Plano Independent School District Competitive Sealed Proposal

Size: px
Start display at page:

Download "Plano Independent School District Competitive Sealed Proposal"

Transcription

1 Plano Independent School District Competitive Sealed Proposal CSP# CSP Title: CSP Opening Date: Pre-bid meeting: Contact: Guinn Special Programs Center Addition August 2 nd, 3:00 pm July 19 th, 11:00 am Raymond Weaver, Director of Purchasing Phone: Please note the following information: No late proposals will be accepted No faxed or electronic proposals will be accepted Please submit original & 4 copies to: Plano ISD Purchasing Dept., 6600 Alma Drive, Plano, TX Company Name: Address: Contact Name: Phone: Fax #: Website: Signature: Printed Name of Authorized Person: Title of Authorized Person: Proposer s Certification The undersigned, by his/her signature, represents that he/she is authorized to bind the proposer to fully comply with the terms and conditions of this Request for Proposal, including all forms and attachments included and/or referenced herein, for the amount(s) shown on the accompanying proposal form(s). NOTE: Proposer is strongly encouraged to read the entire Request for Proposal prior to submitting. Failure to provide the above information in its entirety may be grounds for disqualification of response.

2 PLANO INDEPENDENT SCHOOL DISTRICT CONSTRUCTION MANAGER AT RISK GUINN SPECIAL PROGRAMS CENTER ADDITION CSP JULY 11, 2016 DOCUMENTS LIST I. ADVERTISEMENT Pages 3-4 II. PROPOSAL INSTRUCTIONS Pages 5-11 III. SCOPE OF SERVICES / CONTRACT Pages IV. PROPOSAL RESPONSE GUIDELINES Pages V. EVALUATION AND INTERVIEWS Pages 17 VI. SUBMITTAL FORM A. Proposal Form Page B. Felony Conviction Notice Page 20 C. Non-Collusion Affidavit Page 21 D. HUBS Forms Page E. Participation report for Sub Contractors Page 24 Page 2 of 23

3 ADVERTISEMENT GUINN SPECIAL PROGRAMS CENTER ADDITION Construction Manager at RISK Plano Independent School District is requesting competitive sealed proposals, using the Construction Manager at Risk, One Step Process (per Government Code Chapter ), for GUINN SPECIAL PROGRAMS CENTER ADDITION Sealed proposals will be received at the Plano Independent School District Purchasing Department, 6600 Alma, Plano, Texas Proposals received by hand delivery or mail after the stated receipt date and time will be returned unopened. The procurement method is CONSTRUCTION MANAGER AT RISK, ONE STEP PROCESS. Proposals must be received by 3:00 pm AUGUST 2, 2016 for: CSP GUINN SPECIAL PROGRAMS CENTER ADDITION GUINN SPECIAL PROGRAMS CENTER, 2221 LEGACY DRIVE, PLANO, TX Architect PERKINS + WILL ARCHITECTURE Project Objective Provide approximately 10,000 gross square feet including eight core classrooms that will replace the two existing quad portable buildings currently on site. Additional plumbing fixtures should be anticipated with additional group student toilet rooms. The exterior will be complimentary of the building addition completed in 2009, simple steel structure, brick veneer, storefront windows and entry system along with a built up roof system. HVAC will likely be accommodated with packaged roof top units. At this time, minimal to no site work is anticipated. A storm shelter complying with the 2015 International Building Code will also be part of this project, although it is undetermined if the storm shelter will be an integrated part of the main building addition or if the storm shelter will be a stand-alone structure. Also, the size of the storm shelter is also undetermined at this time. Construction Budget - $2,200,000 initial estimate Beginning JULY 11, 2016, at 7 AM CST Proposers may obtain Proposal Documents and specifications from our web page at choose About Us, then Purchasing Services, then Upcoming Bids. Bid Specifications may also be picked up at the offices of the Plano ISD Purchasing Department, 6600 Alma Drive, Suite A, Plano, Texas, Addenda will be posted to this web site. It is your responsibility to obtain any addenda that pertains to this proposal. Pre-Proposal Conference will be held at 11:00 AM on JULY 19, This Pre-Proposal Conference will be held in the Plano Independent School District Purchasing Office, 6600 Alma Drive, Suite A, Plano, Texas The project Architect will be present. CRITERIA FOR SELECTION Per Section , (Texas Government code) In determining to whom to award a contract a district may consider: Purchase price; The offeror s experience and reputation; Page 3 of 23

4 The quality of the offeror s goods or services; The impact on the ability of the governmental entity to comply with rules relating to historically underutilized businesses; The offeror s safety record; The offeror s proposed personnel; Whether the offeror s financial capability is appropriate to the size and scope of the project; and Any other relevant factor specifically listed in the request for bids, proposals, or qualifications Evaluative criteria will have the following weights assigned to rank Proposals: Cost-30 points, Qualifications-20 points, Reputation-20 points, Experience-20 points, and District Needs-10 points. All other criteria will be assigned the value of zero. Using these criteria and weights District Committees will evaluate and rank Proposals to determine the Proposer that presents the best value to the District. Per Section of the Texas Education Code, In engaging in an activity to which this section applies, a governmental entity: 1. May not consider whether a person is a member of or has another relationship with any organization; and 2. Shall ensure that its Proposal specifications and any subsequent contact or other agreement do not deny or diminish the right of a person to work because of the person s membership or other relationship status with respect to any organization. Owner reserves the right to reject any or all bids and to waive irregularities or informalities as may be deemed in Owner's interest. For additional information, see the Instructions to Proposers in the Proposal documents for each individual project. The Board of Trustees, for the purpose of complying with Section 2258, Subchapter B of the Texas Government Code for all public contracts, has adopted the prevailing wage rates as determined by the United States Department of Labor in accordance with the Davis-Bacon Act as the published rates for the District. These rates are listed on the following website: It is the responsibility of the contractor to pay the appropriate rate or higher on the construction project or be subject to penalty as set forth in section of the Texas General Government Code. Page 4 of 23

5 II. PROPOSAL INSTRUCTIONS PART - GENERAL 1.1 RECEIPT AND OPENING OF PROPOSALS A. Plano Independent School District (hereinafter referred to as the "Owner"), invites Competitive Sealed Proposals for construction and construction management. B. SUBMISSION OF PROPOSALS: Sealed Proposals shall be submitted to: Plano Independent School District Purchasing Department 6600 Alma Drive, Suite A Plano, Texas PROPOSALS SHALL BE SUBMITTED NO LATER THAN THE FOLLOWING TIME AND DATE: AUGUST 2, 3:00 pm ALL ENVELOPES CONTAINING PROPOSALS SHALL BE MARKED WITH GUINN SPECIAL PROGRAMS CENTER ADDITION CSP ALL PROPOSALS MUST BE RECEIVED IN THE PURCHASING DEPARTMENT OF PLANO INDEPENDENT SCHOOL DISTRICT BEFORE OPENING DATE AND TIME. A PRE-PROPOSAL CONFERENCE for this project will be held by the Owner at the following date, time and location: Date: JULY 19, 2016 Time: 11:00 AM (local time) Location: Plano Independent School District Service Center at 6600 Alma Drive, Suite A, Plano, Texas All proposers desiring to submit a proposal for the Work are encouraged to have a representative at the PRE-PROPOSAL CONFERENCE. PROPOSERS ARE REMINDED THAT VERBAL RESPONSES ARE NOT BINDING - ONLY QUESTIONS ANSWERED BY FORMAL WRITTEN AGENDA WILL BE BINDING AND WILL BE MADE PART OF THE PROPOSAL DOCUMENTS. C. LATE PROPOSALS: Owner is not responsible for lateness of mail, carrier, etc. and time/date stamp clock in Plano Independent School District's office shall be the official time of receipt. D. OPENING: Proposals will be opened and names of proposers, Pre-construction Fee, and Construction Services Fee will be read aloud. E. LOCATION OF PROPOSAL OPENING: Proposals will be publicly opened on date and at time indicated previously. Openings will be at the following location: Page 5 of 23

6 Plano Independent School District Purchasing Department 6600 Alma Drive, Suite A Plano, Texas F. NO ORAL, telegraphic, telephonic or facsimile transmitted proposal(s) will be considered. 1.2 METHOD OF PROPOSAL A. DOCUMENTS: Each proposer must submit five complete sets of Proposal Documents. B. ETHICS: The proposer shall not accept or offer gifts or anything of value nor enter into any business arrangement with any employee, official or agent of Owner. C. INDEMNIFICATION: Successful proposer shall defend, indemnify and save harmless Owner and Architect and all its officers, agents and employees from all suits, actions, or other claims of any character, name and description brought for or on account of any injuries or damages received or sustained by any person, persons, or property arising out of the award of the contract or on account of any negligent act or fault of the successful proposer, or of any agent, employee, subcontractor or supplier in the execution of, or performance under, any Contract which may result from proposal shall pay any judgment costs which may be obtained against Owner and Architect growing out of such injury or damages. D. COMPLIANCE: Proposal/Proposals must comply with all Federal, State, County and local laws. Contractor shall not hire nor work any illegal alien. 1.3 PREPARATION OF PROPOSAL A. Make Proposal in name of principal and if co-partnership, give names of all parties. B. Give Proposers complete address. C. If proposal(s) are submitted by an agent, provide satisfactory evidence of agency authority. D. Fill in all prices in both words and figures. E. Submit Proposal in sealed envelope. F. Indicate on outside of envelope, name of proposer, proposers address, and name and number of project for which proposal is submitted. G. If forwarded by mail, enclose sealed envelope containing proposal in another envelope addressed as indicated. H. Proposal(s) must be received prior to opening time. Any proposal received after the designated opening date and time listed herein shall be returned unopened and will be considered void and unacceptable. Page 6 of 23

7 I. Qualification Statements: Along with the requirements identified above, each proposer shall complete and include a qualification statement in the proposal package submitted. AIA-A305 Contractors Qualification Statement. 1.4 PROPOSAL/PROPOSAL SECURITY A. Each individual proposal package submitted must be accompanied by Proposal Security made payable to Owner in an amount of five percent (5%) of the fee being proposed for Pre-Construction Services. Proposal Bond shall be in the form of a Cashier's Check or a Proposal Bond, duly executed by proposer as principal and having as surety thereon, a corporate surety company duly authorized and admitted to do business in the State of Texas and licensed by the State of Texas to issue such bond, as a guarantee that the proposer will enter into a Contract and execute required Performance and Payment Bonds within ten (10) days of Plano Independent School District award of Contract. B. Each proposal must be accompanied by information establishing that the agent signing the bond is authorized to write the bond in the amount requested, and if applicable, that reinsurance requirements, have been met, including limits and ratings or other evidence of company solvency. Proposer must demonstrate to Owner that he can secure required bonds, issued by a corporate surety company authorized and admitted to do business in the State of Texas and licensed in the State of Texas to issue such bond, which bonds shall be written in the form acceptable to the Owner. 1.5 WITHDRAWAL OR REVISION OF PROPOSAL A. Proposal may be withdrawn or revised prior to scheduled time for opening, under following terms: 1. Proposer may, without prejudice to himself, withdraw Proposal after it has been deposited, provided request for such withdrawal is received in writing before time set for opening. 2. After opening, no Proposal may be withdrawn. 3. Any interlineation, alteration, or erasure made before receiving time must be initialed and dated by the signer of the proposal, guaranteeing authenticity. 1.6 NON-RESPONSIVE PROPOSAL A. Proposal(s) are considered NON-RESPONSIVE and may be rejected for following reasons unless otherwise provided by law: 1. If there are unauthorized additions, conditional proposals, or irregularities of any kind which may tend to make Proposal incomplete, indefinite, or ambiguous. Page 7 of 23

8 2. If Proposer adds any provisions reserving right to accept or reject any award, or to enter into Contract pursuant to an award. B. Owner reserves right to reject any or all Proposals and to waive irregularities or informalities as may be deemed in Owner's interest. 1.7 INTERPRETATIONS A. If proposer for proposed work is in doubt as to the true meaning or intent of the Proposal Documents, proposer must submit a written request for interpretation, directed to: Plano Independent School District ATT: RAYMOND WEAVER Purchasing Department FAX: Alma Drive ray.weaver@pisd.edu Plano, Texas B. Proposer submitting request is responsible for its prompt and actual delivery. C. Requests for interpretations on RISK GUINN SPECIAL PROGRAMS CENTER ADDITION CSP must be received on or before seven (7) days prior to proposal date, or by JULY 26, 2016 at 3 PM. D. All interpretations or clarifications considered necessary by and approved by Owner, in response to proposer's request, will be issued by written Addenda. E. Oral and other interpretations or clarifications will be without legal effect. Only questions answered by formal written Addenda will be binding. F. Owner is not responsible for any other explanation or interpretations, which anyone presumes to make. G. Any interpretations, corrections, approvals, supplemental instructions or changes to the Proposal Documents will be made by written Addenda. Sole issuing authority of addenda shall be vested in the Plano Independent School District. H. Addenda can be issued only by the Owner. I. Addenda will be posted to the District Web Page. You may obtain the addenda from our internet/web site address at by choosing web site index, then P, then Purchasing, and from there you ll be able to link to our upcoming Proposals. It is your responsibility to obtain any addenda that pertains to this proposal. J. Proposers shall acknowledge receipt of all Addenda. K. Failure to receive such Addendum does not relieve proposer from any obligation under his proposal as submitted. L. All formal written Addenda become a part of the Proposal Documents. Page 8 of 23

9 1.8 INSURANCE REQUIREMENTS The successful contractor will be required to supply proof of insurance in accordance with the following schedule prior to the start of the project. PISD requires that contractor s insurance be placed only with companies that have achieved at least an A rating with A.M. Best. The District reserves the right to require higher limits of coverage depending on the size, scope, and nature or the contract. Plano ISD must be named as an additional insured. TYPES OF INSURANCE COVERAGE LIMITS OF LIABILITY 1. Workers Compensation Statutory 2. Employer s Liability $500,000 each accident $500,000 disease policy limit $500,000 disease each employee 3. Commercial General Liability $2,000,000 combined single limit policy aggregate $1,000,000 combined single limit each occurrence (Property damage deductible not to exceed $500 per occurrence). 1.9 METHOD OF AWARD A. Criteria: Per Section (a) of the Government Code. In determining to whom to award a contract a district may consider: Purchase price; The offeror s experience and reputation; The quality of the offeror s goods or services; The impact on the ability of the governmental entity to comply with rules relating to historically underutilized businesses; The offeror s safety record; The offeror s proposed personnel; Whether the offeror s financial capability is appropriate to the size and scope of the project; and Any other relevant factor specifically listed in the request for bids, proposals, or qualifications. It is the responsibility of each proposer to provide all information necessary to evaluate the proposal under the named criteria. B. Weighting of Criteria: Evaluative criteria will have the following weights assigned to rank proposals: Cost-30 points, Qualifications-20 points, Reputation-20 points, Experience-20 points, and District Needs-10 points. All other criteria will be assigned the value of zero. Using these criteria and weights District Committees will evaluate and rank proposals to determine the offerer that presents the best value to the District. Per Section , (a) of the Government Code, The governmental entity shall select the offeror that submits the proposal that offers the best value for the governmental entity based of the published selection criteria and on its ranking evaluation. Page 9 of 23

10 C. Per Section of the Texas Education code: 1. May not consider whether a vendor is a member of or has another relationship with any organizations; and 2. Shall ensure that its bid specifications and any subsequent contact or other agreement do not deny or diminish the right of a person to work because of the person s membership or other relationship status with respect to any organization. D. This proposal shall be awarded in the best interest of Plano ISD to the Contractor that supplies the best value to the District. The District reserves the right to accept or reject any and all Proposals and to waive technicalities and informalities, and to be the sole judge of quality and equality. Awards will be based on what in our opinion is most advantageous to Plano ISD. E. Minimum Standards for Responsible Proposers: Proposers are required to affirmatively demonstrate their responsibility by meeting the following minimum requirements: 1. have adequate financial resources; 2. be able to comply with the required or proposed schedules; 3. have a satisfactory record of performance; 4. have a satisfactory record of integrity and ethics; and 5. be otherwise qualified and eligible to receive an award. The Owner may require other information sufficient to determine proposer's ability to meet these minimum standards listed above. F. In addition to requirements of the Proposal Documents, Owner may require additional information to establish responsibility of proposer. Owner may further require identification of proposed subcontractors, suppliers and/or other persons and/or organizations proposed for portions of the Work and substantial data to determine their qualifications and experience. If requested, proposer must submit all data to Owner. Owner may also consider and use as part of the evaluation, the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted in the Proposal Documents or prior to the award of Contract. G. Owner may conduct such investigations as Owner deems necessary to assist in the evaluation of any Proposal and to establish the responsibility, qualifications and financial ability of proposer, proposed subcontractors, suppliers and other persons and organizations to perform and furnish the Work in accordance with the Proposal Documents to Owner's satisfaction within the prescribed time. H. If the Contract is to be awarded, it will be awarded to the best-qualified proposer whose evaluation, by Owner, indicates to be in the best interests of the project. Page 10 of 23

11 I. Evaluation of Alternates - Any and/or all/none of the alternates may be considered in evaluation. Owner may award Contract on base proposal plus any and/or all/none of the alternates. J. Unbalanced Proposal - If the best proposer's Proposal is significantly unbalanced either in excess of or below reasonable cost analysis values normally associated with the work, the Proposal will be considered as non-responsive and will not be considered for award. The Owner reserves the right to evaluate and determine the next qualified Proposal for consideration of award. K. Owner anticipates award within forty-five (45) days after proposal opening CONFIDENTIAL DATA Any data that is to be considered as confidential in nature must be clearly marked as such by proposer and will be treated as confidential by Owner to the extent allowable by the Open Records Act ASSIGNMENT A successful proposer shall not sell, assign, transfer or convey this Contract, in whole or in part, without the prior written consent of Owner VENUE This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Collin County, Texas CONTRACT The awarded contractor will be expected to execute the standard AIA Document A as amended by the Owner. The documents may be reviewed at the Plano Independent School District Purchasing Department, 6600 Alma Drive, Plano, Texas TEXAS ETHICS COMISSION-FORM 1295 A. The recommended contractor will be required to submit a completed Texas Ethics Commission Form 1295 II. SCOPE OF SERVICES/CONTRACT Project Description - CSP GUINN SPECIAL PROGRAMS CENTER ADDITION GUINN SPECIAL PROGRAMS CENTER, 2221 LEGACY DRIVE, PLANO, TX Architect PERKINS + WILL ARCHITECTURE Project Objective Provide approximately 10,000 gross square feet including eight core classrooms that will replace the two existing quad portable buildings currently on site. Additional plumbing fixtures should be anticipated with additional group student toilet rooms. The exterior will be complimentary of Page 11 of 23

12 the building addition completed in 2009, simple steel structure, brick veneer, storefront windows and entry system along with a built up roof system. HVAC will likely be accommodated with packaged roof top units. At this time, minimal to no site work is anticipated. A storm shelter complying with the 2015 International Building Code will also be part of this project, although it is undetermined if the storm shelter will be an integrated part of the main building addition or if the storm shelter will be a stand-alone structure. Also, the size of the storm shelter is also undetermined at this time. Construction Budget - $2,200,000 initial estimate Contract Form and Scope of Services The Owner will contract directly with a Construction Manager at Risk (CMR) for performing general construction of the project. The CMR will then conduct the subcontractor selection/bidding and contract with all other subcontractors required for the work. The Owner reserves the right to contract separately with other suppliers, vendors and contracts as deemed in the best interest of the Owner s project. For construction work, this is currently anticipated to be: Furniture Vendors Potential long lead equipment/materials. In this event, it is anticipated such materials/equipment would be assigned to the CMR for his coordination and installation. Independent testing and commissioning including materials testing and inspection, HVAC testing and balancing, etc. Data cabling materials and installation. The CMR will be reimbursed for the cost of the Work plus a Fee. For purposes of this proposal, terms of the contract will be the owner issued document AIA Document A Agreement Between Owner and Construction Manager as amended by the Owner v:3.0 (10/4/11) and AIA General Conditions of the Contract for Construction as amended by the Owner v:4.0 (10/4/11). Candidates should identify in their proposal any exceptions, additions or modifications that are requested to be considered by the Owner. Consideration of any of these items will be a part of the evaluation process. Objections to the contract type or format not included within the proposal submission may result in disqualification of the proposal. The CMR will provide Initial Guaranteed Maximum Prices and a Final Guaranteed Maximum Price at the appropriate times in development of the Project. The CMR will participate in pre-construction services by preparing construction cost estimates at major design milestones, such as 100% Design Development, 60% Construction Document and 100% Construction Document during the bidding phase. An overall IGMP will be required whenever approval is sought for a phase or partial scope. The CMR competitively bids and enters into subcontracts for all portions of the work. Subcontract bids are reviewed and approved by the Owner prior to award. The CMR will be required to coordinate with any other contracts the Owner may issue directly such as data communications cabling, or others. Payment and performance bonds will be required of the CMR for the entire project. The Owner will make all construction payments directly to the CMR, for their distribution of payments to subcontractors and suppliers as appropriate. Page 12 of 23

13 The Owner may elect to procure certain materials/equipment directly, with coordination and scheduling support from the CMR. The equipment would then be assigned to the CMR with the full acceptance of responsibilities for coordination and installation. The Owner has business impact and related costs for late completion. Liquidated damages are addressed in the General Conditions as amended by the Owner. Bid Phase Sealed bids shall be solicited and received by the CMR in accordance with the terms of the Agreement and the Government Code Section Section Pre-Construction Services are included and are to be separated from the Base Fee. Services may include Schedule, Constructability, Budget and Cost Estimating as follows: 1. A total estimate of probable construction cost based on the 100% design development document drawings and specification 2. A total estimate of probable construction cost based on the 60% construction document drawings and specification. 3. A total construction cost estimate based on completed construction documents issued for bidding. Provide an itemization of the estimate based upon the proposed bid packages to facilitate evaluation of the bids in reference to the GMP. 4. A project schedule identifying critical path and long lead items. 5. Continually monitor and maintain the construction portion of the project budget. Provide substantially detailed estimates as an evaluative tool in the selection of subcontractors. 6. Provide cost saving analysis for systems and configurations. Evaluate quality, initial cost, maintenance and appropriateness. 7. Develop, monitor and maintain a project schedule for bidding and construction, including phasing of the work as required to achieve Owner occupancy. 8. Assess the availability of all building components in regard to the project schedule. 9. Coordinate the bidding and issue of pre-purchase orders for long lead items, if required. 10. Make recommendations and provide references for manufacturers, suppliers and other subcontracts considered during design. 11. Review the Construction Documents during development and report to the Architect on constructability and coordination of the information presented. The CMR is not responsible for the Architect s quality control but is to identify areas in the documents requiring additional information or clarification. 12. Attend design meetings with the Architect, Architect s consultants and Owner. 13. An Interim GMP and Project Schedule will be required when any pre-purchase of long lead items or subcontract for early start is recommended. The schedule shall show the advertising, bidding, and evaluation periods in relation to the Board date and Board Agenda deadlines. Page 13 of 23

14 IV. PROPOSAL RESPONSE GUIDELINES Information included in your response to this Request for Proposal will be evaluated and used to determine the firms invited to interview. Clarity and completeness is encouraged, repetition and duplication of information in multiple locations is discouraged. The information provided will be used to evaluate and score the responses in the categories and weights as published. Proposer s response to this Request for Proposal shall include: 1. Fee Proposal Form for Work as Prime CMR, completed and executed on the attached Form. The Fee for Pre-Construction Services shall be presented as a lump sum amount. The Fee for Construction Period Services shall be based on a percentage amount times final construction cost. 2. List of categories that are included in the Fee for Construction Period Services. Describe how your fee is calculated; distinguish between what is included in your fee vs. the cost of items to be reimbursed as described in the Agreement. 3. List of Anticipated General Conditions Items, or items not included in the Fee for Construction Period Services. General Conditions costs are scope and schedule dependent, and as such the actual dollar amounts are not requested at this time. The list of items is being requested to assist in understanding the items included in the Fee verses items included in General Conditions. 4. AIA Document A305, Contractor Qualification Statement with all items addressed. 5. Project Related Experience List including relevant recent work as a Construction Manager at Risk on projects for addition and renovation of occupied educational facilities. Include name, location, description, date, value of contracts and references for the same. Projects of new construction that are of a scope similar to this project may also be included. 6. Experiences with Concepts for Work as a Construction Manager at Risk during the Design Phases. Describe your organization s concepts for working in a team relationship with the Owner and Architect during the design of major projects. Describe your organization s methods for estimating costs, for providing recommendations on construction feasibility, evaluations of designs, materials and constructability, and for construction phasing and scheduling during the design/documents phases. Which (one or more) of those projects listed above best exemplify these concepts and experience? 7. Experiences with Concepts for Work as a Construction Manager at Risk during the Construction Phase. Describe your organization s concepts for working in a team relationship with the Owner and Architect during the construction of major projects. Describe your organization s methods for monitoring and controlling costs, for providing recommendations on construction feasibility, evaluations of options, materials and constructability, and for construction phasing and scheduling during the construction phase. Which (one or more) of those projects listed above best exemplify these concepts and experience? 8. Compare the initial estimates, approved GMP and the Final Cost of Construction for the projects discussed above. Identify any significant scope added to or omitted from the project between the approved GMP and the final cost of construction. Page 14 of 23

15 9. Resumes and References for Key Personnel proposed for this project. Resumes of key personnel must show experience in projects of similar size, complexity and related challenges. Provide references that can substantiate their experience and background in similar types of facility construction. The CMR s site staff during construction is anticipated to include a Project manager, a full time Superintendent on-site, Project/Field Engineer and clerical support. CMR shall not change the team staffing of this project without the consent of the Owner. Identify off-site staffing (if any) and the extent of their involvement expected as a part of this project. 10. Example of Proposed Accounting Method for a Construction Manager at Risk contract on similar work. 11. Describe your organization s concept for cost contingencies both during design and during construction. What is your organization s concept for the disposition of contingency funds after the completion of the project? 12. Acknowledgement that the Certificate of Insurance will be provided with the coverages and amounts indicated in the Agreement and Conditions. V. EVALUATION AND INTERVIEWS The evaluation team will consist of representatives from the Owner and the Architect. Proposals will be taken and reviewed immediately upon receipt. It is anticipated a short list of Contractors may be interviewed, but the Owner reserves the right to not conduct any interviews and to base the selection strictly on the proposals submitted. The Owner may eliminate any Construction Manager(s) from the selection as late as the day prior to any potential interview if the Owner determines the proposal is insufficiently responsive to merit further consideration. Interviews, if conducted, will be 45 minutes, with 30 minutes for the Constructions Managers presentation and remaining time for questions and discussion. As to the Project Team, the Project Manager, Superintendent and Lead Estimator should be in attendance as a minimum. The chemistry and comfort of the team is vital to the selection. The Contractor s focus on the interview should be specific to this project and the Owners concerns, including: 1. What has the Contractor done recently that is similar to this in schedule, complexity, scope? What issues do you see in relation to phased work and work in occupied spaces? 2. What experience do the individuals proposed for the project have, particularly in school building construction and with work in and around occupied facilities? 3. What is your experience in project management with this type of project? For both the Pre- Construction and Construction phases address scheduling/work management, phasing, constructability and estimating/cost control. 4. What are your thoughts on the schedule? What do you see as the issues or the most problematic portions? What strategies or tactics can be used to expedite the project, such as offsite work/preparation prior to onsite access, onsite tactics or strategies? 5. What are your thoughts on the budget? Is it adequate for the project as described to date? What can you offer to help maintain the project within the budget? Page 15 of 23

16 6. How will you estimate MEP and other major trades before they are brought onto the team? How do we get them onboard as early as needed and still keep them competitive? 7. What is your experience in early procurement of equipment (switchgear, HVAC equipment, etc.) and materials (structural steel)? How is it best done? How do you schedule the required lead times? Can you do it if the Subcontractor is not yet on the team? 8. What unique leverages/advantages do you offer the project? Knowledge, experience, subcontractor market issues, vendor/equipment supplier issues, city processes, etc. 9. Use of local sub-contractors, how do you solicit bids from qualified firms? How do you attract qualified bidders to ensure there are multiple bids in each bid category? How many bids do you expect in the major categories of work for a project of this magnitude and scope? Page 16 of 23

17 PROPOSAL FORM For CONSTRUCTION MANAGER AT RISK GUINN SPECIAL PROGRAMS CENTER ADDITION CSP PLANO INDEPENDENT SCHOOL DISTRICT Submitted by: Date: Phone No.: To: Board of Trustees Plano Independent School District 6600 Alma Drive Plano, Texas Having examined Proposal Documents prepared by Plano Independent School District, dated July 11, 2016 and having examined site conditions, the undersigned proposes to perform all work as Construction Manager at Risk for the above-named project. With an agreed upon GMP the undersigned proposes to furnish all labor, equipment and materials to complete the above-named project. PROPOSED FEES It is anticipated that the District will enter into a fixed sum contract with the CM at Risk. Based on your company s plan to complete this Project, indicate your proposed fees and prices for the Scope of Work for this Project. Pre-construction Services (Lump Sum Amount) Fee: Construction Services Fees (Per-Cent of Construction Cost) Fee: Page 17 of 23

18 ATTACHMENTS Acknowledge the following items are attached to this Proposal: - Proposal Security in the form of either: - Proposal Bond OR - Cashier s Check - Felony Conviction Notice - Non-Collusion Affidavit - Statement of Qualifications (AIA A305) - Historically Underutilized Business Form ACKNOWLEDGEMENT OF ADDENDA Number Number Number Date Date Date Pages Pages Pages ACKNOWLEDGEMENT OF PROPOSAL Company Name: Address: Contact Person: Office Phone: Fax: It is understood that the right is reserved by the Owner to reject any or all proposals, or waive any informalities in the proposal process. Authorized Signature Title (Seal, if a Corporation) State whether Corporation, Partnership or Individual Name of Contracting Firm Address Telephone THIS PROPOSAL FORM MUST BE SUBMITTED BY 3:00 pm AUGUST 2, Page 18 of 23

19 PLANO I.S.D. FELONY CONVICTION NOTICE Statutory citation covering notification of criminal history of contractor is found in the Texas Education Code, Section Following is an example of a felony conviction notice: FELONY CONVICTION NOTIFICATION State of Texas Legislative Senate Bill No. 1, Section , Notification of Criminal History, Subsection (a), states a person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony. Subsection (b) states a school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract. THIS NOTICE IS NOT REQUIRED OF A PUBLICLY-HELD CORPORATION I, the undersigned agent for the firm named below, certify that the information concerning notification of felony convictions has been reviewed by me and the following information furnished is true and to the best of my knowledge. VENDOR S NAME: AUTHORIZED COMPANY OFFICIAL S NAME (PRINTED): A. My firm is a publicly held corporation, therefore, this reporting requirement is not applicable. Signature of Company Official: B. My firm is not owned nor operated by anyone who has been convicted of a felony. Signature of Company Official: C. My firm is owned or operated by the following individual(s) who has/have been convicted of a felony. Name of Felon(s): Details of Conviction(s): Signature of Company Official: Page 19 of 23

20 PLANO INDEPENDENT SCHOOL DISTRICT NON-COLLUSION AFFIDAVIT STATE OF COUNTY OF, of lawful age, being duly sworn, on oath says, that (s)he is the agent authorized by the proposal to submit the attached proposal. Affiant further states that the proposal has not been a party to any collusion among proposers in restraint of freedom of competition by agreement to propose at a fixed price or to refrain from proposing; or with any District employee, Board Trustee, or benefit consultant as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussions or actions between proposers and any District employee, Board Trustee, or benefit consultant concerning exchange of money or other things of value for special consideration in the letting of this contract. Signature Title of Above Signature Subscribed and sworn to before me this day of, Notary Public State of My Commission Expires: Page 20 of 23

21 PLANO INDEPENDENT SCHOOL DISTRICT HISTORICALLY UNDERUTILIZED BUSINESSES The Plano Independent School District is committed to assure that small, women-owned, and minority businesses have knowledge of, and access and equal opportunity to, compete for goods and services required by the District. The District supports the development and enhancement of small, women-owned, and minority businesses through outreach programs that will allow them to participate. Nothing shall be construed to authorize or require expenditures of funds for goods or services apart from normal and statutory purchasing processes. The awarded Proposer will be required to document a "Good Faith Effort" to secure small, women-owned, and minority businesses as subcontractors/sub-consultants. A report detailing the participation of these businesses will be submitted as part of Project closeout. The "Good Faith Effort" outlined below is for use by the District to help the District determine whether a "Good Faith Effort" was made by the vendor. "Good Faith Effort" will be defined as: 1. Attendance at the pre-bid/pre-proposal conference, if any. 2. Efforts to follow up initial solicitation of interest by contacting small, woman-owned, and minority businesses to determine with certainty whether these businesses are interested. 3. Efforts made to identify portions of the work that can be performed by small, woman-owned, and minority businesses in order to increase participation. If possible this should include the breakdown of subcontracts into economically feasible units to facilitate participation. 4. Document each small, women-owned, and minority business contacted, indicating the inclusion or decision regarding inclusion and the reason for the decision. 5. Efforts that demonstrate that the contractor effectively used the services of available organizations, contractor's groups, local, state and federal small, women-owned, and minority business assistance offices and other organizations that provide assistance and placement of small, women-owned, and minority businesses. REQUIREMENTS FOR ALL PROPOSERS/BIDDERS: Each firm responding to this request is required to submit with the bid/proposal form information regarding small, women-owned and minority business participation in this project. NOTE: The Plano Independent School District will not allow misrepresentation for the purpose of evasion of this policy by certifying to any of the above statements. The District recognizes certifications issued by the North Texas Regional Certification Agency (NCTRCA), the State of Texas Historically Underutilized Business (HUB) and the Small Business Administration (SBA). Other certifications may be considered on an individual basis. Page 21 of 23

22 SMALL/MINORITY/WBE IDENTIFICATION Minority Business Enterprise (MBE) -- The offeror/bidder represents that it is ( ) is not ( ) a minority owned business. Certification #: Woman Business Enterprise (WBE) -- The offeror/bidder represents that it is ( ) is not ( ) a woman owned business. Certification #: Small Business Enterprise (SBE) -- The offeror/bidder represents that it is ( ) is not ( ) a small business. Certification #: Name of Company Signature Date Title Page 22 of 23

23 PARTICIPATION REPORT FOR SUB CONTRACTORS (Due at Project Close) Complete the top section for each small, women-owned and minority business that participated in the performance of this proposal. NAME OF S/M/WBE: ADDRESS OF S/M/WBE: PHONE #: FAX #: STATUS OF COMPANY (SBE, MBE OR WBE): (Attach copy of M/WBE Certification) Detailed Description of work/supplies to be provided by SMALL, WOMEN-OWNED AND MINORITY BUSINESSES on this project: This S/M/WBE represents: Percentage Dollar Value of Contract Sub-contractor $ % Sub-consultant $ % Material Supplier $ % If no M/W/SBE's added explain in detail: This section (bottom section) of this form MUST be completed with information regarding your company. NAME OF YOUR BUSINESS: ADDRESS: PHONE #: FAX #: SIGNATURE: DATE: Page 23 of 23

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

More information

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 OWNER : THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 Phone: 404.608.2300 Mandatory Pre-Bid Conference: Date: July 28,

More information

SECTION NOTICE TO BIDDERS

SECTION NOTICE TO BIDDERS SECTION 00 0030 NOTICE TO BIDDERS MAQUOKETA COMMUNITY SCHOOL AG LEARNING CENTER MAQUOKETA, IA NOTICE IS HEREBY GIVEN: Sealed bids for a Lump Sum Bid under a Single Construction Contract for the Maquoketa

More information

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

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

More information

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

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

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

B. The Bid is made in compliance with the Bidding Documents.

B. The Bid is made in compliance with the Bidding Documents. SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are

More information

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address)address): Orig A701-1997 THE OWNER: (Name, legal status and address)(name and address): THE ARCHITECT:

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

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918) BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK 74012 PHONE (918) 259-5700 FAX (918) 259-4344 Request for Bid Foundation Repair North Intermediate High School #B12-29 Time and Date to be Returned:

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

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

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

CAMERON INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ENERGY SAVING PERFORMANCE CONTRACT TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

CAMERON INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ENERGY SAVING PERFORMANCE CONTRACT TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES CAMERON INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ENERGY SAVING PERFORMANCE CONTRACT TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES The intent of this Request for Qualifications (RFQ) is to solicit

More information

AIA Document A701 TM 1997

AIA Document A701 TM 1997 Instructions to Bidders AIA Document A701 TM 1997 for the following PROJECT: (Name and location or address) Implementation of Master Plan Projects Phase I Genesee Community College One College Road Batavia,

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

INVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013

INVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013 INVITATION TO BID BUILDING ENVELOPE CONSULTANTS, LLC ALDINE I.S.D. 13010 EMMETT ROAD 14910 ALDINE WESTFIELD ROAD Houston, Texas 77079 HOUSTON, TEXAS 77060 (713) 856-5019 Phone BEC Project No.: 13-0010

More information

Document A701 TM. Instructions to Bidders

Document A701 TM. Instructions to Bidders Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address) St. Croix Regional Education District Technology Bid Package St. Croix River Educational District

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

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

More information

N O T I C E T O B I D D E R S

N O T I C E T O B I D D E R S N O T I C E T O B I D D E R S The Grand Prairie Independent School District will receive bids until: Date of Award until August 31, 2015 FOR: Teaching Aids, Instruction & Curriculum Materials & Supplies

More information

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

More information

Charlotte-Mecklenburg Schools Capital Program Services. Request for Qualifications Architectural Design Services

Charlotte-Mecklenburg Schools Capital Program Services. Request for Qualifications Architectural Design Services Charlotte-Mecklenburg Schools Capital Program Services Request for Qualifications Architectural Design Services February 25, 2019 Contents Section 1 - ADVERTISEMENT...1 Section 2 - INTRODUCTION AND OVERVIEW...1

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

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. (15036) (CGC Golf Cart Batteries) Bid Release: (1-28-2015) Bid Questions Deadline: Bid Due Date: (2-05-2015) @ 10:00 am (2-11-2015) @ 3:00 pm Postal Return

More information

NAVARRO COUNTY AUDITOR S OFFICE 300 West Third Avenue, Suite 10 Terri Gillen, First-Assistant

NAVARRO COUNTY AUDITOR S OFFICE 300 West Third Avenue, Suite 10 Terri Gillen, First-Assistant AUDITOR S OFFICE 300 West Third Avenue, Suite 10 Terri Gillen, First-Assistant Corsicana, TX 75110-4672 Justin Lewis, Internal Auditor E-mail: khollomon@navarrocounty.org Anne Johnson, Assistant Patty

More information

LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS

LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS Date Issued: August 11, 2015 Bid Number: LCRA-75 The City of Sikeston Land Clearance for Redevelopment Authority (LCRA) is soliciting sealed bids for

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

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

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

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder

More information

GENERAL CLAUSES AND CONDITIONS

GENERAL CLAUSES AND CONDITIONS INVITATION TO BID (ITB) NO. I035-2018 CLOSING DATE AND TIME: DECEMBER 12, 2017-2:00 P.M. ANNUAL TESTING SERVICES FOR POLICE ENTRANCE EXAMS BIDS SHALL BE SUBMITTED ON THIS FORM The City of Mesquite, Texas,

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. 12057 FY 2012 Full Depth Reclamation Project Bid Release: May 23, 2012 Contract Document Available Date: May 23, 2012 Mandatory Pre-Bid: June 19, 2012 Bid

More information

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 SEPTEMBER 23, 2014 ADDENDUM #1 TO BID NO: SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT The following items have been

More information

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer: SECTION 00100 INSTRUCTION TO BIDDERS 1.01 SECURING DOCUMENTS Bidders may obtain sets of Bidding Documents from Engineer: Hethcoat & Davis, Inc. 278 Franklin Road, Suite 200 Brentwood, TN 37027 (615) 577-4300

More information

June 2017 BIDDING PROCEDURES No. 90

June 2017 BIDDING PROCEDURES No. 90 June 2017 BIDDING PROCEDURES No. 90 TABLE OF CONTENTS SECTION 1 DEFINITIONS AND INTERPRETATION Page 90. 1.1 Definitions... 3 90. 1.2 Interpretation... 3 SECTION 2 GENERAL TENDER INFORMATION 90. 2.1 Examination

More information

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA 52803 REQUEST FOR PROPOSAL Proposal # 680 The Davenport Community School District invites written sealed proposal for Replacement

More information

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY CITY OF CONROE P.O. BOX 3066 CONROE, TEXAS 77305 RESPONSES DUE: DECEMBER 14, 2017 CITY OF CONROE PURCHASING DEPARTMENT

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

Sample Request For Proposals

Sample Request For Proposals Sample Request For Proposals California Education Coalition for Health Care Reform A Joint Labor-Management Committee NOTICE TO BIDDERS HEALTH CARE INSURANCE NOTICE IS HEREBY GIVEN that the (name of district>.

More information

County of Rockwall State of Texas

County of Rockwall State of Texas County of Rockwall State of Texas 1111 E. Yellowjacket Lane, Ste 202 Phone: 972-204-6050 Rockwall, Texas 75087 Fax: 972-204-6059 REQUEST FOR BID (RFB) RFB#18-07-016: Request for Bid for Asphalts and Emulsions

More information

Hallsville Independent School District REQUEST FOR PROPOSALS. RFP# Waste Disposal and Cardboard Recycling Services

Hallsville Independent School District REQUEST FOR PROPOSALS. RFP# Waste Disposal and Cardboard Recycling Services Hallsville Independent School District REQUEST FOR PROPOSALS RFP# 2018-02 Waste Disposal and Cardboard Recycling Services Hallsville Independent School District is soliciting proposals for Waste Disposal

More information

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer: SECTION 00100 INSTRUCTION TO BIDDERS 1.01 SECURING DOCUMENTS Bidders may obtain sets of Bidding Documents from Engineer: Hethcoat & Davis, Inc. 278 Franklin Road, Suite 200 Brentwood, TN 37027 (615) 577-4300

More information

DUNCANVILLE HIGH SCHOOL COLLEGIATE ACADEMY RENOVATION

DUNCANVILLE HIGH SCHOOL COLLEGIATE ACADEMY RENOVATION SOLICITATION/RFP INFORMATION REQUIREMENTS REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT AT RISK (One Step Process) RFP # 16-17.007 FOR DUNCANVILLE HIGH SCHOOL COLLEGIATE ACADEMY RENOVATION FOR THE DUNCANVILLE

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS

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

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

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. (12007) Self-Contained Breathing Apparatus (SCBA) (Per Attached Specifications) Bid Release: (July 13, 2011) Bid Questions Deadline: (July 22, 2011 at 10:00

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) Ladue School District hereby invites the submission of proposals for: Real Estate Broker Services The responsive Proposal will comply with all federal, state and local regulations.

More information

REQUEST FOR PROPOSALS CITY OF CONROE PD DISTRIBUTED ANTENNA SYSTEM (DAS) SERVICE FOR CELLULAR ENHANCEMENT

REQUEST FOR PROPOSALS CITY OF CONROE PD DISTRIBUTED ANTENNA SYSTEM (DAS) SERVICE FOR CELLULAR ENHANCEMENT REQUEST FOR PROPOSALS CITY OF CONROE PD DISTRIBUTED ANTENNA SYSTEM (DAS) SERVICE FOR CELLULAR ENHANCEMENT CITY OF CONROE P.O. BOX 3066 CONROE, TEXAS 77305 RESPONSES DUE JULY 27, 2017 @ 2:00 PM PROJECT

More information

REQUEST FOR PROPOSAL (RFP) CONSTRUCTION MANAGER-AT-RISK LAKE TRAVIS HIGH SCHOOL - PERFORMING ARTS CENTER (PAC) and FIRST FLOOR OF C-WING RENOVATIONS

REQUEST FOR PROPOSAL (RFP) CONSTRUCTION MANAGER-AT-RISK LAKE TRAVIS HIGH SCHOOL - PERFORMING ARTS CENTER (PAC) and FIRST FLOOR OF C-WING RENOVATIONS LTISD PURCHASING DEPARTMENT 16101 HWY 71, BLDG B AUSTIN, TX 78738 February 14, 2018 REQUEST FOR PROPOSAL (RFP) CONSTRUCTION MANAGER-AT-RISK LAKE TRAVIS HIGH SCHOOL - PERFORMING ARTS CENTER (PAC) and FIRST

More information

VALLEY VIEW INDEPENDENT SCHOOL DISTRICT REQUEST FOR COMPETITIVE SEALED PROPOSAL DISTRICT-WIDE SECURITY GUARD SERVICES CSP#

VALLEY VIEW INDEPENDENT SCHOOL DISTRICT REQUEST FOR COMPETITIVE SEALED PROPOSAL DISTRICT-WIDE SECURITY GUARD SERVICES CSP# Valley View Independent School District (VVISD) is soliciting proposals from professional companies ( Respondents ) for selection of District-Wide Security Guard Services, in accordance with the terms,

More information

RFP # Construction Manager at Risk Services 2017 Additions and Renovation Projects

RFP # Construction Manager at Risk Services 2017 Additions and Renovation Projects 2400 North Carroll Ave, Southlake, TX 76092 817.949.8222 FAX 817.949.8277 www.southlakecarroll.edu The Carroll Independent School District is now accepting submissions for RFP # 18-003 Construction Manager

More information

City of Forest Park Request for Proposals. Secure Access Control Systems

City of Forest Park Request for Proposals. Secure Access Control Systems City of Forest Park Request for Proposals Secure Access Control Systems Mandatory Pre-Proposal Conference March 9, 2016 at 10 am Bid Deadline March 25, 2016, at 2pm Purpose: The City of Forest Park is

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 Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company: Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company: RFP No. DPL-CL-1904 Issued: September 25, 2018 Due Date: October 16, 2018 at 2:00 p.m. Page 2 of 11 DPL-CL-1904 The

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

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

PIERCE COUNTY LIBRARY SYSTEM. REQUEST FOR QUALIFICATIONS (RFQ) for ENGINEERING SERVICES FOR HVAC AND RELATED DESIGN

PIERCE COUNTY LIBRARY SYSTEM. REQUEST FOR QUALIFICATIONS (RFQ) for ENGINEERING SERVICES FOR HVAC AND RELATED DESIGN PIERCE COUNTY LIBRARY SYSTEM REQUEST FOR QUALIFICATIONS (RFQ) for ENGINEERING SERVICES FOR HVAC AND RELATED DESIGN PART 1: INTRODUCTION, PURPOSE, TIMELINE The Pierce County Library System (Library) is

More information

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR Spray foam services At Wyoming County of Wyoming Animal shelter PRC # 2018009820 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that the County of Wyoming

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

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Champaign Park District: Request for Bids for Playground Surfacing Mulch May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be

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

County of Rockwall State of Texas

County of Rockwall State of Texas County of Rockwall State of Texas 1111 E. Yellowjacket Lane, Ste 202 Phone: 972-204-6050 Rockwall, Texas 75087 Fax: 972-204-6059 REQUEST FOR BID (RFB) RFB#18-07-020: Request for Bid for Corrugated Metal

More information

BASE PROPOSAL, ALTERNATE PROPOSAL, LIST OF SUBCONTRACTORS AND QUALIFICATIONS DUE: DATE AND TIME: THURSDAY, FEBRUARY 9, 2017 AT 2:00 P.M.

BASE PROPOSAL, ALTERNATE PROPOSAL, LIST OF SUBCONTRACTORS AND QUALIFICATIONS DUE: DATE AND TIME: THURSDAY, FEBRUARY 9, 2017 AT 2:00 P.M. INSTRUCTIONS TO PROPOSERS PROJECT NAME: PROJECT ADDRESS: PROJECT NUMBER: ELGIN ISD PAVING RENOVATIONS 1002 N. AVE C ELGIN, TX 78621 CSPC201704 BASE PROPOSAL, ALTERNATE PROPOSAL, LIST OF SUBCONTRACTORS

More information

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) Request for Bid Ventilation System for Plant Operation #B12-23

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) Request for Bid Ventilation System for Plant Operation #B12-23 BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK 74012 PHONE (918) 259-5700 Request for Bid Ventilation System for Plant Operation #B12-23 Time and Date to be Returned: 11:00 AM on March 27,

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

INFORMATION FOR BIDDERS

INFORMATION FOR BIDDERS 1. Receipt and Opening of Bids INFORMATION FOR BIDDERS The Laguardo Utility District (herein called the Owner ), invites bids on the form attached hereto, all blanks of which must be appropriately filled

More information

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

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

More information

Qualifications will be accepted until 10:00 AM on Monday August 15, 2016.

Qualifications will be accepted until 10:00 AM on Monday August 15, 2016. Purchasing Department 601 Camp Craft Road Austin TX 78746 512-732-9036 The Eanes Independent School District ( District ) wishes to establish a pool of professional service providers to support requirements

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

SAN DIEGO CONVENTION CENTER CORPORATION

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

More information

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

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

More information

Austin Independent School District Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas

Austin Independent School District Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas 78703-5399 March 22, 2016 REQUEST FOR QUALIFICATIONS The Austin Independent School District is soliciting Statements of Qualifications

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

NAVARRO INDEPENDENT SCHOOL DISTRICT 6450 N. State Hwy 123 Seguin, TX (830)

NAVARRO INDEPENDENT SCHOOL DISTRICT 6450 N. State Hwy 123 Seguin, TX (830) April 13, 2016 NAVARRO INDEPENDENT SCHOOL DISTRICT 6450 N. State Hwy 123 Seguin, TX. 78155 (830) 372-1930 REQUEST FOR QUALIFICATIONS PROFESSIONAL ANNUAL AUDITING SERVICES FOR FISCAL YEAR ENDING August

More information

East Central College

East Central College SECTION 00100 - INSTRUCTION TO BIDDERS 1. BIDDING GUIDELINES The submission of a Bid shall be deemed the Bidder's tacit acknowledgment and considered conclusive evidence that: 1. Each Bidder is responsible

More information

Request for Qualifications Number 1470 General Construction Services

Request for Qualifications Number 1470 General Construction Services RICHARDSON INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 970 Security Row Richardson, TX 75081 Request for Qualifications Number 1470 General Construction Services Richardson Independent School District

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

More information

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

Notice to Bidders. No faxed or  ed bids will be accepted. Bids received after the closing time will not be accepted. KEN BASS DIRECTOR OF PURCHASING 214 NORTH 5 TH STREET WACO, TEXAS 76701 (254) 757-5016 FAX (254) 757-5068 Notice to Bidders Sealed bids will be received by the McLennan County Purchasing Department at

More information

PROJECT NUMBER: BAN-2015-CON-A1

PROJECT NUMBER: BAN-2015-CON-A1 THE PALM BEACH COUNTY HOUSING AUTHORITY INVITATION TO BID PROPOSALS GENERAL CONTRACTORS REHABILITATION OF BANYAN CLUB APARTMENTS 2300 BANYAN LANE, WEST PALM BEACH, FL 33415 PROJECT NUMBER: BAN-2015-CON-A1

More information

DATE: January 8, 2019 LOI NO REQUEST FOR LETTERS OF INTEREST PHASE I REDESIGN OF SCHOOL KITCHEN/CAFETERIA (APPROXIMATELY 2500 SQ FEET)

DATE: January 8, 2019 LOI NO REQUEST FOR LETTERS OF INTEREST PHASE I REDESIGN OF SCHOOL KITCHEN/CAFETERIA (APPROXIMATELY 2500 SQ FEET) DATE: January 8, 2019 LOI NO. 1-2019 ALL INTERESTED PARTIES: REQUEST FOR LETTERS OF INTEREST Palm Bay Education Group, Inc., hereinafter referred to as Palm Bay, will receive sealed Letters of Interest

More information

DATE ISSUED: 10/20/ of 13 UPDATE 103 CV(LEGAL)-P

DATE ISSUED: 10/20/ of 13 UPDATE 103 CV(LEGAL)-P Note: For information on procuring goods and services under Education Code Chapter 44, see CH. Board Authority Delegation of Authority Contracts Valued at or Above $50,000 A district may adopt rules as

More information

GENERAL CONDITIONS. 6. BID PRICES are to remain firm for one (1) year from date of award, unless otherwise specified.

GENERAL CONDITIONS. 6. BID PRICES are to remain firm for one (1) year from date of award, unless otherwise specified. GENERAL CONDITIONS THE WORDS BIDS, PROPOSALS, QUOTES AND THEIR DERIVATIVES MAY BE USED INTERCHANGEABLY IN THESE TERMS AND CONDITIONS. THESE TERMS AND CONDITIONS ARE APPLICABLE ON ALL BIDS, PROPOSALS, QUOTES,

More information

REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO

REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO. 018-017 NOTICE The Liberty Public School District #53 (District) will accept proposals for video interviewing software as described in the attached

More information

BID REQUIREMENTS INVITATION TO BID #C19-14

BID REQUIREMENTS INVITATION TO BID #C19-14 BID REQUIREMENTS INVITATION TO BID #C19-14 The Board of Public Education for the City of Savannah and the County of Chatham, the body corporate responsible for public education in the city of Savannah

More information

Glenwood/Bell Street Well Pump and Piping Construction

Glenwood/Bell Street Well Pump and Piping Construction SPECIFICATIONS BID 1-16 Glenwood/Bell Street Well Pump and Piping Construction THE CITY OF AVON PARK FLORIDA December 21 th, 2015 NOTICE TO BIDDERS INVITATION TO BID -- BID # 1-16 The City of Avon Park

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

PLEASANTVILLE HOUSING AUTHORITY

PLEASANTVILLE HOUSING AUTHORITY PLEASANTVILLE HOUSING AUTHORITY REQUEST FOR PROPOSALS/QUOTES - PROFESSIONAL SERVICES FEE ACCOUNTANT SUBMISSION DATE: Insert Date PUBLIC NOTICE FOR REQUEST FOR PROPOSALS/QOUTE - PROFESSIONAL SERVICE CONTRACT

More information

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217 NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217 Request for Competitive Sealed Proposals will be received in the Office of the Executive Director of Procurement & ecommerce

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

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS REQUEST FOR QUALIFICATIONS The Lorain County Board of Commissioners is seeking proposals from qualified interested parties to serve as CONSTRUCTION MANAGER for the review of bidding documents, contract

More information

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia, City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station #1 4539 Jonesboro Rd., Forest Park, Georgia, 30297. Mandatory Pre-Proposal Conference March 7, 2017 at 10 am Bid Deadline

More information

Request for Proposal # Executive Recruitment Services

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

More information

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID INVITATION TO BID Sealed bid proposals, plainly marked "Electrical Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,

More information

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404)

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404) City of Forest Park Request for Proposals for the Forest Park Urban Redevelopment Agency (URA) Installation Ft. Gillem Forest Park, Georgia 30297 Mandatory Pre-Proposal Conference September 29, 2015 at

More information