in accordance with applicable law. Section 7. This Board of Education hereby finds and determines that all formal actions relative to the adoption of this resolution were taken in an open meeting of this Board of Education, and that all deliberations of this Board of Education and of its committees, if any, which resulted in formal action, were taken in meetings open to the public, in full compliance with applicable legal requirements, including Section , ORC. Section 8. This resolution shall be in full force and effect from and immediately after its adoption and shall supersede any prior resolution or act of this Board of Education, which may be inconsistent or duplicative with the provisions of this resolution. Catherine D. Ingram Mrs. Ingram moved and Mr. Nelms seconded the motion that the Resolution Approving Construction Documents And Authorizing The Commencement Of Bidding Including The Advertisement For And The Review Of Bids For Bid Package #2; Demolition And Sitework And Bid Package #3; New Football And Track Stadium At Old Woodward High School be approved. Ayes: Members Bates, Ingram, Nelms, Parker, Reed, White, President Bolton (7) Noes: None President Bolton declared the motion carried.
15 March A RESOLUTION EXPRESSING AN INTENT TO AWARD CONSTRUCTION CONTRACT FOR BID PACKAGE #10; ABATEMENT NORTH WING AND AUTHORIZING THE PRESIDENT AND THE TREASURER TO ENTER INTO SAID CONTRACT UPON COMPLIANCE WITH ALL CONDITIONS PRECEDENT RELATED TO WALNUT HILLS HIGH SCHOOL RENOVATIONS WHEREAS, the Board of Education of the Cincinnati Public Schools (hereinafter called the "Board of Education"), County of Hamilton, Ohio, approved a Detailed Estimate of Construction Cost and draft Construction Documents for Bid Package #10; Abatement North Wing (hereinafter called the "Bid Package") related to Walnut Hills High School renovations (hereinafter called the portion of the "Project") and authorized the commencement of the bidding process, including the advertisement for bids, contingent on approval of the Construction Documents by the Ohio School Facilities Commission (hereinafter called the "Commission"), and all pursuant to applicable laws, including but not limited to, Sections 7.12, 9.31, 9.311, , , , , to , , and , ORC; WHEREAS, the Board of Education has complied with all prerequisites of entering into a contract for said Bid Package, including, if applicable, any procedures for disposing of real property required by Section , ORC; WHEREAS, the Board of Education has appointed certain authorized representatives (hereinafter called the "Authorized Representatives") to act on its behalf during the planning, bidding, award and construction phases of the portion of the Project; WHEREAS, Turner/DAG/TYS (hereinafter called the "Construction Manager"), with the assistance of Pinnacle Environmental Consultants, Inc. (hereinafter called the Engineer ), and the Board of Education's Authorized Representatives, commenced the bidding process for said Bid Package; WHEREAS, the Construction Manager, with the assistance of the Engineer and the Authorized Representatives, held a Pre-Bid Conference for prospective bidders wherein prospective bidders were briefed on said Bid Package; WHEREAS, the Treasurer, on behalf of the Board of Education, with the assistance of the Engineer, received sealed bids at the time and place established for the receipt of bids for said Bid Package in the Notice to Bidders and opened and read aloud said bids immediately thereafter in compliance with paragraphs IB 3.1 and 3.2; WHEREAS, the Treasurer and Construction Manager, with the assistance of the Engineer and Authorized Representatives, have tabulated the bids received and advised the Board of Education and the Commission on the acceptance or rejection of any or all bids, Alternates and budget considerations; WHEREAS, the Board of Education has complied with all prerequisites of entering into a contract for said Bid Package, including, if applicable, any procedures for disposing of real property required by Section , ORC; and WHEREAS, the Treasurer and Construction Manager, with the assistance of the Engineer and Authorized Representatives, have reviewed all bids received for the Bid Package and conducted a responsibility investigation of the apparent low Bidder in compliance with paragraph IB 3.5 and Sections , (A)(6) and , ORC, and any other authorizing provisions of law; and NOW THEREFORE, BE IT RESOLVED, by the Board of Education that after careful consideration and evaluation of the information before it: Section 1. Subject to the approval of the Commission, the Board of Education hereby accepts the recommendation of the Authorized Representatives, Construction Manager and Engineer to accept the voluntary withdrawal of said Bid Package for the portion of the Project low bidder Quality Asbestos & Demolition Services pursuant to said bidder s withdrawal request letter in compliance with paragraph IB and Section 9.31, ORC.
16 March A RESOLUTION EXPRESSING AN INTENT TO AWARD CONSTRUCTION CONTRACT FOR BID PACKAGE #10; ABATEMENT NORTH WING AND AUTHORIZING THE PRESIDENT AND THE TREASURER TO ENTER INTO SAID CONTRACT UPON COMPLIANCE WITH ALL CONDITIONS PRECEDENT RELATED TO WALNUT HILLS HIGH SCHOOL RENOVATIONS (cont.) Section 2. Subject to the approval of the Commission, the Board of Education hereby accepts the recommendation of the Authorized Representatives, Construction Manager and Engineer to award the Base Bids and any Alternates for said Bid Package for the portion of the Project to the Bidder as provided below as the lowest responsible Bidder in compliance with paragraph IB 3.5 and Sections (A)(6) and , ORC, and any other authorizing provisions of law, contingent upon compliance with all conditions precedent to contract execution under paragraph IB 7.3: Bid Package Lowest Responsible Bidder #10; Abatement North Wing Rainbow Environmental Services, Inc. Base Bid $112, Alternate: none -0- Total $112, Section 3. Subject to the approval of the Commission, the Board of Education hereby authorizes the Construction Manager, on its behalf, to forward a Notice of Intent to Award Contract for said portion of the Project in compliance with paragraph IB 3.7, with the appropriate Contract Form, to the lowest responsible Bidder referenced in Section 2. The Construction Manager shall simultaneously notify the surety and agent of the surety of said lowest responsible Bidder of the intent to award pursuant to Section 9.32, ORC. Section 4. Subject to the approval of the Commission and Board of Education construction counsel, and upon compliance with all conditions precedent to Contract execution under paragraph IB 7.3, the Board of Education hereby authorizes the President and Treasurer to sign said Contract. Section 5. Subject to the approval of the Commission, the Board of Education hereby authorizes the Treasurer to sign the Certificate of Funds, upon execution of said Contract, and attach to said Contract a copy thereof, along with a copy of this resolution. The Construction Manager is then directed to forward the executed Contract to the Commission for approval. Section 6. Subject to the concurrence of the Commission, the Board of Education hereby authorizes the Construction Manager, at a time determined appropriate by the Construction Manager, after the Construction Manager's receipt of said Contract signed by the Contractor, to forward a Notice to Proceed for said Contracts in compliance with paragraph IB 7.4. Section 7. Subject to the approval of the Commission, the Board of Education hereby authorizes the Treasurer, at the appropriate time and with the assistance of the Board of Education construction counsel, to prepare, and make available upon request, a Notice of Commencement pursuant to Section , ORC, prior to the performance of any work related to said Contract. Section 8. This Board of Education hereby finds and determines that all formal actions relative to the adoption of this resolution were taken in an open meeting of this Board of Education; and that all deliberations of this Board of Education and of its committees, if any, which resulted in formal action, were taken in meetings open to the public, in full compliance with applicable legal requirements, including Section , ORC. Section 9. This resolution shall be in full force and effect from and immediately after its adoption shall supersede any prior resolution or act of this Board of Education, which may be inconsistent with or duplicative of the provisions of this resolution. Melanie Bates
17 March A RESOLUTION EXPRESSING AN INTENT TO AWARD CONSTRUCTION CONTRACT FOR BID PACKAGE #10; ABATEMENT NORTH WING AND AUTHORIZING THE PRESIDENT AND THE TREASURER TO ENTER INTO SAID CONTRACT UPON COMPLIANCE WITH ALL CONDITIONS PRECEDENT RELATED TO WALNUT HILLS HIGH SCHOOL RENOVATIONS (cont.) Mrs. Bates moved and Mrs. Reed seconded that the Resolution Expressing An Intent To Award Construction Contract For Bid Package #10; Abatement North Wing And Authorizing The President And The Treasurer To Enter Into Said Contract Upon Compliance With All Conditions Precedent Related To Walnut Hills High School Renovations be approved. Ayes: Members Bates, Ingram, Nelms, Parker, Reed, White, President Bolton (7) Noes: None President Bolton declared the motion carried. REPORT OF THE STUDENT ACHIEVEMENT COMMITTEE The Student Achievement Committee (SAC) met on Monday, March 14, 2011 at 5:00 PM at the John P. Parker School, 5051 Anderson Pl, Cincinnati, Ohio 45227, in the Parker Café. FOR BOARD INFORMATION Ohio School Boards Association (OSBA) Legislative Platform The Committee and the Administration reviewed the Platform and recommended no changes. Ohio Graduation Test (OGT) Jerry Moore, Director of Testing, explained the process for preparation and the administration of the OGT and advised the Committee that testing began March 14, 2011 and went well. Mr. Moore also informed the Committee that due to the flooding at the Riverview East Academy, students were tested at the old Burton school. He discussed the importance of making sure that 95 percent of the students get tested to avoid losing Adequate Yearly Progress points. Educational Initiatives Panel (EIP) and Ohio Improvement Process (OIP) Laura Mitchell, Deputy Superintendent, reported that she attended a meeting on March 10, 2011 to discuss Race To The Top (RTTT) and would be working on each bucket of the below assurances: The standards and assessments assurance includes the adoption of internationally benchmarked standards and assessments that prepare students for success in college and the workplace. The data systems assurance includes building a longitudinal data system that measures student success and informs teachers and principals how they can improve their practices in concert with analyzing student data. The great teachers and leaders assurance includes recruiting, developing, retaining and rewarding effective teachers and principals. Additionally, it calls for changes in teacher and principal preparation and training programs. The lowest-achieving schools assurance calls for aggressive action to be taken in turning around persistently underperforming schools. The Guidelines are released from the U.S. Department of Education U.S. Department of Education.
BOARD OF EDUCATION CINCINNATI, OHIO PROCEEDINGS
August 23 2010 BOARD OF EDUCATION CINCINNATI, OHIO PROCEEDINGS SPECIAL MEETING August 23, 2010 Table of Contents Roll Call.................. 639 Recess into Executive Session............. 639 Adjourn from
More informationRESOLUTION NUMBER 2877
RESOLUTION NUMBER 2877 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PERRIS, STATE OF CALIFORNIA SETTING FORTH POLICIES INTENDED TO OBTAIN CONSISTENCY AND UNIFORMITY IN THE ADMINISTRATION OF THE FEDERALLY
More informationSECTION 3 POLICY & PROGRAM
SECTION 3 POLICY & PROGRAM 8120 Kinsman Road, Cleveland, Ohio 44104 Phone: 216-348-5000 Jeffery K. Patterson Chief Executive Officer TABLE OF CONTENTS Section Page # Section 3 POLICY Statement of Policy
More informationFOR PROFESSIONAL DESIGN SERVICES
SEDA-Council of Governments REQUEST FOR PROPOSALS FOR PROFESSIONAL DESIGN SERVICES TOWN OF BLOOMSBURG COLUMBIA COUNTY, PENNSYLVANIA COMMUNITY DEVELOPMENT BLOCK GRANT ACTIVITIES AND CDBG-DISASTER RECOVERY
More informationBelow are five basic procurement methods common to most CDBG projects:
PROCUREMENT PROCESS I. INTRODUCTION Recipients of Community Development Block Grant (CDBG) funds will procure a variety of items, materials and services throughout the duration of their projects. Section
More informationWorld Bank Iraq Trust Fund Grant Agreement
Public Disclosure Authorized Conformed Copy GRANT NUMBER TF054052 Public Disclosure Authorized World Bank Iraq Trust Fund Grant Agreement Public Disclosure Authorized (Emergency Disabilities Project) between
More informationRECORD OF PROCEEDINGS MINUTES OF JACKSON TOWNSHIP BOARD OF TRUSTEES MEETING APRIL 26, 2016
RECORD OF PROCEEDINGS MINUTES OF JACKSON TOWNSHIP BOARD OF TRUSTEES MEETING APRIL 26, 2016 Hawke called the meeting to order at 4:32 p.m. at the Jackson Township Hall with all Trustees, Fiscal Officer,
More informationSECTION 3 GUIDEBOOK: POLICIES AND PROCEDURES
SECTION 3 GUIDEBOOK: POLICIES AND PROCEDURES 1 TABLE OF CONTENTS WHAT IS SECTION 3?... 5 WHY IS SECTION 3 IMPORTANT TO THE CITY?... 5 THE CITY S POLICIES REGARDING SECTION 3... 5 Section 3 Plan... 6 What
More informationRequest for Qualifications B Hazardous Material Surveying, Testing and On-Site Observation Firms. RFQ Due Date: October 1, :00 P.M.
Request for Qualifications B13.018 Hazardous Material Surveying, Testing and On-Site Observation Firms RFQ Due Date: October 1, 2013 2:00 P.M. Mr. Dale Switzer Senior Director of Facilities Planning, Development
More informationTrust Fund Grant Agreement
Public Disclosure Authorized CONFORMED COPY GRANT NUMBER TF094521 GZ Public Disclosure Authorized Trust Fund Grant Agreement (Additional Financing for the Palestinian NGO-III Project) Public Disclosure
More informationDELAWARE STATE HOUSING AUTHORITY (DSHA) FY18 DELAWARE CDBG APPLICATION FORM. A. Name, address, phone number, DUNS number, and EIN number of Applicant:
I. General Application Information DELAWARE STATE HOUSING AUTHORITY (DSHA) FY18 DELAWARE CDBG APPLICATION FORM A. Name, address, phone number, DUNS number, and EIN number of Applicant: B. Name, position
More informationOffice of Business and Financial Services Procurement and Contracts Division Section SUBJECT: PROCUREMENT OF CONSTRUCTION SERVICES
2510.8 SUBJECT: PROCUREMENT OF CONSTRUCTION SERVICES :1 OBJECTIVE: To establish a uniform policy and procedure for the acquisition of construction services for the City of Orlando (City), including, but
More informationADDENDUM NUMBER 02 TO THE BID DOCUMENTS. BID NUMBER: SJCC Parking Garage LED Lighting Retrofit EVERGREEN VALLEY COLLEGE
SAN JOSE EVERGREEN COMMUNITY COLLEGE DISTRICT ADDENDUM NUMBER 02 TO THE BID DOCUMENTS To all general contract bidders of record on the Bid Proposal: BID NUMBER:0215-17 SJCC Parking Garage LED Lighting
More informationSEQUOIA UNION HIGH SCHOOL DISTRICT BACKGROUND INFORMATION FOR AGENDA ITEMS FOR 7/22/15, BOARD MEETING
SEQUOIA UNION HIGH SCHOOL DISTRICT BACKGROUND INFORMATION FOR AGENDA ITEMS FOR 7/22/15, BOARD MEETING 1. CALL TO ORDER Anyone wishing to address the Board on closed session matters may do so at this time.
More informationREQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167
REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church 361 Sam Ridley Parkway East Smyrna, Tennessee 37167 Released on February 2, 2018 SECURITY CAMERA INSTALLATION Stones River
More informationSENATE, No. 123 STATE OF NEW JERSEY. 217th LEGISLATURE PRE-FILED FOR INTRODUCTION IN THE 2016 SESSION
SENATE, No. STATE OF NEW JERSEY th LEGISLATURE PRE-FILED FOR INTRODUCTION IN THE 0 SESSION Sponsored by: Senator JOSEPH PENNACCHIO District (Essex, Morris and Passaic) Senator RONALD L. RICE District (Essex)
More informationMassachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016
Massachusetts Bay Transportation Authority POLICIES & PROCEDURES Design Build Procurement Procedures April 2016 Design Build Procurement Procedures April 2016 Massachusetts Bay Transportation Authority
More informationREQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK
REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK DANBURY INDEPENDENT SCHOOL DISTRICT Project: Danbury I.S.D. Elementary School Issue Date: March 2, 2018 Submission Due Date: March 20, 2018 Table
More informationFort Bend Independent School District. Small Business Enterprise Program Procedures
Fort Bend Independent School District Small Business Enterprise Program Procedures Spring 2015 TABLE OF CONTENTS I. Summary Of Fort Bend Independent School District s Small Business Enterprise Program
More informationCITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS
CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS The City of Hondo requests the submission of qualifications statements, which will lead to the possible award of a contract to provide planning, design
More informationPPEA Guidelines and Supporting Documents
PPEA Guidelines and Supporting Documents APPENDIX 1: DEFINITIONS "Affected jurisdiction" means any county, city or town in which all or a portion of a qualifying project is located. "Appropriating body"
More informationDOCUMENTS GPOBA GRANT NUMBER TF Global Partnership on Output-based Aid. Grant Agreement
GPOBA GRANT NUMBER TF092629 DOCUMENTS Global Partnership on Output-based Aid Grant Agreement (Extending Telecommunications in Rural Indonesia Project) between REPUBLIC OF INDONESIA and INTERNATIONAL BANK
More informationTrust Fund Grant Agreement
Public Disclosure Authorized CONFORMED COPY GRANT NUMBER TF057872-GZ Public Disclosure Authorized Trust Fund Grant Agreement (Palestinian NGO-III Project) Public Disclosure Authorized between INTERNATIONAL
More informationREQUEST FOR QUALIFICATIONS
FACILITIES MANAGEMENT 4202 EAST FOWLER AVENUE / OPM 100 TAMPA, FL 33620-7550 PHONE: (813) 974-2750 FAX: (813) 974-3542 REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT (CM) SERVICES FOR USF HONORS
More informationDALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP
DALTON PUBLIC SCHOOLS PURCHASING DEPARTMENT REQUEST FOR PROPOSAL FOR RFP FY18 Drivers Education RFP RFP NUMBER (FY18 Drivers Education) ISSUED February 5th, 2018 Request for Proposal To: All Proposers
More informationComparison of Federal and State Procurement Requirements For FEMA Public Assistance Grants to North Carolina Local Governments
This document compares procurement and contracting requirements for local governments under federal law applicable to FEMA Public Assistance Grants and that under North Carolina state law. Because this
More informationComparison of Federal and State Procurement Requirements For FEMA Public Assistance Grants to North Carolina Local Governments
This document compares procurement and contracting requirements for local governments under federal law applicable to FEMA Public Assistance Grants and that under North Carolina state law. Because this
More informationOVERVIEW OF GRANTS ADMINISTRATION PROCESS
OVERVIEW OF GRANTS ADMINISTRATION PROCESS I. INTRODUCTION Implementation and management of Community Development Block Grant (CDBG) projects is an ongoing process that requires adherence to many state
More informationCommunity Development Block Grant Applicant Guide
Community Development Block Grant Applicant Guide Updated 12-14-2016 The CDBG program has long assisted rural communities with carrying out infrastructure and economic development projects. Funding from
More informationUNION COUNTY MINORITY AND SMALL BUSINESS GUIDELINES AND OUTREACH PLAN
UNION COUNTY MINORITY AND SMALL BUSINESS GUIDELINES AND OUTREACH PLAN TABLE OF CONTENTS Definitions. 1 Responsibilities 3 Dispute Procedures... 7 Minority Business Construction Contract Provisions. 8 Minimum
More informationFEDERAL REPUBLIC OF NIGERIA
Supplemental Letter No. 1 (Lagos Urban Transport Project) Section 9.02 of the General Conditions Financial and Economic Data In connection with the above Credit to the Republic of Nigeria for the Lagos
More informationREQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency
REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency Dated September 13, 2017 PROPOSALS DUE 3:00 PM ON October
More informationADVANCED MANUFACTURING FUTURES PROGRAM REQUEST FOR PROPOSALS. Massachusetts Development Finance Agency.
ADVANCED MANUFACTURING FUTURES PROGRAM REQUEST FOR PROPOSALS Massachusetts Development Finance Agency 99 High Street, 11 th Floor, Boston, MA 02110 www.massdevelopment.com RFP Issued: September 25, 2013
More informationPublic Address System Norwalk Public Schools REQUEST FOR PROPOSAL 1/16/15 Proposal Response Date:
Public Address System Norwalk Public Schools REQUEST FOR PROPOSAL 1/16/15 Proposal Response Date: NORWALK PUBLIC SCHOOLS Central Office 125 East Avenue Norwalk, Connecticut 06852-6001 Replacement of Public
More informationDakota County Technical College. Pod 6 AHU Replacement
MINNESOTA STATE COLLEGES AND UNIVERSITIES Dakota County Technical College Pod 6 AHU Replacement REQUEST FOR PROPOSAL (RFP) FOR MECHANICAL ENGINEERING SERVICES JULY 16, 2018 SPECIAL NOTE: This Request for
More informationOwner s Project Manager Selection
Timothy P. Cahill Chairman, State Treasurer Katherine P. Craven Executive Director Owner s Project Manager Selection INTRODUCTION Selecting a qualified Owner s Project Manager is one of the most important
More informationInstructions Regarding the Invitation for Bid and Contract Process For the National School Lunch and School Breakfast Programs Vended Meal Services
Instructions Regarding the Invitation for Bid and Contract Process For the National School Lunch and School Breakfast Programs Vended Meal Services PLEASE READ THIS DOCUMENT THOROUGHLY All vended meal
More informationSuffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY
Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY A. INTENT Community colleges must procure commodities and services in accordance with Article 5-A of the New York State General Municipal Law. This law
More informationREQUEST FOR QUALIFICATIONS. Design Professional Services
REQUEST FOR QUALIFICATIONS Design Professional Services Return Completed Qualifications To: Bonneville Joint School District No. 93 3497 North Ammon Road Idaho Falls, Idaho 83401 TO BE CONSIDERED, QUALIFICATIONS
More informationRequest for Proposals
Request for Proposals Disparity Study PROPOSALS WILL BE RECEIVED UNTIL 12:00 Noon, Friday, July 27 th, 2018 in Purchasing Department, City Hall Building 101 North Main Street, Suite 324 Winston-Salem,
More informationLEGAL NOTICE Request for Proposal for Services
LEGAL NOTICE Request for Proposal for Services The Town of South Windsor, Connecticut, is seeking proposals for consultation services for the survey of historic buildings in Town. The project is funded
More informationTF ID (PEACH Grant for Sub-National Public Financial Management Capacity Building Project)
Public Disclosure Authorized CONFORMED COPY Letter No. CD-490/UGM/XI/2010 November 15, 2010 Public Disclosure Authorized Prof. Ir. Sudjarwadi M.Eng, Phd Rector Universitas Gadjah Mada Bulaksumur Yogyakarta
More informationMONTGOMERY COUNTY, OHIO SECTION 3 CONTRACTING POLICY & PROCEDURES
MONTGOMERY COUNTY, OHIO SECTION 3 CONTRACTING POLICY & PROCEDURES INTRODUCTION The purpose of Section 3 of the Housing and Urban Development Act of 1968 (12 U.S.C. 1701u) (Section 3) is to ensure that
More informationHOW TO DO BUSINESS WITH THE CITY OF VALDOSTA, GEORGIA
HOW TO DO BUSINESS WITH THE CITY OF VALDOSTA, GEORGIA PURCHASING DIVISION Mr. Greg Brown, CPPO, CPPB Purchasing Agent P.O. Box 1125 216 E. Central Ave. Valdosta, GA 31601 Phone 229-259-3525 Fax 229-259-5460
More informationExhibit A. Purchasing Department School District of Osceola County, Florida
Exhibit A Purchasing Department School District of Osceola County, Florida Consultants Competitive Negotiation Act (CCNA) Request For Qualifications (RFQ) and Design-Build Procedures Manual Student Achievement-Our
More informationDALTON PUBLIC SCHOOLS
DALTON PUBLIC SCHOOLS TECHNOLOGY DEPARTMENT REQUEST FOR PROPOSAL FOR FY19 HVAC Technology Modifications RFP RFP NUMBER (FY19 HVAC Technology Modifications RFP) ISSUED 04/17/18 Request for Proposal To:
More informationTOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017
SECTION 17.0 PAGE 1 OF 38 CONTRACT PROCUREMENT POLICY The Mississippi Department of Education (Department) Contract Procurement Policy set forth herein applies to the procurement, management, and control
More informationDOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division
DOING BUSINESS WITH THE Orange County Board of County Commissioners Orange County Procurement Division TABLE OF CONTENTS Preface... 1 How Can I Receive Copies Of Solicitations?... 2 Bidder s List... 2
More informationKDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12
KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12 Purpose These guidelines are intended to guide the procurement of goods and consultant services
More informationRequest for Qualifications Construction Manager
Midland Community Unit School District #7 Request for Qualifications Construction Manager April 6, 2016 MIDLAND ELEMENTARY SCHOOL LACON, ILLINOIS Page 1 of 11 Construction Management Statement of Qualifications
More informationCHAPTER House Bill No. 5013
CHAPTER 2009-89 House Bill No. 5013 An act relating to transportation; amending s. 334.044, F.S.; revising the powers and duties of the Department of Transportation to provide for certain environmental
More informationMICHAEL N. FEUER CITY ATTORNEY REPORT RE:
MICHAEL N. FEUER CITY ATTORNEY REPORT RE: R13-0351 REPORTNO.~~ ~ DEC 0 9 2013 DRAFT ORDINANCE FOR THE HAIWEE POWER PLANT PENSTOCK REPLACEMENT PROJECT REQUESTING THE LOS ANGELES CITY COUNCIL TO ESTABLISH
More informationNon-Federal Cost Share Match Program Grant Implementation Checklist
Non-Federal Cost Share Match Program Grant Implementation Checklist Non-Federal Cost Share Match Program Grant Implementation Checklist Table of Contents 1.0 Introduction... 2.0 Grant Implementation Process
More informationProposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.
April 26, 2018 Subject: RFP2M18-06: Request for Proposal Construction Management and Inspection Services for the Sewer Plant #7 Replacement Project. The City of Alhambra is requesting proposals from experienced,
More informationCOALINGA REDEVELOPMENT AGENCY PARKING LOT IMPROVEMENT PROGRAM GUIDELINES INTRODUCTION
COALINGA REDEVELOPMENT AGENCY PARKING LOT IMPROVEMENT PROGRAM GUIDELINES INTRODUCTION The Parking Lot Improvement Program (PIP) is designed to stimulate building improvements and upgrade the appearance
More informationTOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 49 EFFECTIVE DATE: JULY 1, 2018 REVISION #4: JULY 1, 2018
SECTION 17.0 PAGE 1 OF 49 CONTRACT PROCUREMENT POLICY The Mississippi Department of Education s (Department) Contract Procurement Policy set forth herein applies to the procurement, management, and control
More informationCity of Malibu Request for Proposal
Request for Proposal North Santa Monica Bay Coastal Watersheds Monitoring Services Date Issued: April 26, 2016 Date Due: May 17, 2016, 4:00 P.M. The Qualifications Proposal and Cost Proposal must be submitted
More informationREQUEST FOR BIDS PUBLIC ACCESS TELEVISION MANAGEMENT SERVICES THE CITY OF YORK. November 17, 2014
REQUEST FOR BIDS PUBLIC ACCESS TELEVISION MANAGEMENT SERVICES THE CITY OF YORK November 17, 2014 TABLE OF CONTENTS 1. Overview 2. Due Date of Statement of Qualifications 3. Contact Person and Address for
More informationRequest for Qualifications (Architect / Engineer) State of Ohio Standard Forms and Documents
Request for Qualifications (Architect / Engineer) State of Ohio Standard Forms and Documents Administration of Project: Local Higher Education Project Name Research Laboratory Renovations Response Deadline
More informationWORKFORCE DEVELOPMENT BOARD Workforce Innovation and Opportunity Act Area 8
WORKFORCE DEVELOPMENT BOARD Workforce Innovation and Opportunity Act Area 8 Policy number 0 Subject This policy obsoletes May apply for waiver Procurement None NA Board approved 2/8/2017 Effective date
More informationMandatory Site Visit: Thursday, July 13, :00 PM (Pierson Library, Shelburne, VT)
Request for Proposal for Construction Management (CM) Services for the Shelburne Community Center and Public Library Shelburne, Vermont. Request for Proposal Issued: Friday, Mandatory Site Visit: Thursday,
More informationTOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS. Issued August 1, 2017
TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS Issued August 1, 2017 Proposals Due-August 21, 2017 1 SECTION I: TERMS AND CONDITIONS 1 Invitation Qualified individuals
More informationCITY OF FRESNO AIRPORTS DEPARTMENT REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSULTING SERVICES FRESNO YOSEMITE INTERNATIONAL AIRPORT
CITY OF FRESNO AIRPORTS DEPARTMENT REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSULTING SERVICES FRESNO YOSEMITE INTERNATIONAL AIRPORT Residential Sound Insulation Program A. PROGRAM NARRATIVE The City of Fresno
More informationLakewood, Ohio August 18, 2014
Lakewood, Ohio August 18, 2014 The Board of Education of the City School District of the City of Lakewood, County of Cuyahoga, State of Ohio, met in regular session in the Harding Middle School Music Room
More informationHENRICO COUNTY NOTICE OF SPECIAL MEETING BOARD OF SUPERVISORS
HENRICO COUNTY NOTICE OF SPECIAL MEETING BOARD OF SUPERVISORS Please take notice that a special meeting of the Board of Supervisors will be held on Tuesday, May 22, 2012 at 4:30 p.m. in the County Manager's
More informationMINORITY BUSINESS ENTERPRISE PROCEDURES FOR STATE FUNDED PUBLIC SCHOOL CONSTRUCTION PROJECTS Revised JUNE 2008
SECTION 00801 MINORITY BUSINESS ENTERPRISE PROCEDURES MCPS CONSTRUCTION MANAGER VERSION MINORITY BUSINESS ENTERPRISE PROCEDURES FOR STATE FUNDED PUBLIC SCHOOL CONSTRUCTION PROJECTS Revised JUNE 2008 Approved
More informationLexington Center Corporation Request for Qualifications for PROJECT COORDINATOR SERVICES
Lexington Center Corporation Request for Qualifications for PROJECT COORDINATOR SERVICES Lexington Convention Center Renovation and Expansion I. Description of Project The Lexington Center Corporation
More informationRequest for Proposals and Specifications for a Community Solar Project
Request for Proposals and Specifications for a Community Solar Project CPS Energy P.O. Box 1771 San Antonio, TX 78296-1771 October 9, 2014 PR # 10452716 INVITATION TO SUBMIT PROPOSALS 1. Introduction CPS
More informationBRONX COUNTY PARTICIPATION AND LABOR FORCE MITIGATION AND COMMUNITY BENEFITS PROGRAM RELATED TO THE CONSTRUCTION OF THE NEW YANKEE STADIUM
BRONX COUNTY PARTICIPATION AND LABOR FORCE MITIGATION AND COMMUNITY BENEFITS PROGRAM RELATED TO THE CONSTRUCTION OF THE NEW YANKEE STADIUM I. PROGRAM STATEMENT As part of its commitment to the Bronx Community,
More informationProcurement Policies. and. Procedures. Manual
Procurement Policies and Procedures Manual Originally Adopted: May 6, 2008 Revised Dates: November 2009 March 2016 October 2017 These policies and procedures were adopted after review and acceptance by
More informationProcurement Policies. and. Procedures. Manual
Procurement Policies and Procedures Manual Originally Issued May 6, 2008 Last Modified March 2, 2016 These policies and procedures were reviewed and accepted by the Office of the Attorney General of New
More informationGeorgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)
NOTE: PLEASE ENSURE THAT ALL REQUIRED SIGNATURE BLOCKS ARE COMPLETED. FAILURE TO SIGN THIS FORM AND INCLUDE IT WITH YOUR PROPOSAL WILL CAUSE REJECTION OF YOUR PROPOSAL. Georgia Lottery Corporation ("GLC")
More informationCITY OF ROHNERT PARK CITY COUNCIL AGENDA REPORT
ITEM NO. 6.C.3 Mission Statement We Care for Our Residents by Working Together to Build a Better Community for Today and Tomorrow. CITY OF ROHNERT PARK CITY COUNCIL AGENDA REPORT Meeting Date: November
More informationSalida School District, R-32-J Central Administration Office 310 East 9 th Street Salida, Colorado 81201
Request for Qualifications for Environmental Consulting Services at: Salida School District, R-32-J Central Administration Office 310 East 9 th Street Salida, Colorado 81201 Request for Qualifications
More information#NLCU. Lessons Learned from Crisis Leadership
Lessons Learned from Crisis Leadership #NLCU March 11, 2017 Washington, DC Blake Ratcliff, Steve Traina, Brian Delvaux, Erica Bueno Institute for Building Technology & Safety Workshop Agenda Eligibility
More informationWithin the context of this policy, the following definitions apply:
BOARD OF EDUCATION POLICY 4050 PROCUREMENT OF GOODS AND/OR SERVICES Effective: July 1, 2018 I. Policy Statement The Board of Education of Howard County expects that all funds provided to them for all goods
More informationHow To Do Business With Orange County Public Schools. Procurement Services 445 W. Amelia Street Orlando, FL
How To Do Business With Orange County Public Schools Procurement Services 445 W. Amelia Street Orlando, FL 32801-1129 Phone: 40-31-3219 Fax: 40-31-3414 Website: www.procurement.ocps.net 2 Table of Contents
More informationSEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services
Department of Forests, Parks & Recreation 1 National Life Drive, Davis 2 Montpelier, VT 05620-3801 www.vtfpr.org Agency of Natural Resources SEALED PROPOSAL REQUEST FOR PROPOSAL Professional Archaelogical
More informationPasadena First. Buy Local. City of
Pasadena First Buy Local D e p a r t m e n t o f f i n a n c e City of OperatiOns DOcument June 2010 1 TaBLe of ConTenTs Pasadena First Buy Local D e p a r t m e n t o f f i n a n c e Executive Summary.............................................................................3
More informationBylaws of the College of Registered Nurses of British Columbia. [bylaws in effect on October 14, 2009; proposed amendments, December 2009]
1.0 In these bylaws: BYLAWS OF THE COLLEGE OF REGISTERED NURSES OF BRITISH COLUMBIA [bylaws in effect on October 14, 2009; proposed amendments, December 2009] DEFINITIONS Act means the Health Professions
More informationCITY OF GOLDEN, COLORADO Parks and Recreation Department
CITY OF GOLDEN, COLORADO Parks and Recreation Department Accredited by the Commission for Accreditation of Park and Recreation Agencies Rod Tarullo, Parks & Recreation Director REQUEST FOR QUALIFICATIONS
More informationProposals Solicited by: Town of Bloomsburg 301 East Second Street Bloomsburg, PA 17815
REQUEST FOR PROPOSALS FOR PROFESSIONAL DESIGN SERVICES ASSOCIATED WITH THE TOWN OF BLOOMSBURG, COLUMBIA COUNTY, PENNSYLVANIA COMMUNITY DEVELOPMENT BLOCK GRANT ACTIVITIES AND CDBG-DISASTER RECOVERY ACTIVITIES
More informationREQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES WESTSIDE ELEMENTARY 1210 JIMMY ANN DRIVE DAYTONA BEACH, FLORIDA 32117
REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES FOR WESTSIDE ELEMENTARY 1210 JIMMY ANN DRIVE DAYTONA BEACH, FLORIDA 32117 RENOVATIONS & ADDITIONS PROJECT NO. 174582 School Board of Volusia County
More informationProcurement Processes Policy
Procurement Processes Policy Responsible Division: Purchasing & Materials Management Effective Date: January 1, 2017 Responsible Official: Chief Purchasing Official Last Revision Date: NA Table of Contents
More informationREQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services
REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services RESPONSE DUE by 5:00 p.m. on April 24, 2018 For complete information regarding this project, see RFP posted at ebce.org
More informationPage 1. Date: January 24, Housing Authority of Travis County REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES SOLICITATION NO.
Date: January 24, 2017 Housing Authority of Travis County REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES SOLICITATION NO. HATC-01-2017 Issue Date: January 24, 2017 Qualifications Due Date: February 17,
More informationRequest for Proposal: Wireless Access Points
Alton Community Unit School District #11 -Technology Department - Request for Proposal: Wireless Access Points Equipment and Installation/Support (ERATE Category II) Bid Reference: NET_WIRELESS_1617 ISSUED:
More informationSECTION I Applicant/Project Information
FINANCIAL ASSISTANCE APPLICATION For use with projects requesting general City assistance (For projects requesting CRA property tax abatements and Income Tax Incentives, do not use this application) SECTION
More informationANNUAL CERTIFICATION BY PUBLIC FINANCIAL DISCLOSURE FILERS
ANNUAL CERTIFICATION BY PUBLIC FINANCIAL DISCLOSURE FILERS - 2017 With the below signature, I, (print name), hereby certify that I have read the enclosed summary and understand the negotiating employment,
More informationGENERAL CONTRACTING / CONSTRUCTION MANAGEMENT
GENERAL CONTRACTING / CONSTRUCTION MANAGEMENT Mac s Construction Company, Inc. has been in the building industry for over 45 years. Our resumé includes K-12 Schools, Worship Centers, Government Buildings,
More informationThe School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services
Selection Process for Continuing Contract for Architectural & Engineering Services TABLE OF CONTENTS PROJECT DESCRIPTION... 1 POLICY - COMPETITIVE SELECTION PROCESS... 1 REQUIREMENTS OF DESIGN PROFESSIONAL
More informationREQUEST FOR PROPOSALS
COMMUNITY REDEVELOPMENT AGENCY OF THE CITY OF SANTA ANA REQUEST FOR PROPOSALS RELOCATION OF TWO RESIDENTIAL STRUCTURES PROPOSALS DUE: Monday, May 9, 2011 at 11:00 AM 1. INTRODUCTION REQUEST FOR PROPOSALS
More informationBID # 16-5 EMERGENCY ASBESTOS, LEAD & MOLD REMEDIATION SECTION "C" TECHNICAL SPECIFICATIONS OWNER
BID # 16-5 EMERGENCY ASBESTOS, LEAD & MOLD REMEDIATION SECTION "C" TECHNICAL SPECIFICATIONS OWNER Board of Trustees Middlesex County College 2600 Woodbridge Avenue P.O. Box 3050 Edison, New Jersey 08818-3050
More informationCity of Greenfield Arroyo Seco Groundwater Sustainability Agency. Meeting Agenda October 24, :00 P.M.
City of Greenfield Arroyo Seco Groundwater Sustainability Agency 599 El Camino Real Greenfield, CA 93927 Meeting Agenda October 24, 2017 4:00 P.M. Your courtesy is requested to help our meeting run smoothly.
More informationGuidance for Locally Administered Projects. Funded Through the NJDOT/MPO Program Funds Exchange. August 27, Revised September 15, 2014
1 Guidance for Locally Administered Projects Funded Through the NJDOT/MPO Program Funds Exchange August 27, 2013 Revised September 15, 2014 This document establishes guidelines for administering the program
More informationSECTION 3 PLAN & GUIDEBOOK
SECTION 3 PLAN & GUIDEBOOK Policies, Procedures and Utilization Plan Application Packet for the Implementation of Section 3 of the 1968 Housing and Urban Development Act: ensure that employment and economic
More informationSAN FRANCISCO HOUSING AUTHORITY PROCUREMENT POLICY
SAN FRANCISCO HOUSING AUTHORITY PROCUREMENT POLICY San Francisco Housing Authority 1815 Egbert Avenue San Francisco, CA 94124 Procurement Policy - 1/11/01 Section I, II, III approved Revised May 29, 2001
More informationRequest for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station
Request for Qualifications Professional Design and Construction Services as a Design-Builder For Submittal Due Date: August 4, 2015 Notice is hereby given that Delhi Township is seeking Statements of Qualification
More informationGOODWILL YOUTHBUILD GED/High School Education Instruction
REQUEST FOR PROPOSALS FOR GOODWILL YOUTHBUILD GED/High School Education Instruction Issued By: Goodwill of the Olympics and Rainier Region YouthBuild Program 714 S 27 th St Tacoma, WA 98372 November 13,
More informationADDENDUM NO. 1. ATTENTION TO PLANHOLDERS OF RECORD is called to the following revisions of the contract documents:
THIS DOCUMENT AND ATTACHMENT(S) ARE AVAILABLE FOR DOWNLOAD AT HTTPS://HOSTING.PORTSEATTLE.ORG/PRMS/. AN EMAIL NOTIFICATION WAS SENT TO REGISTERED PLANHOLDERS. FAILURE TO ACKNOWLEDGE RECEIPT ON THE BID
More information