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

Size: px
Start display at page:

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

Transcription

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

2 HOW TO GET THE BEST SERVICE PROVIDER AT THE BEST VALUE FOR YOUR ORGANIZATION ITN Process Evaluation Process Negotiations Process

3 BACKGROUND The Baggage Handling System was originally designed to accommodate 24 million passengers a year, and as the capacity has grown to over 42 million passengers a year, the system has been updated and added to many times over the past 30 years. This system is critical to the Airport and to the Airlines to ensure that baggage is handled efficiently and that planes can fly on schedule. The Baggage System has over seven miles of conveyors and as you can imagine, takes a lot of time to maintain and repair and still keep the system running. There are 93 Passenger Bridges. Some have been updated and replaced, but most have been on property for a number of years, and need to be maintained and updated regularly to be kept in working order. Every bridge has ground power equipment attached to it, and that equipment also needs to be maintained.

4 BACKGROUND-CONTINUED The Authority had previously issued an Invitation to Bid for Baggage Handling and Passenger Boarding Bridge and Ground Support Equipment Maintenance and Repair. Three bids were received, one way above budget, one under budget so much that if awarded would have put the Contractor out of business, and one from the current contractor who was being audited by Internal Audit due to records issues (ie: two jobs by the same technician in difference locations at the same time and not maintaining the system properly-yet still billing for maintenance). A specialized team had been hired to get the Baggage Handling and Passenger Boarding Bridges back into a regular schedule of maintenance. It was determined to not renew the contract with the current provider and to issue an emergency contract to the team hired to bring the systems back into compliance. It was approved to issue an Invitation to Negotiate for this contract.

5 ITN PROCESS Purchasing and the Operations department determined that more control was needed, and that the Authority should be able to add staff to ensure that the Baggage Handling and Passenger Board Bridge and Ground Support Equipment Maintenance and Repair contract maintain at least a 99% running rate as both of these systems are critical to running the airport. Under a low Bid scenario this would entail an amendment to the contract to add staff and the Contractor would use the lack of staff as a reason not to be assessed penalties for equipment not being properly maintained and not available for use. It was determined that an Invitation to Negotiate which incorporated a Management Fee and a Reimbursable portion of the contract would be the best way to go out for proposals. An ITN was issued with a base period of three years, with two (s) three year options. Two envelopes were requested with the responses; Envelope A with all of the required documentation and Envelope B with the pricing sheets and the MWBE and LDB participation requirements. Price was NOT a factor in determining short list or ranking.

6 ITN DOCUMENTATION The ITN was laid out as follows: Instructions to Proposers (which included all of the required submittals, pricing pages, MWBE and LDB forms and minimum qualification) General Conditions (the Authority Terms and Conditions) Delineates what is under Management Fee and what is under Reimbursable Fee and includes position descriptions Contract Section which includes the Bond or Letter of Credit Information Specifications which includes performance measurement and deductions for non-performance. Divided into three sections, Baggage Handling System requirements, Passenger Boarding Bridge requirements and Ground Power equipment requirements Attachments which included over 4700 pieces of equipment just for the Baggage Handling System Total ITN package over 2300 pages. Multiple addenda issues, over 250 questions answered via addenda

7 ITN PROCESS-MINIMUM RESPONSIBILITY- REQUIRED DOCUMENTATION Through references or otherwise: Proposer is currently engaged in the business of providing: (i) baggage handling system, operation, maintenance and repair services and (ii) passenger boarding bridges and associated ground support equipment and maintenance and repair services, addressing experience with baggage handling systems, passenger boarding bridges and associated ground support equipment; Proposer has performed services in: (i) loading and unloading of conveyors, baggage alignment, and the clearing of bag jams on the conveyor systems, manual bag recoding/sorting functions; and (ii) ground support equipment maintenance and repair services, Pre-Conditioned Air, 400 Hz Ground Power units.

8 ITN PROCESS-MINIMUM RESPONSIBILITY-REQUIRED DOCUMENTATION CONTINUED Proposer has been actively engaged in such business for at least the two (2) years immediately preceding the date of Proposer s response to this Request for Proposals; Proposer has performed services in an airport including handling a minimum of twenty-five thousand (25,000) outbound bags per twenty-four (24) hour period; Proposer must presently have, or have had within the past five (5) years, at least one maintenance and repair Contract at one (1) airport where the total number of feet of conveyor line maintained is at least twenty-thousand (20,000) linear feet;

9 ITN PROCESS-MINIMUM RESPONSIBILITY-REQUIRED DOCUMENTATION CONTINUED Proposer must presently have, or have had within the past five (5) years at least one (1) maintenance and repair Contract where the Contractor maintained and repaired a system that has multiple In-Line EDS machines at one (1) airport; and Proposer must presently have, or have had within the past five (5) years, at least one (1) maintenance and repair Contract where the Contractor provided ground support equipment maintenance and repair services to include at least fifty (50) passenger boarding bridges and associated ground support equipment. Minimum Responsibility Criterea done via references. Pass or Fail.

10 PROPOSAL CONTENTS-REQUIRED DOCUMENTATION 3.1 Tab 1 Proposer s Statement: Each Proposer shall provide with its Proposal the following information: Contact name and resume of individual responsible for account (Corporate Executive) Address of office that will handle account (the Submitting Office) Telephone number of the Corporate Executive that will handle account Facsimile number of the Corporate Executive that will handle account address of the Proposer s Corporate Executive Type of organization (corporation, sole proprietor, partnership, other) Federal employer identification number.

11 PROPOSAL CONTENTS-REQUIRED DOCUMENTATION Federal employer identification number Proposed On-Site Manager and resume which should include the number of years of experience as a manager and specific experience in an airport or similar regulated transportation environment and any other information that verifies that the Manager meets the minimum qualifications as stated in Section of the Specifications. 3.2 Tab 2 Experience and Qualifications of the Proposer: Each Proposer shall provide a statement of qualifications including the following information: Details of current and past engagements with baggage handling system operations, maintenance and repair services and passenger boarding bridges and associated ground support equipment and maintenance and repair services, addressing experience with baggage handling systems, passenger boarding bridges and associated ground support equipment.

12 PROPOSAL CONTENTS-REQUIRED DOCUMENTATION Details of related experience of Proposer and On-Site Manager, including services to airports, that demonstrates the ability to perform this service successfully Provide a listing of Contracts for airports for which the Proposer has provided baggage handling systems, passenger boarding bridges and ground support equipment maintenance and repair services within the last six (6) years and describe those services.

13 PROPOSAL CONTENTS-REQUIRED DOCUMENTATION 3.3 Tab 3 References and Client List: Each Proposer shall provide a minimum of three (3) references for Baggage Handling System (BHS) Operations, Maintenance and Repair Services, Passenger Boarding Bridges (PBB) and Associated Ground Support Equipment Maintenance and Repair Services. At least two references must be with an entity that provides services to a large hub airport, or a large public transportation facility or commercial facility where you are providing similar services.

14 PROPOSAL CONTENTS-REQUIRED DOCUMENTATION Description of services provided Status (current or past client) The Proposer shall provide a listing of clients, including private, governmental entity and airport clients for whom the Proposer has provided Baggage Handling System Operations, Maintenance and Repair Services, Passenger Boarding Bridges (PBB) and Associated Ground Support Equipment Maintenance and Repair Services at any time on or after January 1, 2008, and the existing status of each client. If any services were terminated prior to the end of the Contract, the Proposer shall explain why. Please provide client name, contact person, phone number and address for each client.

15 PROPOSAL CONTENTS-REQUIRED DOCUMENTATION 3.4 Table 4 - Organization, Qualifications Of Key Personnel: Provide an organizational chart that includes identification of the Corporate Executive and On-Site Manager that will perform on-site work for this service Describe the structure of the role of each key member of the proposed personnel. Include resumes of the key personnel. Each resume shall include a description of experience relevant to the scope of services described in this ITN.

16 PROPOSAL CONTENTS-REQUIRED DOCUMENTATION 3.5 Tab 5 Operation and Staffing Plan: Each Proposer shall provide with its Proposal an existing copy of the Proposer s operation and staffing plan currently utilized or have utilized within the last three (3) years at another airport or public facility similar in size to this Airport. 3.6 Tab 6 Customer Service Plan: Each Proposer shall provide with its Proposal a detailed customer service plan including how employees are trained and how customer service is gauged and addressed.

17 PROPOSAL CONTENTS-REQUIRED DOCUMENTATION 3.7 Tab 7 Training Plan: Each Proposer shall provide a detailed training plan that Proposer intends to utilize to train personnel in relation to Baggage Handling System (BHS) operations, maintenance and repair services including electrical systems and lockout tag out procedures and Passenger Boarding Bridges (PBB) and Associated Ground Support Equipment Maintenance and Repair Services. The training plan shall include, but not be limited to, an outline of the training and the type and number of hours of estimated training for each type of personnel, a list of training materials to be provided and how the Proposer will ensure the completeness of the subject matter, and the media through which the training will be provided.

18 PROPOSAL CONTENTS-REQUIRED DOCUMENTATION 3.8 Tab 8 Safety Plan: Each Proposer shall provide with its Proposal an existing copy of the Proposer s safety training plan currently utilized to reduce the risk and liability of workplace hazards and help implement preventative measures to minimize on-the-job injuries and fatalities. 3.9 Tab 9 Quality Control/Continuous Improvement Plan: Each Proposer shall provide a detailed quality control/continuous improvement plan that Proposer intends to utilize to keep the current systems and any new systems installed operating at % level. This plan shall include items that need to be checked, frequency, responsible person who will perform the process, the process steps performed, critical success factors and measures, and contingency plans when process failure necessitates.

19 PROPOSAL CONTENTS-REQUIRED DOCUMENTATION 3.10 Tab 10- Transition Plan: Each Proposer shall provide with its Proposal a Transition Plan describing how it plans to start operations and bring about a smooth transition of the work to be performed under this Contract, describing the manner in which it will distribute the required labor hours by location. Such plan should describe how the Proposer will handle problems which Proposer anticipates will be encountered to begin operations under the new Contract and should include the time period needed for hiring and training of employees, planned interface with the Authority, inventory, delivery of equipment, the processing of I.D. badges, uniforms, and site tours, etc.

20 PROPOSAL CONTENTS-REQUIRED DOCUMENTATION 3.11 Tab 11 Letter of Bondability: Each Proposer shall provide with its Proposal a Letter of Bondability on a surety company letterhead or a letter from a U.S. Bank for a letter of credit confirming that Proposer can obtain one or the other, in an amount equal to Five Million Dollars ($5,000,000) Tab 12 Minimum Insurance Coverage: Proposer shall provide: (i) a letter from a U.S. insurance/broker company letterhead confirming that Proposer can obtain the insurance coverage requirements as described in Section 5 of the General Conditions; and (ii) an affirmative statement in its Proposal that if Proposer is awarded the Contract, Proposer will:

21 PROPOSAL CONTENTS-REQUIRED DOCUMENTATION Maintain in force at all times during the term of the Contract and services that are to be performed pursuant to the Contract, insurance as described in Section 5, Pages GC-6 through GC-10 of the General Conditions, including General Liability, Workers Compensation and Automobile Liability insurance with insurer(s) licensed to transact insurance in the State of Florida; Maintain insurance coverage applicable to the services performed for two (2) years after expiration of the Contract, if such coverage is on claim-made basis.

22 PROPOSAL CONTENTS-REQUIRED DOCUMENTATION 3.13 Tab 13 PRIOR OR PENDING LITIGATION, CONVICTIONS, INDICTMENTS, INVESTIGATIONS, AND CONFLICT OF INTEREST: Each Proposer shall provide a description of all prior or pending litigation, convictions, indictments, investigations and regulatory investigation, either civil or criminal that relate to conducting Baggage Handling System (BHS) Operations, Maintenance and Repair Services and Passenger Boarding Bridges (PBB) and Associated Ground Support Equipment Maintenance and Repair Services, in which Proposer or its affiliates, subsidiaries, parent company, directors, senior officers, senior regional officers have been involved within the last three (3) years or an affirmative statement that there are none. The Proposer must also describe any conflicts of interest with the Authority that the Proposer s firm has or may have and how that conflict of interest would be mitigated, or provide an affirmative statement that there are none.

23 PROPOSAL CONTENTS-REQUIRED DOCUMENTATION 3.14 Tab 14 - Submitter s Warranty: Each Proposer shall provide with its Proposal a statement that the Proposer is willing to sign the Contract (which includes the General Conditions and Specification) set forth in this ITN, as amended, within ten (10) days after receipt of the Notice of Intent to Award. The Authority s goal is that the terms and conditions stated in the Proposal Documents will constitute the terms of the final Contract between the Authority and the successful Proposer, without significant or material change to such terms or conditions. If a Proposer desires any changes or modifications to the terms and conditions set forth in the Proposal Documents, the Proposer should submit these changes or modifications to the Authority in writing prior to the deadline for questions and comments about the ITN. The Authority will consider such requested changes or modifications to the Contract s terms and conditions and, if any such requested changes or modifications are acceptable, will modify the terms and conditions by Addenda to this ITN prior to the deadline for Proposal submission.

24 PROPOSAL CONTENTS-REQUIRED DOCUMENTATION In submitting any requested changes or modifications, a Proposer should state the specific terms or conditions in the Authority s Proposal Document which the Proposer wishes to change, and the desired language, terms or conditions. Proposers are requested to not substitute entire agreements or sets of terms and conditions but discuss separately each term or condition that they take exception to or desire to change.

25 SUBMITTALS ENVELOPE A QUALIFICATIONS Invitation To Negotiate (ITN) 03-16, Baggage Handling System Operation, Maintenance and Repair Services, Passenger Boarding Bridges (PBB) and Associated Ground Support Equipment Maintenance and Repair Services, at the Orlando International Airport. Sealed Envelope A shall include original, fifteen (15) additional copies of the Proposal plus an electronic USB Flash Drive of the Proposal, the signed Proposer s Warranty and the Proposal Guaranty in the amount of One Hundred Thousand Dollars ($100,000.00) (U.S.) shall be included in Envelope A. No pricing or MWBE/LDB forms shall be included in Envelope A.

26 SUBMITTALS ENVELOPE B PRICING AND MWBE/LDB FORMS ONLY Invitation To Negotiate (ITN) 03-16, Baggage Handling System (BHS) Operation, Maintenance and Repair Services, Passenger Boarding Bridges (PBB) and associated Ground Support Equipment Maintenance and Repair Services, at the Orlando International Airport. Sealed Envelope B shall include original, fifteen (15) additional copies of the Pricing and MWBE/LDB forms plus an electronic USB Flash Drive of the Pricing and MWBE/LDB forms shall be included in Envelope B. Sealed Envelope B shall include Pricing and MWBE/LDB forms only. Price not a factor in determining the ranking of the submitters. Negotiations would be held with the number one ranked firm and pricing information was just a starting point for the negotiations.

27 ITN-PROPOSALS REVIEWED-EVALUATION Six proposals were received. An internal team chaired by the Senior Purchasing Agent, members of the Operations Department who monitor the contract, the Operations Department financial analyst and the Assistant Purchasing Director reviewed all of the submittals and created a spreadsheet of facts to present to the Concessions/Procurement Committee (CPC) who will shortlist the proposals and request interviews with those firms shortlisted (first 5 day appeal period). At the first CPC meeting, the CPC members view the facts presented and all of the proposals to determine which companies are the most advantageous to the Authority and have met the minimum requirements. The CPC Committee shortlists the firms from six to three and request interviews. (No appeals received).

28 ITN-PROPOSALS REVIEWED At the second CPC meeting, each company has time during the interview to introduce their firm, their recommended Site Manager and go over their submittal. They are also asked to provide answers to specific questions, and then there is more time for additional questions and answers. Only the company presenting is allowed in the room. Once all of the companies have presented their information and had their question and answer period, all of the firms are invited back into the room to hear the CPC deliberations and the ranking of the firms. The CPC ranks the firms 1, 2 and 3 and then the pricing envelope was opened and read aloud. (second five day appeal period-no appeals received). No. 1 ranked firm-$50,000, No. 2 ranked firm-$52,000, No. 3 ranked firm-$46,000,000.00

29 ITN-PROPOSALS REVIEWED A Board memo is written and sent to the Authority Board requesting the Board to accept the ranking and authorizing staff to start negotiations with the number one ranked firm. If negotiations fail, the staff can then go to the second ranked firm, etc Once the negotiated price has been confirmed to and agreed upon, the Board receives a second memo with the request to approve the contract and authorize the funding. (last appeal period-no appeal received).

30 NEGOTIATIONS Pricing was broken down into two areas for discussion: Management Fee Reimbursable Fee Everything is subject to negotiation!

31 NEGOTIATIONS Prior to negotiations Contractor to provide list of on-site management positions, cost of health insurance plan, cost of 401 plan, cost of new equipment to be purchased, cost of bond, profit and overhead and any other costs that would be under the Management Fee portion of the Contract. In addition, a copy of all of their plans as submitted were requested and some recommended changes were addressed. Staff training including safety training was discussed and the number of hours of training for each employee was agreed upon.

32 NEGOTIATIONS Management Fee includes: All payroll and associated costs for: On-Site Manager Senior Assistant Site Manager BHS Senior Assistant Site Manager PBB Senior Assistant Site Manager PBB Projects Assistant Manager - BHS Assistant Manager BHS Operations (MWBE/LDB) Assistant Manager PCAir MWBE/LDB Human Resources Manager EAMS Maximo Database Administrator Finance/Inventory Manager/Warranty Parts, Logistic and Inventory Control Program Analyst Safety/Quality Assurance/Quality Control Manager Training Coordinator

33 NEGOTIATIONS Contractor overhead and profit Sub-Contractors Management Fee All required insurances as outlined in Section 5.7, Page GC-8 of the General Conditions Recruiting expenses Badges and keys Office equipment and supplies Vehicles, Lifts, Golf Carts, Lull and all other motorized equipment. Consumables Tools and equipment Cost associated with the all training

34 Non-resident administrative, legal, bookkeeping, executive personnel expenses and off-site general office expenses Costs associated with the cleaning services for the interior space of all office areas Health Insurance premiums for the positions in the Management Fee Health Insurance premiums in excess of $400 per month, per position for the reimbursable positions participating in the Contractor provided Health Care Plan All other costs associated with the performance of this Contract not listed in the Reimbursable Expenses section The Management fee will not change even if the number of assets adjusts up or down. As asset numbers are adjusted up or down the Contractor shall manage the staff necessary to perform required maintenance functions.

35 NEGOTIATIONS Reimbursable Fees (Budget set by GOAA): The Reimbursable Payroll Expenses shall be limited to the following BHS, PBB and Affiliated Equipment positions and associated costs: EAMS Maximo Specialist EAMS Maximo Data Entry Assistants Administrative Staff: BHS Supervisor positions Industrial Automation Technician (IAT) positions Industrial Mechanical Technician (IMT) positions Industrial Electrical Technician (IET) positions Industrial Electrician positions

36 NEGOTIATIONS Mechanic/Technician positions (including PCAir, Scale Calibration and Thermography ). Inventory Control Supervisors Inventory Control Baggage Support Personnel Contractor Coordination Center Personnel Contractor Coordination Center Personnel Performance Bond. Started in the management section of the contract (moved to reimbursable section) but will be reviewed at each renewal of the bond Uniforms. Must have a uniform program that provides sufficient clean uniforms to frontline staff Subcontracted Work (Excluding Participation)

37 NEGOTIATIONS Associated payroll taxes: Social Security, Medicare, Federal & State Unemployment Reimbursement for Health Insurance premiums for up to $400 per month per position for the reimbursable positions participating in the Contractor provided Health Care Plan Actual vacation and sick leave taken in accordance with Contractor s policy. The Authority will not reimburse Contractor for any accrued vacation or sick leave hours at the time of Contract expiration, at the end of any Contract Year, or upon employee termination for any reason. Contractor to provide PTO plan at start of contract. Up to three (3) pre-approved holidays will be reimbursed by the Authority, determined at the beginning of each Contract Year

38 NEGOTIATIONS-MANAGEMENT FEE-CONTINUED

39 NEGOTIATIONS-REIMBURSABLE EXPENCES- CONTINUED

40 BEST AND FINAL OFFER-AFTER NEGOTIATIONS

41 BEST AND FINAL OFFER-AFTER NEGOTIATIONS

42 BEST AND FINAL OFFER-AFTER NEGOTIATIONS

43 BEST AND FINAL OFFER-AFTER NEGOTIATIONS

44 BEST VALUE The original bid price as submitted was $50,279, The best and final offer after negotiations $45,288, Savings $4,990, The ITN process allowed the Authority to get the best value on a critical contract while still allowing for a reasonable contract cost and profit for the Contractor. WIN/WIN

45 QUESTIONS??? Thank you for attending this presentation. If you have questions down the road you can reach me at or by phone at

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

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

More information

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

STATEMENTS OF QUALIFICATIONS (SOQ) SUBMISSION REQUIREMENTS

STATEMENTS OF QUALIFICATIONS (SOQ) SUBMISSION REQUIREMENTS GREATER ORLANDO AVIATION AUTHORITY NOTICE OF DESIGN, BUILD, OPERATE & MAINTAIN (DBOM) SERVICES FOR BP-S00132 BAGGAGE HANDLING SYSTEM FOR THE SOUTH TERMINAL C, PHASE 1 ORLANDO INTERNATIONAL AIRPORT STATEMENTS

More information

SUBMISSION REQUIREMENTS

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

More information

OFFEROR S STATEMENT OF QUALIFICATIONS

OFFEROR S STATEMENT OF QUALIFICATIONS RBHA.ORG 804-819-4000 107 SOUTH FIFTH STREET, RICHMOND, VA 23219 OFFEROR S STATEMENT OF QUALIFICATIONS CAMPUS PHASE II CONSTRUCTION MANAGEMENT AT RISK 2016-AD-0004 TO BE COMPLETED BY OFFERORS IN RESPONSE

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR LEGAL SERVICES 750 Commerce Drive, Suite 110 Decatur, Georgia 30030 TABLE OF CONTENTS PART I INTRODUCTION... PAGE 1.1 Definitions...3 1.2 Profile of the...3 PART II STATEMENT

More information

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

SUBMISSION REQUIREMENTS

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

More information

Submittal Guidelines RFQ# Master Site Plan

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

More information

Professional Auditing Services

Professional Auditing Services Professional Auditing Services Request for Proposal Proposals will be received until the hour of 5:00 o'clock PM, March 14, 2018 City of Manteca Finance Department 1001 W Center St. Manteca, CA 95337 CITY

More information

PREQUALIFICATION PACKAGE FOR

PREQUALIFICATION PACKAGE FOR PREQUALIFICATION PACKAGE FOR THERMAL ENERGY STORAGE TANK REHABILITATION (REVISED) PROJECT 17-59 Due Date and Location for Submittal: 2:00 pm on Monday, December 18, 2017 City Clerk City of Beverly Hills

More information

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park Issued By: Town Manager 3150 Southwest 52 nd Avenue Pembroke Park,

More information

CITY OF ESCONDIDO REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FOR FISCAL YEARS THROUGH REQUEST FOR PROPOSAL #16-03

CITY OF ESCONDIDO REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FOR FISCAL YEARS THROUGH REQUEST FOR PROPOSAL #16-03 CITY OF ESCONDIDO REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FOR FISCAL YEARS 2015-2016 THROUGH 2019-2020 REQUEST FOR PROPOSAL #16-03 201 North Broadway Escondido, CA 92025-2798 TABLE OF

More information

Proposal No:

Proposal No: City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Demolition Asbestos /Abatement of Two (2) Structures

More information

PRE-QUALIFICATION REQUIREMENTS FOR BIDDERS Qualification Criteria

PRE-QUALIFICATION REQUIREMENTS FOR BIDDERS Qualification Criteria PRE-QUALIFICATION REQUIREMENTS FOR BIDDERS Qualification Criteria Contractors desiring to bid are required to complete the attached BIDDER QUALIFICATION QUESTIONNAIRE. These forms will be used to determine

More information

HARNETT COUNTY Request for Proposals Harnett County 2022 Real Property Reappraisal. Date: March 25, I. Introduction:

HARNETT COUNTY Request for Proposals Harnett County 2022 Real Property Reappraisal. Date: March 25, I. Introduction: HARNETT COUNTY Request for Proposals Harnett County 2022 Real Property Reappraisal Date: March 25, 2019 I. Introduction: Harnett County is soliciting Proposals (Bids) from qualified firms (hereinafter

More information

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

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

More information

for Job Order Contract Washington State University

for Job Order Contract Washington State University for Job Order Contract Issued 1/12/2018 For Washington State University By Facilities Services, Capital Statement of Qualifications Deadline: February 15th, 2018, 3:00 pm Issued 1/12/2018 Page 1 of 11

More information

Request for Fee Proposals (RFFP) Progressive Design-Build Services. New High School

Request for Fee Proposals (RFFP) Progressive Design-Build Services. New High School Request for Fee Proposals (RFFP) Progressive Design-Build Services New High School Issaquah School District February 12, 2018 TABLE OF CONTENTS 1. INTRODUCTION 2. PROJECT OVERVIEW 3. APPLICATION OF FEE

More information

Appendix I Cost Proposal Forms

Appendix I Cost Proposal Forms Airport Contract #8994 February 1, 2010 Appendix I Cost Proposal Forms Annual Cost Proposal Summary - Total Airport Funded Program (T1, T3 and ITB Operations Only) CURBSIDE MANAGEMENT PROGRAM - July 1,

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS 1. INTRODUCTION Van Dyke Public Schools is requesting proposals from Energy Services Companies (ESCOs)

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 for Construction Manager-at Risk Responses Due: 3:00 p.m. Thursday, September 10, 2015

Request for Proposal for Construction Manager-at Risk Responses Due: 3:00 p.m. Thursday, September 10, 2015 Request for Proposal for Construction Manager-at Risk Responses Due: 3:00 p.m. Thursday, September 10, 2015 The Housing Authority of the Town of Glastonbury (the GHA ) is seeking a qualified firm to serve

More information

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE]

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE] Responsibility Statement and Questionnaire CITY OF NAPA PUBLIC WORKS DEPARTMENT NAPA, CALIFORNIA [DATE] Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the

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

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

More information

RFP No Attachment No. 1 Company Overview

RFP No Attachment No. 1 Company Overview 00 01 21-1 REQUEST FOR COMPETITIVE SEALED PROPOSALS The University of Texas Medical Branch at Galveston Project Name: Jennie Sealy Hospital and Clinical Service Wing Insulation Repair RFP No.: 19-015 1a.

More information

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL Workers Compensation Claims Administration October 26, 2012 The New York Liquidation Bureau ( Bureau ) carries out the responsibilities of the Superintendent

More information

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

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

More information

Purchasing Department 530 Water Street Oakland, CA ADDENDUM No. 1. RFP 12-13/07, Ramp Control Services Operations and Management

Purchasing Department 530 Water Street Oakland, CA ADDENDUM No. 1. RFP 12-13/07, Ramp Control Services Operations and Management Purchasing Department 530 Water Street Oakland, CA 94607 Date: March 22, 2013 ADDENDUM No. 1 RFP 12-13/07, Ramp Control Services Operations and Management This Addendum modifies the original RFP Documents

More information

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR SANTA BARBARA UNIFIED SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR Multi-Purpose Building Renovation Projects at Harding University Partnership School and Roosevelt

More information

REQUEST FOR 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

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

PART D SUPPLEMENTAL CONDITIONS

PART D SUPPLEMENTAL CONDITIONS PART D SUPPLEMENTAL CONDITIONS Page 1 of 18 PART D - SUPPLEMENTAL CONDITIONS GENERAL D1. GENERAL D1.1 In addition to the General Conditions for Construction Contracts, these Supplemental Conditions are

More information

RFP No Attachment No. 1 Company Overview

RFP No Attachment No. 1 Company Overview 00 01 21-1 REQUEST FOR COMPETITIVE SEALED PROPOSALS The University of Texas Medical Branch at Galveston Project Name: Alumni Field House Roof Coating RFP No.: 19-002 1a. CONTRACTOR LEGAL NAME/BUSINESS

More information

Finance Chapter: Cost Recovery and Invoicing

Finance Chapter: Cost Recovery and Invoicing Finance Chapter: Cost Recovery and Invoicing Last Revised: 2/2019 Table of Contents Definitions... 2 LPA Agreements and Cost Recovery... 3 100% Locally Funded Work in a Federal/State Project... 4 LPA Timekeeping

More information

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

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

More information

REQUEST FOR PROPOSAL FOR AUDIT SERVICES CITY OF STILLWATER, OK. March 2018

REQUEST FOR PROPOSAL FOR AUDIT SERVICES CITY OF STILLWATER, OK. March 2018 REQUEST FOR PROPOSAL FOR AUDIT SERVICES CITY OF STILLWATER, OK March 2018 CITY OF STILLWATER, OKLAHOMA REQUEST FOR PROPOSAL FOR AUDIT SERVICES I. Introduction The City of Stillwater (the "City") operates

More information

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS INVITATION FOR BIDS CATCH BASIN CLEANING SERVICES March 29, 2018 Town Hall 10 Central Street Manchester-By-The-Sea, MA 01944 (P) 978-526-1242 (F) 978-526-2007

More information

LEGAL NOTICE TOWN OF FARMINGTON, CONNECTICUT REQUEST FOR PROPOSALS FOR AUDITING SERVICES

LEGAL NOTICE TOWN OF FARMINGTON, CONNECTICUT REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE TOWN OF FARMINGTON, CONNECTICUT REQUEST FOR PROPOSALS FOR AUDITING SERVICES The Town of Farmington, Connecticut is requesting proposals from qualified independent public accounting firms,

More information

INVITATION TO BID RFP #

INVITATION TO BID RFP # Grain Valley City Hall 711 Main Street Grain Valley, MO 64029 816-847-6284 Fax: 816-847-6209 www.cityofgrainvalley.org INVITATION TO BID RFP # 2017-04 The City of Grain Valley will accept separate sealed

More information

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES RFP # 2018-06 SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES The Baker County Board of County Commissioners, Florida (County) will receive sealed proposals until 3:00 p.m. local time, on April

More information

DALLAS-FORT WORTH INTERNATIONAL AIRPORT

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

More information

ADDENDUM TO RFP DOCUMENTS

ADDENDUM TO RFP DOCUMENTS ADDENDUM TO RFP DOCUMENTS REQUEST FOR PROPOSAL: 2012-24 POST DISASTER DEBRIS MONITORING ADDENDUM No. 1 DATE: 1/25/13 To All Potential Bidders: This addendum is issued to modify the previously issued bid

More information

REPUBLIC PARKING SYSTEM, INC REQUEST FOR PROPOSAL RFP # SECURITY SERVICES FOR CHURCH STREET GARAGE LOCATED AT 200 CHURCH STREET, HARTFORD

REPUBLIC PARKING SYSTEM, INC REQUEST FOR PROPOSAL RFP # SECURITY SERVICES FOR CHURCH STREET GARAGE LOCATED AT 200 CHURCH STREET, HARTFORD REPUBLIC PARKING SYSTEM, INC REQUEST FOR PROPOSAL RFP #021516 SECURITY SERVICES FOR CHURCH STREET GARAGE LOCATED AT 200 CHURCH STREET, HARTFORD DATE ISSUED: March 11, 2016 PROPOSAL DUE DATE: April 22,

More information

CITY OF ROLLING HILLS, CA

CITY OF ROLLING HILLS, CA CITY OF ROLLING HILLS, CA REQUEST FOR PROPOSAL FOR PROFESSIONAL INDEPENDENT AUDIT SERVICES Fiscal Years 2015-16 through 2017-18 (With the option for each of the two subsequent fiscal years) MAY 5, 2016

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 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

Instruction To Bidders

Instruction To Bidders The project scope includes Sitework Scopes for Town Creek Elementary and Middle School. 1. PRE-BID CONFERENCE 1.1 Pre-Bid and Separate Preferred Alternates conferences will be held as follows: Pre Bid

More information

SUBMISSION REQUIREMENTS

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

More information

Charlotte-Mecklenburg Schools. Request for Qualifications

Charlotte-Mecklenburg Schools. Request for Qualifications Charlotte-Mecklenburg Schools Request for Qualifications Move Management Services December 2, 2018 Table of Contents Section 1 - ADVERTISEMENT...3 Section 2 INTRODUCTION/OVERVIEW/GENERAL INFORMATION...4

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS 17-01-19 PURCHASE OF PROPANE PART 1 OF 3 REQUEST FOR PROPOSALS RFP # 17-01-19 Purchase of Propane The Houston Independent School District ( HISD and/or the District ) is soliciting proposals for Purchase

More information

SUBMISSION REQUIREMENTS

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

More information

REQUEST FOR PROPOSALS. Auditing Services. Bid #

REQUEST FOR PROPOSALS. Auditing Services. Bid # REQUEST FOR PROPOSALS Auditing Services Bid #04-09-10-08 The City of Danbury, Connecticut is requesting proposals from qualified independent public accounting firms or accountants, in accordance with the

More information

Granville Township Request for Qualifications Construction Manager at Risk (CMAR)

Granville Township Request for Qualifications Construction Manager at Risk (CMAR) Article 1 Project Identification Granville Township Request for Qualifications Construction Manager at Risk (CMAR) Project Owner: Project Name: Project Description: Granville Township Trustees P.O. Box

More information

Introduction Background

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

More information

INVITATION TO BID (ITB) MONTROSE REGIONAL AIRPORT RUNWAY REPAINTING AND RESTRIPING

INVITATION TO BID (ITB) MONTROSE REGIONAL AIRPORT RUNWAY REPAINTING AND RESTRIPING INVITATION TO BID (ITB) MONTROSE REGIONAL AIRPORT RUNWAY 17-35 REPAINTING AND RESTRIPING GENERAL INSTRUCTIONS Montrose County is accepting sealed bids from qualified firms to repaint and restripe selected

More information

REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS ADMINISTRATION NEW YORK LIQUIDATION BUREAU BACKGROUND INFORMATION

REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS ADMINISTRATION NEW YORK LIQUIDATION BUREAU BACKGROUND INFORMATION REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS ADMINISTRATION NEW YORK LIQUIDATION BUREAU BACKGROUND INFORMATION The New York Liquidation Bureau (the Bureau ) carries out the responsibilities of the

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

INVITATION FOR BIDS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS. REGARDING: IFB Title: Courthouse Signage IFB No

INVITATION FOR BIDS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS. REGARDING: IFB Title: Courthouse Signage IFB No INVITATION FOR BIDS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS REGARDING: IFB Title: Courthouse Signage IFB No. 14155004 BIDS DUE: February 20, 2015 NO LATER THAN 4:00 P.M. PACIFIC TIME 1 rev 9/24/12

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS GENERAL SERVICES & PURCHASING INVITATION TO BID (ITB) The Board of County Commissioners (BCC), Highlands County, Sebring, Florida, will receive sealed bids

More information

SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS

SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS CONSULTANTS SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS SELECTION OF CONSULTANTS Japan International Cooperation Agency (JICA) September 2009 version 1.0 CONTENTS Preface... i Section 1. Letter

More information

Instructions to Bidders Page 1

Instructions to Bidders Page 1 INSTRUCTIONS TO BIDDERS FOR EASTERN WASHINGTON UNIVERSITY FACILITY CONSTRUCTION PART 0 GENERAL CONDITIONS 0.01 EXPLANATION TO PROSPECTIVE BIDDERS A. Any prospective bidder desiring an explanation or interpretation

More information

Operational Procedure: Section TABLE OF CONTENTS

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

More information

RFP for Auditing Service Town of Belmont 1

RFP for Auditing Service Town of Belmont 1 TOWN OF BELMONT, NEW HAMPSHIRE REQUEST FOR PROPOSAL FINANCIAL AND COMPLIANCE AUDIT INTRODUCTION The Town of Belmont invites qualified independent certified public accounting firms to submit proposals for

More information

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation Request for Proposal #2036 Orange Coast College Exterior Lighting Energy Efficiency Project Implementation I. NOTICE A. Statement of Proposal NOTICE IS HEREBY GIVEN that Coast Community College District

More information

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-03 Window Washing

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-03 Window Washing DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL RFP09-03 Window Washing 2 THE DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL TABLE OF CONTENTS TABLE OF CONTENTS Page ANNOUNCEMENT 3 1.

More information

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows: A. Definitions Contract No. 13139BO0 As used in this Contract the terms are defined as follows: 1. County and/or Owner shall mean the Board of County Supervisors of Prince William County, Virginia, or

More information

Request for Qualifications

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

More information

ADMINISTRATIVE ANALYST (Class Code 1590) TASK LIST

ADMINISTRATIVE ANALYST (Class Code 1590) TASK LIST ADMINISTRATIVE ANALYST (Class Code 1590) TASK LIST A. General Administration 1. Writes narrative material such as letters, memos, and reports on various personnel, budgetary, contractual, grant, and policy

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

ROCKY HILL PUBLIC SCHOOLS REQUEST FOR PROPOSALS FOR AUDITING SERVICES. June 30, 2018

ROCKY HILL PUBLIC SCHOOLS REQUEST FOR PROPOSALS FOR AUDITING SERVICES. June 30, 2018 S FOR June 30, 2018 Rocky Hill Public Schools Audit RFP.doc Page # 1 TABLE OF CONTENTS I. INTRODUCTION A. General Information B. Term of Engagement II. DESCRIPTION OF THE SCHOOL DISTRICT A. General B.

More information

Request for Proposal Records Management and Storage September 1, 2017

Request for Proposal Records Management and Storage September 1, 2017 Request for Proposal Records Management and Storage September 1, 2017-1- Table of Contents Page I. DESCRIPTION OF SERVICES... 1 II. SITE VISIT... 1 III. RULES AND INSTRUCTIONS... 1 IV. INSURANCE REQUIREMENTS...

More information

REQUEST FOR PROPOSAL

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

More information

Table of Contents MISSION STATEMENT... 2 DEPARTMENT HISTORY... 2

Table of Contents MISSION STATEMENT... 2 DEPARTMENT HISTORY... 2 Careers Alabama Department of An introduction for prospective employees to the career opportunities available with the Alabama Department of. Revised March 2005 Careers 1 Table of Contents MISSION STATEMENT...

More information

APPENDIX - A TECHNICAL SPECIFICATIONS. JEA Fleet Services Heavy Duty Maintenance and Repair

APPENDIX - A TECHNICAL SPECIFICATIONS. JEA Fleet Services Heavy Duty Maintenance and Repair APPENDIX - A TECHNICAL SPECIFICATIONS JEA Fleet Services Heavy Duty Maintenance and Repair 1. GENERAL SCOPE OF WORK The purpose of this Invitation to Negotiate (the "ITN") is to evaluate and select a Respondent

More information

Invitation To Bid. for

Invitation To Bid. for Charter Township of Canton Invitation To Bid for COLOR COPIER Contact: Michael Siegrist Phone: 734 394-5120 E-mail: michael.siegrist@canton-mi.org Date Issued: 10/4/2018 Due Date & Time: 3:00 p.m., Thursday,

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

A competitive bidding process shall be utilized to the greatest extent possible for all construction contracts.

A competitive bidding process shall be utilized to the greatest extent possible for all construction contracts. BOARD POLICY NO. 024 PROCUREMENT AND CONTRACTING CONSTRUCTION Purpose To establish a method for administering SANDAG construction contracts. Background Public Utilities Code section 132352.4 states that

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

PRE-QUALIFICATION SUBMITTAL PACKAGE FOR GENERAL CONTRACTOR PRE-QUALIFICATION FOR THE VETERANS SPORTS PARK AT TUSTIN LEGACY, CIP NO.

PRE-QUALIFICATION SUBMITTAL PACKAGE FOR GENERAL CONTRACTOR PRE-QUALIFICATION FOR THE VETERANS SPORTS PARK AT TUSTIN LEGACY, CIP NO. PRE-QUALIFICATION SUBMITTAL PACKAGE FOR GENERAL CONTRACTOR PRE-QUALIFICATION FOR THE VETERANS SPORTS PARK AT TUSTIN LEGACY, CIP NO. 20043 IN THE CITY OF TUSTIN 300 CENTENNIAL WAY TUSTIN, CALIFORNIA 92780

More information

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

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

More information

VI BUDGETARY FEDERAL GRANTS AND COST ALLOCATION TEAM LEADER JOB POSTING FY

VI BUDGETARY FEDERAL GRANTS AND COST ALLOCATION TEAM LEADER JOB POSTING FY OFFICE of the COMPTROLLER General Accounting Bureau Fiscal Officer VI BUDGETARY FEDERAL GRANTS AND COST ALLOCATION TEAM LEADER JOB POSTING FY 19-013, 00171152 About the The (CTR) is an Independent, Executive

More information

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

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

More information

PART 1: COMPANY DETAILS

PART 1: COMPANY DETAILS PART 1: COMPANY DETAILS Legal Name of Company (per your W-9): Legal Parent Company: Federal Employee Identification Number: Website: Year Company Started *: Date of Incorporation: State of Incorporation:

More information

SANFORD AIRPORT AUTHORITY

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

More information

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

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

More information

PRE-SUBMITTAL CONFERENCE TRAVEL PLAZA FACILITY

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

More information

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

INVITATION TO BID JAIL SECURITY SYSTEMS UPGRADE

INVITATION TO BID JAIL SECURITY SYSTEMS UPGRADE INVITATION TO BID 19-5120-02 JAIL SECURITY SYSTEMS UPGRADE INTENT: It is the intent of this Invitation to Bid (ITB) to establishing pricing for the installation of a jail security system upgrade for the

More information

Submittal Guidelines RFQ# Daytona State Beer & Wine Institute

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

More information

State of North Carolina Prequalification for Single Prime Contractors

State of North Carolina Prequalification for Single Prime Contractors Failure to answer all of the following questions may result in disqualification. If general contractor has any questions, contact the person listed below under Submitted to. Completing this questionnaire

More information

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

SUBMISSION REQUIREMENTS

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

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS RELOCATION SERVICES FORMER MANITOU COMMUNITY CENTER 4806 South 66 th Street, Tacoma WA Page 1 RFP AT A GLANCE: PROJECT TITLE: ADDRESS: PROJECT DESCRIPTION: Manitou Relocation 4806

More information

FORMAL INVITATION FOR BEST VALUE BID (BVB) THREE YEAR CONTRACT FOR SECURITY SERVICES ADDENDUM 4

FORMAL INVITATION FOR BEST VALUE BID (BVB) THREE YEAR CONTRACT FOR SECURITY SERVICES ADDENDUM 4 SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Clifford Gorman Date Issued: April 28, 2016 BID NO.: 16-8067 FORMAL INVITATION FOR BEST VALUE BID (BVB) THREE YEAR CONTRACT FOR SECURITY SERVICES

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

BID DOCUMENTS FOR. WTP VFD Replacement Bid

BID DOCUMENTS FOR. WTP VFD Replacement Bid BID DOCUMENTS FOR WTP VFD Replacement Bid CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 September 18, 2018 NOTICE TO BIDDERS WTP VFD REPLACEMENT BID FOR THE CITY OF OWOSSO, MICHIGAN Sealed proposals

More information

STATEMENT OF BIDDER'S QUALIFICATIONS

STATEMENT OF BIDDER'S QUALIFICATIONS STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate

More information