REQUEST FOR PROPOSALS

Size: px
Start display at page:

Download "REQUEST FOR PROPOSALS"

Transcription

1 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, June 21, 2017 by 11 a.m. Central Time NEW ORLEANS, LOUISIANA Page 1 of 13

2 Table of Contents Table of Contents... 2 PART I. SUMMARY...3 NOTICE OF REQUEST FOR PROPOSAL... 3 PART II. GENERAL INFORMATION...4 INTRODUCTION... 4 SCOPE OF WORK... 5 INSURANCE... 7 SELECTION PROCESS AND CRITERIA... 8 DBE/SBE PARTICIPATION... 8 COMPENSATION... 9 AUDIT REQUIREMENTS... 9 TRANSPORTATION WORKER IDENTIFICATION CREDENTIALS... 9 AFFIDAVITS... 9 PART III. REQUIREMENTS TO RESPOND TO THIS RFQ SUBMITTAL REQUIREMENTS SUBMITTAL FORM EVALUATION CRITERIA OF THE RFP PART IV. REQUIREMENTS TO RESPOND TO AN RFP INVITATION TO RESPOND TO RFP Page 2 of 13

3 PART I. SUMMARY NOTICE OF REQUEST FOR PROPOSAL Notice is hereby given that the Board of Commissioners of the Port of New Orleans (Board) is issuing a Request for Proposals (RFP) from firms licensed to do business in Louisiana that are interested in being considered for award of a contract to perform a complete assessment and necessary repairs if the Port s camera infrastructure and associated systems. The Board maintains several enterprise and departmental camera-based software applications and platforms managed in-house and on premise. The camera infrastructure assessment will identify vulnerabilities and challenges within in its enterprise camera infrastructure, systems, policies and practices. During the assessment development the chosen contractor will develop and execute upon a prioritized set of actions to mitigate the risks and work with Port staff to resolve identified performance challenges and difficulties. Any major repairs requiring additional expenditure(s) will be handled by Port staff on a one-off basis. A response submittal to this RFP shall consist of six bound copies furnished in a sealed envelope or box titled Request for Proposal for Port Camera Infrastructure Assessment and Repair. Submittals shall be mailed or delivered (no facsimile nor ) to the Board of Commissioners of the Port of New Orleans, Mr. Jeffrey Penton, Chief Information Officer, 1350 Port of New Orleans Place (2 nd Floor, Procurement Department) New Orleans, Louisiana not later than eleven(11) AM, local time, on June 21, Deliveries are only accepted Monday thru Friday, excluding holidays, from 8 a.m. to 4 p.m. Inquiries regarding this RFP shall be directed to Mr. Jeffrey Penton by only at penton@portno.com. Page 3 of 13

4 PART II. GENERAL INFORMATION INTRODUCTION The federal government, starting with the Presidential Executive Order Improving Critical Infrastructure, is taking steps to enhance overall security in U.S. port facilities. This, and other initiatives, will greatly enhance the security and resiliency of the Port security sector. Port security is a top priority for the Coast Guard, which has responsibility for maritime Homeland Security. The Board of Commissioners of the Port of New Orleans (Board) is designated as a political subdivision of the State of Louisiana and is subject to federal and state laws governing public entities, including public records laws and the designation of certain classes of information as Sensitive Security Information (SSI). The Port of New Orleans is a Facility under federal law that must operate in compliance with the MARSEC security requirements of Title 33 Code of Federal Register (CFR) 105. One of the MARSEC security requirements is that Facilities must have a Facility Security Plan (FSP) to protect their Facility at the respective MARSEC levels. The Board s IT systems and security camera system are infrastructure which is included is this FSP. The Information Technology Department of the Board is issuing a Request for Proposal (RFP) from firms licensed to do business in Louisiana that are interested in being considered for award of a contract to perform camera infrastructure assessment and initial low-to-moderate scope repair activities with the intent to identify, mitigate, strengthen weaknesses, and identify any / all failing devices in its critical camera infrastructure. The camera infrastructure assessment will identify vulnerabilities and challenges within in its enterprise camera infrastructure, systems, policies and practices. During the assessment development, the chosen contractor will develop and execute upon a prioritized set of actions to mitigate the risks and work with Port staff to identify and resolve performance challenges and issues. Any major repairs requiring additional expenditure(s) will be handled by Port staff on a one-off basis. NOTE: A Low-to-Moderate in scope issue is defined as a problem which should take no longer than two working days to resolve. For the purposes of this proposal, the proposing service provider shall include 10 working days to address approximately 5 Low-to-Moderate issues. Page 4 of 13

5 SCOPE OF WORK The Board will select a qualified consultant on a best value basis using a point-method of award, to undertake a comprehensive camera infrastructure assessment and perform any identified / associated repair activities, thoroughly reviewing the current state of the Port s information technology security, develop a vulnerability mitigation plan, and prioritized road map of activities to enhance the Port s future camera surveillance and analytics position. The assessment is to include, but not be limited to, the following deliverables: (a) Detailed Analysis and Troubleshooting of Known Camera Infrastructure Hot-Spots a. Identify & document affected infrastructure information within the environment i. Perform root-cause-analysis to develop primary issues registry for: 1. Camera Configuration(s) 2. Network Configuration(s) 3. Hardware / Infrastructure Configuration(s) (b) Camera Discovery Documentation a. Detailed Camera OEM Description b. Viewing Controls and Capabilities c. Camera Location / Group d. Network Connection Path(s) and Settings e. Camera Settings (As-Is and To-Be) (c) Detailed Camera Network Infrastructure Discovery & Development a. Overall Network Topology / Design (As-Is and To-Be) b. Firewall Configuration(s) (As-Is and To-Be) c. Router Configuration(s) (As-Is and To-Be) d. Wireless Configuration(s) (As-Is and To-Be) e. Cabling Infrastructure (As-Is and To-Be) f. Video Storage Infrastructure (As-Is and To-Be) Page 5 of 13

6 (d) Systems Discovery a. Detailed Analysis of Primary Video Software in use b. Detailed Server Hardware Design (As-Is and To-Be) c. Any / All obvious security vulnerabilities, specific configuration anomalies, and / or known exploits need to be identified and documented accordingly. (e) Video-centric policies and procedures review. The chosen consultant shall review and make recommendations for changes and / or additional policy and procedure development. The overall engagement will be managed by the Consultant, with a defined scope, schedule and budget. The Consultant will work in concert with the Port s Information Technology and Harbor Police Teams throughout the entirety of the engagement. Project activities will be appropriately managed, and project risks and task progress will be formally communicated at least on a weekly basis. Page 6 of 13

7 INSURANCE Before a professional services contract can be executed and become effective, the Consultant and each Sub-Consultant shall furnish to the Board's risk manager certificates evidencing that it has procured the insurance herein required. Current insurance certificates must be provided for the coverages required herein during the entire term of this contract. For a period of three years after termination of this contract, the Prime Consultant and each Sub-Consultant providing professional services, and any other firm as applicable, must carry professional liability insurance as outlined below. All insurance shall be written with insurance companies authorized and licensed to do business in the State of Louisiana and acceptable to the Board (Best's rating A-, VI, or better). Selfinsurance programs authorized by the Commissioner of Insurance of the State of Louisiana for workers' compensation insurance are acceptable with the submission of a certified copy of the Consultant s authority to self-insure. All insurance required herein shall be primary to any similar insurance that may be carried by the Board for its own protection. Except for the workers' compensation insurance and the professional liability insurance, the Board shall be named as an additional insured on all policies required herein. All insurance policies required herein, as well as any other insurance carried by the Consultant for its protection or the protection of its property on the contract shall provide that the insurers waive in favor of the Board any rights of subrogation the said insurers may be entitled to. All policies required herein shall provide for thirty (30) calendar days written notice of cancellation or material change to be sent to the Board at P.O. Box 60046, New Orleans, Louisiana Attention: Risk Manager. For additional information contact the Board s risk manager at (504) All insurance policies herein required shall remain in full force and effect for the duration of this contract. If any insurance required herein is canceled or materially changed and not immediately replaced during the term of this contract, the Board reserves the right to purchase insurance at the expense of the Consultant to protect the Board's interest. The furnishing of insurance shall not relieve the Consultant of the responsibility for losses not covered by insurance. The Board makes no representation or warranty that the insurance the Board requires will be sufficient to protect the Consultant s interests. The Consultant shall be responsible for the full amount of any deductible associated with any of the insurance policies required herein. A combination of primary and excess insurance may be used to satisfy the insurance requirements. The insurance requirements are as follows: Comprehensive General Liability Insurance Consultant shall procure and maintain at its sole cost and expense comprehensive general liability insurance (on an occurrence basis) with limit of liability of not less than one million dollars ($1,000,000) for all injuries or deaths resulting to any one person or from any one occurrence. The aggregate limit for products and completed operations shall be not less than one million dollars ($1,000,000). The limit of liability for property damage shall be not less than one million dollars ($1,000,000) for each occurrence and aggregate. Page 7 of 13

8 Comprehensive Motor Vehicle Liability Insurance Consultant shall procure and maintain at its sole cost and expense comprehensive motor vehicle liability insurance which shall include hired car and non-ownership coverage with limit of liability of not less than one million dollars ($1,000,000) for all injuries or deaths resulting to any one person or from any one occurrence. The limit of liability for property damage shall be not less than one million dollars ($1,000,000) for each occurrence and aggregate. Workers' Compensation Insurance Consultant shall procure and maintain at its sole cost and expense workers compensation insurance which will protect it from claims under the Louisiana Workers Compensation Act (LSA 23:1021, et. seq.). The limits of liability under the employer s liability section of the workers compensation policy, as well as both compensation schemes, shall be not less than one million dollars ($1,000,000). Professional Liability Insurance The Consultant shall procure and maintain errors and omissions / professional liability insurance in the amount of one million dollars ($1,000,000) per claim and two million dollars ($2,000,000) annual aggregate. The insurance shall be in full force and effect for a period of three years after substantial completion of the construction phase of the project. Such insurance shall be issued subject to a deductible not to exceed ten thousand dollars ($10,000.00) that will be for the account of the Consultant. SELECTION PROCESS AND CRITERIA This contract is using a two part process. A short list of the three to five top-ranked prime firms will be developed based on the evaluation of the qualifications submitted for this RFQ. Those Prime Consultants who receive notification of being short-listed will be sent a Request for Proposal (RFP) as described in Part III herein and will be ranked using criteria as described for final recommendation. DBE/SBE PARTICIPATION The Board encourages the participation of DBE/SBE (Small Business Enterprise) firms on the consultant/team. In order to receive points for participation, firms included in the proposal that have any such status must submit with the bound proposals evidence of a current certification from at least one of the following entities that issues such certifications: 1) the SLDBE program run by the City of New Orleans, 2) the State of Louisiana s Department of Economic Development s SBE Hudson Initiative program or 3) the Federal Small Business Enterprise Program. The Board does not have a certification program, but accepts certifications issued only by these public entities. Failure to include such information with proposals will be taken to mean that firms have no such current certification. No later submissions of this information will be allowed after submittal of the proposals. Page 8 of 13

9 COMPENSATION Compensation for services will be based on all-inclusive hourly rates for various classifications of personnel working on a project. Direct costs and sub-consultant costs will be compensated based on actual invoiced costs with no multipliers. Total contract value will be the final not-to-exceed fee negotiated by PONO staff, after evaluation of the RFPs. AUDIT REQUIREMENTS The selected Prime Consultant, and any of its sub-consultants, shall maintain accounting records, as a condition to the award of this public contract, for the Legislative Auditor of the State of Louisiana and/or the Board s auditors to inspect, examine and/or conduct an audit of all books, accounts and records of firms pertaining to the performance of contractual obligations and the compensation due to be received under this contract. TRANSPORTATION WORKER IDENTIFICATION CREDENTIALS Work within the Board s terminals and at most other properties, such as the Harbor Police building, require Transportation Safety Administration Transportation Worker Identification Credentials (TWIC). Federal regulations require that persons seeking entry to restricted areas of United States ports must present a valid TWIC card and must maintain possession of the TWIC at all times in secure port areas. Without a TWIC or an approved Port of New Orleans authorized TWIC escort, no entry will be allowed into restricted areas. Port personnel will not be responsible for providing escorting services to any Consultants. The Board does not compensate Consultants for obtaining TWIC for its employees and sub-consultants. Processing for a TWIC can take several weeks, and Consultants should ensure that key personnel on the team have applied for TWIC on Notice of Award of a contract. Entry into the Board s administrative headquarters does not require a TWIC card. AFFIDAVITS As required by Louisiana State law, affidavits will be needed to be executed by the person or firm doing business with the Board at the time of entering a contract. Refer to the Port of New Orleans website at under PROCUREMENT under INFORMATIONAL DOCUMENTS under AFFIDAVITS. Sub-consultants do not need to provide affidavits to the Board, only the Prime Consultant. The affidavits submitted by the Prime Consultant to the Board are due at the time of submitting the final contract for execution. Consultants should read the affidavits and be aware that they are a requirement in order to enter into a contract with the Board. Page 9 of 13

10 PART III. REQUIREMENTS TO RESPOND TO THIS RFQ SUBMITTAL REQUIREMENTS Any Prime Consultant/Team failing to submit any of the information required will be considered non-responsive. Facsimiles and submittals will not be accepted. Name(s) of the Prime Consultant and sub-consultant firms listed must precisely match the name(s) filed with the Louisiana Secretary of State, Corporation Division. SUBMITTAL FORM 1. Contract Name: Port Camera Infrastructure Assessment and Repair 2. Announcement Date: Wednesday, May 3, a. Firm (as registered with LA Secretary of State) 3b. Name, Title, Telephone number and address of the signing authority 3c. Name, title, telephone number, and address of full-time professional in charge 4. List the number and type of full-time professional personnel on firm s payroll who are likely to work under the contract. 5. Do you presently have sufficient staff to perform the services to undertake this work in the next 5 months? (Yes/No) 6. (For use by the prime consultant only) Do you intend to use a sub-consultant(s) for services? (Yes/No) If yes in box 6, Identify the element of work and the percent of the contract scope of work to be performed by each sub-consultant, and if sub-consultant is a certified SBE. Name and Address of Consultant Element of Work to be performed % SBE Page 10 of 13

11 Element of Work to be performed % SBE Element of Work to be performed % SBE 7. Staffing Plan A Diagram showing all key personnel that would be available for assignment. The Staffing Plan should also include the same information for subconsultants (if applicable). Page 11 of 13

12 8. Brief resume of key persons anticipated to work on project (repeat as necessary) a. Name & domicile b. Job Title: c. Name of firm by which employed full time d. Years experience: With this firm With other firms e. Education: Degree(s) / Years / Specialization f. Certifications 9. Work by firm which best demonstrates the Port s Camera Infrastructure Assessment and Repair RFP relevant to this contract as shown in Box 1 (List no more than 5 projects) a Project name & location b. Project description c. Nature of firm s responsibility & key personnel involved d. Owner s name, address, and telephone number e. Contract Completion Date 10. This is to certify that all information contained herein is accurate and true. Signature of Authorized Representative (same as 3b) Date Page 12 of 13

13 EVALUATION CRITERIA OF THE RFP The general criteria to be used by the Consultant Evaluation Committee in evaluating responses for the selection of three to five Consultants/Teams to receive an RFP for the contract are: 1. The described approach and methodology to be used by the respondent 2. The corporate background, experience, and financial stability 3. Staffing and support personnel qualifications 4. Small Business Enterprise (SBE) participation 5. Cost of proposal The evaluation will be by means of a point-based rating system of the Prime Consultant/Team as a whole. The Consultant Evaluation Committee will be responsible for performing the above described evaluation, and presenting a short-list of three to five of the highest rated Prime Consultants to the Board s Chief Executive Officer. These short-listed firms will receive an RFP. PART IV. REQUIREMENTS TO RESPOND TO AN RFP INVITATION TO RESPOND TO RFP All RFP respondents will be required to submit their response as stipulated in the RFP. There are three components that will be required to respond to the RFP: 1) A written project proposal which includes a technical description of the procedures to be used for the project and a description of the deliverables; 2) A Certification Statement; and a 3) Price Proposal in a separate, sealed envelope. The Consultant s written project proposal, certification statement, fee proposal and any and all other forms required in the RFP shall be submitted as stated therein. Any Consultant/Team failing to submit any of the required information will be considered non-responsive. Facsimiles and submittals of the Project Proposal or Fee Proposal will not be accepted. The following information is required to respond to the RFP, if invited: 1) Written Project Proposal: Six Bound sets plus one original. The information should correspond to the criteria upon which the evaluations will be scored and indicated herein. 2) Certification Statement: Certifies that the proposer has read and understands all requirements and specifications of the RFP 3) Price Proposal: A schedule based on all-inclusive hourly rates for various classifications of personnel working on a project. Direct costs and sub-consultant costs will be compensated based on actual invoiced costs with no multipliers. The contract will be issued on a not-to-exceed basis. Page 13 of 13

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 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

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

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

Board of Commissioners of the Port of New Orleans

Board of Commissioners of the Port of New Orleans Board of Commissioners of the Port of New Orleans REQUEST FOR QUALIFICATIONS FOR VARIOUS AS-NEEDED ENGINEERING AND PROFESSIONAL SERVICES FOR MOVEABLE BRIDGES AND FIXED RAILROAD BRIDGES FOR FISCAL YEARS

More information

REQUEST FOR PROPOSALS FOR AS-NEEDED CONTAINER CRANE ENGINEERING SERVICES FOR FISCAL YEARS 2016 & 2017

REQUEST FOR PROPOSALS FOR AS-NEEDED CONTAINER CRANE ENGINEERING SERVICES FOR FISCAL YEARS 2016 & 2017 Board of Commissioners Port of New Orleans REQUEST FOR PROPOSALS FOR AS-NEEDED CONTAINER CRANE ENGINEERING SERVICES FOR FISCAL YEARS 2016 & 2017 DUE BY TWELVE NOON LOCAL TIME ON THURSDAY, MAY 21, 2015

More information

REQUEST FOR PROPOSALS FOR AS-NEEDED EMERGENCY DAMAGE ASSESSMENT AND ENGINEERING SERVICES FOR FISCAL YEARS 2016 THRU 2018

REQUEST FOR PROPOSALS FOR AS-NEEDED EMERGENCY DAMAGE ASSESSMENT AND ENGINEERING SERVICES FOR FISCAL YEARS 2016 THRU 2018 Board of Commissioners of the Port of New Orleans REQUEST FOR PROPOSALS FOR AS-NEEDED EMERGENCY DAMAGE ASSESSMENT AND ENGINEERING SERVICES FOR FISCAL YEARS 2016 THRU 2018 August 28, 2015 Revised September

More information

REQUEST FOR PROPOSALS. Janitorial Services

REQUEST FOR PROPOSALS. Janitorial Services Board of Commissioners of the Port of New Orleans REQUEST FOR PROPOSALS Janitorial Services September 20, 2017 Deadline for proposals is no later than Tuesday, October 10, 2017 at 11:00am NEW ORLEANS,

More information

Board of Commissioners of the Port of New Orleans. April 25, 2018

Board of Commissioners of the Port of New Orleans. April 25, 2018 Board of Commissioners of the Port of New Orleans REQUEST FOR QUALIFICATIONS Health & Welfare Benefits Broker/Consultant April 25, 2018 Deadline for qualifications is no later than Thursday, May 10, 2018

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

PORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES

PORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES PORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES The Port of South Whidbey ( Port ), Freeland, Washington is accepting Statements of Qualifications

More information

Request For Proposal (RFP) for

Request For Proposal (RFP) for Charter Township of Canton Request For Proposal (RFP) for DIGITAL MEDIA AND AUDIO VISUAL SERVICES Contact: Dave Harris Phone: 734 394-5274 E-mail: dave.harris@canton-mi.org Date Issued: 5/24/2018 Due Date

More information

REQUEST FOR PROPOSALS (RFP) Marina Management Services. Docktown Marina

REQUEST FOR PROPOSALS (RFP) Marina Management Services. Docktown Marina REQUEST FOR PROPOSALS (RFP) Marina Management Services Docktown Marina Date of Issue: Friday, October 2, 2015 Proposal Due Date: Wednesday, October 28, 2015 by 2:00 p.m. PST PROJECT OVERVIEW The City of

More information

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES On this day of, 2017, the Board of Commissioners of the Port of New Orleans hereinafter sometimes

More information

Requests For Proposals

Requests For Proposals Requests For Proposals NOTICE IS HERE BY GIVEN that proposals will be received by the Board of Commissioners of the City of Union City, County of Hudson, State of New Jersey on June 23, 2015 at 11:00 A.M.

More information

REQUEST FOR SEALED COMPETATIVE PROPOSALS PROPOSALS FOR CCTV/SURVEILLANCE UPGRADES OF:

REQUEST FOR SEALED COMPETATIVE PROPOSALS PROPOSALS FOR CCTV/SURVEILLANCE UPGRADES OF: REQUEST FOR SEALED COMPETATIVE PROPOSALS PROPOSALS FOR CCTV/SURVEILLANCE UPGRADES OF: PIKE COUNTY PRIMARY SCHOOL PIKE COUNTY ELEMENTARY SCHOOL PIKE COUNTY HIGH SCHOOL PIKE COUNTY BOARD OF EDUCATION ZEBULON,

More information

Invitation To Bid. for

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

More information

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA INVITATION TO SUBMIT PROPOSALS The Village of Sparta is accepting sealed bids from

More information

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

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

More information

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

REQEST F0R PROPOSALS

REQEST F0R PROPOSALS REQEST F0R PROPOSALS NOTICE IS HERE BY GIVEN that proposals will be received by the Board of Commissioners of the City of Union City, County of Hudson, State of New Jersey on November 8, 2017 at 11:00

More information

WEST VALLEY SANITATION DISTRICT

WEST VALLEY SANITATION DISTRICT WEST VALLEY SANITATION DISTRICT Request for Proposal (RFP) for Independent External Audit Services RFP #: FIN 2015 1 Schedule of Key Events: RFP Release Date: April 14, 2015 Written Questions Due: 4:00

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

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

More information

OFFICE OF THE SUMMIT COUNTY SHERIFF

OFFICE OF THE SUMMIT COUNTY SHERIFF OFFICE OF THE SUMMIT COUNTY SHERIFF 970-453-2474 fax 970-453-7329 REQUEST FOR PROPOSAL 2018 VEHICLE TOWING CONTRACT FOR SUMMIT COUNTY, COLORADO Release Date: November 3, 2017 Closing Date: November 24,

More information

Warner Robins Housing Authority

Warner Robins Housing Authority REQUEST FOR PROPOSAL ELECTRICIAN SERVICES 2019 The Warner Robins Housing Authority (WRHA) is currently soliciting bids for Electrician Services for a one (1) year period with the option for two one (1)

More information

REQUEST FOR PROPOSAL (RFP) Professional Public Education Legal Services for the School District of Janesville. Release Date: Monday, August 6, 2018

REQUEST FOR PROPOSAL (RFP) Professional Public Education Legal Services for the School District of Janesville. Release Date: Monday, August 6, 2018 REQUEST FOR PROPOSAL (RFP) Professional Public Education Legal Services for the School District of Janesville Release Date: Monday, August 6, 2018 RFP Response Deadline: Friday, August 24, 2018 The School

More information

The CITY OF BAYONNE is soliciting responses/proposals to the City's RFQ/RFP for the provision of the following professional services:

The CITY OF BAYONNE is soliciting responses/proposals to the City's RFQ/RFP for the provision of the following professional services: NOTICE POSTED: November 4, 2015 DUE DATE: November 24, 2015 @ 10:00 a.m. prevailing time PUBLIC READING: All proposals/responses will be opened at the City Council Chambers on November 24, 2015 @ 1:00

More information

FLORENCE COUNTY SOUTH CAROLINA REQUEST-FOR-PROPOSALS NO /17

FLORENCE COUNTY SOUTH CAROLINA REQUEST-FOR-PROPOSALS NO /17 FLORENCE COUNTY SOUTH CAROLINA REQUEST-FOR-PROPOSALS NO. 21-16/17 FLORENCE COUNTY EMERGENCY OPERATIONS CENTER & E911 FACILITY AUDIO/VIDEO DISTRIBUTION & CONTROL SYSTEMS SUBMISSION DEADLINE: Thursday, April

More information

Quotations for Small Purchase (QSP) Wilkinson Terrace Real Estate Appraisal Services CONDITIONS TO QUOTE - NONCONSTRUCTION

Quotations for Small Purchase (QSP) Wilkinson Terrace Real Estate Appraisal Services CONDITIONS TO QUOTE - NONCONSTRUCTION CONDITIONS TO QUOTE - NONCONSTRUCTION PROCEDURE: Quoters must submit proposed pricing where provided on the last page of this form only! The Agency will accept the proposed pricing by in-person delivery

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study CITY OF CHINO HILLS Request for Proposals (RFP) for Water Fixed Assets Assessment Study Date: April 15, 2014 Department: Project Name: Proposal Due Date: Public Works Department Water Fixed Assets Assessment

More information

Alabama State Port Authority

Alabama State Port Authority Alabama State Port Authority Invitation to Bid Project Name Alabama State Port Authority Portable Toilets & Service Contract BID PURPOSE AND REQUIREMENTS ALABAMA STATE PORT AUTHORITY PORTABLE TOILETS &

More information

Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048

Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048 Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048 Michael Spickelmier, Director of Public Works Trevor Huhn, Buildings & Grounds On-Call Boiler/Chiller Repair

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

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S SMALL TOWN VALUES 1115 13TH AVENUE PO BOX 79 SIDNEY NEBRASKA 69162 BIG TIME OPPORTUNITIES PHONE (308) 254-5300 FAX (308) 254-3164 www.cityofsidney.org City of Sidney Request for Qualifications and Proposal

More information

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

a. Proposals shall be submitted in a sealed envelope and addressed as follows: City of North Mankato 1 CITY OF NORTH MANKATO REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JULY 1, 2015 THROUGH JUNE 30, 2016 DUE: APRIL 15, 2015 by 5:00 p.m. The City of North Mankato (City)

More information

ADVERTISEMENT REQUEST FOR PROPOSALS FOR PILOT PROGRAM of ADVANCED METERING INFRASTRUCTURE PILOT SYSTEM (AMI) FOR THE CITY OF GRAND ISLAND, NEBRASKA

ADVERTISEMENT REQUEST FOR PROPOSALS FOR PILOT PROGRAM of ADVANCED METERING INFRASTRUCTURE PILOT SYSTEM (AMI) FOR THE CITY OF GRAND ISLAND, NEBRASKA ADVERTISEMENT REQUEST FOR PROPOSALS FOR PILOT PROGRAM of ADVANCED METERING INFRASTRUCTURE PILOT SYSTEM (AMI) FOR THE CITY OF GRAND ISLAND, NEBRASKA Sealed proposals will be received by the City Clerk s

More information

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT Effective August 22, 2018, Addendum No. 1 and the applicable attachment(s) is associated with the Invitation for Bid (IFB) seeking bids

More information

Request for Qualifications- Financial and Analytical Services for Wilbur-Cook Portfolio

Request for Qualifications- Financial and Analytical Services for Wilbur-Cook Portfolio Spokane Housing Authority Request for Qualifications- Financial and Analytical Services for Wilbur-Cook Portfolio Financial Analytical and Advisory Services Relevant to Real Estate Development Activities

More information

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ)

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ) CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ) 2018 2020 Well No. 13 Final Ad Ready Design, Permitting, Bid Support and Construction Administration Services March 2018

More information

TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL FILE # F Information Technology Strategic Plan

TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL FILE # F Information Technology Strategic Plan TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL FILE # F18-047891 Information Technology Strategic Plan Carolyn Tripp January, 2015 Chief Administrative Officer The Corporation of the Town

More information

Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL

Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL-220-16 1.0 INTRODUCTION The City of Mobile is inviting qualified consultants

More information

REQUEST FOR PROPOSALS

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

More information

Quotations for Small Purchase (QSP) Wilkinson Terrace Real Estate Appraisal Services CONDITIONS TO QUOTE - NONCONSTRUCTION

Quotations for Small Purchase (QSP) Wilkinson Terrace Real Estate Appraisal Services CONDITIONS TO QUOTE - NONCONSTRUCTION CONDITIONS TO QUOTE - NONCONSTRUCTION PROCEDURE: Quoters must submit proposed pricing where provided on the last page of this form only! The Agency will accept the proposed pricing by in-person delivery

More information

INVITATION TO BID (ITB) MONTROSE SHERIFF S OFFICE JAIL DIVISION INMATE COMMISSARY SERVICE

INVITATION TO BID (ITB) MONTROSE SHERIFF S OFFICE JAIL DIVISION INMATE COMMISSARY SERVICE INVITATION TO BID (ITB) MONTROSE SHERIFF S OFFICE JAIL DIVISION INMATE COMMISSARY SERVICE Montrose County, Colorado is seeking sealed bids from qualified firms experienced in and capable of providing and

More information

REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS

REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS ARCHITECTURAL NEEDS ASSESSMENT AND DESIGN SERVICES FOR CITY OF DICKINSON REQUEST FOR QUALIFICATIONS #1401-02 RFQ SUBMITTAL DEADLINE: FEBRUARY 21, 2014

More information

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Submission deadline: 4:00 p.m. Wednesday, December 7, 2011 I. General Center Township Butler County,

More information

Administrative Policy for Procurement, Bidding, Bid Specifications, Consulting, Request For Qualifications (RFQ), and Evaluation Criteria

Administrative Policy for Procurement, Bidding, Bid Specifications, Consulting, Request For Qualifications (RFQ), and Evaluation Criteria CITY OF LARAMIE Policy Title: Administrative Policy for Procurement, Bidding, Bid Specifications, Consulting, Request For Qualifications (RFQ), and Evaluation Criteria Policy Number: 2014-01 Page 1 of

More information

Invitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016

Invitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016 Charter Township of Canton Invitation To Bid for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016 Contact: Jason Lombardo Phone: 734 394-5473 E-mail: Jason.lombardo@canton-mi.org Date Issued: 09/29/2016

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

ADVERTISEMENT FOR BID

ADVERTISEMENT FOR BID ADVERTISEMENT FOR BID Lake Charles Harbor and Terminal District 751 Bayou Pines East, Suite P (70601) P.O. Box 3753 Lake Charles, LA 70602 The Lake Charles Harbor and Terminal District (Port of Lake Charles)

More information

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ) Pavement Repair Projects Ad Ready Design (PS&E) August 2018

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ) Pavement Repair Projects Ad Ready Design (PS&E) August 2018 CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ) 2018 2019 Pavement Repair Projects Ad Ready Design (PS&E) August 2018 INTRODUCTION In conformance with RCW 39.80, the City

More information

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA PROJECT: BACKFLOW TESTING BID#P

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA PROJECT: BACKFLOW TESTING BID#P April 5, 2016 Re: P2016-02, Backflow Testing To Small Works Roster: Fire Protection and Plumbing Contractors REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA PROJECT: BACKFLOW TESTING BID#P2016 02

More information

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES FOR DOUGLAS CITY HALL RENOVATIONS DOUGLAS, WYOMING

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES FOR DOUGLAS CITY HALL RENOVATIONS DOUGLAS, WYOMING REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES FOR DOUGLAS CITY HALL RENOVATIONS DOUGLAS, WYOMING Request for Qualifications (RFQ) due: 3:00pm local time, August 17, 2018 Page 1 of 8 Section One Introduction

More information

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

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

More information

REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS

REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS REQUEST FOR QUALIFICATIONS #0911-04 RFQ SUBMITTAL DEADLINE: DECEMBER 22, 2009 at 10:00 AM REQUEST FOR QUALIFICATIONS #0911-04 SCHEDULE SUMMARY Monday

More information

CITY OF ST. LOUIS DEPARTMENT OF PUBLIC SAFETY. REQUEST FOR PROPOSAL (amended*)

CITY OF ST. LOUIS DEPARTMENT OF PUBLIC SAFETY. REQUEST FOR PROPOSAL (amended*) RFP #: 610-2007 CITY OF ST. LOUIS DEPARTMENT OF PUBLIC SAFETY REQUEST FOR PROPOSAL (amended*) FOR: PUBLIC SAFETY ANSWERING POINT, DISPATCH/EMERGENCY OPERATIONS CENTER CONSOLIDATION FEASIBILITY STUDY ISSUED:

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS REVEREND PETER ATKINS PARK BATHROOM PROJECT CCE PROJECT NO. 117-106 NOVEMBER 2, 2017 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 1.0 INTRODUCTION

More information

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program Request For Proposal City of St. Joseph, Michigan Three Year Cross Connection Control Program City of St. Joseph 700 Broad Street St. Joseph, MI 49085 I. Purpose This Request for Proposal ( RFP ) is to

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR AUDIT SERVICES FOR THE COLQUITT COUNTY BOARD OF COMMISSIONERS COLQUITT COUNTY, GEORGIA June 6, 2017 TABLE OF CONTENTS 1. 0 INTRODUCTION 1.1 Purpose for Request for Proposal (RFP)

More information

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

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

More information

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

INVITATION TO BID RFP #

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

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS P.O. Box 186, Bella Coola, BC V0T 1C0 Phone (250) 799-5291 Fax (250) 799-5750 Email: info@ccrd-bc.ca REQUEST FOR PROPOSALS CENTRAL COAST REGIONAL DISTRICT and CENTRAL COAST REGIONAL HOSPITAL DISTRICT for

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

Warner Robins Housing Authority

Warner Robins Housing Authority REQUEST FOR PROPOSAL HVAC SERVICES 2019 The Warner Robins & Houston County Housing Authorities (WRHA) are currently soliciting bids for HVAC Services for a one (1) year period with the option for two one

More information

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH REQUEST FOR PROPOSAL FOR Full Cost Allocation Plan and Citywide User Fee and Rate Study Finance Department CITY OF HUNTINGTON BEACH Released on October 17, 2007 Full Cost Allocation Plan and Citywide User

More information

Proposal No:

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

More information

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

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

More information

Request for Proposal. For Financial and Accounting Services

Request for Proposal. For Financial and Accounting Services Request for Proposal For Financial and Accounting Services Issued: Tuesday, February 20, 2018 Submission Deadline: Wednesday, March 21, 2018, 4:00 PM South Bayside Waste Management Authority (SBWMA) Attention:

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

Mobile and Stationary Security Patrol Services

Mobile and Stationary Security Patrol Services Request for Proposals Mobile and Stationary Security Patrol Services The Redevelopment Agency of the City of San Jose Submittals Due: May 28, 2008 3:00 PM (pacific daylight time) San Jose Redevelopment

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

Warner Robins Housing Authority

Warner Robins Housing Authority REQUEST FOR PROPOSAL FOR TERMITE CONTROL 2019 The Warner Robins Housing Authority is currently soliciting proposals for Pest Control Services for a one (1) year period with the option for two one (1) year

More information

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018 REQUEST FOR QUALIFICATIONS For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018 San Joaquin County Department of Public Works 1810 East Hazelton

More information

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September

More information

CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS (RFP) WIRELESS NETWORK

CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS (RFP) WIRELESS NETWORK CITY OF BIRMINGHAM 151 MARTIN STREET, BIRMINGHAM, MICHIGAN 48009 POST OFFICE BOX 3001, BIRMINGHAM, MICHIGAN 48012 Phone (248) 644-1800/ Fax (248) 644-5614 CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR THE OREM CITY PARKING STUDY Issued February 26 th, 2018 City of Orem 56 North State Street Orem Utah 84057 TABLE OF CONTENTS 1.0 Introduction... 2 1.1 The Successful Applicant...

More information

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

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

More information

Request for Qualifications (RFW: 18-19/01) Architectural/Engineering Firms

Request for Qualifications (RFW: 18-19/01) Architectural/Engineering Firms Request for Qualifications (RFW: 18-19/01) Architectural/Engineering Firms RFQ Due Date: May 3, 2019 @ 2:00 p.m. Mr. Alonso Casas, Project Manager Building 10, Room #16 Imperial Community College District

More information

CITY OF SACRAMENTO PROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000

CITY OF SACRAMENTO PROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000 PROJECT NAME: AGREEMENT TERM: AUTHORIZED RENEWALS: DEPARTMENT: DIVISION: CITY OF SACRAMENTO PROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000 THIS AGREEMENT is made at Sacramento, California, as of ( Effective

More information

LEGAL NOTICE REQUEST FOR QUALIFICATIONS RFQ For CONSULTANT SERVICES CMAQ-5414(632) ST. CHARLES COUNTY GOVERNMENT ST.

LEGAL NOTICE REQUEST FOR QUALIFICATIONS RFQ For CONSULTANT SERVICES CMAQ-5414(632) ST. CHARLES COUNTY GOVERNMENT ST. LEGAL NOTICE REQUEST FOR QUALIFICATIONS RFQ 18-067 For CONSULTANT SERVICES GATEWAY GREEN LIGHT (GGL) PHASE 4 PE CMAQ-5414(632) ST. CHARLES COUNTY GOVERNMENT ST. CHARLES, MISSOURI St. Charles County is

More information

AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE)

AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE) AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE) This Agreement is made and entered into this (INSERT DATE HERE), 2015 between the Santa Maria Joint Union

More information

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25 City of Henderson PO Box 716 Henderson, Kentucky 42419 September 14, 2014 REQUEST FOR PROPOSALS # 14-25 Social Media Services for the City of Henderson s Community Visionary Plan and Comprehensive Plan

More information

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office For For The Issue Date: June 1, 2018 Due Date: June 25, 2018 by 10:00 a.m. Central Time Submit RFP to: Benton County Commission c/o Michelle McLerran Kreisler P.O. Box 1238 316 Van Buren Warsaw, Missouri

More information

REQUEST FOR PROPOSAL (RFP) Legal Services for Xenia Community City School District

REQUEST FOR PROPOSAL (RFP) Legal Services for Xenia Community City School District REQUEST FOR PROPOSAL (RFP) Legal Services for Release Date: Monday, November 6, 2017 RFP Response Deadline: Monday, November 27, 2017 by 2 p.m. Xenia, Ohio 45385 937-376-2961 NOTICE TO LAW FIRMS hereby

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

Request for Proposal

Request for Proposal Central Whidbey Island Fire & Rescue 1164 Race Road Coupeville, WA 98239 Professionalism Integrity Compassion Excellence (360) 678-3602 www.cwfire.org Request for Proposal Fire Station Planning and Design

More information

REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) HOUSING REHABILITATION CONSTRUCTION MANAGEMENT

REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) HOUSING REHABILITATION CONSTRUCTION MANAGEMENT 620 Florida Street, Suite 110 Baton Rouge, Louisiana 70801 (225) 387-5606 www.ebrra.org REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) HOUSING REHABILITATION CONSTRUCTION MANAGEMENT and INSPECTIONS Federal

More information

Request for Qualifications for Consulting Services

Request for Qualifications for Consulting Services Proposal Instructions and Requirements Request for Qualifications for Consulting Services December 14, 2017 The Town of Biltmore Forest requests statements of qualifications from consulting firms to perform

More information

N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP)

N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP) N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP) EXHIBIT A - MEMORANDUM OF NOTIFICATION TO POTENTIAL BIDDERS [NAME OF GOVERNMENT LETTERHEAD] DATE: TO: FROM: SUBJECT: [DATE] Invited Parties [NAME OF

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

TOWN OF MOUNTAIN VILLAGE COLORADO CABLE AND BROADBAND DEPARTMENT REQUEST FOR PROPOSAL Broadband Assessment and Feasibility Study

TOWN OF MOUNTAIN VILLAGE COLORADO CABLE AND BROADBAND DEPARTMENT REQUEST FOR PROPOSAL Broadband Assessment and Feasibility Study TOWN OF MOUNTAIN VILLAGE COLORADO CABLE AND BROADBAND DEPARTMENT REQUEST FOR PROPOSAL Broadband Assessment and Feasibility Study IMPORTANT DATES: Date Issued: June 29,2018 Pre-Proposal Conference or Site

More information

BERRIEN COUNTY ROAD DEPARTMENT

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATIONS FOR LIQUID CALCIUM CHLORIDE 1 SPECIFICATIONS FOR LIQUID CALCIUM CHLORIDE 38% It is the intent of the Berrien County Road Department to purchase all or part of its requirements

More information

REQUEST FOR PROPOSAL (RFP) # DESIGN BUILD NEW CHIEFLAND MIDDLE/HIGH SCHOOL CONSULTANTS' COMPETITIVE NEGOTIATION ACT (CCNA)

REQUEST FOR PROPOSAL (RFP) # DESIGN BUILD NEW CHIEFLAND MIDDLE/HIGH SCHOOL CONSULTANTS' COMPETITIVE NEGOTIATION ACT (CCNA) REQUEST FOR PROPOSAL (RFP) # 2017-01 DESIGN BUILD NEW CHIEFLAND MIDDLE/HIGH SCHOOL CONSULTANTS' COMPETITIVE NEGOTIATION ACT (CCNA) EXHIBIT I SCOPE OF WORK PREPARED BY: LEVY COUNTY SCHOOL BOARD FACILITIES

More information

Request For Proposal. for

Request For Proposal. for Charter Township of Canton Request For Proposal for 3D SCANNER SYSTEM HARDWARE AND SOFTWARE Contact: Deputy Director of Police Chad Baugh Phone: 734 394-5449 E-mail: chad.baugh@canton-mi.org Date Issued:

More information

Request for Qualifications (RFQ)

Request for Qualifications (RFQ) Snohomish County Fire Protection District No. 21 Request for Qualifications (RFQ) ARCHITECTURAL/ENGINEERING CONSULTING SERVICES FOR New Fire Station Snohomish County Fire Protection District No. 21 District

More information

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax # City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax # 651-674-7546 Sealed Request for Proposals, plainly marked RFP # 12-2 Road Grading Services City

More information

CANTON COMMUNITY REQUEST FOR BOARD ACTION. MEETING DATE: August 11, 2015

CANTON COMMUNITY REQUEST FOR BOARD ACTION. MEETING DATE: August 11, 2015 CANTON COMMUNITY REQUEST FOR BOARD ACTION MEETING DATE: August 11, 2015 AGENDA ITEM # G7 ITEM: Consider Award of a Purchase Order Contract for Audio Visual Equipment Replacement in the Public Works Training

More information

REQUEST FOR QUALIFICATIONS STATEMENTS

REQUEST FOR QUALIFICATIONS STATEMENTS REQUEST FOR QUALIFICATIONS STATEMENTS PUBLIC SAFETY ANALYST SERVICES ISSUED MARCH 5, 2018 Request for Qualifications The Council of the City of New Orleans ( Council ) seeks a highly qualified and experienced

More information

PROJECT DESCRIPTION SCOPE OF SERVICES

PROJECT DESCRIPTION SCOPE OF SERVICES ENGINEERING AND RELATED SERVICES OCTOBER 29, 2013 CONTRACT NO. 4400004357 RETAINER CONTRACT FOR TRAFFIC ENGINEERING MANAGEMENT ROADWAY PROJECTS STATEWIDE **DBE/WBE GOAL = 6% Under Authority granted by

More information