REQUEST FOR PROPOSAL (RFP) for Consultation Services:

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL (RFP) for Consultation Services:"

Transcription

1 HEMPSTEAD UNION FREE SCHOOL DISTRICT OFFICE OF BUSINESS AND OPERATIONS REQUEST FOR PROPOSAL (RFP) for Consultation Services: State Government Liaison and Owner s Representative for Construction of New School Buildings Opening Date: Thursday, March 13, 2014 Time: 3:00 p.m. Location: Hempstead UFSD Business Office 185 Peninsula Blvd Hempstead, NY 11550

2 TABLE OF CONTENTS A. Introduction... 3 B. Proposal Schedule... 3 C. Scope of Services... 4 I. GOVERNMENT LIAISON SERVICES... 4 II. OWNER S REPRESENTATIVE SCOPE OF SERVICES: ) SITE ACQUISITION PHASE ) PRE-CONSTRUCTION PHASE... 5 A. Establish and Document Project Requirements B. Design Team Management; Construction Team Selection and Management... 5 C. Project Management and Controls D. Project Budget ) CONSTRUCTION PHASE... 8 A. Project Management & Controls ) PROJECT CLOSEOUT A. Substantial Completion B. Final Completion D. Contract Term E. Mandatory Items to be included in Proposal Responses (Requirements) F. Submission Instructions G. Criteria for Evaluating RFP Responses H. General Information Incurring Cost Rejection of Proposals Addenda to Request for Proposals Contract Negotiations No guarantee of Work even if awarded a Contract Additional Information Disclosure of proposal contents Independent Price Determination Ownership of Information: Examination of Records: Subcontracting: Negotiated Changes: Disclaimer: I. General Conditions for Applicants J. Additional Demonstrative Materials K. Award of Contract L. No guarantee of Work even if awarded a Contract M. Protest Policy APPENDIX A COST PROPOSAL CERTIFICATION General Bid Certification Proposed Cost Breakdown State Law Compliance: Non-Collusive Bidding Certification... 21

3 4. The District s Anti-Collusion Certification APPENDIX B PROGRAM DESCRIPTION AND STAFFING APPENDIX C BUSINESS HISTORY FORM APPENDIX D PRINCIPAL QUESIONNAIRE FORM APPENDIX E STANDARD CONTRACT CLAUSES Independent Contractor No Arrears, No Default, No Prior Litigation with the District Compliance With Law Minimum Service Standards Indemnification; Defense; Cooperation Insurance Assignment; Amendment; Waiver; Subcontracting Termination Accounting Procedures; Records Limitations on Actions and Special Proceedings Against the District Consent to Jurisdiction and Venue; Governing Law All Legal Provisions Deemed Included; Severability; Supremacy; Construction Executory Clause EXHIBIT F EQUAL EMPLOYMENT OPPORTUNITIES FOR MINORITIES AND WOMEN APPENDIX G CERTIFICATE OF COMPLIANCE WITH NASSAU COUNTY LIVING WAGE LAW APPENDIX H IRAN DIVESTMENT ACT COMPLIANCE RIDER FOR SCHOOL DISTRICTS APPENDIX I CONSULTANT INSURANCE REQUIREMENTS APPENDIX J FINANCIAL STATEMENT OF THE APPLICANT APPENDIX K ACKNOWLEDGMENT OF FREEDOM OF INFORMATION LAW DISCLOSURE APPENDIX L ACKNOWLEDGMENT OF DISTRICT S RIGHT TO REJECT REQUESTS FOR PROPOSAL APPENDIX M TERM OF CONTRACT & EARLY TERMINATION APPENDIX N SIGNATURE PAGE... 56

4 A. Introduction The Hempstead Union Free School District (hereafter, District ) is requesting proposals from qualified interested persons (hereafter, alternatively, the Applicants or Bidders or Proposers ) to provide consulting services to (1) serve as the District s Government Liaison to help the District obtain funding from New York State government sources, consisting of grants for the construction of new school buildings within the District, and if the District is successful in obtaining such funding, then thereafter to provide updates and to maintain liaison contacts with New York State government concerning the progress made by the District in constructing such new school buildings; and (2) serve as the District s Owner s Representative during the construction resulting therefrom. The District is committed to a policy of equal opportunity and does not discriminate against vendors on the basis of age, sex, sexual orientation, race, color, creed, religion, ethnicity, national origin, disability, marital status, familial status, veteran status or any other basis protected under federal, state, and local laws, regulations and ordinances. B. Proposal Schedule RFP Issue Date February 28, 2014 RFP Packet Pick up/download date March 5, 2014 after 2:00p.m. Proposal Due Date & Time March 13, 2014 at 3:00p.m. Open Date & Time March 13, 2014 at 3:00p.m Award Date On or about March 14, 2014 To be considered, proposals must be submitted no later than 3:00 p.m., on Thursday, March 13, All RFP Responses shall be opened at 3:00 p.m. on Thursday, March 13, Late proposals will not be considered. Please submit proposals to: Hempstead Union Free School District Business Office 185 Peninsula Blvd Hempstead, NY If there are any questions regarding the project and the Government Liaison and Owner s Representative services Request for Proposal, you may contact either: (1) Patricia Wright, District Clerk, at the Hempstead Union Free School District, by telephone, at , ext 1130, or by patwilson@hempsteadschools.org; or (2) Robert Cialone, Purchasing Agent, at the Hempstead Union Free School District, by telephone, at , ext 1113, or by rcialone@hempsteadschools.org (hereafter, each, an Authorized Contact Person ). Telephone calls will be entertained only until Thursday, March 12, 2014, at 3:00 p.m.; after the submission deadline, and until such time as an award (awards) has (have) been made, all questions must be submitted by only. After the submission deadline, and until such time as an award (awards) has (have) been made, no contact with any District personnel, other than one of the Authorized Contact Person, is allowed regarding this RFP, and with respect to such communication, only inquiries as to the

5 status of the RFP (whether an award had been issued yet) is appropriate. Violation of this provision may be grounds for immediate disqualification. The applicant should provide a proposal in Appendix B which meets the scope requirements set forth below. C. Scope of Services The Scope of Services (hereafter, Scope ) outlined below has been established for the purpose of achieving and implementing program goals and objectives described in this document. Although the Scope is intended to serve as a reference in the preparation of the proposal, forthcoming proposals may offer additional services that support the goals of this job title and compensation, for the District s review and analysis. I. GOVERNMENT LIAISON SERVICES 1. Attend meetings of the District s Board of Education (hereafter, the BOE ) to provide guidance regarding required resolutions related to the obtaining of funds from NYS Government for the construction of new school buildings, and to obtain data and information from the BOE, concerning growing student population, student programs and special concerns of the District to better serve the students; 2. Attend meetings with the District s Superintendent of Schools (hereafter, the Superintendent ) to promote the objectives established by the BOE consistent with item #1 above; 3. Give general advice and assistance to members of the BOE, as well as the Superintendent, with respect to obtaining funds from NYS Government for the construction of new school buildings, including the development of the budget, selection of design, personnel, and coordinating with NYS Government oversight agencies; 4. Meet with State officials to help the District secure grant monies, as well as formula assistance, as well as other State funds for school construction from the State Legislature; 5. Facilitate meetings between State officials and school officials (the BOE and/or the Superintendent) on an as-needed basis to gain insight on the needs of the District and the needs of the community (parents and students) served by the District; II. OWNER S REPRESENTATIVE SCOPE OF SERVICES: The Owner s Representative firm shall be The District s agent, consultant, advisor, and authorized representative through all phases of the project through completion and occupancy. Owner s Representative services are to be provided during the following phases, which are described in further detail herein: Site Acquisition Preconstruction Phase Bidding/Award Phase

6 Construction Phase Closeout Phase While the scope may vary during the course of the project, at a minimum it is expected that the following be required: 1) SITE ACQUISITION PHASE A. View alternative properties and work with The District leadership to determine appropriate offer price and bidding strategies B. Participate in negotiation process 2) PRE-CONSTRUCTION PHASE A. Establish and Document Project Requirements. a. Meet with team members to establish and document Project Requirements ensuring a complete understanding of the Owner s short and long-term objectives and requirements i. Establish key milestones schedule and project strategy. ii. Site and project logistics requirement iii. Project quality requirements iv. First-Cost vs. Operating Cost priorities v. Project Target Budget b. Attend and chair project team meetings bi-weekly (at a minimum, more if required), including detailed preparation of agenda and minutes. B. Design Team Management; Construction Team Selection and Management a. Review design documents during development for constructability, coordination, completeness and value. Provide a written constructability analysis report with recommendations to the Owner and Architect at the completion of design development and construction documents phases. b. Provide a comprehensive construction cost estimate at the completion of the Design Development phase and Construction Drawing phase. Make recommendation to the Owner if the estimated costs exceed the Owner s budget.

7 c. Prepare a value engineering report including recommendations to enhance the design effort at the completion of design development phase evaluating alternative materials and systems. d. Analyze the project requirements and develop a site logistics and phasing plan to allow for construction activities. e. Assist the architect with issuance of a construction bid packages, summary of work, phasing, general condition, etc. f. Generate list of local qualified contractors and assist the architect with responses to contractor s questions. g. Develop a list of additional consultants that may be needed for the project and review with Owner. Assist with hiring consultants including writing RFP and managing bid/selection process including advising on process, analyzing proposals, assisting with negotiations, reviewing draft of standard agreements. h. Develop a Request for Proposal for a Construction Manager (hereafter, the CM ) consistent with this project s requirements, conduct pre-bid conferences and solicit responses from three of more qualified CM firms. i. Assist Owner in the award of the contract and negotiation of appropriate terms in the CM agreement with the selected contractor. j. Develop a Request for Proposal for a General Contractor (hereafter, the GC ) consistent with this project s requirements, conduct prebid conferences and solicit responses from three of more qualified GC firms. k. Provide a complete analysis of the proposing GCs RFP responses including the development of direct comparisons and recommendations. l. Assist Owner in the award of the contract and negotiation of appropriate terms in the GC agreement with the selected contractor. m. Assist the CM and GC in developing qualification criteria and recommending qualified sub-contractors to bid and assist in developing and managing the sub-contractor RFP Process. C. Project Management and Controls.

8 a. Establish and implement the appropriate financial and administrative controls for the remaining portions of the design phase of the project. b. Monitor the design process including incorporation of program requirements into the design, monitor probes and investigations in behalf to the Owner and assist in the dissemination of information to consultants for their incorporation into the design. c. Assist Owner s local counsel and all consultants. d. Attend meetings with public agencies and assist in obtaining permits, approvals, and other authorizations necessary for the development, construction and operation of the project. e. Work with CM and GC to prepare a Project Schedule, incorporating pre-construction and proposed construction activities and the coordination with the Owner s ingoing operations. Project schedule will provide enough detail to show: i. Design process activities ii. Architect/Engineer and Consultant activities iii. Approvals for all government agencies iv. Identification, tracking and expediting of long lead materials and equipment v. Construction bidding process vi. Schedule of major construction activities vii. Occupancy and Closeout f. Monitor and update project schedule biweekly during the preconstruction phase. g. Provide day-to-day interface with CM and GC and Owner s operational personnel to plan work and safety of operating facility. h. Monitor and regular update schedule based on impacts due to design changes, field condition, results of probes and investigations and other related impacts. i. Manage the value engineering process by: i. Establishing criteria for variations in the schematics ii. Regular project meetings to discuss ideas and suggestion iii. Discussing alternatives with the specialty contractors iv. Investigating current market trends and capabilities v. Reporting and regular feedback to project team

9 j. Assist the architect with contractor questions and maintain an RFI Log. D. Project Budget a. Prepare a Master Project Budget including consultants, construction, FFE, Information Technology, Security and other related costs and contingencies including: i. List of all hard and soft cost items ii. List of all document with issue dates iii. List of qualifications, assumptions and allowances iv. Allowanced for temporary construction activities due to the planning of construction v. Modify and update the estimate at the conclusion of each phase of design b. Monitor and advise the owner of variance and available means to mitigate variances. Advise on options with differing impact or consequences. c. Work with Project Team to generate a cash flow forecast for the Project and update the same on regular basis. 3) CONSTRUCTION PHASE A. Project Management & Controls a. Once construction has started, act on behalf of Owner for all construction matters, except as otherwise directed by the Owner. Coordinate the work of the CM and GC with the operations, activities and responsibilities of the Owner and Project Team. Provide sufficient personnel with authority to achieve these objectives: i. Provide assessments and evaluations of the CM s assigned onsite staff and GC s project management team, concerning their experience and day-to-day effectiveness, in providing services to the District as required by their contracts. ii. Schedule and conduct, as required, weekly Project Meetings at which Owner, CM and GC, Project Team to discuss such matters as procedures, progress, problems scheduling, phasing and coordination with ongoing operations and other issues relevant to the successful completion of the work. Ensure the preparation and distribution of minutes of all meetings and shall track the progress of all action on items outlined.

10 iii. Arrange for storage of any Owner purchased items iv. Provide or cause to be provided a detailed schedule for the operations of CM and GC on the project, including realistic activity sequences and durations, allocation of labor and materials, processing of shop drawings and samples and delivery of products requiring long lead time procurement; v. Provide regular monitoring of the schedule and safety as construction progresses. Identify and report on potential variances between scheduled and probable completion dates. Review schedule for work not started or incomplete and recommend to Owner, CM and GC adjustments in the schedule to meet their required completion date; vi. Recommend courses of action to Owner when requirements of any contracts are not being fulfilled. vii. Coordinate the periodic inspection by the architect and other necessary consultants on the work of the contractors. viii. Consult with the architect if any contractor requests interpretations of the meaning and intent of the drawings and specifications, and assist in the resolution of any questions, which may arise. Confer with Owner on any disputes requiring resolution through arbitration under the terms of the construction documents. ix. In collaboration with the architect, establish and implement procedures for tracking and expediting the processing and approval of shop drawings and samples. x. Record the progress of the project. Submit written progress reports to Owner, including information on the contractors and work, the percentage of completion and the number and amounts of change orders. xi. Receive contractor shop drawings, product data and samples and maintain log. Monitor Architect/Engineer for timely responses. xii. Cause CM and GC to maintain at the project site, on a current basis: records of all contracts; shop drawings; samples; purchases; materials; equipment; applicable handbooks; federal, commercial and technical standards and specifications; maintenance and operating manuals and revisions which arise out of the construction documents or the work. b. Cost Tracking & Reporting i. Manage the Project Budget developed during Pre-Construction and monitor the CM and GC s Anticipated Cost Report ensuring that all project related costs are tracked in a timely and accurate manner and reported in regular updates. ii. Provide regular monitoring (at least monthly) of the anticipated final cost report, showing actual costs for activities in progress

11 and estimates for uncompleted tasks. Identify variances between actual and budgeted or estimated costs, and advise Owner whenever projected costs are anticipated to exceed budgets or estimates. iii. Meet with the Owner regularly to provide executive level updates regarding project status. iv. Revise and refine the anticipated final construction cost, incorporating pending and approved changes, and potential exposures as they occur, and update develop cash flow reports and forecasts as needed. v. Arrange for the maintenance of cost accounting records on authorized work performed under unit costs, actual costs for labor and materials, or other bases requiring accounting records. vi. Maintain a daily construction log. vii. Develop, implement and manage a system for review and processing of change orders. viii. Recommend necessary or desirable changes to Owner and the architect, review requests for changes, submit recommendations to Owner and the architect, and assist in negotiating change orders ix. Develop, implement and manage a procedure for the review and processing of applications by contractors for progress and final payments. Confirm all relevant attachments including certified payroll reports; affirmative action reports, etc. are included. Make recommendations for certification to Owner for payment. 4) PROJECT CLOSEOUT Assist in closing out construction and all contracts as detailed below A. Substantial Completion a. Upon the determination by the contractor of "substantial completion" of the project or designated portions thereof, direct the architect's preparation of a list of incomplete, unsatisfactory or non-confirming items "Punch List Items" required for completion/remedy prior to certification of substantial completion. b. After the architect certifies the date of "substantial completion", facilitate and monitor the contractor's completion of and the architect's review and approval of all punch list work. c. Coordinate with Owner's maintenance personnel and monitor the inspection of utilities, operating systems and equipment for readiness and assist in their initial start-up and testing.

12 d. Facilitate any required training of Owner's maintenance personnel. B. Final Completion a. Coordinate the architect's determination of final completion and provide written notice to Owner and architect that the work is ready for final inspection. b. Secure and transmit to the Owner and/or architect required guarantees, affidavits, releases, bonds and waivers. c. Turn over to Owner all keys, manuals, record drawings and maintenance stocks. Assist Owner's expediting consultant and other related vendors/contractors in obtaining temporary certificates of occupancy and permanent certificates of occupancy for the improvements, filing all notices of completion, coordinating final payment and securing final conditional lien releases and any other activities which may be required to occupy the project. D. Contract Term It is the intent to award a contract for a three (3) year period: with two (2) one-year options, each option to renew for an additional one (1) year period, for a possible total term of five (5) years, subject to the District s right of early termination as provided in the contract. The decision to renew the contract will be at the sole discretion of the District. E. Mandatory Items to be included in Proposal Responses (Requirements) All proposals must state the period for which the proposal shall remain in effect (i.e., how much time does the District have to accept or reject the proposal under the terms proposed). Such period shall not be less than 180 days from the proposal date. All proposals must contain the following: 1. Cost Proposal Form attached as Appendix A. 2. Proposed approach to the Scope of Work attached as Appendix B, containing a complete written description of Applicant s Proposal. 3. A duly completed and verified Business History Form attached as Appendix C, together with a current certified or verified financial statement and/or other

13 commercially reliable written evidence of the Applicant s credit, financial standing and capacity to perform in accordance with the terms of the Contract. 4. Any individuals who hold a ten percent (10%) or greater ownership interest in the proposer, as well as any officers of the proposer, shall complete an verify the Principal Questionnaire attached as Appendix D. 5. Acknowledgment forms, confirming acceptance of certain standard contract clauses for consultants engaged to provide Professional Services to the District, as set forth in Appendix E. 6. Equal Opportunities for Minorities and Women Certificate of Compliance, attached as Appendix F. 7. Living Wage Law Certificate of Compliance, attached as Appendix G. 8. Disclosure and Acknowledgment Forms, attached as Appendix H, Appendix I, Appendix J, Appendix K, Appendix L, Appendix M and Appendix N. 9. The Applicant s Exceptions to the RFP Requirements, if any (as per F below). 10. All submissions must be signed on the designated signature line by an officer or authorized agent of the Applicant. 11. Additional information that you believe pertinent to the District s requirements. F. Submission Instructions Each proposal shall be prepared simply and economically avoiding the use of elaborate promotional materials beyond those sufficient to provide a complete, accurate, and reliable presentation. For ease of review, the proposals must follow the outline in the section of this RFP, titled Mandatory Proposal Response Requirements. Each response should be clearly numbered and the full question listed. The proposals must be signed by an individual who is authorized to find the proposer to all commitments made in the proposal. The original and eight (8) copies of the proposal, together with all attachments, for a total of nine (9) packets, must be submitted to the District in a sealed opaque envelope no later than 3:00pm EST on Thursday, March 13, No telegraphic or facsimile proposals will be accepted. All RFP Responses shall be opened at 3:00 p.m. on Thursday, March 13, Late proposals (proposals received after the above date and time) will not be considered (and may either be discarded or returned unopened). The District is under no obligation to return proposals. It is each Applicant s responsibility to carefully review all the requirements of this RFP, including the scope of work, the specifications and terms and conditions. It is further the proposer s responsibility to ask questions, request clarifications, or otherwise advise the District

14 if any language, specifications or requirements of this RFP appear to be ambiguous, contradictory, or to inadvertently restrict or limit the Applicants that could meet the requirements of this RFP to a single source. If an Applicant takes exception to any requirement of this RFP, the Applicant must clearly set forth the exception in its proposal, referencing the affected RFP section, paragraph and page. The Applicant must set forth the reason(s) for the exception and indicate what (if any) alternative is being offered by the Applicant. The District shall determine (in its sole discretion) the acceptability of any proposed exception(s). Where the District rejects a proposed exception, the District may offer the vendor an opportunity to withdraw its exception and propose an alternative. However, even where the District does not reject a proposed exception to the RFP, the District may evaluate such an objection and choose, on the basis thereof, not to negotiate with the Applicant regarding any such exceptions. Regardless of whether or not the District rejects any proposed exceptions to the RFP, such exceptions will be considered by the District in evaluating the completeness and adequacy of the proposal. Regardless of whether or not the District accepts any proposed exceptions to the RFP by any other Applicant, if an Applicant submits an RFP Response that does not raise such an objection, then such objection shall be deemed waived as to the non-objection Applicant. All Applicants shall be deemed to have accepted all requirement of this RFP to which they have not specifically and clearly stated an exception in their proposal. The District is under no obligation to respond to any question, inquiry or assertion that is not received in writing. Prior to the Open Date, any Applicant may contact either one of the people designated as an Authorized Contact Person, as listed in Section B above. After the Open Date, Applicants who seek to contact the District regarding this RFP, whether for responses, questions, status, or otherwise, are directed to may contact only with the following Authorized Contact Person: Hempstead Union Free School District Business Office Attention: Robert Cialone, Purchasing Agent 185 Peninsula Blvd Hempstead, NY Phone: , ext rcialone@hempsteadschools.org No contact with any other District personnel other than the Authorized Contact Person is allowed until such times as an award (or awards) has (have) been made. Violations of the instructions pertaining to such contact (as set forth in Section B above and this section F) may result in immediate disqualification.

15 G. Criteria for Evaluating RFP Responses Proposal elements, as described above, will be reviewed and evaluated for completeness and responsiveness according to pre-determined standards and selection criteria. Proposals will be deemed responsive only if the Applicant responds to and meets all of the requirements of this RFP. Applicant may be invited for interviews to discuss project requirements and proposal elements in more detail should the Superintendent or BOE request such. The District reserves the right to award all of any part of this project, and to waive any technical irregularities or omissions, or to cancel this RFP and solicit new proposals if, in the District s sole judgment, the best interests of the District will be served. The BOE will evaluate each proposal and use the following for scoring each submission: Selection Criteria 1. Demonstration of experience and ability to complete the work: Overall responsiveness of the proposal; Demonstration of a clear understanding of the requirements portion of the RFP; Clear description of the scope of work needed to satisfy the defined RFP requirements, 2. Knowledge of Government contracting principles Applicant Profile must show: Organization, Capacity, Staffing, Resumes 3. Knowledge in management of such projects: (keeping projects within budget and on schedule): Vendor Profile must show: Organization, Capacity, Staffing, Resumes Acceptability and efficacy of proposed analysis, management and implementation methods and procedures and supporting systems for ongoing project management and implementation support, Previous engagements of similar scope and quality, description of recommendations and alternative approaches that the District might use including rationale for the recommendations or alternative approaches Comprehensive description of why the Applicant can perform the tasks defined in the RFP. 4. Knowledge and experience with providing such government liaison services Vendor Profile must show: Organization, Capacity, Staffing, Resumes Prior public sector experience in project management and Government Liaison Services and related experiences, including references, organizational and technical capacity, and outcome/results of services provided to other similar clients of similar size; Complete substantiation of the organizational structure and capacity to provide and support the proposed services defined in Scope of 15 points 15 points 20 points 15 points

16 Services Resumes of the proposed personnel should show quality/demonstrated skills of proposed personnel Organization description should show resource utilization methods and approach. Comprehensive description of why the Applicant can perform the tasks defined in the RFP. 5. Budgeting, value engineering, and construction logistics expertise Prior public sector experience in project management and Government Liaison Services and related experiences, including references, organizational and technical capacity, and outcome/results of services provided to other similar clients of similar size; Comprehensive description of why the Applicant can perform the tasks defined in the RFP. 15 points 6. Price 20 points TOTAL: 100 points The District will consider any other relevant factors as determined by the selection committee. H. General Information. 1. Incurring Cost. The District shall not be liable for any costs incurred in the preparation and production of a proposal in response to this RFP or for any work performed prior to the issuance of a contract. 2. Rejection of Proposals. This RFP does not commit the District to award a contract, or to procure, or to contract for services or supplies. Notwithstanding any other provisions of this RFP, the District reserves the right to award a contract for the work covered by this RFP to the Applicant, or portions of the work covered by this RFP to Applicants, who best meet the requirements of the RFP, and not necessarily to the lowest cost Applicant. The District reserves the right to accept or reject any or all proposals received as a result of this RFP; to negotiate with all qualified Applicants; and/or to cancel in whole or in part this RFP, if such cancellation is in the interests of the District to so do, as determined by the District, in its sole discretion. The District may require the Applicant(s) selected to receive an award of a contract for the work covered by this RFP to the Applicant, or portions of the work covered by this RFP, to participate in negotiation and to submit any price, technical information, revisions or alternates for parts or all of its/their proposals as may result from negotiations.

17 3. Addenda to Request for Proposals. Amendments to this RFP may be necessary prior to the closing date and will be furnished by mail to all prospective Proposers who have requested these materials. 4. Contract Negotiations. The District intends to enter into contract negotiations with the Applicants recommended by the Superintendent and/or selected by the BOE, who shall be required to enter into a written contract with the District in a form approved by legal counsel for the District. The contract usually includes, without limitation, the standard clauses set forth in Appendix E attached hereto. This RFP and the proposal, or any part thereof, may be incorporated into and made a part of the contract. The contract may contain provisions not contained herein. The District reserves the right to negotiate the terms and conditions of the contract with the selected Applicant(s), if any. These negotiations could include all aspects of services and fees. Neither the selection of an Applicant nor the negotiation of the contract with such Applicant(s) shall constitute the District s acceptance of the proposal or a binding commitment on behalf of the District to enter into a contract with such Applicant(s), as any binding arrangement must be set forth in the contract signed by both parties and is subject to all requisite approvals. 5. No guarantee of Work even if awarded a Contract. Even if the District awards a contract for the work covered by this RFP to an Applicant, or portions of the work covered by this RFP to multiple Applicants, such award does not guarantee that a certain amount of work shall be given to the Applicant(s) to perform for the District before the District may terminate the contract or elect not to proceed with the Work covered by such contract. The District reserves the right, even after a contract is entered into with an Applicant, to cancel the contract, in whole or in part, if such cancellation is in the interests of the District to so do, as determined by the District, in its sole discretion. See, the standard contract clauses for consultants providing Professional Services to the District, as set forth in Appendix E attached hereto. See also, Appendix K. 6. Additional Information. The District may award a contract based upon offers received without discussion of such offers with the other Applicants under consideration. Each offer, therefore, should be submitted in the most favorable terms that the Applicants can offer the District from a price and technical standpoint. However, the District reserves the right to request additional data or to hold oral discussions, conduct interviews, and/or ask for presentations in support of written proposals from any and all of the Applicants, in the course of the District making a decision upon whom to award a contract. In addition, the District reserves the right to make on-site visits to any Applicant s place of business to assess and/or evaluate that Applicant s qualifications. 7. Disclosure of proposal contents. The District will withhold proposals submitted under this RFP from disclosure, unless otherwise required by law, including, but not limited to, the Freedom of

18 Information Law (hereafter, FOIL ). Applicants shall indicate in their proposals any information they submit that they feel is exempted from disclosure under FOIL. In the event that the District determines that any or all of such information is required by applicable law to be disclosed, the District will notify the Applicant in advance of such disclosure to enable the Applicant to take such action as it deems appropriate to protect such information from disclosure, to the extent permitted by law. Copies of executed contracts are not exempt from disclosure under FOIL. 8. Independent Price Determination. By submission of its offer, the Applicants certify (and in the case of a joint offer, each party thereto certifies as to its own organization) that, in connection with procurement, the following is true: A. The prices in this offer have been arrived at independently, without consultation, communication, or agreement for the purpose of restricting competition, as to any matters relating to such prices with any other Applicant or competitor; and B. Unless otherwise required by law, the prices which have been quoted in this offer have not been knowingly disclosed by the Applicants prior to award, directly or indirectly, to any other Applicant or competitor; and C. No attempt has been made or will be made by the Applicant to induce any other person or firm to submit or not to submit an offer for the purpose of restricting competition; and D. No elected or appointed official or employee of the District shall benefit financially or materially from this contract; and E. The Applicant acknowledges that the District may terminate this contract if gratuities were offered or given by the Applicant to any elected or appointed official or employee of the county, or any person in agency to any such official or employee. 9. Ownership of Information: All materials submitted in response to this RFP will become the property of the county. 10. Examination of Records: In submitting a proposal, the successful Applicant agrees that the District shall have access to and the right to examine directly all pertinent documents, papers and records of the Applicant and/or any sub-applicant (and in the case of a joint offer, each party/organization thereto) as related to any contract and/or subcontract resulting from this RFP until six years after final payment has been made pursuant to any contract awarded as a result of the District s acceptance of the Applicant s proposal. 11. Subcontracting: The Applicant will be responsible for the entire contract performance. The Applicant must indicate in the RFP if it intends to use a sub-contractor for any part of the work. If so, the Applicant shall identify each sub-contractor by name, business address and expertise, and must include the name(s) of the principal(s) of the

19 subcontracting entity. A full description of the tasks to be performed by the subcontractor must be included. The Applicant will not be permitted to subcontract any part of the contract or any of the rights and obligations thereunder without the prior written approval of the District. 12. Negotiated Changes: In the event that negotiated changes occur after the awarding of the contract, the same pricing policies called for in the original contract will remain in effect. 13. Disclaimer: The District and its respective officers, directors, agents, members and employees make no representation or warranty and assume no responsibility for the accuracy of the information set forth in this RFP. Further, the District does not warrant nor make any representations as to the quality, content, accuracy or completeness of the information, text, graphics, links or other facet of this RFP once it has been downloaded or printed from this or any server, and hereby disclaims any liability for technical errors or difficulties of any nature that may arise in connection with the Website on which this RFP is posted, or in connection with any other electronic medium utilized by any Applicant(s) or potential Applicant(s), any sub-applicant (and in the case of a joint offer, each party/organization thereto), in connection with or otherwise related to this RFP. I. General Conditions for Applicants. 1. The Applicants will be required to pay its employees a living wage in compliance with Nassau County Local Law No (the Living Wage Law ), if applicable, and also to pay the prevailing wage rate as published by the New York State Department of Labor, if applicable, and comply with all applicable portions of New York State Labor Law. 2. Applicant is bound by, and shall comply with, the terms of the Standard Contract Clauses for Consultants proving Professional Services to the District, in the form attached hereto as Appendix E; 3. Without in any way limiting the generality of the Applicant s undertaking to be bound by the terms of the Standard Clauses for District Contracts, attached hereto as Appendix E, Applicant is bound by, and shall comply with, the terms of Appendix F, and if the Applicant fails to comply with same, the District may terminate considering the Applicant for an award of a contract, and if a contract had already been offered or issued or executed or performed upon, then the District may terminate such contract. 4. The contract shall provide that in the event of any material misrepresentation by the Applicant in its proposal, then the District shall have the rights to immediately terminate considering the Applicant for an award of a contract, and if a contract

20 had already been offered or issued or executed or performed upon, then the District may terminate such contract. 5. The contract shall also provide that in the event the Applicant, or any of its principals, or any sub-applicant or sub-contractor, or any of its principals, (and in the case of a joint offer with the Applicant, then each party/organization thereto, or any of their principals), are convicted of a misdemeanor or felony during the term of the agreement, or are found by a Court of competent jurisdiction to be culpable of any act of moral turpitude, then the District shall also have the rights to terminate considering the Applicant for an award of a contract, and if a contract had already been offered or issued or executed or performed upon, then the District may terminate such contract J. Additional Demonstrative Materials. Parties are encouraged to provide as much additional material and detail as possible to completely describe and demonstrate the Proposal. K. Award of Contract. The District shall select an Applicant or Applicants (which may be a single firm or multiple firms) by means of a Notice of Award issued by the BOE. Neither the selection of an Applicant nor the issuance of a Notice of Award shall constitute the District s acceptance of the proposal or a binding commitment on behalf of the District to enter into a contract with the Applicant, as any binding arrangement must be set forth in definitive documentation signed by both parties and shall be subject to all requisite approvals. L. No guarantee of Work even if awarded a Contract. Even if the District awards a contract for the work covered by this RFP to an Applicant, or portions of the work covered by this RFP to multiple Applicants, such award does not guarantee that a certain amount of work shall be given to the Applicant(s) to perform for the District before the District may terminate the contract or elect not to proceed with the Work covered by such contract. The District reserves the right, even after a contract is entered into with an Applicant, to cancel the contract, in whole or in part, if such cancellation is in the interests of the District to so do, as determined by the District, in its sole discretion. See, the standard clauses set forth in Appendix E attached hereto.

21 M. Protest Policy. As indicated in Section F, all questions or concerns regarding this RFP must be directed to the designated Authorized Contact Person. If an Applicant believes that a concern has not been satisfactorily addressed, it may submit a Formal Protest, pursuant to the District s Protest Procedure, from an Authorized Contact Person designated in B above.

22 APPENDIX A COST PROPOSAL CERTIFICATION The undersigned, being a principal of the Applicant, certifies that the following is true: 1. General Bid Certification The Bidder certifies that he/she will furnish, at the prices herein quoted, the materials equipment and/or services proposed on this bid. 2. Proposed Cost Breakdown Applicant will provide a cost breakdown of each component listed in the scope of services along with a total cost for the project 3. State Law Compliance: Non-Collusive Bidding Certification By submission of this bid proposal, the bidder certifies that he/she is complying with Section 103-d of the General Municipal Law as follows: 1) Statement of non-collusion in bids and proposals to political subdivision of the state. Every bid or proposal hereafter made to a political subdivision of the state or any public department, agency or official thereof where competitive bidding is required by statute, rule, regulation, or local law, for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed by the bidder and affirmed by such bidder as true under the penalties of perjury: Non-collusive bidding certification. (a) By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) the prices in this bid have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; and (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any; other bidder or to any competitor; and (3) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. (b) A bid shall not be considered for award nor shall any award be made where (a) (1) (2) and (3) above have not been complied with; provided, however, that if in any case the bidder cannot make the foregoing certification, the bidder shall so state and shall furnish with the bid a signed statement which sets forth in detail the reasons thereof. Where (a) (1) (2) and (3) above have not been complied with, the bid shall not be considered forward nor shall any award be made unless the head of the purchasing unit of the political subdivision; public department, agency or official thereof to which the bid is made, or his designee, determines

23 APPENDIX A Page 2 of 4 that such disclosure was not made for the purpose of restricting competition. The fact that a bidder (a) has published price lists, rates, or tarrifs covering items being procured, (b) has informed prospective customers of proposed or pending publication of new or rebised price lists for such items, or has sold the same items to other customers at the same prices being bid, does not constitute, without more, a disclosure within the meaning subparagraph one (a). 2) Any bid hereafter made to any political sub-division of the state or any public department, agency or official thereof by a corporate bidder for work or services performed or to be performed or goods sold or to be sold, where competitive bidding is required by statute, rule, regulation or local law, and where such bid contains the certification referred to in subdivision one of the section, shall be deemed to have been authorized by the board of directors of the bidder, and such authorization shall be deemed to include the signing and submission of the bid and the inclusion therein of the certificate as to non-collusion as the act and deed of the corporation. 4. The District s Anti-Collusion Certification By submission of this Proposal, undersigned hereby certifies that he/she is a principal of the Applicant firm seeking an award of a contract from the District, that each person signing on behalf of the Applicant firm has the authority to do so on behalf of himself/herself as well as for any other person certifying for the Applicant, and in the case of a joint Proposal, each signatory hereto certifies as to his/her own organization, under the penalty of perjury, that, to the best of his or her knowledge and belief, that the following statements are true: a. The prices of this Proposal have been arrived at independently without collusion, consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other Applicant or with any competitor; and b. Unless otherwise required by law, the prices which have been quoted in this Proposal have not been knowingly disclosed by the Applicant and will not knowingly be disclosed by the Applicant prior to the opening of this Proposal, directly or indirectly, to any other Applicant or to any competitor; and c. No attempt has been made or will be made by the Applicant to induce another person, partnership or corporation to submit or not to submit a proposal for the purpose of restricting competition. d. The undersigned has carefully examined the Proposal and Contract Documents and agrees to perform this contract and to provide all services, labor, material and equipment necessary for this contract, free of any collusion, consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such prices, with any other Applicant or with any competitor. SUBMITTED BY: (Applicant Firm s Name) APPROVED AND SUBMITTED BY: (Signature) PRINT NAME: DATE:

24 APPENDIX B PROGRAM DESCRIPTION AND STAFFING Please provide a complete written description of the Proposal, including the following information: a. Staffing: Biography description ( Bio ) of each of the firm s principals, as well as staff expected to be assigned to this project. b. Detail prior experience in the area of the Consultation RFP delineated Scope of Services. c. Detail prior experience with public sector clients (similar size and scope). d. Detailed cover letter on the firm s letterhead indicating EIN number and the name of the parties authorized to discuss and/or enter into negotiations with District with respect to this proposal. (USE ADDITIONAL SHEETS IF NECESSARY) SUBMITTED BY: (Applicant Firm s Name) APPROVED AND SUBMITTED BY: (Signature) PRINT NAME: DATE:

FREEPORT HOUSING AUTHORITY Request for Proposals for Landlord-Tenant Legal Services ( RFP ) December 22, 2016

FREEPORT HOUSING AUTHORITY Request for Proposals for Landlord-Tenant Legal Services ( RFP ) December 22, 2016 FREEPORT HOUSING AUTHORITY Request for Proposals for Landlord-Tenant Legal Services ( RFP ) December 22, 2016 INTRODUCTION The Freeport Housing Authority (the "Authority") solicits proposals to provide

More information

APPENDIX A STANDARD CLAUSES FOR SCHUYLER COUNTY CONTRACTS PLEASE RETAIN THIS DOCUMENT FOR FUTURE REFERENCE.

APPENDIX A STANDARD CLAUSES FOR SCHUYLER COUNTY CONTRACTS PLEASE RETAIN THIS DOCUMENT FOR FUTURE REFERENCE. PLEASE RETAIN THIS DOCUMENT FOR FUTURE REFERENCE. TABLE OF CONTENTS Section. Page. 1. Relationship of parties. 2 2. Executory clause 2 3. Extensions, renewals, modifications. 2 4. Non-assignment clause.

More information

Request for Proposal Transition/Vocational Services RFP No

Request for Proposal Transition/Vocational Services RFP No Putnam Valley Central School District Request for Proposal Transition/Vocational Services RFP No. 2014-15-16 Proposal Submission Due: 12:00 PM, June 15, 2015 Submit Proposal to the Attention of: Jill Figarella,

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

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

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

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES THIS AGREEMENT is made by and between the School District, a political subdivision of the State of California ("DISTRICT"), and, a California corporation,

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

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

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

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

More information

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

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

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

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

More information

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

More information

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO REQUEST FOR PROPOSAL For 21c Roof Replacement PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO PPLD RFP # 490-18-05 The Pikes Peak Library District (PPLD) invites qualified Roofing Contractors (The Company

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

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor)

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor) OREGON STATE UNIVERSITY CM/GC CONTRACT (Construction Manager/General Contractor) THE CONTRACT IS BETWEEN: OWNER: Oregon State University And CONSTRUCTION MANAGER/ GENERAL CONTRACTOR (referred to as Contractor

More information

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

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

More information

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

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

More information

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO High Plains Library District (HPLD) invites qualified firm to submit a response to a Request for Proposal for legal

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

Request for Proposal Automobile Driver Education Services RFP #

Request for Proposal Automobile Driver Education Services RFP # Putnam Valley Central School District Request for Proposal Automobile Driver Education Services RFP #2018-19-03 Proposal Submission Due: Monday, June 11, 2018 at 2:00 PM Submit Proposal to the Attention

More information

Request for Proposal # Postage Meter Lease & Maintenance Service

Request for Proposal # Postage Meter Lease & Maintenance Service Request for Proposal # 2018-025 Postage Meter Lease & Maintenance Service Due Date: October 19, 2017 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500

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

City of Albany, New York

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

More information

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS For Real Estate Brokerage Services for the Global Center for Health Innovation FIRSTMERIT CONVENTION

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

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

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: Fayetteville School District Business Office ATTN: Lisa Morstad 1000 W, Stone Street Fayetteville, AR 72701 THIS IS NOT A COMPETITIVE BID. The request

More information

REQUEST FOR PROPOSAL FOR THE 5-YEAR UPDATE OF THE OTSEGO COUNTY MULTI-JURISDICTIONAL MULTI- HAZARD MITIGATION PLAN

REQUEST FOR PROPOSAL FOR THE 5-YEAR UPDATE OF THE OTSEGO COUNTY MULTI-JURISDICTIONAL MULTI- HAZARD MITIGATION PLAN REQUEST FOR PROPOSAL FOR THE 5-YEAR UPDATE OF THE OTSEGO COUNTY MULTI-JURISDICTIONAL MULTI- HAZARD MITIGATION PLAN 2013-2018 Submitted by the Otsego County Planning Department Prepared by the Otsego County

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

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES SILVER FALLS SCHOOL DISTRICT REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES DEADLINE FOR RECEIPT OF RFP: TO BE OPENED BY: May 1, 2016 at 3:00 p.m. Superintendent Andy Bellando Silver Falls School District

More information

EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6

EXHIBIT A RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6 EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6 3. PLANNING AND ADMINISTRATION A-6 OF THE PROJECT 4. PRECONSTRUCTION PHASE A-7 5. PRE-BIDDING

More information

PUBLIC NOTICE BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY 1551 HIGHWAY 88 WEST, BRICK, NJ NOTICE OF SOLICITATION FOR RFQs

PUBLIC NOTICE BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY 1551 HIGHWAY 88 WEST, BRICK, NJ NOTICE OF SOLICITATION FOR RFQs PUBLIC NOTICE BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY 1551 HIGHWAY 88 WEST, BRICK, NJ 08724 NOTICE OF SOLICITATION FOR RFQs Notice is hereby given that pursuant to the provisions of N.J.S.A. 19:44A-20.5

More information

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

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

More information

REQUEST FOR SEALED PROPOSALS

REQUEST FOR SEALED PROPOSALS REQUEST FOR SEALED PROPOSALS FOR PROFESSIONAL SERVICES UNDER A FAIR AND OPEN PROCESS CITY REDEVELOPMENT ATTORNEY 2015 CITY OF WOODBURY 33 DELAWARE STREET WOODBURY GLOUCESTER COUNTY NEW JERSEY, 08096 Proposal

More information

REQUEST FOR PROPOSALS FOR General Counsel Legal Services

REQUEST FOR PROPOSALS FOR General Counsel Legal Services REQUEST FOR PROPOSALS FOR General Counsel Legal Services RFP Issued: October 6, 2017 RFP Submission Deadline: November 1, 2017 Issued by: Colusa Groundwater Authority 100 Sunrise Blvd., Suite A Colusa,

More information

REQUEST FOR QUALIFICATIONS DEADLINE: OCTOBER 19, :00 PM PT

REQUEST FOR QUALIFICATIONS DEADLINE: OCTOBER 19, :00 PM PT Roseburg Public Schools Purchasing Department 1419 NW Valley View Drive Roseburg OR 97471 1798 Phone 541 440 4020 Fax 541 440 4000 REQUEST FOR QUALIFICATIONS RFQ Number and Name: 17 653 PROJECT MANAGEMENT

More information

REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER. New Combined Court Facility In Montezuma County

REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER. New Combined Court Facility In Montezuma County REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER New Combined Court Facility In Montezuma County 12/11/2015 Prepared by: Montezuma County 109 W. Main, Room 302 Cortez, CO 81321 Melissa

More information

CAMDEN COUNTY EDUCATIONAL SERVICES COMMISSION 225 White Horse Avenue Clementon, New Jersey 08021

CAMDEN COUNTY EDUCATIONAL SERVICES COMMISSION 225 White Horse Avenue Clementon, New Jersey 08021 CAMDEN COUNTY EDUCATIONAL SERVICES COMMISSION 225 White Horse Avenue Clementon, New Jersey 08021 REQUESTS FOR PROPOSALS NOTICE OF SOLICITATION FOR PROFESSIONAL SERVICES FOR THE 2018-2019 SCHOOL YEAR Notice

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

More information

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Posting Date: April 22, 2013 Response Deadline: May 6, 2013 10:00 a.m. Central Daylight Time (CDT) To: John Machnik,

More information

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES Cecil County Government Purchasing Department Bid #13-13 SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE

More information

OREGON CHILD DEVELOPMENT COALITION

OREGON CHILD DEVELOPMENT COALITION OREGON CHILD DEVELOPMENT COALITION REQUEST FOR QUALIFICATIONS AND QUOTATIONS (RFQQ) For SHAREPOINT CONSULTING SERVICES CONTACT: Nancy.Orem@ocdc.net 1. INTRODUCTION The Oregon Child Development Coalition

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

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

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

More information

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services CTH BB from University Dr. to Pond Road CTH C from CTH F to East Co. Line CTH V from Palmer Road to Amberg Posting Date: May

More information

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR By and Between WILLIAM S. HART UNION HIGH SCHOOL DISTRICT And Dated as of TABLE OF CONTENTS Page RECITALS... 1 PART 1 PROVISION OF CM SERVICES... 1 Section

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San

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

Albany Parking Authority 25 Orange Street Albany, NY

Albany Parking Authority 25 Orange Street Albany, NY Albany Parking Authority 25 Orange Street Albany, NY 12207-2224 REQUEST FOR PROPOSALS RFP-2019-01 Investment Services March 15, 2019 BID DUE DATE: April 3, 2019 This RFP has been developed specifically

More information

Request for Proposals

Request for Proposals RFP #G058 Request for Proposals A/E Design Consulting Services Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301 Proposals must be submitted No later than 1:00 PM March

More information

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST) To: Raymond

More information

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS TABLE OF CONTENTS 1. Executory Clause 3 2. Non-Assignment Clause 3 3. Comptroller s Approval 3 4. Workers Compensation Benefits 3 5. Non-Discrimination

More information

SOMERSET COUNTY INSURANCE COMMISSION

SOMERSET COUNTY INSURANCE COMMISSION SOMERSET COUNTY INSURANCE COMMISSION REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES The Somerset County Insurance Commission ( Commission ) is soliciting proposals through a fair and open process in accordance

More information

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01 State College Area School District 131 West Nittany Avenue State College, PA 16801-4899 REQUEST FOR PROPOSAL RFP #2010/11-01 RFP Title: Labor Negotiator Release of RFP: July 28 2010 Due Date: September

More information

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS September, 2004 TABLE OF CONTENTS 1. Executory Clause 2. Non-Assignment Clause 3. Comptroller s Approval 4. Workers Compensation Benefits 5. Non-Discrimination

More information

Request for Bids. Financial Audit of the Minnesota Legislative Coordinating Commission for Fiscal Year 2015

Request for Bids. Financial Audit of the Minnesota Legislative Coordinating Commission for Fiscal Year 2015 Request for Bids Financial Audit of the Minnesota Legislative Coordinating Commission for Fiscal Year 2015 Solicitor: Minnesota Legislative Coordinating Commission Deadline for Receipt of Bids: 4:00 p.m.,

More information

REQUEST FOR PROPOSAL (RFP) ARCHITECTURAL & DESIGN SERVICES FOR RAWLINGS LIBRARY SPACE PLANNING & INTERIOR RENOVATION

REQUEST FOR PROPOSAL (RFP) ARCHITECTURAL & DESIGN SERVICES FOR RAWLINGS LIBRARY SPACE PLANNING & INTERIOR RENOVATION REQUEST FOR PROPOSAL (RFP) ARCHITECTURAL & DESIGN SERVICES FOR RAWLINGS LIBRARY SPACE PLANNING & INTERIOR RENOVATION REQUEST FOR PROPOSAL DATE: February 16, 2018 PROPOSALS DUE Not Later Than: 3:00PM (Mountain

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

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

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

More information

ATTORNEY-CLIENT MEMORANDUM FOR POTENTIAL ENGAGEMENT OF COUNSEL

ATTORNEY-CLIENT MEMORANDUM FOR POTENTIAL ENGAGEMENT OF COUNSEL ATTORNEY-CLIENT MEMORANDUM FOR POTENTIAL ENGAGEMENT OF COUNSEL TO: FROM: PROSPECTIVE COUNSEL THE LOS ANGELES CITY ATTORNEY S OFFICE DATE: June 9, 2017 RE: REQUEST FOR PROPOSALS (RFP) FOR OUTSIDE HOUSING

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

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

LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES

LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES Submission Date: June 9, 2015 By: Adrian Pollio School Business Administrator/ Board Secretary Page 1 of 19 Lincoln Park

More information

STANDARD CLAUSES FOR NYS CONTRACTS

STANDARD CLAUSES FOR NYS CONTRACTS STANDARD CLAUSES FOR NYS CONTRACTS The parties to the attached contract, license, lease, amendment or other agreement of any kind (hereinafter, "the contract" or "this contract") agree to be bound by the

More information

BID ON LIQUID ZINC ORTHOPHOSPHATE & LIQUID POLYPHOSPHATE

BID ON LIQUID ZINC ORTHOPHOSPHATE & LIQUID POLYPHOSPHATE Book No. BID ON LIQUID ZINC ORTHOPHOSPHATE & LIQUID POLYPHOSPHATE SUBMITTED BY: City of Oneida 109 North Main Street Oneida NY 13421 TABLE OF CONTENTS PAGE ADVERTISEMENT - INVITATION TO BID A - 1 INSTRUCTIONS

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP). MEMORANDUM DATE: March 1, 2015 TO: FROM: RE: All Interested Parties Municipal Employees Retirement System of Michigan Request For Proposal For Actuarial Audit Services The Municipal Employees Retirement

More information

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

BID DOCUMENTS For. Printing for PEEF Scholarship Forms BID DOCUMENTS For Printing for PEEF Scholarship Forms Punjab Educational Endowment Fund (PEEF), Link Wahdat Road, Lahore. Tel: 042-99260051-54, Ext: 115 1 Table of Contents Invitation of Bids Instructions

More information

Construction Management-at-Risk Agreement

Construction Management-at-Risk Agreement This ( Agreement ), by and between the Lone Star College ( LSC or Owner ) and ( Construction Manager ), referred to as Party individually or Parties collectively, shall become effective upon the date this

More information

Request for Qualifications

Request for Qualifications Request for Qualifications Barry County Sheriff s Department/Jail Facility and Commission on Aging Facility Consulting Services Barry County 220 W. State St. Hastings, Michigan 49058 Prepared By: Michael

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

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional firms licensed in

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR BID

More information

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

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

More information

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

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

More information

REQUEST FOR PROPOSALS FOR MEDICAL DIRECTOR KNOXVILLE FACILITY RFP # KN

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

More information

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST)

More information

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS 1. Notice to Bidders 2. Bid Form 3. Instructions, Project Scope and Specifications 4. Patriot Park Concession Operation Agreement between Park Board and

More information

STANDARD FORM OF CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES INCLUDING CONSTRUCTION FOR A GUARANTEED MAXIMUM PRICE BETWEEN

STANDARD FORM OF CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES INCLUDING CONSTRUCTION FOR A GUARANTEED MAXIMUM PRICE BETWEEN STANDARD FORM OF CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES INCLUDING CONSTRUCTION FOR A GUARANTEED MAXIMUM PRICE BETWEEN THE DEKALB COUNTY BOARD OF EDUCATION AND THE CONSTRUCTION MANAGER Construction

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

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015 Request for Proposal (RFP) For Printing Services RFP #15-001-44 Posting Date: March 18, 2015 Response Deadline: April 15, 2015 2:00 p.m. Central Standard Time (CST) To: Kristi Yates, Accountant Marinette

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT COUNTY OF STEUBEN 3 EAST PULTENEY SQUARE BATH, NEW YORK 14810-1510 (607) 664-2484 LEGAL NOTICE Notice is hereby given that the Administration Committee of the Steuben County Legislature

More information

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

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

More information

SECTION GENERAL CONTRACTOR/CONSTRUCTION MANAGER (GC/CM) AGREEMENT TABLE OF CONTENTS ARTICLE 1 DEFINITIONS... 2

SECTION GENERAL CONTRACTOR/CONSTRUCTION MANAGER (GC/CM) AGREEMENT TABLE OF CONTENTS ARTICLE 1 DEFINITIONS... 2 SECTION 00 50 00 GENERAL CONTRACTOR/CONSTRUCTION MANAGER (GC/CM) AGREEMENT TABLE OF CONTENTS ARTICLE 1 DEFINITIONS... 2 ARTICLE 2 THE CONTRACT DOCUMENTS... 3 ARTICLE 3 WORK OF THIS CONTRACT... 4 ARTICLE

More information

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk CMAA Document CMAR-1 Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk 2004 EDITION This document is to be used in connection with CMAA Standard Form of Contract

More information

City of Albany, New York Traffic Engineering

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

More information

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

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

More information

REQUEST FOR PROPOSALS FOR THE REPLACEMENT OF TRUCK SCALE. for the DUTCHESS COUNTY RESOURCE RECOVERY AGENCY POUGHKEEPSIE, NEW YORK

REQUEST FOR PROPOSALS FOR THE REPLACEMENT OF TRUCK SCALE. for the DUTCHESS COUNTY RESOURCE RECOVERY AGENCY POUGHKEEPSIE, NEW YORK REQUEST FOR PROPOSALS FOR THE REPLACEMENT OF TRUCK SCALE for the DUTCHESS COUNTY RESOURCE RECOVERY AGENCY POUGHKEEPSIE, NEW YORK NOVEMBER 26, 2008 NOTICE TO PROPOSERS FOR TRUCK SCALE REPLACEMENT FOR THE

More information

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving Request for Proposals For Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving Page 1 of 17 Request For Proposals Table of Contents SECTION 1: GENERAL INFORMATION

More information

Lower Township Municipal Utilities Authority. ( Authority or LTMUA )

Lower Township Municipal Utilities Authority. ( Authority or LTMUA ) Lower Township Municipal Utilities Authority ( Authority or LTMUA ) Request for Sealed Qualifications for Professional Services under a Fair and Open Process For Bond Counsel 2019 February 1, 2019 to January

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

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Contractor Address Address City, Zip Work Phone Number: Cell Phone Number:

More information

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Page 1 of 5 Bid No.: Date Released: September 25, 2017 SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Bid subject to the Standard Terms and Conditions provided. Bid must be received by: Date/Time:

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

HOUSEHOLD HAZARDOUS WASTE PROGRAM

HOUSEHOLD HAZARDOUS WASTE PROGRAM MINIMUM SPECIFICATIONS FOR HOUSEHOLD HAZARDOUS WASTE PROGRAM FOR CATTARAUGUS COUNTY DEPARTMENT OF PUBLIC WORKS REFUSE DIVISION OFFICE OF THE CLERK CATTARAUGUS COUNTY LEGISLATURE 303 Court Street Little

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