REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK
|
|
- Loreen Norman
- 5 years ago
- Views:
Transcription
1 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
2 Table of Contents I. Request for Qualifications II. III IV. Request for Qualifications Process Statement of Qualifications Requirements Criteria for Selection V. Project Description VI. VII. VIII. Project Services Construction Manager at Risk Questionnaire Required Certifications
3 I. REQUEST FOR QUALIFICATIONS: Qualification Statements from construction firms interested in acting as Construction Manager-at-Risk for pre-construction and construction services are being solicited for the project listed below: 1. PROJECT: ELEMENTARY SCHOOL, DANBURY I.S.D. ELEMENTARY SCHOOL OWNER: DANBURY INDEPENDENT SCHOOL DISTRICT ( DISTRICT ) 2. STATEMENT OF QUALIFICATIONS DUE DATE/TIME: March 20, 2018 at 4:00 p.m. (Late responses will not be considered) 3. OPENING LOCATION: Danbury I.S.D. Administration Bldg. The Request for Qualifications may be obtained at Danbury Independent School District Administration Building 5611 Panther Drive Danbury, Texas or on the district s website at Questions about the Project and Construction Manager At-Risk Request for Proposals should be submitted in writing via address to drabe@archrabe.com at Architects Rabe + Partners. Answers will be issued in writing via to all firms who provide an address for this purpose. The District reserves the right to accept or reject any or all submissions, to waive all informalities and irregularities, and to award the Project in the best interest of the District. 3
4 II. REQUEST FOR QUALIFICATIONS PROCESS The District intends to select a Construction Manager-at-Risk for the Project. This two-step selection process, meeting the requirements of the Texas Government Code Chapter 2269, Subchapter F, will include the following sequence of events: Request for Qualifications will be advertised in accordance with Texas law. Statements of Qualifications will be received and publicly opened on March 20, 2018 at 4:00 pm. Offerors may, but need not be present for the receipt of Statements of Qualifications. All offerors will be notified by , if an address is provided, of the list of responding firms. By March 23, 2018, up to five (5) firms will be invited to participate in the second step of the selection process, and all firms will be notified by of the list of finalists. The finalists will be invited to submit sealed proposals with pricing information to the District, and the sealed proposals must be received by, and will be publicly opened and read at 4:00 p.m. on April 2, The finalists must participate in an interview to be scheduled on the first week of April, The District will evaluate and rank the finalist firms in accordance with the published weighted selection criteria. The Board of Trustees will approval the final evaluations and rankings, and will select the highest-ranked firm. The District will attempt to negotiate an agreement with the selected Construction Manager. The negotiated agreement will be submitted for approval by the Board of Trustees for the District. The Construction Manager selected will generally be expected to provide Pre-construction and Construction Phase Services as described in AIA Document A133, as amended and supplemented by the District. In addition to acting as an advisor to the District during the design period, the Construction Manager will assume financial responsibility for the construction of the Project and provide a Guaranteed Maximum Price proposal to the District and become contractually bound to provide the actual labor and materials for the Project. All savings on the project will be returned to the District at the conclusion of the project. Performance and Payment Bonds for 100% of the total project budget will be required within ten days of execution of the contract. III. STATEMENT OF QUALIFICATIONS SUBMISSION REQUIREMENTS To receive consideration by the District, each applicant must, at a minimum, submit three completed copies of each of the following: Contractor s Qualification Statement (AIA Document A305) Responses to Construction Manager Questionnaire (Item VIII, attached) Felony Conviction Notification (Attached) Vendor Information/Taxpayer Identification Form (W-9) (attached) 4
5 Conflict of Interest Questionnaire (attached) Resident/Non-Resident Certification (attached) NO PRICING INFORMATION IS TO BE SUBMITTED WITH THE STATEMENT OF QUALIFICATIONS. FIRMS SELECTED TO PARTICIPATE IN STEP TWO OF THE SELECTION PROCESS WILL BE PROVIDED WITH A SEALED PROPOSAL FORM TO COMPLETE. IV. CRITERIA FOR SELECTION Consistent with the Texas Education Code, the District will utilize the following weighted selection criteria for use in evaluating up to five finalists in this selection process: 1. The proposal price. (25 points) 2. The reputation and references of the Proposer and of the Proposer s goods or services. (10 points) 3. The quality of the Proposer s goods or services. (20 points) 4. Extent to which the Proposer s goods and/or services meet the District s needs. (20 points) 5. The Proposer s past relationship with the District. (5 points) 6. The total long terms cost to the District to acquire the Proposer s goods and/or services. (10 points) 7. Performance in Interview (10 points) V. PROJECT DESCRIPTIONS SEE ATTACHED EXHIBIT A VI. PROJECT SERVICES The District is seeking the services of a construction manager with the compatible experience, style and approach to provide planning, preconstruction and construction services for these projects. Working collaboratively with the District and the entire project team, the program manager / construction manager will be required to provide the following services. Preconstruction Services Design Coordination: Work in coordination with architects, engineers, surveyors and other design consultants with an eye toward maximizing value and functionality, but minimizing costs. Develop a prototype layout and systems design to be used with each of the schools in partnership with the design team(s). Construction Strategy: Advise the project team on construction strategies including, but not limited to, construction management, construction methods, phasing and sequencing, permitting, materials procurement, bidding and subcontracting, staging, and commissioning throughout the project. 5
6 Constructability Analysis: Advise the project team on the construction ramifications of design scheme alternatives of all building systems, throughout the preconstruction process. Support the design teams investigation of similar projects, material/system alternatives, sustainability issues, geotechnical conditions, etc. Construction Cost Estimating & Control: Prepare and update both project and construction budgets and estimates. Provide construction cost estimating of design components and system alternatives (including MEP systems). Provide value analysis on a continuous basis. Produce a construction cost estimate for presentation to the District and Architect). Construction Duration Estimating: Due to the nature of this project and typical schedule requirements, advise the project team of the construction duration implications of design scheme alternatives. Provide an updated construction duration schedule estimate at each milestone of design for review by the District and Architect. Construction Procurement: Develop and execute a comprehensive procurement plan for review by the District and Architect. The procurement plan should include procurement timing, long-lead item planning, assistance with competitive procurement of subcontractors, detailed evaluation of proposals by all project team members, subcontract negotiations, etc. Construction Services Construction: Execute construction of all portions of the project in compliance with the construction documents and all applicable laws, ordinances and codes. Retain full responsibility for the project site and the actions of all employees/subcontractors throughout construction. Construction responsibility includes, but is not limited to, the following activities: construction planning, implementation, safety management, schedule management, material management, change management, quality control, permitting/inspections, coordination with District operations, commissioning and District O&M support, and project closeout. Occupancy, Start-Up & Operations: If part of the project scope, manage the purchase and installation of FF&E for the Project. Assist with the analysis and selection of operational consultants and vendors for each of the schools, with an eye towards maximizing value and minimizing cost. Assist transition to the District maintenance staff to run and maintain the new work safely and cost effectively. District Expectations During the phases outlined above, the District will have the following expectations: Performance and Payment Bonds for 100% of the total project budget will be required within ten days of execution of the contract. The Project Manager shall attend and actively participate in regular meetings with the District and Architect to review project status and review and update the construction cost estimate. The CM-At-Risk will be accountable for the construction budget the completion of the project. The CM-At-Risk will prepare, and periodically update, a Project Schedule for the Architect s and the District s review. 6
7 During the preparation of the Construction Documents, the Construction Manager shall update and refine the cost estimate at established milestones, i.e. 25% and 50%. The CM shall do this with input from Subcontractors. At each project development milestone, each estimate shall be in a format that allows comparison from one milestone to the next. If any estimate submitted to the District exceeds previously approved estimates the Construction Manager shall make recommendations to the District and Architect to reduce the cost of the project. The Construction Manager shall recommend to the District and Architect to schedule for procurement of long-lead time items that will constitute part of the Work as required to meet the Project schedule. When the Construction Drawings and Specifications are sufficiently complete, the Construction Manager shall propose a Guaranteed Maximum Price, which shall be the sum of the estimated Cost of the Work and the Construction Manager s Fee and General Conditions. In soliciting Competitive Sealed Proposals from subcontractors, the Construction Manager shall comply with all requirements and procedures set forth in Texas Education Code Section , including: Advertising and receiving proposals from qualified subcontractors and suppliers for each section of the work. Distributing proposal packages and confirm scope of work. Reviewing proposals with District and Architect, prior to Contract Award. Prior to commencing any work on this Project, Proposer will certify, on a form provided by the District, that, for each employee of Proposer and each employee or independent contractor of Proposer or Proposer s Subcontractors who (1) will have direct contact with students (substantial opportunity for verbal or physical interaction with students that is not supervised by a certified educator or other professional District employee), and (2) will have continuing duties related to the Project, the Proposer has obtained, as required by Texas Education Code Section and Texas Administrative Code Sections and : (a) (b) (c) National criminal history record information from a law enforcement or criminal justice agency for each employee of Proposer hired before January 1, 2008; National criminal history record information from the Texas Department of Public Safety for each employee of Proposer hired on or after January 1, 2008; and National criminal history record information from the Texas Department of Public Safety for each employee or independent contractor of each Subcontractor of Proposer during the Contract Term. Any employee or independent contractor of a contractor or subcontractor who will have direct contact with students must not have been convicted of an offense identified in Texas Education Code Section (or any higher standard established by the District). 7
8 VII. CONSTRUCTION MANAGER AT RISK QUESTIONNAIRE 1. Firm Information 1.1 Name of Firm: 1.2 Address of Principal Office: 1.3 Telephone No.: 1.4 Fax No.: 1.5 Form of Business Organization (corporation, partnership, etc.): 1.6 Year Founded: 1.7 Primary Individual to Contact: 2. Organization 2.1 How many years has your organization been in business in its current capacity? 2.2 How many years has your organization been in business under its present name? 2.3 Under what other or former name(s) has your organization operated? 3. Experience 3.1 Completed work within the last five years, including: Name/nature of project; Location; Cost; Size; Construction delivery method; Contractual completion date; Actual completion date; owner, contact, phone number; architect, contact, phone number. 3.2 Current work, including: Name/nature of project; Location; Cost; Size; Construction delivery method; Contractual completion date; Actual completion date; owner, contact, phone number; architect, contact, phone number. 3.3 Percentage of work devoted to school construction. 3.4 List the categories of work that your organization normally performs with its own forces. Would you propose doing any work with your own forces? 3.5 List any subcontractors in which your organization has any ownership. List the categories of work those subcontractors normally perform. 3.6 Claims and lawsuits: Are there any judgments, claims, arbitrations proceedings or suits pending or outstanding against your organization or its officers? Has your organization filed or been involved in any lawsuits or requested arbitration with regard to construction contracts within the last five years? If the answer to any of the questions below is yes, please provide details. 3.7 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? If the answer is yes, please provide details. 3.8 Describe your organization s safety program and provide your workers compensation experience modification factor. 3.9 Elaborate on your staff s ability to work with other team members in a collaborative environment. Specifically identify experience working with a project team in a negotiated GMP or design-build contract format. Provide a breakdown, by percent of total volume, of your annual revenues for the last three years, by project delivery method Describe your management tools and approach to create a team environment that encourages understanding of a commitment to the District s goals. Describe you approach to ensuring effective communication among the various members of the project team to minimize misunderstandings and conflict. Describe your conflict resolution method Describe your company s approach to management and coordination of design efforts and preconstruction services. Specifically address your company s approach to estimating and scope management during preconstruction. Include an explanation of how contingency or other cost buffering mechanisms are developed, accounted for in the estimate documentation, and communicated to the District and project team. Describe how the contingency strategy impacts the District s understanding of budget estimates and GMP s. 8
9 4. Financial Information 4.1 Attach an audited, dated financial statement, including your organization s latest balance sheet and income statement. 4.2 Provide the name and address of the firm preparing the attached financial statement For your bonding company, please provide: Name: Address: Telephone number: 5. Personnel 5.1 Given the scope and schedule of the project(s), identify and provide a resume for each of the following specific individuals: Project Manager Job Superintendent Estimator Field Operations 9
10 VIII. REQUIRED CERTIFICATIONS Proposers are required to complete all certifications contained in the following pages. 10
11 11
12 Company Name: 3. DISCLOSURE: CONFLICT OF INTEREST Questionnaire CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a person doing business with the governmental entity. OFFICE USE ONLY Date Received By law this questionnaire must be filed with the records administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section , Local Government Code. A person commits an offense if the person violates Section , Local Government Code. An offense under this section is a Class C misdemeanor. Name of person doing business with local governmental entity. Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than September 1 of the year for which an activity described in Section (a), Local Government Code, is pending and not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) Name each employee or contractor of the local governmental entity who makes recommendations to a local government officer of the governmental entity with respect to expenditures of money AND describe the affiliation or business relationship. 12
13 Name each local government officer who appoints or employs local government officers of the governmental entity for which this questionnaire is filed AND describe the affiliation or business relationship. Name of local government officer with whom filer has affiliation or business relationship. (Complete this section only if the answer to A, B, or C is YES.) This section, item 5 including subparts A, B, C & D, must be completed for each officer with whom the filer has affiliation or other relationship. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income from the filer of the questionnaire? Yes No B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local government officer named in this section AND the taxable income is not from the local governmental entity? Yes No C. Is the filer of this questionnaire affiliated with a corporation or other business entity that the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes No D. Describe each affiliation or business relationship. Signature of person doing business with the governmental entity Date 13
14 4. NON COLLUSIVE PROPOSAL CERTIFICATE & ACKNOWLEDGMENT By submission of this proposal, the Vendor certifies that: (a) the proposal has been independently arrived at without collusion with any other vendor or with any competitor. (b) The proposal has not been knowingly disclosed and shall not be knowingly disclosed, prior to the opening of proposals for this project, to any other vendor, competitor or potential competitor. (c) No attempt has been or will be made to induce any other person, partnership or corporation to submit or not to submit a proposal. (d) The person signing this proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification and under the penalties being applicable to the Vendor as well as to the person signing in its behalf. I certify that the above information is true and correct. YES 5. FELONY CONVICTION NOTIFICATION State of Texas Legislative Senate Bill No.1, Section , Notification of Criminal History, Subsection (a), states: "a Person or business entity that enters into a contract with a school district must give advance notice to the district if the Person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony." Subsection (b) states "a school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The District must compensate the person or business entity for services performed before the termination of the contract. This Notice Is Not Required of a Publicly Held Corporation. Check the appropriate box and sign the form. My firm is a publicly held corporation; therefore, this reporting requirement is not applicable. My firm is not owned or operated by anyone who has been convicted of a felony. My firm is owned or operated by the following individual(s) who has/have been convicted of a felony: Name of Felon: Details of Conviction(s) (Attach Explanation on Separate Sheet) 6. CERTIFICATION REGARDING DEBARMENT SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS This certificate is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 7 CFR Part 3017, Section , Participants' responsibilities. The regulations were published as Part IV of the January 30, 1989, Federal Register (pages ). Copies of the regulations may be obtained by contacting the Department of Agriculture agency with which this transaction originated. 1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by a Federal department or agency. 2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. PR/Award # or Project Name: Check applicable box I (We) certify that our company has not been debarred and is not participating in lobbying 14
15 activities. See attached explanation and complete disclosure forms. 7. CLEAN AIR & WATER ACT CERTIFICATION (This is a Federal requirement) I certify that my company is in compliance with all applicable standards, orders or regulations issued pursuant to the Clean Air Act of 1970, as amended ( 42 U.S.C. 1857(h), Section 508 of the Clean Water Act, as amended (33 U.S.C. 1368), Executive Order and Environmental Protection Agency Regulation, 40 CFR Part 15 as required under OMB Circular A-102, Attachment O, Paragraph 14 (1) regarding reporting violations to the grantor agency and to the United States Environmental Protection Agency Assistant Administrator for the Enforcement. 8. CERTIFICATION REGARDING LOBBYING for FEDERAL FUNDS - Applicable to grants, Subgrants, Cooperative Agreements, and Contracts Exceeding $100,000 in Federal Funds. Submission of this certifications a prerequisite for making or entering into this transaction and is imposed by section 1352, Title 31, U.S. Code. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with the awarding of a Federal contract, the making of a Federal grant, the making of a Federal loan, the entering into a cooperative agreement, and the extension, continuation, renewal, amendment, or modification of a Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with this Federal grant or cooperative agreement the undersigned shall complete and submit Standard Form-LLL, SF-LLL Disclosure of Lobbying Activities Form in accordance with its instructions (see following page). (3) The undersigned shall required that the language of this certification be included in the award documents for all covered subawards exceeding $100,000 in Federal funds at all appropriate tiers and that all subrecipients shall certify and disclose accordingly. Check applicable box I (We) certify that our company has not been debarred and is not participating in lobbying activities. See attached explanation and complete disclosure forms. I (We) the undersigned, agent for the firm, named below certify that all information in the above certifications 1 through 8 are true and correct to the best of my knowledge. Name/Title: Company Name: Original Signature: Date 15
16 DANBURY INDEPENDENT SCHOOL DISTRICT Certificate of Residency The State of Texas has passed a law concerning non-resident contractors. This law can be found in Texas Education Code under Chapter 2252, Subchapter A. This law makes it necessary for the District to determine the residency of its bidders/proposers for construction related services. In part, this law reads as follows: Section: (3) Non-resident bidder refers to a person who is not a resident. (4) Resident bidder refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Section: A governmental entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lowest bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident s principal place of business is located. I certify that (Name of Company Bidding/Proposing) is, under Section: (3) and (4), a Resident Bidder/Proposer Non-resident Bidder/Proposer My or Our principal place of business under Section: (3) and (4), is in the city of in the state of. Signature of Authorized Company Representative Print Name Title Date 16
KELLER INDEPENDENT SCHOOL DISTRICT
KELLER INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS INSTRUCTIONS AND SPECIFICATIONS FOR: #1802-05 Architect Services - Facility Assessments & Capital Improvement Planning Services DEADLINE: February
More informationEDGEWOOD INDEPENDENT SCHOOL DISTRICT
EDGEWOOD INDEPENDENT SCHOOL DISTRICT RFQ 13-006 Design Build Services for Central Administration Building Owner: Edgewood Independent School District, 5358 W. Commerce Street, San Antonio, TX 78237 Contact
More informationREGION III EDUCATION SERVICE CENTER 1905 Leary Lane, Victoria, Texas Phone: (361) Fax: (361)
1905 Leary Lane, Victoria, Texas 77901-2899 Phone: (361) 573-0731 Fax: (361) 576-4804 Forms Checklist (This forms checklist is provided for your convenience. Please complete and return all of the attached
More informationN O T I C E T O B I D D E R S
N O T I C E T O B I D D E R S The Grand Prairie Independent School District will receive sealed proposals until: 11:00 A.M. Wednesday April 23rd, 2014 FOR: Milk and Juice Prospective bidders may secure
More informationLOCKHART INDEPENDENT SCHOOL DISTRICT
LOCKHART INDEPENDENT SCHOOL DISTRICT Request for Qualifications #14-011 The Lockhart Independent School District ( District ) is seeking Submissions in response to this Request for Qualifications ( RFQ
More informationALDINE INDEPENDENT SCHOOL DISTRICT Dr. Wanda Bamberg, Superintendent of Schools
Date: February 28, 2011 ALDINE INDEPENDENT SCHOOL DISTRICT Dr. Wanda Bamberg, Superintendent of Schools Dani Sheffield, Executive Director of Child Nutrition Services dsheffield@aldine.k12.tx.us 281-985-6449
More informationFARMERSVILLE 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 informationBISHOP 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 informationREQUEST FOR PROPOSALS (RFP) # Revised from Management Software for Childcare Services
REQUEST FOR PROPOSALS (RFP) #18 365.2 Revised from 18-365.1 Deep East Texas Local Workforce Development Board, Inc. dba: Workforce Solutions Deep East for Management Software for Childcare Services Information
More informationANAHUAC INDEPENDENT SCHOOL DISTRICT
ANAHUAC INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS Architectural and Engineering Services for Future Potential Bond Projects INTRODUCTION: Anahuac Independent School District ( District ) is
More informationREQUEST 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 informationTORNILLO ISD REQUEST FOR STATEMENTS OF QUALIFICATION FOR ARCHITECTURAL SERVICES FOR 2016 BOND PROJECTS RFQ NO
TORNILLO ISD REQUEST FOR STATEMENTS OF QUALIFICATION FOR ARCHITECTURAL SERVICES FOR 2016 BOND PROJECTS The Board of Trustees of the Tornillo ISD is requesting Statements of Qualification from architectural
More informationREQUEST FOR QUALIFICATIONS
REQUEST FOR QUALIFICATIONS Architectural and Engineering Services Intermodal Transportation Center Complex Greensboro, North Carolina Invitation Date: September 19, 2014 1.0 INTRODUCTION The Piedmont Authority
More informationALDINE INDEPENDENT SCHOOL DISTRICT Dr. Wanda Bamberg, Superintendent of Schools
Date: March 9, 2010 ALDINE INDEPENDENT SCHOOL DISTRICT Dr. Wanda Bamberg, Superintendent of Schools Dani Sheffield, Executive Director of Child Nutrition Services dsheffield@aldine.k12.tx.us 281-985-6449
More informationSTATE FUNDS AND FISCAL COMPLIANCE POLICIES
STATE FUNDS AND FISCAL COMPLIANCE POLICIES 100.040. USE OF STATE FUNDS The governing body of the A.W. Brown-Fellowship Leadership Academy adopts the following policy which shall be effective on the date
More informationWILLIAMSON 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 informationREQUEST FOR STATEMENTS OF QUALIFICATIONS FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ANIMAL INDUSTRY
I. PURPOSE REQUEST FOR STATEMENTS OF QUALIFICATIONS FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ANIMAL INDUSTRY SPECIAL TERMS, CONDITIONS AND SPECIFICATIONS The Florida Department
More informationRequest for Proposal Youth Motivational and Workshop Speakers
851 Old Alice Brownsville, Texas 78520 www.wfscameron.org Request for Proposal Youth Motivational and Workshop Speakers Southwest Key Workforce Development (SWK) is seeking a dynamic speaker who can deliver
More informationVENDOR APPLICATION FORM
City of Tyler, Texas Purchasing (Water) Department VENDOR APPLICATION FORM 2300 WNW Loop 323 Tyler, Texas 75702 Phone - 903-531-1288 FAX - 903-531-1336 I hereby submit to the Purchasing Agent, City of
More informationREQUEST FOR QUALIFICATIONS. Design Professional Services
REQUEST FOR QUALIFICATIONS Design Professional Services Return Completed Qualifications To: Bonneville Joint School District No. 93 3497 North Ammon Road Idaho Falls, Idaho 83401 TO BE CONSIDERED, QUALIFICATIONS
More informationTEXAS 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 informationEXHIBIT A SPECIAL PROVISIONS
EXHIBIT A SPECIAL PROVISIONS The following provisions supplement or modify the provisions of Items 1 through 9 of the Integrated Standard Contract, as provided herein: A-1. ENGAGEMENT, TERM AND CONTRACT
More informationPALM 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 informationRFP # Digital Marquee PROPOSAL OPENING DATE: January 10, 2018
9701 S. JACKSON RD. PHARR, TX 78577 This is NOT AN ORDER, it is an invitation for a competitive sealed proposal. PROPOSAL RECEIVING DATE: January 10, 2018 PROPOSAL OPENING DATE: January 10, 2018 TIME:
More informationREGION 3 EDUCATION SERVICE CENTER Regional Purchasing Cooperative 1905 Leary Ln, Victoria, TX Phone: (361) Fax: (361)
1905 Leary Ln, Victoria, TX 77901 Phone: (361) 573-0731 Fax: (361) 576-4804 Forms Checklist (This forms checklist is provided for your convenience. Please complete and return all of the attached forms):
More informationPage 1. Date: January 24, Housing Authority of Travis County REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES SOLICITATION NO.
Date: January 24, 2017 Housing Authority of Travis County REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES SOLICITATION NO. HATC-01-2017 Issue Date: January 24, 2017 Qualifications Due Date: February 17,
More informationFort Bend Independent School District. Small Business Enterprise Program Procedures
Fort Bend Independent School District Small Business Enterprise Program Procedures Spring 2015 TABLE OF CONTENTS I. Summary Of Fort Bend Independent School District s Small Business Enterprise Program
More informationSubrecipient Profile Questionnaire
Subrecipient Profile Questionnaire How to use: The questionnaire is used to help determine a subrecipient organization s financial and management strength, which helps assess risk and dictates the monitoring
More informationFunded in part through a grant award with the U.S. Small Business Administration
Request for Export Support & Application for U.S. Small Business Administration (SBA) State Trade Expansion Program (STEP) Year IV (October 2015 September 2016) IMPORTANT The Governor s Kentucky Export
More informationGeneral 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 informationMEMORANDUM July 17, 2017
MEMORANDUM July 17, 2017 To: From: Subject: Proposers Jeanne Geiger, Deputy Director Request for Proposals The Alamo Area Metropolitan Planning Organization (MPO) is seeking proposals from qualified firms
More informationBELTON INDEPENDENT SCHOOL DISTRICT
BELTON INDEPENDENT SCHOOL DISTRICT Purchasing Department, 400 N. Wall Street, Belton, Texas 76513 Phone (254) 215-2181 or Fax (254) 215-2008 Email tammy.shannon@bisd.net Date: April 2, 2015 REQUEST FOR
More informationSTATE OF MAINE Department of Economic and Community Development Office of Community Development
STATE OF MAINE Department of Economic and Community Development Office of Community Development RFP#201711194 Efficient Delivery of Local and Regional Services RFP Coordinator Submitted Questions Due Proposal
More informationMONTGOMERY COUNTY, OHIO SECTION 3 CONTRACTING POLICY & PROCEDURES
MONTGOMERY COUNTY, OHIO SECTION 3 CONTRACTING POLICY & PROCEDURES INTRODUCTION The purpose of Section 3 of the Housing and Urban Development Act of 1968 (12 U.S.C. 1701u) (Section 3) is to ensure that
More informationREQUEST FOR PROPOSAL (RFP) PROPOSAL DEADLINE TIME/DATE: May 24, 2018 at 10:00 AM
BELTON INDEPENDENT SCHOOL DISTRICT Purchasing Department, 400 N. Wall, Belton, Texas 76513 Phone (254) 215-2174 or Fax (254) 215-2008 Email tammy.shannon@bisd.net REQUEST FOR PROPOSAL (RFP) PROPOSAL TITLE:,
More informationLexington Center Corporation Request for Qualifications for PROJECT COORDINATOR SERVICES
Lexington Center Corporation Request for Qualifications for PROJECT COORDINATOR SERVICES Lexington Convention Center Renovation and Expansion I. Description of Project The Lexington Center Corporation
More informationPROGRAM PARTICIPATION AGREEMENT
UNITED STATES DEPARTMENT OF EDUCATION FEDERAL STUDENT AID SCHOOL ELIGIBILITY CHANNEL PROGRAM PARTICIPATION AGREEMENT [PROVISIONAL APPROVAL] Effective Date of The date on which this Agreement is signed
More informationPlano 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 informationRequest for Qualifications Construction Manager
Midland Community Unit School District #7 Request for Qualifications Construction Manager April 6, 2016 MIDLAND ELEMENTARY SCHOOL LACON, ILLINOIS Page 1 of 11 Construction Management Statement of Qualifications
More informationRequest 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 informationColquitt 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 informationGOOSE CREEK CONSOLIDATED INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT
The Goose Creek Consolidated Independent School District (GCCISD) is soliciting qualifications to provide ARCHITECTURAL & ENGINEERING SERVICES TO DESIGN & ADMINISTRATE CONSTRUCTION OF A NEW DATA CENTER
More informationREQUEST FOR PROPOSALS: Strategic Plan. Schedule: Written questions will be due by 12:00 p.m. (CST), November 22, 2017
REQUEST FOR PROPOSALS: Strategic Plan RFP RPCGB 17-11 Issue Date: November 12, 2017 Schedule: Written questions will be due by 12:00 p.m. (CST), November 22, 2017 Proposals will be received until 12:00
More informationRequest for Quotation. to Provide Independent Auditing Services. for Texoma Workforce Development Board
Request for Quotation to Provide Independent Auditing Services for Texoma Workforce Development Board Issue Date: September 3, 2013 Due Date: October 1, 2013, 5:00 PM Table of Contents Part 1 General Information
More informationPPEA Guidelines and Supporting Documents
PPEA Guidelines and Supporting Documents APPENDIX 1: DEFINITIONS "Affected jurisdiction" means any county, city or town in which all or a portion of a qualifying project is located. "Appropriating body"
More informationREQUEST 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 informationThe Uniform Guidance and Procurement TEXAS ASSOCIATION OF COUNTY AUDITORS
The Uniform Guidance and Procurement TEXAS ASSOCIATION OF COUNTY AUDITORS Agenda Uniform Guidance Summary General Federal Procurement Laws Thresholds and Implications Sole Source Vendors Cooperative Purchasing
More informationBID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving
BID # 1217-2 Hunters Point Community Library Date: December 20, 2017 Invitation for Bid: Furniture & Shelving Bids must be submitted by: January 17, 2018 2:00 P.M., to: Purchasing Department Queens Borough
More informationBelow are five basic procurement methods common to most CDBG projects:
PROCUREMENT PROCESS I. INTRODUCTION Recipients of Community Development Block Grant (CDBG) funds will procure a variety of items, materials and services throughout the duration of their projects. Section
More informationANDREW BROWN PARKS EAST AND WEST REDEVELOPMENT
REQUEST FOR QUALIFICATIONS PROFESSIONAL SERVICES CONTRACT INSTRUCTIONS SPECIFICATIONS BID SHEET(S) FOR ANDREW BROWN PARKS EAST AND WEST REDEVELOPMENT PER THE CITY OF COPPELL SPECIFICATIONS AT THE CITY
More informationGORDON 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 informationREQUEST FOR QUALIFICATIONS MUNICIPAL ENGINEERING SERVICES
CITY OF CASTLE HILLS TEXAS REQUEST FOR QUALIFICATIONS MUNICIPAL ENGINEERING SERVICES PROPOSED AWARD SCHEDULE December 6, 2017 December 20, 2017 January 16, 2018 January 23, 2018 January 30, 2018 February
More informationInstructions Regarding the Invitation for Bid and Contract Process For the National School Lunch and School Breakfast Programs Vended Meal Services
Instructions Regarding the Invitation for Bid and Contract Process For the National School Lunch and School Breakfast Programs Vended Meal Services PLEASE READ THIS DOCUMENT THOROUGHLY All vended meal
More informationREQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency
REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency Dated September 13, 2017 PROPOSALS DUE 3:00 PM ON October
More informationREQUEST For QUALIFICATIONS (RFQ) REAL ESTATE PROFESSIONAL SERVICES
REQUEST For QUALIFICATIONS (RFQ) REAL ESTATE PROFESSIONAL SERVICES Purpose of The Request The Lower Rio Grande Valley Development Council (LRGVDC) is requesting submission of qualifications from Texas
More informationREQUEST FOR PROPOSALS FOR PAY FOR SUCCESS EVALUATION DESIGN. National Kidney Foundation of Michigan s Diabetes Prevention Program
REQUEST FOR PROPOSALS FOR PAY FOR SUCCESS EVALUATION DESIGN National Kidney Foundation of Michigan s Diabetes Prevention Program Description of Project Local Initiatives Support Corporation (LISC) is dedicated
More informationBAKER CENTER A. PROPOSAL PACKAGE
BAKER CENTER A. PROPOSAL PACKAGE FOR THE REPURPOSING, SHORT-TERM LEASE, PARTNERSHIP OR OTHER OPEN-ENDED OPTIONS OF REAL PROPERTY AND IMPROVEMENTS LOCATED AT 3908 AVENUE B, AUSTIN, TRAVIS COUNTY, TEXAS
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS International Republican Institute 1225 Eye St. NW, Suite 800 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal Procurement Number: IRI2018ALL04oRFP Open
More informationB 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 informationRequest for Proposals (RFP) RFP17-02 Advanced Placement Instructional and Professional Development Services. RFP Opening/Due Date at 5:00 PM CST
Request for Proposals (RFP) RFP17-02 Advanced Placement Instructional and Professional Development Services Date June 6, 2017 June 20, 2017 June 20 June 30, 2017 July 3 July 7, 2017 Event Advertise/Issue
More informationWESTMINSTER 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 informationHUD-CPD Programs Consultant
Request for Proposals HUD-CPD Programs Consultant City of Waco Waco, TX. Posted: April 3,2013 Submittal Deadline: April 19,2013 Website: http://www.waco-texas.com/ The City of Waco ( City ) is seeking
More informationEast Coast Migrant Head Start Project REQUEST FOR PROPOSAL
East Coast Migrant Head Start Project REQUEST FOR PROPOSAL Network, Security and Audio Visual Request for Proposal RFP NO. 072517 Issued by: East Coast Migrant Head Start Project 2700 Wycliff Road Suite
More informationFor additional information or questions, please contact s.c. department of commerce:
South Carolina Export Incentives Program The South Carolina Department of Commerce has developed an Export Incentives Program to help small and medium-sized businesses enter new markets and/or increase
More informationNotice to Interested Parties
COUNTY OF EL PASO 500 E. San Antonio, Suite PU500 El Paso, Texas 79901 (915) 546-2048 (915) 546-8180 Fax Notice to Interested Parties Sealed Request for Proposals (RFP) will be received at the County Purchasing
More informationNotice to Interested Parties
COUNTY OF EL PASO 800 E. Overland, Suite 300 El Paso, Texas 79901 (915) 546-2048 (915) 546-8180 Fax Notice to Interested Parties Sealed Request for Proposals (RFP) will be received at the County Purchasing
More information$35,750 $40,850 $45,950 $51,050 $55,150 $59,250 $63,350 $67,400
SECTION 3 UTILIZATION PLAN FOR SUBRECIPIENTS, OWNERS, DEVELOPERS, CONTRACTORS, AND SUBCONTRACTORS ON ALL APPLICABLE CITY OF PUEBLO PROGRAMS, PROJECTS, AND ACTIVITIES USING HUD SOURCED FUNDS (EXHIBIT A)
More informationORAL HISTORY GRANT APPLICATION COVERSHEET
MHC USE ONLY Proposal Number: Date Received: ORAL HISTORY GRANT APPLICATION COVERSHEET 1. Applicant has provided its DUNS number. A DUNS number is required to apply for an MHC grant. If you are unsure
More informationRequest for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station
Request for Qualifications Professional Design and Construction Services as a Design-Builder For Submittal Due Date: August 4, 2015 Notice is hereby given that Delhi Township is seeking Statements of Qualification
More informationSOP Procurement Standard Operating Procedures Grow Southwest Indiana Region 11 RWB Approval Date: 08/26/2011
SOP 11-09 Procurement Standard Operating Procedures Grow Southwest Indiana Region 11 RWB Approval Date: 08/26/2011 Purpose To set forth guidance for the conduct of procurement activities by the Grow Southwest
More informationREQUEST FOR QUALIFICATIONS FOR ENGINEERING DESIGN SERVICES ADAPTIVE SIGNAL CONTROL TECHNOLOGIES SYSTEMS ENGINEERING ANALYSIS
CENTRAL ARKANSAS REGIONAL TRANSPORTATION STUDY REQUEST FOR QUALIFICATIONS FOR ENGINEERING DESIGN SERVICES ADAPTIVE SIGNAL CONTROL TECHNOLOGIES SYSTEMS ENGINEERING ANALYSIS Prepared by METROPLAN A Council
More informationTOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017
SECTION 17.0 PAGE 1 OF 38 CONTRACT PROCUREMENT POLICY The Mississippi Department of Education (Department) Contract Procurement Policy set forth herein applies to the procurement, management, and control
More informationEDGAR and Procurement CHOICE PARTNERS OCTOBER 12, 2016
EDGAR and Procurement CHOICE PARTNERS OCTOBER 12, 2016 Agenda Uniform Guidance Summary (Note: EDGAR for educational entities) General Federal Procurement Laws Thresholds and Implications Sole Source Vendors
More informationGalesburg 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 informationSOLICITATION 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 informationCITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS
CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS The City of Hondo requests the submission of qualifications statements, which will lead to the possible award of a contract to provide planning, design
More informationClovis 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 informationINVITATION 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 informationWHEREAS, the Transit Operator provides mass transportation services within the Madison Urbanized Area; and
COOPERATIVE AGREEMENT FOR CONTINUING TRANSPORTATION PLANNING FOR THE MADISON, WISCONSIN METROPOLITAN AREA between STATE OF WISCONSIN, DEPARTMENT OF TRANSPORTATION and the MADISON AREA TRANSPORTATION PLANNING
More informationINVITATION FOR BID (IFB) COLOR/BLACK & WHITE COPIER/PRINTER
INVITATION FOR BID (IFB) COLOR/BLACK & WHITE COPIER/PRINTER Issued by: Herbert M. Seely River to Sea TPO Chief Financial Officer Key Dates: IFB Released to the Public February 23, 2018 Vendor Meeting 10
More informationPROCUREMENT 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 informationPierce County Community Connections
Request for Proposal (RFP) For Strategic Planning Services Pierce County Community Connections RFP Information and Guidelines RFP No. 17-001-CC-01 Strategic Plan Strategic Planning Services Issue Date:
More informationRequest for Proposals (RFP) RFP18 01 Math and English Language Arts Curricular Materials and Professional Development Services
Request for Proposals (RFP) RFP18 01 Math and English Language Arts Curricular Materials and Professional Development Services Date May 9, 2018 May 23, 2018 May 28 June 1, 2018 June 1 July 1, 2018 Event
More informationAll proposals must be received by August 30, 2016 at 2:00 PM EST
July 25, 2016 REQUEST FOR PROPOSAL Northwood School District SAU #44 Strategic Planning for the Northwood School District You are cordially invited to submit a proposal for Strategic Planning for the Northwood
More informationArizona Department of Education
State of Arizona Department of Education Request For Grant Application (RFGA) RFGA Number: ED07-0028 RFGA Due Date / Time: Submittal Location: Description of Procurement: February 9, 2007, at 3:00 P.M.
More informationComparison of Federal and State Procurement Requirements For FEMA Public Assistance Grants to North Carolina Local Governments
This document compares procurement and contracting requirements for local governments under federal law applicable to FEMA Public Assistance Grants and that under North Carolina state law. Because this
More informationREGION 3 EDUCATION SERVICE CENTER Regional Purchasing Cooperative 1905 Leary Ln, Victoria, TX Phone: (361) Fax: (361)
1905 Leary Ln, Victoria, TX 77901 Phone: (361) 573-0731 Fax: (361) 576-4804 Forms Checklist (This forms checklist is provided for your convenience. Please complete and return all of the attached forms):
More informationRFP #: 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 informationREQUEST FOR PROPOSALS FOR DESIGN PROFESSIONAL SERVICES
REQUEST FOR PROPOSALS FOR DESIGN PROFESSIONAL SERVICES RFP No. 2017-01 PACKET No. Project Name: Contracting Agency: Address: Dark Canyon Bridge Project City of Carlsbad 101 N. Halagueno, P.O. Box 1569
More informationLOW INCOME HOME ENERGY ASSISTANCE PROGRAM ABBREVIATED STATE PLAN FOR FY 2014
STATE OF F L O R I D A LOW INCOME HOME ENERGY ASSISTANCE PROGRAM ABBREVIATED STATE PLAN FOR FY 2014 Florida Department of Economic Opportunity Division of Community Development Bureau of Community Assistance
More informationRULES AND REGULATIONS IMPLEMENTING THE FIRST SOURCE HIRING ORDINANCE
CITY OF LOS ANGELES RULES AND REGULATIONS IMPLEMENTING THE FIRST SOURCE HIRING ORDINANCE EFFECTIVE JUNE 27, 2016 Department of Public Works Bureau of Contract Administration Office of Contract Compliance
More informationREQUEST 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 informationAberdeen School District No North G St. Aberdeen, WA REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR
Aberdeen School District No. 5 216 North G St. Aberdeen, WA 98520 REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR Nature of Position: The Aberdeen School District is seeking a highly qualified
More informationIssued by the: Economic Development Corporation of the City of Detroit. Issued on: January 24, 2018
Issued by the: Economic Development Corporation of the City of Detroit Issued on: January 24, 2018 SMALL BUSINESS TECHNICAL ASSISTANCE SERVICES The Economic Development Corporation of the City of Detroit
More informationThe Pennsylvania Global Access Program
The Pennsylvania Global Access Program Program Guidelines October 2015 Funded in part through a Cooperative Agreement with the U.S. Small Business Administration. Commonwealth of Pennsylvania Tom Wolf,
More informationComparison of Federal and State Procurement Requirements For FEMA Public Assistance Grants to North Carolina Local Governments
This document compares procurement and contracting requirements for local governments under federal law applicable to FEMA Public Assistance Grants and that under North Carolina state law. Because this
More informationSUBRECIPIENT COMMITMENT FORM
SECTION A SUBRECIPIENT INFORMATION SUBRECIPIENT COMMITMENT FORM Phone: Email: SUBRECIPIENT: CU PI: PROPOSAL TITLE: TOTAL FUNDING REQUESTED: ORIGINATING SPONSOR, IF A PASS THRU APPLICATION: PRIME SPONSOR:
More informationSTATE 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 informationREQUEST 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 informationDecember 1, CTNext 865 Brook St., Rocky Hill, CT tel: web: ctnext.com
December 1, 2016 CTNext, LLC is seeking proposals from qualified independent higher education institutions, policy institutes, or research organizations to conduct certain analyses of innovation and entrepreneurship
More information