Office of Superintendent of Schools September 30, 2015 Board Meeting of October 14, 2015

Size: px
Start display at page:

Download "Office of Superintendent of Schools September 30, 2015 Board Meeting of October 14, 2015"

Transcription

1 Office of Superintendent of Schools September 30, 2015 Board Meeting of October 14, 2015 Financial Services Mrs. Judith M. Marte, Chief Financial Officer COMMITTEE: FACILITIES AND CONSTRUCTION F VF AWARD REQUEST FOR PROPOSALS NO. RFP VF INSPECTION AND ADMINISTRATIVE SERVICES FOR ELEVATORS AND WHEELCHAIR LIFTS F VF AWARD BID NO. ITB VF AIR CONDITIONERS F VF AWARD BID NO. ITB VF FULL SERVICE PLUMBING AND GENERAL REPAIRS F VF AWARD BID NO. ITB VF ELEVATOR SERVICES F AC AWARD BID NO. ITB AC WATER-BASED FIRE PROTECTION SYSTEMS, INSPECTIONS, MAINTENANCE AND SERVICE CONTRACT F CV REJECT BID NO. ITB CV VIDEO SURVEILLANCE CAMERA SYSTEMS FURNISH AND INSTALL CV REJECT BID NO. ITB CV SECURITY CAMERA SYSTEMS FURNISH AND INSTALL COMMITTEE: FISCAL ACCOUNTABILITY E ND AWARD BID NO. ITB ND PROVIDE AMERICAN SIGN LANGUAGE INTERPRETATION/TRANSLITERATION, CAPTION AND/OR COMPUTER ASSISTED TRANSCRIPTION SERVICES E MT AWARD RFP NO. RFP MT TEENAGE PARENT PROGRAM (TAP) CHILDCARE SERVICES

2 Office of Superintendent of Schools September 30, 2015 Board Meeting of October 14, 2015 Financial Services Mrs. Judith M. Marte, Chief Financial Officer SUBJECT: AWARD REQUEST FOR PROPOSALS NO. RFP VF INSPECTION AND ADMINISTRATIVE SERVICES FOR ELEVATORS AND WHEELCHAIR LIFTS COMMITTEE: FACILITIES AND CONSTRUCTION LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES Procurement Management Services at the request of The Office of School Facilities, released the above-referenced solicitation. The purpose of this Request for Proposal is to obtain professional services of a certified agent or agency in the specific area of elevator and wheelchair lift inspection and certification. This service will also include periodic monitoring or quality control inspections of repairs performed by the elevator maintenance provider. This is a term proposal. Six (6) proposers responded to this advertised solicitation. This Request For Proposals was advertised on the Procurement Management Services website, the DemandStar website, The Miami Times and the Diario Las Americas newspaper, Bid Net and Florida Bid, as well as ed to 21 potential proposers. The initial term of the bid shall be for a one (1) year period, commencing October 14, 2015 through October 13, 2016, and may, by mutual agreement between the School Board of Miami-Dade County, Florida, and the successful bidders, be extended for four (4) additional one (1) year periods and, if needed, ninety (90) days beyond the expiration date of the current contract period. A meeting of the Selection Committee was held on July 22, 2015, to evaluate the five (5) responsive proposals received from ATIS Elevator Inspections, LLC; Dade Elevator Inspections, Inc.; Florida Elevator Inspection and Consulting Service, Inc.; National Elevator Inspection Services; and Tower Elevator Corporation. After considerable discussion, review of scoring criteria and results of the savings of 5% from the best and final pricing, the Committee recommended that one vendor be awarded. Fund Source Various Page 1 of 2 F-60

3 RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD Request For Proposals No. RFP VF INSPECTION AND ADMINISTRATIVE SERVICES FOR ELEVATORS AND WHEELCHAIR LIFTS, to obtain professional services of a certified agent or agency in the specific area of elevator and wheelchair lift inspection and certification. This service will also include periodic monitoring or quality control inspections of repairs or corrections performed by the elevator maintenance provider, for The School Board of Miami-Dade County, Florida, including extensions thereto, as follows: TOWER ELEVATOR CORPORATION MBE 3631 N.W. 48 TERRACE MIAMI, FLORIDA OWNER/OFFICER: JAMES J. PATTERSON, PRESIDENT Hourly rate for inspection and administrative services for elevators and wheelchair $ Authorize Procurement Management Services to purchase up to the total estimated amount of $120,000, for the initial contract term, and an amount not to exceed $120,000, for each subsequent one (1) year extension period(s). Board authorization of this recommendation does not mean the amount shown will be expended. MBE Micro Business Enterprise JMM/vf Page 2 of 2

4 Office of Superintendent of Schools September 30, 2015 Board Meeting of October 14, 2015 Financial Services Mrs. Judith M. Marte, Chief Financial Officer SUBJECT: COMMITTEE: AWARD BID NO. ITB VF AIR CONDITIONERS FACILITIES AND CONSTRUCTION LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES Procurement Management Services at the request of The Office of School Facilities, released the above-referenced solicitation. The purpose of this Invitation To Bid is to establish a contract, at firm unit prices and discounts, for the purchase of Airedale, Bard and Marvair air conditioners and associated materials for Miami-Dade Public Schools. This is a term bid, which states that the Board may purchase quantities, as may be required, but is not obligated to purchase any guaranteed amount. In addition, this ITB was advertised on the Procurement Management Services website, the DemandStar website, The Miami Times and the Diario Las Americas newspapers, Bid Net and Florida Bid as well as ed to 194 potential bidders. The initial term of the bid shall be for a one (1) year period, commencing October 14, 2015 through October 13, 2016, and may, by mutual agreement between the School Board of Miami-Dade County, Florida, and the successful bidders, be extended for four (4) additional one (1) year periods and, if needed, ninety (90) days beyond the expiration date of the current contract period. Upon further negotiations with the vendors, Procurement Management Services was able to obtain an estimated additional $120,850 savings (2%) from Best and Final pricing. The contract shall be awarded to primary vendors, as this is in the best interest of the District. Based on the criteria listed in the solicitation, three (3) vendors are being recommended for award. The awarded vendors are currently registered to do business with the District. Strategies were employed to increase SBE/MBE participation. Through these strategies, one (1) of the three (3) awarded vendors is SBE/MBE. Fund Source Various F-61 Page 1 of 4

5 RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD Bid No. ITB VF AIR CONDITIONERS, to establish a contract, at firm unit prices and discounts, for the purchase of Airedale, Bard and Marvair air conditioners and associated materials for Miami-Dade Public Schools, including extensions thereto, as follows: 1. CMH SOLUTIONS, INC VISTA PARKWAY NORTH, SUITE 2 WEST PALM BEACH, FLORIDA OWNER/OFFICER: JOHN SIMITSES, PRESIDENT Total Low Unit Price Items 1 through 10. Item 11 is a manufacturer s discount. Item 1 - Airedale floor mounted package unit, Model $7,368. Item 2 - Airedale floor mounted package unit Model $7,931. Item 3 - Airedale floor mounted package unit Model $8,060. Item 4 - Airedale floor mounted package unit Model $7,992. Item 5 - Energy recovery ventilator with outside air damper and separate ERV $1,344. Item 6 - Factory installed Modine controls system with BacNet $612. Item 7 - Remote mounted digital wallstat with override and humidistat Model $153. Item 8 - CO2 $211. Item 9 - Miami Dade County NOA outdoor louver grill for Models #CMP24 and $888. Item 10 - Miami Dade County NOA outdoor air louver grill for Models #CMP48 and #CMP60@ $1,021. Item 11 - Airedale, discount off the manufacturer s price list/catalog, pre-printed or web catalog prices for purchases by schools and departments for air conditioning units, accessories, materials, parts and associated peripheral items, other than those items indicated 40%. Page 2 of 4

6 2. ACCUAIR, INC W. ORANGE AVENUE, SUITE 130 APOPKA, FLORIDA OWNER/OFFICER: FRANK SURANYI, ENGINEERED PRODUCTS MANAGER Total Low Unit Price Items 12 through 20. Item 21 is a manufacturer s discount. Item 12 - Bard I-Tech floor mounted package unit Model $7,553. Item 13 - Bard I-Tech floor mounted package unit Model $7,997. Item 14 - Bard I-Tech floor mounted package unit Model $8,325. Item 15 - Bard I-Tech floor mounted package unit Model $8,309. Item 16 - Commercial Room Ventilator (CRV) for one package $794. Item 17 - Energy Recovery Ventilator (ERV) for one package $2,746. Item 18 - CompleteStat THO with ethernet Model $611. Item 19 - CompleteStat THO with CO2 and ethernet Model $895. Item 20 - Miami-Dade County NOA outdoor louver $1,236. Item 21 Bard, discount off the manufacturer s price list/catalog, pre-printed or web catalog prices for purchases by schools and departments for air conditioning units, accessories, materials, parts and associated peripheral items, other than those items indicated 28.5%. 3. DESIGN CONTROLS, INC. SBE1 D.B.A. DCI SYSTEMS GROUP, INC BISCAYNE BOULEVARD, SUITE G-05 MIAMI, FLORIDA OWNER/OFFICER: RODOLFO GOMEZ, VICE PRESIDENT Total Low Unit Price Items 22 through 30. Item 30 is a manufacturer s discount. Item 22 - Marvair Scholar III floor mounted package unit Model $10,075. Page 3 of 4

7 Item 23 - Marvair Scholar III floor mounted package unit Model #VAISA48ACA@ $10,145. Item 24 - Marvair Scholar III floor mounted package unit Model $10,755. Item 25 - Marvair Scholar III floor mounted package unit Model $11,950. Item 26 - Energy Recovery Ventilator (ERV) for one package unit (includes 93937) installed on unit at $1,100. Item 27 - Flat Plate Energy Recovery Ventilator (ERV) for one package unit (includes 93937) installed on unit at $2,469. Item 28 - MAR7OOO controller (BACNET with ethernet) stand alone self programming controller with temperature, ventilation, humidity and CO2 control, factory $765. Item 29 - CO2 demand ventilation control for ERV, factory $275. Item 30 - Miami-Dade County NOA outdoor louver $940. Item 31 Marvair, discount off the manufacturer s price list/catalog, pre-printed or web catalog prices for purchases by schools and departments for air conditioning units, accessories, materials, parts and associated peripheral items, other than those items indicated 42%. Authorize Procurement Management Services to purchase up to the total estimated amount of $8,000,000, for the initial contract term, and an amount not to exceed $8,000,000, for each subsequent one (1) year extension period(s). Board authorization of this recommendation does not mean the amount shown will be expended. SBE1 - Small Business Enterprise Tier 1 JMM/vf Page 4 of 4

8 Office of Superintendent of Schools September 30, 2015 Board Meeting of October 14, 2015 Financial Services Mrs. Judith M. Marte, Chief Financial Officer SUBJECT: COMMITTEE: AWARD BID NO. ITB VF FULL SERVICE PLUMBING AND GENERAL REPAIRS FACILITIES AND CONSTRUCTION LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES Procurement Management Services at the request of The Office of School Facilities, released the above-referenced solicitation. The purpose of this Invitation To Bid is to establish a pool of pre-approved vendors, to furnish all labor, supervision, equipment and materials necessary to perform any plumbing, general plumbing repairs and installations in schools and other facilities for The School Board of Miami-Dade County, Florida. This is a term bid, which states that the Board may purchase quantities, as may be required, but is not obligated to purchase any guaranteed amount. In addition, this ITB was advertised on the Procurement Management Services website, the DemandStar website, The Miami Times and the Diario Las Americas newspapers, as well as ed to 102 potential bidders. The initial term of the bid shall be for a one (1) year period, commencing October 14, 2015 through October 13, 2016, and may, by mutual agreement between the School Board of Miami-Dade County, Florida, and the successful bidders, be extended for four (4) additional one (1) year periods and, if needed, ninety (90) days beyond the expiration date of the current contract period. In an effort to obtain more participation from the local and certified small business enterprise vendors, Procurement developed two categories for vendors pricing: District wide and per geographical location. This way, vendors had an opportunity to bid for services in a smaller geographical area versus the entire M-DCPS district area. The awarded, preapproved vendors will be contacted to solicit quotes for plumbing and general plumbing repairs and installations throughout Miami-Dade County Public Schools. Purchases greater than the quotation threshold will be solicited through a Request For Quotes (RFQ) process, to establish firm, fixed pricing for a given planned project. The awarded preapproved vendors will also be contacted for service work based on the time and material rates offered on their bids. Based on the criteria listed in the solicitation, seven (7) vendors are being recommended for award. Strategies were employed to increase SBE/MBE participation. Through these strategies, two (2) of the seven (7) awarded vendors are SBE/MBE. F-62 Page 1 of 5

9 Fund Source Various RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD Bid No. ITB VF FULL SERVICE PLUMBING AND GENERAL REPAIRS, to establish a pool of pre-approved vendors, to furnish all labor, supervision, equipment and materials necessary to perform any plumbing, plumbing repairs and installations in schools and other facilities for The School Board of Miami-Dade County, Florida, including extensions thereto, as follows: 1. BROWN PLUMBING LLC MBE 2007 OPA LOCKA BOULEVARD OPA LOCKA, FLORIDA OWNER/OFFICER: ROBERT BROWN, OWNER Vendor will provide services to the following maintenance service center areas: Maintenance Service Center 1 Maintenance Service Center 2 Time and material rates for service work: Item 1 - Base cost per service call (includes 1 hour labor and all transit related $104 Item 2 - Cost per labor hour for Skilled Mechanic (applied to time spent on site beyond the first $44 Item 3 - Cost per labor hour for unskilled $34 Item 4 - Percentage markup for premium 20% Item 5 - Percentage markup for parts and 10% 2. CENTERLINE PLUMBING, INC DOVE AVENUE MIAMI SPRINGS, FLORIDA OWNER/OFFICER: TODD M. STIFF, VICE PRESIDENT Vendor will provide services to the following maintenance service center areas: Maintenance Service Center 1 Maintenance Service Center 2 Maintenance Service Center 3 Maintenance Service Center 4 Time and material rates for service work: Item 1 - Base cost per service call (includes 1 hour labor and all transit related $150 Page 2 of 5

10 Item 2 - Cost per labor hour for Skilled Mechanic (applied to time spent on site beyond the first $95 Item 3 - Cost per labor hour for unskilled $40 Item 4 - Percentage markup for premium 65% Item 5 - Percentage markup for parts and 15% 3. CHARLES E. CULPEPPER, JR. 801 BRICKELL BAY DRIVE, LOBBY SUITE 7 MIAMI, FLORIDA OWNER/OFFICER: CHARLES CULPEPPER, PROJECT MANAGER Vendor will provide services to the following maintenance service center areas: Maintenance Service Center 1 Maintenance Service Center 2 Maintenance Service Center 3 Maintenance Service Center 4 Time and material rates for service work: Item 1 - Base cost per service call (includes 1 hour labor and all transit related $150 Item 2 - Cost per labor hour for Skilled Mechanic (applied to time spent on site beyond the first $95 Item 3 - Cost per labor hour for unskilled $25 Item 4 - Percentage markup for premium 40% Item 5 - Percentage markup for parts and 10% - 20% 4. DOUGLAS ORR PLUMBING, INC. 301 FLAGLER DRIVE MIAMI SPRINGS, FLORIDA OWNER/OFFICER: KEVIN BEROUNSKY, VICE PRESIDENT Vendor will provide services to the following maintenance service center areas: Maintenance Service Center 1 Maintenance Service Center 2 Maintenance Service Center 3 Maintenance Service Center 4 Time and material rates for service work: Item 1 - Base cost per service call (includes 1 hour labor and all transit related $147 Item 2 - Cost per labor hour for Skilled Mechanic (applied to time spent on site beyond the first $98 Item 3 - Cost per labor hour for unskilled $45 Item 4 - Percentage markup for premium 50% Page 3 of 5

11 Item 5 - Percentage markup for parts and 18% 5. GREENTEAM SERVICE CORP. DBA GREENTEAM PLUMBING, LLC 4811 SW 28 TH AVENUE FORT LAUDERDALE, FLORIDA OWNER/OFFICER: JAMES TERRY, PRESIDENT Vendor will provide services to the following maintenance service center areas: Maintenance Service Center 1 Maintenance Service Center 2 Maintenance Service Center 3 Maintenance Service Center 4 Time and material rates for service work: Item 1 - Base cost per service call (includes 1 hour labor and all transit related $140 Item 2 - Cost per labor hour for Skilled Mechanic (applied to time spent on site beyond the first $100 Item 3 - Cost per labor hour for unskilled $70 Item 4 - Percentage markup for premium 50% Item 5 - Percentage markup for parts and 30% 6. KERNEY AND ASSOCIATES, INC NW 65 TH PLACE FORT LAUDERDALE, FLORIDA OWNER/OFFICER: PATRICK KERNEY, PRESIDENT Vendor will provide services to the following maintenance service center areas: Maintenance Service Center 1 Maintenance Service Center 2 Maintenance Service Center 3 Time and material rates for service work: Item 1 - Base cost per service call (includes 1 hour labor and all transit related $147 Item 2 - Cost per labor hour for Skilled Mechanic (applied to time spent on site beyond the first $100 Item 3 - Cost per labor hour for unskilled $76 Item 4 - Percentage markup for premium 50% Item 5 - Percentage markup for parts and 30% 7. MAIN LINE PLUMBING, INC. MBE NW 27 TH AVENUE MIAMI GARDENS, FLORIDA Page 4 of 5

12 OWNER/OFFICER: ANDRE DESSASSAU, MANAGER Vendor will provide services to the following maintenance service center areas: Maintenance Service Center 1 Maintenance Service Center 2 Time and material rates for service work: Item 1 - Base cost per service call (includes 1 hour labor and all transit related $240 Item 2 - Cost per labor hour for Skilled Mechanic (applied to time spent on site beyond the first $75 Item 3 - Cost per labor hour for unskilled $45 Item 4 - Percentage markup for premium 150% Item 5 - Percentage markup for parts and 20% Authorize Procurement Management Services to purchase up to the otal estimated amount of $650,000, for the initial contract term, and an amount not to exceed $650,000, for each subsequent one (1) year extension period(s). Board authorization of this recommendation does not mean the amount shown will be expended. MBE Micro Business Enterprise JMM/vf Page 5 of 5

13 Office of Superintendent of Schools September 30, 2015 Board Meeting of October 14, 2015 Financial Services Mrs. Judith M. Marte, Chief Financial Officer SUBJECT: COMMITTEE: AWARD BID NO. ITB VF ELEVATOR SERVICES CONTRACT FACILITIES AND CONSTRUCTION LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES Procurement Management Services at the request of The Office of School Facilities, released the above-referenced solicitation. The purpose of this Invitation To Bid is to institute a continuing program of testing, inspection, maintenance and repair to provide necessary, systematic, periodic service, maintenance and repair of all of the elevators, wheelchair lifts, and/or dumbwaiters at Miami-Dade County Public Schools locations. This is a term bid, which states that the Board may purchase quantities, as may be required, but is not obligated to purchase any guaranteed amount. In addition, this ITB was advertised on the Procurement Management Services website, the DemandStar website, The Miami Times, the Diario Las Americas newspapers, Bid Net and Florida Bid, as well as ed to 49 potential bidders. The initial term of the bid shall be for a two (2) year period, commencing October 14, 2015 through October 13, 2017, and may, by mutual agreement between the School Board of Miami-Dade County, Florida, and the successful bidders, be extended for three (3) additional one (1) year periods and, if needed, ninety (90) days beyond the expiration date of the current contract period. The contract shall be awarded to a primary vendor, as this is in the best interest of the District. Based on the criteria listed in the solicitation, one (1) vendor is being recommended for award. The awarded vendor is currently registered to do business with the District. Fund Source Various F-63 Page 1 of 2

14 RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD Bid No. ITB VF ELEVATOR SERVICES CONTRACT, to institute a continuing program of testing, inspection, maintenance and repair to provide necessary, systematic, periodic service, maintenance and repair of all of the elevators, wheelchair lifts, and/or dumbwaiters at Miami-Dade County Public Schools locations, including extensions thereto, as follows: 1. PROVIDENCE ELEVATOR, INC FOUNTAIN VIEW BOULEVARD WELLINGTON, FLORIDA OWNER/OFFICER: FRANK GOZUKIZIL, PRESIDENT Total Low Unit Price Items 1 through 460. Authorize Procurement Management Services to purchase up to the total estimated amount of $1,200,000, for the initial contract term, and an amount not to exceed $600,000, for each subsequent one (1) year extension period(s). Board authorization of this recommendation does not mean the amount shown will be expended. JMM/vf Page 2 of 2

15 Office of Superintendent of Schools September 30, 2015 Board Meeting of October 14, 2015 Financial Services Mrs. Judith M. Marte, Chief Financial Officer SUBJECT: AWARD BID NO. ITB AC- WATER-BASED FIRE PROTECTION SYSTEMS, INSPECTIONS, MAINTENANCE AND SERVICE CONTRACT COMMITTEE: FACILITIES & CONSTRUCTION LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES Procurement Management Services at the request of The Office of School Facilities released the above-referenced solicitation. The purpose of this bid is to establish a contract, at firm unit prices, for all necessary labor, transportation, material and equipment to test, service, inspect, repair, correct and maintain water-based fire protection systems, for the School Board of Miami-Dade County, Florida. This is a term bid which states that the Board may purchase quantities, as may be required, at the unit price bid, but is not obligated to purchase any guaranteed amount. In addition, this ITB was advertised on the Procurement Management Services website, the DemandStar website, Florida Bid and Bid Net, as well as ed to one hundred twenty-one (121) vendors. The initial term of the bid shall be for a period of three (3) years commencing November 1, 2015, through October 31, 2018, and may by mutual agreement between The School Board of Miami-Dade County, Florida, and the successful bidder, be extended for two (2) additional one (1) year periods. The contract shall be awarded to two primary and two alternate vendors, as this is the best interest of the District, with a new vendor providing services to the District. Fund Source 0410 Various F-64 Page 1 of 3

16 RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD Bid No. ITB AC Water-Based Fire Protection Systems Inspections Maintenance and Service Contract, to provide all necessary labor, transportation, material and equipment to test, service, inspect, repair, correct and maintain water-based fire protection systems, for The School Board of Miami-Dade County, Florida, including extensions thereto, as follows: PRIMARY 1. BASS FIRE & SECURITY SYSTEMS, INC. 300 GATEWAY DRIVE POMPANO BEACH, FLORIDA Total Low Meeting Specifications: Group A Sprinklers & fire pump systems: Items 1 through 125. Group C Sprinklers & deluge systems with control panels: Items 322 through NATIONAL FIRE PROTECTION, LLC 3125 WEST COMMERCIAL BOULEVARD, SUITE 200 FT. LAUDERDALE, FLORIDA Total Low Meeting Specifications: Group B Sprinklers with no fire pump: Items 126 through 321. Group D Stand pipe systems: Items 387 through 452. ALTERNATE 3. NATIONAL FIRE PROTECTION, LLC 3125 WEST COMMERCIAL BOULEVARD, SUITE 200 FT. LAUDERDALE, FLORIDA Second Total Low Meeting Specifications: Group A Sprinklers & fire pump systems: Items 1 through 125. Group C Sprinklers & deluge systems with control panels: Items 322 through 386. Page 2 of 3

17 4. BASS FIRE & SECURITY SYSTEMS, INC. 300 GATEWAY DRIVE POMPANO BEACH, FLORIDA Second Total Low Meeting Specifications: Group B Sprinklers with no fire pump: Items 126 through 321. Group D Stand pipe systems: Items 387 through 452. Authorize Procurement Management Services to purchase up to a total estimated amount of $3,750,000, for the initial contract term, and an amount not to exceed $1,250,000, for each subsequent one (1) year extension periods. Board authorization of this recommendation does not mean the amount shown will be expended. JMM/ac Page 3 of 3

18 Office of Superintendent of Schools September 30, 2015 Board Meeting of October 14, 2015 Financial Services Mrs. Judith M. Marte, Chief Financial Officer SUBJECT: REJECT BID NO. ITB CV VIDEO SURVEILLANCE CAMERA SYSTEMS FURNISH AND INSTALL REJECT BID NO. ITB CV SECURITY CAMERA SYSTEMS FURNISH AND INSTALL COMMITTEE: FACILITIES AND CONSTRUCTION LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES This item requests the School Board s approval of the bid rejection identified below: Upon further review, staff has determined that it would be in the best interest of the District to reject all bids to revise specifications. The recommendation reflects that all bids be rejected to permit rebidding, using revised specifications. Competitive prices will be solicited for these items, as the need arises, pursuant to School Board Policy 6320, Purchasing: 1. Bid No. ITB CV - VIDEO SURVEILLANCE CAMERA SYSTEMS FURNISH AND INSTALL AND AWARD, was to establish a pool of preapproved vendors to furnish equipment, materials and labor to install new turnkey video surveillance and security camera systems, for The School Board of Miami-Dade County, Florida. This Bid is recommended to be rejected to revise specifications to allow for a broader selection of items. 2. Bid No. ITB CV - SECURITY CAMERA SYSTEMS FURNISH AND INSTALL, was to establish a pool of preapproved vendors to furnish equipment, materials and labor to install turnkey surveillance/security camera systems in schools and other facilities for The School Board of Miami-Dade County, Florida. This Bid is recommended to be rejected to revise specifications to allow for a broader selection of items. F-65 Page 1 of 3

19 RECOMMENDED: That The School Board of Miami-Dade County, Florida: JMM/cv 1. Reject Bid No. ITB CV VIDEO SURVEILLANCE CAMERA SYSTEMS FURNISH and INSTALL, to permit rebidding, using revised specifications to allow for a broader selection of items. 2. Reject Bid No. ITB CV SECURITY CAMERA SYSTEMS FURNISH AND INSTALL, to permit rebidding, using revised specifications to allow for a broader selection of items. Page 2 of 3

20 Office of Superintendent of Schools September 30, 2015 Board Meeting of October 14, 2015 Financial Services Mrs. Judith M. Marte, Chief Financial Officer SUBJECT: COMMITTEE: AWARD BID NO. ITB ND PROVIDE AMERICAN SIGN LANGUAGE INTERPRETATION/TRANSLITERATION, CAPTION AND/OR COMPUTER ASSISTED TRANSCRIPTION SERVICES FISCAL ACCOUNTABILITY LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES Procurement Management Services, at the request of the Office of Human Capital Management, the Office of Public Relations, and the Office of Academics and Transformation, released the above-referenced solicitation. The purpose of this Invitation to Bid is to select one or more agencies in the field of sign language interpretation to provide American Sign Interpretation/Transliteration to The School Board of Miami-Dade County, Florida. This is a term bid which states that the Board may purchase quantities, as may be needed, but is not obligated to purchase any guaranteed amount. This Invitation to Bid was advertised on the Procurement Management Services website, the DemandStar website, the Miami Times, and the Diario Las Americas newspapers, Bid Net and Florida Bid, as well as sent electronically to 23 potential bidders. The initial term of the bid shall be for two (2) years, commencing October 14, 2015, through October 13, 2017, and may, be mutual agreement between the School Board of Miami-Dade County, Florida, and the successful bidder, be extended for one (1) additional two (2) year period, and if needed, ninety (90) days beyond the expiration date of the current contract period. In an effort to obtain more participation from the local and certified small business enterprise vendors, Procurement developed two categories for vendors pricing: District wide and by geographic area. This way, vendors had an opportunity to bid for services in a smaller geographical area versus the entire M-DCPS district area. Based on the criteria listed in the solicitation and the results of the Best and Final pricing, the needs of The School Board of Miami-Dade County, Florida, and the price proposals submitted, three (3) vendors are being recommended for award, two primaries and one alternate. Of these three (3) vendors, one (1) vendor is new to this contract. E-141 Page 1 of 4

21 RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD Invitation to Bid No. ITB ND PROVIDE AMERICAN SIGN LANGUAGE INTERPRETATION/TRANSLITERATION, CAPTION AND/OR COMPUTER ASSISTED TRANSCRIPTION SERVICES, to provide American Sign Interpretation/Transliteration to The School Board of Miami-Dade County, Florida, including extensions thereto, as follows: PRIMARY: 1. IU, LLC dba ACD 4846 UNIVERSITY DRIVE, SUITE 354 LAUDERHILL, FL SHAMUS SAYED, VICE PRESIDENT OF SALES AND MARKETING DISTRICT WIDE Group 1: M-DCPS Students/Employees/Parents Item 1 Interpretation/Transliteration $62.90 Item 2 Computer Assisted Transcription $9.95. Item 5 RID (all $62.90 per hour. Item 6 CART or $9.95. Group 2: The School Board of Miami-Dade County, Florida Item 1 Interpretation/Transliteration $62.90 per hour. 2. NATIONWIDE INTERPRETER RESOURCE, INC. P.O. BOX BOCA RATON, FL JUNE BACKER, PRESIDENT DISTRICT WIDE Group 1: M-DCPS Students/Employees/Parents Item 3 $49.50 per hour. Item 4 $59.50 per hour. Page 2 of 4

22 ALTERNATE: 1. IU, LLC dba ACD 4846 UNIVERSITY DRIVE, SUITE 354 LAUDERHILL, FL SHAMUS SAYED, VICE PRESIDENT OF SALES AND MARKETING DISTRICT WIDE Group 1: M-DCPS Students/Employees/Parents Item 3 $62.90 per hour. Item 4 $62.90 per hour. 2. NATIONWIDE INTERPRETER RESOURCE, INC. P.O. BOX BOCA RATON, FL JUNE BACKER, PRESIDENT DISTRICT WIDE Group 1: M-DCPS Students/Employees/Parents Item 5 RID (all $63.50 per hour. Item 6 $63.50 per hour. Group 2: The School Board of Miami-Dade County, Florida Item 1 Interpretation/Transliteration $63.50 per hour. 3. TRUSTED TRANSLATIONS, INC. 66 WEST FLAGLER ST., SUITE 1200 MIAMI, FL RICHARD ESTEVEZ, CEO/PRESIDENT (New Vendor) DISTRICT WIDE Group 1: M-DCPS Students/Employees/Parents Item 1 Interpretation/Transliteration $63.25 Item 3 $62.50 per hour. Item 4 $62.50 per hour. Item 5 RID (all $63.25 per hour. Page 3 of 4

23 Group 2: The School Board of Miami-Dade County, Florida Item 1 Interpretation/Transliteration $63.25 per hour. Authorize Procurement Management Services to purchase up to the total estimated amount of $4,800,000 for the initial contract term and an amount not to exceed $4,800,000 for the subsequent two (2) year extension period. JMM/nd Page 4 of 4

24 Office of Superintendent of Schools September 30, 2015 Board Meeting of October 14, 2015 Financial Services Mrs. Judith M. Marte, Chief Financial Officer SUBJECT: COMMITTEE: LINK TO STRATEGIC BLUEPRINT: AWARD RFP NO. RFP MT TEENAGE PARENT PROGRAM (TAP) CHILDCARE SERVICES FISCAL ACCOUNTABILITY EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES Procurement Management Services, at the request of The Office of School Operations released the above-referenced solicitation. The purpose of this Request for Proposal is to select qualified and experienced agencies to facilitate the Teenage Parent Program childcare services for The School Board of Miami-Dade County, Florida. These services include eligibility determination, program monitoring and compliance to Board policies, TAP program recruitment, marketing and educational seminars for parents. All childcare services must be provided within licensed and accredited early care and education centers. This Request for Proposals was advertised on the Miami-Dade County Public Schools Procurement website, the DemandStar website, Bid Net, Florida Bid, the Miami Times and El Diario Las Americas newspapers, and ed to 10 potential bidders. The initial term of the bid shall be for one (1) year period, commencing October 14, 2015 through October 13, 2016, and may, by mutual agreement between The School Board of Miami-Dade County, Florida, and the successful bidders, be extended for four (4) additional one (1) year periods. The Selection Committee reviewed and discussed the two (2) proposals submitted, the Early Learning Coalition of Miami-Dade/Monroe, Inc. and Lincoln-Marti Community Agency, Inc. Both proposers have successfully completed this work for the District in the past. The Early Learning Coalition of Miami-Dade/Monroe, Inc. is the administrative entity, assigned by Florida s Office of Early Learning, to facilitate all early care and education programs in Miami-Dade and Monroe counties, by contracting with early care and education providers. Lincoln-Marti Community Agency, Inc. is a provider of early care and education programs throughout Miami-Dade County. E-142 Page 1 of 3

25 After considerable discussion, review of scoring criteria and results of the savings of 7% from the best and final pricing, the Selection Committee has recommended to award both vendors. The Early Learning Coalition shall provide TAP childcare services to all accredited early care and education providers, excluding the Lincoln-Marti s accredited early care and education provider locations. Lincoln-Marti shall provide TAP services to all its accredited centers only. Fund Source 6049 & 5120 Contracts RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD RFP No. ITB MT TEENAGE PARENT PROGRAM (TAP) CHILDCARE SERVICES, to select qualified and experienced agencies to facilitate the TAP childcare services, for The School Board of Miami-Dade County, Florida, including extensions thereto, as follows: 1. EARLY LEARNING COALITION OF MIAMI- DADE/MONROE, INC PONCE DE LEON, SUITE 500 CORAL GABLES, FL OWNER: EVELIO C. TORRES, PRESIDENT/CEO a. Gold Seal Rates for Infants 0-12 Months: $35.24 per day b. Gold Seal Rates for Toddler 1-2 Years: $31.46 per day c. Gold Seal Rates for Toddler 2-3 Years: $30.71per day d. Gold Seal Rates for Preschool 3-4 Years: $28.94 per day e. Special Needs: i. Gold Seal Rates for Infants 0-12 Months: $41.14 per day ii. Gold Seal Rates for Toddler 1-2 Years: $36.70 per day iii. Gold Seal Rates for Toddler 2-3 Years: $35.70 day iv. Gold Seal Rates for Preschool 3-4 Years: $33.61 per day v. Gold Seal Rates for School Age: $30.38 per day f. School Age: $26.28 per day Page 2 of 3

26 2. LINCOLN-MARTI COMMUNITY AGENCY, INC S.W. 8 TH STREET MIAMI, FL OWNER: ARMINDA ESPINOSA, PRESIDENT a. Gold Seal Rates for Infants 0-12 Months: $31 per day b. Gold Seal Rates for Toddler 1-2 Years: $26.20 per day c. Gold Seal Rates for Toddler 2-3 Years: $24.76 per day d. Gold Seal Rates for Preschool 3-4 Years: $23.32 per day e. Special Needs: i. Gold Seal Rates for Infants 0-12 Months: $36.62 per day ii. Gold Seal Rates for Toddler 1-2 Years: $32.30 per day iii. Gold Seal Rates for Toddler 2-3 Years: $31.43 per day iv. Gold Seal Rates for Preschool 3-4 Years: $29.70 per day v. Gold Seal Rates for School Age: $29.70 per day f. School Age: $22.82 per day Authorize Procurement Management Services to purchase up to the total estimated amount of $1,000,000 for the initial contract term, and an amount not to exceed $1,000,000 for the subsequent one (1) year extension periods. Board authorization of this recommendation does not mean the amount shown will be expended. JMM/mt Page 3 of 3

Office of Superintendent of Schools March 29, 2016 Board Meeting of April 13, 2016

Office of Superintendent of Schools March 29, 2016 Board Meeting of April 13, 2016 FISCAL ACCOUNTABILITY E-141 15-008-MT AWARD ITB NO. RFP-15-008-MT CHARTER SCHOOL MONITORING SYSTEM E-142 15-040-AC AWARD BID NO. ITB-15-040-AC REFRIGERATED DELIVERY OF SUMMER MEALS E-143 15-020-YWP AWARD

More information

Office of Superintendent of Schools March 22, 2017 Board Meeting of April 5, 2017

Office of Superintendent of Schools March 22, 2017 Board Meeting of April 5, 2017 Office of Superintendent of Schools March 22, 2017 Board Meeting of April 5, 2017 Financial Services Mrs. Judith M. Marte, Chief Financial Officer COMMITTEE: FISCAL ACCOUNTABILITY E-35 16-037-MT AUTHORIZE

More information

Office of Superintendent of Schools November 4, 2015 Board Meeting of November 18, 2015

Office of Superintendent of Schools November 4, 2015 Board Meeting of November 18, 2015 Office of Superintendent of Schools November 4, 2015 Board Meeting of November 18, 2015 Financial Services Mrs. Judith M. Marte, Chief Financial Officer COMMITTEE: FACILITIES AND CONSTRUCTION F-60 14-057-CV

More information

Office of Superintendent of Schools November 25, 2013 Board Meeting of December 11, 2013 COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ENGAGEMENT

Office of Superintendent of Schools November 25, 2013 Board Meeting of December 11, 2013 COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ENGAGEMENT Office of Superintendent of Schools November 25, 2013 Board Meeting of December 11, 2013 Financial Services Richard H. Hinds, Chief Financial Officer COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ENGAGEMENT

More information

CALENDAR OF EVENTS DECEMBER NOVEMBER

CALENDAR OF EVENTS DECEMBER NOVEMBER DECEMBER December 17, 10:00 am 12:00 pm Turner Construction Subcontractor Outreach Event Phichol Williams Community Center 951 SW 4 th Street Homestead, Florida 33030 NOVEMBER November 17, 11:30 am 1:30

More information

MIAMI-DADE COUNTY PUBLIC SCHOOLS. Series. Office of Economic Opportunity

MIAMI-DADE COUNTY PUBLIC SCHOOLS. Series. Office of Economic Opportunity MIAMI-DADE COUNTY PUBLIC SCHOOLS NAACP Economic Opportunities & Educational Series Office of Economic Opportunity 1 SMALL BUSINESS ENTERPRISE PROGRAM SCHOOL BOARD POLICY 6320 02 SCHOOL BOARD POLICY 6320.02

More information

September 14, 2016 ADDENDUM NO. 1 SPECIFICATION NO FOR REPAIR SERVICES FOR VEHICLE IMMOBILITY DEVICES ( BOOTS )

September 14, 2016 ADDENDUM NO. 1 SPECIFICATION NO FOR REPAIR SERVICES FOR VEHICLE IMMOBILITY DEVICES ( BOOTS ) September 14, 2016 ADDENDUM NO. 1 SPECIFICATION NO. 145920 FOR REPAIR SERVICES FOR VEHICLE IMMOBILITY DEVICES ( BOOTS ) This document contains: I. Revisions to the Specification II. Questions and Answers

More information

SCHOOL BOARD OF BREVARD COUNTY, FLORIDA BOARD AGENDA ITEM April 18, 2017

SCHOOL BOARD OF BREVARD COUNTY, FLORIDA BOARD AGENDA ITEM April 18, 2017 SCHOOL BOARD OF BREVARD COUNTY, FLORIDA BOARD AGENDA ITEM April 18, 2017 PURCHASING SOLICITATION PB #17-PB-066-NC Office Supplies for the SE Florida Governmental Purchasing Cooperative Office Depot, Inc.

More information

SMALL DISADVANTAGED BUSINESS PROGRAM APPLICATION

SMALL DISADVANTAGED BUSINESS PROGRAM APPLICATION OFFICE OF SUPPLIER RELATIONS AND DIVERSITY SMALL DISADVANTAGED BUSINESS PROGRAM APPLICATION Office of Supplier Relations and Diversity 6400 NW 6 th Way, 2 nd Floor Fort Lauderdale, Florida 33309 Phone:

More information

SOUTHERN FLORIDA MINORITY SUPPLIER DEVELOPMENT COUNCIL CONSTRUCTION INDUSTRY GROUP MEETING

SOUTHERN FLORIDA MINORITY SUPPLIER DEVELOPMENT COUNCIL CONSTRUCTION INDUSTRY GROUP MEETING SOUTHERN FLORIDA MINORITY SUPPLIER DEVELOPMENT COUNCIL CONSTRUCTION INDUSTRY GROUP MEETING August 1, 2013 OVERVIEW GENERAL OBLIGATION BOND ROLLOUT PROGRAM HOW TO DO BUSINESS WITH M-DCPS Vendor Registration

More information

DORAL BUSINESS COUNCIL INFORMATIONAL BUSINESS SEMINAR

DORAL BUSINESS COUNCIL INFORMATIONAL BUSINESS SEMINAR DORAL BUSINESS COUNCIL INFORMATIONAL BUSINESS SEMINAR August 16, 2013 OVERVIEW HOW TO DO BUSINESS WITH M-DCPS SBE PROGRAM, M/WBE CERTIFICATION & PREQUALIFICATION GENERAL OBLIGATION BOND ROLLOUT PROGRAM

More information

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

Suffolk 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 information

The following specific criteria will be evaluated and must be addressed in the proposal:

The following specific criteria will be evaluated and must be addressed in the proposal: 02/12/2018 Cleaning Service/Janitorial Company Address City, State Zip Code Re: Request for Proposal Dear Bidder, Care Resource is seeking proposals from qualified Contractors to provide cleaning/janitorial

More information

ADMINISTRATIVE PROCEDURES FOR M/WBE PARTICIPATION IN PROCUREMENT CONTRACTING. I. Bid Process - Competitive Bid Requirements

ADMINISTRATIVE PROCEDURES FOR M/WBE PARTICIPATION IN PROCUREMENT CONTRACTING. I. Bid Process - Competitive Bid Requirements Minority/Women Contracting 6Gx13-3G-1.04 ADMINISTRATIVE PROCEDURES FOR M/WBE PARTICIPATION IN PROCUREMENT CONTRACTING As stipulated in Board Rule 6Gx13-3G-1.01, Business Development and Assistance Program,

More information

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

TOPIC: 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 information

21 st Century Schools Bond Advisory Committee. June 25, 2014

21 st Century Schools Bond Advisory Committee. June 25, 2014 21 st Century Schools Bond Advisory Committee June 25, 2014 2 GOB Update Office of School Facilities 3 Construction work is underway! Miami Lakes Educational Center 21 st Century Schools Bond Advisory

More information

REQUEST FOR PROPOSAL FOR LEGAL SERVICES

REQUEST FOR PROPOSAL FOR LEGAL SERVICES REQUEST FOR PROPOSAL FOR LEGAL SERVICES FOR THE PERIOD March 1, 2014 to January 30, 2016 INQUIRIES AND PROPOSALS SHOULD BE DIRECTED TO: KAREN PERKINS CHIEF OPERATING OFFICER EARLY LEARNING COALITION OF

More information

Within the context of this policy, the following definitions apply:

Within 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 information

HOW TO DO BUSINESS WITH THE CITY OF VALDOSTA, GEORGIA

HOW 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 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

NON-INSTRUCTIONAL SERVICES: Purchasing

NON-INSTRUCTIONAL SERVICES: Purchasing NON-INSTRUCTIONAL SERVICES: Purchasing Purchasing Guidelines I. Purpose A. To establish guidelines for the procurement of all goods and services used by Baltimore County Public Schools (BCPS). II. Procedures

More information

OMB Uniform Grant Guidance and NM Procurement

OMB Uniform Grant Guidance and NM Procurement OMB Uniform Grant Guidance and NM Procurement 1 The material appearing in this presentation is for informational purposes only and should not be construed as advice of any kind, including, without limitation,

More information

WORKFORCE DEVELOPMENT BOARD Workforce Innovation and Opportunity Act Area 8

WORKFORCE 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 information

Procedure Manual. Minority/Women Business Enterprise Program

Procedure Manual. Minority/Women Business Enterprise Program A 1 of 9 is committed to increasing its business activities with Minority and Women Business Enterprise (M/WBE) firms and organizations. The Minority/Women Business Enterprise program is a -wide initiative

More information

Office of Business and Financial Services Procurement and Contracts Division Section SUBJECT: PROCUREMENT OF CONSTRUCTION SERVICES

Office 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 information

STANDARD PROCEDURE Number: S410.10

STANDARD PROCEDURE Number: S410.10 Page: 1 of 8 PURPOSE: To establish procedures for the competitive procurement of goods and services utilizing an Invitation to Bid (ITB) or Invitation to Quote (ITQ) solicitation process or small purchase

More information

Procurement Policies. and. Procedures. Manual

Procurement 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 information

HOW TO DO BUSINESS WITH THE STATE. State of Louisiana Office of State Procurement

HOW TO DO BUSINESS WITH THE STATE. State of Louisiana Office of State Procurement HOW TO DO BUSINESS WITH THE STATE State of Louisiana Office of State Procurement Discussion Topics OSP Overview Methods of Procurement Types of State Contracts Vendor Registration Louisiana Small Entrepreneurship

More information

Request for Proposal, erate Year 20 ( ) Wireless (Microwave) WAN, or Equivalent System, District-Wide [Proposal: T]

Request for Proposal, erate Year 20 ( ) Wireless (Microwave) WAN, or Equivalent System, District-Wide [Proposal: T] Service Provider Notices, Criteria And Contract Requirements The requirements outlined in this document will apply to all contracts entered into as a result of the posting of (2017-2018) Year 20 E-Rate

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

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

Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17

Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17 Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17 Introduction: This Request for Proposals (RFP) solicitation is to provide to

More information

Comparison of Federal and State Procurement Requirements For FEMA Public Assistance Grants to North Carolina Local Governments

Comparison 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 information

21ST CENTURY SCHOOLS BOND ADVISORY COMMITTEE MEETING SEPTEMBER 9, 2014

21ST CENTURY SCHOOLS BOND ADVISORY COMMITTEE MEETING SEPTEMBER 9, 2014 21ST CENTURY SCHOOLS BOND ADVISORY COMMITTEE MEETING SEPTEMBER 9, 2014 APPROVAL OF ANNUAL REPORT 2 APPROVAL OF ANNUAL REPORT Since the August 25, 2014 meeting, based on input provided at the time and in

More information

Comparison of Federal and State Procurement Requirements For FEMA Public Assistance Grants to North Carolina Local Governments

Comparison 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 information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Amount of

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Amount of ITB #12-025 PB/DR Cafeteria Produce VENDORS RECOMMENDED FOR AWARD: SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 Vendor Name Amount of Annual

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

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019 WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/18-05 For: July 1, 2018 to June 30, 2019 DUE DATE OF PROPOSAL: MONDAY, APRIL 23, 2018-8:00 AM DROPPING OFF PROPOSAL:

More information

Construction Management (CM) Procedures

Construction Management (CM) Procedures Chapter 28. Construction Management (CM) Procedures Summary This chapter outlines the procedures to be followed by all departments, agencies, and institutions of the County (each of which is hereinafter

More information

How 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 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 information

TENNESSEE EDUCATION LOTTERY CORPORATION. Invitation to Bid

TENNESSEE EDUCATION LOTTERY CORPORATION. Invitation to Bid A. PURPOSE Umbrellas Page 1 of 7 TENNESSEE EDUCATION LOTTERY CORPORATION The ( TEL ) is soliciting bids for the following services and/or products: Umbrellas B. GENERAL INFORMATION AND SCHEDULE This ITB

More information

Request for Qualifications # For. Architecture/Engineering Professional Services For Small Projects

Request for Qualifications # For. Architecture/Engineering Professional Services For Small Projects Request for Qualifications #0030094 For Architecture/Engineering Professional Services For Small Projects Commodity Code: 90600 September 16, 2013 Specifications Prepared by: Virginia Tech University Planning,

More information

City of Gainesville State of Georgia

City of Gainesville State of Georgia City of Gainesville State of Georgia Request for Proposals RFP No. 18037 Downtown Public Wireless Network Project Proposal Release: May 24, 2018 Pre-Proposal Meeting: June 8, 2018 at 2:30 p.m. EST Proposal

More information

Doing Business with Putnam County and the Empire State Purchasing Group

Doing Business with Putnam County and the Empire State Purchasing Group Doing Business with Putnam County and the Empire State Purchasing Group October 24, 2013 8:30 am to 11:30 am Putnam County Bureau of Emergency Services 112 Old Route 6, Carmel, New York 10512 Alex Mazzotta

More information

REQUEST FOR PROPOSALS FOR COMMERICAL GENERATOR MAINTENANCE & REPAIR. Released February 3, 2017 Submissions Due February 28, 2017

REQUEST FOR PROPOSALS FOR COMMERICAL GENERATOR MAINTENANCE & REPAIR. Released February 3, 2017 Submissions Due February 28, 2017 PUBLIC SERVICES DEPARTMENT 15 School Street Rangeley, Maine 04970 207-864-2294 publicworks@rangeleyme.org REQUEST FOR PROPOSALS FOR COMMERICAL GENERATOR MAINTENANCE & REPAIR Released February 3, 2017 Submissions

More information

REQUEST FOR PROPOSAL FOR PAY FOR SUCCESS CONSULTANT SERVICES

REQUEST FOR PROPOSAL FOR PAY FOR SUCCESS CONSULTANT SERVICES REQUEST FOR PROPOSAL FOR PAY FOR SUCCESS CONSULTANT SERVICES Description of Project Local Initiatives Support Corporation (LISC) is dedicated to helping community residents transform distressed neighborhoods

More information

Request for Proposals for Construction Manager at Risk Watertown Community Center

Request for Proposals for Construction Manager at Risk Watertown Community Center Request for Proposals for Construction Manager at Risk Watertown Community Center October 29, 2014 City of Watertown, South Dakota Publish: Wednesday, October 29, 2014 Section 1 Advertisement for Proposals

More information

BARNEGAT TOWNSHIP SCHOOL DISTRICT 550 BARNEGAT BOULEVARD NORTH BARNEGAT, NEW JERSEY (609) FAX (609)

BARNEGAT TOWNSHIP SCHOOL DISTRICT 550 BARNEGAT BOULEVARD NORTH BARNEGAT, NEW JERSEY (609) FAX (609) Request For Proposal Architectural Services RFP 18-01 In accordance with N.J.S.A. 18A:18A-4 et. seq., the Barnegat Township Board of Education is requesting proposals from New Jersey licensed architects

More information

Request for Quotation (RFQ) Solicitation Overview

Request for Quotation (RFQ) Solicitation Overview Request for Quotation (RFQ) Solicitation Overview Issuance Date: Sep. 25 th 2017 Reference Number: RFQ-894-2017-026 Activity Title: Provision of Internet Equipment and Subscription within South Sudan Determination

More information

Welcome to the City of Chicago. Department of Procurement Services

Welcome to the City of Chicago. Department of Procurement Services Welcome to the Rahm Emanuel, Mayor Jamie Rhee, Chief Procurement Officer Doing Business with the Mission Statement Laws Governing the Procurement Process Types of Procurement Certification Contract Monitoring

More information

Section XI Notices Regarding Bids, Proposals and Purchasing

Section XI Notices Regarding Bids, Proposals and Purchasing Section XI Notices Regarding Bids, Proposals and Purchasing DEPARTMENT OF EDUCATION INVITATION TO BID Made by the University of North Florida, Board of Trustees, a public body corporate. PROJECT: UNF Chiller

More information

What guidance will be used for Reviews?

What guidance will be used for Reviews? The Procurement Review- What to Expect Pete McLoughlin Financial Management Section Head Office for Food and Nutrition Programs What guidance will be used for Reviews? 2 CFR Part 200 is now the governing

More information

Administrative Regulation SANGER UNIFIED SCHOOL DISTRICT. Business and Noninstructional Operations FEDERAL GRANT FUNDS

Administrative Regulation SANGER UNIFIED SCHOOL DISTRICT. Business and Noninstructional Operations FEDERAL GRANT FUNDS Administrative Regulation SANGER UNIFIED SCHOOL DISTRICT AR 3230(a) Business and Noninstructional Operations FEDERAL GRANT FUNDS Allowable Costs Prior to obligating or spending any federal grant funds,

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

Fort Bend Independent School District. Small Business Enterprise Program Procedures

Fort 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 information

RFP #WS NEWSMI IMPROVEMENTS

RFP #WS NEWSMI IMPROVEMENTS RFP #WS-100411-NEWSMI ADVERTISEMENT for NORTHEAST WATER/SEWER MAIN IMPROVEMENTS The City of College Park is accepting Sealed Bids from qualified vendors for Northeast Water / Sewer Main Improvements. Sealed

More information

Marlboro County School District

Marlboro County School District Marlboro County School District REQUEST FOR BIDS RFB 16/17-1 3 ½ TON HEAT PUMP BENNETTSVILLE PRIMARY SCHOOL CAFETERIA Purpose & Specifications: The purpose for this Request for Bid (RFB) is to remove and

More information

General Procurement Requirements

General Procurement Requirements Effective Date: July 1, 2018 Applicability: Grant Purchasing and Procurement Policy Related Policies: Moravian College Purchasing Policy and Business Travel Policy Policy: This policy provides guidelines

More information

REQUEST FOR PROPOSAL #MAC103017

REQUEST FOR PROPOSAL #MAC103017 REQUEST FOR PROPOSAL #MAC103017 -------------------------------------------------------------------------------------------------------------- Internet Service/WAN Provider -------------------------------------------------------------------------------------------------------------------------------------------------------------------------

More information

Purchasing Services Small & Minority Business Participation Plan. Submitted To: Dr. Mark B. Rosenberg University President

Purchasing Services Small & Minority Business Participation Plan. Submitted To: Dr. Mark B. Rosenberg University President F L O R I D A I N T E R N A T I O N A L U N I V E R S I T Y Purchasing Services 2011-2012 Small & Minority Business Participation Plan Submitted To: Dr. Mark B. Rosenberg University President Submitted

More information

PUBLIC ASSISTANCE: PURCHASING GOODS OR SERVICES THROUGH COOPERATIVE PURCHASING PROGRAMS

PUBLIC ASSISTANCE: PURCHASING GOODS OR SERVICES THROUGH COOPERATIVE PURCHASING PROGRAMS Fact Sheet PUBLIC ASSISTANCE: PURCHASING GOODS OR SERVICES THROUGH COOPERATIVE PURCHASING PROGRAMS The Federal Emergency Management Agency (FEMA) Public Assistance (PA) Program provides supplemental assistance

More information

Procurement 101: Developing a Code of Conduct and. Written Procurement Procedures

Procurement 101: Developing a Code of Conduct and. Written Procurement Procedures Procurement 101: Developing a Code of Conduct and Written Procurement Procedures Presented by: Laurie Pennings, MS, RD Courtney Hardoin, MS, RD Nutrition Education Consultants California Department of

More information

RFP - PW FDR. ADVERTISEMENT for FUEL DISPENSER REPLACEMENTS

RFP - PW FDR. ADVERTISEMENT for FUEL DISPENSER REPLACEMENTS RFP - PW - 033116 - FDR ADVERTISEMENT for FUEL DISPENSER REPLACEMENTS The City of College Park is accepting Sealed Proposals from qualified vendors for FUEL DISPENSER REPLACEMENTS (both gas and diesel)

More information

REQUEST FOR PROPOSALS RFP #12/13-12 PALM BEACH STATE COLLEGE DISTRICT SECURITY SURVEILLANCE CAMERA INITIATIVE PROJECT#: CMRA-2013

REQUEST FOR PROPOSALS RFP #12/13-12 PALM BEACH STATE COLLEGE DISTRICT SECURITY SURVEILLANCE CAMERA INITIATIVE PROJECT#: CMRA-2013 REQUEST FOR PROPOSALS RFP #12/13-12 PALM BEACH STATE COLLEGE DISTRICT SECURITY SURVEILLANCE CAMERA INITIATIVE PROJECT#: 00-0001-CMRA-2013 ISSUANCE DATE November 17, 2013 KEY INFORMATION SHEET RFP ISSUANCE

More information

- Thank you for participating in the viewing of the Texas General Land Office s Community Development and Revitalization Program s, or GLO-CDR video

- Thank you for participating in the viewing of the Texas General Land Office s Community Development and Revitalization Program s, or GLO-CDR video - Thank you for participating in the viewing of the Texas General Land Office s Community Development and Revitalization Program s, or GLO-CDR video on Procurement guidance. GLO-CDR is the state designated

More information

REQUEST FOR PROPOSAL DOCUMENT

REQUEST FOR PROPOSAL DOCUMENT REQUEST FOR PROPOSAL DOCUMENT A Cooperative Purchasing Program available for membership by Government and Other Entities in Alabama, Alaska, Arizona, Arkansas, California, Colorado, Connecticut, Delaware,

More information

Plano Independent School District Request for Proposals

Plano Independent School District Request for Proposals Plano Independent School District Request for Proposals RFP# 2017-059 RFP Title: RFP Opening Date: Contact: Programming & Consulting Services May 2 nd, 2017 @ 2:00 pm Raymond Weaver, Director of Purchasing

More information

PROCUREMENT PLAN. Procurement of Goods and Works

PROCUREMENT PLAN. Procurement of Goods and Works PROCUREMENT PLAN Basic Data Project Name: CAREC Corridor 1 (Bishkek-Torugart Road) Project 2 Country: Kyrgystan Executing Agency: Ministry of Transport & Communication Loan Amount: SDR18.492 million/$22

More information

CALENDAR OF EVENTS NOVEMBER

CALENDAR OF EVENTS NOVEMBER REVISED November 2, NOVEMBER November 17, 10:00 11:30 am M-DCPS & Thornton Construction Small Business Workshop (O) Miami-Dade County Public Schools 1450 NE 2 nd Ave November 9, 10:00 11:30 am T&G Subcontractor

More information

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

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

More information

REQUEST 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 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 information

S O U T H F L O R I D A PREPARED BY THE SOUTH FLORIDA REGIONAL PLANNING COUNCIL

S O U T H F L O R I D A PREPARED BY THE SOUTH FLORIDA REGIONAL PLANNING COUNCIL S O U T H S M A L L F L O R I D A A N D M I N O R I T Y B U S I N E S S R E S O U R C E D I R E C T O R Y PREPARED BY THE SOUTH FLORIDA REGIONAL PLANNING COUNCIL FEBRUARY 1998 The South Florida Regional

More information

Doing Business. with

Doing Business. with Doing Business with SEPTEMBER 2016 CONTACTING VIA Procurement Department Equipment, Materials, Supplies, Professional Services, Rolling Stock, Construction, Engineering, and Architectural Design 800 W.

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS RFP # 17-02-04 Window & Portable AC Units & Parts PART II The Houston Independent School District ( HISD and/or the District ) is soliciting proposals for Window & Portable AC Units

More information

Uniform Guidance Overview. Why did the federal government implement the Uniform Guidance?

Uniform Guidance Overview. Why did the federal government implement the Uniform Guidance? Uniform Guidance Overview Why did the federal government implement the Uniform Guidance? To harmonize (align) procurement rules and simplify the grant management process previously codified in 8 different

More information

The Procurement Review- What to Expect. Pete McLoughlin Financial Management Section Head Office for Food and Nutrition Programs

The Procurement Review- What to Expect. Pete McLoughlin Financial Management Section Head Office for Food and Nutrition Programs The Procurement Review- What to Expect Pete McLoughlin Financial Management Section Head Office for Food and Nutrition Programs USDA Non-Discrimination Statement In accordance with Federal civil rights

More information

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

CITY 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 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

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

Manatee County Procurement Division

Manatee County Procurement Division Manatee County Procurement Division Doing Business with Manatee County Revised July, 2016 TABLE OF CONTENTS Introduction... 1 Doing Business with Manatee County 3 Disadvantaged Business Enterprises...

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

MARYLAND DEPARTMENT OF TRANSPORTATION ARCHITECTS & ENGINEERS TRANSPORTATION PROFESSIONAL SERVICES SELECTION BOARD REQUEST FOR PROFESSIONAL SERVICES

MARYLAND DEPARTMENT OF TRANSPORTATION ARCHITECTS & ENGINEERS TRANSPORTATION PROFESSIONAL SERVICES SELECTION BOARD REQUEST FOR PROFESSIONAL SERVICES PUBLIC NOTICE MARYLAND DEPARTMENT OF TRANSPORTATION NOTICE TO ARCHITECTS & ENGINEERS TRANSPORTATION PROFESSIONAL SERVICES SELECTION BOARD REQUEST FOR PROFESSIONAL SERVICES The Secretary of the Maryland

More information

12007 Research Boulevard Austin, Texas PH: FAX:

12007 Research Boulevard Austin, Texas PH: FAX: 12007 Research Boulevard Austin, Texas 78759-2439 PH: 800-695-2919 FAX: 800-211-5454 www.vendor.buyboard.com BUYBOARD ADVISORY: PURCHASING WITH FEDERAL FUNDS Purchasing through a cooperative or interlocal

More information

The Rollout of OMB A-81 and its Effect on UH

The Rollout of OMB A-81 and its Effect on UH The Rollout of OMB A-81 and its Effect on UH Cris Milligan, Interim Assistant Vice President for Research Administration Beverly Rymer, Executive Director, Office of Contracts and GrantsOffice of Contracts

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

Request for Proposals (RFP) for Police Body Worn Camera Systems and Video Storage Solutions For City of Boulder City, Nevada

Request for Proposals (RFP) for Police Body Worn Camera Systems and Video Storage Solutions For City of Boulder City, Nevada Request for Proposals (RFP) for Police Body Worn Camera Systems and Video Storage Solutions For City of Boulder City, Nevada Proposals Due: March 22, 2018 by 6:00 p.m. The City of Boulder City, Nevada

More information

Procurement Policies. and. Procedures. Manual

Procurement 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 information

REQUEST FOR PROPOSAL DOCUMENT

REQUEST FOR PROPOSAL DOCUMENT REQUEST FOR PROPOSAL DOCUMENT A Cooperative Purchasing Program available for membership by Government and Other Entities in Alabama, Alaska, Arizona, Arkansas, California, Colorado, Connecticut, Delaware,

More information

Automatic License Plate Recognition System for the Police Department

Automatic License Plate Recognition System for the Police Department City of Dublin Purchasing Department RFP #13 001 Issue Date: May 3, 2013 Automatic License Plate Recognition System for the Police Department Proposals due May 28, 2013 @ 2:00 P.M. EST City of Dublin License

More information

The First Microfinance Bank Afghanistan (FMFB-A)

The First Microfinance Bank Afghanistan (FMFB-A) . The First Microfinance Bank Afghanistan (FMFB-A) Request for Proposal For Renewal of Annual Oracle Technical Remote Support Version: 1.0.0 Date of Issue: 04/01/2018 Privacy Notice This document contains

More information

NOTICE IS HEREBY GIVEN OF THE FOLLOWING ATTACHMENTS TO THE ABOVE REFERENCED PROPOSAL:

NOTICE IS HEREBY GIVEN OF THE FOLLOWING ATTACHMENTS TO THE ABOVE REFERENCED PROPOSAL: FLORIDA DEPARTMENT OF TRANSPORTATION Procurement Office 605 Suwannee Street, MS 20 Tallahassee, Florida 32399-0450 Phone: (850) 414-4479 Fax: (850) 414-4951 ADDENDUM #: 1 DATE: February 22, 2013 PROPOSAL

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

City of Georgetown, SC REQUEST FOR PROPOSAL

City of Georgetown, SC REQUEST FOR PROPOSAL City of Georgetown, SC REQUEST FOR PROPOSAL Engineering Services For North Side Water Storage Tank with 250,000 Gallon Capacity Project # 1508 Due: August 15, 2016 at 3:00 PM EST Release Date: July 18,

More information

Invitation for Expression of Interest

Invitation for Expression of Interest Invitation for Expression of Interest for Construction of a 14 Storey Office Building in Male Reference: BML/PROPERTIES:2018/011 15 January 2018 Closing date for submissions: 31 st January 2018 at 14:00

More information

Request for Qualifications. North Broward Regional Service Center, Replace Columnade Roof Membrane RFQ-REDM17/ ADDENDUM #1

Request for Qualifications. North Broward Regional Service Center, Replace Columnade Roof Membrane RFQ-REDM17/ ADDENDUM #1 Request for Qualifications North Broward Regional Service Center, Replace Columnade Roof Membrane RFQ-REDM17/18-012 ADDENDUM #1 FAILURE TO FILE A PROTEST WITHIN THE TIME PRESCRIBED IN SECTION 120.57(3),

More information

May 25, Request for Proposals No Offsite Virtual Net Metering

May 25, Request for Proposals No Offsite Virtual Net Metering May 25, 2018 Request for Proposals No. 28017 Offsite Virtual Net Metering I. Introduction The Rhode Island Airport Corporation (RIAC) seeks proposals from qualified enterprises to provide offsite virtual

More information

OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO.

OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO. OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO. 132366 For which proposals are scheduled to open in the Bid & Bond

More information

Proposals must be received in the Office of the City Manager no later than 2:00 p.m. on March 21, 2018.

Proposals must be received in the Office of the City Manager no later than 2:00 p.m. on March 21, 2018. REQUEST FOR PROPOSAL Proposals are now being accepted in the Office of the City Manager, 745 Forest Parkway, Forest Park, Georgia 30297 for: To Audit: Recruitment, Hiring, Promotions, Disciplinary, and

More information

Solicitation Information WATER MAIN TUCKERTOWN STATION. Water Main Project, Tuckertown Station. Water Main Project, Tuckertown Station on

Solicitation Information WATER MAIN TUCKERTOWN STATION. Water Main Project, Tuckertown Station. Water Main Project, Tuckertown Station on 0 Solicitation Information WATER MAIN TUCKERTOWN STATION Documents Tuesday, February, RFP Reference Title: on Submission Thursday, March, Deadline: :00 PM Local Prevailing Time Questions concerning this

More information

Procurement Review Summary SY (CYCLE 2)

Procurement Review Summary SY (CYCLE 2) Texas Department of Agriculture Procurement Review Summary SY 17-18 (CYCLE 2) Please Email All Procurement Questions, Comments, And Approval Request To CE.ProcurementReviews.BOps@texasagriculture.gov Procurement

More information