June 14, Request for Quotation (RFQ) # 10-Q-BF-030. Maintenance and/or Repair of Glass Doors. Dear Offerors:

Size: px
Start display at page:

Download "June 14, Request for Quotation (RFQ) # 10-Q-BF-030. Maintenance and/or Repair of Glass Doors. Dear Offerors:"

Transcription

1 June 14, 2010 RE: Request for Quotation (RFQ) # 10-Q-BF-030 Dear Offerors: This is an invitation for you to submit a quotation to provide services related to the on behalf of the Washington Convention and Sports Authority (WCSA). Your response shall be in accordance with the attached RFQ. Responses shall be submitted to the Office of Contracts and Procurement Services at WCSA no later than 3:00 PM, EST, Friday, June 25, The response shall include an original and three (3) copies for mail or hand delivered. Responses are also being accepted electronically. The response must be signed by an official authorized to bind the company. The response must state that the terms of the proposal are valid for a period of thirty (30) days from date of response. Submit responses to Walter E. Washington Convention Center, Attn: Brenda Fuller, Senior Contracts Specialist, 801 Mount Vernon PL., NW, Washington, DC See Section I for more details. Hours of operation for this office are 8:30 am to 5:30 pm, Monday thru Friday (excluding holidays). Should you have any questions, please contact me at (202) or bfuller@wcsa.com. Thank you. 1

2 REQUEST FOR QUOTATION #10-Q-BF-030 This Request for Quotation (RFQ) is being issued for the purpose of securing a Contractor to provide maintenance and emergency repair services on the Glass Doors for the Washington Convention and Sports Authority (WCSA). The WCSA is soliciting responses from the open market to establish a Contract for maintenance and repair of glass doors. The services shall be delivered to the Washington Convention Center, which is located at 801 Mount Vernon Place, NW, Washington, DC The Contractor shall furnish all supervision, labor, equipment, and materials to provide this service. A.1 STATEMENT OF WORK Introduction The Washington Convention Center Authority ( WCCA ) was established in 1994 as an independent authority of the District of Columbia government ( District ) and operated as a corporate body with legal existence distinct and separate from the District. Effective October 1, 2009, WCCA was renamed the Washington Convention and Sports Authority ( WCSA ), which is established as a corporate body that has a legal existence distinct and separate from the District, with the capacity, inter alia, to sue and be sued. See D.C. Code Section et.seq, as amended by the Fiscal Year 2010 Budget Support Second Emergency Act of 2009, Bill No , Act No (the Budget Support Act ). As a result of the Budget Support Act, effective October 1, 2009, WCSA assumed the powers, duties and responsibilities of WCCA, the District of Columbia Armory Board and the functions and authority of the District of Columbia Sports and Entertainment Commission ( DCSEC ). DCSEC was abolished effective October 1, WCSA has the responsibility to, among other things, promote, develop and maintain the District as a location for convention, trade shows, meetings, concerts, sporting and entertainment events, and other special events. In that regard, it manages and operates the Convention Center, RFK Stadium, and the non-military event function of the District of Columbia Armory. A.1.1 The contractor shall maintain and repair the interior and exterior store front glass doors at WCSA facilities. The specifications for the doors are as follows: Type Door Size Quantity Kawner - Beige 26'X15'4'' 48 Kawner - Beige 37-5/8in. x 118in. (left hand) 1 Kawner Beige 37-5/8in. x 115-1/4in. (right hand) 1 2

3 JE Berkowitz: 3/4 Star fire tempered with polished edges with custom cladded rails and hardware14' x 6' 2 Scope The selected vendor shall work closely with the Facility Operations, Building Services staff of the WCSA to ensure that costs are minimized while maintaining quality, and simultaneously ensuring that schedules and deadlines are met. Specifically, the contractor shall provide the necessary resources to accomplish at a minimum, the following: A.1.2 The contractor shall replace approximately fifty two (52) top and bottom pivots, LCN Closers, jamb weather strips, astragal weather strips and thresholds on the Washington Convention Center exterior glass doors. The doors are located in three (3) separate buildings. These replacements will be made on the following doors: 1. Two (2) -JE Berkowitz: 3/4 Star fire tempered with polished edges with custom cladded rails and hardware14' x 6'; 2. One Kawner - Beige 37-5/8in. x 118in. (left hand) 3. One Kawner Beige 37-5/8in. x 115-1/4in. (right hand) 4. Forty-eight (48) Kawner Beige at 26'X15'4''; A.1.3 The contractor shall purchase the following doors: 1. One Beige Kawner Door (37-5/8in. x 118in. (left hand), 2. One Beige Kawner Door (2.37-5/8in. x 115-1/4in. (right hand), and 3. Two (2) -JE Berkowitz: 3/4 Star fire tempered with polished edges with custom cladded rails and hardware14' x 6'. Purchase shall not include hardware. These items will be placed in stock at the Washington Convention Center. A.1.4 The contractor shall establish a maintenance schedule for the interior and exterior glass doors. A.2 DELIVERABLES The Contractor shall deliver as follows: Deliverable Qty Format/Method of Delivery Due Date To Whom Report showing that equipment 3 2 Hard copies To be COTR 3

4 has been inspected and installed in accordance with manufacturer s recommended warranty and compliant with the most recent regulatory requirements 1 Electronic determined after award B. QUALIFICATIONS OF STAFF At a minimum, the firm must possess five (5) years of experience in repair of glass doors similar to the requirements herein. The Resume of key staff must be included with the submission of the bid package. C. INFORMATION REQUIRED FROM BIDDERS/OFFERORS C.1 The Offeror s proposal shall include qualifications and experience that addresses the following: a) The name of the day-to-day account representative (primary point of contact) working on the account including full name, title, phone number and address; b) Information and experience on any additional representatives that might work on the WCSA s projects; c) The names of at least three (3) references to support previous experience in performing similar work. Provide the name of the company; address; contact person; telephone number; description of services provided and the date services were provided; d) The manufacturer name and specifications for each type of door proposed for this project; e) The name of the primary day-to-day person working on the job including name, title, area of responsibility and bio or resume; f) Detailed information on experience in the commercial glass maintenance, installation and/or repair industry; and g) A copy of its Business License issued by the District of Columbia Department of Consumer and Regulatory Affairs (DCRA). C.2 See Section G for additional requirements. 4

5 D. CURRENT INVENTORY Currently the WCSA has approximately fifty two (52) glass doors as specified in Section A.1.1. E. QUALITY ASSURANCE Upon the completion of a repair the Contractor s representative shall conduct an inspection. The inspection shall include, but is not limited to checking for potential hazards, malfunctions and/or flaws. The Contractor agrees to correct any unsafe condition(s) identified during the inspection. F. PERFORMANCE F.1.1 WCSA desires to obtain complete and satisfactory performance in accordance with the specifications and requirements in the contract. To this end, WCSA is contracting for the complete performance of services identified in the Statement of Work. WCSA reserves the right to assess deductions for nonperformance. WCSA will consider inadequate performance to be as undesirable as nonperformance, as the cost of correcting inadequate performance may equal or exceed the cost of initial performance. F.1.2 The average daily rate calculated from the fixed-price amount for the services of the Contractor as set forth in the contract shall be used to calculate deductions. This rate shall be multiplied by the number of productive and administrative days needed by WCSA to complete the task as determined by the COTR. F.1.3. The Contractor and its personnel shall be knowledgeable and trained in the proper use and operation of all equipment used on this project. The Contractor shall be responsible for the cost of any repairs necessary to their equipment because of the Contractor s negligence or improper use of equipment. F.2 WORKPLACE SAFET AND SECURITY Contractor shall completely remove at the end of the workday all equipment used to provide services unless it must be left to begin work immediately the next day. Any equipment left in the Center must be approved by the COTR in advance. Contractor shall use safety barriers and equipment at all times to alert the public of work being done in the area. Contractor shall use all measures necessary to protect the public (e.g. wet floor signs, barrier tape, adequate staffing, back-up lights and horns on rolling equipment). At the conclusion of the contract, the Contractor shall remove all trash and equipment from this site. F.3 SECURITY AND IDENTIFICATION 5

6 The Contractor shall take all measures necessary to comply and ensure that its employees comply with security rules and regulations of WCSA and all Federal, State and local rules, laws and regulations. Contract employees shall not use controlled substances, unless prescribed nor illegal substances, and shall not use alcohol on WCSA's premises. The WCSA s Security Department will demand anyone suspect of working under the influence of alcohol or a controlled substance be removed from the work place. WCSA shall have the right to request any additional investigative background information including, but not limited to, the employment record of any personnel assigned to perform services under the contract resulting from this solicitation. F.4 STANDARDS OF CONDUCT The Contractor shall provide and take necessary measures to ensure compliance of their employees with WCSA's standards. The standards are: Attitude is the most important aspect of any public contact job. All persons must maintain a friendly, respectful and helpful attitude in all dealings with business invitees and staff of and visitors to the WCSA. Disorderly and/ or inappropriate behavior (horseplay, fighting, threats, and abusive language) by any person in/on WCSA premises shall not be permitted. No weapons are permitted on WCSA property. All persons, regardless of their employer or job assignment, must report any of the following to a WCSA representative: 1. Damage to any property or equipment; 2. Theft or unauthorized possession or secreting of any property or equipment; 3. Any unsafe condition or activity involving the Convention Center premises or equipment (ice on sidewalks, oil on floor, escalators stopped, wires or cords across aisles, etc.); 4. Any unsafe condition or activity involving shows or public-attending events (emergency exits blocked, crowd control problems, etc.); and/or 5. Any emergency (fire, medical, etc.). F.5 REMOVAL PROCEDURE The COTR may request the removal of any Contractor s employees from this contract who does not act in accordance with the Terms and Conditions of this contract. The Contractor shall remove employees from this contract whose continued employment is 6

7 contrary to a consistent good relationship between the parties to the contract or who poses a safety risk. G. EVALUATION OF RESPONSES WCSA will make the award based on the contractor s response, which conforms to the solicitation and is most advantageous to WCSA, when cost or price, and technical criteria are considered. For this solicitation, technical is more important than cost or price. As responses become more equal in their technical merit, the evaluated cost or price becomes more important. G.1 Technical Offerors shall respond to this solicitation in a manner that addresses the following Evaluation Criteria: The contractor shall respond to the following Evaluation Criteria: Evaluation Criteria FACTOR 1 Project Approach The approach should describe the resources, activities and/or methodology that will be used to accomplish the work in a timely manner. Describe the capabilities of the organization and how they align with the requirements in the Statement of Work. Clearly identify the strategy necessary to complete the requirements set forth in the Statement of Work. FACTOR 2 Previous Experience Provide at least three (3) past examples and corresponding reference(s) for similar work that the contractor has previously completed. These examples should be comprehensive and formatted to communicate the contractor s experience, understanding and outcome of the completed work. FACTOR 3 Contractor Management Team Describe the project principals, project manager and/or key staff. Please address how well does the individual s qualifications and experience relate to this specific requirements herein. FACTOR 4 Points Price (Based on the following formula) Lowest Priced Proposal x 20 Price of Proposal being Evaluated 20 7

8 Evaluation Criteria Points Total Points 100 G.2 Price The Contractor shall complete the Price Form. Please see Attachment A. G.3 SPECIAL CONDITION Upon arrival at the Washington Convention Center, Contractor s personnel must sign-in and sign-out at the WCSA Engineering Command Center, which is located in the North Building of the Center. Contractor s personnel will be issued and identification badge which must be displayed on his or her person until he or she is signed out. If the identification badge is lost, Contractor will be charged a lost badge fee of five dollars ($5.00). G.4 WORK SCHEDULE A work schedule for the maintenance, repair and/or installation of the high speed roll up doors must be approved by the COTR or designee prior to the performance of work. Work schedule must not interfere with the normal business of the Washington Convention Center or disrupt any convention activity. This may require that some work be performed during late or overnight hours. Contractor must be capable of responding to any requests for emergency repairs or installation within eight (8) hours of a request from the COTR. Contractor will be provided temporary parking inside the Center for its service vehicle(s). H. TERMS AND CONITIONS H.1 Insurance Requirement H.1.1 Commercial General Liability Insurance - The Contractor shall secure and maintain during the Contract period Commercial General Liability insurance (which shall include, without limitation, independent contractor's liability coverage and contractual liability coverage) in a per occurrence amount not less than one (1) million dollars ($1,000,000.00) combined single limit. The Commercial General Liability coverage must be extended to include owners, employees and contractors protective liability. The coverage should also include all premises and product operations, personal and advertising injury and contractual liability. 8

9 H.1.2 Worker s Compensation Insurance - The Contractor shall secure and maintain during the Contract Period all Worker s Compensation insurance in the amounts required by District of Columbia law for all employees, and its employees involved in the Contract, without exclusion of any class of employee. H.1.3 Certificates of Insurance - Upon request by WCSA, the Contractor shall provide all Certificates of Insurance to WCSA for review and approval. Certificates of Insurance shall state that WCSA, its Board of Directors, officers and employees are named as additional insureds. H.1.4 Notice - The Contractor shall immediate report in writing to WCSA s Manager of Contracts and Procurement Services any incident which might reasonably be expected to result in any claim under any of the coverages mentioned herein. The Contractor agrees to cooperate with WCSA in promptly releasing information as to the disposition of any claims, including a resume of claims experience relating to WCSA. H.2 Term of Contract H.2.1 The base term of the Contract shall be for a period date of award through September 30, H.2.2 Option to Extend the term of the Contract a. WCSA may extend the term of this AGREEMENT for a period of four (4) one-year option periods, or successive fractions thereof, by written modification to the Contractor before the expiration of the contract; provided that WCSA will give the contractor a preliminary written notice of its intent to extend at least thirty (30) days before the ORDER expires. The preliminary notice does not commit WCSA to an extension. The exercise of this option is subject to the availability of funds at the time of the exercise of this option. The Contractor may waiver the thirty (30) day preliminary notice requirement by providing a written waiver to the contracting office prior to expiration of the Agreement. b. If WCSA exercises this option, the Agreement shall be considered to include this option provision. H.3 Applicability of Standard Contract Provisions The WCSA Standard Contract Provisions (SCP) dated May, 2006, is incorporated by reference as part of this solicitation and any resulting contract. A copy of the WCSA SCP may be downloaded from the WCSA s website at: 08.aspx 9

10 H.4 Local, Disadvantaged Businesses, Businesses Operating In an Enterprise Zone, Or Resident Business Ownership Offerors submitting evidence that they are certified as small, local, disadvantaged, operating in an enterprise zone or having resident business ownership shall receive: (a) (b) (c) (d) (e) (f) three (3%) percent reduction in the bid price or the addition of three points on a 100-point scale for a small business enterprise (SBE) certified by the Small and Local Business Opportunity Commission (SLBOC) or the Department of Small and Local Business Development (DSLBD), as applicable, three (3%) percent reduction in the bid price or the addition of three points on a 100-point scale for resident-owned business (ROB) certified by the SLBOC or the DSLBD, as applicable, ten (10%) percent reduction in the bid price or the addition of ten points on a 100-point scale for a longtime resident business (LRB) certified by the SLBOC or the DSLBD, as applicable, two (2%) percent reduction in the bid price or the addition of two points on a 100-point scale for a local business enterprise (LBE) certified by the SLBOC or the DSLBD, as applicable, two (2%) percent reduction in the bid price or the addition of two points on a 100-point scale for a local business enterprise with its principal office located in an enterprise zone (DZE) and certified by the SLBOC or the DSLBD, as applicable, and two (2%) percent reduction in the bid price or the addition of two points on a 100-point scale for a disadvantaged business enterprise (DBE) certified by the SLBOC or the DSLBD, as applicable. (g) Offeror may qualify for more than one of these categories, so that the maximum number of points available under this section is 12 points. H.4.1 Application of Preferences The preferences shall be applicable to prime contractors as follows: H Any prime contractor that is an SBE certified by the SLBOC or the DSLBD, as applicable, will receive a three percent (3%) reduction in the bid price for a bid submitted by the SBE in response to an Invitation for Bids (IFB) or the addition of three points on a 100-point scale added to the overall score for proposals submitted by the SBE in response to a Request for Proposals (RFP). 10

11 H Any prime contractor that is an ROB certified by the SLBOC or the DSLBD, as applicable, will receive a three percent (3%) reduction in the bid price for a bid submitted by the ROB in response to an IFB or the addition of three points on a 100-point scale added to the overall score for proposals submitted by the ROB in response to an RFP. H Any prime contractor that is an LRB certified by the SLBOC or the DSLBD, as applicable, will receive a ten percent (10%) reduction in the bid price for a bid submitted by the LRB in response to an IFB or the addition of ten points on a 100-point scale added to the overall score for proposals submitted by the LRB in response to an RFP. H Any prime contractor that is an LBE certified by the SLBOC or the DSLBD, as applicable, will receive a two percent (2%) reduction in the bid price for a bid submitted by the LBE in response to an IFB or the addition of two points on a 100-point scale added to the overall score for proposals submitted by the LBE in response to an RFP. H Any prime contractor that is a DZE certified by the SLBOC or the DSLBD, as applicable, will receive a two percent (2%) reduction in the bid price for a bid submitted by the DZE in response to an IFB or the addition of two points on a 100-point scale added to the overall score for proposals submitted by the DZE in response to an RFP. D Any prime contractor that is a DBE certified by the SLBOC or the DSLBD, as applicable, will receive a two percent (2%) reduction in the bid price for a bid submitted by the DBE in response to an IFB or the addition of two points on a 100-point scale added to the overall score for proposals submitted by the DBE in response to an RFP. H.4.2 Maximum Preference Awarded Notwithstanding the availability of the preceding preferences, the maximum total preference to which a certified business enterprise is entitled under the Act for this procurement is twelve percent (12%) for bids submitted in response to an RFQ or the equivalent of twelve (12) points on a 100-point scale for proposals submitted in response to an RFP. There will be no preference awarded for subcontracting by the prime contractor with certified business enterprises. H.4.3. Preferences for Certified Joint Ventures When the SLBOC or the DSLBD, as applicable, certifies a joint venture, the certified joint venture will receive preferences as a prime contractor for categories in which the joint venture and the certified joint venture partner are 11

12 certified, subject to the maximum preference limitation set forth in the preceding paragraph. H.5 Vendor Submission for Preferences H.5.1 Any vendor seeking to receive preferences on this solicitation must submit at the time of, and as part of its bid or proposal, the following documentation, as applicable to the preference being sought: H Evidence of the vendor s or joint venture s certification by the SLBOC as an SBE, LBE, DBE, DZE, LRB, or ROB, to include a copy of all relevant letters of certification from the SLBOC; or H Evidence of the vendor or joint venture s provisional certification by the DSLBD as an SBE, LBE, DBE, DZE, LRB, or ROB, to include a copy of the provisional certification from the DSLBD. H.5.2 Any vendor seeking certification or provisional certification in order to receive preferences under this solicitation should contact the: Department of Small and Local Business Development ATTN: LSDBE Certification Program 441 Fourth Street, N.W., Suite 970N Washington, DC H.5.3 All vendors are encouraged to contact the DSLBD at (202) if additional information is required on certification procedures and requirements. H.6 CONTRACT ADMINISTRATION DATA H.6.1 CONTRACTING OFFICER (CO) Contracts will be entered into and signed on behalf of WCSA only by the President & CEO or designee(s). All correspondence to the Contracting shall be forwarded to: Mr. Jonathan Butler Director, Contract & Procurement Services Washington Convention and Sports Authority (WCSA) East Executive Mezzanine Offices 801 Mt. Vernon Place, NW (202) (phone) (202) (fax) Jbutler@wcsa.com Officer H.6.2 AUTHORIZED CHANGES BY THE CONTRACTING OFFICER 12

13 H The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract. H The Contractor shall not comply with any order, directive or request that changes or modifies the requirements of this contract, unless issued in writing and signed by the Contracting Officer. H CONTRACTOR ACKNOWLEDGES AND AGREES THAT IN THE EVENT IT PERFORMS, WITHOUT PRIOR WRITTEN AUTHORIZATION FROM THE CONTRACTING OFFICER, ANY WORK NOT SET FORTH IN THE SCOPE OF WORK OR THE TERMS AND CONDITIONS OF THE CONTRACT, CONTRACTOR SHALL BE DENIED COMPENSATION OR OTHER RELIEF, WHETHER UNDER QUANTUM MERUIT OR OTHERWISE, FOR ANY SUCH WORK PERFORMED AND THAT IT MAY ALSO BE REQUIRED, AT ITS SOLE EXPENSE, TO TAKE ALL CORRECTIVE ACTION NECESSITATED BY THE UNAUTHORIZED WORK. H In the event the Contractor effects any change at the instruction or request of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any cost increase incurred as a result thereof. H.3 CONTRACTING OFFICER S TECHNICAL REPRESENTATIVE (COTR) H.3.1 The COTR is responsible for general administration of the contract and advising the Contracting Officer as to the Contractor s compliance or noncompliance with the contract. In addition, the COTR is responsible for the day-to-day monitoring and supervision of the contract, of ensuring that the work conforms to the requirements of this contract and such other responsibilities and authorities as may be specified in the contract. The COTR for the resulting contract will be: William Flemming Manager of Maintenance Services Washington Convention Center Authority 801 Mount Vernon Place, NW Washington, DC wflemming@wcsa.com H.3.2 The COTR shall not have authority to make any changes in the specifications or scope of work or terms and conditions of the contract. H.3.3 The Contractor may be held fully responsible for any changes not authorized in advance, in writing, by the Contracting Officer; may be denied compensation or other relief for any additional work performed that is not so authorized; and may 13

14 also be required, at no additional cost to the WCSA, to take all corrective action necessitated by reason of the unauthorized changes. H.4 CONTRACTOR S KEY PERSONNEL H.4.1 The Contractor has designated the following as key personnel in the execution of this contract: To be determined by Offeror at time of proposal submission. H.4.2 The Contractor shall make a reasonable, good faith effort to ensure that the personnel originally proposed as members of its contract staff will be available for the duration of the contract. H.4.3 If for any reason, a person designated as key must be replaced, the parties will agree upon a mutually acceptable replacement transition period which will be at least ten (10) working days in duration. I. INSTRUCTIONS I.1 Hand Delivery, Mailing or ing of Quotations All responses shall be hand-delivered, mailed or ed to the address below. Any questions regarding this solicitation shall be addressed to the point of contact below before 3:00 PM, EST on Friday, June 25, 2010: Brenda Fuller Senior Contracts Specialist Contracts and Procurement Services Washington Convention and Sports Authority 801 Mount Vernon Place, NW Washington, DC Phone: Fax: bfuller@wcsa.com I.2 Submission Date and Time Responses must be submitted no later than 3:00 p.m. EST on Friday, June 25, I.3 Pre-Proposal Conference/Site Visit A Pre-proposal Conference/Site Visit is scheduled for Monday, June 21, 2010, at 10:30 AM, EST. All participants shall meet in the West Mezzanine Executive Suites at the Washington Convention Center, 801 Mount Vernon Place, NW, Washington, DC There is no limit on the number of 14

15 persons from each firm that may attend the conference. Please notify Ms. Brenda Fuller at (202) or confirmation to no later than 5:00 PM, EST on Friday June 18, 2010 of your attendance. 15

16 J. Cover Page J.1 Offeror shall complete this cover page and return with offer. REQUEST FOR QUOTATION # 10-Q-BF-030 COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: 16

17 ATTACHMENT A PRICE FORM Base Term (Date of Award thru September 30, 2010) The Contract may be awarded on a not-to-exceed Time and Material basis with Firm Fixed Price components. Please provide the proposed labor categories, loaded hourly rates, and hours for the contract. Also, identify and itemize any other proposed Other Direct Costs (ODC). 001-Labor: LABOR CATEGORY LOADED HOURLY RATE HOURS AMOUNT 002 Doors Equipment Contract Line Item Nos. (CLIN) Description Est. Qty Unit 001 Kawner Beige 26'X15'4'' 48 EA 002 Kawner Beige 37-5/8in. x 1 EA 118in. (left hand) 003 Kawner Beige 37-5/8in. x 1 EA 115-1/4in. (right hand) 004 JE Berkowitz: 3/4 Star fire 1 EA tempered with polished edges with custom cladded rails and hardware14' x Unit Price Total Firm Fixed Price 17

18 005 Other (itemize and attach) Other Direct Base Year Costs (Identify and itemize on separate page if any): $ Total Estimated Not-to-Exceed Price $ 18

19 QUOTE FORM Option Year 1 (October 1, 2010 thru September 30, 2011) The Contract may be awarded on a not-to-exceed Time and Material basis with Firm Fixed Price components. Please provide the proposed labor categories, and loaded hourly rates, for each option year. Also, identify and itemize any other proposed Other Direct Costs (ODC). 001-Labor: LABOR CATEGORY LOADED HOURLY RATE HOURS AMOUNT Other Direct Costs (Identify and itemize on separate page if any): $ Total Estimated Not-to-Exceed Price $ 19

20 QUOTE FORM Option Year 2 (October 1, 2011 thru September 30, 2012) The Contract may be awarded on a not-to-exceed Time and Material basis with Firm Fixed Price components. Please provide the proposed labor categories, and loaded hourly rates, for each option year. Also, identify and itemize any other proposed Other Direct Costs (ODC). 001-Labor: LABOR CATEGORY LOADED HOURLY RATE HOURS AMOUNT Other Direct Costs (Identify and itemize on separate page if any): $ Total Estimated Not-to-Exceed Price $ 20

21 QUOTE FORM Option Year 3 (October 1, 2012 thru September 30, 2013) The Contract may be awarded on a not-to-exceed Time and Material basis with Firm Fixed Price components. Please provide the proposed labor categories, and loaded hourly rates, for each option year. Also, identify and itemize any other proposed Other Direct Costs (ODC). 001-Labor: LABOR CATEGORY LOADED HOURLY RATE HOURS AMOUNT 002 Other Direct Costs (Identify and itemize on separate page if any): $ Total Estimated Not-to-Exceed Price $ 21

22 QUOTE FORM Option Year 4 (October 1, 2013 thru September 30, 2014) The Contract may be awarded on a not-to-exceed Time and Material basis with Firm Fixed Price components. Please provide the proposed labor categories, and loaded hourly rates, for each option year. Also, identify and itemize any other proposed Other Direct Costs (ODC). 001-Labor: LABOR CATEGORY LOADED HOURLY RATE HOURS AMOUNT 002 Other Direct Costs (Identify and itemize on separate page if any): $ Total Estimated Not-to-Exceed Price $ 22

REQUEST FOR QUOTATION RFQ# 07-Q-WT-123 Courier Services ADDRESS: PHONE NO.:

REQUEST FOR QUOTATION RFQ# 07-Q-WT-123 Courier Services ADDRESS: PHONE NO.: REQUEST FOR QUOTATION RFQ# 07-Q-WT-123 Courier Services COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: RFQ #07-Q-WT-123 COURIER SERVICES 1 September 24, 2007 RE: Request for Quotation

More information

REQUEST FOR QUOTATION RFQ# 07-Q-JS-118 Six (6) Portable Visitor Information Desks COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.:

REQUEST FOR QUOTATION RFQ# 07-Q-JS-118 Six (6) Portable Visitor Information Desks COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: REQUEST FOR QUOTATION RFQ# 07-Q-JS-118 Six (6) Portable Visitor Information Desks COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: August 20, 2007 RE: Request for Quotation (RFQ) 07-Q-JS-106

More information

REQUEST FOR QUOTATION # 09-Q-LP-034 Blanket Purchase Agreement (BPA) for Propane Gas Delivery and Pick-up COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.

REQUEST FOR QUOTATION # 09-Q-LP-034 Blanket Purchase Agreement (BPA) for Propane Gas Delivery and Pick-up COMPANY NAME: ADDRESS: PHONE NO.: FAX NO. REQUEST FOR QUOTATION # 09-Q-LP-034 Blanket Purchase Agreement (BPA) for Propane Gas Delivery and Pick-up COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE ISSUED: June 4, 2009 SUBMITTAL

More information

REQUEST FOR QUOTATION RFQ # 09-Q-LP-031 Blanket Purchase Agreement (BPA) for Copywriter and Editing Services COMPANY NAME: ADDRESS: PHONE NO.

REQUEST FOR QUOTATION RFQ # 09-Q-LP-031 Blanket Purchase Agreement (BPA) for Copywriter and Editing Services COMPANY NAME: ADDRESS: PHONE NO. REQUEST FOR QUOTATION RFQ # 09-Q-LP-031 Blanket Purchase Agreement (BPA) for COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: ISSUE DATE: July 17, 2009 July 17, 2009 RE: Request for Quotation

More information

REQUEST FOR QUOTATION (RFQ)- #09-Q-LP-047 Installation of Lenel Card Readers for Mechanical Rooms

REQUEST FOR QUOTATION (RFQ)- #09-Q-LP-047 Installation of Lenel Card Readers for Mechanical Rooms REQUEST FOR QUOTATION (RFQ)- #09-Q-LP-047 for Mechanical Rooms COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: ISSUE DATE: JULY 23 TITLE: DATE: July 23, 2009 RE: Request for Quotation (RFQ) # 09-Q-LP-047-

More information

REQUEST FOR QUOTATION (RFQ) # 07-Q-AS-119 Blanket Purchase Agreement (BPA) for Motorola Radios and Accessories

REQUEST FOR QUOTATION (RFQ) # 07-Q-AS-119 Blanket Purchase Agreement (BPA) for Motorola Radios and Accessories REQUEST FOR QUOTATION (RFQ) # 07-Q-AS-119 Blanket Purchase Agreement (BPA) for Motorola Radios and Accessories COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: RFQ #07-Q-AS-119 1 August

More information

REQUEST FOR QUOTATION # 07-RFQ/BPA-BF-101 ELECTRICAL SUPPLIES AND EQUIPMENT

REQUEST FOR QUOTATION # 07-RFQ/BPA-BF-101 ELECTRICAL SUPPLIES AND EQUIPMENT REQUEST FOR QUOTATION # 07-RFQ/BPA-BF-101 ELECTRICAL SUPPLIES AND EQUIPMENT COMPANY NAME: ADDRESS: SIGNATURE: TITLE: DATE: Date: August 10, 2007 OFFICE OF CONTRACTS AND PROCUREMENT To: Subject: All Quoters

More information

REQUEST FOR QUOTATION RFQ# 07-Q-JW-111 Employee Assistance Program COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE:

REQUEST FOR QUOTATION RFQ# 07-Q-JW-111 Employee Assistance Program COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: REQUEST FOR QUOTATION RFQ# 07-Q-JW-111 Employee Assistance Program COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: September 11, 2007 RE: Price Quote (PQ) Dear Quoters: This is an invitation

More information

REQUEST FOR QUOTATION # 09-Q-SM-052 UNIFORMS FOR PUBLIC SAFETY DIVISION ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: SUBMITTAL DATE:

REQUEST FOR QUOTATION # 09-Q-SM-052 UNIFORMS FOR PUBLIC SAFETY DIVISION ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: SUBMITTAL DATE: REQUEST FOR QUOTATION # 09-Q-SM-052 UNIFORMS FOR PUBLIC SAFETY DIVISION COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE ISSUED: August 10, 2009 SUBMITTAL DATE: 1 August 10, 2009 RE: Request

More information

REQUEST FOR QUOTATION RFQ# 07-Q-JS-106 Turnkey A/V system with 3 integrated LCD displays and Desktop computers COMPANY NAME: ADDRESS: PHONE NO.

REQUEST FOR QUOTATION RFQ# 07-Q-JS-106 Turnkey A/V system with 3 integrated LCD displays and Desktop computers COMPANY NAME: ADDRESS: PHONE NO. REQUEST FOR QUOTATION RFQ# 07-Q-JS-106 Turnkey A/V system with 3 integrated COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: August 7, 2007 RE: Request for Quotation (RFQ) 07-Q-JS-106

More information

REQUEST FOR QUOTATION # 08-RFQ/BPA-BF-036 Blanket Purchase Agreement (BPA) for Architectural Services TITLE:

REQUEST FOR QUOTATION # 08-RFQ/BPA-BF-036 Blanket Purchase Agreement (BPA) for Architectural Services TITLE: REQUEST FOR QUOTATION # 08-RFQ/BPA-BF-036 Blanket Purchase Agreement (BPA) for COMPANY NAME: ADDRESS: TELEPHONE NO.: E-MAIL: SIGNATURE: TITLE: DATE: June 2, 2008 RE: Request for Quotation (RFQ) #08-Q-BF-036

More information

REQUEST FOR QUOTATION RFQ # 10-Q-LP-001 Blanket Purchase Agreement (BPA) for Printing Services COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.

REQUEST FOR QUOTATION RFQ # 10-Q-LP-001 Blanket Purchase Agreement (BPA) for Printing Services COMPANY NAME: ADDRESS: PHONE NO.: FAX NO. REQUEST FOR QUOTATION RFQ # 10-Q-LP-001 Blanket Purchase Agreement (BPA) for COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: ISSUED DATE: September 30, 2009 1 September 30, 2009 RE:

More information

REQUEST FOR QUOTATION # 09-Q-SM-060 Lift and Cart Maintenance Services

REQUEST FOR QUOTATION # 09-Q-SM-060 Lift and Cart Maintenance Services REQUEST FOR QUOTATION # 09-Q-SM-060 Lift and Cart Maintenance Services COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: LIFT AND CART MAINTENANCE ISSUE DATE: August 28, 2009 August 28, 2009

More information

REQUEST FOR QUOTATION # 08-BPA-JW-024 Blanket Purchase Agreement (BPA) to Install & Furnish Pelco, Optelecom, Lenel and Additional Spare Parts

REQUEST FOR QUOTATION # 08-BPA-JW-024 Blanket Purchase Agreement (BPA) to Install & Furnish Pelco, Optelecom, Lenel and Additional Spare Parts REQUEST FOR QUOTATION # 08-BPA-JW-024 Blanket Purchase Agreement (BPA) to Lenel and Additional Spare Parts TUESDAY, FEBRUARY 5, 2008 COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: February

More information

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS Board of Commissioners Port of New Orleans REQUEST FOR QUALIFICATIONS THALIA ST. WHARF NEW PARKING GARAGE WO 1-156 ISSUE DATE: August 31, 2016 NEW ORLEANS, LOUISIANA Deadline for Proposals is no later

More information

SAN DIEGO CONVENTION CENTER CORPORATION

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

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS BOARD OF COMMISSIONERS PORT OF NEW ORLEANS Board of Commissioners of the Port of New Orleans REQUEST FOR QUALIFICATIONS As-Needed Civil Engineering August 9, 2017 Deadline for Statement of Qualifications

More information

Request for Quotation Page One

Request for Quotation Page One Request for Quotation Page One THIS IS NOT AN ORDER Purchasing Department 1600 Hampton Street, Suite 606 Columbia, SC 29208 (803) 777-4115 Quotation must be received no later than: 02:00 PM Send Quotation

More information

Request for Quotation Page One

Request for Quotation Page One University of South Carolina Aiken Purchasing Department 471 University Parkwy Aiken, SC 29801 Telephone: (803) 641-3455 Request for Quotation Page One THIS IS NOT AN ORDER Quotation must be received Send

More information

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 RFP NO: 2017-03 REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 Advertisement for Request for Proposals CITY OF SOUTH BAY RFP NO: 2017-03

More information

Invitation for Bid - Moody Center for the Arts / Theatrical Lighting

Invitation for Bid - Moody Center for the Arts / Theatrical Lighting Invitation for Bid - Moody Center for the Arts / Theatrical Lighting Bid#2016-10-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement

More information

THE PUBLIC SERVICE COMMISSION FOR THE DISTRICT OF COLUMBIA REQUEST FOR PROPOSALS NO. PSC MANAGEMENT AND ORGANIZATIONAL ASSESSMENT

THE PUBLIC SERVICE COMMISSION FOR THE DISTRICT OF COLUMBIA REQUEST FOR PROPOSALS NO. PSC MANAGEMENT AND ORGANIZATIONAL ASSESSMENT THE PUBLIC SERVICE COMMISSION FOR THE DISTRICT OF COLUMBIA REQUEST FOR PROPOSALS NO. PSC-19-03 MANAGEMENT AND ORGANIZATIONAL ASSESSMENT Proposal Issue Date: January 4, 2019 Proposal Due Date: January 29,

More information

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library PINE MOUNTAIN REGIONAL LIBRARY SYSTEM Request for Quote Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library Submission Date/Time: March 22, 2019, 5:00 pm

More information

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK CITY OF MOBILE REQUEST FOR PROPOSALS RFP: 2018-006 FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK The City of Mobile is seeking proposals for the operation of food concession stands,

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

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS Board of Commissioners Port of New Orleans REQUEST FOR QUALIFICATIONS As-Needed Container Crane Engineering Services for Fiscal Years 2016 & 2017 Issue Date: March 25, 2015 NEW ORLEANS, LOUISIANA RESPONSES

More information

Our mission is to procure supplies and services for our customers at the best value utilizing innovative supply-chain practices and technology.

Our mission is to procure supplies and services for our customers at the best value utilizing innovative supply-chain practices and technology. Supplier Guide Purpose Mission Statement How to Reach Us Sales Visits Office Hours Location Supplier Registration How the Procurement Process Works Purchasing Methods Quotations Bids Request for Proposals

More information

Request for Proposals: Purchase of Staff Computers

Request for Proposals: Purchase of Staff Computers 1 INTRODUCTION 1.1 Objective CAPITAL AREA DISTRICT LIBRARY 401 S. CAPITAL AVE., LANSING, MI 48933 (517) 367 6300 Request for Proposals: Purchase of Staff Computers The Capital Area District Library (hereinafter

More information

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

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

More information

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

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

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS BOARD OF COMMISSIONERS PORT OF NEW ORLEANS Board of Commissioners of the Port of New Orleans REQUEST FOR PROPOSALS FIELD CAMERAS ASSESSMENT June 7, 2017 Deadline for proposals is no later than Wednesday,

More information

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

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

More information

PART IV REPRESENTATIONS AND INSTRUCTIONS SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS

PART IV REPRESENTATIONS AND INSTRUCTIONS SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS PART IV REPRESENTATIONS AND INSTRUCTIONS SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS L.1 PROPOSAL PREPARATION INSTRUCTIONS Offerors shall provide proposals in two separate volumes. Volume

More information

Request for Quotation Page One

Request for Quotation Page One 1 University of South Carolina Aiken Purchasing Department 471 University Parkwy Aiken, SC 29801 Telephone: (803) 641-3455 Request for Quotation Page One THIS IS NOT AN ORDER Quotation must be received

More information

DOING BUSINESS WITH NEWPORT NEWS PUBLIC SCHOOLS... A VENDOR S GUIDE TO UNDERSTANDING NNPS PROCUREMENT PRACTICES

DOING BUSINESS WITH NEWPORT NEWS PUBLIC SCHOOLS... A VENDOR S GUIDE TO UNDERSTANDING NNPS PROCUREMENT PRACTICES DOING BUSINESS WITH NEWPORT NEWS PUBLIC SCHOOLS.... A VENDOR S GUIDE TO UNDERSTANDING NNPS PROCUREMENT PRACTICES July 2014 NEWPORT NEWS PUBLIC SCHOOLS (NNPS) PURCHASING DEPARTMENT The following Purchasing

More information

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

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

More information

INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251

INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 DATE April 12, 2017 TABLE OF CONTENTS 1. SUMMARY AND BACKGROUND...

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Lawn Care Maintenance Services Academy for Classical Education 5665 New Forsyth Rd. Macon, Georgia 31210 PROPOSAL SUBMISSION DEADLINE IS 5:00PM EDT, FRIDAY, MAY 15, 2017 TABLE OF

More information

INVITATION TO BID (ITB) MONTROSE COUNTY TOWING SERVICES

INVITATION TO BID (ITB) MONTROSE COUNTY TOWING SERVICES INVITATION TO BID (ITB) MONTROSE COUNTY TOWING SERVICES BIDDER INSTRUCTIONS Montrose County is accepting sealed bids from qualified vendors to provide vehicle towing, impound, and storage services for

More information

TREASURY GENERAL. (a)

TREASURY GENERAL. (a) PROPOSALS system shall conform to the guidelines and specifications pursuant to N.J.A.C. 6A:27-7.13. Social Impact The proposed new rules at N.J.A.C. 13:20-50B.50 and 51.16 will have a beneficial social

More information

CHARLESTON COUNTY PARK AND RECREATION COMMISSION

CHARLESTON COUNTY PARK AND RECREATION COMMISSION CHARLESTON COUNTY PARK AND RECREATION COMMISSION REQUEST FOR PROPOSAL HOLIDAY FESTIVAL OF LIGHTS ORNAMENTS 2015-20 MARCH 25, 2015 1 RFP2015-020 Request for Proposal 2015-020 Holiday Festival of Lights

More information

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

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

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

More information

REQUEST FOR PROPOSAL (RFP) #08-P-JW-033

REQUEST FOR PROPOSAL (RFP) #08-P-JW-033 REQUEST FOR PROPOSAL (RFP) #08-P-JW-033 ISSUED BY: Jawayne Jenkins, Senior Contract Specialist, Contracts and Procurement Services Washington Convention Center Authority (WCCA) Office of Contracts and

More information

District of Columbia Agencies and Contractors Compliance with Subcontracting Requirements Needs Significant Improvement

District of Columbia Agencies and Contractors Compliance with Subcontracting Requirements Needs Significant Improvement 033:14:DB:SK:DM:cm:KT:LH:LP District of Columbia Agencies and Contractors Compliance with Subcontracting Requirements Needs Significant Improvement September 30, 2014 Report Team: David Brewer, Auditor

More information

A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CASTLE PINES, COLORADO APPROVING A PURCHASING POLICY

A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CASTLE PINES, COLORADO APPROVING A PURCHASING POLICY RESOLUTION NO. 11-41 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CASTLE PINES, COLORADO APPROVING A PURCHASING POLICY WHEREAS, pursuant to Sections 31-15-101 and 31-15-201, C.R.S., a municipality has

More information

Requests for Quotes This is not an Order

Requests for Quotes This is not an Order Requests for Quotes This is not an Order Quotation must be received no later than: 4:00 p.m. November 21, 2016 Send quotation to above address Attention of: Cheryl Allen-Lint Purchasing Department 506

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

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) MOTOR FUEL & FUEL MANAGEMENT CONTROL SYSTEM SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 PH: 276-386-6521 FAX: 276-386-9198 ISSUE DATE 06/8/2018

More information

(e-procurement System)

(e-procurement System) B I D D I N G D O C U M E N T For Procurement of Design, Supply, Installation and commissioning of Transmission Substations and Lines - (AFD) Project (e-procurement System) IPC No: KP1/6A.1/PT/1/18/A69

More information

REQUEST FOR PROPOSAL CASH MANAGEMENT SERVICES

REQUEST FOR PROPOSAL CASH MANAGEMENT SERVICES REQUEST FOR PROPOSAL FOR CASH MANAGEMENT SERVICES The Rappahannock, Shenandoah and Warren Regional Jail, also known as RSW Regional Jail, is soliciting sealed proposals from qualified financial institutions

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m. PUR884 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE September 6, 2017 at 2:00 p.m. The City of Rock Hill, South Carolina is seeking competitive proposals from qualified

More information

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 RETURN PROPOSALS TO: Rhetta Hogan Finance Department City of Yreka 701 Fourth Street Yreka, CA 96097 DEADLINE FOR

More information

1 CCR PROCUREMENT RULES

1 CCR PROCUREMENT RULES Rule Changes Redlines 1 CCR 101-9 PROCUREMENT RULES ARTICLE 102 PROCUREMENT ORGANIZATION PART 2 DIVISION OF PURCHASING R-24-102-206 Contract Performance Outside the United States or Colorado R-24-102-206-01

More information

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: 1285-44202 HIGH POWER LINE REPAIR SERVICES Jacksonville Aviation Authority Procurement Department 14201 Pecan Park Road, 2 nd Floor Jacksonville,

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM PUR960 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HVAC System Maintenance and Repair MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM The City of Rock Hill, South Carolina is seeking

More information

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921 THIS IS NOT AN ORDER!! DATE: April 19, 2013 REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921 R.F.Q. NO. 14-02 Return quotes to: Tanya Adams, Recycling Coordinator

More information

Request for Quote RFQ CF Window Cleaning at Boise State University Stueckle Sky Center

Request for Quote RFQ CF Window Cleaning at Boise State University Stueckle Sky Center Request for Quote RFQ CF14-148 Window Cleaning at Boise State University Stueckle Sky Center 1. SCHEDULE OF EVENTS RFQ issue date June 16, 2014 Mandatory Walk-Through June 24, 2014 Publication of Questions/Answers

More information

PART IV REPRESENTATIONS AND INSTRUCTIONS. Section K Representations, Certifications, and Other Statements of Offerors

PART IV REPRESENTATIONS AND INSTRUCTIONS. Section K Representations, Certifications, and Other Statements of Offerors PART IV REPRESENTATIONS AND INSTRUCTIONS Section K Representations, Certifications, and Other Statements of Offerors Section L Instructions, Conditions, and Notices to Offerors L.1 Formal Communications

More information

REQUEST FOR PROPOSALS. Service Contract Act Administration. February 21, Jason Carlin CNB Purchasing

REQUEST FOR PROPOSALS. Service Contract Act Administration. February 21, Jason Carlin CNB Purchasing REQUEST FOR PROPOSALS Service Contract Act Administration February 21, 2012 Jason Carlin 918-384-7636 CNB Purchasing Jason.carlin@cnent.com Cherokee Nation Businesses 777 West Cherokee St. Catoosa, OK

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

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

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

More information

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

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

More information

REQUEST FOR QUOTES (RFQ) DECAL STRIP ADVERTISEMENTS FOR RAIL CAR MODESTY PANELS. RFQ ISSUED: September 13, 2018

REQUEST FOR QUOTES (RFQ) DECAL STRIP ADVERTISEMENTS FOR RAIL CAR MODESTY PANELS. RFQ ISSUED: September 13, 2018 VIRGINIA RAILWAY EXPRESS REQUEST FOR QUOTES (RFQ) DECAL STRIP ADVERTISEMENTS FOR RAIL CAR MODESTY PANELS RFQ ISSUED: September 13, 2018 QUESTIONS DUE: September 19, 2018 at 10:00 A.M. EST QUOTES DUE: September

More information

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL DOCUMENT SHREDDING February 26, 2015 The New York Liquidation Bureau ( NYLB ) carries out the responsibilities of the Superintendent of Financial Services

More information

Request for Quote RFQ# Date: 02/01/2017

Request for Quote RFQ# Date: 02/01/2017 Request for Quote RFQ#2016-11 Recycling and Trash Removal Services Date: 02/01/2017 Page 1 of 9 Table 1, Key Dates in the RFQ Schedule Date Wednesday, February 1, 2017 Wednesday, February 15, 2017 @ 2:30

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

FORM AGREEMENT C MASTER CHASSIS USE AGREEMENT

FORM AGREEMENT C MASTER CHASSIS USE AGREEMENT FORM AGREEMENT C MASTER CHASSIS USE AGREEMENT THIS CHASSIS USE AGREEMENT (this Agreement ) is made as of is made as of this day of, 20, by and between (CCM POOL LLC ), a Delaware limited liability company

More information

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

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

More information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 REQUEST FOR PROPOSALS (RFP) 2018-17 SECTION EIGHT HOUSING QUALITY STANDARDS (HQS) INSPECTIONS DATE ISSUED: Thursday, August

More information

Board of Directors Governance & Policies

Board of Directors Governance & Policies Resolution No.: 16-46 Procurement Responsible Department: Finance and Accounting Effective Date: October 18, 2016 Supersedes: April 21, 2015 (Res. 15-12) Personnel Covered: All Employees POLICY STATEMENT

More information

Request for Proposal. RFP # Recreation T-Shirts

Request for Proposal. RFP # Recreation T-Shirts County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-1212-1 This procurement is governed

More information

LANCASTER COUNTY SOLID WASTE MANAGEMENT AUTHORITY REQUEST FOR PROPOSAL. for. Construction & Demolition Waste Characterization Study

LANCASTER COUNTY SOLID WASTE MANAGEMENT AUTHORITY REQUEST FOR PROPOSAL. for. Construction & Demolition Waste Characterization Study LANCASTER COUNTY SOLID WASTE MANAGEMENT AUTHORITY REQUEST FOR PROPOSAL for Construction & Demolition Waste Characterization Study JUNE 2018 TABLE OF CONTENTS Section Page 1. Request for Proposal 3 2. Definitions

More information

ACA UNIFORM TERMS AND CONDITIONS

ACA UNIFORM TERMS AND CONDITIONS ACA UNIFORM TERMS AND CONDITIONS ARIZONA COMMERCE AUTHORITY (ACA) UNIFORM TERMS AND CONDITIONS 1. Definition of Terms As used in this Solicitation and any resulting Contract, the terms listed below are

More information

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

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

More information

REQUEST FOR PROPOSAL (RFP) # 08-P-BF-034

REQUEST FOR PROPOSAL (RFP) # 08-P-BF-034 REQUEST FOR PROPOSAL (RFP) # 08-P-BF-034 ISSUED BY: Brenda Fuller, Senior Contracts Specialist Contracts and Procurement Services Washington Convention Center Authority (WCCA) Office of Contracts and Procurement

More information

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by THE COMMUNITY AND ECONOMIC DEVELOPMENT ASSOCIATION OF COOK COUNTY, INC. Invitation for Bid Specification For Motor Vehicle Storage For CEDA Weatherization Bid Submitted by Bidder: Phone No. Address: Contact

More information

Proposal Response Date: March 18, 2019, at 1:00p.m.

Proposal Response Date: March 18, 2019, at 1:00p.m. CONSULTANT SERVICES Architectural & Engineering Design Services Tracey Elementary & West Rocks Middle School Cafeteria and Kitchen Improvements Norwalk Public Schools REQUEST FOR PROPOSAL Proposal 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

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY. Procurement Regulations Effective Date: June 12, 2009

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY. Procurement Regulations Effective Date: June 12, 2009 DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY Procurement Regulations Effective Date: June 12, 2009 Amended 01/25/2012 DC Water logo and name Amended 09/18/2009 Subsection 5332.4 Categorical Exemptions,

More information

Mentor Public Schools Board of Education 8.18 Policy Manual page 1 Chapter VIII Fiscal Management PROCUREMENT WITH FEDERAL GRANTS/FUNDS

Mentor Public Schools Board of Education 8.18 Policy Manual page 1 Chapter VIII Fiscal Management PROCUREMENT WITH FEDERAL GRANTS/FUNDS Policy Manual page 1 PROCUREMENT WITH FEDERAL GRANTS/FUNDS Procurement of all supplies, materials, equipment, and services paid for with federal funds or District matching funds shall be made in accordance

More information

Project Agreement. (Shanghai Urban Environment Project) between INTERNATIONAL BANK FOR RECONSTRUCTION AND DEVELOPMENT. and SHANGHAI MUNICIPALITY

Project Agreement. (Shanghai Urban Environment Project) between INTERNATIONAL BANK FOR RECONSTRUCTION AND DEVELOPMENT. and SHANGHAI MUNICIPALITY Public Disclosure Authorized CONFORMED COPY LOAN NUMBER 4705-CHA Public Disclosure Authorized Public Disclosure Authorized Project Agreement (Shanghai Urban Environment Project) between INTERNATIONAL BANK

More information

INVITATION TO BID U Directional Boring Utility Department

INVITATION TO BID U Directional Boring Utility Department INVITATION TO BID U-06-06 Directional Boring Utility Department Purpose: The City of Palm Coast, Utility Department is soliciting proposals from qualified contractors to perform directional drilling to

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES ALVORD UNIFIED SCHOOL DISTRICT Angie Lopez, Director of Facilities Planning 10365 Keller Avenue Riverside, CA 92505 VARIOUS PROJECTS

More information

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

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

More information

Request for Quotation

Request for Quotation Page One Quotation must be received Send quotation to above address Quotation Number: Date No Later Than: Attention of: Print company name and address: Please quote your lowest delivered price of the items(s)

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

Request for Proposal Supply & Install Generators at District Health Centers Project

Request for Proposal Supply & Install Generators at District Health Centers Project HSA1011SER04 Cayman Islands Health Services Authority Request for Proposal Supply & Install Generators at District Health Centers Project #HSA1314 SER08 Contents I. Instructions to Proposers... 2 II. Information

More information

ARISE Academy, Inc. d/b/a ARISE Schools Request for Proposals Student Transportation

ARISE Academy, Inc. d/b/a ARISE Schools Request for Proposals Student Transportation ARISE Academy, Inc. d/b/a ARISE Schools Request for Proposals Student Transportation RFP Announcement: May 11, 2018, at 12:00 PM Question Submittal Deadline: May 14, 2018, at 5:00 PM Proposal Submittal

More information

APPENDIX A TECHNICAL SPECIFICATIONS RFQ PLUMBING SERVICES

APPENDIX A TECHNICAL SPECIFICATIONS RFQ PLUMBING SERVICES SCOPE OF WORK This contract is executed between JEA and the Contractor to perform services including, but not limited to: labor, supervision, materials, tools and equipment, as necessary to perform plumbing

More information

FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF AGENT AND AGENCY SERVICES

FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF AGENT AND AGENCY SERVICES FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF AGENT AND AGENCY SERVICES DFS AA RCP 14/15-06 Preparation and Development of the Florida General Lines Agents /Customer Representatives and the Florida

More information

BOARD OF COMMISSIONERS PORT OF NEW ORLEANS

BOARD OF COMMISSIONERS PORT OF NEW ORLEANS BOARD OF COMMISSIONERS PORT OF NEW ORLEANS REQUEST FOR QUALIFICATIONS INFORMATION TECHNOLOGY (IT) CYBERSECURITY VULNERABILITY ASSESSMENT DUE BY TWELVE NOON CENTRAL TIME ON THURSDAY JANUARY 7, 2016 NEW

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

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

More information

DISADVANTAGED BUSINESS ENTERPRISE (DBE) SUPPLEMENTAL SPECIFICATION INSTRUCTIONS TO BIDDERS PRE- AWARD REQUIREMENTS

DISADVANTAGED BUSINESS ENTERPRISE (DBE) SUPPLEMENTAL SPECIFICATION INSTRUCTIONS TO BIDDERS PRE- AWARD REQUIREMENTS May 2, 2014 DISADVANTAGED BUSINESS ENTERPRISE (DBE) SUPPLEMENTAL SPECIFICATION It is the policy of the South Carolina Department of Transportation (SCDOT) to ensure nondiscrimination in the award and administration

More information

Mold Remediation and Clean Up of Central High School

Mold Remediation and Clean Up of Central High School GOOCHLAND COUNTY REQUEST FOR QUOTATION Mold Remediation and Clean Up of Central High School FROM: Goochland County Parks, Recreation & Facilities P.O. Box 10, 1800 Sandy Hook Road Goochland, VA 23063 Phone

More information

REQUEST FOR PROPOSAL (RFP) # 10-P-BF-002

REQUEST FOR PROPOSAL (RFP) # 10-P-BF-002 ISSUED BY: Brenda Fuller, Senior Contracts Specialist Contracts and Procurement Services Washington Convention and Sports Authority (WCSA) Office of Contracts and Procurement Services 801 Mount Vernon

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

OFFICE OF THE DISTRICT OF COLUMBIA AUDITOR m STREET N.W., Sum 900 WASHlNGTON, D.C TEL: FAX:

OFFICE OF THE DISTRICT OF COLUMBIA AUDITOR m STREET N.W., Sum 900 WASHlNGTON, D.C TEL: FAX: OFFICE OF THE DISTRICT OF COLUMBIA AUDITOR 717 14m STREET N.W., Sum 900 WASHlNGTON, D.C. 20005 TEL: 202-727-3600 FAX: 202-724-8814 022:II:SDG:TM:VJ:cm Letter Report: Sufficiency Certification for the Washington

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