RFP # Construction Manager at Risk Services 2017 Additions and Renovation Projects

Size: px
Start display at page:

Download "RFP # Construction Manager at Risk Services 2017 Additions and Renovation Projects"

Transcription

1 2400 North Carroll Ave, Southlake, TX FAX The Carroll Independent School District is now accepting submissions for RFP # Construction Manager at Risk Services 2017 Additions and Renovation Projects Where the Construction Manager is also the Constructor One Step Selection Process Due Date and Time: January 17, 2018 at 10:00 a.m. CST Sealed Requests for Proposals (RFP) will be received in accordance with the attached specifications. The sealed envelope containing your RFP should be plainly marked with the RFP title, number, and due date and time. Please Note: Late RFPs will not be accepted. Mail or deliver complete Request for Proposal package to: Carroll Independent School District Attn: Diane Billmeier, Purchasing Specialist 2400 North Carroll Ave. Southlake, Texas Request for Proposal Construction Manager at Risk Services RFP # Page 1 of 19

2 REQUEST FOR CONSTRUCTION MANAGER AT RISK Sealed Qualification / Proposal for the work identified below in accordance with Proposal Documents thereof and such addenda there to as may be issued prior to date of qualification/proposal being received by the Board of Trustees, Carroll independent School District, until proposal closing date and time, as identified below. OWNER: PROJECT: PRE-PROPOSAL MEETING: PROPOSAL DATE AND TIME: LOCATION: ARCHITECT: Carroll Independent School District Additions and Renovation Projects January 9, 2018 at 2:00 p.m. CST at Carroll ISD Administration Building Wednesday, January 17, :00 a.m. CST Receipt of Sealed Qualification/Proposal Carroll Independent School District Administration Building, Purchasing 2400 North Carroll Avenue Southlake, Texas (817) Projects (A) (B) LPA, Inc McKinney Ave., 7 th Floor Dallas, Texas Projects (C) (D) Natex Corporation Architects 2500 Wilcrest, Suite 650 Houston, Texas Proposal Documents will be available beginning December 16, 2017 and may be obtained by downloading from the Carroll ISD website: or by ing purchasing@southlakecarroll.edu Page 2 of 19

3 GENERAL REQUIREMENTS The Carroll Independent School District CISD, or the District, is requesting sealed competitive offers for Construction Manager at Risk Services. The District reserves the right to approve proposals from multiple offerors in order to fulfill its needs at time of contract. The District reserves the right to reject any or all offers, or parts thereof, based on the results of submitted offers. Proposal packets may be downloaded from the District website: or ing a request to purchasing@southlakecarroll.edu Instructions and Checklist for Forms Completion 1. Read this Request for Proposal in its entirety 2. Read Notice to Vendors New Laws 3. Complete and sign the Proposal Form 4. Complete and sign the Addenda Form, if applicable 5. Complete and sign the Performance Bond Form, if applicable 6. Complete and sign the Payment Bond Form, if applicable 7. Complete the Proposal Evaluation Waiver 8. Complete the Statement of Non-Collusion 9. Complete the Affidavit of Non-Discriminatory Employment 10. Complete the Certificate of Residency 11. Complete the Statement of Debarment 12. Complete the Felony Conviction Notice Form 13. Complete the Conflict of Interest Questionnaire (CIQ) Form (refer to Carroll ISD website for a current list of Board members and Administrative officers) 14. Complete Form 1295 per instructions 15. Complete Senate Bill (SB) 9 form(s) if at any time during the contract there will be direct contact with students 16. Include a valid copy of Certificate of Liability Insurance in return packet 17. Include a completed and signed copy of your company s current W9 All of the applicable forms and the required proposal documentation as outlined in the proposal document Submission Format & Requirements section and any supplemental information deemed necessary must be submitted before the January 17, :00 a.m. CST deadline. Carroll ISD will not accept proposals that are submitted via facsimile or . Any proposal received later than the specified due date and time, whether delivered in person or mailed, shall be rejected and returned unopened to proposing company. The time/date stamp clock at the Carroll ISD Administration Center shall be the official time for determining the time of receipt. Page 3 of 19

4 Proposal may be withdrawn or revised prior to the scheduled time for opening, provided, request for such withdrawal is received in writing before the time set for opening. After opening, no Sealed RFP may be withdrawn less than ninety (90) days after the actual date of the opening. Any alteration, addition, deletion or erasure made to proposals prior to the deadline for submission of proposals must be initialed and dated by the signer of the proposal, guaranteeing authenticity. It is the responsibility of all Offerors to examine the entire proposal package, seek clarification of any item or requirement that may not be clear, and check all responses for accuracy before submitting a response. The District reserves the right to hold all proposals for ninety (90) days from the proposal receipt date without action, to reject any or all proposals and to accept any proposal or any combination of proposals deemed most advantageous to Carroll ISD and to waive any informalities in bidding. A proposal in response to a RFP is an offer by an Offeror to contract with Carroll ISD based upon the terms, conditions and specifications contained in Carroll ISD s proposal invitation. Proposals do not become contracts unless, and until, they are accepted by Carroll ISD in accordance with the District s procurement rules and legal procedures. SPECIAL TERMS AND CONDITIONS 1. Successful bidder shall follow all requirements outlined in the proposal document 2. Timely service is critical to the success of this contract. The ability to deliver required service will be a major factor in the evaluation process for the award of this contract. 3. Notification of late scheduled services Successful bidder must notify Carroll ISD when scheduled services cannot be met within the specified time. If the successful bidder is unable to provide service within the specified time, the District may seek an alternate source. Successful bidder will be held liable for increases in service cost performed by another vendor. 4. Deviations to any/all requested options in this proposal are subject to approval by Carroll ISD prior to any resultant award. 5. Length of contract: TBD 6. Carroll ISD reserves the right to request copies of original invoices for any materials purchased by the successful contractor(s) and charged to Carroll ISD. Further, Carroll ISD reserves the right to purchase and supply materials for any work performed by successful contractor(s) under this contract. Page 4 of 19

5 7. Carroll ISD shall not be held responsible for any goods delivered or services performed without a Carroll ISD purchase order electronically signed by an authorized agent and/or proper authorization from the Carroll ISD Financial Services Department. 8. Price Adjustments: - No price increase will be considered for the hourly rate within the first thirty (30) months of the contract. - If during the term of the contract, the contractor s labor costs are increased, the contractor shall request in writing to the Owner s Rep. for a corresponding contract price adjustment. Such application must be accompanied by sufficient information in writing to justify approval. - If during the term of the contract, the contractor s cost for labor are lowered and such savings are passed along to other customers, it is understood and agreed that the benefits of such reduction shall be extended to the Carroll ISD. - Only one price review is allowed per calendar year during the term of the contract. - The cost plus percent quoted for materials and supplies shall remain firm for the term of the contract. No adjustment will be allowed. 9. The District reserves the right to not consider a proposal if a service charge, minimum dollar, or minimum quantity is applied. 10. Unless otherwise noted, any quantities provided for this Request for Proposal are estimated volume and do not represent a purchase contract quantity. Carroll ISD reserves the right to purchase quantities that are fewer, greater, or even none for the line items presented based on needs at given times during the period of this pricing contract. 11. The bidder agrees that supplies or services furnished under any resultant purchase order by Carroll ISD shall be covered by the most favorable commercial warranties information and certificates shall be furnished and become the property of the District upon delivery of said items and all rights and remedies stated in the warranties must be honored by the manufacturer. 12. All supplies/equipment supplied under this contract must be new. 13. All products offered must have passed the first line quality standard as set by the manufacturer and no seconds, blemished articles, or items containing defective workmanship are allowed. 14. Substitutions will not be allowed on any services without the prior approval from the Carroll ISD. Page 5 of 19

6 15. TAX EXEMPTION. Carroll ISD, by law, is exempt from most taxes. Offeror to retain on file a copy of a tax-exempt form submitted by CISD. Offeror is encouraged to allow for an automated tax exemption, not requiring the department buyer to request exemption. If awarded contract, Offeror may obtain a copy of the Carroll ISD Tax Exemption Certificate by contacting the Financial Services Department. 16. SIGNED CONTRACTS OR AGREEMENTS: Any contracts or agreements requiring a signature may only be signed by the Assistant Superintendent for Financial Services. Any contracts or agreements signed by any District employee other than the Assistant Superintendent for Financial Services shall be considered null and void. REQUIREMENTS FOR CONTRACT WORK WITHIN CARROLL ISD Under the Laws of the State of Texas, certain requirements must be met for work within a public school district. A. The following forms are included in the VENDOR REQUIREMENTS PACKET FOR SUBMISSION WITH PROPOSAL. Forms must be completed, signed and returned with the proposal. Page 6 of PROPOSAL EVALUATION WAIVER 2. STATEMENT OF NON-COLLUSION 3. STATEMENT OF DEBARMENT 4. CERTIFICATE OF RESIDENCY 5. AFFIDAVIT OF NON-DISCRIMINATORY EMPLOYMENT 6. FELONY CONVICTION NOTICE 7. CONFLICT OF INTEREST QUESTIONNAIRE (CIQ) Effective May 25, 2007, Section , Local Government Code requires that persons or agents who enter or seek to enter into a contract with a local government entity shall file a completed conflict of interest questionnaire (Form CIQ), if they have an employment or other business relationship with an officer or family member of an officer of the entity or have given the officer or family member gifts in excess of $250 aggregated over a twelve-month period. Failure to disclose this information is a Class C misdemeanor. This requirement will be addressed in all requests for bids or proposals but vendors doing business with the district by purchase orders must also complete this form.

7 8. Form FINGERPRINT-BASED APPLICANT CLEARINGHOUSE OF TEXAS Effective January 1, 2008, Senate Bill 9 requires school district contractors to obtain state and national criminal history background searches on employees that may have direct contact with students, and to receive those results through the Texas Department of Public Safety (DPS) criminal history clearinghouse, known as FACT, or Fingerprint-based Applicant Clearinghouse of Texas. The database serves all Texas school districts, so compliance in one district meets compliance in other districts. Since work under the proposed scope of services proposal may occur on active school campuses, the contractor and its employees are required to comply with these measures. Vendors must have an existing transaction or contract with a Texas School District in order to apply for a DPS account. Since this proposal process will not qualify, Offeror shall complete the section in the Offer form providing an indication of: a) Vendor already possesses an SB9 account and the proper Letter of SB9 Certification is provided in Offer submission -- or--- b) Vendor acknowledges the SB9 requirement and agrees to obtain DPS account and provide the proper letter of SB9 Certification prior to commencing work on Carroll ISD property. If the Offeror s proposal is approved, the district will provide the proper letter indicating a transactional relationship with vendor for use in applying for an SB9 account with DPS. Instructions for completing the FACT process are included in the VENDOR REQUIREMENTS PACKET with the SB9 documents. The State charges a fee per applicant. Cost of compliance is the responsibility of the vendor. Upon acceptance of a proposal and the assignment of a project contract, the awarded contractor will be required to provide Carroll ISD with notification that all employees that will be on the job site have completed the requirements of Senate Bill 9 before commencing work. Page 7 of 19

8 B. Statutory Performance and Payment Bonds PAYMENT BONDS are required on projects in excess of $25, PERFORMANCE BONDS are required on projects in excess of $100, The successful bidder will furnish a performance and payment bond in an amount equal to one hundred percent (100%) of the total amount of the contract sum when required as specified in the amounts listed above. Bonding Company (underwriter) shall be currently registered with the Secretary of State and with the State Board of Insurance. Surety must be acceptable to Owner. This bond shall be conditioned upon the faithful performance of the work in accordance with the plans, specification, and contract documents. Said bond shall be for the protection of Carroll ISD and of all claimants supplying labor and material as hereinafter defined, in the prosecution of the work provided in said contract. (Article 5160, Texas School Law Bulletin) This performance and payment bond shall be presented, to owner, within ten (10) days or prior to beginning work, whichever is less. Payment and performance bonds must remain in force throughout the warranty period of the contract. C. Insurance: Page 8 of 19 To protect the District and its employees against liability, loss, or expense in the event of damage to property, injury, or death to any person or persons arising in any way out of or in connection with or resulting from the work provided hereunder, Contractor shall procure and maintain, at its sole expense and until acceptance of the work by the district, insurance as hereinafter enumerated in policies which shall be subject to the District's approval as to form, amount and issuing company. Amounts listed are minimum. a. Worker's Compensation and Employer's Liability Insurance: Worker's Compensation Coverage with statutory limits in conjunction with Employer s Liability Insurance with limits no less than $500,000 per accident/disease is required. b. Commercial Automobile Liability and Property Damage covering all owned, non-owned and hired vehicles to be used in performance of this work: Bodily Injury and Property Damage coverage shall be in an amount no less than $100,000 per person/$300,000 per occurrence/$100,000 property damage. c. Commercial General Liability Damage Insurance: Comprehensive general liability insurance in the amount of $500,000 per occurrence. d. Umbrella Liability Insurance: Liability on a following form basis with a limit not less than $1,000,000 per occurrence in excess of all primary limits. Certificates of Insurance acceptable to the Owner (CISD) shall be filed with the Owner prior to commencement of work. These Certificates shall name the

9 Carroll ISD as an additional insured and contain a provision that coverage afforded under the policies will not be cancelled until at least thirty days prior written notice has been given to the District. This insurance shall be kept in force during the contract period. Such insurance shall be with a company which is rated A or better and operates under certificates of authorization issued by the State of Texas. D. Sign-in & Identification Badges: For the safety of students and staff, all Contractors will sign-in at the campus administration office when entering a district facility to begin work. All Contractor personnel will be expected to submit their driver s license or other government issued photo identification card to the district administrator in charge of admissions at the campus. A prominently displayed district provided identification tag shall be worn with the Contractor s company identification badge at all times when working on district property. --End of General Terms and Conditions Page 9 of 19

10 SUBMISSION FORMAT & REQUIREMENTS Submit four copies of the following information in 3-ring binders, organized in the following manner: TAB 1: PROPOSAL FORM 1. Proposal forms 2. Required forms 3. Complete and sign the Proposal Form 4. Addenda Form, if applicable 5. Performance Bond Form, if applicable 6. Payment Bond Form, if applicable 7. Proposal Evaluation Waiver 8. Statement of Non-Collusion 9. Affidavit of Non-Discriminatory Employment 10. Certificate of Residency 11. Statement of Debarment 12. Felony Conviction Notice Form 13. Conflict of Interest Questionnaire (CIQ) Form 14. Complete Form 1295 per instructions 15. Senate Bill (SB) 9 form(s) 16. Certificate of Liability Insurance in return packet 17. Current W9 END OF TAB 1 Tab 2: CMR QUALIFICATIONS 1. Submit AIA Form 305-Contractor s Qualification Statement. 2. Provide a list of all school construction projects that have been completed by your firm in the last 5 years. Include the following information at a minimum: Name of project / type Square Footage of project Contract cost and final cost Delivery Method (I.E. Bid, CSP, SMR, DB) Start Date, substantial completion date, final payment date Owner s construction representative, phone & & fax Project architect, phone & & fax 3. Describe the preconstruction services you will provide for each project relative to the actual construction schedule. Page 10 of 19

11 4. Describe your firm s method of estimating cost, and for scheduling during the design / documents phases. 5. Attach a sample conceptual cost estimate prepared during the design phase of the project, and the final cost estimate / breakdown used to fix the contract amount for the same project. The identity of the project may be concealed. The intent is to see the nature and format of the cost information provided. END OF TAB 2 Tab 3: FIRM PHILOSOPHY & PROJECT MANAGEMENT 1. Describe your firm s approach in response to the project schedule, site conditions, etc. Provide any specific management plans, comments, or concerns you have regarding the individual project for which you are submitting. 2. Describe your firm s general philosophy for handling CMR projects. 3. How Carroll ISD will benefit from using your firm as CMR. 4. Explain: How you obtain subcontractor and material proposals or bids. Your policy on subcontractor bonding. How would you determine the amount of contractor contingency to be included in the GMP for these projects? How may cost increases affect the projects? (I.E. steel, concrete, etc.) How will this be managed to minimize contractor / owner risk? END OF TAB 3 Page 11 of 19

12 TAB 4: PROJECT STAFFING 1. Provide the resume of the Project Manager and references w / # s 2. Provide the name of the Project Superintendent and References w / # s 3. Provide a list of personnel to be utilized on the project(s) for which you are submitting, clearly indicating all staff involved in the project, their location (on site, home office etc.) and how their salary is funded (I.E. CM fee, General conditions or Cost of Work. Information is to reflect the fees submitted in this proposal. END OF TAB 4 PROVIDE ONE COPY OF SEPARATELY BOUND INFORMATION FINANCIAL INFORMATION One copy of your firm s financial information including a cash flow and balance sheet for the last two years (audited preferred) in a sealed manila envelope. SAFETY INFORMATION Provide one copy of your Safety Manual (separately bound) And Submit your Worker s Compensation Modifier for the current year and three previous years. And Submit your TRIR (total recordable incident rating). END OF SEPARATE BOUND INFORMATION Page 12 of 19

13 SELECTION PROCESS The selection process for this project will be accomplished in a one-step process as provided in the Texas Public Education Statute; Chapter 44, Subchapter B. The District will receive, publicly open, and read aloud the name of the offerors Within forty-five (45) days after the date of opening the proposals, the District will evaluate and rank each proposal submitted in relation to the criteria set forth in the Request for Construction Management at Risk Proposals. The selection process will follow the stipulations of the Texas Public Education Statute, Chapter 44, sub-chapter B. A selection committee may be appointed by the School Board of Trustees The District reserves the right to waive any informality and to reject and or accept any or all Proposals. Proposals will be evaluated and ranked by the selection committee. The ranking is based upon the following criteria and weights: Weighted Selection Criteria. Submitted proposal responses shall include information sufficient to evaluate the criteria set forth for Contractors and their proposals. The proposals and qualifications of all Contractors that respond to this solicitation will be evaluated using the criteria specified in Subchapter B, Section (b), Texas Education Code, specifically: Point Criteria Details Values 20% Precon Fee & CM Fee Proposed price based on Bid/Proposal Schedule 4% GC Fee 20% Reputation of the vendor and of the vendor s goods or services References from prior projects of a comparable nature performed on a performance-contracting basis. List of litigation in which the CONTRACTOR is involved. Experience with the full range of responsibilities contemplated for this project. List of similar construction jobs performed within the last 5 years, listing description, construction amount, owner, and engineer. Page 13 of 19

14 15% Quality of the vendor s goods or services 15% Extent to which the goods and services meet the district s needs 5% Vendor s past relationship with the district 5% Total longterm cost to the district to acquire the vendor s goods or services 1% Impact on the ability of the district to comply with laws and rules relating to historically underutilized businesses, if applicable Project management personnel s experience with similar projects. Indicate only staff to be directly involved with the project. Product data, testing results Include ability to create project schedules and adhere to them. List of current projects, owner, contract amount, and percent complete. Evaluation by District and/or its staff s first hand knowledge of history of favorable/non-favorable transactions References from sub-contractors used on previous jobs to indicate fiscal responsibility. Proof of Insurance and Bonding capability. Financial statement current - within last six months of proposal HUB certifications, as presented. 15% Transparency Contractors procurement process Auditing of the project Owners comfort that the expenditures are clearly understood with no conflict of interest on the part of the contractor Page 14 of 19

15 SUMMARY OF WORK There are four separate projects that Carroll ISD will be selecting CMAR services for with this RFP. The CMAR Contractors will need to submit a Proposal Form for each project that the CMAR Contractor is submitting for consideration. Carroll ISD may select a different CMAR Contractor for each of the four separate projects. The four separate projects are described as follows; DESCRIPTION A. PROJECT (A): The Baseball / Softball Complex Phase II and The Indoor Facility Renovations This project will include, but is not limited to miscellaneous additions, renovations and new construction on the existing Sr. High School campus in CISD. B. PROJECT (B): The Additions and Renovations to Old Union Elementary School This project will include, but is not limited to new classrooms, new administration areas, site work and other related items. C. PROJECT (C): The Additions and Renovations to Johnson Elementary School This project will include, but is not limited to new classrooms, new administration areas, site work and other related items. D. PROJECTS (D): The Additions and Renovations to Carroll Elementary School This project will include, but is not limited to new classrooms, new administration areas, site work and other related items. SCHEDULE FOR THE PROJECTS This projects will need to work around the school program requirements with a goal of completing these projects by December Page 15 of 19

16 PRECONSTRUCTION SERVICES The Construction Manager selected for each project will provide the following: 1. Key project personnel shall attend meetings with the District and Architect to review the project status. 2. Make recommendations on material changes and possible economies and provide resources as required to assist the Architect and Owner in making decisions. 3. If any estimate submitted to the District exceeds the District budget the Construction Manager shall make recommendations to the District and Architect to reduce the cost of the projects. 4. Participating in Construction Document Plan Reviews. 5. When the Construction Drawings and Specifications are completed for any given phase of the project the Construction Manager shall propose a Guaranteed Maximum Price for the project up to that amount which shall be the sum of the estimated Cost of the work, including the General Conditions and the Construction Manager s Fee. GENERAL CONDITIONS FEE General Conditions will be calculated in the following manner: The General Conditions Fee is to include the following items. Items not listed or shown below as Cost of Work items are to be included in the Cost of Work. The CM will provide a percentage of the subcontractor and material bids, excluding overhead and profit for their General Conditions Fee on the proposal. General Conditions Fee is to include: Job site supervision including superintendent, assistant superintendent, help, project manager, if located on site. Traffic control, safety measures and OCIP coordination Permit coordination Mobilization and de-mobilization Field office furnishings Office supplies and equipment Field office maintenance and repair Copier and copier supplies Storage Radios Page 16 of 19

17 Construction fence for entire site (installation, removal, maintenance) Clean-up finish areas site, paving, and walks Dumpsters Temporary protection (fire and weather) Temporary protection (security- not including night watchman) Monthly toilets Monthly telephone and cell phones Small equipment rental Small equipment purchasing Small tool purchase First aid OSHA drawings Close-out manuals Printing of plans over 30 sets Printing of shop drawings Estimating Scheduling Scheduling updates Vehicles Vehicles fuel and maintenance Warranty work fuel and maintenance Warrant work and coordination Association dues Street barricades and traffic control Travel expenses CSP advertising for subcontractors to establish the GMP COST OF WORK Costs of Work Items are as follows: Job site layout and field engineering Permit fees Performance and Payment Bonds Subcontractor Bonding (Must be mutually agreed upon prior to establishing the GMP) Business Auto insurance Project signs Access construction Temporary utilities (power, water, gas-does not include telephone) Equipment start up and testing Monthly fuel and oil Scaffolding Page 17 of 19

18 Hoisting materials Final clean up SCHOOL DISTRICT S EXPECTATIONS FOR RISK The District expectations of the successful Construction Manager and the reason for utilizing the Risk process are as follows: 1. The CM is to actively participate in the review of the design development and construction documents bringing forward their expertise in construction detailing, cost estimating, scheduling, constructability, etc.to the greatest extent possible for the benefit of the project and all parties. 2. CM is to be forthright and transparent in all financial matters relating to this project to the benefit of all parties. 3. Any subcontractor bonding requirements will be disclosed prior to establishing the SMP and mutually agreed upon by the CMR and the Owners Rep. 4. A Contractor s contingency amount is to be established and agreed upon up front in the GMP expenditures from the Contractor s contingency will be utilized as necessary by the contractor with specific approval from the Owners Rep., with the balance of savings to be returned to the District. This contingency will be listed as a line item on the pay application and all expenditures will be explained to the District during construction. 5. The CM is to actively solicit qualified and competitive subcontractors and obtain competitive sealed proposals or lump sum bids. The decision of CSP or lump sum will be approved by the Owners Rep. Carroll Independent School District strives to obtain quality goods and services in the most cost effective manner possible while supporting the local economy. The District also believes that the engagement of businesses, including HUB s based within the boundaries of the school district help to achieve this goal. Plans are to be posted at specified plan rooms and every effort is to be made to encourage participation of local business enterprises. Describe how your firm will endeavor to achieve these goals. 6. The CM is to utilize sound cost savings ideas and excellent construction coordination and problem solving for the benefit of the project. 7. CM is to embrace the Risk process to the greatest extent possible by keeping the best interest of the project in mind and working with each team member in a pro-active manner. 8. Job site personnel are to understand the difference between R and CSP or Low Bid contracts. 9. The CM is to provide clarifications, expectations, or concerns relating to the construction contract, insurance requirements. Page 18 of 19

19 Page 19 of 19 END OF PROPOSAL REQUIREMENTS PROPOSAL FORMS FOLLOW

20 NOTICE TO VENDORS NEW LAWS Effective September 1, 2017, there are new legal requirements for Texas school districts related to contracting that will apply to any agreement between your company and Carroll ISD. Certain information regarding three of these new requirements is included below for your reference. However, it is your responsibility to ensure compliance with state law. Please consult your attorney for any legal advice. 1. Texas Govt. Code Chapters 2270 & 808 (House Bill 89) As part of entering any agreement with Carroll ISD and by responding to this solicitation, vendor agrees as follows: pursuant to Texas Government Code Chapter 2270, vendor represents and warrants to Carroll ISD that vendor does not boycott Israel and will not boycott Israel during the term of any agreement with Carroll ISD. 2. Texas Govt. Code Chapter 2252 (Senate Bill 252) Carroll ISD is prohibited from entering into contracts with companies engaged in business with Iran, Sudan or a Foreign Terrorist Organization. The list of designated Foreign Terrorist Organizations is prepared and maintained by the Texas Comptroller and is available on the Comptroller s website, currently located at: A list of scrutinized companies that do business in Iran or Sudan or with a Foreign Terrorist Organization shall also be made available by the Comptroller. As part of entering any agreement with Carroll ISD and by responding to this solicitation, vendor represents and warrants to Carroll ISD that vendor is not engaged in business with Iran, Sudan or a Foreign Terrorist Organization, and is not listed on the divestment statutes lists maintained by the Texas Comptroller. 3. Texas Education Code Section (House Bill 3270) ***The requirements below and in Educ. Code Section are specific to contracts related to public works/construction. Other vendors shall continue to comply with the requirements found in Education Code and as listed elsewhere in this solicitation*** a. New Education Code Section applies to required Criminal History Record Information ( CHRI ) for Public Works/Construction Contracts including engineering, architectural, or construction services (contractors as well as subcontractors). b. It is the vendor s responsibility to comply with Section (or Section , as applicable); to obtain background checks on covered employees; and to certify to Carroll ISD that the background checks have been completed, all

21 relevant and required CHRI has been received, and vendor is in compliance with the law. c. Generally, Section applies if an employee has or will have: (1) continuing duties related to the contracted services; and (2) opportunity for direct contact with students. d. Generally, an employee does not have the opportunity for direct contact with students if: (1) The services do not involve the construction, alteration, or repair of an instructional facility (as that term defined in Educ. Code Sec ); (2) The services involve construction of a new instructional facility and the employee's duties related to the services will be completed not later than the 7 th day before the first day the facility will be used for instructional purposes; or (3) The services involve an existing instructional facility and the work area contains sanitary facilities and is separated from all areas used by students by a secure barrier fence not less than six feet (6') in height; and the vendor adopts, informs employees, and enforces a policy at the work area prohibiting employees, including subcontractor s employees, from interacting with students or entering areas used by students.

22

23

24

25

26

27

28

29

30

31

32

33

34

35

36

37

38

39

40

41

42

43

44

45

46

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT INVITATION TO BID Contractor Services Associated with: WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN

More information

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER-AT-RISK, TWO-STEP PROCESS

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER-AT-RISK, TWO-STEP PROCESS REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER-AT-RISK, TWO-STEP PROCESS GUADALUPE COUNTY EXISTING ROAD & BRIDGE SHOP RENOVATION 2605 N. Guadalupe St., Seguin, TX 78155 COUNTY WORK PROJECT RFQ NO. 2017-5302

More information

ADDENDUM NO. 02 May 16, The Request for Qualifications for Construction Manager(s) at Risk dated April 18, 2018

ADDENDUM NO. 02 May 16, The Request for Qualifications for Construction Manager(s) at Risk dated April 18, 2018 Page 1 ADDENDUM NO. 02 May 16, 2018 The Request for Qualifications for Construction Manager(s) at Risk dated April 18, 2018 REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER(S) AT RISK For Package E:

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL For Construction Manager as Constructor for Tri-North Middle School Response Due: April 2, 2018, 1:00 pm MCCSC Service Building 560 E. Miller Drive Bloomington, IN 47401. REQUEST FOR

More information

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER AT RISK SERVICES TWO STEP PROCESS

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER AT RISK SERVICES TWO STEP PROCESS REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER AT RISK SERVICES TWO STEP PROCESS Construction of Decatur HS 2018 Additions and Renovations DECATUR HIGH SCHOOL February 20, 2018 Table of Contents Construction

More information

LIBERTY HILL INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK SERVICES

LIBERTY HILL INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK SERVICES LIBERTY HILL INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK SERVICES Pursuant to the provisions of Texas Education Code 44.038, as amended, it is the intention

More information

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES The Fayette County School District (FCSD) desires to retain the services of a professional Construction

More information

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

More information

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR CASTRO AVE. AND F.M. 462 WATER IMPROVEMENTS PUBLISHED DATE: March 1, 2018 RESPONSE DUE DATE: April 24, 2018 Interested vendors must submit a RESPONSE PACKAGE

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS 702 KAR 4:160 KENTUCKY DEPARTMENT OF EDUCATION REQUEST FOR PROPOSALS for CONSTRUCTION MANAGEMENT SERVICES School District: Project: Boyle County Boyle County Middle School RFP Date: June 20 30, 2016 CONTENTS

More information

SUPERINTENDENT SEARCH FIRM OPENING 2:00 P.M.

SUPERINTENDENT SEARCH FIRM OPENING 2:00 P.M. 1. SCOPE 1.1. Hays Consolidated Independent School District (HCISD) requests proposals for an experienced professional search firm specializing in employment searches for Superintendents of Schools to

More information

Job No REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGEMENT SERVICES

Job No REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGEMENT SERVICES CLEAR CREEK INDEPENDENT SCHOOL DISTRICT Job No. 2019.408 REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES (CM AT RISK) (TWO STEP PROCESS) CCISD 2017 BOND PROGRAM Step One Districtwide Security

More information

N O T I C E T O B I D D E R S

N O T I C E T O B I D D E R S N O T I C E T O B I D D E R S The Grand Prairie Independent School District will receive bids on a continual basis: Until 4:30 p.m. (CST) Wednesday, May 31, 2017 FOR: Fundraiser Services RFP #16-01 Prospective

More information

N O T I C E T O B I D D E R S

N O T I C E T O B I D D E R S N O T I C E T O B I D D E R S The Grand Prairie Independent School District will receive bids on a continual basis: Until 4:30 p.m. (CST) Tuesday, May 31, 2016 FOR: Fundraiser Services BID #15-01 Prospective

More information

REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER. New Combined Court Facility In Montezuma County

REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER. New Combined Court Facility In Montezuma County REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER New Combined Court Facility In Montezuma County 12/11/2015 Prepared by: Montezuma County 109 W. Main, Room 302 Cortez, CO 81321 Melissa

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

ENNIS INDEPENDENT SCHOOL DISTRICT

ENNIS INDEPENDENT SCHOOL DISTRICT To: Prospective Vendors: RFP: 83120 Ennis ISD As Needed Vendor To be an approved vendor and to keep our approved vendors updated in our system for the Ennis Independent School District we need for your

More information

ENNIS INDEPENDENT SCHOOL DISTRICT

ENNIS INDEPENDENT SCHOOL DISTRICT NOTICE TO BIDDERS Bid Title: HVAC Units, RFP 13118 The Ennis Independent School District is soliciting Request for Proposal (hereafter called proposal) for the products/services per the specifications

More information

WILLIAMS COUNTY HIGHWAY COMPLEX REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT-RISK. January 2nd, PO Box E.

WILLIAMS COUNTY HIGHWAY COMPLEX REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT-RISK. January 2nd, PO Box E. WILLIAMS COUNTY HIGHWAY COMPLEX REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT-RISK January 2nd, 2014 PO Box 2047 205 E. Broadway Williston, ND 58802 1 TABLE OF CONTENTS INSTRUCTIONS TO RESPONDENTS

More information

N O T I C E T O B I D D E R S

N O T I C E T O B I D D E R S N O T I C E T O B I D D E R S The Grand Prairie Independent School District will receive bids on a continual basis: Until 4:30 p.m. (CST) Thursday, August 31, 2018 FOR: Fundraiser Services RFP #17-03 Prospective

More information

UNIVERSAL SCREENING ASSESSMENTS OPENING 2:00 P.M.

UNIVERSAL SCREENING ASSESSMENTS OPENING 2:00 P.M. 1. SCOPE 1.1. Hays Consolidated Independent School District (HCISD) requests proposals to provide online Universal Screening Assessments for reading and math for students in grades K-8 district-wide. 1.2.

More information

N O T I C E T O B I D D E R S

N O T I C E T O B I D D E R S N O T I C E T O B I D D E R S The Grand Prairie Independent School District will receive bids until: Date of Award until August 31, 2015 FOR: Teaching Aids, Instruction & Curriculum Materials & Supplies

More information

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

Notice to Bidders. No faxed or  ed bids will be accepted. Bids received after the closing time will not be accepted. KEN BASS DIRECTOR OF PURCHASING 214 NORTH 5 TH STREET WACO, TEXAS 76701 (254) 757-5016 FAX (254) 757-5068 Notice to Bidders Sealed bids will be received by the McLennan County Purchasing Department at

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER-AT-RISK

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER-AT-RISK AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER-AT-RISK MD ANDERSON AGREEMENT No. This Agreement is made as of, 2015 (the Effective Date ), by and between The Owner: The University of Texas M. D. Anderson

More information

(PRICES MUST BE EXTENDED) ITEM QTY ARTICLES AND DESCRIPTION UNIT PRICE AMOUNT Cisco Wireless Networks per attached specifications.

(PRICES MUST BE EXTENDED) ITEM QTY ARTICLES AND DESCRIPTION UNIT PRICE AMOUNT Cisco Wireless Networks per attached specifications. IRVING INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 2621 West Airport Freeway IRVING, TX 75062 PHONE: (972) 215-5440 FAX: (972) 215-5442 This is NOT AN ORDER. It is an invitation to bid or propose.

More information

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS INVITATION FOR BIDS CATCH BASIN CLEANING SERVICES March 29, 2018 Town Hall 10 Central Street Manchester-By-The-Sea, MA 01944 (P) 978-526-1242 (F) 978-526-2007

More information

Request for Fee Proposals (RFFP) Progressive Design-Build Services. New High School

Request for Fee Proposals (RFFP) Progressive Design-Build Services. New High School Request for Fee Proposals (RFFP) Progressive Design-Build Services New High School Issaquah School District February 12, 2018 TABLE OF CONTENTS 1. INTRODUCTION 2. PROJECT OVERVIEW 3. APPLICATION OF FEE

More information

The Liberia Annual Conference Monrovia, Liberia. REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR

The Liberia Annual Conference Monrovia, Liberia. REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR The Liberia Annual Conference Monrovia, Liberia REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR NEW RESIDENTIAL TWO-STORY CLASSROOM BUILDING AND VOCATIONAL SCHOOL

More information

L IBERTY C OUNTY, T EXAS

L IBERTY C OUNTY, T EXAS L IBERTY C OUNTY, T EXAS Bid Documents for ROAD CONSTRUCTION SERVICES BID # 18-18 BIDDER S CHECKLIST 1. The Bid Form/Bidder Certification has been signed and is the first page of the bid. 2. The Specifications

More information

DUNCANVILLE HIGH SCHOOL COLLEGIATE ACADEMY RENOVATION

DUNCANVILLE HIGH SCHOOL COLLEGIATE ACADEMY RENOVATION SOLICITATION/RFP INFORMATION REQUIREMENTS REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT AT RISK (One Step Process) RFP # 16-17.007 FOR DUNCANVILLE HIGH SCHOOL COLLEGIATE ACADEMY RENOVATION FOR THE DUNCANVILLE

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

REQUEST FOR PROPOSALS (RFP) CONSTRUCTION MANAGER AS CONSTRUCTORS LAWRENCE POLICE DEPARTMENT HEADQUARTERS

REQUEST FOR PROPOSALS (RFP) CONSTRUCTION MANAGER AS CONSTRUCTORS LAWRENCE POLICE DEPARTMENT HEADQUARTERS April 12, 2018 REQUEST FOR PROPOSALS (RFP) CONSTRUCTION MANAGER AS CONSTRUCTORS LAWRENCE POLICE DEPARTMENT HEADQUARTERS I. Authority The City of Lawrence is seeking a Construction Manager as Constructor

More information

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

I. PROJECT DESCRIPTION

I. PROJECT DESCRIPTION REQUEST FOR QUALIFICATIONS The Board of Education of the Mariemont City School District (the Owner ) is seeking sealed, signed, written qualification statements from qualified Construction Management firms

More information

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BIDS SNOW REMOVAL AND SANDING USM GORHAM 1.0 GENERAL INFORMATION

More information

N O T I C E T O B I D D E R S

N O T I C E T O B I D D E R S N O T I C E T O B I D D E R S The Grand Prairie Independent School District will receive bids until: Tuesday, June 23, 2015 at 10:00 AM CST FOR: Fresh Apple Slices for Food Service RFP #15-02 Prospective

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

construction plans must be approved for construction by the City PBZ department.

construction plans must be approved for construction by the City PBZ department. City of Forest Park Request for Proposals Architectural Services for the Forest Park Public Works Department Mandatory Pre-Proposal Conference April 13, 2016 at 10:00 am Bid Deadline May 20, 2016 at 2:00

More information

Document A133 TM. AGREEMENT made as of the day of in the year 20 (In words, indicate day, month and year.)

Document A133 TM. AGREEMENT made as of the day of in the year 20 (In words, indicate day, month and year.) Document A133 TM 2009 Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price AGREEMENT

More information

GENERAL CONDITIONS. 6. BID PRICES are to remain firm for one (1) year from date of award, unless otherwise specified.

GENERAL CONDITIONS. 6. BID PRICES are to remain firm for one (1) year from date of award, unless otherwise specified. GENERAL CONDITIONS THE WORDS BIDS, PROPOSALS, QUOTES AND THEIR DERIVATIVES MAY BE USED INTERCHANGEABLY IN THESE TERMS AND CONDITIONS. THESE TERMS AND CONDITIONS ARE APPLICABLE ON ALL BIDS, PROPOSALS, QUOTES,

More information

NAVARRO INDEPENDENT SCHOOL DISTRICT 6450 N. State Hwy 123 Seguin, TX (830)

NAVARRO INDEPENDENT SCHOOL DISTRICT 6450 N. State Hwy 123 Seguin, TX (830) April 13, 2016 NAVARRO INDEPENDENT SCHOOL DISTRICT 6450 N. State Hwy 123 Seguin, TX. 78155 (830) 372-1930 REQUEST FOR QUALIFICATIONS PROFESSIONAL ANNUAL AUDITING SERVICES FOR FISCAL YEAR ENDING August

More information

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office For For The Issue Date: June 1, 2018 Due Date: June 25, 2018 by 10:00 a.m. Central Time Submit RFP to: Benton County Commission c/o Michelle McLerran Kreisler P.O. Box 1238 316 Van Buren Warsaw, Missouri

More information

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

More information

GRAND PRAIRIE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS. Program Management Services for Facilities Construction/Upgrades/Maintenance

GRAND PRAIRIE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS. Program Management Services for Facilities Construction/Upgrades/Maintenance GRAND PRAIRIE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS Program Management Services for Facilities Construction/Upgrades/Maintenance Funded by 2015 Bond/TRE Revenues REQUEST FOR QUALIFICATIONS

More information

1.1. Hays Consolidated Independent School District (HCISD) requests proposals for Administrative Contracted Services.

1.1. Hays Consolidated Independent School District (HCISD) requests proposals for Administrative Contracted Services. 1. SCOPE 1.1. Hays Consolidated Independent School District (HCISD) requests proposals for Administrative Contracted Services. 1.2. HCISD is seeking to establish an agreement with business entities and/or

More information

INVITATION TO SUBMIT PROPOSAL

INVITATION TO SUBMIT PROPOSAL INVITATION TO SUBMIT PROPOSAL DISTRIBUTION/MAILOUT ISSUE DATE: 04-24-2018 The Alvin Independent School District will receive sealed PROPOSALS For PROPERTY INSURANCE as specified. Enclosed for your convenience

More information

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN13-004 DESIGN CRITERIA PROFESSIONAL SERVICES REQUEST FOR QUALIFICATIONS (RFQ) NO. EN13-004 FOR A DESIGN CRITERIA PROFESSIONAL

More information

Plano Independent School District Competitive Sealed Proposal

Plano Independent School District Competitive Sealed Proposal Plano Independent School District Competitive Sealed Proposal CSP# 2016-056 CSP Title: CSP Opening Date: Pre-bid meeting: Contact: Guinn Special Programs Center Addition August 2 nd, 2016 @ 3:00 pm July

More information

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,

More information

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C) Request for Proposals t o provide Janitorial Services Residence Halls RFP-18111 Due Date Proposal Submissions March 8, 2018 by 3:00 p.m. MANDATORY Pre-Proposal Meeting March 1, 2018 @ 2:00 p.m. in New

More information

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: Friday, April

More information

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM INVITATION FOR BIDDER'S PROPOSALS, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM OWNER: Village of Libertyville 200 East Cook Avenue Libertyville, Illinois 60048-2090 1. Invitation to Bid: Owner invites sealed

More information

LVIN ISD. Purchasing Department. Independent Contractor/Consultant Agreement CCA Packet

LVIN ISD. Purchasing Department. Independent Contractor/Consultant Agreement CCA Packet LVIN ISD Purchasing Department Independent Contractor/Consultant Agreement CCA Packet Contracts with a yearly aggregate under $10,000 within a specified AISD category. Valid per school year. New Vendor

More information

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR Spray foam services At Wyoming County of Wyoming Animal shelter PRC # 2018009820 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that the County of Wyoming

More information

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT INVITATION TO BID Contractor Services Associated with: WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN RESERVES

More information

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will

More information

SPECIALIZED TUTORING LIVE INSTRUCTION OPENING 2:00 P.M.

SPECIALIZED TUTORING LIVE INSTRUCTION OPENING 2:00 P.M. 1. SCOPE 1.1. Hays Consolidated Independent School District (HCISD) requests proposals for Online Specialized Tutoring (Live Instruction) for students in secondary grades district-wide. 1.2. HCISD will

More information

REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS

REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS ARCHITECTURAL NEEDS ASSESSMENT AND DESIGN SERVICES FOR CITY OF DICKINSON REQUEST FOR QUALIFICATIONS #1401-02 RFQ SUBMITTAL DEADLINE: FEBRUARY 21, 2014

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

Austin Independent School District Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas

Austin Independent School District Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas 78703-5399 March 22, 2016 REQUEST FOR QUALIFICATIONS The Austin Independent School District is soliciting Statements of Qualifications

More information

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES SILVER FALLS SCHOOL DISTRICT REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES DEADLINE FOR RECEIPT OF RFP: TO BE OPENED BY: May 1, 2016 at 3:00 p.m. Superintendent Andy Bellando Silver Falls School District

More information

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES The intent of this Request for Qualifications (RFQ) is to solicit responses from Energy Service

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

More information

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS 1. INTRODUCTION Van Dyke Public Schools is requesting proposals from Energy Services Companies (ESCOs)

More information

BASE PROPOSAL, ALTERNATE PROPOSAL, LIST OF SUBCONTRACTORS AND QUALIFICATIONS DUE: DATE AND TIME: THURSDAY, FEBRUARY 9, 2017 AT 2:00 P.M.

BASE PROPOSAL, ALTERNATE PROPOSAL, LIST OF SUBCONTRACTORS AND QUALIFICATIONS DUE: DATE AND TIME: THURSDAY, FEBRUARY 9, 2017 AT 2:00 P.M. INSTRUCTIONS TO PROPOSERS PROJECT NAME: PROJECT ADDRESS: PROJECT NUMBER: ELGIN ISD PAVING RENOVATIONS 1002 N. AVE C ELGIN, TX 78621 CSPC201704 BASE PROPOSAL, ALTERNATE PROPOSAL, LIST OF SUBCONTRACTORS

More information

CITY OF PORT ARANSAS, TEXAS REQUEST FOR QUALIFICATIONS (RFQ) ENGINEERING PROFESSIONAL SERVICES NOTICE TO BIDDERS

CITY OF PORT ARANSAS, TEXAS REQUEST FOR QUALIFICATIONS (RFQ) ENGINEERING PROFESSIONAL SERVICES NOTICE TO BIDDERS CITY OF PORT ARANSAS, TEXAS REQUEST FOR QUALIFICATIONS (RFQ) ENGINEERING PROFESSIONAL SERVICES NOTICE TO BIDDERS NOTICE is hereby given that the City of Port Aransas, Texas, is soliciting proposals for

More information

Wayne County Community College District Eastern Campus 5901 Conner St Detroit, MI 48213

Wayne County Community College District Eastern Campus 5901 Conner St Detroit, MI 48213 November 21, 2018 Attention General Contractors: is hosting a NON-MANDATORY Pre-Bid Conference on Thursday, November 29, 2018, at 10:30 am. The District is inviting your company to attend this non-mandatory

More information

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION Notice is hereby given that the City of Highwood is seeking bids for Roadway Snow Removal and

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS

More information

Hallsville Independent School District REQUEST FOR PROPOSALS. RFP# Waste Disposal and Cardboard Recycling Services

Hallsville Independent School District REQUEST FOR PROPOSALS. RFP# Waste Disposal and Cardboard Recycling Services Hallsville Independent School District REQUEST FOR PROPOSALS RFP# 2018-02 Waste Disposal and Cardboard Recycling Services Hallsville Independent School District is soliciting proposals for Waste Disposal

More information

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGER-AT-RISK

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGER-AT-RISK REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGER-AT-RISK MD ANDERSON CANCER CENTER Cord Blood Bank Lab and Office Space Build Out PCPF No.: 11-0068 RFP No.: 521283/RKC SUBMITTAL DUE DATE: June 28, 2011 2:00

More information

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building City of Forest Park Request for Proposals s 5977 Lake Dr. Community Building Mandatory Pre-Proposal Conference May 12, 2014 at 10:00 am Bid Deadline May 19, 2014 at 2:00 pm Purpose: The City of Forest

More information

REQUEST FOR PROPOSAL (RFP) CONSTRUCTION MANAGER-AT-RISK LAKE TRAVIS HIGH SCHOOL - PERFORMING ARTS CENTER (PAC) and FIRST FLOOR OF C-WING RENOVATIONS

REQUEST FOR PROPOSAL (RFP) CONSTRUCTION MANAGER-AT-RISK LAKE TRAVIS HIGH SCHOOL - PERFORMING ARTS CENTER (PAC) and FIRST FLOOR OF C-WING RENOVATIONS LTISD PURCHASING DEPARTMENT 16101 HWY 71, BLDG B AUSTIN, TX 78738 February 14, 2018 REQUEST FOR PROPOSAL (RFP) CONSTRUCTION MANAGER-AT-RISK LAKE TRAVIS HIGH SCHOOL - PERFORMING ARTS CENTER (PAC) and FIRST

More information

Cypress-Fairbanks Independent School District

Cypress-Fairbanks Independent School District Cypress-Fairbanks Independent School District Bid Information Contact Information Ship to Information Bid Owner Olivia Ledesma - Bid Coordinator Address 12510 Windfern Rd. Address Various Campuses Email

More information

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September

More information

CAMERON INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ENERGY SAVING PERFORMANCE CONTRACT TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

CAMERON INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ENERGY SAVING PERFORMANCE CONTRACT TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES CAMERON INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ENERGY SAVING PERFORMANCE CONTRACT TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES The intent of this Request for Qualifications (RFQ) is to solicit

More information

ALPINE SCHOOL DISTRICT 490 North State Street, Lindon, Utah Office (801) Fax Number (801)

ALPINE SCHOOL DISTRICT 490 North State Street, Lindon, Utah Office (801) Fax Number (801) ALPINE SCHOOL DISTRICT 490 North State Street, Lindon, Utah 84042 Office (801) 717-4760 Fax Number (801) 785-8782 July 12, 2011 Notice to Contractors: Alpine School District is requesting Bids for Construction

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Promotional Tee Shirts, Long Sleeve Shirts, Zip Hoodies, and Pullover Hoodies RFP NUMBER: 16877 DATED: 3/15/2018 TABLE OF

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

More information

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520) REQUEST FOR PROPOSALS Energy Performance Contracting Services INTRODUCTION The City of Coolidge will accept competitive sealed proposals for energy performance contracting services at the address or physical

More information

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS The City of Levelland is seeking proposals to install two playgrounds in the Levelland Park System. Sealed proposals clearly marked on the outside

More information

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

INVITATION TO BID Town Hall First Floor Renovation Project, Windsor CT. Town Hall First Floor Renovation Project, Windsor CT. INVITATION TO BID 1. Sealed bids are invited by the Town of Windsor Public Building Commission, Windsor, CT, hereinafter called the Owner, for the Project: "Town Hall First Floor Renovation Project, Windsor

More information

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch The St. Charles City-County Library is accepting bids pursuant to this Invitation for Bid from qualified

More information

COMPANY NAME: RFP #

COMPANY NAME: RFP # NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217 Requests for Proposals will be received in the Office of the Executive Director of Procurement & ecommerce for DISTRICT WIDE

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

THE CITY OF BRENTWOOD 2348 South Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR 2015 VIDEO PRODUCTION SERVICES

THE CITY OF BRENTWOOD 2348 South Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR 2015 VIDEO PRODUCTION SERVICES THE CITY OF BRENTWOOD 2348 South Brentwood Blvd. Brentwood, MO 63144 REQUEST FOR PROPOSAL FOR 2015 VIDEO PRODUCTION SERVICES THIS IS NOT AN ORDER RFP 2015 Video Production Services Page 1 of 14 CITY OF

More information

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S SMALL TOWN VALUES 1115 13TH AVENUE PO BOX 79 SIDNEY NEBRASKA 69162 BIG TIME OPPORTUNITIES PHONE (308) 254-5300 FAX (308) 254-3164 www.cityofsidney.org City of Sidney Request for Qualifications and Proposal

More information

WEXFORD COUNTY REQUEST FOR PROPOSALS

WEXFORD COUNTY REQUEST FOR PROPOSALS WEXFORD COUNTY REQUEST FOR PROPOSALS Central Dispatch 911 Center Architectural Services ISSUED BY: WEXFORD COUNTY BOARD OF COMMISSIONERS Date: September 28, 2018 Project Representative: Elaine Richardson

More information

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor)

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor) OREGON STATE UNIVERSITY CM/GC CONTRACT (Construction Manager/General Contractor) THE CONTRACT IS BETWEEN: OWNER: Oregon State University And CONSTRUCTION MANAGER/ GENERAL CONTRACTOR (referred to as Contractor

More information

Construction Management-at-Risk Agreement

Construction Management-at-Risk Agreement This ( Agreement ), by and between the Lone Star College ( LSC or Owner ) and ( Construction Manager ), referred to as Party individually or Parties collectively, shall become effective upon the date this

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. (15036) (CGC Golf Cart Batteries) Bid Release: (1-28-2015) Bid Questions Deadline: Bid Due Date: (2-05-2015) @ 10:00 am (2-11-2015) @ 3:00 pm Postal Return

More information

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION PARTNERS 13-107 PROJECT IDENTIFICATION 000000-1 PROJECT IDENTIFICATION PROJECT: CITY OF NEW BALTIMORE DPS BUILDING ADDITION OWNER: CITY OF NEW BALTIMORE 36535 Green Street New Baltimore, MI 48047 ARCHITECT:

More information

ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE HOUSING AUTHORITY OF THE CITY OF MCKINNEY, TEXAS

ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE HOUSING AUTHORITY OF THE CITY OF MCKINNEY, TEXAS ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE HOUSING AUTHORITY OF THE CITY OF MCKINNEY, TEXAS The Housing Authority of the City of McKinney, Texas ("MHA") is soliciting

More information

REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS

REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS REQUEST FOR QUALIFICATIONS #0911-04 RFQ SUBMITTAL DEADLINE: DECEMBER 22, 2009 at 10:00 AM REQUEST FOR QUALIFICATIONS #0911-04 SCHEDULE SUMMARY Monday

More information

Proposal No:

Proposal No: City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Demolition Asbestos /Abatement of Two (2) Structures

More information

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None City of Anaheim Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services December 5, 2013 Pre-bid Conference: None Bid Due Date: December 19, 2013 2:00 PM, Pacific Standard Time Submit bid

More information

Proposal Response Date: March 18, 2019, at 1:00p.m.

Proposal Response Date: March 18, 2019, at 1:00p.m. CONSULTANT SERVICES Architectural & Engineering Design Services Tracey Elementary & West Rocks Middle School Cafeteria and Kitchen Improvements Norwalk Public Schools REQUEST FOR PROPOSAL Proposal Response

More information

Administrative Policy for Procurement, Bidding, Bid Specifications, Consulting, Request For Qualifications (RFQ), and Evaluation Criteria

Administrative Policy for Procurement, Bidding, Bid Specifications, Consulting, Request For Qualifications (RFQ), and Evaluation Criteria CITY OF LARAMIE Policy Title: Administrative Policy for Procurement, Bidding, Bid Specifications, Consulting, Request For Qualifications (RFQ), and Evaluation Criteria Policy Number: 2014-01 Page 1 of

More information

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name: INVITATION FOR BID Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit Company Name: IFB No. IFB-CL-1909 Date of Issue: October 12, 2018 Bid Due Date: October

More information