REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES COUNTY OF LYCOMING, PENNSYLVANIA FLOODPLAIN HOUSING REMEDIATION PROGRAM

Size: px
Start display at page:

Download "REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES COUNTY OF LYCOMING, PENNSYLVANIA FLOODPLAIN HOUSING REMEDIATION PROGRAM"

Transcription

1 REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES COUNTY OF LYCOMING, PENNSYLVANIA FLOODPLAIN HOUSING REMEDIATION PROGRAM Proposals Solicited by: County of Lycoming MAILING ADDRESS: 48 West Third St. Williamsport, PA August 2017

2 Dates of Publication: 9/1 & 9/4 Contact: Mya Toon, REQUEST FOR PROPOSALS The County of Lycoming is requesting sealed proposals for the purchase of professional engineering services for the Floodplain Housing Remediation Program. These services include all necessary design and specifications for the bidding of and contracting for the project. Proposals will be accepted until Friday, September 29, 2017, at 2:00 P.M. prevailing time. Proposals will be publicly opened on Tuesday, October 3, 2017, at 10:00 A.M. in the Commissioners Meeting Room, Lycoming County Executive Plaza. Proposals shall be on the forms required, sealed and clearly marked on the outside, "RFP for Floodplain Housing Remediation Program," and shall be hand-delivered to the Lycoming County Controller s Office, Lycoming County Executive Plaza Building, 330 Pine Street, 2 nd Floor, Williamsport, PA or mailed to 48 W Third Street, Williamsport, PA Proposals that are faxed or ed cannot be accepted. Questions regarding this Request for Proposals shall be directed to Mya Toon, Chief Procurement Officer, at mtoon@lyco.org. The proposal may be downloaded by going to and clicking on Top 10 Links, Request for Bids/Proposals. The Lycoming County Board of Commissioners reserve the right to accept or reject any or all proposals, or to accept any part of a proposal without accepting the whole thereof, or to accept such proposal as they deem to be in the best interest of the County. Attest: Matthew M. McDermott Chief Clerk COUNTY OF LYCOMING R. Jack McKernan Tony R. Mussare Richard Mirabito 2 P age

3 REQUEST FOR PROPOSALS COUNTY OF LYCOMING, PENNSYLVANIA FLOODPLAIN HOUSING REMEDIATION PROGRAM Information and Instructions The County of Lycoming proposes to use a recently approved Community Development Block Grant Disaster Recovery to implement its Floodplain Housing Remediation program in the Borough of Muncy and Heshbon area of Loyalsock Township, County of Lycoming, Pennsylvania. The following narrative outlines the major responsibilities of the Proposers. These responsibilities include the entire project from design to final inspection. It should be recognized by all Proposers that the Scope of Services included herewith might exclude some minor, incidental Engineering responsibilities not currently identifiable. Proposals will be accepted until Friday, September 29, 2017, at 2:00 P.M. prevailing time. Proposals will be publicly opened on Tuesday, October 3, 2017, at 10:00 A.M. in the Commissioners Meeting Room, Lycoming County Executive Plaza. Proposals shall be on the forms required, sealed and clearly marked on the outside, "RFP for Floodplain Housing Remediation Program," and shall be hand-delivered to the Lycoming County Controller s Office, Lycoming County Executive Plaza Building, 330 Pine Street, 2 nd Floor, Williamsport, PA or mailed to 48 W Third Street, Williamsport, PA Proposals that are faxed or ed cannot be accepted. Questions regarding this Request for Proposals shall be directed to Mya Toon, Chief Procurement Officer, at mtoon@lyco.org. 1. Purpose and Intent of Proposal. This Request for Proposal (RFP) is issued by the Lycoming County Purchasing Department on behalf of the Lycoming County Board of Commissioners. It shall be the purpose and intent of this RFP to cover the terms and conditions under which a successful Proposer shall be responsible to provide engineering services to the Lycoming County Planning and Community Development department (hereinafter LCPCD ) through sealed proposals. The County is seeking to identify and select one (1) Proposer to perform the work as described herein. However, the County reserves the right to award multiple contracts in any combination that best serves the interests of the County. The Lycoming County Board of Commissioners reserve the right to accept or reject any or all proposals, or to accept any part of a proposal without accepting the whole thereof, or to accept such proposal as they deem to be in the best interest of the County. 3 P age

4 2. Project Description. Flooding is the most frequent and significant hazard that the County of Lycoming faces. The devastation wrought by these reoccurring events has created both direct and secondary impacts to the County s citizens and communities. Despite the flood damage reduction measures implemented by the County partnership with PEMA and FEMA over the past 25 years, most local communities lying adjacent to our major creeks and the West Branch Susquehanna River remain vulnerable to flood damage. Several municipalities in the County of Lycoming are at considerable flood risk, including Muncy Borough and Loyalsock Township, where substantial portions of the residential structures are in the floodplain. The County of Lycoming has received $965,000 in federal Community Development Block Grant Disaster Recovery (CDBG-DR) funding that the County will use to structurally elevate an anticipated eight to twelve residential homes within the 100-year floodplain in targeted areas of Heshbon in Loyalsock Township and portions of the Borough of Muncy. (See attached map.) The amount of funds available are to be used for all design, bidding, and construction costs, including asbestos/lead based paint abatement. The funds are split evenly between Heshbon and Muncy. The selected Engineering firm will be responsible for all property investigation, permitting, specifications, contract documents, and bidding, contract administration, site supervision, Elevation Certificate and close out. While the County anticipates that available funds will be sufficient to elevate eight to twelve homes in these two areas of the County, the actual number of homes able to be mitigated in this manner will depend on the cost per home, the number of eligible applicants, and a variety of other factors. Therefore, the County is requesting, rather than a lump sum amount, that the Engineer provide cost for the services outlined herein per home elevated. In addition, proposals should include an estimated number of structures that can be elevated, given the amount of funds available. The homes selected for elevation by the County will be bid together as one project and awarded to one contractor. 3. PROJECT DESIGN. The Engineer shall prepare all necessary design plans, drawings and specifications to be used for each elevation project and should, therefore, be complete in detail and contain all necessary information. Drawings shall conform to standard professional practice and consist of all engineering/architectural drawings, including profiles and sections, plot and site plans, and all else necessary to illustrate the interest and scope of the work. Working drawings shall be prepared for structural, hydraulic, mechanical, electrical, and all other branches of the construction work. The Engineer shall investigate any existing systems affected by the proposed project, identifying options, and advising the County in the most appropriate method of modifying and/or mitigating the systems as part of the design of this project. This includes identifying asbestos hazards and any impacts the elevation may have on neighboring property. Additionally, the work to be completed must comply with lead based paint regulations. 4 P age

5 All permits, plans, or surveys which may be necessary to define the scope of the work or the performance of the project shall be the responsibility of the Engineer, including for asbestos removal or mitigation. The proposal shall include a list of those permits currently anticipated as necessary, identifying actual permit fees that shall be reimbursable by the County of Lycoming. Survey work required for design and easements/rights-of-way is also part of this proposal. Federal Environmental Reviews, State Historic Preservation Office Reviews and Archaeological Reviews are not a part of this proposal. The Engineer shall work with the County to identify any issues that arise with Zoning, Building or other codes or ordinances, and be prepared to provide information and/or testify before any Zoning Hearing Board or other appropriate entity if such a need arises. Engineer shall determine that all elements of the design, including flood vents, are permitted and/or certified by FEMA and the local Floodplain ordinances. Assistance from the Engineer is necessary for the County of Lycoming to fully understand the project, and therefore, meeting attendance is of high importance. Accordingly, this proposal shall include a total of four (4) design phase meetings at which the Engineer is expected to be in attendance. These meetings shall be conducted during the design and elevation specifications phase at the convenience of the County, and shall include the following: - A kick-off meeting - Two development meetings with the County - A meeting to present the final design and receive approval to advertise In addition, the Engineer is expected to conduct one (1) site visit per home to develop the elevation design and cost estimates; and one (1) walk through of each house with the property owner and representatives from the County to discuss the elevation process in detail with the property owner prior to bidding. The costs associated with these meetings should be taken into account in the proposed cost. The County may request, and the Engineer may suggest, additional meetings. Accordingly, Proposers should indicate their intention to do so in the narrative of their proposal. Any cost associated with additional meetings shall be included in the standard Engineers Estimate form. A project design schedule must be included as part of this proposal, indicating key milestones and dates of completion. It is anticipated that interested property owners will apply to the County for the elevation between October and November Once income eligibility has been determined, the Engineer will begin the field work for each home determined to be eligible and prepare necessary plans and specifications, including initial Elevation Certificate. Not more than six months may elapse between the date property owners are determined income eligible by the County and the date of the award of the construction contract. 5 P age

6 It is extremely important for the Engineer to understand that the design will be done in accordance with the requirements of the County, and not the individual property owner. The individual property owner will not be authorized to request to utilize grant funds, or utilize their own funds during this process to add additional components to the project. In addition, the Engineer should fully understand FEMA s flood insurance policy definition of an elevated building for homeowners to gain necessary credit for structural elevations. Proposals should address how the Engineer will provide designs that adhere to FEMA s flood insurance elevation standards. All final plans and specifications must be submitted for approval for bidding by January 31, It is understood that changes in the project scope or nature may affect this schedule. Upon completion of the preliminary design, and again when requesting approval of final design for each property selected, the Engineer shall prepare and provide the County an opinion of probable elevation costs per house, either as a lump sum or utilizing the itemized bid schedule if a line item elevation bid is proposed. 4. PREPARATION OF DOCUMENTS AND COORDINATION OF BIDDING. The Engineer shall prepare all elevation contract documents, including, but not limited to, bid schedule, bond forms (bid, performance, payment), elevation specifications and agreements, compliance forms, etc. The Engineer shall be responsible for coordinating the bidding process, including printing and distributing up to 10 sets of bid documents, publishing the required advertisements and management of any required deposits or payments. Costs for this portion of the work shall be borne by the Engineer, except that the actual costs for legal advertisements will be reimbursed by the County. The Engineer is expected to attend any and all pre-bid meetings, bid opening, and preconstruction meeting(s). The Engineer is responsible, as is customary, to prepare meeting agenda, minutes, sign-in sheets, and the bid tabulation. As mentioned previously, the elevations will be bid as one project. In addition, the Engineer will assist the County solicitor, procurement and planning personnel throughout the project, including, but not limited to, the preparation of documents involving engineering matters and preparation of contract documents for their opinion, a review of the bid documents, conformity with the specifications and requirements, as well as a formal recommendation of bid award. The Engineer is also responsible to manage the elevation contract award process, including issuance of a Notice of Intent to Award, Cost Reasonableness Certification, Notice of Award, execution of agreements, Notice to Proceed, Substantial Completion, Elevation Compliance Record Sign-Off, Local Building Inspector Sign-off, Local Floodplain Permit Officer Sign-off, final inspection, Certificate of Occupancy, Elevation Certificate, and completion. 6 P age

7 5. CONSTRUCTION SUPERVISION. The Engineer is expected to furnish customary engineering advice and assistance necessary to enable the County to readily understand the project. The Engineer shall visit the elevation sites to observe progress and quality of work, to determine if work is proceeding in accordance with contract documents, to keep the County informed of progress, to guard against defects and deficiencies, and to disapprove work not in conformance with contract documents. The Engineer shall serve as the County s representative at the project site, issuing all instructions to the contractors and preparing any change orders in consultation with the County. The Engineer will check and approve samples, schedules, shop drawings, catalogue data, laboratory, shop and mill tests of materials and equipment, and other data which contractors are required to submit to ensure conformity with project design, concept, and requirements. The Engineer, in accordance with accepted professional standards and practice, shall review contractors payment requests and approve, in writing, payment to the contractors in such amounts. The Engineer will also conduct, in the company of the County, property owner and the contractor, a final inspection of the project for conformity with design, concept and contract documents. When the project is complete the Engineer will correct all drawings to show elevation as accomplished, and will furnish one (1) set of full size As Built prints and one electronic copy for each property to the County of Lycoming. A new Elevation Certificate will also be issued. These services, to be provided by the Engineer, do not infer resident inspection services. The Engineer is expected to visit each project site during construction, not less than once every two weeks and conduct a final inspection at each elevation site upon completion. Comprehensive design, inspection of work and compliance with specifications are of utmost importance to a successful and timely project completion. It is anticipated that biweekly progress meetings will be held onsite with the Contractor, the County, and SEDA-COG. Accordingly, the Engineer shall indicate with what frequency field visits will be provided. As a part of this proposal, it is the Engineer s responsibility to estimate the project duration to calculate the number of construction supervision site visits. Should the project take less or more time than anticipated, no adjustment to the costs for project supervision will be considered. 6. ADDITIONAL SERVICES OF ENGINEER. Where participating state and/or federal agencies require reports relating to construction, the Engineer shall prepare and submit such reports and shall assist in any negotiations with these or other agencies as is necessary for final approval. 7. TERMS OF PAYMENT. The Engineer will be required to enter into a written Professional Services Agreement with the County, which will incorporate the information contained in this Request for Proposals. The Engineer will agree to a lump sum fee, which shall include all costs associated with the services outlined herein. Costs sometimes separately billed as reimbursable costs shall be declared and included in the costs associated with this proposal. 7 P age

8 Payment shall be made to the Engineer monthly. Due to the source of funds, the net term of payment may be up to 60 days from the County s approval of the invoice. Invoices shall be provided setting forth the percentage of work completed to date, establishing the amount due based on the percentage completed, less any previous amounts. Payments are expressly contingent upon receipt of funds from the Department of Community and Economic Development. 8. SUBCONTRACTING. No portion of this work or obligations under this contract may be subcontracted without the County s written consent. In the event the County does consent in writing to a subcontracting arrangement, the selected Proposer shall be the prime engineer and shall remain fully responsible for the performance of all obligations which it is required to perform under this contract. 9. MBE/WBE GOALS. It is the public policy of the County of Lycoming, to promote the opportunity for full participation by minority and women s business enterprises ( MBE s and WBE s ) and Section 3 business concerns in all projects receiving federal funds from the United States Department of Housing and Urban Development which are administered by the Pennsylvania Department of Community and Economic Development. The County of Lycoming has established a Minimum Participation Level (MPL) of five percent (5%) for Minority Business Enterprises and three percent (3%) for Women Business Enterprises participation on projects with CDBG, ESG, and/or HOME funding. 10. SECTION 3 GOALS. The County of Lycoming has adopted a Section 3 Action Plan in accordance with Title 24 Part 135 Code of Federal Regulations. As such, at least three percent (3%) of the total dollar amount of all non-construction Section 3 covered contracts shall, to the greatest extent feasible, be awarded to Section 3 business concerns. The purpose of Section 3 of the Housing and Urban Development (HUD) Act of 1968, as amended, is to ensure that employment and other economic opportunities generated by certain HUD financial assistance shall, to the greatest extent feasible, and consistent with existing federal, state, and local laws and regulations, be directed to low- and very lowincome persons, particularly those who are recipients of government assistance for housing; and to business concerns which provide employment opportunities to low- and very lowincome persons, as summarized in the Section 3 Clause, herein incorporated. The Section 3 Clause, in its entirety, can be located in the Federal Code of Regulations 24 CFR Part 135. The parties, if awarded this contract, agree to comply with HUD s regulations in 24 CFR Part 135, which implement Section 3. The parties certify that they are under no contractual or other impediment that would prevent them from complying with the Part 135 regulations. If awarded the contract, the Proposer, agrees to include this Section 3 clause in every subcontract subject to compliance with regulations in 24 CFR Part 135, and agrees to take 8 P age

9 appropriate action, as provided in an applicable provision of the subcontract or in this Section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR Part 135. The Proposer will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR Part 135. The Proposer will certify that any vacant employment positions, including training positions, that are filled w Noncompliance with HUD s regulations in 24 CFR Part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. 11. PROPOSAL SUBMISSION AND EVALUATION 11.1 Examination of Proposal. Proposers shall carefully examine all documents in the solicitation to obtain knowledge of existing conditions, limitations, and requirements. Failure to examine the documents will not relieve the Proposer of responsibility for same nor will extra payment or change order requests be considered for conditions which could have been determined by examining the solicitation. Proposals will be considered as conclusive evidence of complete examination and understanding of the terms and conditions of the RFP including the specifications and all requirements thereof. It is understood that submission of a Proposal includes full acceptance of the same by the parties submitting the proposal. Further, by submitting a proposal, the Proposer waives the right to claims for additional time or monetary compensation for all work without limit required to complete the contract which could have been obtained by the Proposer through examination of all documents or raising a question regarding requirements prior to submitting a proposal Preparation of Proposal. The County shall not be responsible for any costs associated with the preparation or submittal of any Proposal. All costs are entirely the responsibility of the Proposer Communications. All questions regarding this RFP shall be submitted in writing to Mya Toon, Lycoming County Chief Procurement Officer, at mtoon@lyco.org. Questions which require more detailed or complex reply, or require an answer that may affect responses to this RFP or may be prejudicial to other prospective Proposers, will be answered by issuing an addendum. Questions must be received by the Chief Procurement Officer no later than Thursday, September 21, 2017, at 5:00 P.M. prevailing time Addenda/Amendments to Proposal. All changes in connection with this RFP will be issued by the Purchasing Department in the form of a written addendum. All addenda will be posted to the County Purchasing Department s page on the 9 P age

10 County website ( at least seven (7) days prior to the deadline for RFP submissions. It is the Proposer s responsibility to check the website and ensure they have all applicable addenda prior to submission. Signed acknowledgement of receipt of an addendum must be submitted with the proposal Deadline and Opening of Proposals. Proposals must be received no later than 2:00 P.M., prevailing time, Friday, September 29, Proposals will be opened publicly at 10:00 A.M., prevailing time, on Tuesday, October 3, 2017, in the Commissioners Board Room located on the 1 st floor of the Lycoming County Executive Plaza Building. A summary of proposals received, including company name and costs, will be posted on the Purchasing Department s page on the County s website ( within 48 hours after of the Proposal opening. The Proposer warrants the proposed costs and other information stated in his/her proposal shall be firm for a period of 60 days from the date of the proposal opening Submission of Proposal. An original and five (5) complete copies must be enclosed in a sealed envelope or package. The outside of the envelope or package shall be clearly marked, RFP for Floodplain Housing Remediation Program. Proposals shall be hand-delivered to the Lycoming County Controller s Office, Lycoming County Executive Plaza Building, 330 Pine Street, 2 nd Floor, Williamsport, PA or mailed to 48 W Third Street, Williamsport, PA Late proposals shall not be accepted. Proposals must be mailed or handdelivered; proposals that are faxed or submitted electronically are not acceptable and will not be considered. All proposals must be submitted on the forms provided by the County and in accordance with the requirements and instructions contained in the RFP package. The County may waive minor informalities and irregularities in the proposals received where such is merely a matter of form and not substance, and the correction or waiver of which is not prejudicial to other Proposers. Minor irregularities are defined as those that will not have an adverse effect on the County s interest and will not affect the cost proposal by giving a Proposer an advantage of benefits not enjoyed by other Proposers Public Disclosure. All Proposers should be aware that the County is an agency subject to the Right-to-Know Law. Any documents submitted should be considered as subject to potential public disclosure once the contract for services is awarded. A summary of proposals received, including company name and costs, will be posted on the Purchasing Department s page on the County s website ( within 48 hours after of the Proposal opening Modifications/Withdrawal of Proposal. Proposals may be modified or withdrawn prior to the submittal deadline. Requests for withdrawals or modifications of proposals after the submittal deadline will not be considered, except as otherwise provided herein. Proposers desiring to modify or withdraw 10 P age

11 his/her proposal must submit the purpose for the request in writing to the County Chief Procurement Officer prior to the submittal deadline. Proposers may resubmit proposals provided it is prior to the scheduled submittal deadline. After the opening, the Chief Procurement Officer may allow a Proposer to modify or withdraw his/her proposal without prejudice if clear and convincing evidence supports the existence of a material and substantial error, an unintentional arithmetical error or an unintentional omission of a substantial quantity of work, labor, material, or services made directly in the compilation of the proposal. Requests to modify or withdraw the proposal must be made in writing to the Chief Procurement Officer within two (2) business days after opening the proposals Evaluation of Proposals. Proposals will be evaluated in accordance with the required scope of work as listed in this RFP. At the County s discretion, a Proposal may be eliminated from consideration for failure to comply with any required specification, depending on the nature and extent of non-compliance. In addition to meeting mandated specifications, proposals will be evaluated for the ability of the Proposer to provide, in the County s opinion, the best overall solution to meet the County s objectives. Accepted proposals will be reviewed by an evaluation team based on the stated criteria. If the team determines that it is in the best interest of the County to require oral presentations and/or interviews, the Proposers will be invited to make such presentations and/or demonstrations Rejection or Disqualification of Proposals. A proposal that is incomplete, obscure, conditioned or contains additions not called for or irregularities of any kind, including alterations or erasures, which are not initialed, may be rejected as non-conforming. The County reserves the right to waive a proposal s minor irregularities, as well as disqualify proposals, before or after opening, upon evidence of collusion with the intent to defraud or other illegal practices upon the part of the Proposer. Issuance of this RFP in no way constitutes a commitment by the County to award a contract. The County reserves the right to accept or reject, in whole or part, any or all proposals submitted, and/or cancel this solicitation if it is determined to be in the best interest of the County. Any Proposer who has demonstrated poor performance during a current or previous agreement with the County may be considered non-responsible and their proposal may be rejected. The County reserves the right to exercise this option as is deemed proper and/or necessary Award. Award of any contract is contingent on the approval of the County of Lycoming Board of Commissioners. The County will award the contract(s) to the best responsible, responsive Proposer who meets all terms, conditions, and specifications of the RFP, within 60 days of the opening of the proposals. 11 P age

12 Submitted proposals shall remain valid during this 60-day period. An official letter of acceptance will be forwarded to the successful Proposer after selection and prior to contract award Certification. By submitting a proposal, the Proposer is certifying that it and its principals and/or subcontractors are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by the State of Pennsylvania or any Federal department or agency Non-Collusion Affidavit. The County requires that a Non-Collusion Affidavit be submitted with all proposals pursuant to its authority according to the Pennsylvania Antibid-Rigging Act, 62 Pa. C.S.A et seq. This Non-Collusion Affidavit must be executed by the member, officer, or employee of the Proposer who makes the final decision on prices and the amount quoted in the proposal. Proposal rigging and other efforts to constrain competition and the making of false sworn statements in connection with the submission of proposals are unlawful and may be subject to criminal prosecution. The person who assigns the Affidavit should examine it carefully before signing and assure himself or herself that each statement is true and accurate, making diligent inquiry, as necessary, of all other persons employed by or associated with the Proposer with responsibilities for the preparation, approval or submission of the proposal. If a proposal is submitted by a joint venture, each party to the venture must be identified in the proposal, and a Non-Collusion Affidavit must be submitted separately on behalf of each party. The term complimentary proposal as used in the Affidavit has meaning commonly associated with that term in the proposal process, and includes the knowing submission of costs higher than that of another firm, any intentionally high or non-competitive proposal, and any form of proposal or bid submitted for the purpose of giving false appearance of competition. Failure to file a Non-Collusion Affidavit in compliance with these instructions may result in the disqualification of the proposal. 12 P age

13 PROPOSAL SUBMISSION AND EVALUATION Five (5) copies of the proposal must be hand-delivered to the Lycoming County Controller s Office, Lycoming County Executive Plaza Building, 330 Pine Street, 2 nd Floor, Williamsport, PA or mailed to 48 W Third Street, Williamsport, PA Proposals must be received no later than 2:00 p.m. on Friday, September 29, Proposals that are faxed or ed cannot be accepted. Proposals will be reviewed and evaluated by the County of Lycoming. The evaluation will include the following areas in order of relative importance: Adequacy of proposal in the terms of addressing the needs that are set forth in the Request for Proposals. Relevant experience and past performance, specifically structural elevation, to include elevation on fill, extended foundation walls and piles, as well as best management practices for utility elevation and Smart Vents. Quality of previous work. Adequacy of resources/record of completing projects on time. Cost. Proposer s commitment to the obligations of Lycoming County s Minority Owned Business Enterprises and Women Owned Business Enterprises Action Plan. Proposer s commitment to the obligations of Lycoming County s Section 3 Business Action Plan. 13 P age

14 REQUIRED INFORMATION Each Proposer shall provide all information herein requested. Further, no proposal will be considered unless the attached Standard Form is completed in its entirety. Each Proposer shall provide a minimum of two references where similar engineering services have been performed during the past three years. These projects should be similar in design and scope. If the Proposer is an MBE/WBE or Section 3 business concern, a certification form shall be submitted with the proposal attesting to the firms status as such. Firms may be requested to sit for interviews and/or negotiation of contract terms and fees prior to contract award. If any part of the project is subcontracted, requires purchases for services, or requires hiring of additional employees, the Proposers must submit documentary evidence of MBE/WBE and Section 3 business concerns who have been contacted and/or to whom commitments have been made. If no solicitation was made to MBE/WBE s or Section 3 business concerns or residents, please indicate the reason(s). If there is no need for additional employees or trainees, or no need to contract for work, then the Section 3 and MBE/WBE requirements are not triggered. Professional Liability Insurance is required to be carried and maintained in full force at all times during the term of the contract, resulting from this RFP, in the amounts as follows: COVERAGE Workmen s Compensation General Liability/Property Damage Personal Injury Automobile Liability/Property Damage Bodily Injury LIMITS OF LIABILITY Statutory $500,000 each occurrence $1,000,000 aggregate $500,000 each occurrence $1,000,000 aggregate $500,000 each occurrence $500,000 each occurrence $1,000,000 aggregate Prior to commencement of performance of this Agreement, Contractor shall furnish to the County a certificate of insurance evidencing all required coverage in at least the limits required herein, naming the County of Lycoming, its elected officials, agents, and employees as additional insured under the Comprehensive General Liability coverage, and providing that no policies may be cancelled without ten (10) days advance written notice to the County. Such certificate shall be issued to: County of Lycoming, ATTN: Mya Toon, 48 West Third Street, Williamsport, PA Said policy shall remain in full force and effect until completion of all duties to be performed hereunder by the Contractor. 14 P age

15 STANDARD ENGINEERING ESTIMATE FIRM NAME: ADDRESS: TELEPHONE: REPRESENTATIVE: I. Project design, specification, required meetings, bidding, and other engineering services, per home elevated II. Project construction supervision per home elevated $ $ Indicate project duration and frequency of visits below. TOTAL COST PER ELEVATION: $ Additional Meetings: Lump sum cost for additional meetings if requested by $ The undersigned represents that he/she is in receipt of the following number of Addenda. (If no Addenda are issued, insert the word none in the following space.):. I,, a licensed professional Engineer in the Commonwealth of Pennsylvania and an authorized representative of the above-indicated firm, have reviewed and understand the Request for Proposals, and I/we am/are prepared to provide the required services for the above costs. (SEAL) 15 P age

16 MBE/WBE CONTRACT SOLICITATION AND COMMITMENT STATEMENT TO BE SUBMITTED WITH THE PROPOSAL Goals of 5% for minority business enterprise and 3% for women business enterprise participation have been established. Name of Proposer: Address: Address: Telephone Number: Project Name: County of Lycoming Housing Floodplain Housing Remediation Program Proposal Opening Date: October 3, 2017 Contact Person: Company Name & Telephone Number MBE* (enter code from below) WBE (X) Type of Construction, Equipment, Services, and/or Supplies to be provided to the Project Total Dollar Amount of Quote Received (Please mark NR If no response was received) Total Dollar Amount Awarded (If not awarded indicate reason) 16 P age

17 Prepared By: Title: List those minority/women owned businesses from which you solicited quotes and/or received quotes in regard to this Request for Proposals. *Ethnic Code: A- Asian-Pacific Americans; B-African Americans; H-Hispanic Americans; N- Native Americans 17 P age

18 MINORITY AND WOMEN BUSINESS ENTERPRISE PROPOSER CERTIFICATION The submittals of each Proposer are subject to review to determine whether the Proposer has discriminated in the selection of manufacturers, subcontractors and suppliers. If a Proposer has met the goals for MBE/WBE participation, the Proposer will be presumed not to have discriminated in their selections. Where the goals are not met, the below statements, if accurate, shall be certified by the Proposer: 1. The limited number or no commitment to MBEs/WBEs was not motivated by consideration of race or gender. 2. MBEs/WBEs were not treated less favorably than other businesses in the contract solicitation and commitment process. 3. Solicitation and commitment decisions were not based upon policies which disparately affect MBEs/WBEs. By signing below, I certify that the above statements are true and accurate. Company Name Signature Date

19 SECTION 3 CONTRACT SOLICITATION AND COMMITMENT STATEMENT TO BE SUBMITTED WITH THE PROPOSAL Minimum Participation Levels (MPL): Section 3-10% construction & 3% non-construction Section 3-30% aggregate new hires Name of Proposer: Address: Address: Telephone Number: Project Name: County of Lycoming Housing Floodplain Housing Remediation Program Proposal Opening Date: October 3, 2017 Contact Person: List those Section 3 business concerns from which you solicited quotes or which contacted you and gave you quotes in regard to this Request for Proposals. Company Name & Telephone Number Type of Construction, Equipment, Services, and/or Supplies to be provided to the Project Total Dollar Amount of Quote Received (Please mark NR if no response was received) Total Dollar Amount Awarded (If not awarded indicate the reason) IF NO COMMITMENT WAS MADE TO A SECTION 3 BUSINESS- EXPLAIN Preparers Signature: Title

20 (1) Indicate whether Section 3 Business Concerns were solicited for each type of work the Proposer expects to subcontract for and for all materials which the Proposer expects to procure and, if not, the reason(s) why no such solicitation was made; (2) Indicate the reason why a Section 3 Business Concern has not been committed to for a type of subcontract work or materials in any area where a quote was received from a Section 3 Business Concern, and; (3) In any case where no quotations are received or commitments made to a Section 3 Business Concern, indicate that no quotes were received, and if there is another reason for no commitments being made, the reason for the lack of commitments. 20 P age

21 SECTION 3 BUSINESS CERTIFICATION As principal owner of, I certify that this (Section 3 Business Concern Name) firm is a bona fide Section 3 owned business. I further certify that this firm was subcontracted by for work on the Project in the amount of $. Date Signature/Title

22 State of ) County of ) NON-COLLUSION AFFIDAVIT, being first duly sworn, deposes and says that: 1) He/She is (Owner, Partner, Officer, Representative or Agent) of, the Proposer that has submitted the attached proposal; 2) He/She is fully informed respecting the preparation and contents of the attached proposal and of all pertinent circumstances respecting such proposal; 3) Such proposal is genuine and is not a collusive or sham proposal; 4) Neither the said Proposer nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly, with any other firm or person to submit a collusive or sham proposal in connection with the Contract for which the attached proposal has been submitted, or to refrain from proposing in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other firm or person to fix the price or prices in the attached proposal or of any other Proposer, or to fix any overhead, profit, or cost element for the proposal prices or the proposal price of any other Proposer, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the or any person interested in the proposed Contract; and 5) The price or prices quoted in the attached proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Proposer or any of its officers, partners, agents, representatives, owners, employees, or parties in interest, including this affiant. Signed Title Subscribed and sworn to before me this day of, 20 Title My commission expires 22 P age

REQUEST FOR PROPOSALS (RFP) FOR A RE-ENTRY PROGRAM COORDINATOR

REQUEST FOR PROPOSALS (RFP) FOR A RE-ENTRY PROGRAM COORDINATOR COUNTY OF LYCOMING Lycoming County Executive Plaza 330 Pine Street, Suite 404 Williamsport, PA 17701 Tel: (570) 327-6746 Fax: (570) 320-2111 Email: mtoon@lyco.org REQUEST FOR PROPOSALS (RFP) FOR A RE-ENTRY

More information

INVITATION TO BID (ITB) FOR BREAD PRODUCTS ISSUE DATE: NOVEMBER 2, 2018 DUE DATE: NOVEMBER 30, 2018

INVITATION TO BID (ITB) FOR BREAD PRODUCTS ISSUE DATE: NOVEMBER 2, 2018 DUE DATE: NOVEMBER 30, 2018 COUNTY OF LYCOMING PURCHASING DEPARTMENT Mya Toon, Lycoming County Chief Procurement Officer, CPPB Lycoming County Executive Plaza 330 Pine Street, Suite 404, Williamsport, PA 17701 Tel: (570) 327-6746

More information

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

Company Name: Address: Date: OFFICAL SIGNATURE PRINT Section 3 Clause A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The

More information

COUNTY OF LYCOMING PURCHASING DEPARTMENT

COUNTY OF LYCOMING PURCHASING DEPARTMENT COUNTY OF LYCOMING PURCHASING DEPARTMENT Mya Toon, Lycoming County Chief Procurement Officer, CPPB Lycoming County Executive Plaza 330 Pine Street, Suite 404, Williamsport, PA 17701 Tel: (570) 327-6746

More information

M E M O R A N D U M. March 13, 2019

M E M O R A N D U M. March 13, 2019 M E M O R A N D U M March 13, 2019 TO: FROM: RE: All Qualified Contractors Nicole Davis Redevelopment Authority of the City of York Repairs to Side Wall of 314 South George Street, York, PA. There will

More information

The Housing Authority of the Township of Middletown

The Housing Authority of the Township of Middletown The Housing Authority of the Township of Middletown 2 Oakdale Drive, Middletown, NJ 07748 Telephone: (732) 671-2990 Fax: (732) 671-4828 Susan Thomas, Executive Director Request for Proposals Special RAD

More information

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES REQUEST FOR PROPOSAL HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES August 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and

More information

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES I. PURPOSE AND INTENT The City of Easton (hereinafter City ) is currently seeking proposals from qualified Third-Party Agencies (hereinafter

More information

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts The Gordon County Board of Commissioners is accepting sealed written bids from qualified vendors to provide Public Works Related Materials and Services. Bid specifications and bid forms are attached. Your

More information

Replace Transmission - Bulldozer

Replace Transmission - Bulldozer Replace Transmission - Bulldozer Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 (706) 879-2198 mvaughn@gordoncounty.org Replace Transmission Bulldozer

More information

INVITATION TO BID (ITB) FOR FLOOD MITIGATION ASSISTANCE GRANT ACQUISITION DEMOLITION PROJECT ISSUE DATE: MARCH 16, 2018 DUE DATE: APRIL 13, 2018

INVITATION TO BID (ITB) FOR FLOOD MITIGATION ASSISTANCE GRANT ACQUISITION DEMOLITION PROJECT ISSUE DATE: MARCH 16, 2018 DUE DATE: APRIL 13, 2018 COUNTY OF LYCOMING PURCHASING DEPARTMENT Mya Toon, Lycoming County Chief Procurement Officer, CPPB Lycoming County Executive Plaza 330 Pine Street, Suite 404, Williamsport, PA 17701 Tel: (570) 327-6746

More information

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM PALM BEACH COUNTY DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM NOTICE TO GENERAL CONTRACTORS Sealed bids will be received until 3:00 P.M on May 2, 2019,

More information

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and Economic Development 747 Market Street

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

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

More information

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County REQUEST FOR BIDS RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County Bid Solicitation: #2018-001-063 Bids Due: July 2, 2018 at 5:00 P.M. Housing

More information

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES PROPOSALS MUST BE SUBMITTED BY 4:00 PM DECEMBER 29, 2016 TO: MR. TONY LENTYCH EXECUTIVE DIRECTOR TRAVERSE CITY

More information

Request for Services Evaluate Cell Tower Lease Rates

Request for Services Evaluate Cell Tower Lease Rates Request for Services Evaluate Cell Tower Lease Rates Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 (706) 879-2198 mvaughn@gordoncounty.org Cell

More information

REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study

REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study Due date: May 12, 2017 Time: 4:00 pm Receipt Location: 230 Government Center Drive Wilmington, NC 28403 Procurement Contact Person: Name:

More information

REQUEST FOR QUALIFICATIONS GUARANTEED ENERGY SAVINGS CONTRACT

REQUEST FOR QUALIFICATIONS GUARANTEED ENERGY SAVINGS CONTRACT REQUEST FOR QUALIFICATIONS GUARANTEED ENERGY SAVINGS CONTRACT Oxford Development Company, As Agent for the Southwestern Pennsylvania Corporation, a 501 (c) 3 Corporation Regional Enterprise Tower 425 Sixth

More information

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040 INVITATION TO BID DATE ISSUED: September 27, 2017 FOR: Professional janitorial services for a contract period of January 1, 2018 to December 31, 2018. This annual contract may be renewed for two (2) one

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

Centennial School District

Centennial School District Centennial School District Phone: 215-441-6000 x11011 Business Office Fax: 215-441-5105 433 Centennial Road www.centennialsd.org Warminster, PA 18974-5455 Request for Proposals Conditions and Specifications

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

Convert Six East/West Tennis Courts to a North/South Orientation

Convert Six East/West Tennis Courts to a North/South Orientation Convert Six East/West Tennis Courts to a North/South Orientation Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 (706) 879-2198 mvaughn@gordoncounty.org

More information

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC This is a Federally Funded project. The Surveyor and Subcontractors on this project must comply with HUD contract provisions 24CFR

More information

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid TOWN OF CENTREVILLE Queen Anne s County, Maryland Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report Invitation for Bid Documents Available: Mandatory Pre-bid Meeting: Proposal

More information

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT The City of Des Peres is soliciting bids from qualified vendors to remove, furnish and install new flooring in activity rooms A and

More information

Tax Credit Consultant

Tax Credit Consultant Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ 07734 Telephone: # 732-787-6151 / Fax: # 732-787-5204 JUDY FERRARO Chairperson MARY FOLEY Vice-Chairperson YOLANDA ANN COMMARATO

More information

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

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

More information

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

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

More information

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

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

More information

ATTENTION BIDDERS COUNTY OF LYCOMING BIDDING DOCUMENTS FOR HDPE PIPE AND LANDFILL GAS WELL ACCESSORIES

ATTENTION BIDDERS COUNTY OF LYCOMING BIDDING DOCUMENTS FOR HDPE PIPE AND LANDFILL GAS WELL ACCESSORIES Resource Management Services Resource Management Services ATTENTION BIDDERS COUNTY OF LYCOMING BIDDING DOCUMENTS FOR HDPE PIPE AND LANDFILL GAS WELL ACCESSORIES When bidders are either downloading a bid

More information

The City of Moore Moore, Oklahoma

The City of Moore Moore, Oklahoma The City of Moore Moore, Oklahoma BID #1516-007 Construction Services Asbestos Removal for Royal Park Development Tract City of Moore Office of City Clerk, Purchasing Division 301 N. Broadway Avenue, Suite

More information

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street Indianapolis, IN 46221 ITQ Issue Date: November 29, 2017 Project Site: Contact:

More information

REQUEST FOR PROPOSALS LOW INCOME HOUSING TAX CREDIT (LIHTC) PROPERTY MANAGEMENT CONSULTING SERVICES RFP #19-011

REQUEST FOR PROPOSALS LOW INCOME HOUSING TAX CREDIT (LIHTC) PROPERTY MANAGEMENT CONSULTING SERVICES RFP #19-011 REQUEST FOR PROPOSALS LOW INCOME HOUSING TAX CREDIT (LIHTC) PROPERTY MANAGEMENT CONSULTING SERVICES HOUSING AUTHORITY OF THE CITY OF TULSA 201 WEST 5 TH STREET SUITE 400 TULSA, OKLAHOMA 74103 January 15

More information

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.

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

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

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 a REPLACEMENT STEPS FOR WILLIAM CHRISMAN RFP# 2019-PUR-038 PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 Please mark your sealed envelope RFP #2019-PUR-038 Proposal and deliver

More information

INVITATION TO BID FOR THE DISPOSAL OF REFUSE

INVITATION TO BID FOR THE DISPOSAL OF REFUSE INVITATION TO BID FOR THE DISPOSAL OF REFUSE Sealed bids will be received until 4:30 p.m., October 2, 2017, for the disposal of approximately 6,900 tons of refuse from the Washington Township Transfer

More information

LEGAL SERVICES EMPLOYMENT/LABOR LAW

LEGAL SERVICES EMPLOYMENT/LABOR LAW REQUEST FOR PROPOSALS LEGAL SERVICES EMPLOYMENT/LABOR LAW CHA JOB# 171225 PROPOSAL DUE DATE December 4, 2017 HOUSING AUTHORITY OF THE CITY OF CHARLESTON 550 MEETING STREET CHARLESTON, SC 29403 PURCHASING

More information

BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS

BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS INVITATION TO BID from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233 BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS Sealed

More information

West Ridge Park Ballfield Light Pole Structural Assessment

West Ridge Park Ballfield Light Pole Structural Assessment Request for Proposal Professional Services October 3, 2017 West Ridge Park Ballfield Light Pole Structural Assessment West Ridge Park 636 Ridge Rd. Highland Park, IL 60035 Submission Deadline: Tuesday,

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

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

More information

Sand Purchase for Golf Course Bunker Renovation. Hoffman Estates Park District

Sand Purchase for Golf Course Bunker Renovation. Hoffman Estates Park District Hoffman Estates Park District BID DATE: 12/5/16 BID TIME: 10am CST PREPARED BY: Brian Bechtold Director of Golf Operations 847-781-3679 HOFFMAN ESTATES PARK DISTRICT 1685 W. Higgins Road Hoffman Estates

More information

REQUEST FOR QUOTE Housing Choice Voucher Technical Assistance

REQUEST FOR QUOTE Housing Choice Voucher Technical Assistance REQUEST FOR QUOTE Housing Choice Voucher Technical Assistance The Housing Authority of the City of Daytona Beach ( HACDB is hereby issuing this Request for Price Quotation in accordance with its small

More information

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407 TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY FEE PROPOSAL FORM Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407 To the Trustees of

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

SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT

SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT (This Agreement shall be utilized for any service, rehabilitation, or construction project when funding sources contain no additional restrictions

More information

REQUEST FOR PROPOSALS PHYSICAL NEEDS ASSESSMENT. December 11, 2017

REQUEST FOR PROPOSALS PHYSICAL NEEDS ASSESSMENT. December 11, 2017 REQUEST FOR PROPOSALS PHYSICAL NEEDS ASSESSMENT December 11, 2017 Housing Authority of the City of Danville Jaclyn Vinson Executive Director An Equal Opportunity Employer & Housing Provider The responsibility

More information

ATTENTION BIDDERS COUNTY OF LYCOMING BIDDING DOCUMENTS FOR BOTTLED WATER SERVICES

ATTENTION BIDDERS COUNTY OF LYCOMING BIDDING DOCUMENTS FOR BOTTLED WATER SERVICES Resource Management Services ATTENTION BIDDERS COUNTY OF LYCOMING BIDDING DOCUMENTS FOR BOTTLED WATER SERVICES When bidders are either downloading a bid request from Lycoming County Resource Management

More information

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE REQUEST FOR PROPOSALS Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE Issued by the: Economic Development Corporation of the City of Detroit

More information

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et seq. PROPOSALS MUST BE SUBMITTED BY 11:00

More information

University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY

University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY Invitation No: IB-025-17 Date December 6, 2016 Title: Belknap Academic Classroom Building, Bid Pack III Addendum No. Five (5) Post Bid

More information

REQUEST FOR PROPOSALS. HUD-FHA MAP Lender RFP #18-085

REQUEST FOR PROPOSALS. HUD-FHA MAP Lender RFP #18-085 REQUEST FOR PROPOSALS HUD-FHA MAP Lender RFP #18-085 HOUSING AUTHORITY OF THE CITY OF TULSA TULSA, OKLAHOMA October 17, 2018 1 TABLE OF CONTENTS Page 1.0 Required HUD-FHA MAP Lender Assignment... 4 2.0

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY DIVISION OF ENGINEERING & CONSTRUCTION

More information

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

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864) City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal for Removal of Asbestos Materials October 30,

More information

ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION

ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION Page 1 OF 6 ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION DEPARTMENT OF TRANSPORTATION POLICY It is the policy of the Department of Transportation that socially and economically disadvantaged

More information

GORDON COUNTY BOARD OF COMMISSIONERS COPIER BID. Company Name: Authorized Proposer: Date

GORDON COUNTY BOARD OF COMMISSIONERS COPIER BID. Company Name: Authorized Proposer: Date Company Name: Authorized Proposer: Date Where is the location of your service organization assigned to handle this account. Is the service location servicing this account owned and a part of your Company?

More information

Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ Telephone: # / Fax: #

Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ Telephone: # / Fax: # Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ 07734 Telephone: # 732-787-6151 / Fax: # 732-787-5204 JUDY FERRARO Chairperson DIANE NELSON Vice-Chairperson YOLANDA ANN COMMARATO

More information

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

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

More information

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

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

More information

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor BAY CITY HOUSING COMMISSION 315 14 th Street ~ Bay City, Michigan 48708 (989) 892-9581 fax (989) 892-5818 tdd (800) 545-1833 ext 561 Bid for Replacing Suspended Ceiling Panels at Maloney Manor The Bay

More information

Housing Authority of the Borough of Keansburg

Housing Authority of the Borough of Keansburg Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ 07734 Telephone: # 732-787-6151 / Fax: # 732-787-5204 JUDY FERRARO Chairperson MARY FOLEY Vice-Chairperson YOLANDA ANN COMMARATO

More information

CONSTRUCTION AGREEMENT

CONSTRUCTION AGREEMENT CONSTRUCTION AGREEMENT THIS AGREEMENT, made and entered into this First (1 st ) day of January, 2017 until December 31, 2017 by and between HABITAT FOR HUMANITY OF PINELLAS COUNTY, INC., hereinafter called

More information

NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS

NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS The Northampton Area School District will receive sealed bids until 11:00 a.m., prevailing time, on March 9, 2018 for the following: General Supplies Cleaning

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

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

More information

Request for Qualifications

Request for Qualifications Request for Qualifications Lead Hazard Control Contractors Isles Inc. will receive Request for Qualifications (RFQ) for Lead Hazard Control Contractor work at our corporate office located at: Isles, Inc.,

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING

FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING INVITATION TO BID FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING BID #2018-13 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904)

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

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25 City of Henderson PO Box 716 Henderson, Kentucky 42419 September 14, 2014 REQUEST FOR PROPOSALS # 14-25 Social Media Services for the City of Henderson s Community Visionary Plan and Comprehensive Plan

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 Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019 Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at

More information

COLORADO DEPARTMENT OF LOCAL AFFAIRS (DOLA) SECTION 3 PLAN (1/5/16) IS ATTACHED HERETO AND INCORPORATED HEREIN BY REFERENCE

COLORADO DEPARTMENT OF LOCAL AFFAIRS (DOLA) SECTION 3 PLAN (1/5/16) IS ATTACHED HERETO AND INCORPORATED HEREIN BY REFERENCE Section 3 Clause 1. The work to be performed under this contract is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (Section 3). The

More information

REQUEST FOR QUOTE AFFORDABLE HOUSING LOW RENT UTILTIY ALLOWANCE STUDY

REQUEST FOR QUOTE AFFORDABLE HOUSING LOW RENT UTILTIY ALLOWANCE STUDY REQUEST FOR QUOTE AFFORDABLE HOUSING LOW RENT UTILTIY ALLOWANCE STUDY The Housing Authority of the City of Daytona Beach ( HACDB is hereby issuing this Request for Price Quotation in accordance with its

More information

REQUEST FOR PROPOSALS FOR PROFESSIONAL PLANNING & ENGINEERING SERVICES

REQUEST FOR PROPOSALS FOR PROFESSIONAL PLANNING & ENGINEERING SERVICES REQUEST FOR PROPOSALS FOR PROFESSIONAL PLANNING & ENGINEERING SERVICES TOWN OF BLOOMSBURG BLOOMSBURG FLOOD RISK MANAGEMENT EXPANSION PROJECT COLUMBIA COUNTY, PENNSYLVANIA PROPOSALS SOLICITED BY: Date of

More information

HOUSING DEVELOPMENT DIVISION Request for Quotation (RFQ) for Rehabilitation Construction Contract

HOUSING DEVELOPMENT DIVISION Request for Quotation (RFQ) for Rehabilitation Construction Contract HOUSING DEVELOPMENT DIVISION Request for Quotation (RFQ) for Rehabilitation Construction Contract To Prospective Respondents: You are invited to submit a quote for the rehabilitation of the property listed

More information

OXNARD UNION HIGH SCHOOL DISTRICT. Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services

OXNARD UNION HIGH SCHOOL DISTRICT. Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services OXNARD UNION HIGH SCHOOL DISTRICT Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services The Oxnard Union High School District ( District ) is seeking Statements of Qualifications

More information

CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS ("RFP")

CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS (RFP) CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS ("RFP") May 12, 2017 CHARLOTTE PUBLIC SCHOOLS A. Instructions REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES PART

More information

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

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

More information

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

More information

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION SPECIFICATIONS FOR DEMOLITION OF BOURNEFIELD UNITS 208, 211, 217, 232, & 233 ST.THOMAS, UNITED STATES VIRGIN ISLANDS JUNE 2016 VIRGIN ISLANDS PORT AUTHORITY

More information

REQUEST FOR PROPOSALS LOW INCOME HOUSING TAX CREDIT (LIHTC) PROPERTY MANAGEMENT CONSULTING AND/OR CO-PROPERTY MANAGEMENT

REQUEST FOR PROPOSALS LOW INCOME HOUSING TAX CREDIT (LIHTC) PROPERTY MANAGEMENT CONSULTING AND/OR CO-PROPERTY MANAGEMENT REQUEST FOR PROPOSALS LOW INCOME HOUSING TAX CREDIT (LIHTC) PROPERTY MANAGEMENT CONSULTING AND/OR CO-PROPERTY MANAGEMENT RFP #19-003 PROPOSAL ARE DUE ON OR BEFORE FEBRUARY 8, 2019 @ 4:00 PM (CST) HOUSING

More information

PURCHASING SPECIFICATION

PURCHASING SPECIFICATION PURCHASING SPECIFICATION Subject: REQUEST FOR HOTEL RATES TEMPORARY RELOCATION SERVICES Lead Education Awareness and Control [LEAC] Program / Request for Rates Page No: 1 of 9 Effective Date: June 4, 2012

More information

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Paving Materials - Signs

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Paving Materials - Signs The Gordon County Board of Commissioners is accepting sealed written bids from qualified vendors to provide Paving and Related Materials and Services. Bid specifications and bid forms are attached. Your

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

CHAPTER 57 ARTICLES II & III

CHAPTER 57 ARTICLES II & III CHAPTER 57 ARTICLES II & III ARTICLE II. MINORITY BUSINESS ENTERPRISE Sec. 57.15. Definitions. (1) For the purposes of this Chapter, Minority Business Enterprise is defined as a business firm which is

More information

Office Janitorial Services at One Administration Building

Office Janitorial Services at One Administration Building REQUEST FOR QUOTES - SERVICES CONTRACT Office Janitorial Services at One Administration Building Contract Number: 18-S-0024 NO PRE-BID MEETING FOR THIS REQUEST Contract Administrator: RON HANIUK PH: 541-682-2583

More information

BID # EFI H1625 LED Wide Format Printer Fullerton College

BID # EFI H1625 LED Wide Format Printer Fullerton College BID # 1718-23 EFI H1625 LED Wide Format Printer Fullerton College REQUEST FOR INFORMATION DUE DATE: March 21, 2018 @ 5:00 P.M. BID DUE DATE: March 28, 2018 @ 2:00 P.M. TABLE OF CONTENTS NOTICE OF BID...1

More information

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

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

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

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

More information

BOROUGH OF HAWTHORNE Office of the Borough Administrator 445 Lafayette Avenue, Hawthorne, New Jersey (TEL) (FAX)

BOROUGH OF HAWTHORNE Office of the Borough Administrator 445 Lafayette Avenue, Hawthorne, New Jersey (TEL) (FAX) BOROUGH OF HAWTHORNE Office of the Borough Administrator 445 Lafayette Avenue, Hawthorne, New Jersey 07506-2551 (TEL) 973-427-1168 (FAX) 973-427-2320 REQUEST FOR PROPOSALS Arborist/Certified Tree Expert

More information

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID DO NOT INCLUDE REYCLING FEE IN YOUR BID LINCOLN UNIFIED SCHOOL DISTRICT -- -- -- -- -- -- -- -- CHROMEBOOK BID INSTRUCTIONS TO BIDDERS SPECIFICATIONS BID OPENING JULY 6, 2015, 12:00PM EDUCATION CENTER

More information

GETTYSBURG AREA SCHOOL DISTRICT 900 Biglerville Road Gettysburg, PA for the school year

GETTYSBURG AREA SCHOOL DISTRICT 900 Biglerville Road Gettysburg, PA for the school year GETTYSBURG AREA SCHOOL DISTRICT 900 Biglerville Road Gettysburg, PA 17325 for the 2017-2018 school year The Board of School Directors of the Gettysburg Area School District (GASD or District) invites bids

More information

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et seq. PROPOSALS MUST BE SUBMITTED BY 11:00

More information

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA)

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA) Manalapan Township Request for Proposals for Renewable Energy Power Purchase Agreement (PPA) Section 1: General Terms 1.1 Purpose and Response Date Manalapan Township hereby issues this Request for Proposals

More information

COMMERCIAL FACADE IMPROVEMENT PROGRAM GUIDELINES AND APPLICATION

COMMERCIAL FACADE IMPROVEMENT PROGRAM GUIDELINES AND APPLICATION CITY OF SOUTH GATE COMMUNITY DEVELOPMENT DEPARTMENT 8650 CALIFORNIA AVENUE SOUTH GATE, CALIFORNIA 90280 (323) 563-9535 COMMERCIAL FACADE IMPROVEMENT PROGRAM GUIDELINES AND APPLICATION City of South Gate

More information