THE CITY OF DALLAS. SPECIFICATIONS For REQUEST FOR COMPETITIVE SEALED PROPOSAL (RFCSP) BHZ1414
|
|
- Frank Bond
- 6 years ago
- Views:
Transcription
1 THE CITY OF DALLAS SPECIFICATIONS For REQUEST FOR COMPETITIVE SEALED PROPOSAL (RFCSP) BHZ1414 Consultant Services for Dallas Fire-Rescue Department Dispatch and Emergency Medical Services Page 1 of 13
2 1. 0 PURPOSE 1.1 The City of Dallas (hereinafter, the City ) seeks proposals from qualified vendors to perform three distinct functions for the Dallas Fire-Rescue Department: Conduct a comprehensive analysis of current DFR Emergency Medical Services (EMS) operations and work with DFR EMS Bureau leadership to formulate a five-year strategic plan that will include at a minimum: staffing for administrative functions; operational staffing and deployment; technology recommendations for Rescue (ambulance) fleet; and technology recommendations for data management Conduct comprehensive analyses of current Dallas Fire-Rescue Department (DFR) dispatch operations and make appropriate recommendations to improve and enhance those operations. Recommendation is to include but not be limited to improving technology and staffing model modifications Research and purchase, on behalf of the City of Dallas, the most appropriate and effective software to allow DFR dispatch operations to improve Emergency Medical Dispatch (EMD) capabilities. Additionally, the successful bidder will include support and analysis through the entirety of the implementation of the EMD software to include at a minimum: necessary training for the implementation process; follow-through support and analysis for at least a six month time frame post-implementation; and other support services as deemed necessary. 2.0 BACKGROUND 2.1 Dispatch: Dallas Fire-Rescue Department currently uses Association of Public-Public Safety Communications Officials (APCO) MEDS (9-1-1 Advisor) software in its dispatch center so that dispatchers can provide medical emergency pre-arrival instructions to system users. The existing CAD system determines deployment resource response based on medical emergency call type. Existing resource response models for medical emergencies have been developed by DFR officials in conjunction with the department s medical director. As DFR seeks to transition to a tiered EMS dispatch delivery model, it also desires to acquire an Emergency Medical Dispatch (EMD) software program that will establish EMS unit response type(s) and modes (emergency/nonemergency) based on the medical emergency reported by the caller. 2.2 EMS: Dallas Fire-Rescue EMS answered in excess of 190,000 calls for service in FY This system is currently an all-advanced Life Support (ALS) system that utilizes forty front-line and three peak demand rescues (ambulances) to answer all call types. Additionally, all fifty-five fire engines in DFR are ALS equipped with at least one paramedic on-board at all times and sufficient equipment and medications to provide initial medical treatment as needed. All forty-three Rescues and all fifty-five engines are equipped with Panasonic CF-19 Toughbooks and utilize Rescue Medic electronic patient care report (EPCR) software. CONFIDENTIALITY In accordance with state law, proposals shall be opened so as to avoid disclosure of contents to competing proposers and shall be kept secret and confidential during the negotiation process. Page 2 of 13
3 It is the responsibility of the proposers to clearly mark and identify all portions of the proposal that contain trade secrets, confidential information and other proprietary information. Any information deemed confidential, shall be clearly noted as such on each page or pages. Efforts will be made to keep the marked information confidential; however, the City cannot guarantee it will not be compelled to disclose all or part of any public record under the Texas Open Record Act. 3.0 PROJECT UNDERSTANDING AND SCOPE 3.1 Objectives Evaluation of current DFR dispatch operations To ensure that Dallas Fire-Rescue dispatch operations, both current and projected, are modified as needed to accommodate implementation of a Call Response Optimization Program (CROP) software. To ensure effective and efficient modification of dispatch operations from its current methodology as a result of implementation of CROP software designed to address the fire department s transition to a tiered EMS dispatch system. To ensure that Fire and EMS field operations are carefully analyzed in consideration of implementing CROP software and associated changes to EMS dispatch response protocols Procurement of CROP software for the City of Dallas To evaluate the current CAD system utilized by DFR dispatch operations and recommend the most appropriate CROP software available to DFR administration. Procure the appropriate software on behalf of the City of Dallas Development of a five-year strategic plan for the DFR EMS Bureau To ensure that DFR leadership has a valid and verifiable five-year strategic plan for the EMS Bureau based upon national EMS best practices. 3.2 Scope of Work 3.1.1: Analysis of Current Operation To evaluate the current work flow, staffing matrix and procedures currently in place for DFR dispatch operations. To evaluate implications of shifting to the use of CROP (tiered EMS) program software and to make recommendations to DFR administration related to the implementation plan. Evaluation from the selected firm shall be on-going throughout the entire transition process and for a period of at least six months post implementation. Staffing matrices, both current and projected, shall be evaluated and recommendations will be given that seek to minimize any decline of industry call processing metrics as a result of CROP software implementation. Written reports detailing analysis results and recommendations shall be made at intervals determined by DFR administration These intervals will coincide near the completion of the major milestones of the three objectives listed in 3.1.1,3.1.2 and : Software analysis and purchase Evaluate current dispatch operations and software capability. Page 3 of 13
4 Research existing call response optimization software programs currently available in the marketplace. Based upon research results, present a product recommendation to DFR leadership for approval. The software package proposed should easily interface with the existing DFR CAD system. Procure the agreed upon software on behalf of DFR and the City of Dallas : Strategic Plan Evaluate where DFR EMS should be in five years, in light of the changing healthcare reform landscape. Evaluate the current operational and administrative capabilities of DFR EMS to include, but not be limited to: operations and deployment; business practices; technology requirements; data exchange capability; driver safety technology; and technology on the Rescues (ambulances). Draft a transitional five-year strategic plan for DFR EMS that includes an implementation plan with a year by year summary and projected implementation cost. 4.0 VENDOR REQUIREMENTS Vendor will provide all personnel, equipment, tools, materials, supervision, and other items and nonpersonal services necessary to conduct the required analysis. Vendor shall utilize employees who have the qualifications, education, experience, training and certifications necessary to provide all services as described in this RFCSP. Vendor shall dedicate a sufficient number of employees to provide all services in the manner required by and within the time requirements of the contract. The vendor shall conduct an initial kick-off meeting with the City to present a Plan of Action and Milestones for project execution within two weeks of date of contract execution. Vendor shall be available to conduct weekly conference calls or in-person meetings as requested by the City. 5.0 STATEMENT OF QUALIFICATIONS 5.1 Qualifications The qualifications and operational capabilities of prospective vendors are fundamental criteria, which the City will assess in selecting preferred Proposer(s). Vendor shall have all of the following qualifications: A minimum of five years experience in the field of providing consultation services to fire and EMS agencies with particular emphasis on analysis and implementation of fire department dispatch operations. The successful vendor will also have experience in all aspects of EMS operations. Experience conducting fire department dispatch and field operations analysis for large governmental agencies similar to Dallas, Texas. Experience in statistical analyses. Experience in calculating staffing requirements for fire department dispatch operations through industry standard mathematical calculations Experience with the implementation of call response optimization programs (Tiered EMS dispatch programs) in a large governmental fire department operation such as one that is comparable to, or larger than, Dallas Fire-Rescue Department. Experience facilitating group meetings. Page 4 of 13
5 Experience working with concepts, practices, and procedures in the area of fire department operations. Experience providing professional presentation to municipal government elected officials and management. The recommended consulting firm shall not be nor have financial ties to the software manufacturers being recommended to the City for purchase. Vendor shall be available, throughout the term of the contract, to meet with the City, in person, based on predetermined intervals at the discretion and request of the City. A meeting schedule will be developed based on major milestones such as project kick-off, research & recommendation, and Golive date. 6.0 GENERAL PROVISIONS 6.1 Proposal Submission Date All proposals shall be received at the address below no later than 2:00 p.m. on the due date, April 30th, All Proposals shall be addressed to: RFCSP# BHZ1414 Consultant Services for Dallas Fire-Rescue Department Dispatch and Emergency Medical Services Attn: Judy Levin-Simmons 1500 Marilla St., Suite 3FN Dallas, TX Any proposals received after 2:00 p.m. on the due date will be considered late and non-responsive and returned to the applicant unopened. The City reserves the right to reject any and/or all proposals or waive irregularities. If the proposer does not ask questions or clarify any assumptions, the City will assume proposer(s) understand(s) the City s requirements and that the proposer s offering will meet those needs at the price stated. 6.2 RFCSP Inquiries Prior to the pre-proposal conference and after the pre-proposal conference, all inquiries and requests for information regarding this RFCSP shall be submitted in writing to: judith.levinsimmons@dallascityhall.com All requests for information shall be submitted prior to the established RFCSP cutoff date and time. The cut off time for questions is the Wednesday April 23rd. Requests for information will not be honored beyond the established timeframe to allow sufficient time for distribution of the requested information to proposers. Responses provided will be written and will be issued via Addendum. Addenda will be made available electronically on the City s procurement website: No proposal negotiations, decisions or actions initiated by any proposers as a result of any verbal discussion with any City employee shall be binding upon the City of Dallas. Only proposers will be notified of any communications after the proposal closing. All inquiries shall be directed to the buyer assigned to this procurement. Inquiries are not to be directed to any consultant of the City or City staff member. Such action may disqualify proposers from further consideration of this RFCSP. Page 5 of 13
6 During the initial review of the RFCSP and preparation of proposals, proposer(s) may discover certain errors, omissions or ambiguities. If this is the case, or if the meaning of any part of this RFCSP is unclear, proposer(s) shall submit written questions to the buyer in time to allow the City to answer the questions and distribute written responses to all proposers before the RFCSP due date and time. The Business Development and Procurement Services Department will make all necessary arrangements for direct contact with other City departments, if required. 6.3 Pre-Proposal Meeting The City will hold a pre-proposal meeting for interested proposers concerning the specifications of this solicitation. The Pre-proposal conference will be at 10:00 A.M. on April 21th, The conference will be held Conference room A located on L1FN at City Hall, 1500 Marilla Street, Dallas, Texas, Do not rely on oral instructions for clarifications, verbal agreements or representations are not binding on the City. The Office of Business Development and Procurement Services will issue the City of Dallas official position in writing. Proposers are encouraged to attend the pre-proposal meeting to discuss any questions with the user department s representative(s). This will be the only contact between the proposer and the department during the bidding process. After the pre-proposal meeting, all correspondence shall go through the buyer. 6.5 Opening of Proposals All proposals must be in the office of the Business Development and Procurement Services Department no later than the proposal due date and time shown on the RFCSP Signature Page. Proposals will be opened by the City at 2:00 p.m. the day following the due date so as to avoid disclosure of contents to competing proposers. Proposer names will be publicly read. It is the responsibility of the proposer to clearly mark and identify all portions of the proposal, which, in the proposer s opinion, contain trade secrets, confidential information and other proprietary information. All proposals are subject to the Texas Open Records Act process. 6.6 Selection of Best Qualified Proposals An evaluation committee will review the proposals submitted by all proposers. On the basis of the evaluation criteria, the City will determine which proposal(s) are best qualified for the award of the contract. The City may at any time, investigate a proposer's ability to perform work. The City may ask for additional information about a company and its work on previous contracts. Proposers may choose not to submit such information in response to City of Dallas' request; however, if failure to submit such information does not clarify the City's questions concerning the ability to perform, the City may discontinue further consideration of a particular proposal. Please be aware that the City of Dallas may use sources of information not supplied by the proposer concerning the abilities to perform this work. Such sources may include current or past customers of the organization; current or past suppliers; articles from industry newsletters or other publications or from non-published sources made available to the City of Dallas. 6.7 Communication Page 6 of 13
7 It is essential that the awarded vendor respond clearly after receiving a telephone call or from the City. Written correspondence from the City of Dallas shall be answered within twenty-four (24) hours. The awarded vendor shall respond to phone calls and s from the City within four hours of receipt. The City of Dallas or its representative reserves the right to cancel this agreement anytime if the services are deemed unsatisfactory. 6.8 Discussion with Reasonably Qualified Proposals The City reserves the right to engage in discussions or conduct interviews, either oral or written, with the respondents determined by the evaluation criteria to be reasonably viable to being selected for award. If discussions or interviews are held, the buyer may request best and final offers. The request for best and final offers may include: Notice that this is the opportunity to submit written best and final offers. Notice of the date and time for submission of the best and final offer. Notice that if any modification is submitted, it shall be received by the date and time specified or it may not be considered. Notice of any changes in the Dallas Fire-Rescue Department s requirements. Following evaluation of the best and final offers, purchasing may select for negotiations the offer that is most advantageous to Fire-Rescue, considering price or cost and the evaluation factors in the RFCSP. After the most advantageous proposer(s) has been identified, contract negotiations may commence. If at any time contract negotiation activities are judged to be ineffective, Purchasing will cease all activities with the respondent and begin contract negotiations with the next highest ranked respondent. This process may continue until either both the respondent and Business Development and Procurement Services executes a completed contract or Business Development and Procurement Services determines that no acceptable alternative proposal exists. The City reserves the right to reject any or all proposals received or to award, without discussions or clarifications. Therefore, each proposal should contain the Respondent s best terms from a price and technical standpoint. 6.9 Rejection or Acceptance of Proposals This RFCSP does not commit the City to award any contract. The City reserves the right to reject any or all proposals, to waive technicalities or irregularities, and to accept any proposal it deems to be in the best interest of the City. The City shall not be liable for any costs incurred by any company responding to this RFCSP. The City will require the recommended proposer to sign the necessary contract documents prepared by the City Attorney's Office. A sample contract is included as an attachment Late & Withdrawn Proposals Proposals offered to the City after the time and date will not be accepted. Any proposal may be withdrawn prior to the scheduled due date Confidentiality Respondents are advised that materials contained in proposals are subject to open records after the contract award, and may be viewed and copied by any member of the public, including news outlets Page 7 of 13
8 and competitors. The Attorney General may make the final determination as to whether documents are releasable Disqualification of Proposers Proposers may be disqualified for any of the following reasons, but not limited to: Reason to believe collusion exists among the proposers. The proposer is involved in any litigation against the City of Dallas. The proposer is in arrears on an existing contract or has failed to perform on a previous contract with the City of Dallas within the past five years Invoicing Invoices shall reflect pricing in the contract provided to the City with the proposal submittal. Invoices submitted for payment shall include the following: Vendor name and remit address as listed with the City of Dallas. Service location address Date of service delivery Work performed Contract number including the name of person verifying the work done Total cost of the invoice. Invoices without proper order reference information shall be returned to the vendor for correction. Service provider will invoice the Dallas Fire-Rescue Department for the consultant services that have been completed. Under no circumstances will the City make payments in advance of services rendered. All invoices are to be sent to: City of Dallas Accounts Payable, 1500 Marilla St., Room 3EN, Dallas, TX Contract The successful vendor will be required to execute the form contract prepared and tailored for this particular program by the City Attorney's Office, which is attached and substantially represents the contract to be entered into. Unless and otherwise stated, the information requested concerning present or proposed operation is for evaluation purposes only and will not adversely impact proposals unless such information is omitted or differs materially from the specifications. The contract, by the City, may be terminated upon, not less than, 30 days notice to the successful vendor for convenience and for failure to satisfactorily perform the function for which the proposal is intended. Any contract award is not transferable or assignable without prior written approval by the City of Dallas Insurance Requirements The awarded vendor must provide a certificate of insurance evidencing proof of insurance coverage listed in Attachment 1 Insurance within 15 days of award. The City of Dallas will be provided a Waiver of Subrogation waiving Rights of Recovery against City of Dallas on the Workers Compensation/Employers Liability policy. The City will be shown as the certificate holder. This insurance must stay in force for the duration of the contract Method of Award The City reserves the right to award by the method deemed most advantageous to the City. The City will require the selected proposers(s) to execute a contract in substantially the same form as the sample attachment. The agreement will commence with the signing of contracts by the Page 8 of 13
9 successful proposers and the City of Dallas. City staff may elect to request the awarded vendor provide a live demonstration of the system to ensure the desired end result is obtained. No work shall commence until the contract document(s) are signed; and proposer has provided necessary evidence of insurance as required. In the event the parties cannot negotiate and execute a contract within the time specified, the City reserves the right to terminate negotiations with the selected proposers and commence negotiations with another proposer. If selected to provide the services, responses to the proposal will be considered as part of the firm's contractual responsibilities. Misrepresentation of the proposers ability to perform as stated in the proposal may result in cancellation of the contract award. The City of Dallas reserves the right to withdraw or reduce the amount of an award, or to cancel the contract resulting from this procurement if adequate funding is not available. The City of Dallas will require the Contractor to sign the necessary contract documents prepared by the City Attorney s Office. Contract documents are not binding on City until approved by the City Attorney and executed by the City Manager or appointee. Contract award will be subject to approval by the Dallas City Council. The City of Dallas will require the awarded vendor Contractor to sign the necessary contract documents prepared by the City Attorney s Office prior to going to Council. Proposers understands and agrees that if selected, it and persons designated by it to provide services in connection with a contract(s), is and shall be deemed to be an independent contractor of the City, responsible for its respective acts or omissions; and the City shall in no way be responsible for proposers actions. CITY S RESPONSIBILITY For services performed, the City shall pay the successful proposers an amount not to exceed the successful proposal amount. CONTRACTOR S RESPONSIBILITY A. In order for a proposal to be considered for funding, proposers must comply with the requirements as specified, and provide requested information and attachments. B. Contractor will assume complete responsibility for all tasks detailed in the "Scope of Services." C. Any task not specifically detailed in the specified work program as the responsibility of the City will be the responsibility of the contractor PRICING AND TERM 7.1 Pricing Page 9 of 13
10 This proposal shall be structured as a consultant services contract. Proposer shall provide all labor, equipment, supplies, and other services required to conduct the consultant services for Dallas Fire- Rescue Department Dispatch and Emergency Medical Services. Pricing should include costs to conduct the analyses and provide the associated software. If applicable, any expenses, such as supplies, printing, travel, etc. shall be passed through at vendor s cost. 7.2 Term The contract term of this agreement will be based on performance of the negotiated scope of services that most satisfy the requirements of this solicitation. 8.0 OUTLINE FOR RFCSP SUBMITTAL 8.1 Proposal All proposals shall be submitted in a sealed envelope clearly marked with BHZ1414 Consultant Services for Dallas Fire-Rescue Department Dispatch and Emergency Medical Services and the Proposal Due Date and Time. All submittals shall include one complete, original proposal marked ORIGINAL, seven complete original copies of the original proposal, four electronic copy on a flash drive or CD marked with the proposal number and the submitting firm s name, and other related documentation required by this RFCSP Cover Letter Table of Contents The name of the Proposer s legal entity that will be providing service to the City A short description of the Proposer s corporate structure, including the name of the parent company, if any, and affiliates doing business in Texas. Provide an organizational chart showing the structure to be used for this specific project and the roles and locations of each team member. Indicate if the firm or a sub consultant team member must hire additional personnel in order to complete this project in a timely manner? Provide a brief history of the firm including the number of years in the business of providing services similar to the requirements of this solicitation. Describe the firms experience and understanding of the following requirements: 1. Conducting comprehensive analyses of current Dallas Fire-Rescue Department (DFR) dispatch operations and make appropriate recommendations to improve and enhance those operations. Recommendation is to include but not be limited to improving technology and staffing model modifications. 2. Conduct a comprehensive analysis of current DFR Emergency Medical Services operations and work with DFR EMS Bureau leadership to formulate a five-year strategic plan that will include at a minimum: staffing for administrative functions; operational staffing and deployment; technology recommendations for Rescue (ambulance) fleet; and technology recommendations for data management 3. Researching and purchasing, on behalf of the City of Dallas, the most appropriate software to allow DFR dispatch operations to transition to a more appropriate level of EMD dispatch capability. Additionally, the successful bidder will include support and analysis through the entirety of the implementation of the EMD software to include at a minimum: necessary training for the implementation process; follow-through support and analysis for at least a Page 10 of 13
11 six month time frame post-implementation; and other support services as deemed necessary. Briefly describe the firm s approach to this project. The proposer may provide the firm s general approach to projects of this nature; however, the approach should specifically address issues, concerns, methodology, etc. that may be important on this project and indicate the firm s suitability for the project. 8.2 Methodology / Operation Provide resumes of staff expected to be assigned to this project and describe their roles and responsibilities. Indicate who will be the primary contact for the City. Provide a proposed project plan with timelines for the analyses, recommendation for the purchase of the software and strategic plan and the implementation. Proposer may recommend multiple approaches. Describe the proposed methodology to conduct the consultant services for dispatch and emergency medical services including: A description of the operational analysis process. The delivery method for analysis distribution. Online/electronic methods of operational analysis survey distribution are acceptable where feasible. Statistical methodology or the methods to analyze data. Software recommendation and strategic plan suggestions or the methods. The final product(s) that will be provided to the City. Sample of fire department operational analysis/software recommendation surveys and reports representative of what will be used in this City of Dallas project. A list of all materials with descriptions that will be provided to the City. 9.0 EVALUATION CRITERIA The City will conduct a comprehensive and impartial evaluation of all proposals received in response to the RFCSP. The City reserves the right to use any and all reasonable and relevant criteria in making its decision as to the best proposer. The City reserves the right to determine the overall qualifications under the RFCSP. A committee established for this purpose will evaluate all proposals. At the City s option, proposers may be contacted and invited to an oral presentation before the evaluation committee during the proposal evaluation process. The evaluation committee will determine the responsiveness and acceptability of each proposal according to established criteria. The criteria for evaluation are: Pricing 30 points Qualifications 25 points Each proposal will be evaluated as to the Proposer s capabilities and experience with similar type projects. Staffing size and types dedicated to the project. Qualifications and experience highlighting expertise and a proven track record of assigned personnel having significant roles with similar type projects. Project Understanding and Scope 10 points Page 11 of 13
12 Proposer s proposed work plan and approach to project Demonstrated understanding of the Scope of Work as evidenced in the submittal Proposed approach adequately answers questions Special concerns or techniques used Proper attention given to critical issues Confirmation of the proposal s approach to meet the requirements of the Scope of Work Proposers should have previous experience in performing similar or comparable work with an organization of similar size and complexity of the City of Dallas, and knowledge associated with CROP software. Past Performance 20 points Proposers will be evaluated for their success in delivering projects of an exact or similar nature. Each proposer should submit two comprehensive job analysis reports with testing recommendations for fire and/or police ranks in large governmental agencies similar to Dallas, Texas. Business Inclusion and Development Plan 15 points The 15% BID is broken down into the following: SUPPLIER DIVERSITY PROGRAM It is the policy of the City of Dallas to involve Minority and Women-Owned Business Enterprises to the greatest extent feasible on the City s construction, procurement, and professional services contracts. The City and its contractors shall not discriminate on the basis of race, color, religion, national origin, or sex in the award and performance of contracts. In consideration of this policy, the City of Dallas has adopted the Business Inclusion and Development Plan (BID Plan) for all City of Dallas contracts. The information shall be submitted with the proposal and shall include: Submission of an Affirmative Action Plan and/or Policy. If your company does not have an Affirmative Action Plan the Business Inclusion and Development Staff can provide the Affirmative Action Requirements (BDPS-PRO-204) which will serve as a template to be utilized for this criterion. The Ethnic Workforce Composition Report (BDPS-FRM-204). Submission of documentation showing the RFCSP/RFQ Contractor s Affidavit History of M/WBE Utilization Form (BDPS-FRM-205) on previous contracts on the form provided. Firm (s) Team make-up includes a significant number of diverse M/WBE firms in meaningful roles on the project. Please submit the RFCSP/RFQ Contractor s Affidavit Type of Work by Prime and Sub-consultant Form (BDPS-FRM-206). The name, address and telephone number of each M/WBE; (b) the description of the work to be performed by each M/WBE; and (c) the approximate dollar amount/percentage of the participation. Evidence of acknowledgement of the City s Business Inclusion and Development (BID) Plan, signed Business Inclusion and Development Affidavit (BDPS-FRM-203) that demonstrates intent to comply with the policy and evidence of M/WBE inclusion to meet the BID goal for the project. Assistance in preparing the Business Inclusion and Development (BID) forms may be obtained by contacting Resource Link team member, Richard Carrizales, at , or by sending an to richard.carrizales@dallascityhall.com. The City of Dallas reserves the right to consider any other factors that may be relevant to its needs including other value added services that may be proposed. Page 12 of 13
13 10.0 SUPPLEMENTAL INFORMATION The City reserves the right to request additional information from individual proposers, or to request all proposers to submit supplemental materials in fulfillment of the content requirements of this RFCSP, or to meet additional information needs of the City. The City may review any and all of the services performed by the Consultant under the awarded contract. The City is hereby granted the right to audit, at the City s election, all of the Consultant s records and billings relating to the performance of this Contract. The Consultant agrees to retain such records for a minimum of three years following completion of this contract. Page 13 of 13
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 informationCRAWFORD MEMORIAL PARK
REQUEST FOR QUALIFICATIONS (RFQ) FOR ENGINEERING AND LANDSCAPE ARCHITECTURE CONSULTING SERVICES FOR CRAWFORD MEMORIAL PARK CITY OF DALLAS PARK AND RECREATION DEPARTMENT FEBRUARY 15, 2018 CIZ1707 Page 2
More informationProposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.
April 26, 2018 Subject: RFP2M18-06: Request for Proposal Construction Management and Inspection Services for the Sewer Plant #7 Replacement Project. The City of Alhambra is requesting proposals from experienced,
More informationConsultant for the Development of Specifications Management and Operation of Dallas Fair Park Request for Proposals BBZ1702
Consultant for the Development of Specifications Management and Operation of Dallas Fair Park Request for Proposals BBZ1702 INTRODUCTION The City of Dallas (City) is soliciting proposals from vendors with
More informationTown 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 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 informationISSUED: MAY 3, City of Dallas Park and Recreation Department
REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL CONSULTING SERVICES FOR ROOF REPLACEMENT AND REPAIRS AT THE FAIR PARK AUTOMOBILE BUILDING AND VARIOUS OTHER FAIR PARK AND PARK AND RECREATION DEPARTMENT
More informationREQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL CONSULTING SERVICES CITY OF DALLAS PARK AND RECREATION DEPARTMENT
REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL CONSULTING SERVICES FOR AQUATICS PHASE 2 Bahama Beach Waterpark Upgrades Bachman Regional Family Aquatic Center (Phase 1) Exline Neighborhood Family Aquatic
More informationREQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT
SAN JOSE/EVERGREEN COMMUNITY COLLEGE DISTRICT 4750 San Felipe Road, San Jose, CA 95135 REQUEST FOR QUALIFICATIONS G2010.0069 ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT
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 informationREQUEST 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 informationPROPOSAL 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 informationAmalgamation Study Consultant
REQUEST FOR PROPOSAL RFP 2016 07 December 20, 2016 Amalgamation Study Consultant c/o City of Duncan, Administration Attention: Talitha Soldera, Director of Finance City of Duncan, 200 Craig Street, Duncan,
More informationPage 1. Date: January 24, Housing Authority of Travis County REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES SOLICITATION NO.
Date: January 24, 2017 Housing Authority of Travis County REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES SOLICITATION NO. HATC-01-2017 Issue Date: January 24, 2017 Qualifications Due Date: February 17,
More informationREQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION
REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION Prepared By: Madera County Transportation Commission 2001 Howard Road, Suite 201 Madera, California
More informationRequest for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1
City of Hinesville 115 East ML King Jr Drive Hinesville, GA 31313 Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1 Closing Date: December 20,
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 informationMontgomery 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 informationRequest 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 informationLEXINGTON-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 informationLondonderry Finance Department
Londonderry Finance Department 268 B Mammoth Road Londonderry, NH 03053 (603) 432-1100 Douglas Smith, Finance Director email: dsmith@londonderrynh.org Justin Campo, Senior Accountant Email: jcampo@londonderrynh.org
More informationPROGRAM OPPORTUNITY NOTICE EFFICIENCY MAINE TRUST CUSTOM INCENTIVE PROGRAM FOR DISTRIBUTED GENERATION PROJECTS PON EM
PROGRAM OPPORTUNITY NOTICE EFFICIENCY MAINE TRUST CUSTOM INCENTIVE PROGRAM FOR DISTRIBUTED GENERATION PROJECTS PON Opening: July 1, 2017 Closing: June 30, 2018 Updated: July 1, 2017 CONTENTS SECTION 1:
More informationCity of Malibu Request for Proposal
Request for Proposal North Santa Monica Bay Coastal Watersheds Monitoring Services Date Issued: April 26, 2016 Date Due: May 17, 2016, 4:00 P.M. The Qualifications Proposal and Cost Proposal must be submitted
More informationOREGON VOLUNTEER FIREFIGHTERS ASSOCIATION
OREGON VOLUNTEER FIREFIGHTERS ASSOCIATION REQUEST FOR PROPOSALS For GRANT ADMINISTRATION RFP No. 001-0810 Date Due: November 3, 2008 Time Due: 4:00pm SUBMIT PROPOSALS TO: Genoa Ingram Executive Director
More informationRequest for Proposal PROFESSIONAL AUDIT SERVICES
Request for Proposal PROFESSIONAL AUDIT SERVICES FORENSIC AUDIT OF CITY S FINANCE DEPARTMENT, URA ACCOUNTS AND DEVELOPMENT AUTHORITY ACCOUNTS PROCEDURES CITY OF FOREST PARK TABLE OF CONTENTS I. INTRODUCTION
More informationREQUEST 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 informationWEST VIRGINIA HIGHER EDUCATION POLICY COMMISSION REQUEST FOR PROPOSALS VERIFICATION AND DOCUMENT MANAGEMENT SERVICES RFP #19007.
WEST VIRGINIA HIGHER EDUCATION POLICY COMMISSION REQUEST FOR PROPOSALS VERIFICATION AND DOCUMENT MANAGEMENT SERVICES RFP #19007 Table of Contents Section 1 Section 2 Section 3 Section 4 Section 5 Section
More informationDALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP
DALTON PUBLIC SCHOOLS PURCHASING DEPARTMENT REQUEST FOR PROPOSAL FOR RFP FY18 Drivers Education RFP RFP NUMBER (FY18 Drivers Education) ISSUED February 5th, 2018 Request for Proposal To: All Proposers
More informationREQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services
REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services RESPONSE DUE by 5:00 p.m. on April 24, 2018 For complete information regarding this project, see RFP posted at ebce.org
More informationRequest for Proposals For Media and Public Relations Services for the HOUSING AUTHORITY OF THE CITY OF SHREVEPORT
The Housing Authority of the City of Shreveport Request for Proposals For Media and Public Relations Services for the HOUSING AUTHORITY OF THE CITY OF SHREVEPORT SUBMISSION DEADLINE: Friday, September
More informationCITY 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 informationREQUEST 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 informationRequest for Proposals
Request for Proposals Disparity Study PROPOSALS WILL BE RECEIVED UNTIL 12:00 Noon, Friday, July 27 th, 2018 in Purchasing Department, City Hall Building 101 North Main Street, Suite 324 Winston-Salem,
More information201 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 information1 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 informationRequest for Proposals
Request for Proposals Windows Ultrabook Laptops Public Notice West Platte R-II School District is currently seeking bids for Windows Ultrabook Laptops as described in the RFP on the West Platte R-II School
More informationDISTRICT 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 informationRequest for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018
Request for Proposal Internet Access Houston County Public Library System Erate Funding Year July 1, 2017 through June 30, 2018 REQUEST FOR PROPOSAL Internet Access Houston County Public Library System
More informationARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR
ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR Proposals must be submitted No later than 4:00 p.m. CDT July 30,
More informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL Regional Fiber Infrastructure Feasibility Study August 16, 2013 The Center for Rural Development 2292 South Hwy 27 Somerset, KY 42501 606-677-6000 The Center for Rural Development
More informationREQUEST FOR PROPOSAL
September 16, 2009 REQUEST FOR PROPOSAL CONSULTING SERVICES FOR THE ESTABLISHMENT OF STORMWATER UTILITY Sealed proposals will be received in the Purchasing Division on Friday, November 6, 2009 prior to
More informationREQUEST FOR PROPOSAL INFORMATION SECURITY CONSULTANT FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2013-P03
REQUEST FOR PROPOSAL INFORMATION SECURITY CONSULTANT FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2013-P03 INTRODUCTION The purpose of this proposal process is to identify potential consultants to
More informationRequest 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 informationRequest for Information and Qualifications RFIQ No Facility Asset Management Consulting Services
City of Coquitlam Request for Information and Qualifications RFIQ No. 17-11-04 Facility Asset Management Consulting Services Issue Date: November 24, 2017 File #: 03-1220-20/17-11-04/1 Doc #: 2764584.v4
More informationFORT WORTH HOUSING AUTHORITY REQUEST FOR PROPOSALS FOR LEGAL SERVICES
Fort Worth Housing Authority "Investing in the Community" FORT WORTH HOUSING AUTHORITY REQUEST FOR PROPOSALS FOR LEGAL SERVICES Issue Date: February 16, 2003 Proposal Due Date: March 17, 2003 10:00 a.m.
More informationTOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS. Issued August 1, 2017
TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS Issued August 1, 2017 Proposals Due-August 21, 2017 1 SECTION I: TERMS AND CONDITIONS 1 Invitation Qualified individuals
More informationCity of South Padre Island Request for Proposals (RFP) Due Date: Wednesday, September 4 th, 2013 at 2:00pm
City of South Padre Island Request for Proposals (RFP) Executive Search Firm City Manager Candidate Search Due Date: Wednesday, September 4 th, 2013 at 2:00pm RFP # 2013-04 City of South Padre Island Attn:
More informationSPECIAL ADMINISTRATIVE BOARD OF THE TRANSITIONAL SCHOOL DISTRICT OF THE CITY OF ST. LOUIS RFQ #:
SPECIAL ADMINISTRATIVE BOARD OF THE TRANSITIONAL SCHOOL DISTRICT OF THE CITY OF ST. LOUIS RFQ TITLE: On Call Professional Grant Writing Consultant Services RFQ #: 002-1718 DATE OF ISSUANCE: August 18,
More informationMontgomery 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 informationNOTICE TO CONSULTANTS REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES FOR GROUNDWATER MODELING AND INJECTION TESTING
NOTICE TO CONSULTANTS REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES FOR GROUNDWATER MODELING AND INJECTION TESTING March 30, 2018 Issued by: X Rob Livick, PE/PLS Public Works Director/City Engineer City
More informationREQUEST FOR QUALIFICATIONS
REQUEST FOR QUALIFICATIONS PROJECT AND CONSTRUCTION MANAGEMENT CONSULTANT RFQ # 17-001 DUE: April 12, 2017 1:00 P.M. Grandview School District #200 913 W. 2 nd Street Grandview, WA 98930 District Representative/Contact:
More informationREQUEST FOR PROPOSAL FOR A & E Services for the Spokane Tribe of Indians Health and Human Services Building
REQUEST FOR PROPOSAL FOR A & E Services for the Spokane Tribe of Indians Health and Human Services Building PROPOSAL NO. FY2012/008 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT
More informationTERREBONNE 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 informationRequest for Proposal. Housing Opportunity Program Development Services
Request for Proposal NEW JERSEY DEPARTMENT OF COMMUNITY AFFAIRS Housing Opportunity Program Development Services RFP Issued: July 6th, 2016 Proposal Deadline: July 26th, 2016 at 12:00 PM Purpose of Request
More informationRFP No. FY2017-ACES-02: Advancing Commonwealth Energy Storage Program Consultant
Massachusetts Clean Energy Center Request for Proposals (RFP): Advancing Commonwealth Energy Storage Program Consultant 1. PROGRAM SUMMARY AND GOALS RFP FY2017-ACES-02 Release Date: June 1, 2017 Applications
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 informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS Request for Proposal for Prosecutors Office Case Management Software ISSUED BY: Jefferson County Prosecuting Attorney P.O. Box 729 120 S. George Street Charles Town, WV 25414 Date
More informationCity of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR
Scott A. Smith Finance Director sasmith@somersworth.com (603) 692-9504 One Government Way Somersworth, New Hampshire 03878 (603) 692-4262 www.somersworth.com City of Somersworth, New Hampshire OFFICE OF
More informationPROGRAM OPPORTUNITY NOTICE EFFICIENCY MAINE TRUST CUSTOM INCENTIVE PROGRAM FOR ELECTRIC EFFICIENCY PROJECTS PON EM
PROGRAM OPPORTUNITY NOTICE EFFICIENCY MAINE TRUST CUSTOM INCENTIVE PROGRAM FOR ELECTRIC EFFICIENCY PROJECTS PON Opening: July 1, 2017 Closing: June 30, 2018 Revised: February 6, 2018 {P1472575.1} CONTENTS
More informationREQUEST 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 informationDigital Copier Equipment and Service Program
1200 ARLINGTON STREET GREENSBORO, NC 27406 Digital Copier Equipment and Service Program RFP #140-18 PROPOSAL TIMELINES May 15, 2018 June 4, 2018 June 27, 2018 July 9, 2018 Release of Proposals 3:00 p.m.
More informationREQUEST 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 informationLEGAL NOTICE Request for Proposal for Services
LEGAL NOTICE Request for Proposal for Services The Town of South Windsor, Connecticut, is seeking proposals for consultation services for the survey of historic buildings in Town. The project is funded
More informationMontgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104
Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 REQUEST FOR PROPOSAL (RFP) 2018-01 PROJECT MANAGEMENT/MIXED-FINANCE REAL ESTATE DEVELOPMENT CONSULTING SERVICES DATE ISSUED:
More informationREQUEST FOR PROPOSAL (RFP) FOR LOCAL COUNSEL LEGAL REPRESENTATION FOR LYCOMING COUNTY IN POTENTIAL OPIOID- RELATED LITIGATION
COUNTY OF LYCOMING PURCHASING DEPARTMENT Mya Toon, Lycoming County Chief Procurement Officer, CPPB Lycoming County Executive Plaza 330 Pine Street, Suite 404, Williamsport, PA 17701 Tel: (570) 327-6746
More informationThe School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services
Selection Process for Continuing Contract for Architectural & Engineering Services TABLE OF CONTENTS PROJECT DESCRIPTION... 1 POLICY - COMPETITIVE SELECTION PROCESS... 1 REQUIREMENTS OF DESIGN PROFESSIONAL
More informationSPOKANE INDIAN HOUSING AUTHORITY 6403 Sherwood Addition, P.O. Box 195 Wellpinit, WA (509) Fax: (509)
SPOKANE INDIAN HOUSING AUTHORITY 6403 Sherwood Addition, P.O. Box 195 Wellpinit, WA 99040 (509) 258-4523 Fax: (509) 258-7188 REQUEST FOR PROPOSAL NO: AMENDMENT #2 This amendment is to extend the closing
More informationREQUEST 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 informationRE: Request for Proposal Number GCHP081517
RE: Request for Proposal Number GCHP081517 Gold Coast Health Plan (GCHP) is interested in establishing multiple agreements with temporary labor service providers. Qualified Contractors will be placed on
More informationREQUEST 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 informationDecember, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport
December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport Dear Proposer: The Savannah Airport Commission is requesting proposals for
More informationGlenview School District Greenwood Rd Glenview IL Request for Qualifications For Architect Services
Glenview School District 34 1401 Greenwood Rd Glenview IL 60026 Request for Qualifications For Architect Services Eric Miller Assistant Superintendent for Business Services (847) 998-5008 A. Introduction
More informationREQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES WATER SYSTEM RELIABILITY STUDY CITY OF MT. PLEASANT WATER DEPARTMENT
REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES WATER SYSTEM RELIABILITY STUDY CITY OF MT. PLEASANT WATER DEPARTMENT The City of Mt. Pleasant, Michigan, is seeking a consultant to prepare a Reliability
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 informationGOODWILL YOUTHBUILD GED/High School Education Instruction
REQUEST FOR PROPOSALS FOR GOODWILL YOUTHBUILD GED/High School Education Instruction Issued By: Goodwill of the Olympics and Rainier Region YouthBuild Program 714 S 27 th St Tacoma, WA 98372 November 13,
More informationREQUEST 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 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 informationST. 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 informationTOWN 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 information5102P - Functional Consultant for PeopleSoft Financial and Supply Chain Management Release 9.2 Upgrade 1. Introduction
Request for Proposal Finance and Corporate Services Department 5102P - Functional Consultant for PeopleSoft Financial and Supply Chain Management 1. Introduction 1.1 The City of Richmond (the City ) invites
More informationREQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE ACTIVE TRANSPORTATION PROGRAM
REQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE ACTIVE TRANSPORTATION PROGRAM PROJECT NO. SEB-18-004 Issued by: City of Stockton Public Works Department 22 E. Weber Avenue,
More informationRFP # 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 informationREQUEST 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 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 informationSocial 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 informationSEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services
Department of Forests, Parks & Recreation 1 National Life Drive, Davis 2 Montpelier, VT 05620-3801 www.vtfpr.org Agency of Natural Resources SEALED PROPOSAL REQUEST FOR PROPOSAL Professional Archaelogical
More informationOntario College of Trades
Ontario College of Trades This document is a Request fo r Proposal (RFP) for Roster of vendors to facilitate: Ontario College of Trades 2018 Strategic Planning Initiative (planning, facilitating and reporting
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 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 informationREQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility
REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility 1 Borough of Kennett Square Request for Proposals (RFP) Feasibility Study
More informationRedevelopment Authority of Allegheny County
Request for Proposals (RFP) Architectural and Engineering Services Block and Lot No. 233-A-119 Block and Lot No. 233-A-122 Block and Lot No. 233-A-125 Block and Lot No. 233-A-126 Block and Lot No. 233-A-128
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 informationBOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES
TOWN OF KILLINGWORTH BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES DATE: February 14, 2018 1 I. INTRODUCTION A. General Information The Town of Killingworth is requesting proposals
More informationREQUEST FOR PROPOSALS. Professional Auditing Services. Proposal Mailing Date December 30, 2013
REQUEST FOR PROPOSALS Professional Auditing Services Proposal Mailing Date December 30, 2013 Proposal Submittal Deadline February 3, 2014 at 3:00 p.m. Contact Person: Sonya Williams Finance Director City
More informationThe 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 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 informationGeorgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)
NOTE: PLEASE ENSURE THAT ALL REQUIRED SIGNATURE BLOCKS ARE COMPLETED. FAILURE TO SIGN THIS FORM AND INCLUDE IT WITH YOUR PROPOSAL WILL CAUSE REJECTION OF YOUR PROPOSAL. Georgia Lottery Corporation ("GLC")
More informationRequest for Proposals (RFP)
Request for Proposals (RFP) Creative Arts Coordinator The City of Goshen Redevelopment Commission, assisted by the Mayor s Arts Council, is soliciting Proposals from individuals and/or firms interested
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 informationCOMMUNITY ACTION CORPORATION OF SOUTH TEXAS COMPETITIVE PROPOSAL TEEN PREGNANCY PREVENTION IMPLEMENTATION EVALUATION PROPOSALS DUE: May 26, 2017
COMMUNITY ACTION CORPORATION OF SOUTH TEXAS COMPETITIVE PROPOSAL TEEN PREGNANCY PREVENTION IMPLEMENTATION EVALUATION PROPOSALS DUE: May 26, 2017 At the following location: 204 E. First Street Alice, TX
More information