PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION

Size: px
Start display at page:

Download "PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION"

Transcription

1 REQUEST FOR PROPOSLS (RFP) CONSTRUCTION MANAGER (CM) AT RISK SERVICES FOR DETENTION FACILITIES PROJECTS PROJECT #15218 PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION

2 NOTICE REQUEST FOR PROPOSALS CONSTRUCTION MANAGER AT RISK DETENTION FACILITIES PROJECTS PROJECT #15218 Proposals, consisting of those documents and information described in the Request for Proposal (RFP), will be received by the Board of County Commissioners, Palm Beach County, Florida until 2:00 PM on October 21, 2015 at the Palm Beach County Facilities Development and Operations Department at 2633 Vista Parkway, West Palm Beach, FL, The respondents will be submitting proposals to provide Construction Management at Risk Services for various projects. Estimated cost is $30M - $50M over several phases. All conditions and requirements for submittal of proposals are contained in the Request for Proposal. The RFP may be obtained via cchoban@pbcgov.com or by calling (561) Include CM RFP in the subject line. Selection of finalists for interviews will be made on the basis of construction manager qualifications, including experience and ability as detailed in the RFP. The County has established a minimum goal of 15% Small Business Enterprise participation. At the time of proposal submission, respondent must be properly certified and licensed in the State of Florida and/or Palm Beach County, as applicable, for the purpose of performing the specified work. The Board of County Commissioners reserves the right to waive any proposal irregularities, informalities, or technical deficiencies and to reject any and all proposals. ATTEST: SHARON R. BOCK, Clerk & Comptroller BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY, FLORIDA BY: SHELLY VANA, MAYOR PUBLISH: Palm Beach Post Sunday: September 27, 2015 Sunday: October 4, 2015

3 REQUEST FOR PROPOSALS CONSTRUCTION MANAGER AT RISK FOR DETENTION FACILITIES PROJECTS PROJECT #15218 INTRODUCTION The County is soliciting Proposals ( Responses ) for Construction Management services consisting of pre-construction services, developing a Guaranteed Maximum Price (GMP), and construction of various detention facilities projects. This series of projects consists of renewal/replacements, renovations, modifications, and/or expansions and additions for infrastructure and various facilities systems within the Main Detention Center campus on Gun Club Road in West Palm Beach, the West Detention Center in Belle Glade, the Central Detention Center (aka Stockade) west of West Palm Beach, the Main Judicial Center in West Palm Beach, or other criminal justice facilities within Palm Beach County. Projects could include renewal/replacements for the following systems: mechanical including HVAC, fire protection, plumbing, and boilers, electrical, low voltage electrical systems including electronic security systems and fire alarm, security doors and hardware, roofing, weatherproofing, and other similar improvements. The selected Construction Management firm will function as a general contractor responsible for publicly bidding trade contracts, all scheduling and coordination of the project, and the successful, timely, and economical completion of the project. The selected Construction Manager (CM) will provide preconstruction and construction services and will be responsible for construction pursuant to a contractually guaranteed maximum price. Construction work is scheduled to start in October, 2016, and extend in various phases through Preliminary construction cost is estimated at $30M - $50M over several phases. A significant portion of the estimated cost is related to modernization of security management systems including additions, replacements, and/or modifications to those systems. A. INSTRUCTIONS TO RESPONDENTS 1. Firms desiring to provide services, as described herein, shall submit their response to this RFP in a sealed envelope with one original (clearly marked), eight (8) copies (a total of 9 copies), and one copy on electronic media. Responses must be received no later than 2:00 p.m., local time, October 21, 2015, to the attention of: John Chesher, Director Capital Improvements Division Facilities Development & Operations Department 2633 Vista Parkway West Palm Beach, FL Respondents must indicate on their response envelope the following: 09/2015 Page 1 of 14

4 Risk for Projects Date of Submittal Name of Respondent Return Address of Respondent 3. The time and date for receipt of responses will be scrupulously observed. The respondent shall assume full responsibility for timely delivery at the location designated for receipt of responses. The time/date stamp clock in the lobby area of 2633 Vista Parkway shall serve as the official authority to determine timeliness of the response. 4. All responses will be opened and reviewed at a later date by the Evaluation Committee. Responses received after the specified time and date shall be returned unopened. 5. Respondents are instructed not to fax their response. Faxed responses will be rejected as non-responsive. 6. Questions concerning this Request for Proposal must be directed in writing no later than 4:00 P.M., October 12, 2015, to John Chesher, Capital Improvements Division, jchesher@pbcgov.com or via fax ( ) or mail. Include CM RFP in the subject line of the No oral interpretation of this RFP shall be considered binding. The County will be bound by information and statements only when such statements are written and executed under the authority of Capital Improvements Division. Any interpretation, clarification, correction, or change to this RFP will be made only by Supplement. Written instructions regarding discrepancies, omissions or unclear intents will be sent to all Proposers who have received the RFP from Palm Beach County. Interpretations, corrections or changes made in any other manner will not be binding, and Proposers shall not rely upon such interpretations, corrections or changes. 8. Prior to submission of its Proposal, each Proposer shall ascertain that it has received all Supplements issued. The Proposer shall acknowledge receipt of all Supplements by completing the acknowledgment space provided on the Proposal Certification Form. B. TERMS AND CONDITIONS 1. Rejection of Proposals - The Board of Palm Beach County Commissioners reserves the right to reject any and all Proposals, and/or to re-advertise, to waive any irregularities, informalities or technicalities therein, to negotiate Contract terms with the successful Proposer, to disregard all non-conforming, non-responsive, unbalanced or conditional Proposals, or to accept any Proposal which in the County's sole judgment will best serve the public interest. 2. The County reserves the right to cancel the award of any Contract at any time before the execution of said Contract by all parties without any liability against the County. The Proposer, by submitting its Proposal, expressly waives any claim to damages, of any kind whatsoever, in the event the County exercises its rights provided for in this subsection. 09/2015 Page 2 of 14

5 3. The County reserves the right to request clarification on information submitted from one or more respondents after the deadline for receipt of responses. 4. Any response may be withdrawn until the date and time set above for the submission of the responses. 5. Costs of preparation of a response to the RFP are solely those of the Respondent and the County assumes no responsibility for any such costs incurred by the Respondent. 6. The Respondent understands that the RFP does not constitute an agreement or contract with the Respondent, and no contract rights or remedies shall be deemed to have accrued to Respondent herewith. 7. Any Respondent who submits in its Proposal any information that is determined by the County, in its sole opinion, to be substantially inaccurate, misleading, exaggerated, or incorrect may be disqualified from consideration. 8. Failure of any Respondent to comply with this RFP may render the response non-responsive and ineligible from further consideration. 9. The Respondent warrants that they have not employed or retained any company or person, to solicit or secure this Contract where the Respondent has agreed to pay a fee, commission, percentage, gift or other consideration contingent upon or resulting from the award of this Contract. 10. The Construction Manager and its subcontractors of any tier regulated by the Florida Construction Industry Licensing Board or the Construction Industry Licensing Board of Palm Beach County shall be properly qualified and licensed/certified by the appropriate Board or Boards as required by Florida Statute Chapter 489, or Special Act, Laws of Florida Chapter prior to the issuance of the Notice to Proceed. The Respondent is required to have an active State Contractors Certification or an active Palm Beach County Certificate of Competency at time of Proposal submittal. Any Proposal which is submitted by a contractor, who is not properly licensed/certified at the time the Proposal is submitted, will be rejected as non-responsive. 11. The Construction Manager, subcontractors of any tier, and specialty contractors must have a valid Palm Beach County occupational license, except where provisions of F.S apply. 12. The Construction Manager s employees and subcontractors employees will be required to undergo a criminal history record check in order to be granted access pursuant to the latest version of Chapter 2, Article IX of the Palm Beach County Code. In addition, a criminal history records check conducted by Palm Beach County Sherriff s Office will be required. 09/2015 Page 3 of 14

6 13. Each Respondent by making his proposal represents that: a. As provided in Florida Statute (2)(a) a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Proposal on a contract to provide any goods or services to a public entity, may not submit a Proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit Proposals on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in s for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. By entering into this contract or performing any work in furtherance hereof, the Construction Manager certifies that it, its affiliates, suppliers, subcontractors and consultants who will perform hereunder have not been placed on the convicted vendor list maintained by the State of Florida Department of Management Services within the 36 months immediately preceding the date hereof. This notice is required by F.S (3) (a). b. The Respondent must be an equal employment opportunity employer. Each Respondent must complete, sign and furnish with its Proposal the statement titled "Statement of Participation in Contracts Subject to Nondiscrimination Clause", which is incorporated in the Proposal Certification Form attached thereto. Failure to complete this statement will be cause for rejection of the Proposal. c. Pursuant to Executive Order 11246, as amended, Palm Beach County does have an Affirmative Action Program in connection with equal employment opportunities. It is recommended that those Proposers who have not initiated an Affirmative Action Program give consideration toward pursuing such programs. d. The Respondent does hereby declare that it is the only person or persons interested in said Proposal; that it is a genuine Proposal not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; that it is made without any connection with any person submitting another Proposal for the same Contract; that this Respondent has not directly or indirectly induced or solicited any other Respondent to submit a false or sham Proposal; that the Proposal is in all respects fair and without collusion, fraud, or mental reservations; that no official of the County or any person in the employ of the County is directly or indirectly interested in said Proposal or in the supplies of Work to which it relates, or in any portion of the profits thereof; and that Respondent has not sought by collusion to obtain for itself any advantage over any other Respondent or over the County. 13. Lobbying 09/2015 Page 4 of 14

7 a. Proposers are advised that the Palm Beach County Lobbyist Registration Ordinance prohibits a proposer or anyone representing the proposer from communicating with any Commissioner or Commissioner s staff regarding its proposal, i.e. a Cone of Silence. b. The Cone of Silence is in effect from the date/time of the deadline for submission of the proposal, and terminates at the time that the Board of County Commissioners ( Board ), or a County Department authorized to act on behalf of the Board, awards or approves a contract, rejects all proposals, or otherwise takes action which ends the solicitation process. c. The exceptions to the Cone of Silence specifically include contract negotiations during any public meeting; contract negotiations between any County Employee and the intended awardee; public presentations made to the Board; or any written correspondence at any time with any Employee, County Commissioners, or Advisory Board Member or selection committee member, unless specifically prohibited by the applicable competitive solicitation process. d. Violations of this section of the Ordinance are punishable by a fine of $ per violation. 14. Living Wage a. Contracts that exceed $100,000, and that are not subject to the Davis-Bacon Act or any related act or acts, as amended, that require the payment of Davis-Bacon Act wage rates, must comply with the Palm Beach County Living Wage Ordinance. b. The living wage is adjusted annually on October 1 as provided for in the ordinance. Contractor and all subcontractors shall pay the living wage to all employees directly providing construction-related services. c. Certification required. Before entering into any GMP Amendment, the Contractor must provide a certificate to the Owner and each subcontractor must provide a certificate to the Contractor, stating that it will pay each employee no less than the living wage. The certificate form will be provided with the Contract documents. 15. Small Business Enterprise (SBE) Program a. The successful respondent will be required to comply with Palm Beach County Code , which sets forth the County requirements for the SBE program. b. The County has established a minimum goal of 15% SBE participation for this contract, inclusive of all alternates, allowances, and change orders. 16. Bond and Insurance Requirements a. Within 5 days of Owner s acceptance of Guaranteed Maximum Price, the 09/2015 Page 6 of 14

8 Construction Manager shall furnish to Owner, on forms provided by Owner the following: 1. Public Construction Bond in the Amount of 100% of the GMP Price. 2. Form of Guarantee Such Public Construction Bond shall incorporate by reference all of the terms and conditions of the Contract Documents, including but not limited to the Construction Manager and Surety's obligation for liquidated damages as well as Surety's acknowledgment regarding any and all provisions addressing or regarding "no damages for delay", as provided for in the General Conditions. b. The Surety Company, in addition to the above requirements, shall be currently listed with the United States Department of Treasury for an amount greater than the contract amount. c. The Construction Manager shall require the attorney-in-fact who executes the required bonds on behalf of the Surety to affix thereto a certified and current copy of his Power of Attorney. d. If Construction Manager obtains bonds from any Subcontractor, Palm Beach County shall be named as additional oblige. e. Insurance Requirements - The Construction Manager shall furnish to the Owner certificates of insurance evidencing the existence of current valid, and binding insurance policies for the limits and coverage in accordance with the requirements delineated in the General Conditions, where such insurance is to be provided by Construction Manager, or as otherwise modified within the Contract Documents, together with a declaration of deductible amounts applicable to each type of insurance provided, acceptable to Owner. C. PROPOSAL SUBMITTAL REQUIREMENTS 1. The contents of the proposal submitted by the successful Respondent will become part of the contractual obligations. 2. It shall be understood that it is the intent of the Owner to insist that those indicated as a part of the Construction Manager s team actually execute the project and that the Project Manager for the Construction Manager be continually involved with the project during the pre-construction and construction phases unless agreed to the contrary in writing by Owner, or their employment with Construction Manager is terminated. 3. Respondents must submit this required information. Failure to submit and completely fill out any or all of the required forms may result in the rejection of the proposal. 09/2015 Page 7 of 14

9 a. Letter of intent from a Surety Company indicating the applicant s bondability for this contract. The surety shall acknowledge that the firm can be bonded for projects, with a potential construction cost of $25 Million. The surety company shall be currently listed with the United States Treasury for an amount greater than $50 Million. b. Proposal Certification Form (see Paragraph I). c. Related Experience: List the projects which best illustrate the experience of the firm and staff which will be assigned to this project. List no more than ten (10) projects, or projects which were completed more than ten (10) years ago. Provide a secondary list of all projects in Florida which exceed $5 Million in cost, started in the past 5 years. Provide the following information for each project listed: 1. Name and location of the project. 2. The nature of the firm's responsibility on this project including project delivery method. 3. Provide the name, address, phone number, and address of an owner s representative and architect s representative who can be contacted to provide a reference. 4. Size of project (square footage of project). 5. Construction cost. 6. Present status of the project; Date project was completed or is anticipated to be completed. 7. Key professionals involved on listed project who would be assigned to this project. d. Pre-Construction Services Staff: Includes management, technical and support staff. Provide a project organizational chart. Give a brief resume of key persons to be assigned to this contract including, but not limited to: 1. Name and title. 2. Current project assignments. 3. How many years with this firm? Other firms? 4. Experience: Types of projects, size of projects (dollar value & square footage of project), and job assignment. 5. Education and Registrations. 6. Other experience and qualifications that are relevant to this project. 7. Present office location. e. Construction Services Staff: Provide an organizational chart and resumes of the key on-site staff which may be assigned under this contract including, but not limited to: 1. Name and title. 2. Current project assignments and percentage of time for each. 09/2015 Page 8 of 14

10 3. How many years with this firm? Other firms? 4. Experience: Types of projects, size of projects (dollar value & square footage of project), and job assignment. 5. Education and Registrations. 6. Other experience and qualifications that are relevant to this project. f. Project Management Services: 1. Describe the capabilities of your firm to provide the technical services required for: Design reviews, budget estimating, value engineering, constructability analysis, construction scheduling, quality control (design and construction), cost control, claims management, and project close-out. g. Location of Offices: 1. Provide address of each office from which staff may be assigned to this project, and list total number of employees by job function. h. SBE Participation 1. For each project listed in Paragraph c, provide the firm s history of SBE or minority participation. Indicate what the original project goal was, and what the firm achieved. 2. Provide the plan your firm will use to achieve the required SBE Goal for this project. i. Claims and Litigation History 1. List all claims, arbitrations, administrative hearings, lawsuits or criminal proceedings brought by or against firm during the last five (5) years. The list shall include the name of the project over which the dispute arose; and a description of the amount in dispute and the subject matter of the dispute. D. SELECTION PROCESS 1. The purpose of the rating procedures is to equitably judge the responses to the Requests for Proposals. Each response will be scored and evaluated by the Committees using the procedures outlined herein. 2. The selection process consists of two phases of evaluation and scoring. a. The County s Short List Evaluation Committee will review each proposal and select up to ten proposals to score. 3 top proposers will be short-listed and invited to interview with the Final Selection Committee. Respondents will be notified in writing if their firm has been qualified for Phase II of the evaluation and selection process. 09/2015 Page 9 of 14

11 b. The second phase of the evaluation and selection will only be for the Respondents who are selected from the first phase of the evaluation. The shortlisted firm s interview will consist of a presentation to the Final Selection Committee followed by a question and answer period. 3. Each Category will be scored and when the scores awarded for all Categories are totaled, the scores will be tabulated and added to achieve the Total Points awarded to each firm. The Total Points awarded to each firm will be ranked 1,2,3,4, etc. with the highest point total ranked 1, the next highest points total ranked 2, etc. The ranking of each firm will be tabulated from each Committee Member and combined with other Committee Members to determine the total score for the firm. E. SCORING CRITERIA FOR SUBMITTALS - PHASE 1 (SHORT LIST PROCESS) The Scoring Criteria is made up of the categories that collectively represent a Grand Total Point Value of 100 points, as described herein. The points indicated below as "Points Possible" are the maximum that can be allocated for each category. The point value shall be the basis of establishing a finalist list of the top ranking proposals. EVALUATION CATEGORIES POINTS POSSIBLE 1. Related Experience Pre-Construction Services Staff Construction Services Staff Volume of Previous Work Location of Offices SBE Program 10 GRAND TOTAL OF POINTS 100 POINTS 1. CATEGORY 1 Related Building Experience 30 Points Possible Scoring Criteria Major consideration will be given to the successful completion of projects comparable in design, type, and scope, the recommendation of previous Owners and Architects, and other similar factors. 2. CATEGORY 2 Pre-construction Services Staff 25 Points Possible Scoring Criteria Consideration will be given to the general and specified project related capability of the proposer s pre-construction services staff including the adequate depth and abilities of the organization which it can draw upon as needed. This will include management, technical and support staff. 09/2015 Page 10 of 14

12 3. CATEGORY 3 Construction Services Staff 15 Points Possible Scoring Criteria Evaluation of the ability and experience of the proposed construction services staff with specific attention to project related experience. 4. CATEGORY 4 Volume of Previous Work 10 Points Possible The volume of the firm s previous work within the past 6 years with the County will be considered with the objective to share the available work with many firms. 5. CATEGORY 5 Location of Offices 10 Points Possible Scoring Criteria Maximum points will be awarded for a firm with a primary or regional office in Palm Beach County which will have direct responsibility for this project. 6. CATEGORY 6 SBE Program 10 Points Possible Scoring Criteria Firms will be awarded points for the firm s SBE or minority participation history and the presentation of a viable plan to achieve the County s SBE goal. F. SCORING CRITERIA FOR SHORT LISTED PROPOSERS - PHASE 2 (FINAL SELECTION) The second phase shall consist of an interview / presentation by each finalist in an effort to further understand the qualifications of the proposing firm. All finalists shall be considered in equal standing at the beginning of Phase 2. Using the information presented in the firm s written proposal, finalists will be expected to address the following: 1. Qualifications of the Firm: The firm will be expected to demonstrate its experience with projects similar in size, scope and complexity with emphasis on the construction management process. The firm should share its experiences bringing innovative and creative input to past projects. 2. Proposed Project Staff and Functions: The firm shall name the actual Project Manager and other key staff to be assigned to this project, describe their ability and experience and indicate the function of each within their organization and their proposed role on this project. The Project Manager shall be present for the selection interview. 3. Comprehensive Project Management Services: The firm shall indicate knowledge and experience in the evaluation of building systems and construction techniques to create an optimum value in the design and budget requirements. The firm should demonstrate its plan for performing this project describing the services to be provided including its method 09/2015 Page 11 of 14

13 to competitively bid the subcontracts and to establish a GMP and its cost reporting methods. 4. Knowledge of Local Conditions: The firm shall demonstrate its knowledge of local conditions, local codes and ordinances, local subcontractors, and local suppliers as an indication of its ability to obtain and retain local (Palm Beach County) subcontractors, control the work and deliver quality workmanship in an effective and timely manner. Maximum points will be awarded for a firm with a primary or regional office in Palm Beach County which will have direct responsibility for this project. 5. Small Business Utilization Plan: The firm shall demonstrate its approach in obtaining participation of Palm Beach County Certified Small Business Enterprises on this project. The Scoring Criteria is made up of the six (6) Categories that collectively represent a Total Point Value of 100 points. The total points for each Proposer will be the basis to determine the Top Ranking Proposer. EVALUATION CATEGORIES POINTS POSSIBLE 1. Qualifications of the Firm Proposed Project Staff and Functions Comprehensive Project Management Services Knowledge of Local Conditions Small Business Utilization Plan Volume of Previous Work 10 GRAND TOTAL OF POINTS 100 POINTS SCORING CRITERIA a. CATEGORY 1 - Qualifications of the Firm 25 Points Possible The firm's experience in similar projects utilizing the Construction Management process and other successful related CM projects will be scored. Recommendations from previous Owners and Architects will be evaluated. Litigation history will be considered. b. CATEGORY 2 - Proposed Project Staff and Functions 30 Points Possible The Project Management team s experience with similar projects and with public projects, and Construction Management experience. Recommendations from previous Owners and Architects will be evaluated. c. CATEGORY 3 - Comprehensive Project Management Services 10 Points Possible The ability and history of the firm and its staff to deliver projects using effective management tools and techniques will be evaluated. 09/2015 Page 12 of 14

14 The firm's scheduling system and cost control system will be evaluated including methods for assuring subcontractors adherence to schedule. A comparison of the firm's project profile should indicate their ability to hold to original schedules and budgets. The firm s approach to establishing a Guaranteed Maximum Price along with methods of Cost Control and Reporting Systems used will be scored. d. CATEGORY 4 - Knowledge of Local Conditions 15 Points Possible The firm s knowledge of the local construction environment as an indication of their ability to deliver a quality product in an effective and timely manner with local subcontractors will be scored. The firm s location of its office which will manage the work will be considered. e. CATEGORY 5 - Small Business Utilization Plan 10 Points Possible The firm s history, approach, and commitment to meet or exceed the SBE participation requirement will be scored. f. CATEGORY 6 - Volume of Previous Work 10 Points Possible G. AWARD OF CONTRACT The volume of the firm s previous work within the past 6 years with the County will be considered with the objective to share the available work with many firms. 1. Selection Committee tabulations and Notification from Owner, with recommended awards made in accordance with the RFP will be posted at the location where Proposals were received, for review by interested parties prior to submission through the appropriate approval process to the Board of County Commissioners, and will remain posted for a period of five (5) business days. Failure to file a protest to the Director of Purchasing during the 5 day posting period shall constitute a waiver of proceedings under County ordinance. 2. The Owner will conduct negotiations with the highest ranked Respondent to determine the fee and other requirements. However, if no agreement is reached with the top ranked Respondent, negotiations will be terminated with the top ranked Respondent and the Owner will move to the second ranked Respondent to attempt to reach agreement. If no agreement can be reached with the second ranked Respondent, the Owner will move to the third ranked Respondent. H. TIME 09/2015 Page 13 of 14

15 1. Time is of the essence in all contract documents. The successful Respondent, shall enter into a Contract with the County, shall commence the work to be performed under the Contract on the date set by the County in the written notice to proceed, and shall continue the work with due diligence. I. REQUIRED FORMS Proposal Certification Form 09/2015 Page 14 of 14

16 PROPOSAL CERTIFICATION FORM CM SERVICES FOR FOR DETENTION FACILITIES PROJECTS PROJECT #15218 I hereby certify that I am submitting my company s proposal and understand that by virtue of executing and returning with this proposal this Proposal Certification Form, I certify that all information is correct and I understand the contents and accept the conditions of the Request for Proposal and this Proposal Certification Form. Acknowledgment of Supplements: It is agreed that proposer has received and understands all supplements issued by the County. The Proposer acknowledges receipt of supplement(s) as follows: Supplement # dated Supplement # dated Statement of Participation in Contracts Subject to Nondiscrimination Clause: The Proposer shall complete the following statement by checking the appropriate boxes: The Proposer has ( ) has not ( ) participated in a previous contract subject to the nondiscrimination clause prescribed by Executive Order 10925, or Executive Order 11114, or Executive Order The Proposer has ( ) has not ( ) submitted all compliance reports in connection with any such contract, due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. If the Proposer has participated previously in a contract subject to the nondiscrimination clause and has not submitted compliance reports due under applicable filing requirements, the Proposer shall submit a compliance report on Standard Form 100, "Employee Information Report, EEO-1" prior to the award of the Contract. PROPOSER (firm name): PRINT NAME OF AUTHORIZED REPRESENTATIVE: SIGNATURE OF AUTHORIZED REPRESENTATIVE: TITLE: DATE:

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

The 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 information

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services Selection Process for Architectural & Engineering Services TABLE OF CONTENTS PROJECT DESCRIPTION... 1 POLICY-COMPETITIVE SELECTION PROCESS... 1 REQUIREMENTS OF DESIGN PROFESSIONAL (DP)... 3 STATEMENT OF

More information

SECOND REQUEST FOR PROPOSALS. for

SECOND REQUEST FOR PROPOSALS. for SECOND REQUEST FOR PROPOSALS for PROFESSIONAL GOLF COURSE ARCHITECTURAL / ARCHITECTURAL / ENGINEERING / SURVEYING / LANDSCAPE ARCHITECTURAL AND CONSULTING SERVICES for REDESIGN AND REBUILDING OF 27-HOLE

More information

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Proposals 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 information

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414 SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414 PROPOSALS ARE DUE ON APRIL 27, 2018 BY 12:00 PM EST

More information

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

REQUEST 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 information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Local Support for a Senior Affordable Housing Development Application for low income housing tax credits from the Florida Housing Finance Corporation SUBMISSION DEADLINE: Noon, Thursday,

More information

Request for Qualifications Construction Manager at Risk Contract

Request for Qualifications Construction Manager at Risk Contract Request for Qualifications Construction Manager at Risk Contract Project Owner: The MetroHealth System Project Name: Hybrid Operating Room (OR) CM 15.17 and OR Renovation Upgrade CM 16.06 Project Location:

More information

REQUEST FOR QUALIFICATIONS TO PROVIDE PROFESSIONAL ENGINEERING SERVICES CITY OF DADE CITY, FLORIDA. CLOSING DATE: September 19, :00 p.m.

REQUEST FOR QUALIFICATIONS TO PROVIDE PROFESSIONAL ENGINEERING SERVICES CITY OF DADE CITY, FLORIDA. CLOSING DATE: September 19, :00 p.m. City of Dade City Potable Water, Reclaimed & Wastewater Systems RFQ for Professional Services REQUEST FOR QUALIFICATIONS TO PROVIDE PROFESSIONAL ENGINEERING SERVICES CITY OF DADE CITY, FLORIDA CLOSING

More information

Request for Qualifications and Proposals (RFQ/P) #564. for. Program and Construction Management Services

Request for Qualifications and Proposals (RFQ/P) #564. for. Program and Construction Management Services Request for Qualifications and Proposals (RFQ/P) #564 for Program and Construction Management Services OXNARD UNION HIGH SCHOOL DISTRICT NOTICE INVITING QUALIFICATIONS and PROPOSALS NOTICE IS HEREBY given

More information

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services RESPONSES ARE DUE BY 5:00 PM December 12, 2014 MAIL OR DELIVER RESPONSES TO: ATT: Robert Smith, Town Manager 614 Main St. Windermere,

More information

Request for Qualifications Construction Manager

Request 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 information

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS to provide INVESTMENT MANAGEMENT SERVICES for BLUE GRASS AIRPORT DATED: March 5, 2017 TABLE OF CONTENTS 1. NOTICE AND REQUEST FOR PROPOSALS...

More information

REQUESTING QUALIFICATIONS FOR PROFESSIONAL SERVICES

REQUESTING QUALIFICATIONS FOR PROFESSIONAL SERVICES STATE OF FLORIDA, DEPARTMENT OF MILITARY AFFAIRS CONSTRUCTION & FACILITY MANAGEMENT OFFICE PUBLIC ANNOUNCEMENT REQUESTING QUALIFICATIONS FOR PROFESSIONAL SERVICES For PROJECT NUMBER: FEA 1802 Multi-Facility

More information

Florida International University Project Fact Sheet Construction Manager Continuing Services Contact

Florida International University Project Fact Sheet Construction Manager Continuing Services Contact PROJECT LOCATION: Modesto A. Maidique Campus (MMC), Biscayne Bay Campus (BBC), Engineering Center (EC) and other properties in South Florida managed by FIU. PROJECT DESCRIPTION: The Construction Manager

More information

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27 DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27 RFQ Number: RFQ 18-PR-DIT-27 Date Issued: Monday, March 5, 2018 Description: Headquarters (HQO) IT Hardware

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS FACILITIES MANAGEMENT 4202 EAST FOWLER AVENUE / OPM 100 TAMPA, FL 33620-7550 EDITION: NOVEMBER 1, 2016 PHONE: (813) 974-2845 FAX: (813) 974-3542 REQUEST FOR QUALIFICATIONS PROJECT NAME: USF CPT REPLACE

More information

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1 REQUEST FOR PROPOSALS Design-Build of General Aviation Terminal Building RFP# AIR/17-012, page 1 RFP# AIR/17-012 REQUEST FOR PROPOSALS ISSUE DATE: November 22, 2017 TITLE: DUE: Design-Build of General

More information

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016 PROCUREMENT AND PROPERTY SERVICES P. O. Box 13030 NACOGDOCHES, TX 75962 REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016 PROPOSAL MUST BE RECEIVED BEFORE: 5:00PM, TUESDAY, FEBRUARY 2, 2016 MAIL PROPOSAL TO:

More information

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services Date: June 15, 2017 REQUEST FOR PROPOSALS For: As needed Plan Check and Building Inspection Services Submit Responses to: Building and Planning Department 1600 Floribunda Avenue Hillsborough, California

More information

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES DELTONA MIDDLE 250 ENTERPRISE ROAD DELTONA, FLORIDA MASTER PLAN PROJECT NO.

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES DELTONA MIDDLE 250 ENTERPRISE ROAD DELTONA, FLORIDA MASTER PLAN PROJECT NO. REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES FOR DELTONA MIDDLE 250 ENTERPRISE ROAD DELTONA, FLORIDA 32725 MASTER PLAN PROJECT NO. 184620 School Board of Volusia County Florida Facilities Services

More information

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY Police Department CITY OF LA PALMA Released on November 27, 2013 Police Operations Study REQUEST FOR PROPOSAL ( RFP ) 1. BACKGROUND The City of La Palma

More information

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017 REQUEST FOR PROPOSALS: AUDIT SERVICES Issue Date: February 13 th, 2017 Due Date: March 22 nd, 2017 In order to be considered, proposals must be signed and returned via email to rtan@wested.org by noon

More information

REQUESTING QUALIFICATIONS FOR PROFESSIONAL DESIGN SERVICES

REQUESTING QUALIFICATIONS FOR PROFESSIONAL DESIGN SERVICES STATE OF FLORIDA, DEPARTMENT OF MILITARY AFFAIRS CONSTRUCTION & FACILITY MANAGEMENT OFFICE PUBLIC ANNOUNCEMENT REQUESTING QUALIFICATIONS FOR PROFESSIONAL DESIGN SERVICES For PROJECT NUMBER: 212060 BROOKSVILLE

More information

STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF REAL ESTATE DEVELOPMENT AND MANAGEMENT PUBLIC ANNOUNCEMENT FOR CONSTRUCTION CONTRACTORS

STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF REAL ESTATE DEVELOPMENT AND MANAGEMENT PUBLIC ANNOUNCEMENT FOR CONSTRUCTION CONTRACTORS STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF REAL ESTATE DEVELOPMENT AND MANAGEMENT PUBLIC ANNOUNCEMENT FOR CONSTRUCTION CONTRACTORS TO PROVIDE CONSTRUCTION MANAGEMENT AT RISK SERVICES

More information

REQUEST FOR PROPOSALS Noise Monitoring and Flight Tracking System and Noise Monitor Service and Maintenance

REQUEST FOR PROPOSALS Noise Monitoring and Flight Tracking System and Noise Monitor Service and Maintenance REQUEST FOR PROPOSALS Noise Monitoring and Flight Tracking System and Noise Monitor Service and Maintenance In accordance with provisions of the Boca Raton Airport Authority Procurement Code (the "Procurement

More information

ARCHITECTURAL SERVICES COLLEGEWIDE

ARCHITECTURAL SERVICES COLLEGEWIDE DISTRICT BOARD OF TRUSTEES STATE COLLEGE OF FLORIDA, MANATEE - SARASOTA FACILITIES MANAGEMENT RFQ #FAC2017-39 ARCHITECTURAL SERVICES COLLEGEWIDE REQUEST FOR QUALIFICATIONS EVALUATION PROCEDURE EXPERIENCE

More information

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER Issued On: February 1, 2018 Date Due: February 23, 2018-2:00 pm CST At: 545 Academy Drive Northbrook, IL 60062 Northbrook Activity Center 180 Anets Drive

More information

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

REQUEST 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 information

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES WESTSIDE ELEMENTARY 1210 JIMMY ANN DRIVE DAYTONA BEACH, FLORIDA 32117

REQUEST 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 information

REQUEST FOR PROPOSALS For Design Services for New Fire Station

REQUEST FOR PROPOSALS For Design Services for New Fire Station REQUEST FOR PROPOSALS For Design Services for PROPOSAL SUBMISSION DEADLINE: March 18, 2015 Page 1 Table of Contents A. Introduction B. Project Description C. Scope of Services D. Qualifications E. Selection

More information

Request 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. 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 information

DOING 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 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 information

Clovis Unified School District. REQUEST FOR PROPOSALS ( RFP ) RFP 2720 Billing Services, Medi-Cal LEA Billing Option Program

Clovis Unified School District. REQUEST FOR PROPOSALS ( RFP ) RFP 2720 Billing Services, Medi-Cal LEA Billing Option Program Clovis Unified School District REQUEST FOR PROPOSALS ( RFP ) RFP 2720 Billing Services, Medi-Cal LEA Billing Option Program RFP Response Deadline: 11:00 AM PDT on April 13, 2018 Contact Person: Leeann

More information

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

Georgia 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 information

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District B17.045 Request for Proposal for Qualified Firms For Financial Advisory Services For the Grossmont-Cuyamaca Community College District Proposal Due Date August 18, 2017 4pm Return Proposals to: Grossmont-Cuyamaca

More information

QUALIFICATIONS QUESTIONAIRE REQUEST FOR PROPOSALS BY THE GUILFORD COUNTY BOARD OF EDUCATION FOR CONSTRUCTION MANAGER AT RISK

QUALIFICATIONS QUESTIONAIRE REQUEST FOR PROPOSALS BY THE GUILFORD COUNTY BOARD OF EDUCATION FOR CONSTRUCTION MANAGER AT RISK Page 1 of 24 QUALIFICATIONS QUESTIONAIRE REQUEST FOR PROPOSALS BY THE GUILFORD COUNTY BOARD OF EDUCATION FOR CONSTRUCTION MANAGER AT RISK FOR THE FOLLOWING PROJECTS: (1) BLUFORD ELEMENTARY SCHOOL PROJECT

More information

Social Media Management System

Social Media Management System REQUEST FOR PROPOSAL No. DC177387P Social Media Management System PROPOSAL DUE DATE AND TIME August 25, 2015 (2:00 AM, PT) SUBMITTAL LOCATION Oregon State University Procurement, Contracts and Materials

More information

REQUEST FOR QUALIFICATIONS. Design Professional Services

REQUEST 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 information

REQUEST FOR PROPOSAL Architectural Services

REQUEST FOR PROPOSAL Architectural Services REQUEST FOR PROPOSAL Architectural Services PLACE OF OPENING: TIOGA HALL ROOM 511 ADMINISTRATIVE SERVICES OFFICE SOUTHWESTERN OREGON COMMUNITY COLLEGE 1988 NEWMARK AVENUE COOS BAY OR 97420 DATE AND TIME

More information

City of Malibu Request for Proposal

City 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 information

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet A) Deadline for Submittal Proposal Due Date: On or before 4:00 p.m. on Tuesday, December 6, 2011. Interested applicants

More information

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE REQUEST FOR PROPOSAL Child Welfare Training Proficiency Training Program RFP#: RFP05J26GN1 Release Date: June 1, 2017 COMMODITY

More information

Request for Proposals (RFP) RFP NO. E&CD GRANT WRITING AND ADMINISTRATION SERVICES

Request for Proposals (RFP) RFP NO. E&CD GRANT WRITING AND ADMINISTRATION SERVICES Request for Proposals (RFP) RFP NO. E&CD 2018-009 GRANT WRITING AND ADMINISTRATION SERVICES The City of Brunswick, hereinafter referred to as the City, is soliciting proposals to retain a Consultant(s)

More information

REQUEST FOR PROPOSAL (RFP) FOR LOCAL COUNSEL LEGAL REPRESENTATION FOR LYCOMING COUNTY IN POTENTIAL OPIOID- RELATED LITIGATION

REQUEST FOR PROPOSAL (RFP) FOR LOCAL COUNSEL LEGAL REPRESENTATION FOR LYCOMING COUNTY IN POTENTIAL OPIOID- RELATED LITIGATION COUNTY OF LYCOMING PURCHASING DEPARTMENT Mya Toon, Lycoming County Chief Procurement Officer, CPPB Lycoming County Executive Plaza 330 Pine Street, Suite 404, Williamsport, PA 17701 Tel: (570) 327-6746

More information

BISHOP CONSOLIDATED INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR ARCHITECT

BISHOP CONSOLIDATED INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR ARCHITECT BISHOP CONSOLIDATED INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR ARCHITECT RESPONSES ARE DUE: JUNE 18, 2018 2:00 P.M. Bishop Consolidated Independent School District Attn: Manuel Tamez, Director

More information

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES) TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES) The Texas General Land Office Community Development & Revitalization

More information

REQUEST FOR PROPOSALS (RFP) MARKETING AGENCY FOR LANE COUNTY FAIR

REQUEST FOR PROPOSALS (RFP) MARKETING AGENCY FOR LANE COUNTY FAIR LANE COUNTY, OREGON REQUEST FOR PROPOSALS (RFP) MARKETING AGENCY FOR 2016 2018 LANE COUNTY FAIR PART A: GENERAL REQUIREMENTS A1 INVITATION AND OVERVIEW A1.1 Invitation. Lane County Fair Board invites proposals

More information

STONE CHILD COLLEGE. The contract will be for one (1) year and correspond with the fiscal year of the College, which is July 1, 2018 to June 30, 2019.

STONE CHILD COLLEGE. The contract will be for one (1) year and correspond with the fiscal year of the College, which is July 1, 2018 to June 30, 2019. Request for Proposals Grant Writing Services SCOPE OF SERVICES Stone Child College ( College ) is seeking proposals from qualified individuals or firms to assist the College in researching and identifying

More information

REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES. June 19, 2017

REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES. June 19, 2017 REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES Dear Firm: June 19, 2017 The City is requesting qualification statements from interested firms related to structural engineering services

More information

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016 ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS RELEASED January 19, 2016 PROPOSALS DUE February 2, 2016 ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS

More information

Request for Proposal For Pre-Employment Screening Services. Allegheny County Airport Authority

Request for Proposal For Pre-Employment Screening Services. Allegheny County Airport Authority Request for Proposal Request for Proposal P a g e 2 Table of Contents Confidentiality Statement... 3 Submission Details... 3 Submission Deadlines... 3 Submission Delivery Address... 3 Submission Questions

More information

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER AT RISK SERVICES

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER AT RISK SERVICES REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER AT RISK SERVICES Medical Research & Education Building 2 Texas A&M Health Science Center Bryan, Texas Project No. 23-3203 DEADLINE FOR SUBMITTAL: 2pm, Thursday,

More information

REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ # ARCHITECTURAL SERVICES Bond Measure G

REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ # ARCHITECTURAL SERVICES Bond Measure G REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ #14-002 ARCHITECTURAL SERVICES Bond Measure G The Solano Community College District ( District ) is requesting qualified persons, firms, partnerships,

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL September 16, 2009 REQUEST FOR PROPOSAL CONSULTING SERVICES FOR THE ESTABLISHMENT OF STORMWATER UTILITY Sealed proposals will be received in the Purchasing Division on Friday, November 6, 2009 prior to

More information

Request for Qualifications. Construction Management at Risk Services - William J. Rish Recreational Park Improvements RFQ-REDM17/ ADDENDUM #1

Request for Qualifications. Construction Management at Risk Services - William J. Rish Recreational Park Improvements RFQ-REDM17/ ADDENDUM #1 Request for Qualifications Construction Management at Risk Services - William J. Rish Recreational Park Improvements RFQ-REDM17/18-005 ADDENDUM #1 FAILURE TO FILE A PROTEST WITHIN THE TIME PRESCRIBED IN

More information

Chabot-Las Positas Community College District

Chabot-Las Positas Community College District Chabot-Las Positas Community College District REQUEST FOR STATEMENT OF QUALIFICATIONS (RFQ) ARCHITECTURAL/ENGINEERING DESIGN SERVICES FOR THE CHABOT AND LAS POSITAS COLLEGES RFQ C-14 Proposal Due: TUESDAY,

More information

REQUEST FOR PROPOSAL (RFP) Police Department Building Construction Manager at Risk, Guaranteed Maximum Price August 30, 2016

REQUEST FOR PROPOSAL (RFP) Police Department Building Construction Manager at Risk, Guaranteed Maximum Price August 30, 2016 REQUEST FOR PROPOSAL (RFP) Police Department Building Construction Manager at Risk, Guaranteed Maximum Price August 30, 2016 The City of Muskego is seeking proposals for Construction Manager (CM) Services

More information

FARMERSVILLE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR ARCHITECT SERVICES

FARMERSVILLE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR ARCHITECT SERVICES FARMERSVILLE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR ARCHITECT SERVICES RESPONSES ARE DUE: September 1, 2017-2:00 P.M. Voluntary Facility Walk Through: August 11, 2017-2:00 P.M. Farmersville

More information

Disadvantaged Business Enterprise Supportive Services Program

Disadvantaged Business Enterprise Supportive Services Program ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT Equipment and Procurement Division REQUEST FOR PROPOSALS (RFP) No: 15-001P Disadvantaged Business Enterprise Supportive Services Program Proposals must

More information

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

INVITATION TO NEOGOTIATE ISSUED DATE ITN # INVITATION TO NEOGOTIATE ISSUED DATE ITN # 14-0001 I. Introduction The Florida Alliance for Assistive Services and Technology, Inc. hereafter referred to as FAAST, is requesting sealed proposals from qualified

More information

Request for Proposals (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017

Request for Proposals (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017 (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017 SUMMARY The City of Iowa City, Iowa is soliciting proposals from interested consultants to

More information

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202 April 19, 2012 TO: ALL PROSPECTIVE BIDDERS FROM: Re: REQUEST FOR PROPOSAL NO. 12-05 FOR SOLID WASTE FACILITIES Ladies and Gentlemen: Enclosed please find an invitation to bid with a bid form, a sample

More information

AREA 1 AREA 2 AREA 3. NATIONAL CALL to ARTISTS Palm Tran South County Facility Bus Transit Headquarters 100 N Congress Avenue, Delray Beach, Florida

AREA 1 AREA 2 AREA 3. NATIONAL CALL to ARTISTS Palm Tran South County Facility Bus Transit Headquarters 100 N Congress Avenue, Delray Beach, Florida NATIONAL CALL to ARTISTS Palm Tran South County Facility Bus Transit Headquarters 100 N Congress Avenue, Delray Beach, Florida BUDGET $193,500 DEADLINE: April 27, 2017 Submittal via Thumb Drive or CD-ROM

More information

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services REQUEST FOR QUALIFICATIONS Architectural/Engineering Design Services Logistics DISTRICT CONTACTS FOR QUESTIONS Jeff Collum Superintendent Phone: 903-668-5990 Email: jcollum@hisd.com REQUEST FOR STATEMENT

More information

Request for Proposals. Housing Study Consulting Services. Proposals DUE: January 6, City of Grandview. Economic Development Department

Request for Proposals. Housing Study Consulting Services. Proposals DUE: January 6, City of Grandview. Economic Development Department Request for Proposals Housing Study Consulting Services Proposals DUE: January 6, 2017 City of Grandview Economic Development Department Leonard Jones, Mayor Cory Smith, City Administrator REQUEST FOR

More information

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM Submitted By: Florida Memorial University Board of Trustees 15800 N.W. 42 nd Avenue Miami Gardens, FL 33054 Date: November 14, 2017 FLORIDA MEMORIAL

More information

REQUEST FOR PROPOSAL AUDITING SERVICES RFP #

REQUEST FOR PROPOSAL AUDITING SERVICES RFP # REQUEST FOR PROPOSAL AUDITING SERVICES RFP #2017-10 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904) 259-3613 Website: http://www.bakercountyfl.org Date of

More information

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018 Request for Proposal Internet Access Houston County Public Library System Erate Funding Year July 1, 2017 through June 30, 2018 REQUEST FOR PROPOSAL Internet Access Houston County Public Library System

More information

Life Sciences Tax Incentive Program

Life Sciences Tax Incentive Program Life Sciences Tax Incentive Program Solicitation No. 2017 TAX-01 Program Manager: Cheryl Sadeli, Vice President of Finance Questions: Taxprogram@masslifesciences.com Solicitation Issued: December 4, 2017

More information

RFP No North Central Florida Regional Planning Council 2009 NW 67th Place Gainesville, FL

RFP No North Central Florida Regional Planning Council 2009 NW 67th Place Gainesville, FL RFP No. 2017-02 Request for Proposals for Community Transportation Coordinator Designation under Florida s Transportation Disadvantaged Program in Bradford County, Florida North Central Florida Regional

More information

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR DATE RFP RELEASED June 13, 2013 1 PURPOSE OF THIS REQUEST FOR PROPOSAL (RFP) The

More information

Public 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: 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 information

REMINDER RFQ#: Administering Screens and Assessments: ASQ3 and ASQ-SE Training DEADLINE FOR SUBMISSION IS. July 24, PM

REMINDER RFQ#: Administering Screens and Assessments: ASQ3 and ASQ-SE Training DEADLINE FOR SUBMISSION IS. July 24, PM 1 P age REMINDER RFQ#: 12-005 Administering Screens and Assessments: ASQ3 and ASQ-SE Training DEADLINE FOR SUBMISSION IS July 24, 2012 2 PM REPLIES ARRIVING AFTER 2 PM ON JULY 24, 2012 WILL NOT BE ACCEPTED

More information

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES Town of Derry, NH Office of the Finance Department Susan A. Hickey Chief Financial Officer susanhickey@derrynh.org REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES The Town of Derry, New

More information

REQUEST FOR PROPOSAL (RFP) # FY

REQUEST FOR PROPOSAL (RFP) # FY REQUEST FOR PROPOSAL (RFP) # FY 2014-2015-010 CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) CONSTRUCTION MANAGER AT RISK (CMAR) EXHIBIT I SCOPE OF WORK PREPARED BY: CITY OF HALLANDALE BEACH CITY MANAGER

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR A NEW PUBLIC

More information

REQUEST FOR PROPOSAL AUDITING SERVICES. Chicago Infrastructure Trust

REQUEST FOR PROPOSAL AUDITING SERVICES. Chicago Infrastructure Trust REQUEST FOR PROPOSAL AUDITING SERVICES Chicago Infrastructure Trust 10 August 2016 Table of Contents Background Information... 3 Objective and Scope of Services... 3 RFP Process and Submission Requirements...

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS REQUEST FOR QUALIFICATIONS BOARD OF EDUCATION OF WEST CLERMONT LOCAL SCHOOLS WEST CLERMONT NEW HIGH SCHOOL DESIGN-BUILD PROJECT FEBRUARY 4, 2015 Administration of Project Project Name: New High School

More information

PPEA Guidelines and Supporting Documents

PPEA 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 information

REQUEST FOR QUALIFICATIONS

REQUEST 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 information

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan Request for Proposal For Consulting Services For a Fiber-to-the-Home Network In Lyndon Township Proposals may be mailed or delivered

More information

RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 1

RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 1 Town of Taos Request for Proposal (RFP) PLANNING/ENGINEERING SERVICES FOR SITE PLAN, PHASED DEVELOPMENT PLAN AND PRELIMINARY COST ESTIMATES FOR A REGIONAL FIRE AND PUBLIC SAFETY TRAINING FACILITY February

More information

Dakota County Technical College. Pod 6 AHU Replacement

Dakota 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 information

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR Proposals must be submitted No later than 4:00 p.m. CDT July 30,

More information

CITY OF BUNNELL INVITATION TO BID NO GRANT WRITING AND ADMINISTRATIVES SERVICES

CITY OF BUNNELL INVITATION TO BID NO GRANT WRITING AND ADMINISTRATIVES SERVICES CITY OF BUNNELL INVITATION TO BID NO. 2017-04 GRANT WRITING AND ADMINISTRATIVES SERVICES NOTICE IS HEREBY GIVEN THAT THE CITY OF BUNNELL IS ISSUING THIS INVITATION TO BID(ITB) TO SOLICIT COMPETITIVE SEALED

More information

PROPOSAL INSTRUCTIONS AND REQUIREMENTS

PROPOSAL INSTRUCTIONS AND REQUIREMENTS PROPOSAL INSTRUCTIONS AND REQUIREMENTS A Proposal is requested by the Dallas/Fort Worth International Airport Board (herein called Board). The Board will receive separate sealed Proposals until the deadline

More information

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017 Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017 Attention: Purchasing Agent Address: City School District of Albany 1 Academy

More information

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES. Substance Abuse and Mental Health Program Office. Certified Recovery Peer Specialist Training

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES. Substance Abuse and Mental Health Program Office. Certified Recovery Peer Specialist Training STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Substance Abuse and Mental Health Program Office Certified Recovery Peer Specialist Training REQUEST FOR PROPOSAL COMMODITY CODE # 912-200 TABLE OF

More information

COUNTY OF DUNN, WISCONSIN REQUEST FOR PROPOSALS PROCUREMENT NO CSB CONSTRUCTION MANAGEMENT SERVICES

COUNTY OF DUNN, WISCONSIN REQUEST FOR PROPOSALS PROCUREMENT NO CSB CONSTRUCTION MANAGEMENT SERVICES COUNTY OF DUNN, WISCONSIN REQUEST FOR PROPOSALS PROCUREMENT NO. 2018-19-CSB CONSTRUCTION MANAGEMENT SERVICES The County of Dunn is requesting proposals for Construction Management Services. The services

More information

Galesburg Public Library, Galesburg, IL

Galesburg Public Library, Galesburg, IL Galesburg Public Library, Galesburg, IL Request for Qualifications ( RFQ ) Architectural, Engineering, Construction Management and Related Services I. OVERVIEW The Galesburg Public Library is seeking architectural,

More information

A. PROJECT INFORMATION

A. PROJECT INFORMATION FACILITIES MANAGEMENT 4202 EAST FOWLER AVENUE / OPM 100 TAMPA, FL 33620-7550 EDITION: NOVEMBER 1, 2016 PHONE: (813) 974-2750 FAX: (813) 974-3542 SF CONSTRUCTION MANAGEMENT SELECTION PROCESS CONSTRUCTION

More information

Request for Proposal (RFP) For. Architectural Services. Lauderdale County, MS. Board of Supervisors

Request for Proposal (RFP) For. Architectural Services. Lauderdale County, MS. Board of Supervisors Request for Proposal (RFP) For Architectural Services Lauderdale County, MS Board of Supervisors 1 REQUEST FOR PROPOSAL (RFP) FOR ARCHITECTURAL SERVICES TABLE OF CONTENTS I. PURPOSE OF RFP... II. SITES

More information

Colquitt Regional Medical Center

Colquitt Regional Medical Center March 21 st, 2018 REQUEST FOR QUALIFICATIONS (PHASE I) And REQUEST FOR PROPOSAL (PHASE II) To Provide CONSTRUCTION MANAGEMENT AT-RISK SERVICES For The Hospital Authority of Colquitt County At Colquitt

More information

Glenview School District Greenwood Rd Glenview IL Request for Qualifications For Architect Services

Glenview School District Greenwood Rd Glenview IL Request for Qualifications For Architect Services Glenview School District 34 1401 Greenwood Rd Glenview IL 60026 Request for Qualifications For Architect Services Eric Miller Assistant Superintendent for Business Services (847) 998-5008 A. Introduction

More information

Exhibit A. Purchasing Department School District of Osceola County, Florida

Exhibit 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 information

WILLIAMSON COUNTY PURCHASING DEPARTMENT SOLICITATION Utility Coordination and Utility Engineering Services

WILLIAMSON COUNTY PURCHASING DEPARTMENT SOLICITATION Utility Coordination and Utility Engineering Services PUBLIC ANNOUNCEMENT AND GENERAL INFORMATION WILLIAMSON COUNTY PURCHASING DEPARTMENT SOLICITATION Utility Coordination and Utility Engineering Services QUALIFICATIONS MUST BE RECEIVED ON OR BEFORE: Dec

More information

REQUEST FOR PROPOSAL FOR DESIGN-BUILD SERVICES

REQUEST FOR PROPOSAL FOR DESIGN-BUILD SERVICES REQUEST FOR PROPOSAL FOR DESIGN-BUILD SERVICES Agricultural Sciences Complex West Texas A&M University Canyon, Texas Project No. 18-3119 DEADLINE FOR SUBMITTAL: 2pm, Thursday, February 11, 2016 OFFICE

More information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 Request For Qualification (RFQ) Number: RFQ 2017-01 Architect for the Plaza at Centennial Hill - Phase III DATE OF ISSUANCE:

More information

TOWN 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 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 information