REQUEST FOR PROPOSAL (RFP) # Parking Citation Services

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL (RFP) # Parking Citation Services"

Transcription

1 Closing Date: June 15, 2017, 2:00 PM REQUEST FOR PROPOSAL (RFP) # Parking Citation Services SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM # 270 SAN DIEGO, CA BUYER: EDWARD COOK, J. D., PURCHASING SUPERVISOR PURCHASING AND CONTRACT SERVICES ECOOK@SDCCD.EDU (619) (619) (FAX) Page 1 of 18

2 Closing Date: June 15, 2017, 2:00 PM TABLE OF CONTENTS PROPOSAL COVER PAGE 3 INFORMATION FOR BIDDERS 4 CALENDAR OF EVENTS 7 PROPOSAL PREPARATION AND SUBMISSION REQUIREMENTS 8 EXHIBIT A: REFERENCES 10 EXHIBIT B: NON-COLLUSION AFFIDAVIT 11 EXHIBIT C: WORKERS COMPENSATION CERTIFICATION 12 EXHIBIT D: MINORITY WOMEN & DISABLED VETERAN-OWNED 13 EXHIBIT E: STATEMENT OF CERTIFICATION OF COMPLIANCE WITH 14 EQUAL OPPORTUNITY PROGRAM (2 PAGES) ATTACHMENT 1: SCOPE OF SERVICE 16 END OF TABLE OF CONTENTS Page 2 of 18

3 Closing Date: June 15, 2017, 2:00 PM PROPOSAL COVER PAGE The San Diego Community College District requests qualified service providers to submit proposals to enter into a contract to perform parking citation processing services for an initial three year period with two subsequent one year option periods at the District s sole discretion. The potential entire term would include the fiscal years beginning 2017/2018 through 2022/2023. The period of performance will be for three (3) years with two (2) one year renewals. Sealed proposals will be received until 2:00 p.m. (PST) on Thursday, June 15, Proposals will be publicly opened and read aloud at 2:05 p.m. in room 270. All inquiries for information should be directed in writing to: Edward Cook, Supervisor Purchasing and Contracts Services San Diego Community College District 3375 Camino del Rio South, Suite #270 San Diego, CA ecook@sdccd.edu Telephone: The proposal should be mailed or delivered directly to: San Diego Community College District Attention: Edward Cook, RFP # Camino del Rio South, Suite #270 San Diego, CA Offer and Agreement: In compliance with this Request for Proposal #17-09, and to all the conditions imposed herein, the undersigned offers and agrees to furnish the services in accordance with the attached signed proposal or as mutually agreed upon by subsequent negotiation. Name and Address of Firm: Date: Print Name: Signature in Ink of Authorized Representative Title: Address: Zip Code Telephone Number: ( ) Page 3 of 18

4 Closing Date: June 15, 2017, 2:00 PM INFORMATION FOR BIDDERS Notice is hereby given that the San Diego Community College District, pursuant to the State of California Education Code (Education Code) Section and Title 5 Regulation Section 59100, et seq., invites proposals for furnishing Parking Citation Processing Services, for fiscal year and option years as stated above. 1. PRICES: All proposal prices shall include separate quotations for each item or unit specified. Corrections may be inserted prior to the proposal submittal deadline. Changes must be made in ink and initialed by the person signing the proposal or by an authorized representative. In any case in which the extended and/or total price does not equal the unit prices times the quantities indicated, unit prices shall govern. 2. ADDENDA OR BULLETINS: Any addenda or bulletins issued by the District prior to the deadline for submitting proposals or forming a part of the documents issued to the Contractor for the preparation of the proposal, shall be covered in the proposal and shall be made a part of the contract. 3. WITHDRAWAL OF PROPOSALS: Any bidder may withdraw their proposal, either personally or by a written request, at any time prior to the scheduled deadline for submitting proposals, but not after. 4. OPENING OF PROPOSALS: Proposals will be opened by the District Purchasing and Contract Services Department as soon as possible and practical after the deadline for submittal of proposals. Proposals will be reviewed with the District Parking Program Supervisor shortly thereafter. 5. AWARD OR REJECTION OF PROPOSALS: The contract will be awarded to the most responsive and responsible bidder which the District believes, in its sole discretion, will provide the District with the best overall service and value within the District budget constraints. The District, reserves the right to reject any/or all proposals, to accept or reject any one or more items/services of a proposal, and to waive any informality in the proposals or in the proposal process. 6. WITHDRAWAL OF PROPOSALS AFTER OPENING: No bidder may withdraw their proposal for a period of sixty (60) days after the deadline date for submitting proposals. 7. EVALUATION CRITERIA: Proposals will be evaluated based on relevant factors, including but not limited to the following: 1. Overall responsiveness and general understanding of the RFP requirements. 2. The quality of the work plan or description of how the work will be performed. 3. CONTRACTOR s experience in performing the work. 4. Overall cost to the DISTRICT. 5. References with demonstrated success with similar work to the Scope of Service. 8. SUBCONTRACTING: Contractor agrees to bind every subcontractor by terms of the contract as far as such terms are applicable to subcontractor's work. If Contractor subcontracts any part of this contract, Contractor shall be as fully responsible to the District for acts and omissions of their subcontractor, and of persons either directly or indirectly employed by the subcontractor, as it is for acts and omissions of persons directly employed by the subcontractor. Nothing contained in contract documents shall create any contractual relation between any subcontractor and District. District consent to or approval of any subcontractor under this contract shall not in any way relieve Contractor of stated obligations under this contract and no such consent or approval shall be deemed to waive any provision of this contract. Page 4 of 18

5 Closing Date: June 15, 2017, 2:00 PM 9. ASSIGNMENT OF CONTRACT: No assignment by the Contractor of any contract to be entered into hereunder or of any part thereof, or of funds to be received thereunder by the Contractor, will be recognized by the District unless such assignment has had the prior approval of the District and the surety (if there is one) has been given due notice of such assignment in writing and has consented thereto in writing. 10. PRICES TO REMAIN FIRM FOR A PERIOD OF SIXTY (60) DAYS AFTER THE DEADLINE FOR SUBMITTAL OF PROPOSALS. 12. INSURANCE: The Contractor (selected bidder) and its agents shall be required to file the following proofs of such insurance with the District prior to receiving authorization to proceed on a contract: Certificate of Insurance confirming $1,000,000 combined single limit general liability coverage and automobile liability coverage, both naming San Diego Community College District as an insured, and copies of the endorsements to the policies naming the San Diego Community College District as an additional insured. Proof of worker s compensation coverage. Should any of the above described policies be canceled prior to their expiration dates, the issuing company shall mail thirty (30) days written notice of cancellation to the District. The Contractor shall maintain current insurance documents for all of the above coverages, on file at the District during the term of any contract with the District. 13. WORKER'S COMPENSATION: In accordance with the provisions of Section 3700 of Labor Code, Contractor shall secure the payment on compensation to their employees. Contractor shall sign and file with the District the following certificate prior to performing the work under this contract: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." The form of such certificate is included as a part of the contract documents. Each bidder shall sign the certificate and submit it with their sealed Proposal. 14. RIGHT TO PROTEST: Any prospective or actual bidder, or contractor who believes it has been aggrieved, in solicitation or award of a contract, may submit a protest to the Director of Purchasing and Contract Services using the following guidelines: The protest shall be submitted in writing within five (5) working days after such aggrieved person knows or should have known of the facts giving rise to the dispute. The protest must be accompanied by a detailed written statement, indicating the reason for the protest. Consistent with San Diego Community College District (DISTRICT) Administrative Policy No , the Director of has the authority to settle and resolve a protest of an aggrieved bidder, or contractor, actual or perspective concerning the solicitation or award of a contract. The Director of shall issue a decision, in writing within ten (10) working days of confirmed receipt of the written dispute. The decision shall state the reason for the action taken. The right of protest does not prevent the District from proceeding with the award of the contract. Bidders may request a copy of DISTRICT Administrative Policy No at any time from the buyer or the Director of. Page 5 of 18

6 Closing Date: June 15, 2017, 2:00 PM The mailing address for submitting all protests is: San Diego Community College District Attention: Supervisor of 3375 Camino del Rio South, Suite 270 San Diego, CA ACCESS TO DISTRICT FACILITIES: The Contractor shall obtain permission from the District point of contact to enter offices to perform work under this agreement. The Contractor's access to secured areas will be provided by appointment and coordinated by the District point of contact. All parking passes shall be requested and issued prior to admission into any office area. END OF SECTION Page 6 of 18

7 Closing Date: June 15, 2017, 2:00 PM CALENDAR OF EVENTS The following timeline illustrates important dates and events that pertain to this RFP. The dates set forth below are for informational purposes only. All dates are subject to change by the District if necessary, as part of a thorough evaluation process. TIMELINE DATES May 11, Release of Request for Proposal Specifications and other document forms, including RFP documents will be available. Respondents may also obtain pertinent RFP documents, including any addenda at the District s website: May 15-16, 2017 at 2:00 p.m. (PDT) 2. Deadline for Submission of Questions It is recommended that respondents carefully read the Request for Proposal and submit questions for clarification or interpretation. Any oral communication concerning this RFP is not binding amongst any party or respondent to this RFP and shall in no way modify the RFP or the obligation of the District. Direct all questions, concerning the RFP, documents or process during the receipt of questions period ONLY to Mr. Edward L. Cook via at ecook@sdccd.edu.the subject line of the must be labeled "RFP # Parking Citation Services Question. All questions and responses will be posted on the District s website along with any addenda. 3. Deadline for Submission of Proposals June 15, 2017 on or before 2:00 p.m. (PDT). Proposals will be publicly opened and read aloud at 2:05 p.m. San Diego Community College District 3375 Camino del Rio South, Room 270 San Diego, CA LATE SUBMITTALS WILL NOT BE ACCEPTED 4. Tentative Date for Awarding RFP July 13, 2017 The bidders are responsible for checking the Purchasing website for Notice of Intent to Page 7 of 18

8 Closing Date: June 15, 2017, 2:00 PM PROPOSAL PREPARATION AND SUBMISSION REQUIREMENTS 1. PROPOSAL SUBMITTAL: All proposals shall be signed by an authorized agent and placed in a sealed envelope or package clearly marked with the District solicitation number printed on the outside. The submitted proposal shall be prepared in a bound notebook. One (1) original and one (1) additional copy, each in a 3 ring binder, shall be submitted. Faxed or ed proposals will not be accepted. ALL BIDS MUST BE SENT TO: San Diego Community College District Attention: Edward Cook, Purchasing Supervisor, RFP # Camino del Rio South, Room # 270 San Diego, CA ROCEDURES FOR SUBMITTING PROPOSALS: All proposals must be submitted in accordance with the standards and specifications contained within this Request for Proposal (RFP) and must contain a cover page with a certification of intent to meet the requirements specified. The cover page of a responsive bid must be signed appropriately and completed with the date, company name, and name and title of a company officer/owner authorized to sign on behalf of the company. The District reserves the right to waive, at its discretion, any irregularity, which the District deems reasonably correctable or otherwise not warranting rejection of the proposal. Proposals must be typed uniformly on letter size (8 ½ x 11 ) sheets of white paper, single sided, each section clearly titled, with tabs A-J, and each page clearly and consecutively numbered. Proposals must be specific unto themselves. For example, See Enclosed Manual will not be considered an acceptable proposal. Receipt of all addenda, if any, must be acknowledged in the proposal. Late proposals will not be accepted. Postmarks will not be accepted in lieu of this requirement. Proposals submitted to any other District office will be rejected. 3. REQUIRED FORMAT OF PROPOSALS. Proposals must contain the following distinguishing sections: A. Proposal Cover Page This section must have a letter of introduction accompanied by the Proposal Cover Page (page 3) that must be signed by an authorized representative. B. Description of services All proposals must include a detailed description of the services to be rendered, including but not limited to the following: 1. A written general understanding to the requirements in the scope of services as detailed in the RFP. 2. Provide a work plan or description of how the work will be performed. Page 8 of 18

9 Closing Date: June 15, 2017, 2:00 PM 3. Describe your company s policy regarding this project to ensure proper compliance and quality assurance. C. Cost Proposal In this section, please complete and include your Cost Proposal Sheet. Respondents may also include any other documents as information to further explain the proposed costs. Proposals must fully describe all costs and charges to the District as part of this project. Describe how costs will be controlled and properly identified to the specific tasks, while providing a high quality of services, high level of integrity and outcomes. D. References Exhibit A All contractor(s) must include present and past performance information with a minimum of three (3) references. Governmental entities and educational institutions shall be included. Each reference shall include dates of work performed, current contact person, company, address, and and telephone number for each reference identified. Please verify that all reference information is correct. References shall be formulated so that they clearly correlate performance with the requirements of this RFP. E. Evidence of Insurability/Insurance/Applicable Licenses All contractor(s) shall submit evidence of all required insurance. The contractor shall certify to the possession of any and all current required licenses. Do not purchase additional insurance until this bid has been awarded. F. Clarification, Exceptions or Deviations All contractor(s) shall describe any exception or deviation from the requirements of the RFP. Each clarification, exception or deviation must be clearly identified. If your firm has no clarification, exception or deviation, a statement to that effect shall be included in this section. THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK Page 9 of 18

10 Closing Date: June 15, 2017, by 2:00 p.m. EXHIBIT A REFERENCES Contractor must be able to present evidence of satisfactory experience in providing parking citation services. List references for educational or governmental entities that can be contacted for an assessment of past client satisfaction. List dates and number of years each Reference has been using your firm s parking citation services. Name of Entity: Address: City / State / Zip Code: Contact Person: Phone Number / Ext: Title: Dates & # of Years Using Your Firm s Services: FAX #: Name of Entity: Address: City / State / Zip Code: Contact Person: Phone Number / Ext: Title: Dates & # of Years Using Your Firm s Services: FAX #: Name of Entity: Address: City / State / Zip Code: Contact Person: Phone Number / Ext: Title: Dates & # of Years Using Your Firm s Services: FAX #: Contractor s Signature: Date: Page 10 of 18

11 Closing Date: June 15, 2017, by 2:00 p.m. EXHIBIT B NON-COLLUSION AFFIDAVIT State of California, County of, being first duly sworn, deposes and says that he or she is (name) of (company) the party making the foregoing bid: That the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or a sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or fix any overhead, profit, or cost element of the bid, or of that of any other bidder, or to secure any advantage against the public body awarding the contract or anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I certify (or declare) under the penalty of perjury that the foregoing is true and correct. Contractor s Signature Date Page 11 of 18

12 Closing Date: June 15, 2017, by 2:00 p.m. EXHIBIT C WORKERS COMPENSATION CERTIFICATION Labor Code section 3700 relevant parts provides: Every employer except the State shall secure the payment of compensation in one or more of the following ways: (a) By being insured against liability to pay compensation in one or more insurers duly authorized to write compensation insurance in this state. (b) By securing from the Director of Industrial Relations a certificate of consent to self-insure, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self-insure and to pay any compensation that may become due to his/her employees. I am aware of the provisions of section 3700 of the Labor Code which require every employer to be insured against liability of worker s compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Contractor s Signature Date (In accordance with article 5 (commencing at section 1860), chapter 1, part 7, division 2 of the Labor Code, the above certification must be signed and filed with the District prior to performing any work under this contract.) Page 12 of 18

13 Closing Date: June 15, 2017, by 2:00 p.m. EXHIBIT D San Diego Community College District MINORITY, WOMAN AND DISABLED VETERAN-OWNED BUSINESS ENTERPRISE CERTIFICATION Each bidder is required to complete the certification below and return it to the Purchasing and Contract Services office, San Diego Community College District, as part of the Bid package. 1. Is your firm a Minority Business Enterprise as designed below in terms YES NO (a) through (c)? (a) A sole proprietorship which is owned by a minority (i.e., American Indian or Alaskan native, Asian or Pacific Islander, African-American, or Hispanic), or a corporation, partnership, or firm, 51 percent of the stock, partnership interest, or other interests of which are owned by one or more minorities; and (b) Managed by, and the daily business operations are controlled by, one or more minorities; and (c) With its home office located in the United States, which is not a branch or subsidiary of a foreign corporation, firm, or other business. 2. Is your firm a Woman-Owned Business Enterprise as defined below in YES NO items (a) through (c)? (a) A sole proprietorship which is owned by a woman, or a corporation, partnership, or firm, in which 51 percent of the stock, partnership interests, or other interests of which are owned by one or more women; and (b) Managed by, and the daily business operations are controlled by, one or more women; and (c) With its home office located in the United States, which is not a Branch or subsidiary of a foreign corporation, firm, or other business. 3. Is your firm a Disabled Veteran-Owned Business Enterprise as defined YES NO below in item (a)? (a) A business enterprise certified as a disabled veteran business enterprise by the Office of Small and Minority Business, pursuant to Military and Veterans Code Section 999, or a business enterprise that certifies that it has met such standards. I certify that I have made a diligent effort to ascertain the facts with regard to representations made herein and, to the best of my knowledge and belief, similar information for subcontractors can be supplied if requested/required. I also understand that any misrepresentations may be grounds for termination of contract(s) or disqualification as non-responsive in the issuing or award of future contract(s). Name/Title of CEO or Authorized Officer Company Name Signature Date Page 13 of 18

14 Closing Date: June 15, 2017, by 2:00 p.m. EXHIBIT E STATEMENT OF CERTIFICATION OF COMPLIANCE WITH EQUAL EMPLOYMENT OPPORTUNITY PROGRAM (1 OF 2) I hereby certify that (Legal Name of Contractor) is in compliance with the Civil Rights Acts of 1964; Executive Orders and 11375; Department of Labor and Treasury Regulations 41CFR, Chapter 60; California Fair Employment Practices Act; and any other applicable federal and state laws and regulations relative to equal opportunity employment, including laws and regulations hereinafter enacted. I further certify that the above named contractor is in compliance with San Diego Community College District Policies and Procedures Attached hereto is the Equal Employment Opportunity Plan of the above named Contractor. This contractor agrees to comply with the terms and conditions of such plan, if awarded business by the San Diego Community College District, and further agrees that the plan and this certificate are to be incorporated in and become a part of each contract document between the District and the above named Contractor. The below must be signed by the person who has primary responsibility for the administration of the above named organization s Equal Employment Opportunity Program. Print Name Signature Date EEO Compliance approved by: Return this form to: SAN DIEGO COMMUNITY COLLEGE DISTRICT Business Services - Purchasing Department 3375 Camino del Rio South Equal Opportunity & Diversity Officer San Diego, CA Johanna Palkowitz Page 14 of 18

15 Closing Date: June 15, 2017, by 2:00 p.m. EXHIBIT E CONTRACTOR S PLAN FOR EQUAL EMPLOYMENT OPPORTUNITY TO SAN DIEGO COMMUNITY COLLEGE DISTRICT (2 OF 2) Contractor Name Phone Number Reporting Date Address 1. Recruitment of new employees: How many new employees do you intend to hire during the next year? 2. My current (above reporting date) work force is composed of the following ethnic/racial distribution: CRAFT JOB LEVEL ABBVN* HISPANIC AFRICAN AMERICAN AMERICAN INDIAN TOTAL MINORITY TOTAL CAUCASIAN TOTAL MALE FEMALE MALE FEMALE MALE FEMALE MALE FEMALE MALE FEMALE ABBREVIATIONS: S = SUPERVISOR, F = FOREMAN, J = JOURNEYMAN, A = APPRENTICE, T = TRAINEE OTHERS = SPECIFY, INCLUDING NONCRAFT TYPES, EO = EQUAL EMPLOYMENT OPPORTUNITY 3. How does your organization s EEO Plan intend to make any discrepancies within the above job categories consistent with your Affirmative Action Plan? You may provide a copy of your organization s Affirmative Action Plan in response to this question. 4. Please provide an outline of the services and programs that your organization will offer which are responsive to insuring the promoting a diverse workforce. Please provide a sufficient description of the EEO services and programs. You may provide a copy of your organization s Affirmation Action Plan in response to this question. 5. My signature below indicates that: I have primary responsibility for the administration of the above named organization s EO/AA program; the information stated in the document is complete and accurate to the best of my knowledge; and that the necessary records will be maintained and will be available for inspection by authorized personnel of the San Diego Community College District. Print Name Signature Date Page 15 of 18

16 Closing Date: June 15, 2017, by 2:00 p.m. ATTACHMENT 1 SCOPE OF WORK Background San Diego Community College District (SDCCD) is the fifth largest community college district in the United States. We are comprised of three major campuses: SD City College (downtown), SD Mesa College (Kearny Mesa) and SD Miramar College (Mira Mesa) as well as four Continuing Education campuses, serving more than 100,000 students annually. SDCCD College Police/Parking Services employs thirteen (13) full-time, non-sworn College Service Officers (CSO) and 3 6, part-time Community Patrol Assistants (CPA), to issue parking citations to vehicles parked in violation of SDCCD parking regulations and/or California Vehicle Code sections. Within the next year, we anticipate hiring as many as thirteen more part-time College Service Officers. These CSOs and CPAs are assigned to one of three main colleges and four Continuing Education campuses that make up our District and issue close to 15,000 22,000 parking citations annually. SDCCD College Police also employs thirty-five (35) sworn police officers, sergeants and lieutenants who issue handwritten parking citations on an as-needed, but infrequent basis. Like most California Community Colleges, SDCCD Parking Services derives its annual budget from parking permit sales and fine collections. California Ed Code places a limit of $50 per semester on student parking permit fees; SDCCD currently charges $35 per semester to all students except those who receive financial aid who pay $20 per semester. The $2 million annual operating budget covers salaries of parking enforcement, clerical and administrative staff, as well as equipment, supplies and any associated operating costs related to providing parking services. CSOs and CPAs currently issue citations on a handwritten document using a technology developed in Sweden. The specialized pen used contains a small camera in the tip that reads and translates a dot pattern printed on the ticket background, then transmits that data, along with any accompanying photographs taken with a paired cell phone, to a vendor maintained database. Citations are placed on the windshield and notices mailed to the registered owner as accessed through the California Department of Motor Vehicles. Ideally, citations and photos are available to SDCCD staff and violators to view, appeal or pay via the internet within minutes of the citation being issued. Citation Processing Needs The citation processing management system must be a hosted solution that serves to collect and format electronically or manually entered citations and related enforcement data such as photos, correspondence, notes, etc., for processing. The system must provide for inquiries, updates/maintenance, and management reporting and system administrator capabilities. The contractor will be responsible for all related fees for the system which shall include: 1. Obtaining registered owner information from DMV. 2. Sending delinquent violation notices to registered owners. 3. Placing late penalties/fees on past due citations. 4. Placing registration holds through the DMV. 5. Providing real time access to citation information via the internet to both SDCCD staff and violators. 6. On-line acceptance of parking citation appeals and/or payments. 7. Provide ability to accept payment arrangements including installment/partial payments and acceptance of those partial payments via the website. Page 16 of 18

17 Closing Date: June 15, 2017, by 2:00 p.m. 8. A webpage customized with the District logo as to be immediately recognizable to SDCCD violators. 9. Ability to link to that webpage from the SDCCD Parking Services webpage. 10. Ability for District staff to edit/update/correct any aspect of the parking citation, registered owner information, disposition and/or notes. 11. Ability to accept notes that can be maintained for accessibility by violators and separate notes for view by staff only. 12. Web browser access (accessible by a variety of web browsers?) for violators to view, pay, contest, upload photos or other evidence and print their citations. 13. Provide web browser access to all citation records without any additional software required to be purchased by the District. 14. Ability for District staff to do data entry of citations and/or payments. 15. Provide monthly reports accessible through the web to include officer productivity, citations issued by violation, by campus and by location within the campus (lot #, zone #, PS#) Accounts Receivables, etc.. Reports should be available for export by SDCCD staff to pdf or excel type files. 16. Daily report of walk-up mail and on-line payments. 17. Allow District to manually input data from handwritten citations. 18. Allow District to manually update registered owner information on out of state vehicles. 19. Ability to add hotlist items such as stolen vehicles and permits. Contractor shall adhere to all timelines required by California Vehicle Code (CVC). The timelines may be changed at the sole discretion of the District and are based on the day/date the citation (ticket) is issued is Day 1: Initial Appeal/Payment Due Day 21 Notice of Violation mailed to registered owner Day 22 Transfer Hold to DMV Day 45 These due dates will be cancelled upon payment in full. They will be suspended/held during the time an initial appeal is being reviewed, an Administrative Hearing has been requested and/or an appointment with Superior Court has been scheduled. Reports 1. Open citations by license plate - CA 2. Open citations by license plate - out of state 3. Aging report of open citations 4. Activity / Productivity by issuing officer, by campus, by location (parking lot #, zone #, street address), By violation. 5. Payments by method: on-line, DMV import, walk-up, mail 6. User activity (clerical staff) to include: data entry items, processed payments, voids, dismissals, and write-offs. 7. Adjudication: items to first level appeal and hearing including disposition (Accepted, Denied, Reduced). 8. Accounts Receivables: ability to produce reports using specific dates and/or range of dates. Page 17 of 18

18 Closing Date: June 15, 2017, by 2:00 p.m. On-line web site that is easy to understand/navigate 1. Ability to customize webpage for easy identification 2. Ability to link to this webpage from District Parking Services webpage 3. Violator access to view citation and associated photographs 4. Ability to pay citation on-line by Visa, MasterCard ( at minimum). 5. Ability to file first level appeal and to upload photographic evidence. 6. Ability to customize appeal documents, requirements and information. 7. Ability to track citation through the adjudication process. 8. Automatic hold of collection activity during adjudication. 9. Ability for unlimited number of SDCCD employees to view citations, photographs, notes, appeals. 10. Ability to limit employee access by password permissions to void/dismiss citations, accept payments 11. Electronic receipts for: payments and appeal acceptance. 12. Electronic notification of first level appeal review/decision. Equipment / Handhelds 1. Provide us with software necessary to operate a minimum of fifteen (15), expandable to twentyfive smart phone applications; smartphones to be provided by the District, IF smartphones are part of your solution. 2. Provide us with fifteen (15), expandable to twenty-five, parking citation printers if necessary to issue citations. 3. Provide us with fifteen (15), expandable to twenty-five, parking citation writers/printers if an all-inone solution is your solution. 4. Maintain, update scofflaw list that automatically notifies the officer in the field when a vehicle has five or more citations, which are at least 21 days old, and have not been paid. 5. Require issuing officer to choose a disposition for scofflaw vehicles: boot/tow/ignore w/reason. 6. Ability to work with software of our pay-by-cell company MobileNow to notify officers immediately if a license plate has a current daily payment. 7. Ability of officer to attach a minimum three (3) photographs. Optional Items of interest: 8. Ability of officers to access general information that can be updated by SDCCD staff to include location of daily permit machines, daily special events, etc. 9. Ability to add hot list information such as: stolen permit info 10. Scofflaw alert for citations/warnings. 11. Ability to take photo at any time during the process of issuing a citation (good for drive-offs) 12. Ability to take one photo at the end and attach to several previous citations 13. Ability for issuing officer to scroll back through citations issued the same day 14. Printer capable of printing out a campus map or other general information. END OF SECTION Page 18 of 18

VENDOR'S PLAN FOR EQUAL EMPLOYMENT OPPORTUNITY TO SAN DIEGO COMMUNITY COLLEGE DISTRICT

VENDOR'S PLAN FOR EQUAL EMPLOYMENT OPPORTUNITY TO SAN DIEGO COMMUNITY COLLEGE DISTRICT VENDOR'S PLAN FOR EQUAL EMPLOYMENT OPPORTUNITY TO SAN DIEGO COMMUNITY COLLEGE DISTRICT Vendor Name Phone Number Reporting Date Address 1. Recruitment of new employees: How many new employees do you intend

More information

STATEMENT OF CERTIFICATION OF COMPLIANCE WITH EQUAL EMPLOYMENT OPPORTUNITY PROGRAM. I hereby certify that (Legal Name of Vendor)

STATEMENT OF CERTIFICATION OF COMPLIANCE WITH EQUAL EMPLOYMENT OPPORTUNITY PROGRAM. I hereby certify that (Legal Name of Vendor) STATEMENT OF CERTIFICATION OF COMPLIANCE WITH EQUAL EMPLOYMENT OPPORTUNITY PROGRAM I hereby certify that (Legal Name of Vendor) is in compliance with the Civil Rights Acts of 1964; Executive Orders 11246

More information

REQUEST FOR PROPOSAL RFP #14-03

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

More information

REQUEST FOR PROPOSAL (RFP) # Auditing Services

REQUEST FOR PROPOSAL (RFP) # Auditing Services Closing Date: March 15, 2017, by 2:00 REQUEST FOR PROPOSAL (RFP) # 17-06 Auditing Services SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM # 270 SAN DIEGO, CA 92108 BUYER: EDWARD COOK,

More information

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407 TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY FEE PROPOSAL FORM Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407 To the Trustees of

More information

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017 ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No. 17-001 Addendum #2 February 23, 2017 To All Prospective Bidders: The Fortuna Union High School

More information

Suite 300 Tenant Improvement

Suite 300 Tenant Improvement BID FORM FOR: Suite 300 Tenant Improvement UNIVERSITY OF CALIFORNIA Office of the President Sacramento, CA 95814 February 19, 2014 BID TO: Pamela Madison, Space Planning Manager University of California,

More information

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID DO NOT INCLUDE REYCLING FEE IN YOUR BID LINCOLN UNIFIED SCHOOL DISTRICT -- -- -- -- -- -- -- -- CHROMEBOOK BID INSTRUCTIONS TO BIDDERS SPECIFICATIONS BID OPENING JULY 6, 2015, 12:00PM EDUCATION CENTER

More information

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320 PUBLIC WORKS DEPARTMENT BID FORMS FOR ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL

More information

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department April 18, 2014 ADDENDUM No. 2 Re: RFP No., 13-14/26 Bond Underwriting Services PERALTA COMMUNITY

More information

Request for Proposal # Citrus Community College District VENDING SERVICES PROPOSAL

Request for Proposal # Citrus Community College District VENDING SERVICES PROPOSAL Request for Proposal #09-1718 Citrus Community College District VENDING SERVICES PROPOSAL Return Proposal to: Citrus Community College District Attn: Robert Lopez, Director of Purchasing 1000 W Foothill

More information

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536 PUBLIC WORKS DEPARTMENT BID FORMS FOR LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID PROPOSAL

More information

PUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM

PUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM PUBLIC WORKS DEPARTMENT BID FORMS FOR POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM-19-019 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID

More information

KERN HEALTH SYSTEMS REQUEST FOR PROPOSAL SUBMISSION CHECKLIST

KERN HEALTH SYSTEMS REQUEST FOR PROPOSAL SUBMISSION CHECKLIST KERN HEALTH SYSTEMS REQUEST FOR PROPOSAL SUBMISSION CHECKLIST Kern Health Systems (KHS) is a government agency dedicated to running a fair bidding program to foster high quality business relationships.

More information

REQUEST FOR BID (RFB) #16-01 CNC VERTICAL MACHINING CENTER FOR THE MACHINE TECHNOLOGY PROGRAM AT SAN DIEGO CITY COLLEGE

REQUEST FOR BID (RFB) #16-01 CNC VERTICAL MACHINING CENTER FOR THE MACHINE TECHNOLOGY PROGRAM AT SAN DIEGO CITY COLLEGE REQUEST FOR BID (RFB) #16-01 CNC VERTICAL MACHINING CENTER FOR THE MACHINE TECHNOLOGY PROGRAM AT SAN DIEGO CITY COLLEGE SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM # 270 SAN DIEGO,

More information

5. BID FORMS TABLE OF CONTENTS

5. BID FORMS TABLE OF CONTENTS 5. BID FORMS TABLE OF CONTENTS SECTION 1 BID FORM SECTION 2 BID DATA FORMS 2.A LIST OF PROPOSED SUBCONTRACTORS 2.B BID BOND SECTION 3 NON-COLLUSION AFFIDAVIT SECTION 4 BIDDER INFORMATION FORM 4.A INFORMATION

More information

SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM # 270 SAN DIEGO, CA 92108

SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM # 270 SAN DIEGO, CA 92108 REQUEST FOR BID (RFB) #13-14SN HEAVY DUTY TRUCK ALIGNMENT SYSTEM FOR THE ADVANCED TRANSPORTATION TECH CENTER DIESEL TECHNOLOGY PROGRAM AT SAN DIEGO MIRAMAR COLLEGE SAN DIEGO COMMUNITY COLLEGE DISTRICT

More information

REQUEST FOR QUOTE Housing Choice Voucher Technical Assistance

REQUEST FOR QUOTE Housing Choice Voucher Technical Assistance REQUEST FOR QUOTE Housing Choice Voucher Technical Assistance The Housing Authority of the City of Daytona Beach ( HACDB is hereby issuing this Request for Price Quotation in accordance with its small

More information

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608 PUBLIC WORKS DEPARTMENT BID FORMS FOR 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL

More information

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK Name of Bidder Business Address Phone No. City/State Zip Code TO THE BOARD OF SUPERVISORS OF hereinafter referred to as,

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) MT. SAN JACINTO COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSAL (RFP) 2014-102, POLICE SERVICES RFP DEADLINE- December 10, 2014 at 2:00 p.m. Advertisement Dates: November 26, 2014 and December 3, 2014

More information

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531 PUBLIC WORKS DEPARTMENT BID FORMS FOR CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT

More information

BID # EFI H1625 LED Wide Format Printer Fullerton College

BID # EFI H1625 LED Wide Format Printer Fullerton College BID # 1718-23 EFI H1625 LED Wide Format Printer Fullerton College REQUEST FOR INFORMATION DUE DATE: March 21, 2018 @ 5:00 P.M. BID DUE DATE: March 28, 2018 @ 2:00 P.M. TABLE OF CONTENTS NOTICE OF BID...1

More information

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040 INVITATION TO BID DATE ISSUED: September 27, 2017 FOR: Professional janitorial services for a contract period of January 1, 2018 to December 31, 2018. This annual contract may be renewed for two (2) one

More information

RETIREE HEALTH BENEFITS TRUST

RETIREE HEALTH BENEFITS TRUST RETIREE HEALTH BENEFITS TRUST Request for Qualifications and Proposals (RFQ/P) #566 for Legal Services - Retiree Benefits Trust Fund Program REQUEST FOR QUALIFICATIONS and PROPOSALS (RFQ/P) #566 for Legal

More information

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018 MODESTO CITY SCHOOLS BID NO. 18-4673 GASOLINE AND DIESEL FUEL DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018 MODESTO CITY SCHOOLS Purchasing Department 426 Locust Street Modesto, CA

More information

2. Develop recommendations and best practices for the District to following in serving these students.

2. Develop recommendations and best practices for the District to following in serving these students. Homeless & Food Insecurity Services RFQ XXX Due no later than: Add Date, 2017 by 4pm to Purchasing, 33 Gough Street, San Francisco, CA 94103 khennig@ccsf.edu City College of San Francisco seeks a contractor(s)

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS MERCER COUNTY, OHIO REQUEST FOR PROPOSALS FOR MANAGEMENT OF PRISONER INMATE ACCOUNTS AND COMMISSARY VIA A KIOSK SYSTEM For Inquiries of Proposal, please contact: Submit Proposal to: Jodie Lange Mercer

More information

University of California, Riverside Barn Expansion

University of California, Riverside Barn Expansion SUBCONTRACT BIDDING DOCUMENTS FOR University of California, Riverside Barn Expansion 950493 TABLE OF CONTENTS Cover Page Table of Contents Advertisement for Bids Instructions to Bidders Information Available

More information

University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY

University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY Invitation No: IB-025-17 Date December 6, 2016 Title: Belknap Academic Classroom Building, Bid Pack III Addendum No. Five (5) Post Bid

More information

PURCHASING SPECIFICATION

PURCHASING SPECIFICATION PURCHASING SPECIFICATION Subject: REQUEST FOR HOTEL RATES TEMPORARY RELOCATION SERVICES Lead Education Awareness and Control [LEAC] Program / Request for Rates Page No: 1 of 9 Effective Date: June 4, 2012

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

Attachment A Required Submission Documents BIDDER INFORMATION

Attachment A Required Submission Documents BIDDER INFORMATION Company Name: BIDDER INFORMATION Company Address: Authorized By (typed or printed name): Title: Authorized Signature: Date: Telephone Number: Fax Number : Email Address: Company s Web Page: Remit to Name:

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS Housing Authority of the County of Merced REQUEST FOR PROPOSALS 12017-11 Bid Documents and Specifications: PET CON.I'RO SBRWCBS Pfe.bid Conference: October 24~ 2017@} lo~ooam (PDT) (405 u Street~ 405 U

More information

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA

More information

OXNARD UNION HIGH SCHOOL DISTRICT. Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services

OXNARD UNION HIGH SCHOOL DISTRICT. Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services OXNARD UNION HIGH SCHOOL DISTRICT Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services The Oxnard Union High School District ( District ) is seeking Statements of Qualifications

More information

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT West Valley Sanitation District PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT 1. INTRODUCTION A. West Valley Sanitation District of Santa Clara County (District) is accepting proposals for janitorial

More information

Fortuna Elementary School District INVITATION FOR BIDS

Fortuna Elementary School District INVITATION FOR BIDS Fortuna Elementary School District INVITATION FOR BIDS Proposition 39 Fortuna Middle School LED Lighting Project Bid No. 17-012 DEADLINE FOR SUBMITTING BIDS: 2 p.m., May 11, 2017 All bids must be submitted

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

COVINA-VALLEY UNIFIED SCHOOL DISTRICT

COVINA-VALLEY UNIFIED SCHOOL DISTRICT COVINA-VALLEY UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL ENERGY PERFORMANCE CONTRACTING SERVICES RFP NO. 15-16-105 REQUEST FOR PROPOSAL SUBMITTAL DEADLINE NOVEMBER 6, 2015 AT 11:00AM SUBMIT TO: COVINA-VALLEY

More information

Bid No. B17-07 HVAC Controls

Bid No. B17-07 HVAC Controls Bid No. B17-07 HVAC Controls INFORMAL BID ***Pre-Qualified Contractors Only*** BID DUE DATE: WEDNESDAY, February 1, 2017, 2:00P.M. CABRILLO COMMUNITY COLLEGE DISTRICT PURCHASING, CONTRACTS & RISK MANAGEMENT

More information

Champaign Park District: Request for Bids for Playground Surfacing Mulch

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

More information

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

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

More information

Bid No. B17-13 Bldg 1300 HVAC

Bid No. B17-13 Bldg 1300 HVAC Bid No. B17-13 Bldg 1300 HVAC INFORMAL BID ***PREQUALIFIED CONTRACTORS ONLY*** BID DUE DATE: WEDNESDAY, April 19, 2017, 2:00P.M. CABRILLO COMMUNITY COLLEGE DISTRICT PURCHASING, CONTRACTS & RISK MANAGEMENT

More information

EXTERIOR STAIR AND HANDRAIL REPLACEMENT. Bid No. B15-08

EXTERIOR STAIR AND HANDRAIL REPLACEMENT. Bid No. B15-08 UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING INFORMAL BIDDING (PROJECT VALUE BETWEEN $45,000 AND $175,000) BID AND CONTRACT DOCUMENTS EXTERIOR STAIR AND HANDRAIL REPLACEMENT Bid No. B15-08 Bid Due Date:

More information

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618 PUBLIC WORKS DEPARTMENT BID FORMS FOR FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID PROPOSAL

More information

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

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

More information

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

ADDENDUM For Reference For Bidders

ADDENDUM For Reference For Bidders Castro Valley Unified School District CHABOT ELEMENTARY SCHOOL, MARSHALL ELEMENTARY SCHOOL, AND STANTON ELEMENTARY SCHOOL INTERIM HOUSING PORTABLES CONSTRUCTION, PART 2 ADDENDUM 02 04 For Reference For

More information

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES I. PURPOSE AND INTENT The City of Easton (hereinafter City ) is currently seeking proposals from qualified Third-Party Agencies (hereinafter

More information

REQUEST FOR PROPOSALS INTERNAL CONNECTIONS NETWORK EQUIPMENT AND WIRELESS

REQUEST FOR PROPOSALS INTERNAL CONNECTIONS NETWORK EQUIPMENT AND WIRELESS Elverta Joint Elementary School District 7900 Eloise Ave. Sacramento, CA 95626 REQUEST FOR PROPOSALS E-Rate Yr 15 (2012-2013) INTERNAL CONNECTIONS NETWORK EQUIPMENT AND WIRELESS RFP # 2012-03 Request for

More information

Madera Unified School District

Madera Unified School District Madera Unified School District Contractor Prequalification Procedures Prequalification Application PREQUALIFICATION PROCEDURES tice is hereby given by Madera Unified School District ( District ) that general

More information

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

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

More information

22888 Foresthill Road Foresthill, CA (530) (530) Fax. fusd.org. E-Rate Yr. 19 ( ) RFP #

22888 Foresthill Road Foresthill, CA (530) (530) Fax. fusd.org. E-Rate Yr. 19 ( ) RFP # 22888 Foresthill Road Foresthill, CA 95631 (530)367-2966 (530)367-4526 Fax fusd.org BROADBAND SERVICE E-Rate Yr. 19 (2016-2017) RFP # 2016-101 Request for Proposals Issued: February 2, 2016 Deadline for

More information

FORTUNA ELEMENTARY SCHOOL DISTRICT INVITATION FOR BIDS

FORTUNA ELEMENTARY SCHOOL DISTRICT INVITATION FOR BIDS FORTUNA ELEMENTARY SCHOOL DISTRICT INVITATION FOR BIDS Proposition 39 South Fortuna Elementary School Furnace Replacement Bid No. 17-007 DEADLINE FOR SUBMITTING BIDS: 2:00pm, April 14, 2017 All bids must

More information

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

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

More information

Job Location Contact name and telephone number Date of contract Project Description Equipment/Service Installed

Job Location Contact name and telephone number Date of contract Project Description Equipment/Service Installed SUMMARY The Visions in Education Charter School is seeking quotes for MIFI or Equivalent type devices for Internet Service to all our classrooms for both single and multi-year contracts. We have an estimated

More information

FRONT END DOCUMENTS BIDS DUE BY: 2:00 PM, PST, THURSDAY, JANUARY 15, 2015, TO THE ADDRESS BELOW

FRONT END DOCUMENTS BIDS DUE BY: 2:00 PM, PST, THURSDAY, JANUARY 15, 2015, TO THE ADDRESS BELOW By: Name: Title: By: Name: Title: Owner Contractor FRONT END DOCUMENTS JOB ORDER CONTRACTS (JOC) (JOC-001, JOC-002, JOC-003, JOC-004, JOC-005) BIDS DUE BY: 2:00 PM, PST, THURSDAY, JANUARY 15, 2015, TO

More information

DARLINGTON COUNTY CARPET SQUARES VINYL TILE HARTSVILLE OUTREACH CENTER INVITATION FOR BID (IFB) **RE-ADVERTISED**

DARLINGTON COUNTY CARPET SQUARES VINYL TILE HARTSVILLE OUTREACH CENTER INVITATION FOR BID (IFB) **RE-ADVERTISED** I. INTRODUCTION DARLINGTON COUNTY County of Darlington, South Carolina is seeking bids from qualified firms to install carpet squares and vinyl tile in the Outreach building located at 404 4 th Street

More information

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES Department of General Services GSPUR-11D Rev. 1/17/03 GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES 1. SUBMISSIONS OF BIDS: a. Bids are requested for the item(s) described

More information

Mattole Unified School District INVITATION FOR BIDS

Mattole Unified School District INVITATION FOR BIDS Mattole Unified School District INVITATION FOR BIDS Proposition 39 Mattole Elementary HVAC Upgrade Project Bid No. 17-018 DEADLINE FOR SUBMITTING BIDS: 3:00 p.m., Friday, June 16, 2017 All bids must be

More information

PROPOSAL PACKAGE INFORMATION SHEET

PROPOSAL PACKAGE INFORMATION SHEET PROPOSAL PACKAGE INFORMATION SHEET SPECIFICATION NO. 1328W LAS PALMAS WATER PIPELINE INSTALL PROJECT NOTICE TO BIDDERS: The attached Proposal Package, when completed by you and returned to this District,

More information

TULARE COUNTY OFFICE OF EDUCATION. Router

TULARE COUNTY OFFICE OF EDUCATION. Router TULARE COUNTY OFFICE OF EDUCATION REQUEST FOR PROPOSAL #18.06 Court Community Schools E-Rate Router Issuing Date: 1/10/18 Due Date and Time: 2/21/18 @ 2:00:00 pm Tulare County Office of Education 6200

More information

HVAC Remodel Second Floor North Center Building

HVAC Remodel Second Floor North Center Building Invitation For Bid 01/02-08 Purchasing Services HVAC Remodel Second Floor North Center Building ISSUE DATE: 8:00 a.m., Wednesday, December 5, 2001 MANDATORY PRE-BID MEETING: 10:00 a.m., Wednesday, December

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

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR

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

TULARE COUNTY OFFICE OF EDUCATION. Router

TULARE COUNTY OFFICE OF EDUCATION. Router TULARE COUNTY OFFICE OF EDUCATION REQUEST FOR PROPOSAL #18.08 La Sierra Military Academy E-Rate Router Issuing Date: 1/17/18 Due Date and Time: 2/27/18 @ 2:00:00 pm Tulare County Office of Education 6200

More information

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

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

More information

BID NO Window Replacements at Mt. Diablo High School Volume I. DATE DUE: 01/04/2019 at 10:00 am

BID NO Window Replacements at Mt. Diablo High School Volume I. DATE DUE: 01/04/2019 at 10:00 am BID NO. 1814 Window Replacements at Mt. Diablo High School 2019 Volume I DATE DUE: 01/04/2019 at 10:00 am 1 P a g e DOCUMENT 00 01 10 TABLE OF CONTENTS - CONTRACT DOCUMENTS PROCUREMENT AND CONTRACTING

More information

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS FACILITIES COORDINATOR 800 Church Street, Suite B60, Waycross, GA 31501 Phone: 912 287 4480 Cell: 912 281 9964 Fax: 912 287 4482 Email: sbaxley@warecounty.com INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

More information

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts The Gordon County Board of Commissioners is accepting sealed written bids from qualified vendors to provide Public Works Related Materials and Services. Bid specifications and bid forms are attached. Your

More information

INFORMATION FOR BID. Tee Shirts (School Nutrition)

INFORMATION FOR BID. Tee Shirts (School Nutrition) BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time

More information

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract. State of Oklahoma Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public

More information

REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER February 13, 2017

REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER February 13, 2017 REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER 2017-08 February 13, 2017 Request for Qualifications: Project 2017-08 Licensed Professional Architectural Services The EVERETT HOUSING AUTHORITY is soliciting

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Promotional Tee Shirts, Long Sleeve Shirts, Zip Hoodies, and Pullover Hoodies RFP NUMBER: 16877 DATED: 3/15/2018 TABLE OF

More information

ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION

ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION Page 1 OF 6 ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION DEPARTMENT OF TRANSPORTATION POLICY It is the policy of the Department of Transportation that socially and economically disadvantaged

More information

BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID #

BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID # BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID # 2018-12 AT CASTLE AUTOMOTIVE TECHNOLOGY 2245 JETSTREAM DRIVE BUILDING #325 ATWATER, CA 95301 MERCED COUNTY OFFICE OF EDUCATION

More information

DOCUMENT TABLE OF CONTENTS

DOCUMENT TABLE OF CONTENTS DOCUMENT 00 0110 TABLE OF CONTENTS Division Section Title INTRODUCTORY INFORMATION BIDDING REQUIREMENTS 00 0101 Title Page 00 0110 Table of Contents 00 0115 Drawing List 00 1113 Notice Inviting Bids 00

More information

REQUEST FOR BID # 13-01SN Rehabilitation Exercise Equipment- College Police Miramar College

REQUEST FOR BID # 13-01SN Rehabilitation Exercise Equipment- College Police Miramar College Rehabilitation Exercise Equipment College Police Miramar College Page 1 of 20 REQUEST FOR BID # 13-01SN Rehabilitation Exercise Equipment- College Police Miramar College SAN DIEGO COMMUNITY COLLEGE DISTRICT

More information

Request for Risk Management and Insurance Broker Services

Request for Risk Management and Insurance Broker Services TO: Prospective Vendors DATE: 08/01/ SUBJECT: Services Request for Proposal for Risk Management and Insurance Brokerage You are invited to submit Proposals for Risk Management and Insurance Brokerage Services

More information

ROWLAND UNIFIED SCHOOL DISTRICT UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING INFORMAL BIDDING (PROJECT VALUE BETWEEN $45,000 AND $175,000)

ROWLAND UNIFIED SCHOOL DISTRICT UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING INFORMAL BIDDING (PROJECT VALUE BETWEEN $45,000 AND $175,000) 1 ROWLAND UNIFIED SCHOOL DISTRICT UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING INFORMAL BIDDING (PROJECT VALUE BETWEEN $45,000 AND $175,000) BIDDING AND CONTRACT DOCUMENTS RFP 2018/19(R1-I) Shelyn Elementary

More information

Convert Six East/West Tennis Courts to a North/South Orientation

Convert Six East/West Tennis Courts to a North/South Orientation Convert Six East/West Tennis Courts to a North/South Orientation Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 (706) 879-2198 mvaughn@gordoncounty.org

More information

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

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

More information

Replace Transmission - Bulldozer

Replace Transmission - Bulldozer Replace Transmission - Bulldozer Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 (706) 879-2198 mvaughn@gordoncounty.org Replace Transmission Bulldozer

More information

REQUEST FOR BIDS FOR THE CITY OF COACHELLA SHADY LANE SIDEWALK IMPROVEMENT PROJECT USING CDBG FUNDS

REQUEST FOR BIDS FOR THE CITY OF COACHELLA SHADY LANE SIDEWALK IMPROVEMENT PROJECT USING CDBG FUNDS CITY OF COACHELLA REQUEST FOR BIDS FOR THE CITY OF COACHELLA SHADY LANE SIDEWALK IMPROVEMENT PROJECT USING CDBG FUNDS CITY PROJECT NO. ST-87 PROPOSALS DUE BY: OCTOBER 13, 2015 AT 2:00 P.M. BID AND CONTRACT

More information

REQUEST FOR QUOTE AFFORDABLE HOUSING LOW RENT UTILTIY ALLOWANCE STUDY

REQUEST FOR QUOTE AFFORDABLE HOUSING LOW RENT UTILTIY ALLOWANCE STUDY REQUEST FOR QUOTE AFFORDABLE HOUSING LOW RENT UTILTIY ALLOWANCE STUDY The Housing Authority of the City of Daytona Beach ( HACDB is hereby issuing this Request for Price Quotation in accordance with its

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

PLEASANTVILLE HOUSING AUTHORITY

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

More information

TABLE OF CONTENTS. Notice to Vendors Instruction to Vendors Special Conditions General Conditions Technical Provisions...

TABLE OF CONTENTS. Notice to Vendors Instruction to Vendors Special Conditions General Conditions Technical Provisions... REQUEST FOR PROPOSAL FOR BEVERAGE VENDING Palomar Community College District Contract Services 1140 West Mission Road San Marcos CA 92069-1487 RFP Deadline for Submittal: No later than 2:00 p.m. on October

More information

TOWN OF ROCKLAND. Request for Proposal SNOW & ICE REMOVAL

TOWN OF ROCKLAND. Request for Proposal SNOW & ICE REMOVAL TOWN OF ROCKLAND BROWN COUNTY, WISCONSIN Request for Proposal SNOW & ICE REMOVAL Issued February 23, 2015 DEADLINE 12:30 PM Monday, March 16, 2015 CONTACT: DENNIS CASHMAN CHAIRMAN 1712 BOB-BEA-JAN ROAD

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

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Dairy Products. Bid # 14/15-002CNS

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Dairy Products. Bid # 14/15-002CNS Corona-Norco Unified School District 2820 Clark Ave. Norco, CA 92860 Dairy Products Bid # 14/15-002CNS June 25, 2014 1 Dairy Products Bid # 14/15-002CNS Table of Contents Notice Inviting Bids....................

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

INSTRUCTIONS TO BIDDERS

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

More information

City of Albany, New York

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

More information

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid TOWN OF CENTREVILLE Queen Anne s County, Maryland Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report Invitation for Bid Documents Available: Mandatory Pre-bid Meeting: Proposal

More information

PROPOSAL REQUIREMENTS AND CONDITIONS

PROPOSAL REQUIREMENTS AND CONDITIONS 1.01 QUALIFICATION OF THE BIDDERS PROPOSAL REQUIREMENTS AND CONDITIONS A. The Jurisdiction reserves the right to reject any bid that is not responsive to the proposal form or contract documents, or not

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

KANSAS CITY PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR AUDIT SERVICES

KANSAS CITY PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR AUDIT SERVICES KANSAS CITY PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR AUDIT SERVICES October 30, 2014 Kansas City Public Library 14 West 10 th Street Kansas City, Missouri 64105 Proposals will be accepted until: 11:00

More information