STATEMENT OF QUALIFICATION (SOQ) SUBMISSION REQUIREMENTS ARCHITECT OF RECORD (AOR) AND MAJOR SUBCONSULTANTS

Size: px
Start display at page:

Download "STATEMENT OF QUALIFICATION (SOQ) SUBMISSION REQUIREMENTS ARCHITECT OF RECORD (AOR) AND MAJOR SUBCONSULTANTS"

Transcription

1 GREATER ORLANDO AVIATION AUTHORITY NOTICE OF PROFESSIONAL SERVICES FOR THE SOUTH TERMINAL C, PHASE 2 W-S00201 ARCHITECT OF RECORD AND MAJOR SUBCONSULTANTS ORLANDO INTERNATIONAL AIRPORT STATEMENT OF QUALIFICATION (SOQ) SUBMISSION REQUIREMENTS ARCHITECT OF RECORD (AOR) AND MAJOR SUBCONSULTANTS For scope of services and information regarding the Pre-Submittal Conference, refer to the Advertisement for subject services, which is available online at the Authority's website: The Authority intends to shortlist and then select an Architect of Record and Major Subconsultants for the Project. The Prime Architectural Design Consultant may be appointed as an advisor to the Authority s Professional Services Committee ( PSC ), which will review the qualifications, interview the shortlisted firms and recommend a ranking to the Authority Board for the selection of the Architect of Record and Major Subconsultants; the selected Architect of Record may also be appointed as a technical advisor to the PSC for the selection of the Major Subconsultants. The Authority intends for the Architect of Record to contract directly with the Major Subconsultants. The anticipated Major Subconsultant categories include, but are not limited to: Structural Engineering; Mechanical and Plumbing (M/P) Engineering; Electrical Engineering; Civil Engineering; and Aviation Ground Support Equipment (GSE) Specialty Engineer. The Architect of Record shall be responsible for identifying and retaining any additional subconsultants it believes are necessary for provision of the Services (such as associate architect, interior design, baggage system, estimating, scheduling, etc.). The Authority reserves the right to revise the structure of the contracting relationships during competitive negotiations. Written inquiries shall be directed to Mr. Mark W. Birkebak, AIA, Director of Engineering, Greater Orlando Aviation Authority at: WS201AOR-MS@goaa.org. Questions regarding the AOR selection received after 5:00 p.m. local time on February 23, 2018, will not be answered. Questions regarding the Major Subconsultant selections received after 5:00 p.m. local time on March 26, 2018, will not be answered. Interested Proposers shall submit twelve (12) printed copies and one (1) electronic PDF version* on compact disk (or single-layer DVD) of a Statement of Qualifications ("SOQ") to the Receptionist Office, Greater Orlando Aviation Authority, 5850-B Cargo Road, Orlando, FL on or before 2:00 p.m. local time on the following dates AOR SOQs - March 6, 2018 Major Subconsultant SOQs - April 3, 2018 Any SOQ received after the time and date stated above will not be considered and will be returned unopened. Page 1 of 12

2 The SOQs shall be submitted in sealed packages clearly labeled, SOQ FOR W-S00201 ARCHITECT OF RECORD FOR STC PHASE 2 or SOQ FOR W-S00201 MAJOR SUBCONSULTANT [Structural Engineering; Mechanical and Plumbing (M/P) Engineering; Electrical Engineering; Civil Engineering; or Aviation Ground Support Equipment (GSE) Specialty Engineer] STC PHASE 2 identifying the applicable subconsultant category. *PDF submission requirements: All documents shall be PDF/A compliant. PDF/A compliant documents have embedded fonts and do not reference external files. Scanned documents shall be created as PDF/A compliant, made text searchable and have a minimum resolution of 300 dpi. Submittals in PDF format shall have navigational bookmarks inserted in lieu of any tabs required in the hard copy. The entire submittal shall not exceed a single layer DVD disc. In cases where there are discrepancies between the PDF and hard copy, the hard copy shall take precedence. SOQs in print form shall include the following: one (1) volume, addressing each numbered subsection below in the order requested, indexed, and clearly identified. The information submitted for Items 1-2 (excluding tabs) shall not exceed 20 one-sided 8 1/2 x11 pages in Arial font with no smaller than 12 pitch font. SOQs that are not in compliance with the requirements may be downgraded accordingly. 1. Proposing Entity Structure - Proposer s Statement of the following: a) The name and address of the legal entity that will contract with the Authority if awarded the Agreement for the Project. b) Name, address, address and telephone/fax numbers of one (1) individual to whom all future correspondence and/or communications will be directed. c) A statement declaring the type of business relationship the Proposer will use (i.e., a single company, joint venture or other form of business relationship to perform the services for the Projects) and whether the entity is currently in existence or whether it will be formed upon award. If the Proposer is a joint venture or partnership, the Qualifying Experience in Section 3 may be satisfied by the joint venture, partnership or any member entity thereof. Please provide a copy of the joint venture or partnership agreement. In addition, the joint venture or partnership must be the proposed policyholder of the insurance required in Section 5 below. Joint Ventures are not preferred. 2. Executive Brief (Project Approach) - Include the following: a) A narrative explanation, outlining Proposer's comprehensive project approach to provide the required Services for the Project. b) A narrative explanation regarding why the Proposer should be selected for the Project, including an overview of the specific experience and expertise of the Proposer and its key personnel in design development and management of a design team for a world-class international airport terminal. Include a summary of all prior experience working together with the proposed joint venture members or partners to a partnership, if applicable. Include a summary of similar projects, highlighting any specific international airport Page 2 of 12

3 terminal expansion or development projects, with particular reference to scope, phasing, construction delivery methods and lessons learned. c) An Organizational Chart of no more than TEN (10) total key personnel for the Proposer and each proposed subconsultant category, and provide resumes showing the experience on similar projects. d) A narrative explanation of the Proposer's ability to perform the Services, including a specific staffing plan, demonstrating that the Proposer has adequate qualified staff to handle the volume of Services on an accelerated schedule. The plan must include a statement of the anticipated workload and capacity of the key personnel over the next three (3) years. Proposers have a continuing obligation to inform the Authority of any proposed key personnel changes. Any change in key personnel proposed for the Project prior to contract execution could result in the Authority re-ranking the Proposers. e) A narrative outlining the Proposer s experience in and approach to incorporating sustainable design principles into the Services, which may include LEED. f) A narrative outlining Proposer s experience in the use of technology, including threedimensional design with clash analysis, on similar Projects, and the lessons learned, if any, of employing such technology on the Services. g) A two (2) page description of the Proposer s quality control program for providing the proposed Services, including the use of technology. Include the proposed method for communication and coordinating with the Authority, its other consultants, the Contractor and other interested governmental agencies. h) A statement describing the services the Proposer will perform in-house and the services the Proposer anticipates to be performed by subconsultants. AOR SOQs should not propose any subconsultants to perform the roles of the Major Subconsultants. i) AOR SOQs must include a statement that the Proposer (1) understands the Prime Architectural Design Consultant may participate in the selection process for the Architect of Record, (2) intends to contract directly with the Authority and will subcontract directly with each of the selected Major Subconsultants, (3) agrees that it will be contractually responsible for all subconsultant work on the Project, including the work performed by the Major Subconsultants and (4) understands the Technology and Multi-Media Systems Specialty Engineer role and will collaborate on all design. Major Subconsultant SOQs must include a statement that the Proposer (1) understands the Prime Architectural Design Consultant and the AOR may participate in the selection process for the Major Subconsultants, (2) understands and agrees that it will enter into a contractual relationship with the AOR (and not the Authority). 3. Qualifying Experience Include USGSA Form 330 for the Proposer, subconsultants and key personnel. a) For the AOR, it is preferred that Proposers and their key personnel have prior experience as an Architect of Record (or similar role) on THREE (3) similar projects Page 3 of 12

4 within the last TEN (10) years, all of which had a construction value of not less than Three Hundred Million Dollars ($300,000,000) with at least one being an airport terminal project. For the Major Subconsultants, it is preferred that Proposers and their key personnel have prior experience as a Prime Consultant or as a Major Subconsultant on a minimum of THREE (3) similar projects within the last TEN (10) years, including one airport project and one project with a minimum construction value for the relevant discipline of not less than Two Million Dollars ($2,000,000). Clearly identify the qualifying projects in the USGSA Form 330. b) List other similar projects, which Proposer believes represents its skill and experience in working on projects of this size and complexity. Clearly identify the specific project and description in the USGSA Form 330 for each similar project. c) Proposers should have prior experience 1) coordinating with, 2) meeting the funding requirements of, 3) and complying with the rules and regulations of the following: the Federal Aviation Administration (FAA), the Transportation Security Administration (TSA), the United States Customs and Border Protection (CBP), the Florida Department of Transportation (FDOT), South Florida Water Management District (SFWMD), Department of Environmental Protection (DEP), the Orlando Utilities Commission (OUC), and other authorities having jurisdiction. Clearly identify the specific project and description in the USGSA Form 330. d) For each qualifying project, provide the name, title, address, address and phone/fax numbers for a reference contact person of the Proposer s client, preferably the owner of the facility, who is familiar with the Proposer s role on that project. Reference checks will be conducted on those projects and may be conducted on other projects. 4. Small/Minority Business Participation - All Proposers are hereby notified that they must comply with: 1) the Minority and Women Business Enterprise ( MWBE ) program requirement as defined in the Authority s MWBE Policy, 2) the Local Developing Business/Veteran Business Enterprise ( LDB/VBE ) program requirement as defined in the Authority s LDB/VBE Policy and 3) the Disadvantaged Business Enterprise (DBE), if applicable, program requirement as defined in the Authority s DBE Policy. The Policies, Forms and certified MWBE, LDB/VBE, and DBE Directories are available on-line at the Authority s web site: For these Services, the Authority has established an MWBE Participation Goal of 20% and an LDB/VBE Participation Goal of 5% for the Architect of Record. The Authority has established the following MWBE and LDB/VBE Participation Goals for each of the following Major Subconsultants: MWBE Goal LDB/VBE Goal Page 4 of 12

5 Structural Engineer 15% 5% M/P Engineer 20% 5% Electrical Engineer 20% 5% Civil Engineer 20% 5% GSE Specialty 15% 3% Proposers are encouraged to include Veteran Business Enterprises ("VBE") in their small business participation plan. The Authority will count those businesses towards the LDB Goal. Proposers will be notified if funding requires the Authority to establish a DBE Participation Goal for any portion of the Project. In that case, the Proposer/Consultant may be required to retain DBE-certified subconsultants. Proposers will be evaluated on both the level and quality of participation proposed for small businesses, including DBE, MWBE and LDB firms. Include a written action plan that demonstrates the Proposer s understanding of the MWBE, LDB/VBE, and DBE participation programs and how the Proposer could achieve the participation goals for these Services. The Proposer shall specifically identify in the written action plan: a) Proposer s overall plan and outreach program to meet or exceed all participation goals established by the Authority. b) Proposer s specific approach to maximize small business participation at the first sub-tier level comprised of subconsultants Proposer includes on its team, including identifying the subconsultant firm and anticipated work scope. AOR SOQs should not propose any subconsultants to perform the roles of the Major Subconsultants. c) Proposer s plan to increase or enhance the level of small business participation, such as assisting small businesses with obtaining appropriate levels of insurance coverage, lowering subconsultant insurance thresholds to accommodate greater participation, and breaking out contract work items into economically feasible units to facilitate small business participation. Questions concerning the MWBE, LDB/VBE, and DBE programs can be addressed to the Aviation Authority's Office of Small Business Development, Attn. Mr. George Morning, Director, Greater Orlando Aviation Authority, Orlando International Airport, 5850-B Cargo Road, Orlando, FL 32827; Phone: (407) , george.morning@goaa.org, or to Mr. Somdat Jiawan, Manager, Small Business Programs, at Phone: (407) , sjiawan@goaa.org. Proposers shall be solely responsible for confirming MWBE, LDB/VBE, and DBE subcontractors' experience, capacity, certification, and any other information related to the Project. 5. Insurance Requirements Proposer shall provide a narrative on Proposer s proposed or recommended risk management and insurance coverage methodology for the Project, including its insurance coverage plan for the subconsultants (which should address at a minimum the balancing of risk management requirements for the Project and the Authority s goal of maximizing MWBE, LDB/VBE, and DBE participation). Page 5 of 12

6 Proposer shall also include evidence of its ability to obtain the following insurance coverage, either by means of any existing policy or other verifiable proof (Agent/Broker commitment letter): For AOR SOQs: a) Professional Liability Minimum of $25,000,000 per claim and annual aggregate, with maximum deductible or self-insured retention in an amount not exceeding $100,000. b) Commercial General Liability (CGL) Minimum of $25,000,000 per occurrence and annual aggregate, with maximum deductible or self-insured retention in an amount not exceeding $100,000. c) Automobile Liability Minimum of $5,000,000 per occurrence, with maximum deductible or self-insured retention in an amount not exceeding $100,000. d) Worker s Compensation - (statutory limit) Employer s Liability: $500,000 - each accident $500,000 disease - policy limit $500,000 disease - each employee For Major Subconsultant SOQs: a) Professional Liability Minimum of $2,000,000 per claim and annual aggregate, with maximum deductible or self-insured retention in an amount not exceeding $100,000. b) Commercial General Liability (CGL) Minimum of $5,000,000 per occurrence and annual aggregate, with maximum deductible or self-insured retention in an amount not exceeding $100,000. c) Automobile Liability Minimum of $5,000,000 per occurrence, with maximum deductible or self-insured retention in an amount not exceeding $100,000. d) Worker s Compensation - (statutory limit) Employer s Liability: $500,000 - each accident $500,000 disease - policy limit $500,000 disease - each employee Policy terms must be acceptable to the Authority and must comply with the Authority s requirements for insurance. The Authority reserves the right to increase insurance thresholds to an amount commensurate with the actual project scope awarded. 6. Licensure AOR Proposers must have a Certificate of Authorization from the State of Florida, Department of Business and Professional Regulation to offer architectural services. Major Subconsultant Proposers must have a Certificate of Authorization from the State of Florida, Department of Business and Professional Regulation to offer engineering services. All Proposers should have experience with all applicable federal, State of Florida, Orange County, Florida, and City of Orlando codes, regulations and laws. Include the following: Page 6 of 12

7 a) A copy of the current, active Certificate of Authorization for the Proposer (in the legal name of the Proposer), b) Copies of current, active professional licenses held by the proposed key personnel, as available and applicable, and c) A copy of the current, active Florida Division of Corporations Certificate of Status or other evidence that the Proposer is authorized to conduct business in Florida. A printout from the website is sufficient. 7. Financial Statements Proposer s most recent audited annual financial statements for the last two years in order to evaluate the Proposer s ability to perform these services. If audited annual financial statements are not available, provide balance sheets, income statements, and cash flow statements for the last two years. This financial documentation shall be submitted in a sealed envelope, and included in one copy of the printed SOQ (do not include in the pdf). The sealed envelope should be clearly labeled as follows: "Confidential Financial Records Submitted under Seal and Exempt from Florida Public Records Disclosure". Include the SOQ title and Proposer's name on the sealed envelope. (Reference Florida Statutes Section (1)(c) for exemption on financial records.) 8. Claim Information - Disclose all lawsuits, arbitrations and claims filed or raised by or against Proposer over the last Five (5) years, specifically identifying: a. The project involved. b. The parties involved. c. The nature of the claim(s). d. Amount at issue. e. Disposition or status. f. Litigation, case style, number and jurisdiction. If Proposer is a joint venture or partnership, provide the above information for each member of the joint venture or partnership. If Proposer is a newly-formed entity, please provide the above information also for any predecessor and affiliated entity. 9. Required Certifications Include Exhibit A signed by a person with authority to bind the Proposer. 10. Any additional information, which may be requested by the Authority at the Pre-Submittal Conference. EVALUATION AND AWARD CRITERIA Following submission, the Authority s Professional Services Committee (PSC) intends to shortlist no less than three (3) Proposers for the AOR and for each Major Subconsultant. Among the factors that will be considered in selecting the Proposers who will be shortlisted are their qualifications, Project approach, ability to provide the required services, prior experience on similar projects, their past performance with the Authority (if applicable), their past performance with other entities, level and quality of small business participation, risk management and insurance plan, the responses to the inquiries set forth above, the ability of professional personnel, willingness to meet time and budget requirements, recent, current and Page 7 of 12

8 projected workloads, and volume of work previously awarded to each firm. The Authority reserves the right to solicit from available sources relevant information concerning a Proposer s past performance and may consider such information in its selection of short listed Proposers. Shortlisted Proposers will be scheduled for an interview, presentation or both. Following shortlisting, and interviews or presentations, the Authority shall make a final ranking and select in order of preference, based on the above information, weighing of CCNA (Consultants Competitive Negotiation Act) factors, and interview results, in order to select for award the most highly qualified Proposer(s) to perform the requested services. The Authority reserves the right to select one or more Architect(s) of Record. The Authority intends but is not obligated to entire into a non-exclusive agreement with the selected AOR Proposer(s). The extent and scope of the services, along with the fees for such services will be negotiated. Should the parties be unable to negotiate a satisfactory contract, at a price the Authority determines to be fair, competitive and reasonable, negotiations with the selected Proposer shall be terminated and the Authority may then undertake negotiations with the second most qualified firm, and if necessary, additional Proposers in accordance with the ranking. The selected AOR shall negotiate a subconsultant agreement with each top-ranked Major Subconsultant. Should the parties be unable to negotiate a satisfactory contract, at a price the Authority determines to be fair, competitive and reasonable, negotiations shall be terminated and the AOR may then undertake negotiations with the second most qualified firm, and if necessary, additional Proposers in accordance with the ranking. Upon successful completion of negotiations, the Authority shall have the right, but not the obligation, to approve all or any portion of the Project or Services, subject to the availability of funding. The Authority reserves the right to waive any informality in the SOQ, to reject any and all SOQ, to readvertise for SOQ or to elect not to proceed with the Project for any reason. All recommendations and decisions regarding award of the Project shall be made at open public meetings in accordance with the requirements of Florida Statute , and all interested parties are invited to attend such meetings. In accordance with Florida Statute (10), the Authority declares that all or any portion of the documents and work papers prepared and submitted pursuant to this invitation shall be subject to re-use by the Authority. LOBBYING IS PROHIBITED. Proposers are hereby advised that individuals, who conduct lobbying activities with Aviation Authority employees or Board members, must register with the Aviation Authority each year prior to conducting any lobbying activities. A statement of expenditures incurred in connection with those lobbying instances should also be filed prior to April 1st of each year for the preceding year. As of January 16, 2013, lobbying any Aviation Authority Staff, who are members of any committee responsible for ranking Proposals, Letters of Interest, Statements of Qualifications or Bids and thereafter forwarding those recommendations to the Board and/or Board Members, is prohibited from the time that a Request for Proposals, Request for Letters of Interests, Request for Qualifications or Request for Bids is released to the time that the Aviation Authority Board makes an award. As adopted by the Aviation Authority Board on September 19, 2012, lobbyists are now required to sign-in at the Aviation Authority offices prior to any meetings with Staff or Board members. In the event a lobbyist meets with or otherwise communicates with Staff or an Aviation Authority Board member at a location other than the Aviation Authority offices, the lobbyist shall file a Notice of Lobbying (Form 4) detailing each instance of lobbying to the Director of Board Services within seven (7) calendar days of such lobbying. The policy, forms, and instructions are available in the Aviation Authority s offices and the web site. Please contact the Director of Board Services. Page 8 of 12

9 ADDITIONAL INFORMATION Proposer s personnel will be required to meet the Greater Orlando Aviation Authority s (Authority) requirements for security background checks. All personnel requiring unescorted access to a secure or sterile area of the airport must undergo a Criminal History Records Check (CHRC) and are subject to the requirements of Title 49 of the Code for Federal Regulations Part 1542 or 1544 and the Airport Security Improvement Act of Pursuant to Section (2)(a), Florida Statutes, interested Proposers who have been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal on a contract to provide services for a public entity, may not be awarded a consultant contract and may not transact business with a public entity for services in excess of the threshold amount set forth in Section , Florida Statutes, for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. By submitting a Proposal, the Proposer certifies that it is not included on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Authority Contracts require Contractors/Consultants to comply with the requirements of E-Verify. Contractor/Consultants will be required to utilize the U.S. Department of Homeland Security s Employment Eligibility Verification System (e-verify), in accordance with the terms governing the use of the system, to confirm the employment eligibility of persons employed by the Contractor/Consultant, during the term of the Contract, to perform employment duties within Florida. Prime Contractors/Consultants are required to include an express provision in their Subconsultant/Subcontractor Agreements requiring the Subconsultants/Subcontractor to do the same. The FDOT's Restrictions on Consultants' Eligibility to Compete for Department Contracts Procedure (Topic ) applies to these Services. GREATER ORLANDO AVIATION AUTHORITY By: Frank Kruppenbacher Aviation Authority Chairman Page 9 of 12

10 EXHIBIT A REQUIRED CERTIFICATIONS The Proposer certifies that the following statements are true: 1. SCRUTINIZED COMPANIES LIST: The Proposer is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, as defined in Section , Florida Statutes (2015). 2. CERTIFICATION REGARDING DEBARMENT AND SUSPENSION, (Non- Procurement) Title 2 CFR Part 180 & Title 2 CFR Part 1200 The contract that ultimately results from this solicitation is a covered transaction as defined by Title 2 CFR Part 180. The Proposer certifies, by submission of this proposal or acceptance of this contract, that neither it nor its Principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntary excluded from participation in this transaction by any Federal department or agency. It further agrees that by submitting this proposal that, if it is the successful Proposer, it will comply with Title 2 CFR Part 1200 and Title 2 CFR Part 180, Subpart C by administering each lower tier subcontract that exceeds $25,000 as a covered transaction. CERTIFICATION REGARDING DEBARMENT AND SUSPENSION (NON- PROCUREMENT) TITLE 2 CFR PART 1200 AND TITLE 2 CFR PART 180, SUBPART C The successful Proposer by administering each lower tier subcontract that exceeds $25,000 as a covered transaction must verify each lower tier participant of a covered transaction under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful Proposer shall accomplish this by: (i) Checking the System for Award Management at website: (ii) Collecting a certification statement similar to the previous paragraph and (iii) Inserting a clause or condition in the covered transaction with the lower tier contract. If the FAA later determines that an individual failed to tell a higher tier that they were excluded or disqualified at the time they entered the covered transaction with that person, the FAA may pursue any available remedy, including suspension and debarment. 3. CERTIFICATION REGARDING FOREIGN TRADE RESTRICTIONS (49 CFR PART 30) The Proposer, by submission of an offer and/or execution of a contract, certifies that it: a. is not owned or controlled by one or more citizens or nationals of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade representative (USTR); b. has not knowingly entered into any contract or subcontract for this project with a contractor that is a citizen or national of a foreign country on said list, or is owned or South Terminal C - Phase 1 Architect of Record Services (WS110) Submission Requirements Page 1 of 3

11 controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list. c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a Proposer who is unable to certify to the above. If the Proposer knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project; the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract at no cost to the Government. Further, the Proposer agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The Contractor may rely upon the certification of a prospective Subcontractor unless it has knowledge that the certification is erroneous. The Contractor shall provide immediate written notice to the Owner if the Contractor learns that its certification or that of a Subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Subcontractor agrees to provide immediate written notice to the Contractor, if at any time it learns that its certification was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the Contractor or Subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct, through the Owner, cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a Contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING (49 CFR 20) The prospective Proposer certifies, by signing and submitting this proposal, to the best of his or her knowledge and belief, that: a. 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 Federal 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 South Terminal C - Phase 1 Architect of Record Services (WS110) Submission Requirements Page 2 of 3

12 any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. 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 Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. c. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C 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. d. The prospective Proposer also agrees by submitting his or her proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. 5. CONFLICT OF INTEREST. The Proposer certifies that it is and will remain in compliance with FDOT Procedure No By: Date: Proposer Print Name: Title: South Terminal C - Phase 1 Architect of Record Services (WS110) Submission Requirements Page 3 of 3

SUBMISSION REQUIREMENTS

SUBMISSION REQUIREMENTS GREATER ORLANDO AVIATION AUTHORITY NOTICE OF PROFESSIONAL SERVICES W-00380 SELECTION OF CONTINUING CIVIL ENGINEERING SERVICES CONSULTANT ORLANDO INTERNATIONAL AIRPORT, ORLANDO EXECUTIVE AIRPORT, AND OTHER

More information

SUBMISSION REQUIREMENTS

SUBMISSION REQUIREMENTS GREATER ORLANDO AVIATION AUTHORITY NOTICE OF PROFESSIONAL SERVICES W-376, SELECTION OF DESIGN CONSULTANT SERVICES FOR RUNWAY 18L-36R REHABILITATION AND RELATED WORK ORLANDO INTERNATIONAL AIRPORT SUBMISSION

More information

SUBMISSION REQUIREMENTS

SUBMISSION REQUIREMENTS GREATER ORLANDO AVIATION AUTHORITY NOTICE OF PROFESSIONAL SERVICES W-00382 SELECTION OF CONTINUING ENVIRONMENTAL ENGINEERING CONSULTANT ORLANDO INTERNATIONAL AND EXECUTIVE AIRPORT SUBMISSION REQUIREMENTS

More information

SUBMISSION REQUIREMENTS

SUBMISSION REQUIREMENTS GREATER ORLANDO AVIATION AUTHORITY NOTICE OF DESIGN/BUILD SERVICES DESIRED FOR BP-00483 INTRUSION DETECTION SYSTEM & POND SECURITY FENCING (D/B) ORLANDO INTERNATIONAL AIRPORT SUBMISSION REQUIREMENTS For

More information

SUBMISSION REQUIREMENTS

SUBMISSION REQUIREMENTS GREATER ORLANDO AVIATION AUTHORITY W374, NOTICE OF CONTINUING HORIZONTAL CONSTRUCTION SERVICES AT THE ORLANDO INTERNATIONAL AIRPORT, ORLANDO EXECUTIVE AIRPORT AND OTHER FACILITIES OPERATED BY THE GREATER

More information

GREATER ORLANDO AVIATION AUTHORITY NOTICE OF CONTINUING SIGNAGE CONSTRUCTION SERVICES (W400) ORLANDO INTERNATIONAL AND EXECUTIVE AIRPORTS

GREATER ORLANDO AVIATION AUTHORITY NOTICE OF CONTINUING SIGNAGE CONSTRUCTION SERVICES (W400) ORLANDO INTERNATIONAL AND EXECUTIVE AIRPORTS GREATER ORLANDO AVIATION AUTHORITY NOTICE OF CONTINUING SIGNAGE CONSTRUCTION SERVICES (W400) ORLANDO INTERNATIONAL AND EXECUTIVE AIRPORTS SUBMISSION REQUIREMENTS For scope of services and information regarding

More information

STATEMENTS OF QUALIFICATIONS (SOQ) SUBMISSION REQUIREMENTS

STATEMENTS OF QUALIFICATIONS (SOQ) SUBMISSION REQUIREMENTS GREATER ORLANDO AVIATION AUTHORITY NOTICE OF DESIGN, BUILD, OPERATE & MAINTAIN (DBOM) SERVICES FOR BP-S00132 BAGGAGE HANDLING SYSTEM FOR THE SOUTH TERMINAL C, PHASE 1 ORLANDO INTERNATIONAL AIRPORT STATEMENTS

More information

MEETING MINUTES. Meeting Attendees. Tuan Nguyen, P.E., Manager, Civil Engineering

MEETING MINUTES. Meeting Attendees. Tuan Nguyen, P.E., Manager, Civil Engineering MEETING MINUTES GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport 5850-B Cargo Road Orlando, Florida 32827-4399 TO: FROM: MEETING: Meeting Attendees Tuan Nguyen, P.E., Manager, Civil Engineering

More information

REQUEST FOR QUALIFICATIONS (RFQ)

REQUEST FOR QUALIFICATIONS (RFQ) REQUEST FOR QUALIFICATIONS (RFQ) Emergency Services Planning and Exercise Services The Mid-America Regional Council (MARC) serves as the association of city and county governments and the metropolitan

More information

Contract Attachment 2 Federal Required Assurances CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE

Contract Attachment 2 Federal Required Assurances CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE Department of Health and Human Services Division of Mental Health, Developmental Disabilities and Substance Abuse Services Certification for Contracts,

More information

CITY COLLEGE OF SAN FRANCISCO

CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS RFQ 166 ARCHITECTURAL/ENGINEERING DESIGN SERVICES ADDENDUM TWO Thursday August 2, 2018 CITY COLLEGE OF SAN FRANCISCO RFQ 166 DISTRICT-WIDE ARCHITECTURAL/ENGINEERING DESIGN SERVICES

More information

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC SRR-PPS-2009-00012, Rev 2 SECTION A, APPLICABLE TO ALL OFFERS... 2 1. Certification and Agreement... 2 2. Authorized Negotiators... 2 3.

More information

THE SANFORD AIRPORT AUTHORITY ORLANDO SANFORD INTERNATIONAL AIRPORT (SFB)

THE SANFORD AIRPORT AUTHORITY ORLANDO SANFORD INTERNATIONAL AIRPORT (SFB) Page 1 of 7 THE SANFORD AIRPORT AUTHORITY ORLANDO SANFORD INTERNATIONAL AIRPORT (SFB) REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL AIRPORT ENGINEERING SERVICES Sanford Airport Authority 1200 Red Cleveland

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

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

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954)

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535 Table of Contents Procurement Authority... 4 Scope of Service... 5 Submittal

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

2018 Procurement of Airport Rescue Fire Fighting (ARFF) Personal Protective Equipment (PPE) and Self-Contained Breathing Apparatus (SCBA)

2018 Procurement of Airport Rescue Fire Fighting (ARFF) Personal Protective Equipment (PPE) and Self-Contained Breathing Apparatus (SCBA) Hancock County Bar Harbor Airport Trenton, ME 2018 Procurement of Airport Rescue Fire Fighting (ARFF) Personal Protective Equipment (PPE) and Self-Contained Breathing Apparatus (SCBA) Request for Proposals

More information

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS The offeror represents and certifies as part of the offer that: (Check or complete all applicable boxes or blocks.) 1. TYPE

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS International Republican Institute 1225 Eye St. NW, Suite 700 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal Procurement Number: ASIA2016IND09o Open

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

BP INTRUSION DETECTION SYSTEM & POND SECURITY FENCING DESIGN/BUILD PRE-SUBMITTAL MEETING

BP INTRUSION DETECTION SYSTEM & POND SECURITY FENCING DESIGN/BUILD PRE-SUBMITTAL MEETING GREATER ORLANDO AVIATION AUTHORITY 5850-B CARGO ROAD ORLANDO, FLORIDA 32827-4399 BP-00483 INTRUSION DETECTION SYSTEM & POND SECURITY FENCING DESIGN/BUILD PRE-SUBMITTAL MEETING MAY 1, 2018 2:00 PM Introduction

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR LEGAL SERVICES 750 Commerce Drive, Suite 110 Decatur, Georgia 30030 TABLE OF CONTENTS PART I INTRODUCTION... PAGE 1.1 Definitions...3 1.2 Profile of the...3 PART II STATEMENT

More information

This form will be made a part of any resultant purchase order or subcontract SECTION I

This form will be made a part of any resultant purchase order or subcontract SECTION I Procurement of material, services and supplies for a United States Government contract requires that prime contractors, subcontractors and suppliers comply with socioeconomic programs enacted into public

More information

Texas Rising Star Assessor Services RFQ. Cover Sheet

Texas Rising Star Assessor Services RFQ. Cover Sheet ATTACHMENT A Texas Rising Star Assessor Services RFQ Individual/Organization Name Mailing Address City, State, Zip Physical Address (if different) Contact Person & Telephone & Fax number & E-mail Cover

More information

REQUEST FOR QUOTES for FOSTER SUCCESS CONFERENCE RELEASE DATE: JUNE 18, 2018

REQUEST FOR QUOTES for FOSTER SUCCESS CONFERENCE RELEASE DATE: JUNE 18, 2018 REQUEST FOR QUOTES for FOSTER SUCCESS CONFERENCE RELEASE DATE: JUNE 18, 2018 Equal Opportunity Employer/Program Auxiliary Aids and service are available upon request to individuals with disabilities Relay:

More information

REQUEST FOR QUALIFICATIONS (RFQ) PROFESSIONAL ENGINEERING SERVICES ON A CONTINUING CONTRACT BASIS

REQUEST FOR QUALIFICATIONS (RFQ) PROFESSIONAL ENGINEERING SERVICES ON A CONTINUING CONTRACT BASIS REQUEST FOR QUALIFICATIONS (RFQ) PROFESSIONAL ENGINEERING SERVICES ON A CONTINUING CONTRACT BASIS I. GENERAL The Westgate/Belvedere Homes Community Redevelopment Agency (WCRA) is seeking proposals from

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

ACQUIRE AIRCRAFT RESCUE AND FIREFIGHTING TYPE III RAPID INTERVENTION VEHICLE

ACQUIRE AIRCRAFT RESCUE AND FIREFIGHTING TYPE III RAPID INTERVENTION VEHICLE November 3, 2017 CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS ACQUIRE AIRCRAFT RESCUE AND FIREFIGHTING TYPE III RAPID INTERVENTION VEHICLE NORFOLK INTERNATIONAL AIRPORT NORFOLK, VIRGINIA PREPARED by:

More information

HILLSBOROUGH COUNTY AVIATION AUTHORITY

HILLSBOROUGH COUNTY AVIATION AUTHORITY HILLSBOROUGH COUNTY AVIATION AUTHORITY REQUEST FOR QUALIFICATIONS FOR CHECKED BAGGAGE SYSTEM UPGRADES AND OPTIMIZATION AT TAMPA INTERNATIONAL AIRPORT TAMPA, FLORIDA PROJECT NO. 5991 14 SOLICITATION NUMBER

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

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Substance Abuse and Mental Health

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Substance Abuse and Mental Health STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Substance Abuse and Mental Health REQUEST FOR PROPOSAL Staffing and Training for Substance Abuse and Mental Health Integration Specialist RFP#: 07MH1501

More information

REPRESENTATIONS AND CERTIFICATIONS

REPRESENTATIONS AND CERTIFICATIONS REPRESENTATIONS AND CERTIFICATIONS The Offeror identified below certifies to the following facts. The full text of the representations and certifications made below (and referenced to the right of each

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

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation)

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation) SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation) The supplemental conditions contained in this section, if applicable, are intended to cooperate with,

More information

PENNSYLVANIA TURNPIKE COMMISSION

PENNSYLVANIA TURNPIKE COMMISSION PENNSYLVANIA TURNPIKE COMMISSION RETENTION OF AN ARCHITECTURAL OR ENGINEERING FIRM Design of a New Maintenance Facility - District 4 Reference No. 4-094 The Pennsylvania Turnpike Commission (PTC) will

More information

Federal Certification Forms

Federal Certification Forms Federal Certification Forms Document 1. HUD Certificate Regarding Debarment and Suspension Instructions for Completion Submit with contract at execution. 2. EEO Certification Submit with contract at execution.

More information

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

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

More information

Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL

Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL-220-16 1.0 INTRODUCTION The City of Mobile is inviting qualified consultants

More information

Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR

Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR-001-01-13 SUBMISSION DEADLINE: Friday, March 1, 2013 at 4:00 p.m. 1 Request for Proposals

More information

REQUEST FOR PROPOSALS (RFP) Minnesota Department of Transportation (MnDOT) I-494/I-35W Interchange Vision Layout Development

REQUEST FOR PROPOSALS (RFP) Minnesota Department of Transportation (MnDOT) I-494/I-35W Interchange Vision Layout Development REQUEST FOR PROPOSALS (RFP) Minnesota Department of Transportation (MnDOT) I-494/I-35W Interchange Vision Layout Development Note: This document is available in alternative formats for persons with disabilities

More information

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above. AGREEMENT BETWEEN DEPARTMENT AND CONTRACTOR STATE PROJECT NO.: STATE MINORITY VENDOR DESIGNATION DRAWINGS: FDACS PROJECT NAME AND LOCATION: SPECIFICATIONS: THIS AGREEMENT made this day of in the year.

More information

REQUEST FOR PROPOSALS (RFP) Minnesota Department of Transportation (MnDOT) Bridge 9090 (Kennedy Bridge) Planning Study

REQUEST FOR PROPOSALS (RFP) Minnesota Department of Transportation (MnDOT) Bridge 9090 (Kennedy Bridge) Planning Study REQUEST FOR PROPOSALS (RFP) Minnesota Department of Transportation (MnDOT) Bridge 9090 (Kennedy Bridge) Planning Study Note: This document is available in alternative formats for persons with disabilities

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Minnesota Department of Natural Resources Project Overview Goals The Minnesota Department of Natural Resources, Division of Lands and Minerals, is seeking to establish a list of qualified

More information

ADDENDUM NO. 1 REQUEST FOR PROPOSALS FOR COMMUNITY PROGRAMS LEGAL SERVICES CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT CITY OF CHARLOTTE, NORTH CAROLINA

ADDENDUM NO. 1 REQUEST FOR PROPOSALS FOR COMMUNITY PROGRAMS LEGAL SERVICES CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT CITY OF CHARLOTTE, NORTH CAROLINA ADDENDUM NO. 1 REQUEST FOR PROPOSALS FOR COMMUNITY PROGRAMS LEGAL SERVICES CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT CITY OF CHARLOTTE, NORTH CAROLINA OCTOBER 20, 2014 1 This is the First Addendum ( Addendum

More information

Request for Qualifications: Continuing Services For Central Florida Regional Planning Council

Request for Qualifications: Continuing Services For Central Florida Regional Planning Council Background: Request for Qualifications: Continuing Services For Central Florida Regional Planning Council The Central Florida Regional Planning Council (CFRPC) requires the services of several consultants

More information

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL DOCUMENT SHREDDING February 26, 2015 The New York Liquidation Bureau ( NYLB ) carries out the responsibilities of the Superintendent of Financial Services

More information

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) Anticipated DBE Participation Statement (Form )

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) Anticipated DBE Participation Statement (Form ) ATTACHED FORMS Drug-Free Workplace Program Certification (Form 375-040-18) Anticipated DBE Participation Statement (Form 375-040-63) Bid Opportunity List (From 375-040-02) Scrutinized Companies Lists (proposals

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS International Republican Institute 1225 Eye St. NW, Suite 700 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal Procurement Number: AFRICA2016TZ12o Open

More information

REQUEST TO APPROVE AWARD OF CONTRACT FOR NATC METAL CLASSROOM DESIGN-BUILD PROJECT

REQUEST TO APPROVE AWARD OF CONTRACT FOR NATC METAL CLASSROOM DESIGN-BUILD PROJECT Regular Meeting Agenda Item 8B January 21, 2014 Action REQUEST TO APPROVE AWARD OF CONTRACT FOR NATC METAL CLASSROOM DESIGN-BUILD PROJECT Recommendation: Staff will make a recommendation to award a contract

More information

Submittal Guidelines RFQ# Master Site Plan

Submittal Guidelines RFQ# Master Site Plan Submittal Guidelines RFQ# 18-006 Master Site Plan Instructions: Please provide six (6) hard copies and one electronic version. Architectural/Professional Services Number each page consecutively, including

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

Charlotte-Mecklenburg Schools. Request for Qualifications

Charlotte-Mecklenburg Schools. Request for Qualifications Charlotte-Mecklenburg Schools Request for Qualifications Move Management Services December 2, 2018 Table of Contents Section 1 - ADVERTISEMENT...3 Section 2 INTRODUCTION/OVERVIEW/GENERAL INFORMATION...4

More information

Southwest Florida Affordable Housing Choice Foundation, Inc Renaissance Preserve Way Fort Myers, FL 33916

Southwest Florida Affordable Housing Choice Foundation, Inc Renaissance Preserve Way Fort Myers, FL 33916 Southwest Florida Affordable Housing Choice Foundation, Inc. RFP #: 2010-01 Broadway Apartments Southwest Florida Affordable Housing Choice Foundation, Inc. 4224 Renaissance Preserve Way Fort Myers, FL

More information

Botetourt County Public Schools

Botetourt County Public Schools Botetourt County Public Schools Request for Proposals # 18-5000 for Architectural and Engineering Services Related to the Design of a New Elementary School One (1) original and four (4) copies of sealed

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

REQUEST FOR PROPOSALS (RFP) Minnesota Department of Transportation (MnDOT) Bidding and Estimating Educational Program

REQUEST FOR PROPOSALS (RFP) Minnesota Department of Transportation (MnDOT) Bidding and Estimating Educational Program REQUEST FOR PROPOSALS (RFP) Minnesota Department of Transportation (MnDOT) Bidding and Estimating Educational Program Note: This document is available in alternative formats for persons with disabilities

More information

Request for Qualifications (RFQ) for

Request for Qualifications (RFQ) for Request for Qualifications (RFQ) for Sustainability Management Plan Consulting Services at the Norman Y. Mineta San José International Airport SJC171838 City of San José, CA February 16th, 2018 The City

More information

RFQ NO Dated: March 16, 2018 Town of South Palm Beach. Published: Palm Beach Post. Page 1 of 16

RFQ NO Dated: March 16, 2018 Town of South Palm Beach. Published: Palm Beach Post. Page 1 of 16 TOWN OF SOUTH PALM BEACH REQUEST FOR QUALIFICATIONS CONTINUING CONTRACTS FOR PROFESSIONAL ENGINEERING SERVICES RFQ NO. 2018-1 The Town of South Palm Beach is seeking Letters of Interest and Professional

More information

4. CARGO PREFERENCE REQUIREMENTS 46 U.S.C CFR

4. CARGO PREFERENCE REQUIREMENTS 46 U.S.C CFR FEDERAL CLAUSES 4. CARGO PREFERENCE REQUIREMENTS 46 U.S.C. 1241 46 CFR Part 381 Applicability to Contracts: The Cargo Preference requirements apply to all contracts involving equipment, materials, or commodities

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

Qualified Automobile Rental Concession Bidders

Qualified Automobile Rental Concession Bidders TO: FROM: Qualified Automobile Rental Concession Bidders Raymond D. Anderson, Esq. Senior Director Commercial Properties and Concessions Greater Orlando Aviation Authority DATE: July 11, 2018 SUBJECT:

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

SUBPART A GENERAL REQUIREMENTS

SUBPART A GENERAL REQUIREMENTS SUBPART A GENERAL REQUIREMENTS Section 26.3 Applicability UA is the recipient of federal transit funds authorized by Titles I, III, V, and VI of ISTEA, Pub. L. 102-240 or by Federal transit laws in Title

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS REVEREND PETER ATKINS PARK BATHROOM PROJECT CCE PROJECT NO. 117-106 NOVEMBER 2, 2017 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 1.0 INTRODUCTION

More information

LOCKHEED MARTIN CORPORATION CORPDOC 2B

LOCKHEED MARTIN CORPORATION CORPDOC 2B LOCKHEED MARTIN CORPORATION CORPDOC 2B FEDERAL ACQUISITION REGULATION (FAR) AND NATIONAL AERONAUTICS AND SPACE ADMINISTRATION FAR SUPPLEMENT (NASA FARS) FLOWDOWN PROVISIONS FOR SUBCONTRACTS/PURCHASE ORDERS

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 QUALIFICATION (RFQ) PROJECT NUMBER February 13, 2017

REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER February 13, 2017 REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER 2017-08 February 13, 2017 Request for Qualifications: Project 2017-08 Licensed Professional Architectural Services The EVERETT HOUSING AUTHORITY is soliciting

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

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

A Qualification Based Selection method will be used to review proposals submitted in response to this RFP.

A Qualification Based Selection method will be used to review proposals submitted in response to this RFP. REQUEST FOR PROPOSALS (RFP) Minnesota Department of Transportation (MnDOT) General Engineering Consultant for Preconstruction Services Master Contract Program Note: This document is available in alternative

More information

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR SANTA BARBARA UNIFIED SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR Multi-Purpose Building Renovation Projects at Harding University Partnership School and Roosevelt

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

REQUEST FOR PROPOSALS (RFP) Minnesota Department of Transportation (MnDOT) 2018 ITS/CAV Support Services Master Contract Program

REQUEST FOR PROPOSALS (RFP) Minnesota Department of Transportation (MnDOT) 2018 ITS/CAV Support Services Master Contract Program REQUEST FOR PROPOSALS (RFP) Minnesota Department of Transportation (MnDOT) 2018 ITS/CAV Support Services Master Contract Program Minnesota s Commitment to Diversity and Inclusion The State of Minnesota

More information

UNIVERSITY OF WEST FLORIDA BOARD OF TRUSTEES NOTICE TO PROFESSIONAL CONSULTANTS 13PQS-10JJ Greek Village Design Services

UNIVERSITY OF WEST FLORIDA BOARD OF TRUSTEES NOTICE TO PROFESSIONAL CONSULTANTS 13PQS-10JJ Greek Village Design Services UNIVERSITY OF WEST FLORIDA BOARD OF TRUSTEES NOTICE TO PROFESSIONAL CONSULTANTS 13PQS-10JJ Greek Village Design Services The University of West Florida and its Board of Trustees announce that professional

More information

Federal and State Grant Procurements. Procurement and Contracts Division

Federal and State Grant Procurements. Procurement and Contracts Division 1. OBJECTIVE: The purpose of this is to provide guidance regarding the selection of contractors and the procurement of contracts funded by State and federal financial assistance. This is also designed

More information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 REQUEST FOR PROPOSAL (RFP) 2018-12 Remote Housing Choice Voucher (HVC) Program Re-Certifications DATE ISSUED: Thursday,

More information

RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS)

RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS) RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS) 1. FAR 52.215-6 PLACE OF PERFORMANCE a. The Offeror or Respondent, in the performance of any contract resulting

More information

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

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

More information

Request for Qualifications

Request for Qualifications Request for Qualifications Issued: December 2, 2016 City Auditorium Bathroom Remodel Project Design-Build Project STATEMENTS OF QUALIFICATIONS ARE DUE BY 3:00 P.M. TUESDAY, JANUARY 10, 2017 1.0 REQUEST

More information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 REQUEST FOR PROPOSAL (RFP) 2019-01 SECTION EIGHT MANAGEMENT ASSESSMENT PROGRAM (SEMAP) AUDITING SERVICES DATE ISSUED: Tuesday,

More information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 REQUEST FOR PROPOSALS (RFP) 2018-17 SECTION EIGHT HOUSING QUALITY STANDARDS (HQS) INSPECTIONS DATE ISSUED: Thursday, August

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

More information

LOCKHEED MARTIN CORPORATION CORPDOC 2A

LOCKHEED MARTIN CORPORATION CORPDOC 2A LOCKHEED MARTIN CORPORATION CORPDOC 2A FEDERAL ACQUISITION REGULATION (FAR) AND DEFENSE FEDERAL ACQUISITION REGULATION SUPPLEMENT (DFARS) FLOWDOWN PROVISIONS FOR SUBCONTRACTS/PURCHASE ORDERS FOR COMMERCIAL

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

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director Yakima Valley Libraries 102 North Third Street Yakima, WA 98901 Request for Statement of Qualifications (SOQ) For Remodel of Sunnyside Community Library 621 Grant Sunnyside, WA 98944 Notice is hereby given

More information

Request for Proposals (RFP)

Request for Proposals (RFP) Town of Londonderry, NH Planning and Engineering Professional Review Services Request for Proposals (RFP) The Town of Londonderry, New Hampshire (Town), through the office of the Town Manager, and with

More information

LEGAL NOTICE REQUEST FOR QUALIFICATIONS RFQ For CONSULTANT SERVICES CMAQ-5414(632) ST. CHARLES COUNTY GOVERNMENT ST.

LEGAL NOTICE REQUEST FOR QUALIFICATIONS RFQ For CONSULTANT SERVICES CMAQ-5414(632) ST. CHARLES COUNTY GOVERNMENT ST. LEGAL NOTICE REQUEST FOR QUALIFICATIONS RFQ 18-067 For CONSULTANT SERVICES GATEWAY GREEN LIGHT (GGL) PHASE 4 PE CMAQ-5414(632) ST. CHARLES COUNTY GOVERNMENT ST. CHARLES, MISSOURI St. Charles County is

More information

Request for Qualifications (RFQ) for Legal Services to Mustang Special Utility District Issued April 30, 2015

Request for Qualifications (RFQ) for Legal Services to Mustang Special Utility District Issued April 30, 2015 Request for Qualifications (RFQ) for Legal Services to Mustang Special Utility District Issued April 30, 2015 Submission Due by 12:00 Noon, CDT on Tuesday, June 2, 2015 Mr. Chris Boyd, General Manager

More information

APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION

APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION Construction Purchasing Department 3661 Interstate Park Rd. N., 2 nd Floor Riviera Beach, FL 33404 Phone:

More information

Submittal Guidelines RFQ# Daytona State Beer & Wine Institute

Submittal Guidelines RFQ# Daytona State Beer & Wine Institute Submittal Guidelines RFQ# 16-016 Daytona State Beer & Wine Institute Instructions: Please provide six (6) hard copies and one electronic version. Number each page consecutively, including the letter of

More information

PENNSYLVANIA TURNPIKE COMMISSION

PENNSYLVANIA TURNPIKE COMMISSION PENNSYLVANIA TURNPIKE COMMISSION RETENTION OF ENGINEERING FIRM Open End Contract Mechanical, Electrical, Plumbing (MEP) Services Systemwide Reference No. 3-278 The Pennsylvania Turnpike Commission will

More information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 REQUEST FOR PROPOSAL (RFP) 2018-02 LEGAL REPRESENTATION IN ACTIONS FOR UNLAWFUL DETAINER DATE ISSUED: Thursday, January

More information

IRFQ #R15-04: FRIDAY NIGHT LIVE

IRFQ #R15-04: FRIDAY NIGHT LIVE IRFQ #R15-04: FRIDAY NIGHT LIVE INSTRUCTIONS: The Fillable Forms Template must be submitted in total with all required ATTACHMENTS and documents. Bidders that do not comply with the requirements, and/or

More information

REPRESENTATIONS AND CERTIFICATIONS For the Pacific Northwest National Laboratory

REPRESENTATIONS AND CERTIFICATIONS For the Pacific Northwest National Laboratory REPRESENTATIONS AND CERTIFICATIONS For the Pacific Northwest National Laboratory Operated by has executed and is engaged in the performance of Prime Contract DE-AC05-76RL01830 with the United States Department

More information

January 18, Request for Proposals. for

January 18, Request for Proposals. for January 18, 2017 Request for Proposals for Preparation of Tulare County Transit Authority (TCTA) Fiscal Audits for Years 2016/17, 2017/18 and 2018/19 from the Tulare County Association of Governments (TCAG)

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS GENERAL SERVICES & PURCHASING INVITATION TO BID (ITB) The Board of County Commissioners (BCC), Highlands County, Sebring, Florida, will receive sealed bids

More information

Request for Qualifications (RFQ) for Environmental Insurance Broker Services

Request for Qualifications (RFQ) for Environmental Insurance Broker Services Suffolk County Landbank Corporation H. Lee Dennison Building 100 Veterans Memorial Highway, 11 th Floor P.O. Box 6100 Hauppauge, New York 11788 Request for Qualifications (RFQ) for Environmental Insurance

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 (RFQ) FOR TRANSPORTATION PLANNING CONSULTING SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) FOR TRANSPORTATION PLANNING CONSULTING SERVICES REQUEST FOR QUALIFICATIONS (RFQ) FOR TRANSPORTATION PLANNING CONSULTING SERVICES The Northwest Pennsylvania Regional Planning and Development Commission (Northwest Commission) is soliciting Statements

More information