DENVER PUBLIC SCHOOLS 2016 A/E PROCUREMENT

Size: px
Start display at page:

Download "DENVER PUBLIC SCHOOLS 2016 A/E PROCUREMENT"

Transcription

1 March 18, 2015 Subject: Request for Proposal 16-BS-AE Enclosures: (1) Vendor Acknowledgement (2) Instruction to Proposers (3) Pricing Template (4) Diverse Business Inclusion Commitment (5) 2016 Project Catalog (6) Draft Architect Agreement and Exhibits (7) Design Principles for 21 st Century Learning Environments To: All Prime Consultants: Enclosed, please find a Request for Proposal (RFP) to provide Denver Public Schools (DPS) with design services as further described in the 2016 Project Catalog and the Architect Agreement (the Agreement ). Unless otherwise noted, Proposers must provide a proposal on all of the requirements stated within this request. Proposers must be able to commit the resources necessary to provide the design services requested in a timely manner and conform to all material aspects of the 2016 Project Catalog. To optimize the opportunities for Design Firm Teams and to provide the best value to the District, this RFP describes the process for firms to be considered for each project in the 2016 Project Catalog. To be considered valid in the selection process, all proposals must follow the instruction as set forth in this RFP. Critical dates: 1) RFP Issue date March 18, ) Pre Proposal Conference There will be a mandatory Pre-Proposal Conference on March 24, 2015, at 10:00 AM, Local Denver Time at Manual High School Auditorium, 1700 E. 28th Ave., Denver, CO Proposers may visit the sites described in this RFP. Visits to schools may only be made Monday through Friday from 7:00 a.m. to 3:00 p.m. All visitors must check in at the school office to obtain a visitor s pass and must also check out. Any violation of this policy may be grounds for disqualification. Proposers can submit on any project group for which they wish to compete. The Pre-Proposal Meeting will provide detailed information on the process and give all attendees an opportunity to ask questions. Firms are strongly encouraged to review the 2016 Project Catalog prior to attending the Pre-Proposal Meeting. During the Pre-Proposal Meeting: a. All attendees must sign the attendance log. Only those Prime Consultants in attendance will be allowed to submit proposals. b. General information about the 2016 Project Catalog and its contents will be reviewed. i. The 2016 Project Catalog indicates the information for each Project, including school/campus name, scope, construction budget and schedule, and design team requirements. c. The submittal and evaluation process will be presented. d. District representatives will be available to answer any questions. Answers to questions received during this meeting will be documented and sent to all proposers. 4) Proposal due date A separate Proposal must be submitted for the project group for which the Proposer wishes to be considered. Proposers may submit for both project groups, but Proposers will only be awarded one project from the 2016 Catalog. These proposals must be sent or delivered as directed in this 1

2 solicitation to the District s Construction Services Strategic Sourcing Office located at 1617 S. Acoma St. Denver, CO Hard copy submittals and electronic submittals are due April 14, :00 AM Local Denver Time. These submittals must be sent or delivered as directed in this solicitation to the District s Construction Services Strategic Sourcing Office located at 1617 S. Acoma St. Denver, CO as indicated in this RFP. Proposals received after this time will not be considered and individual extensions to the due date will not be granted. Proposers are responsible to address the envelope as follows: Denver Public Schools Construction Services Strategic Sourcing 1617 S. Acoma St Denver, CO Attn: 16-BS-AE Project Group (A/E to complete as appropriate.) Firm s proposals that are found to be missing required information will be notified individually of what information is missing via and will then have 24 hours to supply the District with this information as to avoid being disqualified. Firms must provide the District with the appropriate contact address for these communications. NOTE: THERE WILL NOT BE PUBLIC PROPOSAL OPENINGS ON THESE PROJECTS. 5) Proposal Interviews Denver Public Schools will invite the top qualified proposers to provide an oral presentation at a date to be determined. Firms that receive scores within 20 points of the highest scoring firm within each project group will be interviewed. Firms selected to be interviewed will have one interview time and will be given either 30 or 45 minutes for the interview depending on how many project groups the firm has submitted on. This interview will be to cover general information as well as information specific to each project group and/or project within the groups. Interviews will begin the week of May 4 thru 8 th. Individual communications will be sent out letting firms know of the date and time for their respective interviews. 6) Proposal Expiration date Proposers must indicate an expiration date for the proposal and pricing. Any expiration date shall not be less than ninety (90) calendar days from the proposal due date as indicated herein. Please be advised that the award of any agreement is based upon the content of the proposal. Organized, succinct and straight forward submissions are appreciated. There is no need to go to excessive costs in preparing elaborate packaging. The District is requesting that hard copy submittal not be bound but rather be placed in a 3 ring binder. Prior to a formal award, all contract terms and conditions must be agreed upon by all parties. Please address any inquiries to the following: brian_swift@dpsk12.org Sincerely, Brian Swift Strategic Sourcing Supervisor Denver Public Schools 2

3 VENDOR ACKNOWLEDGEMENT Purpose: The purpose of this RFP is to provide Denver Public Schools a proposal for design services described in the 2016 Project Catalog and the Agreement. Date: March 18, 2015 Proposal number: Proposal title: 16-BS-AE Bond Projects Pre-proposal conference March 24, :00 AM Local Denver Time 1700 E. 28th Ave., Denver, CO Project Group submittals will be received until: April 14, :00 A.M., Local Denver Time 1617 S. Acoma St. Denver, CO For additional information please contact: Address Documents included in this package: Brian Swift, Supervisor Strategic Sourcing brian_swift@dpsk12.org Vendor Acknowledgement Instruction to Proposers Pricing Template Affirmation of Diverse Business Inclusion Commitment 2016 Project Catalog Draft Architect Agreement and Exhibits Design Principles for 21 st Century Learning Environments The undersigned hereby affirms that (1) he/she is a duly authorized agent of the Vendor, (2) he/she has read all terms and conditions, technical specifications and all other Contract Documents which were made available in conjunction with this Solicitation and fully understands and accepts them, (3) that the proposal is being submitted on behalf of the Vendor in accordance with any terms and conditions set forth in this document, and (4) that the Vendor will accept any awards made to it as a result of the proposal submitted herein for a minimum of ninety (90) calendar days following the date of submission. VENDOR PRINT OR TYPE YOUR INFORMATION (Include this form in each proposal) Name of Company: Fax: Address: City/State: Zip: Contact Person: Title: Phone: Authorized Representative s Signature: Phone: Printed Name: Title: Date: Address: Approved by: Date: 3

4 INSTRUCTIONS TO PROPOSERS I. APPLICABILITY. These Instructions to Proposers apply, but are not limited, to all bids, proposals, qualifications and quotations (hereinafter referred to as Proposals or Responses ) made to the Denver Public Schools (hereinafter referred to as "District") by all prospective product and/or service suppliers ( hereinafter referred to as "Vendors") in response, but not limited, to Invitations to Bid, Requests for Proposals, Requests for Qualifications, and Requests for Quotations (hereinafter referred to as Solicitations ). II. CONTENTS OF PROPOSAL A. General Conditions. Vendors are required to submit their Proposals in accordance with the following expressed conditions: 1. Vendors shall make all investigations necessary to thoroughly inform themselves regarding the project. No plea of ignorance by the Vendor of conditions that exist or that may hereafter exist as a result of failure to fulfill the requirements of the contract documents will be accepted as the basis for varying the requirements of the District or the compensation to the Vendor. 2. Vendors are advised that all District contracts are subject to all legal requirements contained in the District Board policies, the Purchasing Department's procedures and state and federal statutes. When conflicts between the Solicitation and these legal documents occur, the highest authority will prevail. 3. Vendors are required to state exactly what they intend to furnish to the District via this Solicitation and must indicate any variances to the terms, conditions, and specifications of this Solicitation no matter how slight. If variations are not stated in the Vendor s Proposal, it shall be construed that the Vendor s Proposal fully complies with all conditions identified in this Solicitation. 4. All Proposals and other materials submitted in response to this Solicitation shall become the property of the Denver Public Schools. 5. Open Records. The Vendor understands that all material provided or produced under this Agreement may be subject to the Colorado Open Records Act, , et seq., C.R.S. (2006), and that in the event of a request to the District for disclosure of such information, the District shall advise the Vendor of such request in order to give the Vendor the opportunity to object to the disclosure of any of its proprietary or confidential material. In the event of the filing of a lawsuit to compel such disclosure, the District will tender all such material to the court for judicial determination of the issue of disclosure and the Vendor agrees to intervene in such lawsuit to protect and assert its claims of privilege and against disclosure of such material or waive the same. The Vendor further agrees to defend, indemnify and save and hold harmless the District, its officers, agents and employees, from any claims, damages, expenses, losses or costs arising out of the Vendor s intervention to protect and assert its claim of privilege against disclosure under this Article including, but not limited to, prompt reimbursement to the District of all reasonable attorney fees, costs and damages that the District may incur directly or may be ordered to pay by such court. B. Clarification and Modifications in Terms and Conditions 1. If any Vendor contemplating submitting a Proposal under this Solicitation is in doubt as to the true meaning of the specifications, the Vendor must submit a written request for clarification to the District's contact person. The Vendor submitting the request shall be responsible for ensuring that the request is received by the District in accordance with the Solicitation Schedule. Any official interpretation of this Solicitation must be made, in writing, by an agent of the District's Purchasing Department who is authorized to act on behalf of the District. The District shall not be responsible for interpretations offered by employees of the District who are not agents of the District's Purchasing Department. 4 The District shall issue a written addendum for substantial changes which impact the technical submission of Proposals. Such addenda shall be ed to all Vendors that have notified the District of their intent to bid on this project. The Vendor shall certify its acknowledgment of the addendum by

5 signing the addendum and returning it with its Proposal. In the event of conflict with the original contract documents, addenda shall govern over all Contract Documents to the extent specified. Subsequent addenda shall govern over prior addenda only to the extent specified. C. Prices Contained in Proposal 1. The District is exempt from paying sales tax. Notwithstanding, Vendors should be aware of the fact that all materials and supplies which are purchased directly by the Vendor in conjunction with this contract will be subject to applicable state and local sales taxes and these taxes shall be borne by the Vendor. 2. The Vendor, by affixing its signature to this Solicitation, certifies that its Proposal is made without previous understanding, agreement, or connection either with any persons, firms or corporations making a Proposal for the same items, or with the District. The Vendor also certifies that its Proposal is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action. To insure integrity of the District's public procurement process, all Vendors are hereby placed on notice that any and all Vendors who falsify the certifications required in conjunction with this section will be prosecuted to the fullest extent of the law. D. Qualification of Vendor. Vendor shall be prepared, if so requested by DPS, to present evidence of his experience, qualifications and financial ability to carry out the Contract Documents III. SOLICITATION: The following activities outline the process to be used to solicit vendor responses and to evaluate each vendor proposal. Solicitation Schedule: Distribute Request for Proposal March 18, 2015 Mandatory Pre-Proposal Conference March 24, 2015 at 10:00 AM Proposal due date April 14, 2015 at 11:00 AM Proposal Interviews May 4-8, 2015 Significant Dates: Anticipated Start of Design Varies by Project Anticipated Substantial Completion of Construction Varies by Project Anticipated Final Completion of Construction September 2016 IV. PREPARATION AND SUBMISSION OF PROPOSAL A. Preparation 1. All Proposals will refer to and contain the information requested in the 2016 Project Catalog document (included) as well as follow the format as described therein. 2. The required hard copy items for the Proposal must be typed or legibly printed in ink. The use of erasable ink is not permitted. All corrections made by the Vendor must be initialed in blue ink by the authorized agent of the Vendor. 4. Proposals must contain, in blue ink, a signature of an authorized agent of the Vendor in the space provided on the Vendor Acknowledgement. The original Vendor Acknowledgement of this Solicitation must be included in all Proposals. 5. The accuracy of the Proposal is the sole responsibility of the Vendor. No changes in the Proposal shall be allowed after the date and time that the Proposals are due. 5

6 B. PROPOSAL REQUIREMENTS All questions must be directed to Brian Swift by the question due date detailed in this RFP. Any RFP-related contact with Project Management or other DPS staff is prohibited during the proposal process. DPS is committed to building 21 st Century learning environments. (See attachment) All proposals must contain the following information: A. Proposal Requirements 1. Minimum requirements to propose on a project as defined in the 2016 Project Catalog Submission of these items must be one (1) original hard copy and one (1) electronic copy either on flash drive or CD/DVD as part of the entire submittal. B. Team Information (30 points) 1. Identify names of the key personnel, including sub-consultants, who will participate primarily in the project including identification of the principal-in-charge and the person who will be directly responsible for the day-to-day work on each project. 2. Provide a brief resume of these individuals pertinent experiences and qualifications. 3. Provide information of the legal structure of the team, i.e. Prime Consultants with Sub-Consultants, Joint Venture, other. Denver Public Schools is an Equal Opportunity Employer, joint ventures and businesses owned and operated by women and minorities are encouraged to participate. C. Relevant Experience (25 points) 1. Submit past experience on projects of similar scope, budget, schedule, and complexity to the project on which you submit. Submit the following for each similar project: a. Project Name and Location b. Final Construction Cost c. Affected Square Footage d. Owner and Contact Name and Number e. Brief Description 2. If you wish to use the same projects from Tab A simply put See Tab A in Tab C of your form. D. Diverse Business Outreach Plan (15 points) 1. Provide a response to the following questions: a. Describe the utilization of diverse businesses on past school projects. b. Describe the utilization of diverse businesses on projects with other entities. c. Describe your firm s outreach plan relative to the project(s) on which you submit. E. Responses to Questions (15 points) 1. Provide responses to the following questions: a. Describe how your firm manages the design process to ensure the Owner s published standards are fully incorporated in the project, including work done by sub-consultants. b. Describe your firm s approach to scope validation prior to starting design. c. Describe your experience developing cost estimates and creating bid alternates that provide DPS flexibility at bid time to reduce scope to meet budget. d. What is your firm s typical turnaround time for RFIs from the Contractor? e. What is your firm s position on considering Contractor proposed substitutions? F. Proposed Schedule (15 points) 1. Provide proposed durations for the design schedule for each proposal submitted, including, but not limited to, Schematic Design, Design Development, Construction Documents, and District review periods at each design submission. 6

7 G. Interview, (20 points) a. All Firms that meet the minimum requirements (tab A) and score within 6 points of the highest scoring Firm based on written submittals will be given the opportunity to interview for that project group. Additional Experience (20 points) a. In a separate business size sealed envelope, provide information about your Firms experience on expedited schedule projects, change of occupancy from B, M, or other to E. The sealed envelope will be opened and information for this section will be scored after awards for all projects in Groups A & B have been made. This will be to select Firms to create a queue for unknown projects that may be added. There will be two lists of Firms in queue within each project group A & B. One list will be for project values greater than $1,000,000 and one list for projects $1,000,000 and below. The list of Firms for values greater than $1,000,000 will be for Firms that have had previous DPS experience and for values $1,000,000 and below previous DPS experience will not be a requirement. b. Submit answers to each of the following questions using Tab H questions sheet below. (Required) a. Have you or your Firm completed past projects with DPS? If so, please list (name, location, value, summary scope, general timeline, and other information you feel may be relevant.) *List these even if you have listed them elsewhere. (this will help the District to categorize Firms to be on the lists <$1,000,000 and >$1,000,000) b. List projects you or your Firm has completed that involved expedited schedules. Explain the circumstances under which they were expedited and the results (include timelines, value, summary scope, final results, and any additional information that you may feel to be relevant.) c. List projects with Changes of Occupancy from B, M, or other to E. (name, location, value, summary scope, general timeline, and any additional information you may feel is relevant.) C. Submission 1. Proposals shall be sealed in an envelope with the Vendor s name and the RFP number on the outside. Please furnish one (1) master copy (marked clearly) with original signature. Additionally, provide one (1) electronic copy on DVD/CD ROM or Flash Drive. 2. Please note that the hard copy and electronic portions of the proposal are both due no later than 11:00 AM, Local Denver Time, on April 14, If either portion is received after 11:00 AM, Local Denver Time, the proposal will be disqualified. 4. Proposals submitted via facsimile machines will not be accepted. D. Late Proposals. Proposals received after the date and time set for the opening shall be considered nonresponsive and returned unopened to the Vendor. V. MODIFICATION OR WITHDRAWAL OF PROPOSALS A. Modifications to Proposals. Proposals may only be modified in the form of a written notice on company letterhead and must be received prior to the time and date set for the Proposals to be opened. Each modification submitted to the District s Purchasing Department must have the Vendor s name and return address and the applicable Solicitation number and title clearly marked on the face of the envelope. If more than one modification is submitted, the modification bearing the latest date of receipt by the District s Purchasing Department will be considered the valid modification. B. Withdrawal of Proposals 1. Proposals may be withdrawn prior to the time and date set for the opening. Such requests must be made in writing on company letterhead Proposals may not be withdrawn after the time and date set for the opening for a period of ninety (90) calendar days. If a Proposal is withdrawn by the Vendor during this ninety day period, the District may, at its option, suspend the Vendor from the bid list and may not accept any Proposal from the Vendor for an eighteen (18) month period following the withdrawal.

8 VI. REJECTION OF PROPOSALS A. Rejection of Proposals. The District may, at its sole and absolute discretion: 1. Reject any and all, or parts of any or all, Proposals submitted by prospective Vendors; 2. Re-advertise this Solicitation; 3. Postpone or cancel the process; 4. Waive any irregularities in the Proposals received in conjunction with this Solicitation to accept a Proposal(s) which has additional value or function and/or is determined to be more advantageous to the District; and/or 4. Determine the criteria and process whereby Proposals are evaluated and awarded. No damages shall be recoverable by any challenger as a result of these determinations or decisions by the District. B. Rejection of a Particular Proposal. The District may, at its sole and absolute discretion, reject a Proposal under any of the following conditions: 1. The Vendor misstates or conceals any material fact in its Proposal; 2. The Vendor s Proposal does not strictly conform to the law or the requirements of the Solicitation; 3. The Proposal does not include documents, including, but not limited to, certificates, licenses, and/or samples, which are required for submission with the Proposal in conjunction with the Solicitation. 4. The Proposal has not been executed by the Vendor through an authorized signature on the Vendor Acknowledgement. C. Elimination from Consideration 1. A Proposal may not be accepted from, nor any contract be awarded to, any person or firm which is in arrears to the District upon any debt or contract or which is a defaulter as surety or otherwise upon any obligation to the District. 2. A Proposal may not be accepted from, nor any contract awarded to, any person or firm which has failed to perform faithfully any previous contract with the District, state or federal government, for a minimum period of three years after this previous contract was terminated for cause. D The District reserves the right to waive any technical or formal errors or omissions and to reject any and all bids, or to award contract for the items hereon, either in part or whole, if it is deemed to be in the best interest of the District to do so. VII. AWARD OF CONTRACT. The District shall award a contract to a Vendor through the issuance of a Notice of n Intent to Award. In its Notice of Intent to Award, the District will provide additional details on the awarded project (if any), including the District s Diverse Business Inclusion goal (as discussed below). All of the documents included and/or referred to in this Solicitation (the Contract Documents ) are will collectively be integrated into an integral part of the agreement between the Denver Public SchoolsDistrict and the successful Vendor. Accordingly, all Vendors must be thoroughly familiar with these documents and the terms and conditions governing the project. Upon issuancewithin three business days of receiving of a Notice of Intent to Award, the Vendor must execute, in substantially the same form, the Contract Documents and return it to the District. Vendor shall also execute and submit its Affirmation of Diverse Business Inclusion Commitment at the same time that it returns the executed Notice of Intent to Award. 8

9 The District s Architectural Services Overall Aspirational Goal for Certified MWBE participation on architectural projects is 24%. Work performed on thea project by Certified MWBEs will count towards the Project Goal. This goal will may be modified set for each project and could be either higher or lower than the at or below the over-all Aspirational Goal. Each project s actual goal for diverse business inclusion will be announced at the time of the award to the firmin the Notice of Intent to Award. The District s intent is to award each project separately within this solicitation. Vendors shall receive no more than one project award within this solicitation. Firms may however form joint ventures or partnerships with other firms and that joint venture or partnership would be eligible to receive 1 award. Firms receiving one award from this project catalog will still be eligible to receive one additional award from upcoming individual solicitations for the 2016 bidding cycle. Firms that do not receive any awards from this project catalog will be eligible to receive up to two awards from upcoming individual solicitations. A maximum of 2 awards to any one firm during the 2016 bidding cycle. The District reserves the right to go back to the Architect of record on projects to, continue or add on for additional work. The highest scoring Firm as a result of the submittal and interview will be selected for the Project as the best value for the District based on project preference order indicated in the submittal. Projects will not necessarily be awarded in the order of the catalog. VIII. CONTRACTUAL OBLIGATIONS. The terms and conditions for the design services requested for in this RFP are contained in the Contract Documents, including, but not limited to, the Agreement. IX. EVALUATION CRITERIA. An evaluation committee composed of representatives selected by the District will perform the evaluation of proposals. The committee shall evaluate the proposals submitted by the Vendor and may conduct interviews based upon evaluation factors listed in the proposal requirements. Proposals will be evaluated and scored by the committee based on the following: Initial Scoring A. Minimum Requirements YES/NO B. Team Information 30 Points C. Relevant Experience 25 Points D. Diverse Business Outreach Plan 15 Points E. Responses to Questions: 15 Points F. Design Schedule: 15 Points G. Interview 20 Points H. Additional Experience (Group C Only) 10 Points (See above for specifics) X. APPEAL OF AWARD. Vendors may appeal by submitting, in writing, a detailed request for reconsideration to the District's Construction Purchasing Manager within 72 hours after the Intent to Award is issued. XII. NEGOTIATION. The District reserves the right to conduct negotiations with Vendors and to accept revisions of proposals. During this negotiation period, the District will not disclose any information derived from proposals submitted or from discussions with other Vendors. If a fee, schedule or other contractual item acceptable to both parties cannot be reached, the District reserves the right to conclude its negotiations and enter into negotiations with the next highest scoring firm and so on down the line, if needed. Once an award is made, the solicitation file and the proposals contained therein are in the public record. 9

10 Tab H Questions Submit answers to each of the following questions: (Required) a. Have you or your Firm completed past projects with DPS? If so, please list (name, location, value, summary scope, general timeline, and other information you feel may be relevant.) *List these even if you have listed them elsewhere. (this will help the District to categorize Firms to be on the lists <$1,000,000 and >$1,000,000) b. List projects you or your Firm has completed that involved expedited schedules. Explain the circumstances under which they were expedited and the results (include timelines, value, summary scope, final results, and any additional information that you may feel to be relevant.) c. List projects with Changes of Occupancy from B, M, or other to E. (name, location, value, summary scope, general timeline, and any additional information you may feel is relevant.) 10

11 11 Diverse Business Inclusion Commitment Pursuant to Board of Education Policy ACE: Equitable and Inclusive Contracting, the District has set a Project Goal that certified minority and women owned business enterprises ( Certified MWBEs ) shall perform (Percentage for MWBE Project Goal will be determined for each project at the time of award) of the Project s total work, as calculated by the percentage of the Project s total payments that are made to Certified MWBEs. An executed Notice of Intent to Award will be considered non-responsive, and will be rejected, if the vendor who was awarded a project does not agree to meet or exceed the Project Goal. Work performed on the project by Certified MWBEs will count towards the Project Goal. This will include work performed by the general or prime contractor, subcontractors, and joint ventures that include a Certified MWBE. Work performed by joint ventures that include Certified MWBE firms will count towards the Project Goal according to the percentage of ownership and control that the Certified MWBE holds in in the Joint Venture. Certified MWBE firms are defined as businesses: (i) owned or controlled by Native Americans, Asian Americans, African Americans, Hispanics, or women; (ii) located in the Denver Aurora Combined Statistical Area (as defined by the U.S. Office of Management and Budget) 1 ; and (iii) holding a certification from the City and County of Denver, the Mountain Plains Supplier Development Council, the Women s Business Enterprise Council, or another governmental or industry agency acceptable to Owner. A business is deemed owned by whoever holds at least 51% of the equity interest in the enterprise. A business is deemed controlled by its chief executive officer (if the business is a corporation), its managing partner (if business is a partnership), the proprietor (if the business is a sole proprietorship), and in all cases by the person or persons with ultimate decision-making authority in the ongoing, day-to-day operation of the business. A business is deemed located in the Denver Aurora Combined Statistical Area if its headquarters or a local office is located within the area. 2 Bid applicantsif a Vendor is awarded a project, it must state theirmake its commitment to the Project Goal by executing and submitting the following Affirmation of Diverse Business Inclusion Commitment with its executed Notice of Intent to Award. At the time it submits its executed Notice of Intent toof award, the applicant Vendor with the apparent winning bid will have three thirty (30) days, or such other time as the District agrees, to submit to Owner a letter describing its plan to meet the Project Goal along with Letters of Intent (LOI) it has reached with the Certified MWBEs who will participate in the Project. The LOIs should provide documentation of the commitments by Contractor and subcontractors related to the Project, including a description of the type and amount of work to be performed by the subcontractor. Copies of MWBE certifications must also be attached. If work performed by the prime/general contractor or a joint venture are to be counted towards the Project Goal, then current MWBE certifications for the general contractor or the member of the joint venture must be included. 1 The Denver Aurora CSA consists of the following counties: Adams, Arapahoe, Boulder, Broomfield, Clear Creek, Denver, Douglas, Elbert, Gilpin, Jefferson, Park and Weld. 2 Owner provides on its Website the Denver Public Schools Diverse Business Directory. Contractors may also utilize the websites of the City & County of Denver, Rocky Mountain Minority Supplier Development Council, Mountain Plains Minority Supplier Development Council, U.S. Small Business Administration, State of Colorado/DBE Certification, and Regional Transportation District,

12 During the project and upon conclusion, Contractor shall provide information to the Owner demonstrating its use of Certified MWBEs. If Contractor cannot demonstrate that it fulfilled its Diverse Business Inclusion Commitment, then Contractor is subject to, among other things, being prohibited from applying for future contracts with Owner for a period of at least six months after conclusion of the Project. At the conclusion of the suspension period, Contractor must, to the satisfaction of Owner, provide in writing an explanation for its failure to meet its commitment and a description of its plan to ensure that it achieves future commitments made to the District. 12

13 Affirmation of Diverse Business Inclusion Commitment I [insert signatory s name] have read and understand this Diverse Business Inclusion Commitment, I am authorized to act on behalf of [insert company name], which includes the authorization to commit to meeting a Diverse Business Inclusion Commitment, and I hereby commit that [insert company name] will meet the Project Goal that Certified MWBEs will perform % of the Project s total work, as calculated by the percentage of the Project s total payments that are made to Certified MWBEs. Signature Date Name (print) Denver Public Schools Project Name 13

14 A - Major Renovations DENVER PUBLIC SCHOOLS 2016 A/E PROCUREMENT Project Catalog Minimum Requirements: Must have completed at least one project of more than $1,000,000 as the prime design/engineering firm or a joint venture. Must have completed at least three projects of more than $500,000 as the prime design/engineering firm or a joint venture. A1 Manual PP2503 Project Manager - Theresa Wieck Planner - Benjamin Wilking Senior Project Manager - Steven Ditmer Construction Budget - $1,143, Anticipated Construction Start Date: June 2016 Anticipated Substantial Completion Date: August 2016 M/WBE Inclusion Goal TBD DPS Approved Fee 10% of the construction budget A1 Scope of Work at Manual: GB20675: I ADA-Related Improvements Design solutions to eliminate selected, basic architectural barriers. This work may include modifications to restrooms, entrances and doorways, signage and similar types of work. The list of identified deficiencies will be transmitted to the selected A/E during the design phase. GB20594: I Building Code Issues upon initial project scoping. The A/E will be responsible for compliance with current codes, and for coordinating code GB20728: I Minor ADA, Level 1 Minor modifications for basic ADA accommodations. The list of identified deficiencies will be transmitted to the selected A/E during the design phase. GB20589: D Boiler Room Pumps and Piping Identify all equipment and locations of equipment use existing building plan room numbers and equipment identification. The scope of work includes replacement of the following: - Pumps - Associated Piping and Valves -- Define the limits of piping replacement - Controls. Identify all associated work required to complete base scope. GB20588: D Pool Piping & Equipment Replace drains and all piping for the swimming pool system. The scope may include replacement of pumps, boilers and other pool system equipment. 14

15 GB20634: I Minor Modification - Science Correct selected science lab safety issues. The list of identified issues will be transmitted to the selected A/E during the full project scope definition process. Science lab safety upgrades may include: - Upgraded outlets above counters to GFI. - Emergency electrical shut-off. - Shower/eye wash with drain (drain can be an alternate). - Confirm operation of existing gas turrets. - Emergency gas shut-off (can be an alternate). - Fire extinguishers. GB20595: I Building Remodel/Renovation Fully remodel two science labs. Remodel and renovate the two science lab suites that are found to have the greatest need for improvements. Include associated science prep rooms, storage rooms, and offices. Coordinate with school staff to select the two science labs that are the highest priority. Upgrade the labs to align with current DPS Educational Specifications and DPS Design & Construction Standards, and to comply with current codes. This scope does not include greenhouse renovations. The Architect/Engineer will guide the project team, including school staff, to the best solution. GB20590: D Information Technology related Air Cooling System A2 Skinner PP2504 Project Manager - Richard Kochis Planner - Berry Jones Senior Project Manager - TBD Construction Budget - $1,780, Anticipated Construction Start Date: June 2016 Anticipated Substantial Completion Date: August 2016 M/WBE Inclusion Goal TBD DPS Approved Fee 10% of the construction budget A2 Scope of Work at Skinner: GB20569: D Boilers / Pumps/ Piping Replace all boilers and boiler controls. Replace supply and return piping as needed to connect to new boilers. The scope may include replacement of additional boiler room equipment. GB20575: I Building Code Issues upon initial project scoping. The A/E will be responsible for compliance with current codes, and for coordinating code analysis and code compliance with the appropriate Authorities Having Jurisdiction (AHJ). 15

16 16 DENVER PUBLIC SCHOOLS 2016 A/E PROCUREMENT GB20574: D Cold Water Supply Replace all existing potable cold and hot water piping (galvanized, cast iron/ductile, and lead) with copper piping throughout the entire building. Existing copper piping can remain. Assume all unverified piping to be replaced. Remove all pipe if at all possible without causing significant damage to existing finished areas. Leave in placed and cap If not possible to remove. Locate new piping runs in concealed spaces if possible. Provide new chases if not otherwise possible to conceal. Locate chases in secondary areas other than main entrance and corridors. GB20576: I Minor Modification - Science Correct selected science lab safety issues. The list of identified issues will be transmitted to the selected A/E prior during the design phase. Science lab safety upgrades may include: - Upgraded outlets above counters to GFI. - Emergency electrical shut-off. - Shower/eye wash with drain (drain can be an alternate). - Confirm operation of existing gas turrets. - Emergency gas shut-off (can be an alternate). - Fire extinguishers. A3 Not Used A4 - Hilltop, Bus Garage, Trans, Yuma Street PP2505 Project Manager - Renee Verspoor Planner - Berry Jones Senior Project Manager - Larry Navin Construction Budget - $1,265, Anticipated Construction Start Date: June 2016 Anticipated Substantial Completion Date: August 2016 M/WBE Inclusion Goal TBD DPS Approved Fee 10% of the construction budget A4 Scope of Work at Hilltop Service Center: GB20601: D Boilers / Pumps/ Piping Replace all boilers and boiler controls. Replace supply and return piping as needed to connect to new boilers. The scope may include replacement of additional boiler room equipment. GB20602: D Information Technology-related Air Cooling System A4 Scope of Work at Hilltop Trans Bus Garage: GB20605: D Evaporative Cooler Replace or repair selected building mechanical system components. GB20604: B Overhead Doors Replace the overhead doors. Structural engineering will be required.

17 GB20606: D Information Technology-related Air Cooling System A4 Scope of Work at Hilltop Trans Bus Terminal: GB20607: I Building Code Issues A4 Scope of Work at Hilltop Trans Train Bldg: GB20622: D Information Technology-related Air Cooling System A4 Scope of Work at Hilltop Transportation: GB20623: I Building Code Issues A4 Scope of Work at Yuma Street: GB20614: I Building Code Issues GB20615: B Overhead Doors Replace the overhead doors. Structural engineering will be required. GB20612: D Information Technology-related Air Cooling System 17

18 A5 Randolph PP DENVER PUBLIC SCHOOLS 2016 A/E PROCUREMENT Project Manager - Rick Zabel Planner - Sharmane Reggans Senior Project Manager - Andrew Amador Construction Budget - $1,091, Anticipated Construction Start Date: TBD Anticipated Substantial Completion Date: TBD M/WBE Inclusion Goal TBD DPS Approved Fee 10% of the construction budget A5 Scope of Work at Randolph: GB21198: G Playing Fields Artificial Turf - Verify capability to connect to an adequate storm water management system. - Identify all in-laid lines, markings, numbers, logos, and graphics required for intended use. - Identify all goal structures required soccer, lacrosse, field hockey, football, etc. - Identify the synthetic grass type and primary backing that meets the performance requirement. - Identify the appropriate resilient infill system. A6 Fairmont PP2507 Project Manager Heather Bock Planner - John Conklin Senior Project Manager - TBD Construction Budget - $900, Anticipated Construction Start Date: June 2016 Anticipated Substantial Completion Date: August 2016 M/WBE Inclusion Goal TBD DPS Approved Fee 12% of the construction budget A6 Scope of Work at Fairmont: GB21189: D Chillers Replace chiller. GB20547: D Cold Water Supply Replace all existing potable cold and hot water piping (galvanized, cast iron/ductile, and lead) with copper piping throughout the entire building. Existing copper piping can remain. Assume all unverified piping to be replaced. Remove all pipe if at all possible without causing significant damage to existing finished areas. Leave in placed and cap If not possible to remove. Locate new piping runs in concealed spaces if possible. Provide new chases if not otherwise possible to conceal. Locate chases in secondary areas other than main entrance and corridors. GB20548: I Minor Modification - Science Correct selected science lab safety issues. The list of identified issues will be transmitted to the selected A/E prior during the design phase. Science lab safety upgrades may include: - Upgraded outlets above counters to GFI. - Emergency electrical shut-off. - Shower/eye wash with drain (drain can be an alternate). - Confirm operation of existing gas turrets. - Emergency gas shut-off (can be an alternate). - Fire extinguishers.

19 GB20545: D Air Distribution Systems Replace and / or repair air distribution ducting in the building. This may also include removal of existing fiberglass duct liner and installing replacement duct insulation. A7 Not Used A8 Not Used A9 - Doull, Gust, Denison, Force, College View PP2508 Project Manager - Rick Zabel Planner Allison Pearlman Senior Project Manager - Andrew Amador Construction Budget - $1,164, Anticipated Construction Start Date: June 2016 Anticipated Substantial Completion Date: August 2016 M/WBE Inclusion Goal TBD DPS Approved Fee - 10% of the construction budget A9 Scope of Work at Force: GB20551: I ADA-Related Improvements Design solutions to eliminate selected, basic architectural barriers. This work may include modifications to restrooms, entrances and doorways, signage and similar types of work. The list of identified deficiencies will be transmitted to the selected A/E during the design phase. GB20552: I Building Code Issues GB20758: I Minor ADA, Level 1 Minor modifications for basic ADA accommodations. The list of identified deficiencies will be transmitted to the selected A/E during the design phase. GB20549: D Information Technology-related Air Cooling System A9 Scope of Work at College View: GB20535: I Building Code Issues 19

20 GB20687: I Minor ADA, Level 1 Minor modifications for basic ADA accommodations. The list of identified deficiencies will be transmitted to the selected A/E during the design phase. A9 Scope of Work at Denison: GB20539: I Building Code Issues GB20536: D Hot Water Storage Tanks Identify all equipment and locations of equipment use existing building plan room numbers and equipment identification. - Eliminate existing storage tank - Do not replace storage tank - Replace with Aerco Innovation series boiler - Scope of work to include replacement of the following: (as applicable) - Water heater, boiler - Heat exchanger - All associated pumps - Valves - Thermal mixing valves - Other appurtenances - Flue piping - Identify all associated work required to complete base scope GB20688: I Minor ADA, Level 1 Minor modifications for basic ADA accommodations. The list of identified deficiencies will be transmitted to the selected A/E during the design phase. GB20537: D Information Technology-related Air Cooling System A9 Scope of Work at Doull: GB20543: I Building Code Issues GB20689: I Minor ADA, Level 1 Minor modifications for basic ADA accommodations. The list of identified deficiencies will be transmitted to the selected A/E during the design phase. 20

21 GB20540: C Quarry Tile Install quarry tile in kitchen. Remove and replace existing damaged quarry tile floors in kitchen areas. Determine cause of damage to existing quarry tile floors and provide appropriate mitigation measures before installation of new quarry tile. GB20541: D Information Technology-related Air Cooling System A9 Scope of Work at Gust: GB20556: I Building Code Issues GB20553: D Information Technology-related Air Cooling System A10 - Beach Court, CEC PP2509 Project Manager - Richard Kochis Planner John Conklin Senior Project Manager TBD Construction Budget - $1,307, Anticipated Construction Start Date: June 2016 Anticipated Substantial Completion Date: August 2016 M/WBE Inclusion Goal TBD DPS Approved Fee 10% of the construction budget A10 Scope of Work at Beach Court: GB20534: I Building Code Issues 21

22 22 DENVER PUBLIC SCHOOLS 2016 A/E PROCUREMENT GB20530: D Hot Water Storage Tanks Identify all equipment and locations of equipment use existing building plan room numbers and equipment identification. - Eliminate existing storage tank - Do not replace storage tank - Replace with Aerco Innovation series boiler - Scope of work to include replacement of the following: (as applicable) - Water heater, boiler - Heat exchanger - All associated pumps - Valves - Thermal mixing valves - Other appurtenances - Flue piping - Identify all associated work required to complete base scope GB20533: D Cold Water Supply Replace all existing potable cold and hot water piping (galvanized, cast iron/ductile, and lead) with copper piping throughout the entire building. Existing copper piping can remain. Assume all unverified piping to be replaced. Remove all pipe if at all possible without causing significant damage to existing finished areas. Leave in placed and cap If not possible to remove. Locate new piping runs in concealed spaces if possible. Provide new chases if not otherwise possible to conceal. Locate chases in secondary areas other than main entrance and corridors. GB20531: D Information Technology-related Air Cooling System A10 Scope of Work at CEC Middle College: GB20597: D Boilers / Pumps/ Piping Replace all boilers and boiler controls. Replace supply and return piping as needed to connect to new boilers. The scope may include replacement of additional boiler room equipment. GB20600: I Building Code Issues upon initial project scoping. The A/E will be responsible for compliance with current codes, and for coordinating code GB20744: I Minor ADA, Level 1 Minor modifications for basic ADA accommodations. The list of identified deficiencies will be transmitted to the selected A/E during the design phase. GB20599: D Air Distribution Systems Replace and / or repair air distribution ducting in the building. This may also include removal of existing fiberglass duct liner and installing replacement duct insulation.

23 GB20598: D Information Technology-related Air Cooling System B - Minor Renovations Minimum Requirements: Must have completed at least three projects of more than $600,000 as the prime design/engineering firm or a joint venture. B1 - Rishel, Valverde PP2510 Project Manager - Brady Rog Planner - Benjamin Wilking Senior Project Manager - Larry Navin Construction Budget - $802, Anticipated Construction Start Date: June 2016 Anticipated Substantial Completion Date: August 2016 M/WBE Inclusion Goal TBD DPS Approved Fee 12% of the construction budget B1 Scope of Work at Rishel: GB20439: I Building Code Issues GB20699: I Minor ADA, Level 1 Minor modifications for basic ADA accommodations. The list of identified deficiencies will be transmitted to the selected A/E during the design phase. GB20438: D Cold Water Supply Replace all existing potable cold and hot water piping (galvanized, cast iron/ductile, and lead) with copper piping throughout the entire building. Existing copper piping can remain. Assume all unverified piping to be replaced. Remove all pipe if at all possible without causing significant damage to existing finished areas. Leave in placed and cap If not possible to remove. Locate new piping runs in concealed spaces if possible. Provide new chases if not otherwise possible to conceal. Locate chases in secondary areas other than main entrance and corridors. 23

(1) Vendor Acknowledgement (2) Instructions *(3) Scope/Required Information and Documents Outline Including Notarized Certification

(1) Vendor Acknowledgement (2) Instructions *(3) Scope/Required Information and Documents Outline Including Notarized Certification February 3, 2017 Subject: Enclosures: Request for Qualifications DPS 2016 Bond Prime General Contractor Pre-Qualification (1) Vendor Acknowledgement (2) Instructions *(3) Scope/Required Information and

More information

Request for Qualifications Construction Manager

Request for Qualifications Construction Manager Midland Community Unit School District #7 Request for Qualifications Construction Manager April 6, 2016 MIDLAND ELEMENTARY SCHOOL LACON, ILLINOIS Page 1 of 11 Construction Management Statement of Qualifications

More information

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

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

More information

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

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services RESPONSE DUE by 5:00 p.m. on April 24, 2018 For complete information regarding this project, see RFP posted at ebce.org

More information

Arizona Department of Education

Arizona 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 information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL 1 REQUEST FOR PROPOSAL FOR 3 rd Party Ambulance Billing Services PROPOSAL NO. FY2013/004 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100 WELLPINIT WA 99040

More information

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station Request for Qualifications Professional Design and Construction Services as a Design-Builder For Submittal Due Date: August 4, 2015 Notice is hereby given that Delhi Township is seeking Statements of Qualification

More information

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

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

More information

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project Request for Qualifications No. 7-1718 Architectural & Engineering Services for LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project Submittal Deadline: November 10, 2017, 2:00 P.M. Spokane Public Schools

More information

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

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

More information

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

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

More information

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

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

More information

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL 2011 PREPARED BY THE CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT FINANCE DEPARTMENT Ronnie J. Campbell

More information

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES Generator Sizing and Installation Proposal Due Date: June 26, 2017 Proposal Due Time: 2:00 P.M. Released May 23, 2017 Table of Contents

More information

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

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

More information

PROPOSAL INSTRUCTIONS AND REQUIREMENTS

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

More information

SECOND REQUEST FOR PROPOSALS. for

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

More information

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

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail. April 26, 2018 Subject: RFP2M18-06: Request for Proposal Construction Management and Inspection Services for the Sewer Plant #7 Replacement Project. The City of Alhambra is requesting proposals from experienced,

More information

Architectural Services

Architectural Services Architectural Services 2015 Capital Improvement Program Request for Proposal Number: 16-30 Title of the Project: Replacement of Northeast High & Appling Middle School Operations Center - Procurement Office

More information

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

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

More information

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

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

More information

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS 201 North Forest Avenue Independence, Missouri 64050 (816) 521-5300 [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS Sealed proposals will be received by the Independence School District

More information

TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS. Issued August 1, 2017

TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS. Issued August 1, 2017 TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS Issued August 1, 2017 Proposals Due-August 21, 2017 1 SECTION I: TERMS AND CONDITIONS 1 Invitation Qualified individuals

More information

Request for Proposals. For RFP # 2011-OOC-KDA-00

Request for Proposals. For RFP # 2011-OOC-KDA-00 Request for Proposals For Issued by: Pennsylvania State System of Higher Education RFP # 2011-OOC-KDA-00 Issue Date: Month, Day, 2011 Response Date: Month, Day, 2011 Page 1 of 14 Table of Contents Page

More information

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

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

More information

THIS ADDENDUM MUST BE ACKNOWLEDGED. THIS ADDENDUM SHALL BECOME A PART OF THIS SOLICITATION. Amend Invitation to Bid 15-BS-2552 as follows:

THIS ADDENDUM MUST BE ACKNOWLEDGED. THIS ADDENDUM SHALL BECOME A PART OF THIS SOLICITATION. Amend Invitation to Bid 15-BS-2552 as follows: Denver Public Schools Purchasing Department 1617 S. Acoma St. Denver, Colorado 80223 INVITATION TO BID 15-BS-2552 CM GC ADDENDUM NUMBER ONE September 9, 2015 THIS ADDENDUM MUST BE ACKNOWLEDGED. THIS ADDENDUM

More information

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

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

More information

REQUEST FOR PROPOSAL FOR. Document Management System for a Tribal Governmental Organization PROPOSAL NO. FY2012/041

REQUEST FOR PROPOSAL FOR. Document Management System for a Tribal Governmental Organization PROPOSAL NO. FY2012/041 REQUEST FOR PROPOSAL FOR Document Management System for a Tribal Governmental Organization PROPOSAL NO. FY2012/041 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX

More information

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

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

More information

All proposals must be received by August 30, 2016 at 2:00 PM EST

All 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 information

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

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

More information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

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

More information

REQUEST FOR QUALIFICATIONS PRE-BOND ELECTION PLANNING SERVICES, MASTER PLANNING, AND ARCHITECT/ENGINEER SERVICES

REQUEST FOR QUALIFICATIONS PRE-BOND ELECTION PLANNING SERVICES, MASTER PLANNING, AND ARCHITECT/ENGINEER SERVICES REQUEST FOR QUALIFICATIONS PRE-BOND ELECTION PLANNING SERVICES, MASTER PLANNING, AND ARCHITECT/ENGINEER SERVICES Owner s Representative: 541 East Garden Drive, Unit S Windsor, Colorado 80550 970-686-5695

More information

REQUEST FOR PROPOSALS

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

More information

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

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

More information

REQUEST FOR PROPOSAL DESIGN BUILD PUBLIC WORKS BUILDING. March 2017

REQUEST FOR PROPOSAL DESIGN BUILD PUBLIC WORKS BUILDING. March 2017 REQUEST FOR PROPOSAL DESIGN BUILD PUBLIC WORKS BUILDING The City of Alabaster is currently accepting proposals for Design Build Services for the design and construction of a new public works facility to

More information

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

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

More information

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES September 22,2016 Mammoth Unified School District 461 Sierra Park Road/PO Box 3509, Mammoth Lakes,

More information

FOR CONSULTING SERVICES FOR DISASTER RESPONSE, ENGINEERING, AND GRANT MANAGEMENT SUPPORT

FOR CONSULTING SERVICES FOR DISASTER RESPONSE, ENGINEERING, AND GRANT MANAGEMENT SUPPORT BRUNSWICK GLYNN COUNTY JOINT WATER & SEWER COMMISION REQUEST FOR PROPOSAL FOR CONSULTING SERVICES FOR DISASTER RESPONSE, ENGINEERING, AND GRANT MANAGEMENT SUPPORT Date Advertised Friday, November 17, 2017

More information

City of Malibu Request for Proposal

City of Malibu Request for Proposal Request for Proposal North Santa Monica Bay Coastal Watersheds Monitoring Services Date Issued: April 26, 2016 Date Due: May 17, 2016, 4:00 P.M. The Qualifications Proposal and Cost Proposal must be submitted

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Construction Management Services for the #04-05-12 District 2 Multi-Purpose Building Project Issued by: Property & Supply Department Gila River Indian Community Sacaton, Arizona 8514

More information

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016 RFP #0516-3 Request for Proposal Grant Writing Services Date: May 11, 2016 Proposals must be submitted by 3:00 PM: June 10, 2016 Purchasing Department Queens Borough Public Library 89-11 Merrick Boulevard

More information

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3 SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3 BIBB COUNTY SCHOOL DISTRICT 484 Mulberry Street Macon, Georgia 31201 July 18, 2014 TIMELINE RFP

More information

Chabot-Las Positas Community College District

Chabot-Las Positas Community College District Chabot-Las Positas Community College District REQUEST FOR STATEMENT OF QUALIFICATIONS (RFQ) ARCHITECTURAL/ENGINEERING DESIGN SERVICES FOR THE CHABOT AND LAS POSITAS COLLEGES RFQ B-18 Proposal Due: WEDNESDAY,

More information

REQUEST FOR PROPOSALS RFP NO.:

REQUEST FOR PROPOSALS RFP NO.: REQUEST FOR PROPOSALS RFP NO.: 11-019 Sealed proposals for a CONSULTANT SERVICES FOR THE HAZARDOUS MATERIALS & CHEMICAL RESPONSE (HAZMAT & CR) PLAN for the Sheriff s Office will be received by Contracts

More information

REQUEST FOR PROPOSAL (RFP) Concession Operations for Concession Stand at JOHNSTON HIGH SCHOOL ATHLETIC COMPLEX

REQUEST FOR PROPOSAL (RFP) Concession Operations for Concession Stand at JOHNSTON HIGH SCHOOL ATHLETIC COMPLEX REQUEST FOR PROPOSAL (RFP) Concession Operations for Concession Stand at JOHNSTON HIGH SCHOOL ATHLETIC COMPLEX The objective of this Request for Proposal is to award a Concession Agreement at Johnston

More information

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

Georgia Lottery Corporation (GLC) PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal) NOTE: PLEASE ENSURE THAT ALL REQUIRED SIGNATURE BLOCKS ARE COMPLETED. FAILURE TO SIGN THIS FORM AND INCLUDE IT WITH YOUR PROPOSAL WILL CAUSE REJECTION OF YOUR PROPOSAL. Georgia Lottery Corporation ("GLC")

More information

SONOMA COUNTY JUNIOR COLLEGE DISTRICT. RFQ #1054 for Engineering & Design Services For Districtwide Energy Management/Sustainability Projects

SONOMA COUNTY JUNIOR COLLEGE DISTRICT. RFQ #1054 for Engineering & Design Services For Districtwide Energy Management/Sustainability Projects RFQ SCHEDULE (Subject to Change) SONOMA COUNTY JUNIOR COLLEGE DISTRICT RFQ #1054 for Engineering & Design Services For Districtwide Energy Management/Sustainability Projects Advertisement and issue of

More information

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP DALTON PUBLIC SCHOOLS PURCHASING DEPARTMENT REQUEST FOR PROPOSAL FOR RFP FY18 Drivers Education RFP RFP NUMBER (FY18 Drivers Education) ISSUED February 5th, 2018 Request for Proposal To: All Proposers

More information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 REQUEST FOR PROPOSALS RFP 2017-04 WEBSITE DEVELOPMENT AND REDESIGN DATE ISSUED: September 29, 2017 TYPE OF PROJECT: CONTACT

More information

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

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

More information

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services INVITATION FOR BID Notice to Prospective Bidders Date Stamp Equipment Preventative Maintenance and Repair Services June 1, 2011 You are invited to review and respond to this Invitation for Bid (IFB), entitled

More information

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

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

More information

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

BID # 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 information

REQUEST FOR PROPOSALS RFP# CAFTB

REQUEST FOR PROPOSALS RFP# CAFTB REQUEST FOR PROPOSALS RFP# CAFTB25092017-01 THE CHILDREN S AID FOUNDATION OF THE DISTRICT OF THUNDER BAY WEBSITE REDESIGN/DEVELOPMENT Issue Date: 25 September 2017 Closing Date: 20 October 2017 Submit

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

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

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS PIMA ASSOCIATION OF GOVERNMENTS 2014-2016 TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS Proposals may be obtained by contacting: Pima Association of Governments 1 E. Broadway Blvd, Ste.401 Tucson, AZ 85701

More information

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

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

More information

MISSISSIPPI STATE UNIVERSITY Request for Proposals (RFP) Bike Share for Mississippi State University

MISSISSIPPI STATE UNIVERSITY Request for Proposals (RFP) Bike Share for Mississippi State University MISSISSIPPI STATE UNIVERSITY Request for Proposals (RFP) 17-84 Bike Share for Mississippi State University ISSUE DATE: September 22, 2017 ISSUING AGENCY: Office of Procurement and Contracts Mississippi

More information

REQUEST FOR PROPOSALS For Design Services for New Fire Station

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

More information

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

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

More information

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

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

More information

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

Regional Greenhouse Gas Initiative, Inc. Request for Proposals #18-01 RGGI Auction Services Contractor. June 18, 2018

Regional Greenhouse Gas Initiative, Inc. Request for Proposals #18-01 RGGI Auction Services Contractor. June 18, 2018 Regional Greenhouse Gas Initiative, Inc. Request for Proposals #18-01 RGGI Auction Services Contractor June 18, 2018 PROPOSAL DUE DATE: July 23, 2018, 5:00 p.m. Eastern Daylight Time The Regional Greenhouse

More information

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for STREET CONSTRUCTION SERVICES. RFP STREET WIDENING and TRAFFIC SIGNAL INSTALLATION

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for STREET CONSTRUCTION SERVICES. RFP STREET WIDENING and TRAFFIC SIGNAL INSTALLATION REQUEST FOR SEALED PROPOSAL ADVERTISEMENT for STREET CONSTRUCTION SERVICES RFP STREET WIDENING and TRAFFIC SIGNAL INSTALLATION - 100918 The City of College Park is accepting sealed proposals from qualified

More information

Dakota County Technical College. Pod 6 AHU Replacement

Dakota County Technical College. Pod 6 AHU Replacement MINNESOTA STATE COLLEGES AND UNIVERSITIES Dakota County Technical College Pod 6 AHU Replacement REQUEST FOR PROPOSAL (RFP) FOR MECHANICAL ENGINEERING SERVICES JULY 16, 2018 SPECIAL NOTE: This Request for

More information

Agency of Record for Marketing and Advertising

Agency of Record for Marketing and Advertising PRE-PROPOSAL CONFERENCE NOTICE PRE-PROPOSAL CONFERENCE For a AGENCY OF RECORD MARKETING & ADVERTISING WILL BE HELD AT 10:00 AM, THURSDAY, AUGUST 27, 2015 IN DWSP CONFERENCE ROOM, 305 W. FOURTH STREET,

More information

REQUEST FOR PROPOSAL AUDITING SERVICES. Chicago Infrastructure Trust

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

More information

Energy Efficiency Programs Process and Impact Evaluation

Energy Efficiency Programs Process and Impact Evaluation Energy Efficiency Programs Process and Impact Evaluation Issued: 4/3/2018 Questions Due: 4/17/2018 Responses Due: 5/18/2018 RFP Coordinator: Rob Ward *This RFP process will be conducted via Idaho Power

More information

Knights Ferry Elementary School District

Knights Ferry Elementary School District Knights Ferry Elementary School District REQUEST FOR PROPOSAL FOR THE IMPLEMENTATION OF ENERGY EFFICIENCY MEASURES FUNDED BY THE CLEAN ENERGY JOBS ACT - PROPOSITION 39 REQUEST FOR PROPOSAL SUBMITTAL DEADLINE

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL FOR Adult Cultural Services for the Spokane Area PROPOSAL NO. FY2014/006 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100 WELLPINIT WA 99040

More information

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

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

More information

REQUEST FOR PROPOSALS PROFESSIONAL ARCHITECTURAL FIRM FOR DESIGN & CONSTRUCTION MANAGEMENT SERVICES

REQUEST FOR PROPOSALS PROFESSIONAL ARCHITECTURAL FIRM FOR DESIGN & CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS PROFESSIONAL ARCHITECTURAL FIRM FOR DESIGN & CONSTRUCTION MANAGEMENT SERVICES Prepared By: Ellis County Administration 718 Main Street P.O. Box 720 Hays, KS 67601 Contact: Phillip

More information

SECTION I. OVERVIEW ON REQUEST FOR PROPOSAL

SECTION I. OVERVIEW ON REQUEST FOR PROPOSAL NAVAJO TRIBAL UTILITY AUTHORITY AN ENTERPRISE OF THE NAVAJO NATION SECTION I. OVERVIEW ON REQUEST FOR PROPOSAL A. Navajo Tribal Utility Authority (NTUA) is a non-for-profit, multi-utility enterprise of

More information

Request for Proposal # SIM LPHA Stigma Reduction Messaging For Tri-County Health Department

Request for Proposal # SIM LPHA Stigma Reduction Messaging For Tri-County Health Department Request for Proposal #2016-01-08 SIM LPHA Stigma Reduction Messaging For Tri-County Health Department Physical Address (mailing address): Tri-County Health Department 6162 South Willow Drive, Suite 100

More information

TORNILLO 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 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 information

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES REQUEST FOR QUALIFICATIONS # 1206-18/19 FOR ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES Issue Date: June 26, 2018 Pre-Bid July 9, 2018 at 10:00 A.M. Conference: 1515 West Mission Road,

More information

CITY OF GOLDEN, COLORADO Parks and Recreation Department

CITY OF GOLDEN, COLORADO Parks and Recreation Department CITY OF GOLDEN, COLORADO Parks and Recreation Department Accredited by the Commission for Accreditation of Park and Recreation Agencies Rod Tarullo, Parks & Recreation Director REQUEST FOR QUALIFICATIONS

More information

Request for Proposal No. RFP Consultant Services. for. Building Condition Assessment. Submittal Deadline: Date: March 1, Time: 10:00 a.m.

Request for Proposal No. RFP Consultant Services. for. Building Condition Assessment. Submittal Deadline: Date: March 1, Time: 10:00 a.m. Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 contractingservices@seattleschools.org Request for Proposal No. RFP01838

More information

District Office Building Seismic Retrofit At Contra Costa Community College District 500 Court St. Martinez, CA March 21, 2016

District Office Building Seismic Retrofit At Contra Costa Community College District 500 Court St. Martinez, CA March 21, 2016 REQUEST FOR QUALIFICATIONS (RFQ) ARCHITECT/ENGINEER (A/E) PROFESSIONAL SERVICES For the At Contra Costa Community College District 500 Court St. Martinez, CA March 21, 2016 PART 1 GENERAL INTRODUCTION

More information

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

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

More information

Request for Proposals

Request for Proposals Request for Proposals Disparity Study PROPOSALS WILL BE RECEIVED UNTIL 12:00 Noon, Friday, July 27 th, 2018 in Purchasing Department, City Hall Building 101 North Main Street, Suite 324 Winston-Salem,

More information

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

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

More information

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

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

More information

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

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

More information

1 INTERNAL AUDIT SERVICES RFP

1 INTERNAL AUDIT SERVICES RFP 1 Price Proposal... 4 Introduction... 7 Scope of Work... 7 Expected Outcomes and Deliverables... 8 Selection Process... 8 Qualification and Evaluation of Proposals... 9 Proposer Representations... 10 Basis

More information

NOTICE OF REQUEST FOR PROPOSALS

NOTICE OF REQUEST FOR PROPOSALS NOTICE OF REQUEST FOR PROPOSALS Competitive sealed proposals for professional services will be received by the Contracting Agency, Guadalupe County, New Mexico, for RFP No. 2014-005. The Contracting Agency

More information

Social Media Management System

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

More information

FORM A-2 FINANCIAL PROPOSAL SUBMITTAL LETTER

FORM A-2 FINANCIAL PROPOSAL SUBMITTAL LETTER FORM A-2 FINANCIAL PROPOSAL SUBMITTAL LETTER Proposer: Proposal Date:, 2016 Office of Transportation Public-Private Partnerships 600 East Main Street, Suite 2120 Richmond, VA 23219 Attn: Dr. Morteza Farajian

More information

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION Issue Date: October 18th, 2016 Submission Deadline: November 8th, 2016, 2:00 PM P a g e 1 Table of Contents Introduction...

More information

Salida School District, R-32-J Central Administration Office 310 East 9 th Street Salida, Colorado 81201

Salida School District, R-32-J Central Administration Office 310 East 9 th Street Salida, Colorado 81201 Request for Qualifications for Environmental Consulting Services at: Salida School District, R-32-J Central Administration Office 310 East 9 th Street Salida, Colorado 81201 Request for Qualifications

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS FOR THE Transportation Development Act (TDA) Triennial Performance Audit of the Public Transit Systems and the Council of Governments in Stanislaus County Stanislaus Council of Governments 1111 I Street,

More information

Request for Proposal Number #512-11

Request for Proposal Number #512-11 Request for Proposal Number #512-11 Traffic and Transportation Feasibility Study Due: January 24, 2012 at 4:00pm Buyer: Steve Boyd Purchasing and Contracts Manager 831 Grand Avenue Glenwood Springs, CO

More information

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT ISSUED BY ISABELLA COUNTY BOARD OF COMMISSIONERS ISSUE DATE: February 4, 2008 ISABELLA COUNTY REQUEST FOR PROPOSALS

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

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

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

More information

REQUEST FOR PROPOSALS. for. Machine construction of mountain bike trails on Summit County landfill and adjacent Open Space

REQUEST FOR PROPOSALS. for. Machine construction of mountain bike trails on Summit County landfill and adjacent Open Space OPEN SPACE & TRAILS DEPARTMENT 970.668.4060 ph 970.668.4225 f 0037 Peak One Dr. PO Box 5660 www.summitcountyco.gov Frisco, CO 80443 REQUEST FOR PROPOSALS for Machine construction of mountain bike trails

More information

INVITATION TO BID (Request for Proposal)

INVITATION TO BID (Request for Proposal) INVITATION TO BID (Request for Proposal) August 30, 2016 PROJECT Annual Professional Auditing Services for Three Year Term PROJECT DESCRIPTION The Topeka and Shawnee County Public Library is a 21st-century,

More information

REQUEST FOR PROPOSALS FOR DESIGN PROFESSIONAL SERVICES

REQUEST 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 information