Smart Restroom Technology. Pre-Proposal Conference April 8, 2019

Size: px
Start display at page:

Download "Smart Restroom Technology. Pre-Proposal Conference April 8, 2019"

Transcription

1 Smart Restroom Technology Pre-Proposal Conference April 8, 2019

2 Agenda Scope of Work Program Overview JONATHAN DEJESUS Sr. Customer Programs Manager Business Diversity & Development RICARDO CARDOZA Business Specialist Procurement & Materials Management ROBERT RAMERT Sr. Contract Administrator Risk Management Insurance Requirements MARK YOUNG Risk Analyst, Risk Management 2

3 Scope of Work Program Overview Jonathan DeJesus Senior Customer Programs Manager 3

4 4 Travel. Transformed.

5 Mission We provide an exceptional airport experience for our customers and connect our community to the world. 5

6 6

7 7

8 8

9 99

10 DFW International Airport Named Best Large Airport among North American airports serving more than 40 million passengers each year by Airports Council International 2016 and

11 DFW Airport Location: Jointly owned by the cities of Dallas and Fort Worth DFW has built a huge infrastructure and still has room to grow. Fort Worth DFW Airport Dallas 11

12 DFW Airport Terminal Maps: A American Airlines B American Eagle C American Airlines D International Terminal, multiple airlines E Multiple airlines Skylink provides terminal transportation on the secure side. Terminal Link provides van terminal transportation landside.

13 13 Airport Restrooms

14 Problem Statement DFW restrooms are not consistently clean; therefore, restroom cleanliness and customer satisfaction scores are negatively impacted. To elevate the cleanliness and satisfaction scores, we want to: Clearly identify standards for restroom cleanliness Integrate standards into custodial contracts Ensure a means/technology to monitor standards for accountability 14

15 In FY19 to date, Terminal C has the lowest washroom cleanliness scores, followed by Terminal A Cleanliness/Condition of Washrooms FY19* Term. A Term. B Term. C Term. D Term. E 15 Source: DFW Customer Satisfaction Study *Results as of

16 In addition, Terminals C and A have the largest passenger volume to date, and it s forecasted to continue to increase this summer. 5.3% 5,265, % 2,734, % 5,655, % 3,445,433 3,647,090 Passenger Volume By Terminal 19.5% June - August 2018 June - August 2019 Outlook* Terminal A Terminal B Terminal C Terminal D Terminal E 16 Sources: Terminal Utilization Report (Aviation Real Estate) and Air Service Development Forecast. The by Terminal split forecast is an estimate assuming similar allocation to the original FY2019 traffic budget.

17 Smart Restroom Technology Objectives Smart Restroom Technology will help DFW increase customer satisfaction in our custodial operations in the following ways: 1 Optimize custodial staff resources 2 Improve facility cleanliness & satisfaction scores 3 Improve employee engagement / retention 17

18 1 Optimize Custodial Staff Resources B. Tracking key metrics Staff notifications Demand-based versus rotation-based cleaning Restroom Usage 4:00 5:00 6:00 7:00 8:00 9:00 10:00 10:002 11:00 12:00 18

19 Cleanliness of washrooms Cleanliness of airport terminal 2 Improve Facility Cleanliness and Satisfaction Scores Overall Customer Satisfaction Washroom Cleanliness is a key driver of overall customer satisfaction. Comfort of waiting/gate areas Ease of finding your way through airport 19

20 3 Improve Employee Engagement / Retention Work feels meaningful when employees know that every task matters, and being more in control means less stress. Employee Benefits Supervisor Benefits Incentives / Gamification Opportunities 20

21 Program Overview RFP Solicitation March 2019 Preproposal Conference Shortlist Pilot Selection Pilot Terminal D Final Selection Official Board Action April 2019 May 2019 June/July 2019 August 2019 September 2019 Full Implementation to Begin October

22 Procurement and Materials Management ROBERT RAMERT Senior Contract Administrator 22

23 Solicitation Highlights APRIL 29 th GOAL 5% YEARS 3 Proposal Due Date 3:00 p.m. (Central Time) No solicitations accepted Small Business Enterprise Goal Contract Term 3-year period Options to renew for 2 additional 1-year periods 23

24 isupplier Capabilities Online supplier registration and collaboration Receive solicitation notices View payment status Receive orders 24

25 isupplier Registration EXISTING DFW SUPPLIER Ensure your company s information including contact address, is up-to-date NEW DFW SUPPLIER Go to: dfwairport.com/procurement Select Tab [Supplier Registration] Within [New Supplier Registration] section, select [Supplier Registration] 25

26 Solicitation Specifications LAW COMPLIANCE Procurement Process Managed in Accordance with Texas Government Code, Chapter 252 and Code 2254 Proposals will not be publicly opened PUBLISHING Advertised two consecutive Sundays in local papers: Dallas Morning News Legal Notice Section Fort Worth Star Telegram Legal Notice Section Solicitation, Amendments, and Clarifications posted at: ( Proposals must be received at the location on the date and at the time specified on the cover page of the Solicitation 26

27 Solicitation Process EVALUATION Evaluation Committee will recommend the Contract Award(s) to PMM VP for approval BOARD REVIEW After award, and receipt of documents, a Limited Notice To Proceed may be issued FULL NOTICE TO PROCEED Proposals will be evaluated on the SOW requirements and Evaluation Criteria Section of the RFP APPROVAL Upon approval, the Contract Award request is presented at the next DFW Board of Directors Meeting, which occurs the first Thursday of each month LIMITED NOTICE TO PROCEED Once the Contract is executed, the Full Notice To Proceed along with an Executed Contract issued 27

28 Solicitation Documents 1 Proposal Instructions and Requirements 4 Proposal Response Forms 2 General/Special Contract Provisions 5 Proposal Pricing Excel File 3 Specification/Scope of Work 28

29 Submission Key Details DELIVERY ADDRESS DFW Airport Headquarters 2400 Aviation Drive, 1 st Floor Procurement & Materials Management Department DFW Airport, Texas QUESTIONS Contact: ROBERT RAMERT rramert@dfwairport.com Subject: Questions Regarding RFP No All questions must be sent in writing before April 12, 2019! Questions received after April 12, 2019 at 5:00 pm CT will not be considered 29

30 DO NOT DO Submission Checklist Follow all proposal preparation instructions Double-check to make sure all forms are correctly completed thoroughly and accurately Make sure all required documentation is submitted Respond exactly to what the proposal requests Extend all unit prices, double-check all figures (unit prices prevail) Place limitations or otherwise condition the proposal 30

31 DEADLINE FOR PROPOSAL SUBMITTAL Smart Restroom Technology April 29, 2019 at 2:00 p.m. (CT) 31

32 Business Diversity and Development Ricardo Cardoza Business Specialist 32

33 Small Business Enterprise Program 5% SBE Goal Contract-specific goals are based on scope of work, location of work, and availability of certified firms for the scope of work TYPES OF SERVICES: Construction Services <1M Professional Services Non-Professional Services 33

34 Key SBE Program Points Certification Relevant Market Area Pass/Fail SBE certificates are due at time of bid/proposal submission North TX Commission including Dallas, Tarrant, Collin, Delta, Denton, Ellis, Hunt, Johnson, Kaufman, Parker, Rockwall and Wise counties Proposals failing to meet the requirements receive no further consideration by the Selection Committee Good Faith Efforts Contract- Specific Goals Stringent documentation requirements due at time of bid/proposal submission A percentage of contract value; prime self-performance counts towards goal 34

35 SBE Evaluation 2 Step Process Valuable consideration in the awarding of airport contracts. STEP 1 PASS/FAIL If a bid/proposal meets the contract-specific goal or shows an adequate good faith effort in accordance with the SBE Program Policies, proposal is deemed responsive (PASS). If a bid/proposal does not meet the contract-specific goal or shows an adequate good faith effort, or provides the necessary documentation or required forms in accordance with the SBE Program Policies, proposal is deemed nonresponsive (FAIL) resulting in no further consideration by the evaluation committee. STEP 2 EVALUATION CRITERIA ( 2 0 P o i n t s ) Evaluation criteria addresses key Business Diversity factors taken into consideration in awarding a contract. The criteria assesses the Proposer s understanding of the SBE Program requirements and its commitment to support DFW Airport s Business Diversity initiatives through the utilization of SBEs and capacity building support. This is a critical component of the RFP. Proposer is expected to treat this evaluation section with the same attention to detail as the other sections of the evaluation criteria. 35

36 SBE Evaluation Criteria 2 0 P o i n t s Proposal will be evaluated based on: AFFIRMATIVE ACTION PLAN AAP and/or policy statement, including goals with respect to hiring staff for the Agreement and any Delivery Orders that may be issued under it. Such plan must include, but not be limited to: goals for women and minorities for management and non-management positions. DESCRIPTION OF COMMITMENT How will the Respondent manage expectations and commitment to firms that have been identified in the Schedule of Subcontractors and that will be utilized to fulfill Respondent s SBE requirements? In addition, explain the selection of Respondent's team composition, including diversity within the team and any opportunities given to team members that may be new to Respondent's team and why they were selected. DESCRIPTION OF BUSINESS DEVELOPMENT Technical Assistance, and/or Capacity Building Initiatives Description of Respondent s commitment to programs, assistance or support to enhance the capacity or facilitate the participation of SBE s, including outreach and a proposed mentoring program. 36

37 SBE Evaluation Criteria Cont. 2 0 P o i n t s Proposal will be evaluated based on: PRIVATE SECTOR PARTICIPATION Describe Respondent s ability to demonstrate SBE participation on private sector work or on contracts that require no goals. How is the overall effectiveness of Respondent s diversity and inclusion initiatives measured? Is it tied to a goal or metric? If so, what is the goal/metric and how has Respondent performed in relation to the goal historically? ASSURANCE What steps will Respondent take to ensure it meets the SBE participation goal and does Respondent have a dispute resolution/mediation plan in place for modification, elimination or termination of a SBE. In addition, who will oversee Respondent s SBE program and at what level are they within Respondent s organization? Also describe this individual's commitment to SBE programs, assistance or support to enhance the capacity or facilitate the participation of SBE firms under the Agreement and any Delivery Orders issued pursuant to it. What systems does Respondent have in place to reach its SBE participation and is Respondent familiar with Board's B2GNOW system and, if not, what steps will Respondent take to learn the system? 37

38 SBE Certification Certificates due at time of submission Certificates must be current and not expired Commodity codes must be relevant to scope of work! Certification not required to do business with DFW. HOWEVER, if claiming SBE credit, certification is required State of TX HUB, MBE, DBE, WBE and out of state certificates are not acceptable 38

39 SBE Certificate Requirements Does certification match program goal? Do the commodity codes cover your proposed scope of work? Check expiration date. Not valid if expired. 39

40 Approved Certifying Entities NORTH CENTRAL TX REGIONAL CERTIFICATION AGENCY 624 Six Flags Drive, Suite 100 Arlington, TX (817) or (Processing timeframe: 60 90) DFW MINORITY SUPPLIER DEVELOPMENT COUNCIL 8828 N. Stemmons Freeway, Suite 550 Dallas, TX (214) or (Processing timeframe: days) WOMEN S BUSINESS COUNCIL SOUTHWEST 2201 N. Collins Street Arlington, TX (817) or (Processing timeframe: days) SMALL BUSINESS ADMINISTRATION 8(a) PROGRAM TEXAS DEPARTMENT OF TRANSPORTATION (NOTE: TxDOT only certifies for TxDOT highway construction and maintenance projects, not for DFW Airport projects.) 40

41 Relevant Market Area North TX Commission Dallas, Tarrant, Collin, Delta, Denton, Ellis, Hunt, Johnson, Kaufman, Parker, Rockwall and Wise counties! SBE must have a Place of Business inside the airport s Relevant Market Area Place of Business is defined as an establishment independently and distinctly owned, where business is conducted, goods are made or stored or processed or where services are rendered Not acceptable: P.O. Box or virtual offices and staffing services 41

42 Good Faith Efforts (GFE) Requirements Non-certified firms must meet the goal or demonstrate GFE to achieve goal GFE required only if the SBE goal is not met or only partially achieved GFE should not be considered a template, checklist or quantitative formula DFW will evaluate the GFE on quality, quantity, and intensity of the different kinds of efforts that the bidder/proposer made prior to proposal submission! All factors outlined and support documentation are required Lack of support documentation will deem the Proposer non-responsive Pro forma efforts are not considered good faith efforts 42

43 Counting SBE Participation SBE Primes can count their self-performance toward meeting the SBE goal, but only for the scope of work and at the percentage level they will self-perform A Contractor cannot count toward the Contract Specific Goal amounts paid to an affiliate subcontractor Supplier participation is not the same as counting subcontractor participation. 43

44 Supplier Participation Options MANUFACTURER If the materials or supplies are obtained from a SBE manufacturer, count 100% of the cost of the materials or supplies towards the SBE goal REGULAR DEALER If the materials or supplies are purchased from a SBE regular dealer, count 60% of the cost of the materials or supplies towards the SBE goal BROKER If the SBE firm is acting as an intermediary between two or more firms for the acquisition of supplies, materials or equipment for a fee, count only the fees and commissions at 100% MANUFACTURER S REPRESENTATIVE If the SBE firm is representing a manufacturer for a fee or commission, count only the fees and commissions at 100% 44

45 Commitment to SBE Goal Identify commitment to meet and/or exceed the SBE Goal 45

46 Intent to Perform and Schedule of Subcontractors Intent to Perform represents a commitment by the Prime Contractor that if it is awarded the contract, it will enter into a subcontract with the SBE for the work described on the form Prime must sign Market Area and no affiliation confirmation SBE Sub must sign Identify all subcontractor, certification status, scope of work, percentage and dollar commitment for each 46

47 Identifying Prospective SBE Partners Minority Chambers Advocacy Organizations Certifications Agencies DFW D/S/M/WBE Online Directory DFW s Directory is not a certification database. It is a listing of certified firms that have expressed an interest in doing business with DFW or are currently doing business with DFW 47

48 Non-Compliance with SBE Program The DFW Board may exercise any of following remedies: A B C D WITHHOLDING FUNDS payable under this Contract, including, but not limited to, funds payable for work self-performed by the Contractor or applicable retainage TEMPORARILY SUSPENDING at no cost to DFW, Contractor s performance under the Agreement / Contract TERMINATION OF THE AGREEMENT/ CONTRACT SUSPENSION/ DEBARMENT in accordance with applicable law, of the Contractor from participating in any solicitations issued by DFW for severity of breach of Contract *These remedies are in addition to any other remedies available to the Board under this Contract or at law or in equity 48

49 DO NOT DO Common Submission Errors Sign all required documents Submit required/correct SBE certificates for all identified SBE firms Propose with SBE firms that have a place of business within the Relevant Market Area Provide certificates for firms that are listed on the Schedule of Subcontractors Submit certificates with expired dates Use TBD on Schedule of Subs instead of $ and % Use GFE plan as a checklist and fail to submit support documentation 49

50 DFW policies and procedures supersede everything said verbally

51 Insurance Requirements Risk Management MARK YOUNG Risk Analyst 51

52 Insurance Requirements ADDITIONAL INSURED ENDORSEMENT provision refers to the Board of Directors of the DFW International Airport Board and includes: Board s Officers Directors Employees Agents Representatives Dallas and Fort Worth WAIVER OF SUBROGATION Insurers shall have no right of recovery or subrogation against the Board or other parties listed above INDEMNIFICATION AND HOLD HARMLESS Contractor covets and agrees to fully indemnify and hold harmless the parties listed above A.M. BEST RATING Authorized by the Texas State Board of Insurance minimum rating of A- VII 52

53 Coverage Notification Prior to the execution of the Contract, insurance agent(s), broker(s), or insurers(s) must: PROVIDE EVIDENCE Provide evidence of insurance in the form of certificate via or fax FAX: (972) KEEP CURRENT Keep certificate current for the entire period liable for your product and/or work, but not less than the warranty period of our Contract DFW Airport will verify coverage 53

54 Responsibility for Subcontractors Coverage A REQUIRE SUBS TO PROVIDE and maintain the insurance coverage required herein B PROVIDE INSURANCE FOR SUBS by designating the subcontractor as an additional insured by a blanket additional insured endorsement, or by specific endorsement Compliance Liability Air Operations Area Contractor shall verify subs are continually in compliance with all contractual insurance requirements Contractor shall assume all liability for those subcontractors who do not meet the insurance requirements Contractor shall not be granted access to the AOA without verification of insurance coverage as required 54

55 Insurance Coverage COVERAGE TYPES Worker s Compensation Employer s Liability Insurance Commercial General Liability Limit Any One Occurrence Damage to Rented Premises Personal and Advertising Injury Policy Aggregate Products and Completed Ops MINIMUM COVERAGE AMOUNT Texas Statutory Coverage $500,000 each accident $500,000 each disease, each employee $500,000 each disease policy limit $1,000,000 $100,000 $1,000,000 $2,000,000 $2,000,000 aggregate Business Automobile Liability Combined Single Limit for Each Accident $500,000 Excess Liability Secure Side Limit Any One Occurrence/Aggregate $5,000,000 Additional Coverages Required Pollution Liability Insurance $1,000,000 Cyber Security Liability Insurance $1,000,000 per claim/aggregate 55

56 56 Thank You

Procurement and Materials Management Department Pre-Bid Conference Solicitation No Permit and Inspection Management System.

Procurement and Materials Management Department Pre-Bid Conference Solicitation No Permit and Inspection Management System. Procurement and Materials Management Department Pre-Bid Conference Solicitation No. 7006756 Permit and Inspection Management System January 28, 2019 1 Permit and Inspection Management System, Pre-Bid Conference

More information

South Cell Phone Lot Contract Number

South Cell Phone Lot Contract Number South Cell Phone Lot Contract Number 9500656 12.18.18 1 2 Ivonne Gonzalez - Contract Administrator Dwaynetta Russell - Sr. Contract Administrator Travis Sanderfer Program Solicitations Manager Procurement

More information

Procurement and Materials Management Department Pre-Proposal Conference Solicitation No ITS Staffing Professional Services.

Procurement and Materials Management Department Pre-Proposal Conference Solicitation No ITS Staffing Professional Services. Procurement and Materials Management Department Pre-Proposal Conference Solicitation No. 8005177 ITS Staffing Professional Services January 23, 2018 1 2 Timothy Schmidt, Sr. Contract Administrator Procurement

More information

Membership Sales and Operations of Latitude Lounge at DFW Airport Pre-Proposal Conference. April 8, 2019

Membership Sales and Operations of Latitude Lounge at DFW Airport Pre-Proposal Conference. April 8, 2019 Membership Sales and Operations of Latitude Lounge at DFW Airport Pre-Proposal Conference April 8, 2019 Membership Sales and Operations of Latitude Lounge at DFW Airport Pre-Proposal Conference Agenda

More information

Lounge Finish- Out at Terminal D Contract Number 9500658 01/15/2019 1 Agenda Pre-Bid Conference Presentation Solicitation Logistics, RFB review, BDDD Project Details Quality Control Plan 1:30-2:00 PM 2:00-215:

More information

SMALL BUSINESS ENTERPRISE (SBE) SPECIAL CONTRACT PROVISIONS

SMALL BUSINESS ENTERPRISE (SBE) SPECIAL CONTRACT PROVISIONS SMALL BUSINESS ENTERPRISE (SBE) SPECIAL CONTRACT PROVISIONS Notification is hereby given that an SBE Contract Specific Goal has been established for this Contract. The Contractor/vendor has committed to

More information

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 3. Terminal B & E Passenger Boarding Bridge Replacement Gates B9, B26, E31, E34

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 3. Terminal B & E Passenger Boarding Bridge Replacement Gates B9, B26, E31, E34 DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 3 Terminal B & E Passenger Boarding Bridge Replacement Gates B9, B26, E31, E34 CONTRACT NO. 9500667 January 7, 2019 The Request for Bids for the above

More information

Mail or Deliver Complete Hard Copy Proposal Package To:

Mail or Deliver Complete Hard Copy Proposal Package To: REQUEST FOR PROPOSAL Solicitation No. 7006656 The Bus Tracker and Passenger Counting System Deadline for Proposal Submittal: June 4, 2018 at 4:00 p.m. (Central Time) Location: Airport Board Contact: DFW

More information

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 01 FOR

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 01 FOR DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 01 FOR COMMERCIAL DEVELOPMENT PROGRAM MANAGEMENT/CONSTRUCTION MANAGEMENT SERVICES CONTRACT NO. 8500361 March

More information

Fair Opportunities Purchasing/Contracting Policy

Fair Opportunities Purchasing/Contracting Policy 04/8/2016 Fair Opportunities Purchasing/Contracting Policy 1.0 PURPOSE The Tarrant Regional Water District (TRWD), which includes TRWD/Dallas Integrated Pipeline Project (IPL) will strive to ensure that

More information

Solicitation No Automated Access Control Maintenance and Service

Solicitation No Automated Access Control Maintenance and Service REQUEST FOR PROPOSAL Solicitation No. 7006621 Automated Access Control Maintenance and Service Deadline for Proposal Submittal: March 28, 2018 at 2:00 p.m.(central Time) Location: DFW Airport Headquarters

More information

DFW Airport Headquarters Procurement and Materials Management Department 2400 Aviation Drive DFW Airport, TX 75261

DFW Airport Headquarters Procurement and Materials Management Department 2400 Aviation Drive DFW Airport, TX 75261 REQUEST FOR PROPOSAL Solicitation No. 7006668 IT Service Management Tool Deadline for Proposal Submittal: July 9, 2018 at 2:00 PM(Central Time) Location: Airport Board Contact: Kathie Steller DFW Airport

More information

HUB SUBCONTRACTING PLAN (HSP)

HUB SUBCONTRACTING PLAN (HSP) HUB SUBCONTRACTING PLAN (HSP) QUICK CHECKLIST While this HSP Quick Checklist is being provided to merely assist you in readily identifying the sections of the HSP form that you will need to complete, it

More information

Minority Business Enterprise (MBE) and Minority/Women Business Enterprise (M/WBE) Policy and Procedures Business Diversity & Development Department

Minority Business Enterprise (MBE) and Minority/Women Business Enterprise (M/WBE) Policy and Procedures Business Diversity & Development Department Minority Business Enterprise (MBE) and Minority/Women Business Enterprise (M/WBE) Policy and Procedures Business Diversity & Development Department Board Approved 09-06-2012 Art Program The DFW Airport

More information

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT REQUEST FOR QUALIFICATIONS STATEMENTS FOR

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT REQUEST FOR QUALIFICATIONS STATEMENTS FOR DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT REQUEST FOR QUALIFICATIONS STATEMENTS FOR CUSTOMER EXPERIENCE DESIGN SERVICES AGREEMENT NO. 8500365 July 11, 2018 Advertisement

More information

APPENDIX 5 - The Agreement RFB Documents Page 1 of 105 CONTRACT AGREEMENT

APPENDIX 5 - The Agreement RFB Documents Page 1 of 105 CONTRACT AGREEMENT APPENDIX 5 - The Agreement RFB Documents Page 1 of 105 CONTRACT AGREEMENT THE STATE OF TEXAS ) ) COUNTIES OF DALLAS/TARRANT ) THIS CONTRACT dated the and effective when signed by all parties, is entered

More information

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT REQUEST FOR QUALIFICATIONS STATEMENTS FOR ESTIMATING, COST MANAGEMENT AND SCHEDULING SERVICES AGREEMENT NO. 8500359 August

More information

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB) Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY 14456 Request for Bids (RFB) Herbicide control of water chestnut in the Finger Lakes PRISM Region Release Date: May 11, 2018 Bid due date and

More information

REQUEST FOR PROPOSALS FLOOD DEBRIS REMOVAL

REQUEST FOR PROPOSALS FLOOD DEBRIS REMOVAL REQUEST FOR PROPOSALS 19-409-01 FLOOD DEBRIS REMOVAL INTENT: It is the Intent of this Request for Proposal to solicit competitive sealed proposals for debris removal caused by local flooding event. The

More information

DALLAS FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT PROPOSAL REQUIREMENTS FOR JOB ORDER CONTRACT CONTRACT NO.

DALLAS FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT PROPOSAL REQUIREMENTS FOR JOB ORDER CONTRACT CONTRACT NO. DALLAS FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT PROPOSAL REQUIREMENTS FOR JOB ORDER CONTRACT CONTRACT NO. 9500635 REQUEST FOR PROPOSALS (RFP) March 23, 2018 Contract No.

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 QUOTATION (RFQ) TITLE: Kit Carson Emergency Siren Project

REQUEST FOR QUOTATION (RFQ) TITLE: Kit Carson Emergency Siren Project REQUEST FOR QUOTATION (RFQ) RFQ # Q18-04 CLOSING DATE: 4/20/2018 TITLE: Kit Carson Emergency Siren Project CLOSING TIME: 10:00 A.M. (our clock) INTENT Larimer County Purchasing Department, on behalf of

More information

STATE OF SOUTH DAKOTA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR DISADVANTAGED BUSINESS ENTERPRISE MAY 20, 2015

STATE OF SOUTH DAKOTA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR DISADVANTAGED BUSINESS ENTERPRISE MAY 20, 2015 STATE OF SOUTH DAKOTA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR DISADVANTAGED BUSINESS ENTERPRISE MAY 20, 2015 The Contractor, subrecipient, or subcontractor shall not discriminate on the basis

More information

DOMINION BUILDERS, LLC requires that allsubcontractors interested in working with us, complete this pre-qualification form.

DOMINION BUILDERS, LLC requires that allsubcontractors interested in working with us, complete this pre-qualification form. DOMINION BUILDERS, LLC requires that allsubcontractors interested in working with us, complete this pre-qualification form. Complete the form below and email or fax (both the form and all attachments)

More information

Fayette County Public Schools. Supplier Diversity Program Contract Forms

Fayette County Public Schools. Supplier Diversity Program Contract Forms Fayette County Public Schools Supplier Diversity Program Contract Forms Marilyn Clark Manager of Economic Development Fayette County Public Schools Department of Economic Development 1126 Russell Cave

More information

B. B.E.P.D. means an entity certified as a Business enterprise owned or operated by people with disabilities as defined in MCC

B. B.E.P.D. means an entity certified as a Business enterprise owned or operated by people with disabilities as defined in MCC CITY OF CHICAGO Department of Procurement Services Jamie L. Rhee, Chief Procurement Officer 121 North LaSalle Street, Room 403 Chicago, Illinois 60602-1284 Fax: 312-744-3281 TARGET MARKET SPECIAL CONDITIONS

More information

DALLAS FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT

DALLAS FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT DALLAS FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT PROPOSAL REQUIREMENTS FOR TERMINAL D SOUTH EXPANSION - CONSTRUCTION MANAGER-AT-RISK (CMAR) CONTRACT NO. 9500647 REQUEST

More information

DFW Airport SA01 Southgate Plaza Infrastructure. Bid date: June 4, 2013 Bid time: 11:00 AM

DFW Airport SA01 Southgate Plaza Infrastructure. Bid date: June 4, 2013 Bid time: 11:00 AM DFW Airport SA01 Southgate Plaza Infrastructure Bid date: June 4, 2013 Bid time: 11:00 AM Project Team Gary Ralls Project Executive Jeff Heimer Operations Manager Carlos House - Project Manager Lee Halencak

More information

BIDS RECEIVED AFTER THE DEADLINE WILL NOT BE ACCEPTED DFW

BIDS RECEIVED AFTER THE DEADLINE WILL NOT BE ACCEPTED DFW REQUEST FOR BID Solicitation No. 274844 Purchase Aerial Lift Bid Opening and Deadline for Bid Submittal: August 1, 2018 at 11:00 a.m. (Central Time) Bid Opening Location: DFW Airport Headquarters (new)

More information

DALLAS FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT

DALLAS FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT DALLAS FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT BID REQUIREMENTS FOR SKYLINK FIRE DETECTION & SUPPRESSION SYSTEMS REPLACEMENT CONTRACT NO. 9500625 REQUEST FOR BID (RFB)

More information

Target Market Professional Services Master Consulting Agreements MBE/WBE SPECIAL CONDITIONS

Target Market Professional Services Master Consulting Agreements MBE/WBE SPECIAL CONDITIONS CITY OF CHICAGO Department of Procurement Services Jamie L. Rhee, Chief Procurement Officer 121 North LaSalle Street, Room 403 Chicago, Illinois 60602-1284 Fax: 312-744-3281 Target Market Professional

More information

Request for Proposals: Environmental Site Assessment for Single Property

Request for Proposals: Environmental Site Assessment for Single Property OBDD RFP No. C2019048 Request for Proposals: Environmental Site Assessment for Single Property Proposal due date: January 29, 2019 at 3:00 p.m. Pacific Time 1.0 SOLICITATION INFORMATION AND REQUIREMENTS

More information

Addendum One Dated 10/29/2013

Addendum One Dated 10/29/2013 DFW Airport Consolidated Headquarters Structural Concrete, Roofing, ACM and Garage Structure Addendum One Dated 10/29/2013 The documents are changed as follows; 1. Turner Omega Howard (TOH) revised the

More information

SDDOT CONSTRUCTION MANUAL PROJECT MANAGEMENT SECTION CHAPTER 5 DISADVANTAGED BUSINESS ENTERPRISE (DBE) TABLE OF CONTENTS. Regulation and Authority 5-2

SDDOT CONSTRUCTION MANUAL PROJECT MANAGEMENT SECTION CHAPTER 5 DISADVANTAGED BUSINESS ENTERPRISE (DBE) TABLE OF CONTENTS. Regulation and Authority 5-2 TABLE OF CONTENTS ITEM PAGE Regulation and Authority 5-2 Annual DBE Goal 5-2 Assigning DBE Contract Goals 5-2 DOT-289R/N and DOT-289R/C 5-2 Preconstruction Meeting 5-2 Monitoring DBEs on the Project 5-2

More information

SPECIAL PROVISION. Disadvantaged Business Enterprise/Historically Underutilized. in State Funded Construction

SPECIAL PROVISION. Disadvantaged Business Enterprise/Historically Underutilized. in State Funded Construction 1993 Specifications SPECIAL PROVISION Disadvantaged Business Enterprise/Historically Underutilized Business in State Funded Construction The purpose of this Special Provision is to carry out the Texas

More information

Solicitation No Requirements Contract for Copper Cable Equipment Installation Services

Solicitation No Requirements Contract for Copper Cable Equipment Installation Services REQUEST FOR BID Solicitation No. 7006587 Requirements Contract for Copper Cable Equipment Installation Services Bid Opening and Deadline for Bid Submittal: March 12, 2018 at 2:00 p.m.(central Time) Location:

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

REQUEST FOR BIDS MINOR REPAIRS

REQUEST FOR BIDS MINOR REPAIRS REQUEST FOR BIDS MINOR REPAIRS SOLICITATION #A10-01-17-3415 SEQUOYAH COUNTY Bids Due: February 16, 2017 @ 5:00 P.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 (918) 456-5482

More information

Professional and Technical Services Contract State of Minnesota

Professional and Technical Services Contract State of Minnesota Professional and Technical Services Contract State of Minnesota SWIFT Contract No.: Attachment IV Note: If you take exception to any of the terms, conditions or language in the contract, you must indicate

More information

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas REQUEST FOR PROPOSAL CONCESSION OPERATIONS for The City of Sherman, Texas Prepared By: City of Sherman Finance Department 405 N. Rusk St. P.O. Box 1106 Sherman, Texas 75091-1106 Craig Long Budget Analyst

More information

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste Request for Proposal #2019-020 Grinding and Processing Services for Yard/Pallet Waste Due Date: October 23, 2018 Time: 2:00 pm Receipt Location: Government Building 500 N. Main Street, Suite #709 Administrative

More information

Metropolitan Washington Airports Authority PROCUREMENT AND CONTRACTS DEPT. AMENDMENT OF SOLICITATION

Metropolitan Washington Airports Authority PROCUREMENT AND CONTRACTS DEPT. AMENDMENT OF SOLICITATION PROCUREMENT AND CONTRACTS DEPT. AMENDMENT OF SOLICITATION Metropolitan Washington Airports Authority Procurement and Contracts Dept., MA-29 1 Aviation Circle, Suite 154 Washington, DC 20001-6000 Telephone:

More information

Notice of Request for Proposals

Notice of Request for Proposals REGIONAL PLANNING COUNCILS Southwest Florida Regional Planning Council RFP for New Market Coordinator Notice of Request for Proposals SOUTHWEST FLORIDA REGIONAL PLANNING COUNCIL REQUEST FOR PROPOSALS Professional

More information

Union County. Invitation for Bid # Agricultural Center Ceiling Replacement

Union County. Invitation for Bid # Agricultural Center Ceiling Replacement Union County Invitation for Bid # 2015-026 Agricultural Center Ceiling Replacement Due Date: February 5, 2015 Time: 2:00pm Receipt Location: Government Center, 500 N. Main Street, Administrative Services,

More information

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA The City of San Mateo Public Works Department hereby requests proposals from qualified firms to provide

More information

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN 15-800 RENUMBER 1. Article 2.01, Contractor s License; delete and replace with the

More information

Please return by July 9, 10:00 AM Central Time to:

Please return by July 9, 10:00 AM Central Time to: SOLICITATION NO: R-14-006-DB INFORMAL REQUEST FOR PROPOSALS Release Date: June 25, 2014 ACTUARIAL SERVICES Please return by July 9, 2014 @ 10:00 AM Central Time to: dabenites@saws.org I. PROJECT INFORMATION

More information

SPECIAL PROVISION. Disadvantaged Business Enterprise in State Funded Construction

SPECIAL PROVISION. Disadvantaged Business Enterprise in State Funded Construction 1993 Specifications SPECIAL PROVISION Disadvantaged Business Enterprise in State Funded Construction The purpose of this Special Provision is to carry out the Texas Department of Transportation's policy

More information

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal-Aid Construction

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal-Aid Construction 1995 Metric SPECIAL PROVISION 000---007 Disadvantaged Business Enterprise in Federal-Aid Construction The purpose of this Special Provision is to carry out the U. S. Department of Transportation's (DOT)

More information

ADDENDUM #2 (Issued Thursday, June 27, 2013)

ADDENDUM #2 (Issued Thursday, June 27, 2013) ADDENDUM #2 (Issued Thursday, June 27, 2013) WAKULLA COUNTY BOARD OF COUNTY COMMISSIONERS RFP Title: Debris Removal and Disposal RFP Number: #2013-02 Addendum #2 is issued to amend RFP, Section 7.0 Proposal

More information

REQUEST FOR PROPOSALS. Service Contract Act Administration. February 21, Jason Carlin CNB Purchasing

REQUEST FOR PROPOSALS. Service Contract Act Administration. February 21, Jason Carlin CNB Purchasing REQUEST FOR PROPOSALS Service Contract Act Administration February 21, 2012 Jason Carlin 918-384-7636 CNB Purchasing Jason.carlin@cnent.com Cherokee Nation Businesses 777 West Cherokee St. Catoosa, OK

More information

METROPOLITAN ST. LOUIS SEWER DISTRICT BUSINESS DIVERSITY. MBE Utilization and Workforce Program Building Construction Projects

METROPOLITAN ST. LOUIS SEWER DISTRICT BUSINESS DIVERSITY. MBE Utilization and Workforce Program Building Construction Projects METROPOLITAN ST. LOUIS SEWER DISTRICT BUSINESS DIVERSITY MBE Utilization and Workforce Program Building Construction Projects Effective February, 2014 PURPOSE The Metropolitan St. Louis Sewer District

More information

APPENDIX 5 - The Agreement RFP Documents Page 1 of NAME AND ADDRESS OF CONSULTANT: 4. CONTRACT AMOUNT:

APPENDIX 5 - The Agreement RFP Documents Page 1 of NAME AND ADDRESS OF CONSULTANT: 4. CONTRACT AMOUNT: APPENDIX 5 - The Agreement RFP Documents Page 1 of 110 DATE: CONTRACT FORM 1. CONTRACT NO.: 9500635 2. CONTRACT TITLE: JOB ORDER CONTRACT 3. NAME AND ADDRESS OF CONSULTANT: 4. CONTRACT AMOUNT: $5,000,000.00

More information

REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014

REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014 REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014 The Central Valley Opportunity Center ( CVOC ) is soliciting

More information

Notice of Request for Proposals

Notice of Request for Proposals REGIONAL PLANNING COUNCILS Southwest Florida Regional Planning Council RFP for Agriculture Marketing Strategy Notice of Request for Proposals SOUTHWEST FLORIDA REGIONAL PLANNING COUNCIL REQUEST FOR PROPOSALS

More information

RICE UNIVERSITY SHORT FORM CONTRACT

RICE UNIVERSITY SHORT FORM CONTRACT RICE UNIVERSITY SHORT FORM CONTRACT This Rice University Short Form Contract (this Contract ) is entered into by and between WILLIAM MARSH RICE UNIVERSITY, a Texas non-profit corporation (the University

More information

APPENDIX H DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS

APPENDIX H DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS APPENDIX H DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS APPENDIX H DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS I. DBE GOAL The Pennsylvania Department of Transportation (Department) has established,

More information

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

More information

METROPOLITAN ST. LOUIS SEWER DISTRICT BUSINESS DIVERSITY. MWBE Utilization and Workforce Program Construction Projects with Federal Funding

METROPOLITAN ST. LOUIS SEWER DISTRICT BUSINESS DIVERSITY. MWBE Utilization and Workforce Program Construction Projects with Federal Funding METROPOLITAN ST. LOUIS SEWER DISTRICT BUSINESS DIVERSITY MWBE Utilization and Workforce Program Construction Projects with Federal Funding Effective October 1, 2014 PURPOSE The Metropolitan St. Louis Sewer

More information

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-02 Fire Sprinkler Inspection and Maintenance

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-02 Fire Sprinkler Inspection and Maintenance DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL RFP09-02 Fire Sprinkler Inspection and Maintenance THE DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL TABLE OF CONTENTS TABLE OF CONTENTS

More information

ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO CONSTRUCTION MANAGER AT RISK (CMAR)- CNG FUELING INFRASTRUCTURE UPGRADES

ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO CONSTRUCTION MANAGER AT RISK (CMAR)- CNG FUELING INFRASTRUCTURE UPGRADES 600 S. Grand Central Parkway, Suite 350 Las Vegas, Nevada 89106-4512 702-676-1500 Fax: 702-676-1518 Tina Quigley, General Manager September 17, 2015 ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO. 15-069 CONSTRUCTION

More information

Appendix B Historically Underutilized Business (HUB) Subcontracting Plan

Appendix B Historically Underutilized Business (HUB) Subcontracting Plan Appendix B Historically Underutilized Business (HUB) Subcontracting Plan Cisco Systems, Inc. DIR-TSO-2612-appendix-b.docx 1 HUB SUBCONTRACTING PLAN (HSP) QUICK CHECKLIST While this HSP Quick Checklist

More information

Special Provision to Item 000 Disadvantaged Business Enterprise in Federal Aid Contracts

Special Provision to Item 000 Disadvantaged Business Enterprise in Federal Aid Contracts Special Provision to Item 000 Disadvantaged Business Enterprise in Federal Aid Contracts 1. DESCRIPTION The purpose of this Special Provision is to carry out the U.S. Department of Transportation's (DOT)

More information

Health and Human Services. Contract instruction manual. Contract Management Services. 300 South Sixth Street, MC: 165. Minneapolis, Minnesota 55487

Health and Human Services. Contract instruction manual. Contract Management Services. 300 South Sixth Street, MC: 165. Minneapolis, Minnesota 55487 Health and Human Services Contract instruction manual Contract Management Services 300 South Sixth Street, MC: 165 Minneapolis, Minnesota 55487 Contract instruction manual Revised July 2018 Table of contents

More information

The schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016

The schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016 1.0 EXECUTIVE SUMMARY 1.1 The Cyril E. King Airport (CEKA), St. Thomas, Virgin Islands is owned and operated by The Virgin Islands Port Authority. The CEKA is located at #70 Lindbergh Bay. The CEKA enplanes

More information

Our mission is to procure supplies and services for our customers at the best value utilizing innovative supply-chain practices and technology.

Our mission is to procure supplies and services for our customers at the best value utilizing innovative supply-chain practices and technology. Supplier Guide Purpose Mission Statement How to Reach Us Sales Visits Office Hours Location Supplier Registration How the Procurement Process Works Purchasing Methods Quotations Bids Request for Proposals

More information

DESIGN PROFESSIONAL SERVICES (Type) MASTER CONTRACT CONTRACT NO.

DESIGN PROFESSIONAL SERVICES (Type) MASTER CONTRACT CONTRACT NO. MARICOPA COUNTY SPECIAL HEALTHCARE DISTRICT dba MARICOPA INTEGRATED HEALTH SYSTEM Contracts Department 2611 East Pierce Street, 2nd Floor Phoenix, Arizona 85008-6092 Phone: 602-344-1403 DESIGN PROFESSIONAL

More information

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-03 Window Washing

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-03 Window Washing DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL RFP09-03 Window Washing 2 THE DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL TABLE OF CONTENTS TABLE OF CONTENTS Page ANNOUNCEMENT 3 1.

More information

EXHIBIT H FOR OFFICE OF FACILITIES PLANNING AND CONSTRUCTION (OFPC) MANAGED PROJECTS ONLY

EXHIBIT H FOR OFFICE OF FACILITIES PLANNING AND CONSTRUCTION (OFPC) MANAGED PROJECTS ONLY THE UNIVERSITY OF TEXAS SYSTEM ADMINISTRATION JANUARY 1, 2016 EXHIBIT H FOR OFFICE OF FACILITIES PLANNING AND CONSTRUCTION (OFPC) MANAGED PROJECTS ONLY POLICY ON UTILIZATION HISTORICALLY UNDERUTILIZED

More information

Request for Proposal # Executive Recruitment Services

Request for Proposal # Executive Recruitment Services Request for Proposal # 2019-001 Executive Recruitment Services Due Date: July 19, 2018 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500 N. Main Street,

More information

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal Aid Contracts

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal Aid Contracts 2004 Specifications SPECIAL PROVISION 000--1966 Disadvantaged Business Enterprise in Federal Aid Contracts 1. Description. The purpose of this Special Provision is to carry out the U. S. Department of

More information

REQUEST FOR PROPOSAL (RFP) Montrose County Fairgrounds EVENT CENTER MARKETING Date Issued: Wednesday, October 25 th, 2017

REQUEST FOR PROPOSAL (RFP) Montrose County Fairgrounds EVENT CENTER MARKETING Date Issued: Wednesday, October 25 th, 2017 REQUEST FOR PROPOSAL (RFP) Montrose County Fairgrounds EVENT CENTER MARKETING Date Issued: Wednesday, October 25 th, 2017 I. SUMMARY Montrose County is seeking proposals from qualified firms for Marketing

More information

Snow Removal Services Request for Proposals December 1, April 30, 2019

Snow Removal Services Request for Proposals December 1, April 30, 2019 Township of Warminster Snow Removal Services Request for Proposals December 1, 2017- April 30, 2019 Sealed proposals will be received by Warminster Township at the Township Administrative Offices at 401

More information

DALLAS FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT

DALLAS FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT DALLAS FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT BID REQUIREMENTS FOR NEW REFRIGERANT RECOVERY SYSTEM AT CUP AND REMOVAL OF BOILER #4 CONTRACT NO. 9500648 REQUEST FOR BID

More information

Union County. Request for Proposals # Employee Survey Services

Union County. Request for Proposals # Employee Survey Services Union County Request for Proposals # 2015-030 Employee Survey Services Due Date: April 9, 2015 Time: 2:00pm Receipt Location: Government Center, 500 N. Main Street, Administrative Services, Procurement

More information

MWBE Utilization and Workforce Program Construction Projects with Federal Funding

MWBE Utilization and Workforce Program Construction Projects with Federal Funding METROPOLITAN ST. LOUIS SEWER DISTRICT BUSINESS DIVERSITY MWBE Utilization and Workforce Program Construction Projects with Federal Funding Effective September 1, 2017 PURPOSE The Metropolitan St. Louis

More information

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion Page 1 of 11 Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion The Town of Wilton (the Town) will receive sealed qualifications

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL West Virginia Board of Risk and Insurance Management RIM:09092013 TABLE OF CONTENTS Section 1: General Information Section 2: General Terms and Conditions Section 3: Project Specifications

More information

MACON-BIBB COUNTY, GEORGIA

MACON-BIBB COUNTY, GEORGIA MACON-BIBB COUNTY, GEORGIA Request for Professional Services (RPS) FOR Consultant to perform Disparity Needs Assessment 14-018-ND MACON-BIBB COUNTY ISSUE DATE: MAY 02, 2014 MBE/WBE/DBE Participation: Minority,

More information

DALLAS FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT

DALLAS FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT DALLAS FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT BID REQUIREMENTS FOR LOUNGE FINISH-OUT AT TERMINAL D CONTRACT NO. 9500658 REQUEST FOR BID (RFB) January 4, 2019 Contract

More information

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR LIFE SAFETY UPGRADE OF FLIGHT SERVICES FACILITY AND EXECUTIVE CONFERENCE ROOM IN TERMINAL A CONTRACT

More information

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants EXHIBIT B Insurance Requirements for Environmental Contractors and/or Consultants Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons

More information

DALLAS FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT BID REQUIREMENTS FOR SOUTH CELL PHONE LOT CONTRACT NO.

DALLAS FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT BID REQUIREMENTS FOR SOUTH CELL PHONE LOT CONTRACT NO. DALLAS FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT BID REQUIREMENTS FOR SOUTH CELL PHONE LOT CONTRACT NO. 9500656 REQUEST FOR BID (RFB) December 7, 2018 Contract No. 9500656

More information

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax: CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA 98629 Ph: 360-263-7665 Fax: 360-263-5700 REQUEST FOR PROPOSALS FOR A LA CENTER FARMERS MARKET MASTER The City of La Center is requesting proposals from

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

LA Law Library Request for Proposal Commercial Property and Casualty Insurance Agent / Broker Services

LA Law Library Request for Proposal Commercial Property and Casualty Insurance Agent / Broker Services LA Law Library Request for Proposal Commercial Property and Casualty Insurance Agent / Broker Services GENERAL INFORMATION The LA Law Library ( Library ) is seeking an appropriate and qualified expert

More information

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS NOTICE TO BIDDERS Notice is hereby given that the City of Livermore invites sealed bids for FIRE AND BURGLAR ALARM MONITORING SERVICES IN CITY OWNED BUILDINGS. Each bid shall be in accordance with the

More information

Alameda Corridor Maintenance Services RFP. Pre-Proposal Meeting

Alameda Corridor Maintenance Services RFP. Pre-Proposal Meeting Alameda Corridor Maintenance Services RFP Pre-Proposal Meeting September 5, 2018 Disclaimer: If there is any conflict between the information contained in the presentation and that contained in the RFP,

More information

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS REQUEST FOR PROPOSAL No. 2018-621 RESIDENTIAL CURBSIDE TEXTILE RECYCLING SERVICE The City of Conroe is seeking proposals from qualified firms

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

Operational Procedure: Section TABLE OF CONTENTS

Operational Procedure: Section TABLE OF CONTENTS TABLE OF CONTENTS POLICY STATEMENT 3 DEFINITIONS 4 ESTABLISHMENT OF GOALS 5 DESIGNATION OF A PROGRAM DIRECTOR FOR MWBE PROGRAMS 5 PROCEDURES TO ENSURE THAT MWBEs HAVE EQUITABLE OPPORTUNITY TO COMPETE FOR

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM. Prime Contractor Responsibilities

DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM. Prime Contractor Responsibilities DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM Prime Contractor Responsibilities 2017 Participant Introduction Participant name Company and role within the company What they desire to get out of the course

More information

OCIP Contract Language

OCIP Contract Language Page 1 of 12 7. Insurance Requirements OCIP Contract Language 7.1 COUNTY Provided Insurance. COUNTY will provide an Owner Controlled Insurance Program ( OCIP ) for the Project. The OCIP will be administered

More information

Attachment E DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS

Attachment E DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS Attachment E DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS I. DBE GOAL The Department has established, in connection with this contract, a Disadvantaged Business Enterprise (DBE) goal as specified in

More information

REQUEST FOR BIDS MINOR REPAIRS

REQUEST FOR BIDS MINOR REPAIRS REQUEST FOR BIDS MINOR REPAIRS SOLICITATION #A10-10-17-3755 ROGERS COUNTY Bids Due: November 7, 2017 @ 5:00 P.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 (918) 456-5482

More information

AMENDMENT NO. 1 TO OPERATING AGREEMENT FOR NON-SIGNATORY PASSENGER AIR CARRIERS FOR TAMPA INTERNATIONAL AIRPORT TAMPA, FLORIDA BY AND BETWEEN

AMENDMENT NO. 1 TO OPERATING AGREEMENT FOR NON-SIGNATORY PASSENGER AIR CARRIERS FOR TAMPA INTERNATIONAL AIRPORT TAMPA, FLORIDA BY AND BETWEEN AMENDMENT NO. 1 TO OPERATING AGREEMENT FOR NON-SIGNATORY PASSENGER AIR CARRIERS FOR TAMPA INTERNATIONAL AIRPORT TAMPA, FLORIDA BY AND BETWEEN HILLSBOROUGH COUNTY AVIATION AUTHORITY AND MN AIRLINES, LLC

More information

Rolling Plains Management Corporation 118 North First Street P.O. Box 490 Crowell, Texas REQUEST FOR PROPOSALS FOR

Rolling Plains Management Corporation 118 North First Street P.O. Box 490 Crowell, Texas REQUEST FOR PROPOSALS FOR Rolling Plains Management Corporation 118 North First Street P.O. Box 490 Crowell, Texas 79227 REQUEST FOR PROPOSALS FOR CONTRACTORS FOR THE AMY YOUNG BARRIER REMOVAL PROGRAM July 30, 2018 1 TABLE OF CONTENTS

More information

3. Authorized Exceptions to Appendix A, Standard Terms and Conditions for Product and Related Services Contracts, version 09/24/2015.

3. Authorized Exceptions to Appendix A, Standard Terms and Conditions for Product and Related Services Contracts, version 09/24/2015. Amendment Number 3 to Contract Number DIR-TSO-2542 between State of Texas, acting by and through the Department of Information Resources and Cisco Systems, Inc. This Amendment Number 3 to Contract Number

More information