REQUEST FOR PROPOSALS (RFP)

Size: px
Start display at page:

Download "REQUEST FOR PROPOSALS (RFP)"

Transcription

1 STEEL VALLEY COUNCIL OF GOVERNMENTS TURTLE CREEK VALLEY COUNCIL OF GOVERNMENTS TWIN RIVERS COUNCIL OF GOVERNMENTS REQUEST FOR PROPOSALS (RFP) NOTE: If you download this RFP from an agency website you are responsible for sending your name, address, address, and telephone number to the RFP Coordinator in order for your organization to receive any RFP amendments or bidder questions/agency answers. Project Title: Analysis of Business Districts in the Tri-COG Area Proposal Due Date: January 21, 2016, 1pm Sealed proposals will be collected by the Steel Valley Council of Governments and can be mailed or delivered to 1705 Maple Street, Suite 100, Homestead PA The office is open Monday-Friday from 8am-4pm. Proposals will be opened on Thursday, January 21, 2016, 1PM Estimated Time Period for Contract: 3 months The AGENCY reserves the right to extend the contract for up to two, two month periods at the sole discretion of the AGENCY. Consultant Eligibility: This procurement is open to those Consultants that satisfy the minimum qualifications stated herein. Contract selection is at the sole discretion of the AGENCY.

2 Table of Contents Contents 1. Introduction Background Information Purpose Objective and Scope of Work Objectives Required Tasks Minimum Qualification Period of Performance General Information for Consultants RFP Coordinator Estimated Schedule of Procurement Activities Pre- Proposal Conference Submission of Proposals Proprietary Information/Public Disclosure Revisions to the RFP Responsiveness Most Favorable Terms Contract Costs to Propose No Obligation to Contract Rejection of Proposals Ownership of Proposal Insurance Coverage Proposal Contents General Information Letter of Submittal Technical Proposal Management Proposal Cost Proposal Evaluation and Contract Award Evaluation Procedure... 14

3 5.2 Evaluation Weighing Oral Presentation May Be Required Notification to Proposers... 15

4 1. Introduction 1.1 Background Information For generations, the Monongahela (Mon) Valley, which includes communities along the Monongahela River and its tributaries, was the economic engine that drove the Pittsburgh economy with its manufacturing and steel making enterprises. In almost every case, the location of these industries in the mid-19 th century was on alluvial flat land adjacent to the rivers, and new towns for their workers grew street by street up the hillsides. Each town had its Main Street, churches, schools, park, library, and local government. But, in the late 1970s and early 1980s, US Steel, J & L Steel Company, Westinghouse Electric, Westinghouse Air Brake Company (WABCO), ALCOA, Union Switch and Signal, and Wheeling- Pittsburgh Steel all closed major manufacturing plants in the Mon Valley, and in the wake of these closings innumerable small workshops and service industries shut down as well. Sources indicate that as many as 175,000 industrial and manufacturing jobs were lost in the region in the late 1970 s and early 1980s when these industries closed. As a result, the population in the communities declined from an estimated high of about 380,000 to the current estimation of 294,000, a loss of close to 100,000 people. Many of the towns in the Mon Valley were disproportionately affected by the economic downturn: communities like Braddock, Clairton, Duquesne, East Pittsburgh, Homestead, Rankin, Wall, and Wilmerding lost over two thirds of their population. This population drop was the catalyst for property abandonment, shrinking tax bases and the pervasive spread of blight in the region. Many of our localities currently experience a high degree of tax delinquency, abandonment and poverty as a result of the steel industry s exodus in the region. According to the American Community Survey, the average poverty rate for TCC municipalities is 13.21% which exceeds national, state and county averages. In 2012 the Steel Valley, Turtle Creek Valley, and Twin Rivers Councils of Governments, known as the Tri- COG Collaborative (TCC) pledged to work collaboratively in an effort to better understand the economic costs of blight and to develop regional solutions to existing problems. The Tri-COG Collaborative is comprised of 39 municipalities located in the eastern and southeastern region of Allegheny County. A map of our collective jurisdiction is included in the appendix. In 2013 the TCC released a report titled The Financial Impact of Blight which quantified the negative effects of blight. The report found the total cost of blight in the Tri-COG region in 2012 was $254 million. The direct cost to municipal services, including police, fire, public works, and code enforcement was $10,720,302; the direct cost related to the loss of tax revenue was $8,637,875; and the indirect costs associated with a loss in property value were estimated to be between $218 million and $247 million. The TCC feels strongly that the costs of inaction are too great. They have developed strategies to move revitalization in the region forward. The TCC has put a lot of effort to address blight and revitalize the region by working to implement a multi-municipal Land Bank throughout its jurisdiction and other parts of Allegheny County outside the City of Pittsburgh. 1 While the land bank will concentrate mainly on stabilizing and recycling residential properties in its early years, the TCC understands the importance business districts hold on the success and stability of a community. The completion of a Business District Analysis which will evaluate 1 A copy of the Tri-COG Business plan is available at svcog.org/land-banking

5 commercial main streets and shopping districts, will help municipalities and the TCC identify opportunities to strengthen markets and tailor development based on current market conditions. 1.2 Purpose The purpose for this Request for Proposal (RFP) is to engage a Consultant to provide a Business District Analysis and related services to the Steel Valley, Turtle Creek Valley and Twin Rivers Council of Governments (herein referred to as the AGENCY ). The AGENCY, by means of this RFP, invites all qualified Consultants to submit proposals in accordance with requirements outlined in this RFP. The TCC anticipates that, based on review and evaluation of the proposals received pursuant to this RFP, it will select a Consultant and execute a contract whereby the Consultant render services to the TCC in accordance with the terms and conditions set forth in the contract. The AGENCY intends to award one contract to provide the services described in this RFP. 2. Objective and Scope of Work 2.1 Objectives The objective of this work program is to provide the TCC with a comprehensive analysis of selected business and commercial districts throughout the TCC jurisdiction. Using the data set provided by the TCC and other data-set(s) required to complete the analysis, the Consultant will: - Analyze and characterize the selected business district across the TCC region based on a broad range of indicators - Develop corridor wide development strategies tailored for each participating business district - Develop site specific development strategies for one or two key properties in each selected business district - Facilitate vision sessions and workshops with local stakeholders in order to refine the analysis and disseminate results and information - Synthesize the analysis into a written report - Clearly document the analysis completed so that the TCC is able to periodically update and track changes over time. 2.2 Required Tasks Task 1: Assess Economic Conditions of Business Districts The primary purpose of this analysis is to assess the economic condition of ten (10) business district corridor s selected by the TCC. The Consultant will play both an advisory and active role during the data collection period. The TCC will collect and provide recent parcel and point based property data pertaining to the businesses found throughout each identified commercial district. The data provided to the Consultant will disclose information on the structural condition, vacancy status, type of business in addition to information on vacant lots. It will also provide locational information of amenities like benches, street lights, tree coverage, and trash cans among others. The Consultant will be responsible for identifying and obtaining additional datasets that are needed in order to complete a comprehensive economic analysis.

6 Task 2: Corridor wide and Site specific economic development analysis Once the economic conditions of the business district are assessed, it will be critical to develop a plan to guide the communities in their business district revitalization. The Consultant will be responsible for developing corridor wide development strategies tailored for each participating business district. The Consultant will also be responsible for providing site specific analysis for one or two key properties within each business district. The analysis should include, but not be limited to, an action plan for the identified properties, identification of potential funding sources and other information as deemed necessary. Task 3: Community Engagement The Consultant will work with the TCC to host no more than three workshops within each community in which an analysis is taking place. These sessions will include local officials, community stakeholders, business owners, relevant Community Development Corporations and Business Improvement Districts and residents. The Consultant should structure these sessions to properly maximize community inclusion and feedback, effectively validating assumptions, results, and conclusions drawn from the analysis. 2.3 Minimum Qualification Minimum qualifications include ten (10) years collective experience working with local governments with proven experience and expert knowledge of real estate, commercial real estate markets, economic development, planning, statistical analysis and community development principals. The Consultant should include a description of its qualifications for this work including at least 3 other similar projects and a description of the expertise and years of experience of the staff to be assigned to the project. 2.4 Period of Performance The period of performance of any contract resulting from this RFP is tentatively scheduled to begin on or about March 1, 2016 and to end on June 16, Amendments extending the period of performance, if any, shall be at the sole discretion of the AGENCY. 3. General Information for Consultants 3.1 RFP Coordinator The RFP Coordinator is the sole point of contact in the AGENCY for this procurement. All communication between the Consultant and the AGENCY upon release of this RFP shall be with the RFP Coordinator, as follows:

7 Name Address An Lewis Mailing Address 1705 Maple Street, Suite 100 Homestead, PA Physical Address for Delivery 1705 Maple Street, Suite 100 Homestead, PA Phone Number Fax Number Any other communication will be considered unofficial and non-binding on the AGENCY. Consultants are to rely on written statements issued by the RFP Coordinator. Communication directed to parties other than the RFP Coordinator may result in disqualification of the Consultant. 3.2 Estimated Schedule of Procurement Activities Issue Request for Proposals December 18, 2015 Issue last addendum to RFP January 18, 2015 Proposals due January 21, 2015 Conduct oral interviews with finalists, if required February 4 th -5 th, 2016 Announce Apparent Successful Contractor and send notification via fax or to unsuccessful proposers February 15, 2016 Negotiate contract February 15- February 29, 2016 Begin contract work March 1, 2016 The AGENCY reserves the right to revise the above schedule. 3.3 Pre- Proposal Conference A pre-proposal conference is scheduled to be held on January 11, 2016 at 10:00 am. The pre-proposal conference will be held at the Steel Valley COG. All prospective Consultants should attend; however, attendance is not mandatory. AGENCY will be bound only to AGENCY S written answers to questions. Questions arising at the preproposal conference or in subsequent communication with the RFP Coordinator will be documented and answered in written form. A copy of the questions and answers will be sent to each prospective

8 Consultant that has received a copy of the RFP or made the RFP Coordinator aware of its interest in this procurement. 3.4 Submission of Proposals Consultants are required to submit four (4) hard copies of their proposal. All copies must have original signatures, one (1) hard copy of the work samples required under Section 4.4, and one (1) electronic copy of the Proposal and Work samples saved in Portable Document Format (.pdf) to a compact disc. The Proposal must contain all of the elements outlined in this Section and each element should be labeled. The proposal, whether mailed or hand delivered, must arrive at the AGENCY no later than {TIME} on {DATE}. The proposal should be sealed and labeled and sent to the RFP Coordinator at the address noted in Section 3.1. The envelope should be clearly marked to the attention of the RFP Coordinator. Consultants mailing proposals should allow normal mail delivery time to ensure timely receipt of their proposals by the RFP Coordinator. Consultants assume the risk for the method of delivery chosen. The AGENCY assumes no responsibility for delays caused by any delivery service. Proposals may not be transmitted using facsimile transmission. Late proposals will not be accepted and will be automatically disqualified from further consideration. All proposals and any accompanying documentation become the property of the AGENCY and will not be returned. 3.5 Proprietary Information/Public Disclosure Proposals submitted in response to this competitive procurement shall become the property of the AGENCY. All proposals received shall remain confidential until the contract, if any, resulting from this RFP is signed by the AGENCY and the Apparent Successful Contractor. Any information in the proposal that the Consultant desires to claim as proprietary and exempt from disclosure must be clearly designated. The information must be clearly identified and the particular exemption from disclosure upon which the Consultant is making the claim must be cited. Each page containing the information claimed to be exempt from disclosure must be clearly identified by the words Proprietary Information printed on the lower right hand corner of the page. Marking the entire proposal exempt from disclosure or as Proprietary Information will not be honored. If a public records request is made for the information that the Consultant has marked as "Proprietary Information," the AGENCY will notify the Consultant of the request and of the date that the records will be released to the requester unless the Consultant obtains a court order enjoining that disclosure. If the Consultant fails to obtain the court order enjoining disclosure, the AGENCY will release the requested information on the date specified. If a Consultant obtains a court order from a court of competent jurisdiction enjoining disclosure the AGENCY shall maintain the confidentiality of the Consultant's information per the court order.

9 A charge will be made for copying and shipping, as outlined in the SVCOG policies. No fee shall be charged for inspection of contract files, but twenty-four (24) hours notice to the RFP Coordinator is required. All requests for information should be directed to the RFP Coordinator. 3.6 Revisions to the RFP. The AGENCY reserves the right to revise, rescind, or revoke this RFP, in whole or in part, at any time prior to the date on which the authorized representative of the TCC executes a contract with the selected proposer. In the event it becomes necessary to revise any part of this RFP, addenda will be provided via to all individuals, who have made the RFP Coordinator aware of their interest. 3.7 Responsiveness All proposals will be reviewed by the RFP Coordinator to determine compliance with administrative requirements and instructions specified in this RFP. The Consultant is specifically notified that failure to comply with any part of the RFP may result in rejection of the proposal as non-responsive. The AGENCY also reserves the right at its sole discretion to waive minor administrative irregularities. 3.8 Most Favorable Terms The AGENCY reserves the right to make an award without further discussion of the proposal submitted. Therefore, the proposal should be submitted initially on the most favorable terms which the Consultant can propose. There will be no best and final offer procedure. The AGENCY does reserve the right to contact a Consultant for clarification of its proposal. The Apparent Successful Contractor should be prepared to accept this RFP for incorporation into a contract resulting from this RFP. Contract negotiations may incorporate some or all of the Consultant s proposal. It is understood that the proposal will become a part of the official procurement file on this matter without obligation to the AGENCY. 3.9 Contract The Apparent Successful Contractor will be expected to enter into a contract with the AGENCY. The Consultant may submit its own standard contract in response to this solicitation. The AGENCY will review the Consultant contract and accept or reject the same at its sole discretion Costs to Propose The AGENCY will not be liable for any costs incurred by the Consultant in preparation of a proposal submitted in response to this RFP, in conduct of a presentation, or any other activities related to responding to this RFP 3.11 No Obligation to Contract This RFP does not obligate the AGENCY to contract for services specified herein.

10 3.12 Rejection of Proposals The AGENCY reserves the right at its sole discretion to reject any and all proposals received without penalty and not to issue a contract as a result of this RFP Ownership of Proposal All proposals become the property of the TCC upon receipt. The TCC reserves the right to use ideas included in any proposal, regardless of whether the TCC selects the Consultant Insurance Coverage The Contractor is to furnish the AGENCY with a certificate(s) of insurance executed by a duly authorized representative of each insurer, showing compliance with the insurance requirements set forth below. The Contractor shall, at its own expense, obtain and keep in force insurance coverage which shall be maintained in full force and effect during the term of the contract. The Contractor shall furnish evidence in the form of a Certificate of Insurance that insurance shall be provided, and a copy shall be forwarded to the AGENCY within fifteen (15) days of the contract effective date. Liability Insurance 1) Commercial General Liability Insurance: Contractor shall maintain commercial general liability (CGL) insurance and, if necessary, commercial umbrella insurance, with a limit of not less than $1,000,000 per each occurrence. If CGL insurance contains aggregate limits, the General Aggregate limit shall be at least twice the each occurrence limit. CGL insurance shall have products-completed operations aggregate limit of at least two times the each occurrence limit. All insurance shall cover liability assumed under an insured contract (including the tort liability of another assumed in a business contract), and contain separation of insureds (cross liability) condition. 2) Errors & Omissions Insurance or Professional Liability Insurance: Consultant shall maintain Errors & Omissions Insurance or Professional Liability Insurance with a limit not less than $1,000,000 per each occurrence. Additionally, the Contractor is responsible for ensuring that any subcontractors provide adequate insurance coverage for the activities arising out of subcontracts. 3) Business Auto Policy: As applicable, the Contractor shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a limit not less than $1,000,000 per accident. Above insurance policy shall include the following provisions: 1. Additional Insured. The Steel Valley Council of Governments, its elected and appointed officials, agents and employees shall be named as an additional insured on all general liability, excess, umbrella and property insurance policies. All insurance provided in compliance with this contract

11 shall be primary as to any other insurance or self-insurance programs afforded to or maintained by the state. 2. Cancellation. The Steel Valley Council of Governments shall be provided written notice before cancellation or non-renewal of any insurance. 3. Excess Coverage. By requiring insurance herein, the AGENCY does not represent that coverage and limits will be adequate to protect Contractor, and such coverage and limits shall not limit Contractor s liability under the indemnities and reimbursements granted to the state in this contract. Workers Compensation Coverage The Contractor will at all times comply with all applicable workers compensation, occupational disease, and occupational health and safety laws, statutes, and regulations to the full extent applicable. The state will not be held responsive in any way for claims filed by the Contractor or their employees for services performed under the terms of this contract. 4. Proposal Contents 4.1 General Information Proposals must be written in English and submitted on eight and one-half by eleven inch (8 ½ x 11 ) paper with tabs separating the major sections of the proposal. The four major sections of the proposal are to be submitted in the order noted below: 1. Letter of Submittal, including signed Certifications and Assurances (Exhibit B to this RFP) 2. Technical Proposal 3. Management Proposal; and, 4. Cost Proposal 4.2 Letter of Submittal (Mandatory) The Letter of Submittal and the attached Certifications and Assurances form (Exhibit B to this RFP) must be signed and dated by a person authorized to legally bind the Consultant to a contractual relationship, e.g., the President or Executive Director if a corporation, the managing partner if a partnership, or the proprietor if a sole proprietorship. Along with introductory remarks, the Letter of Submittal is to include by attachment the following information about the Consultant and any proposed subcontractors: 1. Name, address, principal place of business, telephone number, and fax number/ address of legal entity or individual with whom contract would be written. 2. Name, address, and telephone number of each principal officer (President, Vice President, Treasurer, Chairperson of the Board of Directors, etc.)

12 3. Legal status of the Consultant (sole proprietorship, partnership, corporation, etc.) and the year the entity was organized to do business as the entity now substantially exists. 4. Federal Employer Tax Identification number or Social Security number 5. Location of the facility from which the Consultant would operate. 6. Identify any employees currently employed or on the firm s governing board as of the date of the proposal who have worked for a member municipality or who have served in a leadership capacity in any of the three COGs or been employed by or served on Board of one of the three COGs. Include their position and responsibilities within the Consultant s organization and current or past involvement with. If following a review of this information, it is determined by the AGENCY that a conflict of interest exists, the Consultant may be disqualified from further consideration for the award of a contract. 4.3 Technical Proposal (SCORED) The Technical Proposal must contain a comprehensive description of services including the following elements: A. Project Approach/Methodology Include a complete description of the Consultant s proposed approach and methodology for the project. This section should convey Consultant s understanding of the proposed project. B. Work Plan - Include all project requirements and the proposed tasks, services, activities, etc. necessary to accomplish the scope of the project defined in this RFP. This section of the technical proposal must contain sufficient detail to convey to members of the evaluation team the Consultant s knowledge of the subjects and skills necessary to successfully complete the project. Include any required involvement of AGENCY staff. The Consultant may also present any creative approaches that might be appropriate and may provide any pertinent supporting documentation. C. Project Schedule - Include a project schedule indicating when the elements of the work will be completed. Project schedule must ensure that any deliverables requested are met. D. Outcomes and Performance Measurement Describe the impacts/outcomes the Consultants propose to achieve as a result of the delivery of these services including how these outcomes would be monitored, measured and reported to the state agency. E. Risks - The Consultant must identify potential risks that are considered significant to the success of the project. Include how the Consultant would propose to effectively monitor and manage these risks, including reporting of risks to the AGENCY S contract manager. F. Deliverables Fully describe deliverables to be submitted under the proposed contract. Deliverables must support the requirements set forth in Section 2, Objectives and Scope of Work. 4.4 Management Proposal A. Project Management (SCORED)

13 1. Project Team Structure/Internal Controls - Provide a description of the proposed project team structure and internal controls to be used during the course of the project, including any subcontractors. Provide an organizational chart of your firm indicating lines of authority for personnel involved in performance of this potential contract and relationships of this staff to other programs or functions of the firm. This chart must also show lines of authority to the next senior level of management. Include who within the firm will have prime responsibility and final authority for the work. 2. Staff Qualifications/Experience - Identify staff, including subcontractors, who will be assigned to the potential contract, indicating the responsibilities and qualifications of such personnel, and include the amount of time each will be assigned to the project. Provide resumes' for the named staff, which include information on the individual s particular skills related to this project, education, experience, significant accomplishments and any other pertinent information. The Consultant must commit that staff identified in its proposal will actually perform the assigned work. Any staff substitution must have the prior approval of the AGENCY. B. Experience of the Consultant (SCORED) 1. Indicate the experience the Consultant and any subcontractors 2. Indicate other relevant experience that indicates the qualifications of the Consultant, and any subcontractors, for the performance of the potential contract. 3. Include a summary of recent, relevant work completed during the last five years that relate to the Consultant s ability to perform the services needed under this RFP. At least three examples of recent, relevant work shall be provided. List contract reference numbers, contract period of performance, contact persons, telephone numbers, and fax numbers/ addresses. Work experience cited as an example shall identify members of the firm who participated in the work and who will be assigned to work on the proposed Business District Analysis. C. References (MANDATORY) List names, addresses, telephone numbers, and fax numbers/ addresses of three (3) business references for the Consultant and three (3) business references for the lead staff person for whom work has been accomplished and briefly describe the type of service provided. Do not include current AGENCY staff as references. By submitting a proposal in response to this Work Request, the vendor and team members grant permission to AGENCY to contact these references and others, who from AGENCY s perspective, may have pertinent information. AGENCY may or may not, at AGENCY s discretion, contact references. The AGENCY may evaluate references at the AGENCY S discretion. D. MWDBE Certification (OPTIONAL AND NOT SCORED)

14 Include proof of certification recognized by the Pennsylvania Bureau of Small Business Opportunities if certified minority-owned firm and/or women-owned firm(s) will be participating on this project. 4.5 Cost Proposal The evaluation process is designed to award this procurement not necessarily to the Consultant of least cost, but rather to the Consultant whose proposal best meets the requirements of this RFP. A. Identification of Costs (SCORED) Identify all costs in U.S. dollars including expenses to be charged for performing the services necessary to accomplish the objectives of the contract. The Consultant is to submit a fully detailed budget including staff costs and any expenses necessary to accomplish the tasks and to produce the deliverables under the contract. The total proposed price for completion of the project, clearly identified. Consultants are required to collect and pay Pennsylvania state sales and use taxes, as applicable. Costs for subcontractors are to be broken out separately. 5. Evaluation and Contract Award 5.1 Evaluation Procedure Responsive proposals will be evaluated strictly in accordance with the requirements stated in this solicitation and any addenda issued. The evaluation of proposals shall be accomplished by an evaluation team(s), to be designated by the AGENCY, which will determine the ranking of the proposals. AGENCY, at its sole discretion, may elect to select the top-scoring firms as finalists for an oral presentation. The RFP Coordinator may contact the Consultant for clarification of any portion of the Consultant s proposal. 5.2 Evaluation Weighing The following weighting will be assigned to the proposal for evaluation purposes: Technical Proposal 50% Project Approach/Methodology Quality of Work Plan Project Schedule Project Deliverables Management Proposal 25%

15 Project Team Structure and Internal Controls Staff Qualifications/Experience Experience of the Consultant Cost Proposal 25% AGENCY reserves the right to award the contract to the Consultant whose proposal is deemed to be in the best interest of the AGENCY. 5.3 Oral Presentation May Be Required The AGENCY may after evaluating the written proposals elect to schedule oral presentations of the finalists. Should oral presentations become necessary, the AGENCY will contact the top-scoring firm(s) from the written evaluation to schedule a date, time and location. Commitments made by the Consultant at the oral interview, if any, will be considered binding. 5.4 Notification to Proposers The AGENCY will notify the Apparent Successful Contractor of their selection in writing upon completion of the evaluation process. Individuals or firms whose proposals were not selected for further negotiation or award will be notified separately by or facsimile.

16 EXHIBIT A/B CERTIFICATIONS AND ASSURANCES I/we make the following certifications and assurances as a required element of the proposal to which it is attached, understanding that the truthfulness of the facts affirmed here and the continuing compliance with these requirements are conditions precedent to the award or continuation of the related contract: 1. I/we declare that all answers and statements made in the proposal are true and correct. 2. The prices and/or cost data have been determined independently, without consultation, communication, or agreement with others for the purpose of restricting competition. However, I/we may freely join with other persons or organizations for the purpose of presenting a single proposal. 3. The attached proposal is a firm offer for a period of 60 days following receipt, and it may be accepted by the AGENCY without further negotiation (except where obviously required by lack of certainty in key terms) at any time within the 60-day period. 4. In preparing this proposal, I/we have not been assisted by any current or former employee of the SVCOG whose duties relate (or did relate) to this proposal or prospective contract, and who was assisting in other than his or her official, public capacity. If there are exceptions to these assurances, I/we have described them in full detail on a separate page attached to this document. 5. I/we understand that the AGENCY will not reimburse me/us for any costs incurred in the preparation of this proposal. All proposals become the property of the AGENCY, and I/we claim no proprietary right to the ideas, writings, items, or samples, unless so stated in this proposal. 6. Unless otherwise required by law, the prices and/or cost data which have been submitted have not been knowingly disclosed by the Proposer and will not knowingly be disclosed by him/her prior to opening, directly or indirectly, to any other Proposer or to any competitor. 7. I/we agree that submission of the attached proposal constitutes acceptance of the solicitation contents. If there are any exceptions to these terms, I/we have described those exceptions in detail on a page attached to this document. 8. No attempt has been made or will be made by the Proposer to induce any other person or firm to submit or not to submit a proposal for the purpose of restricting competition. 9. I/we grant the AGENCY the right to contact references and other, who may have pertinent information regarding the ability of the Consultant and the lead staff person to perform the services contemplated by this RFP. We (circle one) are / are not submitting proposed Contract exceptions. If Contract exceptions are being submitted, I/we have attached them to this form. On behalf of the Consultant submitting this proposal, my name below attests to the accuracy of the above statement. Signature of Proposer Title Date

DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01

DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01 DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01 PROJECT TITLE: Marketing and Outreach Proposal PROPOSAL DUE DATE: February 27, 2015 by 4:00 P.M. Mailed,

More information

ACADIAN DIAGNOSTIC LABORATORIES, LLC Request for Proposals (RFP) RFP No

ACADIAN DIAGNOSTIC LABORATORIES, LLC Request for Proposals (RFP) RFP No ACADIAN DIAGNOSTIC LABORATORIES, LLC Request for Proposals (RFP) RFP No. 18-04 PROJECT TITLE: Website Design & Development PROPOSAL DUE DATE: April 27, 2018 4:00 pm, Central Standard Time, Baton Rouge,

More information

National Association of State Auditors, Comptrollers and Treasurers 449 Lewis Hargett Circle, Suite 290 Lexington, Kentucky

National Association of State Auditors, Comptrollers and Treasurers 449 Lewis Hargett Circle, Suite 290 Lexington, Kentucky National Association of State Auditors, Comptrollers and Treasurers 449 Lewis Hargett Circle, Suite 290 Lexington, Kentucky 40503-3590 REQUEST FOR PROPOSALS RFP NO. 18-01 PROJECT TITLE: BENCHMARKING SERVICES

More information

PROJECT TITLE: BENCHMARKING AND RELATED CONSULTING SERVICES. Part A. Baseline Measurement and Benchmark Comparisons of State Agency Business Processes

PROJECT TITLE: BENCHMARKING AND RELATED CONSULTING SERVICES. Part A. Baseline Measurement and Benchmark Comparisons of State Agency Business Processes National Association of State Auditors, Comptrollers and Treasurers 449 Lewis Hargett Circle, Suite 290 Lexington, Kentucky 40503-3590 REQUEST FOR PROPOSALS RFP NO. 11-01 PROJECT TITLE: BENCHMARKING AND

More information

REQUEST FOR QUALIFICATIONS AND QUOTATIONS RFQQ NO

REQUEST FOR QUALIFICATIONS AND QUOTATIONS RFQQ NO REQUEST FOR QUALIFICATIONS AND QUOTATIONS RFQQ NO. 302848 If you download this RFQQ from the Seattle Colleges website located at http://seattlecolleges.edu/district/district/suppliersolicitations.aspx,

More information

REQUEST FOR PROPOSALS (RFP) RFP NO PROJECT TITLE: Charter School Authorization and Oversight Application

REQUEST FOR PROPOSALS (RFP) RFP NO PROJECT TITLE: Charter School Authorization and Oversight Application STATE OF WASHINGTON CHARTER SCHOOL COMMISSION (Commission) OFFICE OF SUPERINTENENT OF PUBLIC INSTRUCTION (OSPI) OLYMPIA, WASHINGTON OSPI is issuing, and will serve as the point of contact, for this RFP

More information

STATE OF WASHINGTON OFFICE OF SUPERINTENDENT OF PUBLIC INSTRUCTION OLYMPIA, WASHINGTON REQUEST FOR PROPOSALS (RFP) RFP NO

STATE OF WASHINGTON OFFICE OF SUPERINTENDENT OF PUBLIC INSTRUCTION OLYMPIA, WASHINGTON REQUEST FOR PROPOSALS (RFP) RFP NO STATE OF WASHINGTON OFFICE OF SUPERINTENDENT OF PUBLIC INSTRUCTION OLYMPIA, WASHINGTON REQUEST FOR PROPOSALS (RFP) RFP NO. 2018-21 PROJECT TITLE: Graduation Success and Equity Initiative PROPOSAL DUE DATE:

More information

REQUEST FOR PROPOSALS Number K478 BRANDING AND STRATEGIC MARKETING FOR THE WASHINGTON STATE HEALTH INSURANCE EXCHANGE

REQUEST FOR PROPOSALS Number K478 BRANDING AND STRATEGIC MARKETING FOR THE WASHINGTON STATE HEALTH INSURANCE EXCHANGE REQUEST FOR PROPOSALS Number K478 BRANDING AND STRATEGIC MARKETING FOR THE WASHINGTON STATE HEALTH INSURANCE EXCHANGE PROPOSAL DUE DATE: AUGUST 17, 2011 EXPECTED TIME PERIOD FOR CONTRACT: OCTOBER 6, 2011

More information

CITY OF PETALUMA REQUEST FOR PROPOSALS

CITY OF PETALUMA REQUEST FOR PROPOSALS CITY OF PETALUMA S 1) OVERHEAD COST ALLOCATION PLAN AND OMB CIRCULAR A-87 PLAN 2) USER FEE STUDY 3) CIP ADMINISTRATIVE RATE AND WORK ORDER RATE ANALYSIS 4) PREPARATION OF HOURLY OVERHEAD RATES 5) INTERNAL

More information

COWLITZ COUNTY. Corrections Department REQUEST FOR PROPOSALS (RFP)

COWLITZ COUNTY. Corrections Department REQUEST FOR PROPOSALS (RFP) COWLITZ COUNTY Corrections Department REQUEST FOR PROPOSALS (RFP) NOTE: If you download this RFP from the County website located at www.co.cowlitz.wa.us/cccd/ you are responsible for sending your name,

More information

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES October 2, 2015 HUMAN RESOURCES DEPARTMENT 200 AVERY AVENUE MORGANTON, NORTH CAROLINA REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES GENERAL INFORMATION Burke County is located in western

More information

STATE OF WASHINGTON OFFICE OF SUPERINTENDENT OF PUBLIC INSTRUCTION OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS (RFQ) RFQ NO.

STATE OF WASHINGTON OFFICE OF SUPERINTENDENT OF PUBLIC INSTRUCTION OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS (RFQ) RFQ NO. STATE OF WASHINGTON OFFICE OF SUPERINTENDENT OF PUBLIC INSTRUCTION OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS (RFQ) RFQ NO. 2018-22 PROJECT TITLE: Special Education Complaint Investigator PROPOSAL

More information

REQUEST FOR PROPOSALS #17-12 PROJECT MANAGEMENT SERVICES FOR ASSET MANAGEMENT SAAS IMPLEMENTATION Proposals Due: November 9, 2017 by 2:00 PM (Pacific)

REQUEST FOR PROPOSALS #17-12 PROJECT MANAGEMENT SERVICES FOR ASSET MANAGEMENT SAAS IMPLEMENTATION Proposals Due: November 9, 2017 by 2:00 PM (Pacific) REQUEST FOR PROPOSALS #17-12 PROJECT MANAGEMENT SERVICES FOR ASSET MANAGEMENT SAAS IMPLEMENTATION Proposals Due: November 9, 2017 by 2:00 PM (Pacific) 1.0 REQUEST FOR PROPOSALS SUMMARY Through this Request

More information

Town of Waldoboro Public Works Department REQUEST FOR BIDS

Town of Waldoboro Public Works Department REQUEST FOR BIDS PROJECT TITLE: Roadside Mowing BID DUE DATE: May 24, 2016, 11:00 A.M. Town of Waldoboro Public Works Department REQUEST FOR BIDS ESTIMATED TIME PERIOD FOR CONTRACT: July 1 to July 31, 2016 BIDDER ELIGIBILITY:

More information

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

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

More information

Clallam County Department of Health and Human Services

Clallam County Department of Health and Human Services Clallam County Department of Health and Human Services Environmental Health Services 223 East 4 th Street, Suite #14 Port Angeles, WA 98362-3015 Tel: 360-417-2328 Fax: 360-417-2583 REQUEST FOR PROPOSALS

More information

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH REQUEST FOR PROPOSAL FOR Full Cost Allocation Plan and Citywide User Fee and Rate Study Finance Department CITY OF HUNTINGTON BEACH Released on October 17, 2007 Full Cost Allocation Plan and Citywide User

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

Request for Proposal

Request for Proposal Central Whidbey Island Fire & Rescue 1164 Race Road Coupeville, WA 98239 Professionalism Integrity Compassion Excellence (360) 678-3602 www.cwfire.org Request for Proposal Fire Station Planning and Design

More information

REQUEST FOR PROPOSAL. No. FY Facilitation Consulting Services. October American Association of Motor Vehicle Administrators

REQUEST FOR PROPOSAL. No. FY Facilitation Consulting Services. October American Association of Motor Vehicle Administrators REQUEST FOR PROPOSAL No. FY19-17075 Facilitation Consulting Services October 2018 American Association of Motor Vehicle Administrators Table of Contents 1. INTRODUCTION...1 1.1. PURPOSE AND BACKGROUND...1

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

City of Albany, New York Traffic Engineering

City of Albany, New York Traffic Engineering City of Albany, New York Traffic Engineering REQUEST FOR PROPOSALS FOR THE PROVISION OF ENGINEERING SERVICES Traffic Signal Design Services RFP No. TE-11-001 November 15, 2011 SECTION 1: PURPOSE 1.1 The

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

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

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS CLOSING TIME: RFP S ARE DUE NOT LATER THAN 10:00 A.M. ON January 30, 2017 200 N. 12 th STREET CORSICANA,

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS City of Delta, Colorado REQUEST FOR PROPOSALS TO PROVIDE POLICE CHIEF RECRUITMENT SERVICES May 5, 2016 1 TABLE OF CONTENTS I. OVERVIEW AND BACKGROUND II. DEFINITIONS III. INVITATION TO SUBMIT IV. QUALIFICATIONS

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

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

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

More information

Request for Proposal

Request for Proposal Request for Proposal RFP No. 2017 11 001 Consulting Services for Emergency Operations Response Plans Issue Date Monday, November 20, 2017 ISSUED BY OFFICE OF PROCUREMENT RICE UNIVERSITY 6100 MAIN ST.,

More information

Ohio Public Employees Retirement System. Request for Proposal

Ohio Public Employees Retirement System. Request for Proposal Ohio Public Employees Retirement System For: Market Research and Analysis Project Plan Date: 6/6/2013 Project Name: Retiree Satisfaction Study 277 East Town Street Columbus, Ohio 43215 1-800-222-PERS (7377)

More information

City of Beverly Hills Beverly Hills, CA

City of Beverly Hills Beverly Hills, CA City of Beverly Hills Beverly Hills, CA REQUEST FOR PROPOSAL For Professional Services for Conducting a Department Needs Assessment and Developing a Grant Funding Strategy to Support City Priority Projects

More information

REQUEST FOR PROPOSALS FOR

REQUEST FOR PROPOSALS FOR REQUEST FOR PROPOSALS FOR PROVIDING FULL SERVICE INSURANCE BROKERING SERVICES TO ONONDAGA COUNTY RESOURCE RECOVERY AGENCY Dated: September 30, 2016 ONONDAGA COUNTY RESOURCE RECOVERY AGENCY 100 Elwood Davis

More information

REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY. City of Foster City, California. Financial Services Department

REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY. City of Foster City, California. Financial Services Department REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY City of Foster City, California Financial Services Department 610 Foster City Blvd. Foster City, CA 94404 (650) 286-3200 July 7,

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

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL 2010-092204P CONSULTING SERVICES FLEET OPERATIONS ASSESSMENT Sealed proposals addressed to David Logan, Purchasing Agent, 2nd Floor, Municipal Operations Complex, 175 Rothesay Avenue,

More information

Request for Proposal ACCOUNTING SERVICES BOROUGH OF BRIDGEPORT

Request for Proposal ACCOUNTING SERVICES BOROUGH OF BRIDGEPORT Request for Proposal ACCOUNTING SERVICES BOROUGH OF BRIDGEPORT SUMMARY OF REQUEST The Borough of Bridgeport is accepting proposals from qualified firms of certified public accountants to provide monthly

More information

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 RFP NO: 2017-03 REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 Advertisement for Request for Proposals CITY OF SOUTH BAY RFP NO: 2017-03

More information

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017 COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT Date of Issue: September 25, 2017 Due Date for Proposal: October 6, 2017 COUNTY OF WISE, VA REQUEST

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

Introduction Background

Introduction Background REQUEST FOR PROPOSAL (RFP) CITY OF NEEDLES RIVER S EDGE MUNICIPAL GOLF COURSE MANAGEMENT AND OPERATIONS SERVICES RFP. SUBMISSION DATE: BY 4:00 P.M. PROPOSAL CONTACT. Introduction The City of Needles is

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

Ohio Public Employees Retirement System. Request for Proposal

Ohio Public Employees Retirement System. Request for Proposal Ohio Public Employees Retirement System For: SharePoint Upgrade Date: September 9, 2016 Project Name: SharePoint 2007 Upgrade 277 East Town Street Columbus, Ohio 43215 1-800-222-PERS (7377) www.opers.org

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

REQUEST FOR PROPOSAL FOR PAWTUCKET/CENTRAL FALLS STATION DISTRICT BRAND DEVELOPMENT, COMMUNICATIONS AND MARKETING STRATEGY

REQUEST FOR PROPOSAL FOR PAWTUCKET/CENTRAL FALLS STATION DISTRICT BRAND DEVELOPMENT, COMMUNICATIONS AND MARKETING STRATEGY City of Central Falls REQUEST FOR PROPOSAL FOR PAWTUCKET/CENTRAL FALLS STATION DISTRICT BRAND DEVELOPMENT, COMMUNICATIONS AND MARKETING STRATEGY Issue Date: Monday, May 1, 2017 The submission deadline

More information

REQUEST FOR PROPOSAL (RFP) # DESIGN BUILD NEW CHIEFLAND MIDDLE/HIGH SCHOOL CONSULTANTS' COMPETITIVE NEGOTIATION ACT (CCNA)

REQUEST FOR PROPOSAL (RFP) # DESIGN BUILD NEW CHIEFLAND MIDDLE/HIGH SCHOOL CONSULTANTS' COMPETITIVE NEGOTIATION ACT (CCNA) REQUEST FOR PROPOSAL (RFP) # 2017-01 DESIGN BUILD NEW CHIEFLAND MIDDLE/HIGH SCHOOL CONSULTANTS' COMPETITIVE NEGOTIATION ACT (CCNA) EXHIBIT I SCOPE OF WORK PREPARED BY: LEVY COUNTY SCHOOL BOARD FACILITIES

More information

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES DATE: April 8, 2016 PROPOSAL: Q16-131 The Town of Chapel Hill Business Management

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

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building City of Forest Park Request for Proposals Automatic Fire Sprinkler System - Community Building Mandatory Pre-Bid Conference March 4, 2014 at 1:30 pm Bid Deadline March 14, 2014 at 2:00 pm Purpose: The

More information

Request for Qualifications

Request for Qualifications Request for Qualifications Needs Assessment and Feasibility Study For New El Centro Public Library Facility Release Date: January 22, 2015 Contact Information: City of El Centro Community Services Department

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

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES INTRODUCTION A. Overview The Sullivan County Land Bank Corporation ( SCLBC ) is issuing this Request for Qualifications ("RFQ") to obtain Accounting

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 PROPOSALS FOR MEDICAL DIRECTOR KNOXVILLE FACILITY RFP # KN

REQUEST FOR PROPOSALS FOR MEDICAL DIRECTOR KNOXVILLE FACILITY RFP # KN STATE OF TENNESSEE TENNESSEE STATE VETERANS HOMES BOARD REQUEST FOR PROPOSALS FOR MEDICAL DIRECTOR KNOXVILLE FACILITY RFP CONTENTS SECTIONS: 1. INTRODUCTION 2. RFP SCHEDULE OF EVENTS 3. PROPOSAL REQUIREMENTS

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Sealed proposals will be received at the WESTERN TIDEWATER REGIONAL JAIL Attn: Tim Wertheimer Director, Administration and Support Services 2402 Godwin Blvd Suffolk, Virginia 23434

More information

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-04 Pest Control

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-04 Pest Control DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL RFP09-04 Pest Control THE DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL TABLE OF CONTENTS TABLE OF CONTENTS Page ANNOUNCEMENT 3 1. INTRODUCTION

More information

N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP)

N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP) N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP) EXHIBIT A - MEMORANDUM OF NOTIFICATION TO POTENTIAL BIDDERS [NAME OF GOVERNMENT LETTERHEAD] DATE: TO: FROM: SUBJECT: [DATE] Invited Parties [NAME OF

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

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis Request Proposals ( RFP ) 2018-01 On An As Needed Basis City of Coachella Engineering Division 1515 Sixth Street Coachella, Calinia 92236 Deadline Submissions: November 1, 2017 by 3:00 p.m. Request Proposals

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

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

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

More information

QUARTZ HILL WATER DISTRICT REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

QUARTZ HILL WATER DISTRICT REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES QUARTZ HILL WATER DISTRICT REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES 1 QUARTZ HILL WATER DISTRICT REQUEST FOR PROPOSAL PROFESSIONAL AUDITING SERVICES JANUARY 7, 2019 I. INTRODUCTION: A.

More information

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

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

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR THE OREM CITY PARKING STUDY Issued February 26 th, 2018 City of Orem 56 North State Street Orem Utah 84057 TABLE OF CONTENTS 1.0 Introduction... 2 1.1 The Successful Applicant...

More information

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

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

More information

REQUEST FOR QUALIFICATIONS TO PROVIDE BUSINESS ATTRACTION CONSULTANT SERVICES

REQUEST FOR QUALIFICATIONS TO PROVIDE BUSINESS ATTRACTION CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS TO PROVIDE BUSINESS ATTRACTION CONSULTANT SERVICES I. INVITATION The City of Mission Viejo seeks the services of a qualified economic development consultant to assist the City

More information

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

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

More information

City of Albany, New York

City of Albany, New York City of Albany, New York REQUEST FOR PROPOSALS FOR THE PROVISION OF BOND COUNSEL SERVICES Proposal Number 2012-03 March 19, 2012 SECTION 1: PURPOSE 1.1 The City of Albany hereby requests proposals from

More information

Request for Qualifications #9709RFQ. Architectural Services for Dawson County Fire Station #9

Request for Qualifications #9709RFQ. Architectural Services for Dawson County Fire Station #9 Dawson County Board of Commissioners Dawson County, GA Request for Qualifications #9709RFQ Architectural Services for Dawson County Fire Station #9 Schedule of Events This Request for Qualifications will

More information

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

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

More information

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

REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018

REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018 REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES Cumberland Mountain Community Services Board RFP#: AUDIT2018-2020 Issue Date April 23, 2018 Cumberland Mountain Community Services requests qualified

More information

Request for Bid/Proposal

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

More information

Request for Risk Management and Insurance Broker Services

Request for Risk Management and Insurance Broker Services TO: Prospective Vendors DATE: 08/01/ SUBJECT: Services Request for Proposal for Risk Management and Insurance Brokerage You are invited to submit Proposals for Risk Management and Insurance Brokerage Services

More information

WEST VALLEY SANITATION DISTRICT

WEST VALLEY SANITATION DISTRICT WEST VALLEY SANITATION DISTRICT Request for Proposal (RFP) for Independent External Audit Services RFP #: FIN 2015 1 Schedule of Key Events: RFP Release Date: April 14, 2015 Written Questions Due: 4:00

More information

OFFICE OF THE SUMMIT COUNTY SHERIFF

OFFICE OF THE SUMMIT COUNTY SHERIFF OFFICE OF THE SUMMIT COUNTY SHERIFF 970-453-2474 fax 970-453-7329 REQUEST FOR PROPOSAL 2018 VEHICLE TOWING CONTRACT FOR SUMMIT COUNTY, COLORADO Release Date: November 3, 2017 Closing Date: November 24,

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR 2015 PROFESSIONAL SERVICES ON-CALL LIST

REQUEST FOR QUALIFICATIONS (RFQ) FOR 2015 PROFESSIONAL SERVICES ON-CALL LIST REQUEST FOR QUALIFICATIONS (RFQ) FOR 2015 PROFESSIONAL SERVICES ON-CALL LIST I. OVERVIEW The District is seeking qualified firms to provide On-Call Professional Services in support of Capital Improvement

More information

REQUEST FOR PROPOSALS EMPLOYEE ASSISTANCE PROGRAM (EAP) 08/09-20

REQUEST FOR PROPOSALS EMPLOYEE ASSISTANCE PROGRAM (EAP) 08/09-20 REQUEST FOR PROPOSALS EMPLOYEE ASSISTANCE PROGRAM (EAP) 08/09-20 I. GENERAL INFORMATION 1.1 Issuing Office: This Request for Proposals (RFP) is issued by the Town of Avon, Connecticut. 1.2 Purpose: The

More information

MUSKEGON COMMUNITY COLLEGE REQUEST FOR PROPOSAL. Lakeshore Fitness Center Managed Services

MUSKEGON COMMUNITY COLLEGE REQUEST FOR PROPOSAL. Lakeshore Fitness Center Managed Services Issue Date: March 23, 2018 Proposals Due Date: April 19, 2018 Optional Walk through: April 10, 2018 Interviews: April 25 and 26, 2018 RFP Coordinator: Amy James Director of Business Services Room # 1123

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

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES I. PROJECT DESCRIPTION Town of Pembroke Park, Florida ( Town ) is soliciting proposals from interested accounting

More information

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85. Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,

More information

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

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

More information

REQUEST FOR PROPOSAL (RFP) # FY DESIGN BUILD COMPRESSED NATURAL GAS (CNG) FUELING STATION CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA)

REQUEST FOR PROPOSAL (RFP) # FY DESIGN BUILD COMPRESSED NATURAL GAS (CNG) FUELING STATION CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) REQUEST FOR PROPOSAL (RFP) # FY 2014 2015 001 DESIGN BUILD COMPRESSED NATURAL GAS (CNG) FUELING STATION CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) EXHIBIT I SCOPE OF WORK PREPARED BY: CITY OF HALLANDALE

More information

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 RETURN PROPOSALS TO: Rhetta Hogan Finance Department City of Yreka 701 Fourth Street Yreka, CA 96097 DEADLINE FOR

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

Issuing date: October 27, Request for Qualifications Professional Architectural/Engineering/Planning Services. To Whom It May Concern:

Issuing date: October 27, Request for Qualifications Professional Architectural/Engineering/Planning Services. To Whom It May Concern: Issuing date: October 27, 2017 Request for Qualifications Professional Architectural/Engineering/Planning Services To Whom It May Concern: Cleveland County, North Carolina is seeking qualified professional

More information

PART V PROPOSAL REQUIREMENTS

PART V PROPOSAL REQUIREMENTS PART V PROPOSAL REQUIREMENTS SECTION TITLE K L M Proposal Content Cost Information Submission of Proposal 39 SECTION K PROPOSAL CONTENT K.1 GENERAL REQUIREMENTS A. The requirements included in this Section

More information

REQUEST FOR QUALIFICATIONS & PROPOSALS. Julie Wilkie Assistant City Manager:

REQUEST FOR QUALIFICATIONS & PROPOSALS. Julie Wilkie Assistant City Manager: REQUEST FOR QUALIFICATIONS & PROPOSALS PROJECT NAME: Continuing Professional Engineering Services DESCRIPTION: DATE ISSUED: 8/22/2018 The City of Greenwood is soliciting proposals from professional engineering

More information

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES PROJECT MANUAL BIDDING AND CONTRACT DOCUMENTS MANDATORY JOB WALK: 9:00AM, Tuesday, February 6, 2018 BID DUE: 2:00PM PST, Monday, February

More information

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL CITY OF GAINESVILLE REQUEST FOR PROPOSAL RFP No. (14054) PROPERTY AND LIABILITY RISK MANAGEMENT AND INSURANCE BROKERAGE SERVICES Proposal Release: March 20, 2014 Proposal Questions Deadline: Proposal Due

More information

LEGAL NOTICE TOWN OF MADISON REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FEBRUARY 15, 2017

LEGAL NOTICE TOWN OF MADISON REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FEBRUARY 15, 2017 LEGAL NOTICE TOWN OF MADISON REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FEBRUARY 15, 2017 The Town of Madison, Connecticut is requesting proposals from qualified firms of certified public

More information

Project No Southport Vehicle Processing Center Design-Build Request for Proposals Philadelphia, Pennsylvania

Project No Southport Vehicle Processing Center Design-Build Request for Proposals Philadelphia, Pennsylvania 34BRequest for Proposal for a 35BDesign Build Contractor Project No. 18-002.1 Southport Vehicle Processing Center Design-Build Request for Proposals Philadelphia, Pennsylvania 2018 March 7, 2018 NOTICE

More information

STATE OF WASHINGTON Professional Educator Standards Board (PESB) OLYMPIA, WASHINGTON REQUEST FOR PROPOSALS (RFP) RFP NO

STATE OF WASHINGTON Professional Educator Standards Board (PESB) OLYMPIA, WASHINGTON REQUEST FOR PROPOSALS (RFP) RFP NO STATE OF WASHINGTON Professional Educator Standards Board (PESB) OLYMPIA, WASHINGTON REQUEST FOR PROPOSALS (RFP) RFP NO. 2018 15 PROJECT TITLE: Continuing Education Opportunities through Micro-credentials

More information

Request for Proposals Professional Actuarial Services. QUESTIONS AND INTENT TO RESPOND DUE DATE: April 12, 2017, 4:00 p.m. (CDT)

Request for Proposals Professional Actuarial Services. QUESTIONS AND INTENT TO RESPOND DUE DATE: April 12, 2017, 4:00 p.m. (CDT) Request for Proposals Professional Actuarial Services QUESTIONS AND INTENT TO RESPOND DUE DATE: April 12, 2017, 4:00 p.m. (CDT) PROPOSAL DUE DATE: April 24, 2017, 4:00 p.m. (CDT) PROPOSALS RECEIVED AFTER

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

REQUEST FOR PROPOSALS FOR ACTUARIAL AUDIT OF THE JUNE 30, 2009 TCRS ACTUARIAL VALUATION RFP #

REQUEST FOR PROPOSALS FOR ACTUARIAL AUDIT OF THE JUNE 30, 2009 TCRS ACTUARIAL VALUATION RFP # STATE OF TENNESSEE TREASURY DEPARTMENT REQUEST FOR PROPOSALS FOR ACTUARIAL AUDIT OF THE JUNE 30, 2009 TCRS ACTUARIAL VALUATION RFP CONTENTS SECTIONS: 1. INTRODUCTION 2. RFP SCHEDULE OF EVENTS 3. PROPOSAL

More information

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

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

More information

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 PHARMACY SERVICES RFP # EO

REQUEST FOR PROPOSALS FOR PHARMACY SERVICES RFP # EO STATE OF TENNESSEE TENNESSEE STATE VETERANS HOMES BOARD REQUEST FOR PROPOSALS FOR PHARMACY SERVICES RFP CONTENTS SECTIONS: 1. INTRODUCTION 2. RFP SCHEDULE OF EVENTS 3. RESPONSE REQUIREMENTS 4. GENERAL

More information

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

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

More information