REQUEST FOR QUALIFICATIONS

Size: px
Start display at page:

Download "REQUEST FOR QUALIFICATIONS"

Transcription

1 NOTICE TO VENDORS Solicitation For Scope Direct all questions to: Pre-Bid Conference and Site Visitation: Send Response to Qualification packages will be received until: Public Opening Bid Security Anticipated Award Date NO BID REQUEST FOR QUALIFICATIONS RFQ ELECTRICAL FACILITY COMMISSIONING SERVICES Request For Qualifications to establish Professional Services for Clear Creek Independent School District Bonds 2013 Program and other projects. Please direct your questions to Greg Cruthirds, Director of Purchasing at: (281) or gcruthir@ccisd.net Not Applicable Sealed qualifications will be received at: Clear Creek Independent School District, Attn: Greg Cruthirds, Director 2145 West Nasa Blvd, Webster, TX :00 PM, Tuesday, December 8, 2015 Any Qualification packages received later than the specified time, whether delivered in person or mailed, shall be disqualified and returned to the vendor unopened. Sealed Procurements will be publicly opened and read in accordance with Texas Education Law The responses will be under evaluation and not available for public review until seven business days after approval by the Board of Trustees Not Applicable December 14, 2015 IF YOU ARE NOT RESPONDING TO THIS PROCUREMENT, PLEASE CHECK THE NO-BID BOX AND FILL-IN ACKNOWLEDGEMENT INFORMATION BELOW Acknowledgement Company Name: Name Of Agent Authorized to sign bids or contracts: Title Physical Address: City, State, Zip: Telephone: Fax: for Correspondence: Having carefully examined the Notice to Vendors, General Terms and Conditions, Certifications, Special Conditions, Specifications, and all other parts and attachments to this submission, the undersigned Vendor's Agent proposes to furnish materials, equipment and services as presented. Failure to sign WILL disqualify the offer. Authorized By Greg Cruthirds, Director of Purchasing, CCISD Date Signature Authorized Vendor s Agent Date

2 RFQ# Electrical Facility Commissioning Services PAGE 2 OF 17 SCOPE THE INTENTION OF THIS REQUEST FOR QUALIFICATIONS (RFQ) IS TO SOLICIT RESPONSES FROM QUALIFIED RESPONDENTS TO PROVIDE PROFESSIONAL SERVICES FOR, BUT NOT LIMITED TO, THE CLEAR CREEK INDEPENDENT SCHOOL DISTRICT BONDS 2013 PROGRAM AND OTHER PROJECTS. The selected firm(s) will be responsible for working with the Facilities and Planning Department to provide: Electrical and Facility Commissioning Services GENERAL TERMS AND CONDITIONS These terms and conditions are applicable to and form a part of all contract documents and purchase orders issued as a result of award. 1. CONTRACT TERM - This contract will be effective for the duration of the Bonds 2013 Program, with possible renewal options. 2. INTERPRETATION - If a person contemplating submitting an offer for the proposed contract is in doubt as to the true meaning of any part of the qualification package documents, he/she may submit a written request for an interpretation. 3. LATE QUALIFICATION PACKAGES - Qualification packages not received and date/time stamped by the District Purchasing Office by or before the submission closing time is not accepted. Late courier and/or hand delivery attempts will be refused. Late mail deliveries will be held unopened (Vendor will be advised by mail that the submission was late and not accepted and will be allowed to pick up the submission package or furnish a call tag and have the package picked up by a courier. The District is not responsible for mail, courier or other delivery methods' in-transit time or non-delivery. U.S. Mail is not delivered to the District until after 11:00 A.M., daily. Fax or electronically transmitted submissions are not acceptable. 4. CERTIFICATIONS The following signed forms and certifications are required submissions by all vendors offering submissions. Vendor Information Form, W-9, Non-Collusive Bidding Certificate, Resident/Non-Resident Certification, Felony Conviction Notification, References, Validity, Acknowledgement, Clean Air and Water Act, Debarment / Suspension Form. 5. SUBMISSION FORMAT / SUBMISSION Submit the Original Signed submission in a sealed envelope on the forms and in the format provided. Mark the envelope with the contract number and name and mail or deliver to: Request For Qualifications No Due: 2:00 P.M. TUESDAY, DECEMBER 8, 2015 Attn: Greg Cruthirds, Director CCISD Purchasing Department 2145 West Nasa Blvd. Webster, TX SUITABILITY - The District reserves the right to accept or reject all or any part of any submission, waive minor formalities, to be the sole judge of quality and suitability and award the submission deemed to be most advantageous to the District.

3 RFQ# Electrical Facility Commissioning Services PAGE 3 OF EXCEPTIONS - Any exceptions taken to the terms and conditions of this submission request must be clearly stated, in writing, and attached as a part of the submission. 8. TAXES - The District is exempt from Federal Excise Tax, State and Local Tax. Do not include tax in your submission totals. If it is determined that tax was included in the submission, it will not be included in the tabulation or any awards. Tax exemption certificate will be furnished upon request. 9. GOVERNING LAW - All items and services offered shall conform to all applicable local, state and federal laws, ordinances and regulations. 10. INDEMNIFICATION - Successful vendor(s) shall indemnify and save harmless Clear Creek Independent School District from and against any and all claims, demands, damages, lawsuits, expenses, costs, liabilities, injuries, liens, and causes of action of any and every nature whatsoever, arising out of, resulting from, or in any manner connected with or concerning the performance of the work hereunder, and the contractor hereby agrees to defend any and all such actions brought against Clear Creek Independent School District for any and all expenditures, or expenses, including, but not limited to, court costs and attorney's fees, made or incurred by Clear Creek Independent School District, and/or by reason of any such suit or suits. 11. EQUAL EMPLOYMENT OPPORTUNITY - All Vendors shall be in compliance with Executive Order 11246, entitled Equal Employment Opportunity as amended by Executive Order 11375, and as supplemented in the Department of Labor Regulations (41CFR Part 60). No individual shall be excluded from participating in, denied the benefit of, subjected to discrimination under, or denied employment in the administration of, or in connection with, any such program because of race, color, religion, sex, national origin, age, handicap, or political application or belief. 12. PATENT RIGHTS - Successful vendors shall indemnify and protect the District from any claim involving patent right or copyright infringement on goods supplied. 13. APPROPRIATED FUNDS - For any fiscal year beginning September 1, the District's obligation under any purchase order, contract, or service agreement arising from this submission request is contingent upon the availability of appropriated funds from which payment for purchase orders, contracts, or service agreements can be made. No legal liability on the part of the District nor any payment or continuation of any agreement may arise until funds are made available to the District for this purchase order, contract, or service agreement and until successful vendor receives notice of such availability. 14. AUTHORITY/ DISTRICT OPTION - All qualifications must meet or exceed the District's specifications. The District shall be the sole authority in evaluating and determining the equality of all alternate qualifications. Substitutions below the minimum specifications shown will not be accepted. 15. EVALUATION CRITERIA - It is not the policy of the District to award contracts based solely on 'low price'. Experience with Past Projects: [30%] will be evaluated on the basis of the documented successful completion of past projects Current Capabilities: [30%] will be evaluated on the basis of the experience and capacity (current workload and availability) of the individuals assigned by each firm to your team. Management Procedures and Methods: [25%] will be evaluated based on process and procedures, project management procedures, quality assurance process and procedures, and technical support capabilities. Quality and Responsiveness of the Submittal. [15%]

4 RFQ# Electrical Facility Commissioning Services PAGE 4 OF CONTRACT AWARD - The District reserves the right to award contracts for any, all, or none of the parts and/or items of this qualification request. Contracts for purchase shall be put into effect by means of purchase order(s) executed by the District's Purchasing Director after this contract has been awarded. 17. NON-EXCLUSIVE AWARD - Except as noted, contract award resulting from this request is not an exclusive agreement to purchase. The District reserves the right and option, without penalty, to purchase like materials and services from other sources when and if such purchases, in the opinion of the District, are necessary and in the best interest of the District. 18. SUPPLIER'S WARRANTY RESPONSIBILITY - The successful vendor(s) is ultimately responsible for and must assure the District that any warranty service shall be performed to the satisfaction of the District, regardless of whether the successful vendor or his/her agent performs the warranty work. If there is a question of whether it is the responsibility of the successful vendor or the manufacturer to repair a given defect, then it shall automatically become the successful vendor's responsibility to see that the repair(s) is made to the satisfaction of the District. 19. WARRANTY WORK AND GENERAL TERMS OF WARRANTIES - The successful vendor(s) has the ultimate responsibility of insuring the delivery of complete, full functioning products that meet the District's specifications in all details and are free of defects in materials and workmanship. 20. DEFECTIVE WORKMANSHIP - If defective workmanship and/or materials is found after acceptance and payment has been made, the supplier shall replace/repair the defective component(s), as required, at his/her own cost, within a reasonable amount of time (normally 10 working days), and at no extra cost to the District. 21. PENALTIES - Upon refusal of the successful vendor to make satisfactory and timely adjustment(s), the District reserves the right to claim and recover from said successful vendor by due process of law, such sums as may be sufficient to correct the error or make good the defect in material and/or workmanship. 22. CANCELLATION - Cancellation of this contract will take place if: A) The vendor proceeds in a manner that does not comply with the contract. B) The vendor does not carry out the provisions of this contract in its true intent and meaning implicated in the scope of work. Upon written notification the vendor will be served notice to provide satisfactory compliance to the contract without penalty. If the vendor neglects or refuses to follow such notice within thirty (30) days, the District will cancel the contract and seller may be held liable for any loss or expense sustained by the District as a result of vendor's failure to conform to this contract. In the event the contract is canceled; the District reserves the right to award the contract to the next low vendor meeting specifications. 23. INVOICING REQUIREMENTS - The District's purchase order number shall appear on all invoices. All invoices shall include the following: The Invoice will be in duplicate. Invoice Date. Name of Company. Complete mailing address and telephone number. Brief description of the item or service, quantity, unit price and extended price. Information provided must be sufficient to allow District personnel to assess the work completed and billed. Any other substantiating documentation or information as required by the contract.

5 RFQ# Electrical Facility Commissioning Services PAGE 5 OF 17 All Invoices are to be sent to: Clear Creek Independent School District Facility Services Department 2145 W NASA Boulevard Webster, TX PAYMENT TERMS - The District shall pay all undisputed invoices for accepted merchandise and/or services within 30 days of delivery or acceptance, whichever is later. Contracts requiring a monthly charge will be billed and paid on a monthly basis. SPECIAL CONDITIONS The provisions of this section entitled "SPECIAL CONDITIONS" shall govern in the event of any conflict between them and the "GENERAL CONDITIONS" of this agreement. ASSIGNMENT Any award made as a result of this solicitation will not be transferred, assigned, subcontracted or mortgaged by the successful firm. CANCELLATION CCISD reserves the right to cancel this solicitation. (See paragraph entitled Financial Responsibility ) The selected provider agrees that CCISD will be notified at least ninety (90) days in advance of intent to non-renew or change terms materially. CHANGES Any changes to the requirements specified herein will be communicated to all firms by the issuance of an addendum. Any addendum(s) issued in response to this request shall be complied with. CONTRACT TERM The preferred term of the contract will be for the duration of the Bonds 2013 program. CCISD may elect to renew the contract for additional years with consent of the contractor. DISQUALIFICATION A firm may be disqualified before or after the submissions are opened, upon evidence of collusion with intent to perform illegal activities for the purpose of obtaining an unfair competitive advantage. EXCEPTIONS Firms are responsible for identifying any exceptions to the requirements specified herein, which should be noted on the firm s letterhead and returned with the SUBMISSION. SUBMISSIONS which are qualified with conditional clauses, alterations or irregularities may be considered non-responsive by CCISD. FINANCIAL RESPONSIBILITY CCISD assumes no financial responsibility for any costs incurred in developing and submitting a qualification package. FORMAT All information provided by the firms shall be typed. Each firm shall submit three (3) originals of their QUALIFICATION PACKAGE with the required documents specified in the Submission Requirements. The required documents must be submitted in the order as they are listed in the Submission Requirements. Firms are responsible for ensuring their QUALIFICATION PACKAGES are received at the time and place specified on the cover page. CCISD is not responsible for qualification packages that arrive late or that do not have all the required information. At the time and place specified for receipt of the Qualification packages, CCISD will only release the names of the firms who have submitted a QUALIFICATION PACKAGE. No other information will be released until CCISD has made an award. INDEMNIFICATION CCISD shall be indemnified and held harmless from all liabilities, costs, expenses, attorney fees, fines, penalties or damages for any or claimed infringement of any patents, trademarks, copyright or other corresponding right(s) which is related to any part of the service(s) the successful firm is required to provide to CCISD. INTERPRETATION This solicitation represents the basis for any negotiations between the firms and CCISD, and supersedes all prior offers, negotiations, exceptions and understandings (whether orally or in writing). The information submitted in the QUALIFICATION PACKAGE should be self-explanatory, and require no follow-up questions from CCISD.

6 RFQ# Electrical Facility Commissioning Services PAGE 6 OF 17 MODIFICATIONS CCISD reserves the right to negotiate during the term of the contract to establish mutually acceptable terms and conditions. NON-APPROPRIATION OF FUNDS Should funding be withdrawn or not be available, CCISD reserves the right to terminate the contract in accordance with paragraph entitled Termination for Convenience. PERFORMANCE The successful firm shall use best efforts to provide the services identified herein. If CCISD determines the successful firm is not meeting their contractual requirements, CCISD will send a cure notice, which will outline those specific activities the successful firm needs to undertake in order to remain in compliance with the mutually agreed upon terms and conditions. POSTPONEMENT The time and place established for receipt of the QUALIFICATION PACKAGES will not be changed unless otherwise specified in writing by CCISD s Director of Purchasing. QUESTIONS CCISD will not answer verbal questions regarding the requirements specified in this solicitation. Questions must be ed to: Greg Cruthirds at gcruthir@ccisd.net by an authorized representative of the respondent s company. Any response(s) to questions will be replied to in writing by CCISD and provided to all respondents. TERMINATION FOR CONVENIENCE CCISD may elect to terminate the contract for any reason, or no reason, or cause, upon the issuance of a thirty (30) day written cancellation notice. REQUIRED FORM RETURN ORIGINAL IN SEALED ENVELOPE CERTIFICATIONS FAILURE TO COMPLETE THE FOLLOWING INFORMATION WILL RESULT IN DISQUALIFICATION. 1. VENDOR INFORMATION COMPANY NAME: ORDERING ADDRESS: PHONE: TOLL FREE: ACCOUNTS PAYABLE ADDRESS: FAX: TOLL FREE FAX: WEBSITE ADDRESS: CONTACT DO YOU ACCEPT CASH PAYMENT TERMS MINIMUM ORDER AMOUNT,

7 RFQ# Electrical Facility Commissioning Services PAGE 7 OF 17 PURCHASE ORDERS (Net 30 Days) IF ANY OR % Discount in Net Days PRESIDENT / OWNER: PRINCIPALS AND KEY PERSONNEL GENERAL MANAGER: ACCOUNTING / ACCOUNTS RECEIVABLE MANAGER: SALES MANAGER: YEARS / MONTHS IN BUSINESS WITH PRESENT NAME: NUMBER OF EMPLOYEES: COMPANY IS: MANUFACTURER OR PRODUCER, DISTRIBUTOR, WHOLESALER, RETAILER, CONSULTING, CONSTRUCTION, BROKER, SERVICE, OTHER: REQUIRED FORM RETURN ORIGINAL IN SEALED ENVELOPE 2. VENDOR INFORMATION / TAXPAYER IDENTIFICATION

8 RFQ# Electrical Facility Commissioning Services PAGE 8 OF 17

9 RFQ# Electrical Facility Commissioning Services PAGE 9 OF 17 REQUIRED FORM RETURN ORIGINAL IN SEALED ENVELOPE 3. NON COLLUSIVE BIDDING CERTIFICATE & ACKNOWLEDGMENT By submission of this qualification package, the Vendor certifies that: (a) the qualification package has been independently arrived at without collusion with any other vendor or with any competitor. (b) The qualification package has not been knowingly disclosed and shall not be knowingly disclosed, prior to the opening of qualification packages for this project, to any other vendor, competitor or potential competitor. (c) No attempt has been or will be made to induce any other person, partnership or corporation to submit or not to submit a qualification package. (d) The person signing this qualification package certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification and under the penalties being applicable to the Vendor as well as to the person signing in its behalf. I certify that the above information is true and correct. YES 4. RESIDENT / NONRESIDENT CERTIFICATION RESIDENT VENDOR - I certify that my company is a "resident vendor. YES NONRESIDENT VENDOR - As defined by Texas Government Code , a "nonresident vendor" means a vendor whose principal place of business is not in Texas, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in Texas. If you qualify as a "nonresident vendor," you must furnish the following information: Resident state address? (The state in which your principal place of business is located.) Street, City, State, Zip: 5. FELONY CONVICTION NOTIFICATION State of Texas Legislative Senate Bill No.1, Section , Notification of Criminal History, Subsection (a), states: "a Person or business entity that enters into a contract with a school district must give advance notice to the district if the Person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony." Subsection (b) states "a school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The District must compensate the person or business entity for services performed before the termination of the contract. This Notice Is Not Required of a Publicly Held Corporation. Check the appropriate box and sign the form. My firm is a publicly held corporation; therefore, this reporting requirement is not applicable. My firm is not owned or operated by anyone who has been convicted of a felony. My firm is owned or operated by the following individual(s) who has/have been convicted of a felony: Name of Felon: Details of Conviction(s) I (We) the undersigned, agent for the firm, named below certify that the above information is true and correct to the best of my knowledge. Name/Title: Company Name: Original Signature: Date

10 RFQ# Electrical Facility Commissioning Services PAGE 10 OF 17 REQUIRED FORM RETURN ORIGINAL IN SEALED ENVELOPE 6. ADDENDA If no amendments were received then leave this blank or write N/A. If any amendments were received, Respondent acknowledges receipt of Addenda numbered through and has incorporated the provisions thereof into the contract. 7. RENEWAL OF CONTRACT This contract will be effective for the duration of the Bonds 2013 Program. In the event this contract expires before another contract is awarded, the vendor shall extend the contract on a month-to-month basis by mutual agreement. 8. CERTIFICATION REGARDING DEBARMENT SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS This certificate is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 7 CFR Part 3017, Section , Participants' responsibilities. The regulations were published as Part IV of the January 30, 1989, Federal Register (pages ). Copies of the regulations may be obtained by contacting the Department of Agriculture agency with which this transaction originated. 1) The prospective lower tier participant certifies, by submission of this qualification package, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by a Federal department or agency. 2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this qualification package. PR/Award # or Project Name: Check applicable box I (We) certify that our company has not been debarred and is not participating in lobbying activities. See attached explanation and complete disclosure forms. 9. SUBMISSION VALIDITY Submission shall remain valid, pending award, for 90 days YES or (date): Prompt payment discount allowed: (% / Days) % Days I (We) the undersigned, agent for the firm, named below certify that the above information is true and correct to the best of my knowledge. Name/Title: Company Name: Original Signature: Date REQUIRED FORM RETURN ORIGINAL IN SEALED ENVELOPE

11 RFQ# Electrical Facility Commissioning Services PAGE 11 OF CLEAN AIR & WATER ACT CERTIFICATION (This is a Federal requirement) I certify that my company is in compliance with all applicable standards, orders or regulations issued pursuant to the Clean Air Act of 1970, as amended ( 42 U.S.C. 1857(h), Section 508 of the Clean Water Act, as amended (33 U.S.C. 1368), Executive Order and Environmental Protection Agency Regulation, 40 CFR Part 15 as required under OMB Circular A-102, Attachment O, Paragraph 14 (1) regarding reporting violations to the grantor agency and to the United States Environmental Protection Agency Assistant Administrator for the Enforcement. 11 CERTIFICATION REGARDING LOBBYING for FEDERAL FUNDS - Applicable to grants, Subgrants, Cooperative Agreements, and Contracts Exceeding $100,000 in Federal Funds. Submission of this certifications a prerequisite for making or entering into this transaction and is imposed by section 1352, Title 31, U.S. Code. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with the awarding of a Federal contract, the making of a Federal grant, the making of a Federal loan, the entering into a cooperative agreement, and the extension, continuation, renewal, amendment, or modification of a Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with this Federal grant or cooperative agreement the undersigned shall complete and submit Standard Form-LLL, SF-LLL Disclosure of Lobbying Activities Form in accordance with its instructions (see following page). (3) The undersigned shall required that the language of this certification be included in the award documents for all covered subawards exceeding $100,000 in Federal funds at all appropriate tiers and that all sub recipients shall certify and disclose accordingly. Check applicable box I (We) certify that our company has not been debarred and is not participating in lobbying activities. See attached explanation and complete disclosure forms. I (We) the undersigned, agent for the firm, named below certify that the above information is true and correct to the best of my knowledge. Name/Title: Company Name: Original Signature: 12. SPECIFICATIONS Date Project Overview: CCISD BONDS 2013 consists of: 40 Year Old + Rebuilds and Improvements Category Total: $182,000,000 Clear Lake High School... $98,606,691 Major rebuild of 1972 building A comprehensive, two story high school to accommodate 9th, 10th, 11th, 12th grade in one building Improve safety and security Eliminate the use of a 9th grade center Proposal excludes field house, gyms, pool and science wing Clear Creek High School..$24,227,219

12 RFQ# Electrical Facility Commissioning Services PAGE 12 OF 17 Complete the rebuild of Clear Creek High School (1956)which was not included in the 2004 bond Includes career and technical education, athletics and fine arts areas Seabrook Intermediate $11,773,351 Replace portables with permanent addition Expand cafeteria, library and stage to accommodate student enrollment McWhirter Elementary $30,804,660 Complete rebuild of 1956 and 1971 buildings Campus currently has 72 exterior doors Proposal is to build a smaller and energy efficient campus Improvements to the following 40 Year old + facilities:..$16,663,402 Clear Lake City Elementary Ross Elementary White Elementary Whitcomb Elementary Clear Lake Intermediate Clear Path Alternative School Clear View Education Center District Assessment Center Student Safety, Priority Repairs, and Growth Category Total: $87,000,000 Clear Brook High School.... $20,879,208 Secure entrance ~ Repair foundation and structural damage Expand commons and other areas for growth Creekside Intermediate $8,251,469 Permanent addition to accommodate enrollment Defers need for an additional intermediate on the Westside of the District Greene Elementary......$5,700,355 Permanent addition to accommodate enrollment Expand cafeteria and core areas Clear Creek High School & Clear Springs High School third gyms to accommodate enrollment $8,636,277 Relieve scheduling conflicts during school day Standard for 5A high schools is 4 gyms per high school Safety upgrades and priority repairs to the following schools:....$43,052,825 Armand Bayou Elementary Bauerschlag Elementary Bay Elementary Brookwood Elementary Falcon Pass Elementary Ferguson Elementary Gilmore Elementary Goforth Elementary Hall Elementary Hyde Elementary Landolt Elementary League City Elementary North Pointe Elementary Robinson Elementary Stewart Elementary Ward Elementary Weber Elementary Wedgewood Elementary Brookside Intermediate Clear Creek Intermediate League City Intermediate Space Center Intermediate Westbrook Intermediate Main Transportation Center Support facilities Co-curricular and Extracurricular Category Total: $49,000,000 Second District Stadium $39,079,651 Second stadium to accommodate five 5A high schools and ten intermediate schools 9,500 seat steel structure with track and field house for graduation staging and student events Does not include media scoreboard Land purchased for a stadium in the 2004 bond Alleviate traffic and scheduling conflicts at Clear Creek High School and Clear Creek Intermediate Veterans Memorial Stadium $2,026,581 Replace bleacher railings for safety Replace end of life-cycle turf Westside Agriculture Center.. $2,922,089 Expand facility to accommodate program growth among three high schools Eastside Agriculture Center. $3,552,687 New facility at a new location to accommodate program growth and two high schools Submission Requirements: The responses should address each of the following areas in the same order in which they are set forth below: A. Description of the team: 1. Identification of the primary point of contact for the firm 2. Identification of key firm personnel to be assigned to the project 3. Identification of sub-consultants, as appropriate 4. Organizational chart illustrating reporting lines and names and titles for key participants proposed by the firm 5. Resumes for each individual on the team and definition of that person s role

13 RFQ# Electrical Facility Commissioning Services PAGE 13 OF 17 B. Relevant Experience and Capabilities: 1. Relevant experiences and capabilities will be judged through a review of both completed and ongoing projects; however, greater weight will be given to completed projects. The key areas of interest for which project data and should be submitted is as follows: a. New school construction (high school, intermediate and elementary) b. Public school district administrative and athletics facilities c. School conversion projects / school renovations C. Provide data for no more than five projects on which the firm has been involved in providing services and which best illustrate current experience and capabilities. For each project, please provide the following information: 1. Project name and location 2. Brief project description including: a. size and scope b. firm s role in project c. key firm strengths exhibited by project and relevant to CCISD 3. Owner s name, address, contact person, and telephone number 4. Identification of personnel involved in the project that are proposed to work on the CCISD Project 5. Schedule Data (any unusual events or occurrences that affected the schedule should be explained). D. Selection Procedure/Description of Process: Qualifications are due on or before 2:00 P.M. Tuesday, December 8, Qualifications received after this deadline will not be accepted. All documents should be submitted in 8 ½ x 11 page size. Provide Three (3) bound copies of your submittal to: Request For Qualifications No Due: 2:00 P.M. TUESDAY, DECEMBER 8, 2015 Attn: Greg Cruthirds, Director CCISD Purchasing Department 2145 West Nasa Blvd. Webster, TX E. Tentative Project Schedule Summary: The tentative schedule for the project is as follows: RFQ issued to firms December 2, 2015 Qualifications received by CCISD December 8, 2015 Top ranked firms notified week of December 14, 2015 H. Evaluation Criteria: Experience will be evaluated on the basis of the experience of those individuals named to your project team. a. Experience with Past Projects: [30%] will be evaluated on the basis of the documented successful completion of past projects b. Current Capabilities: [30%] will be evaluated on the basis of the experience and capacity (current workload and availability) of the individuals assigned by each firm to your team.

14 RFQ# Electrical Facility Commissioning Services PAGE 14 OF 17 c. Management Procedures and Methods: [25%] will be evaluated based on process and procedures, project management procedures, quality assurance process and procedures, and technical support capabilities. d. Quality and Responsiveness of the Submittal. [15%] 1.1 General Scope of Work The successful respondents will provide building Electrical building consultant service in support of Clear Creek Independent School District in its capacity as the Owner. These services may include but are not limited to: Peer Review: -Review of plans and specifications as they relate to the building enclosure and provide comments as well as red lined drawings as necessary. Reviews should occur at 100% SD, 100% DD, 50% CD and 95% or 100% CD. Comments will include constructability, weather resistance, and sustainability concerns. -Review, and provide commentary if necessary, on all submittals related to the building electrical systems. This review will not take the place of the A/E submittal review process but will be done in parallel. Comments will be forwarded to the A/E. Site Observations: -Field Reports: will provide daily and/or weekly written reports of the work in progress during the construction of the building electrical systems. These reports will include, but may not be limited to, photographs, sketches and diagrams as required illustrating conditions observed in the field, especially deficiencies noted, together with proposed solutions for those conditions where appropriate for further review and acceptance by the Architect-of-Record. -Action Logs: Deficiencies (deviations from the plans and specifications) found during commissioning activities will be forwarded to the Project Manager for tracking and resolution. The successful respondent will log these issues and resolutions for inclusion in the final report. Any other issues found during construction that are not considered deviations from the bid documents, but none the less affect the performance of a system will be included as well. This will include maintainability issues, differences in design intent interpretations, or systems not performing up to design criteria, and not conforming to applicable codes. These type issues will be resolved through a collaborative effort of the Consultant, Owner, Contractors and A/E. These issues will be tracked on an action log, distributed periodically, and included in the final report. Performance Testing: -Consultant will perform performance testing of electrical system components and any other diagnostic testing to confirm design intent is met. Consultant will issue interim test reports and a final test report to be issued at the end of testing activities and inclusion in the final report

15 RFQ# Electrical Facility Commissioning Services PAGE 15 OF 17 Final Report: -The Consultant will issue a final summary report. The report will include an executive summary, list of participants and roles, brief building description, overview of commissioning and testing scope and a general description of testing and verification methods. Appendices will contain logs, meeting minutes, progress reports, deficiency lists, site visit reports, findings, unresolved issues, communications, etc. Requirements for Statement of Qualifications 2.1 Statement of Interest Provide a narrative stating the primary firm s unique qualifications to deliver comprehensive building commissioning services Provide a history and important statistics about the primary firm indicating its size and ownership Provide a statement about the availability and commitment of the primary firm and its principal(s) and key professionals to undertake the project Provide a statement of willingness to accept the terms and conditions of the contract or indicating any objections to such terms and conditions. 2.2 Prime Firm Requirements Provide location of primary firm office and location(s) of proposed staff Provide resumes indicating the experience and expertise of the principal(s) and key professional members of the primary firm involved in the project, including their experience with similar projects and the number of years each has with the primary firm Describe proposed project assignments and lines of authority and communication for principal(s) and key professional members of the primary firm that will be involved in the project. Indicate the estimated percent of time each individual will be involved in the project For each project listed in [the Executive Summary] list the members of the proposed team for this project who worked on each of the listed projects and describe their roles in those projects Provide applicable certifications of the firm, principal(s) and key professional members of the primary firm that will be involved in the project. 2.3 Project Team Provide an organizational chart showing the role of the primary firm and each consultant firm or individual. Describe the area of expertise each team member will provide in delivering comprehensive building commissioning services to the Owner For each consultant firm or individual that the primary firm proposes: Identify the consultant and provide a brief history about that consultant. Identify the consultant s office location and proposed staff. Describe the consultant s proposed role in the project and its related project experience. Describe the basis for selection of each consultant. List at least one project the primary firm and the consultant have work on together during the last five years. Provide a statement of the consultant s availability for the project. Provide resumes indicating the experience and expertise of principals and key professional members for the consultant who will be assigned to the project.

16 RFQ# Electrical Facility Commissioning Services PAGE 16 OF Representative Projects List a maximum of five projects for which the primary firm provided or is providing commissioning services which are most related to this project. List the projects in order of most closely related to this project. Provide the following information for each project listed: Project name and location Project Owner Project Construction Management firm of General Contractor Project construction cost Project size in gross square feet Description of professional services primary firm provided for the project Detailed description of deliverables provided to the Owner at the conclusion of the project Project description Project Manager (individual responsible to the client or the overall success of the project) Mains of consultant firms and their areas of expertise Description Describe, if any, commissioning process management software used on the project and the value provided by the software 2.5 References Provide references for any three projects listed in response to Item Include: Owner s name Owner s representative who served as the day-to-day liaison during planning, design, and construction of the project, and that person s telephone number. Construction Contractor s firm name, Contractor s representative who served as the day-to-day project liaison, and the Contractor s representative s telephone number. 2.6 Best Practices Describe the primary firm s quality assurance program, explaining the methods the firm uses to maintain quality control during all phases of the project. Provide specific examples indicating how these procedures were employed for any three projects listed in Item Provide details of web-based software commissioning products the primary firm uses as standard practice for commissioning services Describe in detail the value this these product(s) provide to the Owner Describe how the primary firm s services provide migration of commissioning data into the Owner s operating and maintenance program.

17 RFQ# Electrical Facility Commissioning Services PAGE 17 OF 17 Provide examples Provide a list of deliverables the primary firm would give to the Owner at the conclusion of a full-service commissioning contract Include details of a facility operations manual that would be provided to the Owner at the conclusion of the project. 2.7 Problem Resolution Describe any administrative or physical challenges the primary firm anticipates in providing professional services for the project and the primary firm s philosophy for resolution For any three projects listed in Item and completed within the last five years, describe any challenges with the Owner, the construction Contractor, or the subcontractors and describe the methods the primary firm used to resolve those issues Describe the primary firm s past performance on projects for the Clear Creek Independent School District in the last five years. If the primary firm has not previously provided professional services for the Clear Creek Independent School District, then identify and describe the primary firm s past performance on projects for similar clients and of similar scope for which it has provided professional services in the past five years 2.10 Additional Information Provide additional information that the primary firm believes may better describe its qualifications, e.g. letters of recommendation.

RFCSP EXCESS WORKERS COMPENSATION INSURANCE

RFCSP EXCESS WORKERS COMPENSATION INSURANCE Solicitation For Scope Direct all questions to: Pre-Bid Conference and Site Visitation: Send Response to Proposals will be received until: Public Opening Bid Security Anticipated Award Date NO BID NOTICE

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

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES SOLICITATION FOR CONTINUING SERVICES CS 19-601 PLUMBING SUPPLIES INTRODUCTION Polk County, a political subdivision of the State of Florida, seeks the submittal of information from vendors interested in

More information

BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803

BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803 BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID #16-3702 Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803 The undersigned hereby agrees to all terms and conditions set forth in the Invitation

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

PROPOSAL DEADLINE: NOVEMBER 26, 2018 by 12PM

PROPOSAL DEADLINE: NOVEMBER 26, 2018 by 12PM LOWER RIO GRANDE VALLEY DEVELOPMENT COUNCIL REQUEST FOR PROPOSAL Vinyl Bus Wrap Production and Installation Services No: 2018-06 VINYL BUS WRAP PRODUCTION AND INSTALLATION SERVICES ON PUBLIC TRANSPORTATION

More information

Bidders shall execute the following forms and return the signed original with their proposal.

Bidders shall execute the following forms and return the signed original with their proposal. Required Forms Bidders shall execute the following forms and return the signed original with their proposal. Bid Certification Bidder certifies that they have not offered any pecuniary benefit or thing

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

SEALED BID. September 29, 2017

SEALED BID. September 29, 2017 NORTHSIDE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 607 Richland Hills Drive, Suite 700 San Antonio, Texas 78245 (210) 397-8845 Please BID the following no later than 2:30pm, November 2, 2017 September

More information

ARTICLES AND DESCRIPTION. specified) from the day set for submission of bids. When no bid is returned, the vendor is removed from our vendor list.

ARTICLES AND DESCRIPTION. specified) from the day set for submission of bids. When no bid is returned, the vendor is removed from our vendor list. NORTHSIDE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 607 Richland Hills Drive, Suite 700 San Antonio, Texas 78245 (210) 397-8845 Please BID the following no later than 2:00pm, June 5, 2018 May 2,

More information

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to

More information

Request for Quotation For Lawn Care Treatment

Request for Quotation For Lawn Care Treatment PAGE 1 OF 11 Request for Quotation For Lawn Care Treatment Head Start of Greater Dallas, Inc. is requesting quotes on Lawn Care Treatment which is designed to deliver positive results for weed control

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

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to which this document (Federal Emergency

More information

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: Fayetteville School District Business Office ATTN: Lisa Morstad 1000 W, Stone Street Fayetteville, AR 72701 THIS IS NOT A COMPETITIVE BID. The request

More information

Request for Qualifications Number 1470 General Construction Services

Request for Qualifications Number 1470 General Construction Services RICHARDSON INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 970 Security Row Richardson, TX 75081 Request for Qualifications Number 1470 General Construction Services Richardson Independent School District

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

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 BID B11-16 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 Gym www.forsyth.k12.ga.us Floor Work April 10, 2018 To: All Bidders

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

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) E-RATE YEAR 15 (2012/2013) RFP 6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) Anderson Union School District Anderson Union High School District (AUHSD) is seeking proposals for the upcoming Year

More information

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES Friendship is soliciting proposals and qualification statements from parties having specific interests

More information

SEALED BID. February 19, 2018

SEALED BID. February 19, 2018 NORTHSIDE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 607 Richland Hills Drive, Suite 700 San Antonio, Texas 78245 (210) 397-8707 Please BID the following no later than 10:30am, March 22, 2018 Please

More information

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving Request for Proposals For Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving Page 1 of 17 Request For Proposals Table of Contents SECTION 1: GENERAL INFORMATION

More information

SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT

SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT PROJECT: 404 HMGP Acquisition Program- or 403 Immediate Threat Program Asbestos Abatement For the County of Cedar Contractor: Address:

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

STATEMENT OF BIDDER'S QUALIFICATIONS

STATEMENT OF BIDDER'S QUALIFICATIONS STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate

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

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

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B16-05 Toilet Paper Date: September 18, 2015 To: All Bidders

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B17-08 Patch Cables Date: February 23, 2017 To:

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 Quote (RFQ)

Request for Quote (RFQ) August 9, 2017 Southern Utah University Request for Quote (RFQ) Night Vision Goggles (NVG) Helicopter Conversion SUU Aviation Science RFQ # NVGC17-0809 Due: 3:00 PM MDT, August 30, 2017 Index SECTION 1.0

More information

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS For Real Estate Brokerage Services for the Global Center for Health Innovation FIRSTMERIT CONVENTION

More information

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

More information

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

More information

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

DESERT COMMUNITY COLLEGE DISTRICT   General Terms and Conditions DESERT COMMUNITY COLLEGE DISTRICT www.collegeofthedesert.edu General Terms and Conditions 1. PURCHASE ORDER DEFINED: The term purchase order as used in these terms conditions means the document entitled

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

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864) 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 Construction Service for Piedmont Community

More information

Columbia Public Schools Columbia, Missouri

Columbia Public Schools Columbia, Missouri FOR THE S Columbia Public Schools Columbia, Missouri RFP # C-10025 Invitation For Request For Proposal THIRD PARTY ADMINISTRATOR TO MANAGE THE SCHOOL DISTRICT ADMINISTRATIVE CLAIMING and ADMINISTRATION

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B12-01 Hand Soap & Sanitizer Date: June 22, 2011 To: All

More information

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # ) REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO (PPLD RFP #490-16-01) Pikes Peak Library District ( PPLD ) invites qualified

More information

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library PINE MOUNTAIN REGIONAL LIBRARY SYSTEM Request for Quote Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library Submission Date/Time: March 22, 2019, 5:00 pm

More information

Request for Quotation

Request for Quotation University of South Carolina Purchasing Department 1600 Hampton Street, 6th floor Columbia, SC 29208 Telephone: (803) 777-4115 Request for Quotation Page One THIS IS NOT AN ORDER Quotation must be received

More information

BOLING INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 301 TEXAS AVENUE/PO BOX 160 BOLING, TX Request for Proposals

BOLING INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 301 TEXAS AVENUE/PO BOX 160 BOLING, TX Request for Proposals BOLING INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 301 TEXAS AVENUE/PO BOX 160 BOLING, TX 77420 Request for Proposal Boling Independent School District is required to develop and maintain a list

More information

REQUEST FOR PROPOSAL BOYS AND GIRLS CLUB PROPERTY SALE

REQUEST FOR PROPOSAL BOYS AND GIRLS CLUB PROPERTY SALE REQUEST FOR PROPOSAL BOYS AND GIRLS CLUB PROPERTY SALE RFP #5627 Proposal Due Date/Time November 2, 2012 at 1:30 PM City of Johnson City Purchasing Department 209 Water Street (37601) P. O. Box 2150 (37605)

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

PROFESSIONAL SERVICES CONSULTING AGREEMENT

PROFESSIONAL SERVICES CONSULTING AGREEMENT PROFESSIONAL SERVICES CONSULTING AGREEMENT THIS PROFESSIONAL SERVICES CONSULTING AGREEMENT ( Agreement ) is made and entered into on the Effective Date, as hereinafter defined, by and between ( Consultant

More information

201 West Moody Blvd Bunnell, Florida REQUEST FOR PROPOSALS (RFP) RFP

201 West Moody Blvd Bunnell, Florida REQUEST FOR PROPOSALS (RFP) RFP 201 West Moody Blvd Bunnell, Florida 32110 REQUEST FOR PROPOSALS (RFP) RFP 2015 04 FOR Property/Casualty, Liability Insurance and Workers Compensation Program DATED: Larry Williams, City Manager Stella

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

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No.

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No. Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE REQUEST FOR PROPOSALS - Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES Regional School

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

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING Friendship is soliciting proposals and qualification statements from parties having specific interests and qualifications

More information

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements: Vendor Contract TERMS AND CONDITIONS OF PURCHASE 1. Acceptance. This Contract is conditional upon, and can be accepted only upon, the terms and conditions specified in this Contract. If Seller has previously

More information

Alameda County Transportation Commission SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION

Alameda County Transportation Commission SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION For Alameda CTC-funded projects subject to the Local Business Contract Equity (LBCE) Program Note to Project Sponsor: Be sure that your legal staff reviews

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

More information

PINE TREE INDEPENDENT SCHOOL DISTRICT CONSULTING AGREEMENT

PINE TREE INDEPENDENT SCHOOL DISTRICT CONSULTING AGREEMENT PINE TREE INDEPENDENT SCHOOL DISTRICT CONSULTING AGREEMENT Campus/Dept Purchase Order Number In order to be considered an independent contractor, you must not be an employee of the District, which includes

More information

MELBA SCHOOL DISTRICT

MELBA SCHOOL DISTRICT MELBA SCHOOL DISTRICT REQUEST FOR PROPOSAL ( RFP ) FOR EPSON 595wi SHORT THROW PROJECTORS (STP) FOR MELBA SCHOOL DISTRICT NO. 136 ( MSD ) DUE: MONDAY; MAY 9, 2016 AT 12:00PM (MT) 1 Initials INVITATION

More information

SERVICE CONTRACT BETWEEN KIPP, Inc. AND <<Service Provider s Legal Name>>

SERVICE CONTRACT BETWEEN KIPP, Inc. AND <<Service Provider s Legal Name>> SERVICE CONTRACT BETWEEN KIPP, Inc. AND This Services Contract ( Contract ) is made and entered into by and between the KIPP, Inc. ( KIPP ), 10711 KIPP Way, Houston, Texas

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

7/14/16. Hendry County Purchase Order Terms and Conditions

7/14/16. Hendry County Purchase Order Terms and Conditions Hendry County Purchase Order Terms and Conditions 1. Offer The order set forth in the Purchase Order is subject to cancellation by HENDRY COUNTY without notice if not accepted by VENDOR within fourteen

More information

FIXTURING/INSTALLATION AGREEMENT

FIXTURING/INSTALLATION AGREEMENT Dept Index Contract No. Requisition No. FIXTURING/INSTALLATION AGREEMENT This FIXTURING/INSTALLATION AGREEMENT by and between THE UNIVERSITY OF NORTH FLORIDA BOARD OF TRUSTEES, a public body corporate

More information

INVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013

INVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013 INVITATION TO BID BUILDING ENVELOPE CONSULTANTS, LLC ALDINE I.S.D. 13010 EMMETT ROAD 14910 ALDINE WESTFIELD ROAD Houston, Texas 77079 HOUSTON, TEXAS 77060 (713) 856-5019 Phone BEC Project No.: 13-0010

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE

More information

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 ISSUE DATE: December 4, 2007 BIDS MUST BE RECEIVED BY: December

More information

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company: Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company: RFP No. DPL-CL-1904 Issued: September 25, 2018 Due Date: October 16, 2018 at 2:00 p.m. Page 2 of 11 DPL-CL-1904 The

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

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE SECTION 1: PURPOSE. 1.1 The County of Greene hereby requests proposals from interested

More information

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation Request for Proposal #2036 Orange Coast College Exterior Lighting Energy Efficiency Project Implementation I. NOTICE A. Statement of Proposal NOTICE IS HEREBY GIVEN that Coast Community College District

More information

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs North Carolina Department of Health and Human Services Women's and Children's Health Branch Special Nutrition Programs AGREEMENT BETWEEN SPONSORING ORGANIZATION AND DAY CARE HOME (DCH) PROVIDER Instructions:

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

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

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY STREET DAVENPORT, IOWA REQUEST FOR BID

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY STREET DAVENPORT, IOWA REQUEST FOR BID DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY STREET DAVENPORT, IOWA 52803 REQUEST FOR BID BID NUMBER 706 The Davenport Community School District ( District ) invites written sealed bids for South Ticket

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

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

Scofield Ridge Homeowners Association

Scofield Ridge Homeowners Association Scofield Ridge Homeowners Association RFP #2012-003 Subject: Entrance Monument Design & Construction Due: March 30, 2012 2:00pm CST c/o Goodwin Management, Attn.: Debra Johnson * 11149 Research Blvd.,

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us RFP P18-03 ADDITIONAL WIDE AREA NETWORK (WAN) February

More information

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone:   Remit Address: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC16094 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

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 PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San

More information

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION BID PACKAGE CITY OF BEVERLY HILLS INFORMATION TECHNOLOGY DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed proposals are requested on the list of materials,

More information

REGION 3 EDUCATION SERVICE CENTER Regional Purchasing Cooperative 1905 Leary Ln, Victoria, TX Phone: (361) Fax: (361)

REGION 3 EDUCATION SERVICE CENTER Regional Purchasing Cooperative 1905 Leary Ln, Victoria, TX Phone: (361) Fax: (361) 1905 Leary Ln, Victoria, TX 77901 Phone: (361) 573-0731 Fax: (361) 576-4804 Forms Checklist (This forms checklist is provided for your convenience. Please complete and return all of the attached forms):

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236

More information

Request for Proposals. For. Colstrip Economic Diversification Strategy Implementation Coordinator

Request for Proposals. For. Colstrip Economic Diversification Strategy Implementation Coordinator Request for Proposals For Colstrip Economic Diversification Strategy Implementation Coordinator Issued by: Southeastern Montana Development Corporation Issued May 10, 2018 Implementation Coordinator, Colstrip

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

KELTY TAPPY DESIGN, INC.

KELTY TAPPY DESIGN, INC. KELTY TAPPY DESIGN, INC. ARCHITECTURE PLANNING URBAN DESIGN FURNITURE BID DOCUMENTS LAGRANGE COUNTY PUBLIC LIBRARY Introduction Thank you for your interest in providing furniture-related items for the

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 February 25, 2016 TO: RE: Prospective Proposers Request for Quotation (RFQ) Schedules & Maps Layout and Updates The Greater Dayton

More information

SPOKANE TRANSIT 1230 W. BOONE AVENUE SPOKANE, WASHINGTON REQUEST FOR QUALIFICATIONS #12-STA-450 TO PROVIDE

SPOKANE TRANSIT 1230 W. BOONE AVENUE SPOKANE, WASHINGTON REQUEST FOR QUALIFICATIONS #12-STA-450 TO PROVIDE SPOKANE TRANSIT 1230 W. BOONE AVENUE SPOKANE, WASHINGTON 99201 REQUEST FOR QUALIFICATIONS #12-STA-450 TO PROVIDE ON-CALL ARCHITECTURAL & ENGINEERING CONSULTANT SERVICES Issue Date: July 20, 2012 Responses

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

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend HDC124 Housing Development Corporation of Rock Hill Request for Proposal CONSTRUCTION OF THREE NEW HOMES Cottages at Southend MANDATORY PRE-BID MEETING: 10 a.m. Wednesday, February 28, 2018 The Housing

More information

Request for Qualifications

Request for Qualifications Request for Qualifications Barry County Sheriff s Department/Jail Facility and Commission on Aging Facility Consulting Services Barry County 220 W. State St. Hastings, Michigan 49058 Prepared By: Michael

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

CONTRACT TERMS AND CONDITIONS: PURCHASE OF MATERIALS (NOT TO EXCEED $300,000 VALUE)

CONTRACT TERMS AND CONDITIONS: PURCHASE OF MATERIALS (NOT TO EXCEED $300,000 VALUE) CONTRACT TERMS AND CONDITIONS: PURCHASE OF MATERIALS (NOT TO EXCEED $300,000 VALUE) 1. DELIVERABLES Contractor agrees to provide the goods, equipment, or items ( Materials ) detailed in the work scope

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

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE:

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE: KANSAS CITY KANSAS PUBLIC SCHOOLS / USD 500 PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS 66104 WEB SITE: WWW.KCKPS.ORG/PURCHASING PORCELAIN WHITEBOARDS WITH ALUMINUM FRAMES BID NO:

More information