STATEMENTS OF QUALIFICATIONS (SOQ) SUBMISSION REQUIREMENTS

Size: px
Start display at page:

Download "STATEMENTS OF QUALIFICATIONS (SOQ) SUBMISSION REQUIREMENTS"

Transcription

1 GREATER ORLANDO AVIATION AUTHORITY NOTICE OF DESIGN, BUILD, OPERATE & MAINTAIN (DBOM) SERVICES FOR BP-S00132 BAGGAGE HANDLING SYSTEM FOR THE SOUTH TERMINAL C, PHASE 1 ORLANDO INTERNATIONAL AIRPORT STATEMENTS OF QUALIFICATIONS (SOQ) SUBMISSION REQUIREMENTS The Project includes the design, construction, operation, and maintenance of a new independent carrier system (ICS) inbound and outbound baggage handling system (BHS) for the new South Terminal C, Phase 1 Program at the Orlando International Airport. For the purposes of this procurement, an ICS is defined as a Radio Frequency Identification (RFID)-enabled tote system which moves one bag per tote through the Explosive Detection System (EDS) and along a permanently installed track. For this project the system shall consist of the following components: The outbound ICS shall include a ticketing induction system that will receive conveyable checked bags from ticket counters, valet counters and other possible induction points, transport the baggage to and through, in the tote, an in-line checked baggage inspection system (CBIS) and then transport screened bags to early bag storage, sortation and makeup. The outbound ICS shall include a fully functional CBIS, complete with checked baggage reconciliation area (CBRA) and On-Screen Resolution (OSR) facilities. The inbound ICS shall include inbound input stations and track conveyors to transport all inbound conveyable bags from the ramp areas to the central core area of the airside and then to a Landside Terminal sort system which will automatically sort the bags and deliver them to the appropriate claim destinations. For a more detailed description of the Project and services required, including information regarding the Pre-Submittal Conference, refer to the Advertisement, which is available on-line at the Authority's website: Written inquiries shall be directed to Mark Birkebak, AIA, Director of Engineering, Greater Orlando Aviation Authority at: BPS132-BHS@goaa.org. Questions received after 5:00 p.m. local time on Monday, October 16, 2017, will not be answered. To be considered for this project, submit seven (7) printed copies and one (1) electronic PDF version* on compact disk (or single-layer DVD) in sealed packages clearly labeled SOQ FOR DBOM SERVICES FOR BP-S00132 BAGGAGE HANDLING SYSTEM up to 2:00 p.m. local time on Tuesday, October 24, 2017, to the Receptionist Office, Greater Orlando Aviation Authority, 5850-B Cargo Road, Orlando, FL Any SOQ received after the time and date stated above will not be considered and will be returned unopened. *PDF submission requirements: All documents shall be PDF/A compliant. PDF/A compliant documents have embedded fonts and do not reference external files. Layers shall not be preserved from CADD drawings. Scanned documents shall be created as PDF/A compliant, made text searchable and have a minimum resolution of 300 dpi. Submittals in PDF format shall have navigational bookmarks inserted in lieu of any tabs required in the hard copy. The entire submittal shall not exceed a single layer DVD disc. In cases where there are discrepancies between the PDF and hard copy, the hard copy shall take precedence. SOQs in print form shall include the following: one (1) volume, addressing each numbered subsection in the order requested, indexed, and clearly identified. The information submitted for Items 1-2 Design/Build Submission Requirements EDC-19d Page 1 of 8

2 (excluding tabs) shall not exceed 20 one-sided 8 1/2 x11 pages in Arial font with no smaller than 12 pitch font. SOQs that are not in compliance with the requirements may be downgraded accordingly. 1. Proposing Entity Structure - The Proposer s Statement of the following: a) The name and address of the legal entity that will contract with the Authority if awarded the Agreement. Indicate all former names, if any, under which the Proposer has conducted business and the years of operation under each name. b) Name, address, address and telephone number of one (1) individual to whom all future correspondence and/or communications will be directed. c) A statement declaring the type of business relationship the Proposer will use (i.e., a single corporation, joint venture or other form of business relationship to perform the services for the Projects). NOTE TO JOINT VENTURES: If the Proposer is a joint venture or partnership, the Qualifying Experience in Section 3 may be satisfied by the Joint Venture, partnership entity, or any member entity thereof. Provide a copy of the Joint Venture or Partnership Agreement and state whether the partnership is currently in existence, is being formed specifically for this project, or whether it will be formed upon award. Joint Ventures and partnerships take special note of the following requirements: 1) the Joint Venture or partnership must hold, in the name of the Joint Venture or partnership, the professional license as set forth in Section 8 below, and 2) the Joint Venture or partnership must be the proposed policyholder of the insurance required in Section 6 below and upon award, the performance and payment bonds provided upon contract execution must be in the name of the Joint Venture or partnership. 2. Executive Brief - An executive brief which includes: a) A cover letter signed by a person with authority to make legal commitments on behalf of the Proposer. Submission of the letter will constitute a representation by the Proposer that the Proposer is a multi-disciplined organization that employs trained personnel whose normal business is the design, fabrication, installation, startup, commissioning and activation, training, operation and maintenance of fully integrated inline baggage handling systems. b) A narrative for each of the following items, including for each item, a statement explaining why the Proposer should be selected for the Project. 1) Identification of the Proposer s approach for overall Project Management, Overall Design, BHS Manufacturing, BHS Controls, and Operation and Maintenance (O&M) of the completed system. Include a discussion of the Proposer s most relevant projects with particular reference to scope, phasing, and lessons learned. 2) Proposer s prior experience working on major airport terminal or other similar ICS projects with multiple prime contractors and complex coordination and phasing. Including a narrative on most relevant lessons learned. Design/Build Submission Requirements EDC-19d Page 2 of 8

3 3) Proposer s prior experience providing O&M services for completed ICS systems including a narrative description of the Proposer s responsibilities, resources provided and performance at each location. 4) Proposer's prior experience with the United States Department of Homeland Security, Transportation Security Administration (TSA) and their representatives, including prior experience achieving TSA certification of in-line baggage screening systems per the TSA s Planning Guideline and Design Standards (PGDS). Identify the type of BHS (conventional or ICS), the type of EDS machines and the applicable version of PGDS that were used for each system. Also include a narrative discussion on Proposer s expertise regarding the design, integration, operation and TSA certification of a (conventional or ICS), in-line system using CTX EDS machines. 5) Proposer's understanding of and prior experience in compliance with United States Customs and Border Protection (CBP) regulations on ICS and conventional BHS handling inbound and transfer, international and domestic baggage. 3. Qualifying Experience The term Proposer shall be defined, for the purposes of qualifying projects only, as the Proposing Entity that intends to sign the contract, if awarded, and any affiliated and related entity. If the Proposing Entity submits any qualifying project performed by an affiliated or related entity, the Proposing Entity shall describe in detail the nature of the relationship between the entities and include an organization chart. The level of relationship or affiliation expected by the Authority shall be one of common or overlapping ownership or management. A mere contractual relationship, such as a prime-subcontractor role, shall not suffice. Sole discretion shall rest in the Authority in determining whether a qualifying project submitted by a related or affiliated entity meets the mandatory requirements established by the Authority. Include a USGSA Form 330 for each of the Proposer s key personnel and projects listed below. Provide resumes for each key personnel showing their prior work history, including work at other firms on similar projects. a) Mandatory Minimum Qualification: The Proposer must demonstrate completed or ongoing experience in the design, construction, maintenance, and operations of a fully integrated ICS. The required experience can be comprised of work on more than one project or separate projects. List each of the projects that demonstrate this mandatory experience, include the location, the dates of installation and service, the Owner s name and contact information for an Owner s representative familiar with the ICS and a description of the services provided by Proposer. b) Qualifying Projects. It is preferred that the Proposer and its key personnel have prior experience as the prime entity on a minimum of three (3) similar airport baggage handling system projects within the last ten (10) years, preferably with ICS, and with at least one of these projects having a construction value of not less than sixty million dollars ($60,000,000). Clearly identify in the USGSA Form 330 each qualifying project. 1) For each qualifying project, provide the name, title, address, address, phone/fax numbers and delivery method for a reference contact person of the Design/Build Submission Requirements EDC-19d Page 3 of 8

4 Proposer s client, preferably the owner of the facility, who is familiar with the Proposer s role on that project. Reference checks will be conducted on those projects and may be conducted on other projects. c) Include a narrative for each of the following Proposer s key personnel summarizing their proposed role for this Project as well as their qualifications, and experience performing in similar roles on prior projects: 1) Overall Project Manager 2) BHS Design Manager 3) BHS Construction Manager 4) BHS Controls Manager 5) Operation and Maintenance Manager 6) Key Licensed Individuals d) Include a narrative describing prior examples and experience where the proposed key personnel have worked together on other comparable projects. e) Provide information on other similar projects which best represent the Proposer s skill and experience in working on ICS projects of similar size, type and complexity. 4. DBE/MWBE/LDB/SDVOBE Requirements- Proposers are advised that funding sources may require compliance with the Authority s Disadvantaged Business Program (DBE) Program, per 49 CFR Part 26, or the Authority's Minority and Women Business Enterprise (MWBE) Program, Local Developing Business (LDB) Program and/or Service-Disabled Veteran-Owned Business Enterprise (SDVOBE) Program. The Policies, Forms and certified Directories are available online at the Authority s web site: Include a statement that the Proposer has read, understands, and intends to comply with the Authority s DBE or MWBE, LDB, and/or SDVOBE programs. Provide a written narrative which demonstrates Proposer s understanding of the DBE and MWBE, LDB, and/or SDVOBE participation programs and describes how the Proposer intends to comply with the requirements of these programs. For the Design and Construction Phase, the Aviation Authority has established a MWBE Participation Goal of 10% of Total Bid Price and an LDB/SDVOBE Participation Goal of 1% of Total Bid Price. For the Operations and Maintenance Phase, the Aviation Authority has established an MWBE Participation Goal of 10% of Total Bid Price and an LDB/SDVOBE Participation Goal of 2% of Total Bid Price. 5. Insurance Requirements Include evidence of the Proposer s ability to provide the following insurance coverage, either by means of an existing policy or other verifiable proof (Agent/Broker commitment letter): Design-Build Phase: a) Professional Liability Minimum of $10,000,000 per claim and $15,000,000 per annual aggregate with maximum deductible or self-insured retention in an amount not exceeding Design/Build Submission Requirements EDC-19d Page 4 of 8

5 $100,000. Any deductible or self-insurance retention should be indicated on the Proposer s certificate of insurance. b) Commercial General Liability (CGL) Minimum of $25,000,000 per occurrence and annual aggregate, with maximum deductible or self-insured retention in an amount not exceeding $100,000. The Policy shall include Completed Operations Coverage for ten (10) years following completion per the period of Florida statutory liability (Florida Statutes 95.11), with no ISO Form 2294 Rider or other subcontractor error exclusion. Any deductible or selfinsurance retention should be indicated on the Proposer s certificate of insurance. c) Automobile Liability Minimum of $5,000,000 per occurrence with maximum deductible or self-insured retention in an amount not exceeding $100,000. Any deductible or self-insurance retention should be indicated on the Proposer s certificate of insurance. d) Worker s Compensation - (statutory limit) and Employer s Liability: $500,000 - each accident $500,000 disease - policy limit $500,000 disease - each employee Operations and Maintenance Phase: a) Commercial General Liability (CGL) Minimum of $10,000,000 per occurrence and annual aggregate, with maximum deductible or self-insured retention in an amount not exceeding $100,000. The Policy shall include Completed Operations Coverage following completion per the period of Florida statutory liability (Florida Statutes 95.11), with no ISO Form 2294 Rider or other subcontractor error exclusion. Any deductible or self-insurance retention should be indicated on the Proposer s certificate of insurance. b) Automobile Liability Minimum of $5,000,000 per occurrence with maximum deductible or self-insured retention in an amount not exceeding $100,000. Any deductible or self-insurance retention should be indicated on the Proposer s certificate of insurance. c) Worker s Compensation - (statutory limit) and Employer s Liability: $500,000 - each accident $500,000 disease - policy limit $500,000 disease - each employee The Prime Proposer shall be the Named Insured for all contractually-required insurance. Policy terms must be acceptable to the Authority and must comply with the Authority s requirements for insurance. 6. Bonding Capacity - Provide an acknowledgement by the Proposer s Surety of the Proposer s ability to provide 100% Performance and Payment Bonds for a minimum of one hundred and fifteen million dollars ($115,000,000) for a single project together with evidence for maximum single project bonding capacity and Proposer s aggregate bonding capacity. The Surety must be rated no less than A- as to management and no less than VIII as to strength, by the latest edition of Best s Insurance Guide, published by A.M. Best Company, Post Office Box 1107, Summit, New Jersey Information shall be provided by the Surety on behalf of the Proposer. Design/Build Submission Requirements EDC-19d Page 5 of 8

6 7. Licensure a) Design/Building Licensure Proposer shall be a design/build firm, which is defined by Florida Statutes s as a partnership, corporation or other legal entity that: 1) is certified under Florida Statute to engage in contracting through a certified or registered general contractor or a certified or registered building contractor as the qualifying agent; or 2) is certified under Florida Statute to practice or to offer to practice engineering; or certified under Florida Statute to practice or to offer to practice architecture; or certified under Florida Statute to practice or to offer to practice landscape architecture. Proposer must include a copy of the license that qualifies Proposer as a design/build firm in the state of Florida. b) Team Member Licensure Proposer shall provide evidence of current and applicable Florida certifications and licenses for core team members, including evidence of licensure for proposed contractors, mechanical, structural, electrical, engineering, etc. 8. Claims Disclosure Disclose all lawsuits, arbitrations and claims filed or raised by or against the Proposer over the last (5) years. 9. Financial Statements Proposer s most recent audited annual financial statements for the last two years in order to evaluate the Proposer s ability to perform these services. If audited annual financial statements are not available, provide balance sheets, income statements, and cash flow statements for the last two years. This financial documentation shall be submitted in a sealed envelope, and included in one copy of the printed SOQ (do not include in the PDF). The sealed envelope should be clearly labeled as follows: "Confidential Financial Records Submitted under Seal and Exempt from Florida Public Records Disclosure". Include the SOQ title and Proposer's name on the sealed envelope. (Reference Florida Statutes Section (1)(c)) for exemption on financial records.) 10. Additional Information - Any additional information, which may be requested by the Authority at the Pre-Submittal Conference or in any Addendum. EVALUATION AND AWARD CRITERIA Following submission, the Authority s Professional Services Committee (PSC) intends to shortlist no less than three (3) Proposers that are deemed the most qualified, based on the PSC s evaluation of the information submitted in each Statement of Qualifications and the selection criteria set forth in the Authority s Policy Section The PSC, at its sole discretion, reserves the right to interview some or all of the Proposers. The PSC also reserves the right to solicit from available sources relevant information concerning a Proposer s past performance. The PSC may consider all such information in its selection of short listed Proposers. Proposers that fail to meet the Mandatory Minimum Qualification will not be shortlisted. The shortlisted Proposers will then be provided with a design criteria package (DCP) that includes the DBOM scope, pricing and proposal evaluation criteria. The Proposers will be required to submit a completed Technical and Pricing Proposal based on the DCP. The DCP shall contain all necessary information regarding the evaluation process and award criteria. Design/Build Submission Requirements EDC-19d Page 6 of 8

7 The Authority intends, but is not obligated, to enter into non-exclusive agreements with the selected Proposer to perform the design and construction, and the operations and maintenance services for the Project. The Authority shall have the right, but not the obligation, to award all or any portion of the work on the Project to one or more Proposers. The Authority reserves its right to award any or all of the advertised Project subject to the availability of funding. The Authority reserves the right to waive any informality in any SOQ, to reject any and all SOQs, to readvertise or to elect not to proceed with the Project for any reason. All recommendations and decisions regarding award of the Project shall be made at open public meetings in accordance with the requirements of Florida Statute , and all interested parties are invited to attend such meetings. In accordance with Florida Statute (10), the Authority declares that all or any portion of the documents and work papers prepared and submitted pursuant to this invitation shall be subject to re-use by the Authority. LOBBYING IS PROHIBITED Proposers are hereby advised that individuals, who conduct lobbying activities with Aviation Authority employees or Board members, must register with the Aviation Authority each year prior to conducting any lobbying activities. A statement of expenditures incurred in connection with those lobbying instances should also be filed prior to April 1st of each year for the preceding year. As of January 16, 2013, lobbying any Aviation Authority Staff, who are members of any committee responsible for ranking Proposals, Letters of Interest, Statements of Qualifications or Bids and thereafter forwarding those recommendations to the Board and/or Board Members, is prohibited from the time that a Request for Proposals, Request for Letters of Interests, Request for Qualifications or Request for Bids is released to the time that the Aviation Authority Board makes an award. As adopted by the Aviation Authority Board on September 19, 2012, lobbyists are now required to sign-in at the Aviation Authority offices prior to any meetings with Staff or Board members. In the event a lobbyist meets with or otherwise communicates with Staff or an Aviation Authority Board member at a location other than the Aviation Authority offices, the lobbyist shall file a Notice of Lobbying (Form 4) detailing each instance of lobbying to the Director of Board Services within seven (7) calendar days of such lobbying. The policy, forms, and instructions are available in the Aviation Authority s offices and the web site. Please contact the Director of Board Services with questions at (407) ADDITIONAL INFORMATION Proposer s personnel will be required to meet the Authority s requirements for security background checks. All personnel requiring unescorted access to a secure or sterile area of the airport must undergo a Criminal History Records Check (CHRC) and are subject to the requirements of Title 49 of the Code for Federal Regulations Part 1542 or 1544 and the Airport Security Improvement Act of Pursuant to Section (2)(a), Florida Statutes, interested Proposers who have been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal on a contract to provide services for a public entity, may not be awarded a consultant contract and may not transact business with a public entity for services in excess of the threshold amount set forth in Section , Florida Statutes, for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. By submitting a SOQ, the Proposer certifies that it is not included on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Design/Build Submission Requirements EDC-19d Page 7 of 8

8 Authority Contracts require Contractors/Consultants to comply with the requirements of E-Verify. Contractor/consultants will be required to utilize the U.S. Department of Homeland Security s Employment Eligibility Verification System (e-verify), in accordance with the terms governing the use of the system, to confirm the employment eligibility of persons employed by the Contractor/Consultant, during the term of the Contract, to perform employment duties within Florida. Prime Contractors/Consultants are required to include an express provision in their Subconsultant/Subcontractor Agreements requiring the Subconsultants/Subcontractor to do the same. GREATER ORLANDO AVIATION AUTHORITY By: Frank Kruppenbacher Aviation Authority Chairman Design/Build Submission Requirements EDC-19d Page 8 of 8

SUBMISSION REQUIREMENTS

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

More information

SUBMISSION REQUIREMENTS

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

More information

SUBMISSION REQUIREMENTS

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

More information

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

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

More information

SUBMISSION REQUIREMENTS

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

More information

SUBMISSION REQUIREMENTS

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

More information

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

STATEMENT OF QUALIFICATION (SOQ) SUBMISSION REQUIREMENTS ARCHITECT OF RECORD (AOR) AND MAJOR SUBCONSULTANTS GREATER ORLANDO AVIATION AUTHORITY NOTICE OF PROFESSIONAL SERVICES FOR THE SOUTH TERMINAL C, PHASE 2 W-S00201 ARCHITECT OF RECORD AND MAJOR SUBCONSULTANTS ORLANDO INTERNATIONAL AIRPORT STATEMENT OF QUALIFICATION

More information

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

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

More information

HILLSBOROUGH COUNTY AVIATION AUTHORITY

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

More information

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

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

More information

Qualified Automobile Rental Concession Bidders

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

More information

THE SANFORD AIRPORT AUTHORITY ORLANDO SANFORD INTERNATIONAL AIRPORT (SFB)

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

More information

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

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

More information

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

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

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

More information

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

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

More information

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

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

More information

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN13-004 DESIGN CRITERIA PROFESSIONAL SERVICES REQUEST FOR QUALIFICATIONS (RFQ) NO. EN13-004 FOR A DESIGN CRITERIA PROFESSIONAL

More information

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

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

More information

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

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

More information

Submittal Guidelines RFQ# Master Site Plan

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

More information

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

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

More information

REQUEST FOR QUALIFICATIONS FOR ON-CALL PROFESSIONAL CONSULTING SERVICES FOR THE GREENVILLE-SPARTANBURG AIRPORT DISTRICT

REQUEST FOR QUALIFICATIONS FOR ON-CALL PROFESSIONAL CONSULTING SERVICES FOR THE GREENVILLE-SPARTANBURG AIRPORT DISTRICT REQUEST FOR QUALIFICATIONS FOR ON-CALL PROFESSIONAL CONSULTING SERVICES FOR THE GREENVILLE-SPARTANBURG AIRPORT DISTRICT Issue Date: November 15, 2012 Pre-Submittal Conference: Pre-Submittal Question Deadline:

More information

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services Request for Qualifications RFQ 19-001 Continuing Services Contracts for Professional Engineering Services City of Winter Garden 300 West Plant Street Winter Garden, FL 34787 (407) 656-4111 LEGAL ADVERTISEMENT

More information

REQUEST FOR LETTERS OF INTEREST. Brownfields Services On Going. Solicitation Identification Number PD

REQUEST FOR LETTERS OF INTEREST. Brownfields Services On Going. Solicitation Identification Number PD ESCAMBIA COUNTY FLORIDA REQUEST FOR LETTERS OF INTEREST Brownfields Services On Going Solicitation Identification Number PD 06-07.038 Letters of Interest Will Be Received Until: Continuous Basis Office

More information

CITY OF AZLE REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT RISK NEW JOINT CITY HALL & POLICE ADMINISTRATION & JAIL FACILITY

CITY OF AZLE REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT RISK NEW JOINT CITY HALL & POLICE ADMINISTRATION & JAIL FACILITY CITY OF AZLE REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT RISK NEW JOINT CITY HALL & POLICE ADMINISTRATION & JAIL FACILITY The City of Azle will accept Request for Qualifications for Construction

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) Annual Contract for Letterhead, Envelopes and Business Cards BIDDER INSTRUCTIONS Montrose County is seeking sealed bids from qualified vendors to supply and print letterhead, envelopes,

More information

PERSONAL AND PROFESSIONAL EXCELLENCE. Critical System ITN 50 TH ANNUAL CONFERENCE MAY 24-27, 2017 ORLANDO, FLORIDA

PERSONAL AND PROFESSIONAL EXCELLENCE. Critical System ITN 50 TH ANNUAL CONFERENCE MAY 24-27, 2017 ORLANDO, FLORIDA PERSONAL AND PROFESSIONAL EXCELLENCE 50 TH ANNUAL CONFERENCE MAY 24-27, 2017 ORLANDO, FLORIDA Critical System ITN Presented by: Denise K Schneider, CPPO, C.P.M., CPPB, CM HOW TO GET THE BEST SERVICE PROVIDER

More information

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

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

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 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

PORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES

PORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES PORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES The Port of South Whidbey ( Port ), Freeland, Washington is accepting Statements of Qualifications

More information

ESCAMBIA COUNTY FLORIDA REQUEST FOR PROPOSAL

ESCAMBIA COUNTY FLORIDA REQUEST FOR PROPOSAL ESCAMBIA COUNTY FLORIDA REQUEST FOR PROPOSAL Owner Controlled Insurance Program (OCIP)/WRAP-UP Broker/Administration Services for the Escambia County Jail Construction Project SPECIFICATION NUMBER PD 16-17.031

More information

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

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

More information

Request for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services

Request for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services Request for Qualifications RFQ #13-001 Continuing Services Contracts for Professional Engineering Services City of Winter Garden 300 West Plant Street Winter Garden, FL 34787 (407) 656-4111 LEGAL ADVERTISEMENT

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

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

More information

GREENVILLE UTILITIES COMMISSION Greenville, North Carolina REQUEST FOR QUALIFICATIONS. Construction Manager at Risk (CMR) Services

GREENVILLE UTILITIES COMMISSION Greenville, North Carolina REQUEST FOR QUALIFICATIONS. Construction Manager at Risk (CMR) Services GREENVILLE UTILITIES COMMISSION Greenville, North Carolina REQUEST FOR QUALIFICATIONS Construction Manager at Risk (CMR) Services NEW OPERATIONS CENTER A. SCOPE OF SOLICITATION AND TECHNICAL INFORMATION

More information

Submittal Guidelines RFQ# Daytona State Beer & Wine Institute

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

More information

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

REQUEST FOR STATEMENTS OF QUALIFICATIONS Construction Manager at Risk for Las Vegas Wash Main Branch Channel & Trail Improvements

REQUEST FOR STATEMENTS OF QUALIFICATIONS Construction Manager at Risk for Las Vegas Wash Main Branch Channel & Trail Improvements REQUEST FOR STATEMENTS OF QUALIFICATIONS Construction Manager at Risk for Las Vegas Wash Main Branch Channel & Trail Improvements RSOQ NO. 007 040 PWP CL 2011 181 May 2, 2011 CITY OF NORTH LAS VEGAS REQUEST

More information

HUNTERSVILLE GATEWAY APPROX 327 HUNTERSVILLE GATEWAY DR HUNTERSVILLE, NC ABC STORE # 22

HUNTERSVILLE GATEWAY APPROX 327 HUNTERSVILLE GATEWAY DR HUNTERSVILLE, NC ABC STORE # 22 REQUEST FOR QUALIFICATIONS (RFQ) For ARCHITECTURAL/ENGINEERING SERVICES FOR THE MECKLENBURG COUNTY ALCOHOLIC BEVERAGE CONTROL BOARD HUNTERSVILLE GATEWAY APPROX 327 HUNTERSVILLE GATEWAY DR HUNTERSVILLE,

More information

SANFORD AIRPORT AUTHORITY

SANFORD AIRPORT AUTHORITY SANFORD AIRPORT AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL AUDIT SERVICES The Sanford Airport Authority (the SAA ) is soliciting proposals from qualified independent Certified Public Accountants

More information

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER-AT-RISK, TWO-STEP PROCESS

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER-AT-RISK, TWO-STEP PROCESS REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER-AT-RISK, TWO-STEP PROCESS GUADALUPE COUNTY EXISTING ROAD & BRIDGE SHOP RENOVATION 2605 N. Guadalupe St., Seguin, TX 78155 COUNTY WORK PROJECT RFQ NO. 2017-5302

More information

HOUSING AUTHORITY OF THE CITY OF TULSA

HOUSING AUTHORITY OF THE CITY OF TULSA HOUSING AUTHORITY OF THE CITY OF TULSA 415 EAST INDEPENDENCE TULSA, OKLAHOMA 74106 REQUEST FOR PROPOSALS FOR PROFESSIONAL INSURANCE BROKERAGE AND ALL RELATED CONSULTING SERVICES RFP #18-081 Proposal Deadline:

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 ROMULUS CHAPTER 39: PURCHASING

CITY OF ROMULUS CHAPTER 39: PURCHASING CITY OF ROMULUS CHAPTER 39: PURCHASING CITY OF ROMULUS ORDINANCE NO. AN ORDINANCE TO AMEND PORTIONS OF CHAPTER 39 AND TO ADD ADDITIONAL SECTIONS TO CHAPTER 39 OF THE PURCHASING ORDINANCE OF THE CITY OF

More information

SOUTH CAROLINA AERONAUTICS COMMISSION Request for Qualifications (RFQ) Land Surveying Services for Airport Development IDC State Project #U30-D008-MJ

SOUTH CAROLINA AERONAUTICS COMMISSION Request for Qualifications (RFQ) Land Surveying Services for Airport Development IDC State Project #U30-D008-MJ SOUTH CAROLINA AERONAUTICS COMMISSION Request for Qualifications (RFQ) Land Surveying Services for Airport Development IDC State Project #U30-D008-MJ The South Carolina Aeronautics Commission (SCAC) seeks

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

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals ( RFP ) Issued by Affinity Insurance Services, Inc. Plan Administrator - MWCARP This RFP is a solicitation

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Covington Point Lift Station Improvements CCE PROJECT NO. 812-100(C) February 21, 2013 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 I. REQUEST

More information

Williams Unified School District 499 Marguerite Street, Suite C, Williams, CA (530) (530) fax

Williams Unified School District 499 Marguerite Street, Suite C, Williams, CA (530) (530) fax Williams Unified School District 499 Marguerite Street, Suite C, Williams, CA 95987 (530) 473-2550 (530) 473-5894 fax February 21, 2017 REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS ARCHITECTURAL SERVICES

More information

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW PART II INSTRUCTIONS TO PROPOSERS Minnesota Department of Transportation SP 7408-29 TH 14/218 DESIGN-BUILD REQUEST FOR PROPOSALS 1 INTRODUCTION RFP and ITP. This Request for Proposals (RFP) is issued by

More information

STATE OF FLORIDA DEPARTMENT OF EDUCATION. Request for Proposal. Intent To Submit Proposal

STATE OF FLORIDA DEPARTMENT OF EDUCATION. Request for Proposal. Intent To Submit Proposal STATE OF FLORIDA DEPARTMENT OF EDUCATION Request for Proposal Intent To Submit Proposal *********************************************************************************************************************************

More information

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

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

More information

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

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

SAN DIEGO CONVENTION CENTER CORPORATION

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

More information

Request for Qualifications RFQ # Continuing Services Contracts for Professional Surveying Services

Request for Qualifications RFQ # Continuing Services Contracts for Professional Surveying Services Request for Qualifications RFQ #18-001 Continuing Services Contracts for Professional Surveying Services City of Winter Garden 300 West Plant Street Winter Garden, FL 34787 (407) 656-4111 LEGAL ADVERTISEMENT

More information

ALPINE SCHOOL DISTRICT 490 North State Street, Lindon, Utah Office (801) Fax Number (801)

ALPINE SCHOOL DISTRICT 490 North State Street, Lindon, Utah Office (801) Fax Number (801) ALPINE SCHOOL DISTRICT 490 North State Street, Lindon, Utah 84042 Office (801) 717-4760 Fax Number (801) 785-8782 July 12, 2011 Notice to Contractors: Alpine School District is requesting Bids for Construction

More information

PRE-SUBMITTAL CONFERENCE TRAVEL PLAZA FACILITY

PRE-SUBMITTAL CONFERENCE TRAVEL PLAZA FACILITY PRE-SUBMITTAL CONFERENCE TRAVEL PLAZA FACILITY CONFERENCE PARTICIPANTS GOAA Stan Thornton Ray Anderson Bob Copeland Allen Powell Brad Friel Chief Operating Officer Senior Director, Commercial Properties

More information

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

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

More information

Operational Procedure: Section TABLE OF CONTENTS

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

More information

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 QUALIFICATIONS FOR ON-CALL PROFESSIONAL CONSULTING SERVICES FOR THE GREENVILLE-SPARTANBURG AIRPORT DISTRICT. July 30, 2:00 p.m.

REQUEST FOR QUALIFICATIONS FOR ON-CALL PROFESSIONAL CONSULTING SERVICES FOR THE GREENVILLE-SPARTANBURG AIRPORT DISTRICT. July 30, 2:00 p.m. June 22, 2018 REQUEST FOR QUALIFICATIONS FOR ON-CALL PROFESSIONAL CONSULTING SERVICES FOR THE GREENVILLE-SPARTANBURG AIRPORT DISTRICT Issue Date: June 22, 2018 Mandatory Pre- Submittal Conference: Pre-Submittal

More information

RLI No. R R1 Addendum No. 1 Page 1 of 1

RLI No. R R1 Addendum No. 1 Page 1 of 1 RLI No. R1018714R1 Addendum No. 1 Page 1 of 1 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA RLI R1018714R1 - Health Insurance Portability and Accountability Act (HIPAA) and

More information

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR CITYWIDE WA YFINDING DESIGN SERVICES PUBLIC WORKS PROJECT No

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR CITYWIDE WA YFINDING DESIGN SERVICES PUBLIC WORKS PROJECT No REQUEST FOR STATEMENT OF QUALIFICATIONS FOR CITYWIDE WA YFINDING DESIGN SERVICES PUBLIC WORKS PROJECT No. 2016-25 CITY OF COMMERCE, CALIFORNIA PUBLIC WORKS AND DEVELOPMENT SERVICES DEPARTMENT Approved

More information

INVITATION TO NEGOTIATE REGISTRATION

INVITATION TO NEGOTIATE REGISTRATION State of Florida Department of Education Bureau of Contracts, Grants and Procurement Management Services 325 West Gaines Street 332 Turlington Building Tallahassee, Florida 32399-0400 INVITATION TO NEGOTIATE

More information

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

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

More information

CITY OF ROCK HILL, SC NEIGHBORHOOD STABILIZATION PROGRAM RENTAL MANAGEMENT REQUEST FOR QUALIFICATIONS AND PROPOSALS

CITY OF ROCK HILL, SC NEIGHBORHOOD STABILIZATION PROGRAM RENTAL MANAGEMENT REQUEST FOR QUALIFICATIONS AND PROPOSALS PUR708 CITY OF ROCK HILL, SC NEIGHBORHOOD STABILIZATION PROGRAM RENTAL MANAGEMENT REQUEST FOR QUALIFICATIONS AND PROPOSALS I. INVITATION Interested real estate rental management companies are invited to

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

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

CITY COLLEGE OF SAN FRANCISCO

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

More information

ADVERTISEMENT FOR REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL COST ESTIMATING AND SCHEDULING SERVICES FOR THE MIAMI DADE AVIATION DEPARTMENT RFQ NO

ADVERTISEMENT FOR REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL COST ESTIMATING AND SCHEDULING SERVICES FOR THE MIAMI DADE AVIATION DEPARTMENT RFQ NO ADVERTISEMENT FOR REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL COST ESTIMATING AND SCHEDULING SERVICES FOR THE MIAMI DADE AVIATION DEPARTMENT RFQ NO. MDAD-17-02 Sealed Qualification Statements for the above

More information

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm NOTE: OUR ADDRESS HAS CHANGED TO 69 STATE STREET, 8 th Fl., ALBANY, NY 12207

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

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

GREENVILLE UTILITIES COMMISSION

GREENVILLE UTILITIES COMMISSION GREENVILLE UTILITIES COMMISSION GREENVILLE, NORTH CAROLINA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES FOR ARCHITECTURAL DESIGN AND ENGINEERING SERVICES FOR RENOVATION OF FIRST FLOOR AND EXTERIOR

More information

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK SERVICES ("RFQ") January 20, 2018

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK SERVICES (RFQ) January 20, 2018 1. INTRODUCTION REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK SERVICES ("RFQ") January 20, 2018 The Board of Education of the Dublin City School District ("Owner"), in accordance with Ohio

More information

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA SITE ADDRESS: BIDS DUE: NEILLS CREEK PARK 3885 NEILLS CREEK RD ANGIER, NC 27501 TUESDAY, APRIL 17th @ 2:00 PM HARNETT

More information

Proposal No:

Proposal No: 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 Demolition Asbestos /Abatement of Two (2) Structures

More information

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES The intent of this Request for Qualifications (RFQ) is to solicit responses from Energy Service

More information

REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS

REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS ARCHITECTURAL NEEDS ASSESSMENT AND DESIGN SERVICES FOR CITY OF DICKINSON REQUEST FOR QUALIFICATIONS #1401-02 RFQ SUBMITTAL DEADLINE: FEBRUARY 21, 2014

More information

HILLSBOROUGH CITY SCHOOL DISTRICT REQUEST FOR STATEMENT OF QUALIFICATIONS AND REQUEST FOR PROPOSAL

HILLSBOROUGH CITY SCHOOL DISTRICT REQUEST FOR STATEMENT OF QUALIFICATIONS AND REQUEST FOR PROPOSAL HILLSBOROUGH CITY SCHOOL DISTRICT REQUEST FOR STATEMENT OF QUALIFICATIONS AND REQUEST FOR PROPOSAL FOR Energy Services Design-Build Contractor For Proposition 39 Funded Energy Efficiency & Conservation

More information

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 SANDY CITY 10000 CENTENNIAL PARKWAY SANDY, UTAH 84070 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 INVITATION FOR BID: This is a formal solicitation of sealed bids which will

More information

Botetourt County Public Schools

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

More information

Contractor s Qualification Statement

Contractor s Qualification Statement THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A305 Contractor s Qualification Statement 1986 EDITION This form is approved and recommended by The American Institute of Architects (AIA) and The Associated

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

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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

HILLSBOROUGH COUNTY AVIATION AUTHORITY

HILLSBOROUGH COUNTY AVIATION AUTHORITY HILLSBOROUGH COUNTY AVIATION AUTHORITY INVITATION TO QUOTE FOR Security Access Control Software Maintenance QUOTE NUMBER: 14-534-805 ISSUE DATE: July 16, 2014 1.0 Background and Contact Information 1.01

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

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS PROFESSIONAL SERVICE CONTRACT HYDROGRAPHIC & LAND SURVEYING ON-CALL SERVICES RFP Number: ASPA 43-017 AUGUST 2017 Professional Service Contract Request

More information

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

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

More information

DALLAS-FORT WORTH INTERNATIONAL AIRPORT

DALLAS-FORT WORTH INTERNATIONAL AIRPORT DALLAS-FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 2 TO THE REQUEST FOR BIDS Contract No. 9500325 ATSAC II IN-LINE EDS BAGGAGE HANDLING SYSTEM May 6, 2008 THE REQUEST FOR BIDS (RFB) FOR THE ABOVE IS

More information

Quick Call for Proposals. State of Minnesota. Minnesota Department of Transportation. Quick Call for Proposals ( Quick Call )

Quick Call for Proposals. State of Minnesota. Minnesota Department of Transportation. Quick Call for Proposals ( Quick Call ) State of Minnesota Minnesota Department of Transportation ( Quick Call ) Fiber Optic Training Course for Intelligent Traffic Systems March 15, 2019 Proposals must be received no later than 11:00 AM, Central

More information

Request for Qualifications

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

More information

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

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

More information

Request for Proposal on Qualifications (RFP/Q) Juniata County Government

Request for Proposal on Qualifications (RFP/Q) Juniata County Government Request for Proposal on Qualifications (RFP/Q) For Energy Performance Contracting Services For Juniata County Government Proposals Due June 5, 2015 by 4:00 p.m. Request for Qualifications: Energy Performance

More information