If further information is required, contact the MPA, Office of Procurement, Teresa M. Barnes, Procurement Officer at

Size: px
Start display at page:

Download "If further information is required, contact the MPA, Office of Procurement, Teresa M. Barnes, Procurement Officer at"

Transcription

1 MARYLAND PORT ADMINISTRATION OFFICE OF PROCUREMENT INVITATION FOR BIDS (hereinafter IFB ) SMALL BUSINESS RESERVE SOLICITATION REFERENCE NO IT FIBER OPTIC NETWORK INFRASTRUCTURE UPGRADE WTC August 7, 2014 The Maryland Port Administration (hereinafter "MPA" or Administration ) is contracting for all labor, supervision, materials, equipment and expertise required to integrate a new FIBER OPTICS RUN into the backbone of the CCTV system currently in place within the World Trade Center Baltimore, Maryland. The Contract shall be performed in accordance with the attached terms, specifications, and Maryland Port Administration Terms and Conditions Contracts for Services (Attachment I). Completed responses shall be received by the MPA no later than the time and date specified. This Solicitation is being conducted solely on emarylandmarketplace. Bids will only be accepted online through emarylandmarketplace. Anyone with questions or interested in becoming a member of emarylandmarketplace should contact emarylandmarketplace Help Desk at or go to the following website: All bid responses must be submitted through emarylandmarketplace at no later than 11:00 AM, on August 28, BID OPENING: After the deadline for receipt of bids has passed, there will be a public bid opening at 11:30 AM on August 28, The public bid opening will consist of the Procurement Officer going online and opening bids electronically in emaryland Marketplace, in accordance with and subject to COMAR and the Maryland Public Information Act. Once opened by the Procurement Officer, bids submitted on emaryland Marketplace will be available for public inspection. Documents attached to bids on emaryland Marketplace are not publicly viewable on emaryland Marketplace; however, upon request the Procurement Officer will make available copies of attachments to bids or will arrange for viewing of the documents electronically on emaryland Marketplace, in accordance with and subject to COMAR and the Maryland Public Information Act. , FAX, Mail, or Hand Delivery bids will not be accepted. If further information is required, contact the MPA, Office of Procurement, Teresa M. Barnes, Procurement Officer at MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS SOLICITATION. Prospective Offerors who have received this document from emarylandmarketplace, or who have received this document from a source other than the Procurement Officer, and who wish to assure receipt of any changes or additional materials related to this should immediately contact the Procurement Officer and provide their name and mailing address so that amendments or other communications can be sent to them.

2 TABLE OF CONTENTS Page 1 Page 2 Page 5 Page 10 Cover Page Table of Contents Section I Instructions to Bidders Section II Specifications ATTACHMENTS Attachment I - Attachment II - Maryland Port Administration Terms and Conditions Contracts for Services Bid Proposal Affidavit Attachment III - Contract Affidavit Attachment IV - Contractor s Environmental Handbook 2

3 NOTICE TO BIDDERS SMALL BUSINESS RESERVE PROCUREMENT This is a Small Business Reserve Procurement for which award will be limited to Certified Small Business vendors. Only businesses that meet the statutory requirements set forth in State Finance and Procurement Article, , Annotated Code of Maryland, and who are registered with the Department of General Services Small Business Reserve Program are eligible for award of a contract CRITERIA FOR QUALIFICATION AS A MARYLAND SMALL BUSINESS ENTERPRISE Effective October 1, 2012 State Finance and Procurement Article, Annotated Code of Maryland, (c) Small business means: (1) A certified minority business enterprise, as defined in of the State Finance and Procurement Article, Annotated Code of Maryland, that meets the criteria specified under paragraph (2) of this provision; or (2) A business, other than a broker, that meets the following criteria: (i) (ii) (iii) The business is independently owned and operated; The business is not a subsidiary of another business; The business is not dominant in its field of operation; and (iv) 1. a. The wholesale operations of the business did not employ more than 50 persons in its most recently completed 3 fiscal years; b. The retail operations of the business did not employ more than 25 persons in its most recently completed 3 fiscal years; c. The manufacturing operations of the business did not employ more than 100 persons in its most recently completed 3 fiscal years; d. The service operations of the business did not employ more than 100 persons in its most recently completed 3 fiscal years; e. The construction operations of the business did not employ more than 50 persons in its most recently completed 3 fiscal years; and 3

4 f. The architectural and engineering services of the business did not employ more than 100 persons in its most recently completed 3 fiscal years; or 2. a. The gross sales of the wholesale operations of the business did not exceed an average of $4,000,000 in its most recently completed 3 fiscal years; b. The gross sales of the retail operations of the business did not exceed an average of $3,000,000 in its most recently completed 3 fiscal years; c. The gross sales of the manufacturing operations of the business did not exceed an average of $2,000,000 in its most recently completed 3 fiscal years; d. The gross sales of the service operations of the business did not exceed an average of $10,000,000 in its most recently completed 3 fiscal years; e. The gross sales of the construction operations of the business did not exceed an average of $7,000,000 in its most recently completed 3 fiscal years; and f. The gross sales of the architectural and engineering services of the business did not exceed an average of $4,500,000 in its most recently completed 3 fiscal years. Further information on the certification process is available at and click on the Small Business Reserve hyperlink 4

5 SECTION I INSTRUCTIONS TO BIDDERS 1. PURPOSE The Maryland Port Administration (hereinafter "MPA" or Administration ) is contracting for all labor, supervision, materials, equipment and expertise required to integrate a new FIBER OPTICS RUN into the backbone of the CCTV System currently in place within the World Trade Center Baltimore, Maryland. 2. ISSUING OFFICE Maryland Port Administration Procurement Office World Trade Center, Baltimore, 401 E. Pratt Street Eleventh Floor, Suite 1100 Baltimore, Maryland Procurement Officer: Teresa M. Barnes Telephone Number: (410) Fax Number: (410) tbarnes@marylandports.com 3. TIME FOR RECEIPT OF BIDS In response to this IFB, Bidders are instructed to submit their bids at on or before 11:00 AM on August 28, Bids not received by the time and at the date indicated shall be rejected. 4. PROCUREMENT METHOD This solicitation shall be conducted in accordance with Section of the State Finance and Procurement Article, Annotated Code of Maryland and the Code of Maryland Regulations (hereinafter COMAR ) Specifically, the procurement method employed shall be competitive sealed bidding. 5. DURATION OF BID OFFER Bid pricing is irrevocable for ninety (90) days following the bid opening. However, the Procurement Officer may extend or reduce this period if he or she determines that it is in the State s best interest. 5

6 6. PRE-PROPOSAL MEETING MPA will conduct a prebid meeting on Tuesday, August 12, 2014 at 2:30PM in the Finance Conference Room, 11 th floor, World Trade Center, 401 E. Pratt Street. Baltimore, MD All attendees must preregister. Notify the Issuing Office with the following information no later than close of business on Friday, August 8, Company Name Individual full name first, middle, last Driver s license number and state of issuance 7. COMMUNICATIONS, QUESTIONS, AND INTERPRETATIONS - PRIOR TO BID OPENING Any information regarding the requirements or the interpretation of any provision, condition, obligation or specification of this IFB, including all attachments, shall be requested, in writing, from the Procurement Officer, and delivered no later than 10 days prior to the scheduled date of bid opening. Responses to questions or inquiries having any material effect on the bids shall be made by written addenda, or by written notice sent to all prospective bidders. Do not make verbal inquiries; do not change or alter the bid forms or place additional terms and conditions in the bid response. 8. INVESTIGATION The bidder, by submitting its bid, acknowledges that it has investigated and satisfied itself as to the terms and conditions affecting the work solicited hereunder, including, but not restricted to, all drawings, plans, and specifications set forth herein. Any failure by the Contractor to acquaint itself with the available information shall not relieve it from responsibility for estimating properly the difficulty or cost of successfully performing the work. The Administration assumes no responsibility for any conclusions or interpretations made by the Contractor on the basis of the information made available by the Administration. 9. AMENDMENTS TO INVITATION FOR BIDS A. Form. Each amendment to an IFB shall be in writing and included and identified as such in the bid. B. Acknowledgements. By submitting a bid, the bidder is acknowledging receipt of all amendments to the solicitation. 10. RESIDENT BUSINESS PREFERENCE A. When awarding a Contract by competitive sealed bidding, if the State in which a nonresident firm submitting the lowest responsible bid is located gives a competitive advantage to its resident businesses, a procurement agency may give an identical competitive advantage to the Maryland firm submitting the lowest responsive and responsible bid in order to determine Contract award. B. A competitive advantage may include: 6

7 (1) A percentage preference; (2) An employee residency requirement; (3) Any other provision that favors a nonresident firm over a Maryland firm. C. This provision shall not apply if it conflicts with any Federal grant or regulation affecting this Contract. 11. BID EVALUATION AND AWARD General. The Contract is to be awarded to the responsible and responsive bidder whose bid meets the requirements as set forth in the IFB, and is the lowest cost as shown on emarylandmarketplace. Upon determination of the lowest bidder, review of the bid for responsiveness, and satisfaction that the bidder is responsible, the Administration requires the successful bidder to submit an executed copy of the Contract Affidavit (Attachment III) five (5) days after notice of intent to award. 12. MULTIPLE OR ALTERNATE BIDS Multiple or alternate proposals will not be accepted. 13. BID PROTESTS AND CLAIMS Protests and claims (or disputes) may not be filed electronically, including by any of the means specified in COMAR B(2). This provision shall not be construed as permitting or prohibiting other electronic transactions relating to this procurement. Protests and claims are governed by COMAR CERTIFICATION CONFLICT MINERALS THAT ORIGINATED IN THE DEMOCRATIC REPUBLIC OF THE CONGO OR NEIGHBORING COUNTRIES 1. (a) In this section the following words have the meanings indicated. 2. (b) (1) Conflict mineral means a mineral or mineral derivative determined under federal law to be financing human conflict. (2) Conflict mineral includes columbite-tantalite (coltan), cassiterite, gold, wolframrite, or derivatives of these minerals. (c) Noncompliant person means a person: (1) That is required to disclose under federal law information relating to conflict minerals that originated in the Democratic Republic of the Congo or its neighboring countries; and (2) For which the disclosure is not filed, is considered under federal law to be an unreliable determination, or contains false information. 7

8 3. By submitting a bid or proposal under this solicitation, the bidder or offeror agrees and certifies that it is not a noncompliant person and that it shall not become a noncompliant person during the term of this contract. 15. INVESTMENTS IN IRAN By submitting a bid or proposal in response to this solicitation, the bidder or offer certifies that the bidder or offeror: (1) is not identified on the list created by the Maryland Board of Public Works as a person engaging in investment activities in Iran as described in of the State Finance and Procurement Article, Annotated Code of Maryland, and (2) is not engaging in investment activities in Iran as described in ELECTRONIC TRANSACTIONS A. Under COMAR , unless otherwise prohibited by law, MPA may conduct procurement transactions by electronic means, including the solicitation, bidding, award, execution, and administration of a contract, as provided in the Maryland Uniform Electronic Transactions Act, Commercial Law Article, Title 21, Annotated Code of Maryland. B. Participation in the solicitation process on a procurement contract for which electronic means have been authorized shall constitute consent by the bidder/offeror to conduct by electronic means all elements of the procurement of that contract which are specifically authorized under the solicitation or the contract. C. Electronic means refers to exchanges or communications using electronic, digital, magnetic, wireless, optical, electromagnetic, or other means of electronically conducting transactions. Electronic means includes facsimile, electronic mail, internet-based communications, electronic funds transfer, specific electronic bidding platforms (e.g. emaryland Marketplace), and electronic data interchange. D. In addition to specific electronic transactions specifically authorized in other sections of this RFP (e.g., Section, Payment by Electronic Funds Transfer) and subject to the exclusions noted in this Section 1.37, the following transactions are authorized to be conducted by electronic means on the terms described: 1. The Procurement Officer may conduct this procurement using emaryland Marketplace, or facsimile to issue: (a) the solicitation (e.g. the RFP); (b) any amendments; (c) pre-proposal conference (if any) documents; (d) questions and responses; 8

9 (e) (f) (g) communications regarding the solicitation or proposal to any offeror or potential offeror including requests for clarification, explanation, or removal of elements of an offeror s proposal deemed not acceptable; notices of award selection or non-selection; and the Procurement Officer s decision on any protest or Contract claim. 2. An offeror or potential offeror may use or facsimile to: (a) ask questions regarding this solicitation; (b) reply to any material received from the Procurement Officer by electronic means that includes a Procurement Officer s request or direction to reply by or facsimile, but only on the terms specifically approved and directed by the Procurement Officer; (c) request a debriefing; or, (d) submit a No Bid Response to this solicitation. 3. The Procurement Officer, the State s Contract Manager and the contractor may conduct day-to-day contract administration, except as outlined in subsection E utilizing , facsimile or other electronic means if authorized by the Procurement Officer or Contract Manager. E. The following transactions related to this procurement and any contract awarded pursuant to it are not authorized to be conducted by electronic means: 1. submission of initial bids or proposals; 2. filing of protests; 3. filing of contract claims; 4. submission of documents determined by MPA to require original signatures (e.g. contract execution, contract modifications, etc); or 5. any transaction, submission, or communication where the Procurement Officer has specifically directed that a response from the contractor, bidder or offeror be provided in writing or hard copy. F. Any facsimile or electronic mail transmission is only authorized to the facsimile numbers or electronic mail addresses for the identified person as provided in the RPF, the Contract, or in the direction from the Procurement Officer or Contract Manager. 17. ACCESS TO WORLD TRADE CENTER The Contractor, its employees, all subcontractors, and their employees shall comply with all World Trade Center Baltimore security requirements. 9

10 SECTION II SPECIFICATIONS IT Fiber Optic Network Infrastructure Upgrade World Trade Center Baltimore, MD OVERVIEW The Maryland Port Administration (MPA) will integrate a new fiber optics run into the CCTV System backbone that is currently in place within the World Trade Center building - Baltimore, MD. The new fiber optics run will be installed to improve network infrastructure with home runs to the head end equipment for the cameras to be upgraded through the End of Life. The fiber will also provide sufficient capacity for future expansion to the extent specified in the fiber cable specifications of this Contract. The new fiber optics run is designed to supply fiber optic strands for each floor, from the basement up to the 28th floor telephone closet. This project involves the physical installation and testing of category 6 cable, fiber optic cable, and associated hardware components. DRAWINGS AND RISER DIAGRAMS WILL BE AVAILABLE PRIOR TO BID SUBMISSION, AFTER SIGNING NON-DISCLOSURE AGREEMENT. SCOPE OF WORK The work covered by this section includes the furnishing of all material, equipment and the performing of all labor to complete the Fiber Optic Network Infrastructure Upgrade for the CCTV System within the World Trade Center building as shown in drawings and/or as herein specified or directed by MPA Project Manager. The work shall include but is not limited to: 1. Provide 144 strand Unitized Tight-Buffered single mode fiber optic cable and run the fiber optic cable from the Lobby Level Computer Room through all telephone closets up to the 28th floor Telephone Closet; Provide a separate 144 strand single mode fiber optic distribution cable and run the fiber optic cable from Lobby Level Computer Room down to the Basement Telephone Closet. a. For the 144 strand running from Lobby Level Computer Room up through telephone closets to 28 th floor telephone closet, provide and account for a 10 foot service loop on each floor. Leave a 50 foot service loop on the 28 th floor telephone closet, un-terminated and coiled up neatly. b. All fiber optic cable is to be Single Mode, plenum rated. c. Cable pathways will include penetrating through fire stop and reapplying the same fire stop on to the top and bottom of the conduits. d. Existing conduits can be used for this fiber optic run or as directed by the MPA Project Manager. e. Label the exterior of the fiber optic cable specifically CCTV System Fiber Optics between floors where the cable is exposed from conduit to conduit. 2. Terminate all strands by Fusion Splicing Single Mode Fiber Optic pigtails with simplex SC polished connectors at the termination end, dust caps are to be left on the connectors not being used and/or plugged into any ports of the feed throughs on the LIU. 10

11 3. Lobby Level Computer Room This is where the head end equipment will be located. Provide and install 4RU LIU to house the fiber connections at this location. Terminate 144 strands for the fiber going from Lobby Level Computer Room up to 28 th floor Telephone Closet and terminate 144 strands for the fiber from Lobby Level Computer Room down to Basement Telephone Closet inside the 4RU LIU as well. Provide a 24 port 1RU patch panel for Category 6 cables and mount in the existing rack. Punch down the 12 ends of the Category 6 cables from Lobby Front Desk. 4. Lobby Front Desk Provide a 24 port 1RU patch panel for copper, mount to existing rack (exact location to be determined and coordinated by MPA Project Manager). Run 12 Category 6 cables from this location over to the Lobby Level Computer Room. Punch down the 12 Category 6 cables on to the 1RU patch panel at the Lobby Front Desk location. Leave a 40 foot service loop on the front desk side. 5. Basement Telephone Closet Provide and mount plywood, 8U rack and 4RU LIU. Provide and mount an additional 1RU LIU. Terminate 144 strands at this location in the 4RU LIU coming from the Lobby Level Computer Room. Provide and run a separate 12 strand fiber optic cable over to the Basement Electrical Closet. Terminate the 12 strands in the 1RU LIU. 6. Basement Electrical Closet Remove the existing mount that is holding up all of the network associated hardware components. Provide and mount plywood, 8U rack and 1RU LIU. Terminate the 12 strands coming from the Basement Telephone Closet in the 1RU LIU. Mount the old network hardware appliances into the 8U rack th Floor Remove the big cabinet that is housing the encoders and UPS. Provide and mount plywood, 8U rack and 1RU LIU. Mount the encoders and UPS on the 8U rack, UPS on the bottom of the new rack. Terminate 6 strands at this location to function as homeruns back to head end equipment. Coordinate with the MPA Project Manager to identify the exact location of the rack in this closet th Floor Telephone Closet Provide and mount plywood, 8U rack and 1RU LIU. Coordinate with the MPA Project Manager to identify the exact location of the rack in this closet. Terminate 12 strands at this location to function as homeruns back to head end equipment. Run a separate 12 strand fiber optic cable from the 14 th floor Telephone Closet down through the 13 th floor Telephone Closet and continuing over to the Computer Room in suite 1324 of the 13 th floor. Terminate the 12 strands on each end. All 24 ports on the 1RU LIU of 14 th floor will be utilized and have a connector/strand plugged into each port - 12 as homeruns, 12 as the separate fiber optic cable to Suite 1324 computer room. Provide a 1RU LIU in the existing standing rack in Suite 1324 Computer Room and terminate the 12 strands as well. Provide a 24 port patch panel for cat 6 in the 14 th floor 8U rack. Provide and run 6 category 6 cables to Suite Provide and run 6 category 6 cables to Suite Both runs to be punched down on the patch panel at the closet end and terminated to wall jacks in the suite end - Locations in both Suites to be determined by MPA Project Manager. 9. Coordinate with the MPA Project Manger to remove all the old/decommissioned copper cables, racks and components, and deliver to the MPA. 10. Provide warranty as specified in warranty section. 11

12 11. All fiber optic strands are to be labeled from a point to point type of identification scheme on the front of the LIU s (both 4RU LIU and 1RU LIU). 12. All copper cables are to be labeled from a point to point type of identification scheme on back side of the patch panels, labels placed around each category 6 cable. Each cable is to be punched down to the exact corresponding port on the other end. TECHNICAL REQUIREMENTS 1. Minimum Contractor Qualification a. Contractor shall have a minimum of 5 years experience installing and maintaining Local Area Network (LAN) systems wired via Fiber Optic or Category 6 cable, (or substantially equivalent minimum qualification in MPA s exclusive judgment), with the knowledge of: i. Fusion Splicing Connectors for Single Mode Fiber Optic Cable. ii. Running indoor Single Mode Fiber Optic Cable. iii. Installing and mounting LIU panels of various sizes. iv. Raceways/Pathways for cable via conduit. v. Terminating, testing and certifying Single Mode Fiber Optic and Category 6 cable. 2. Minimum Contractor s Technician Qualification a. The contractor s technician(s) performing the work shall have a minimum of 2 years verifiable experience of installing and maintaining LAN systems wired via fiber optic cable, (or substantially equivalent minimum qualification in MPA s exclusive judgment), with the knowledge of: i. Terminating Single Mode Fiber Optic Cable by Fusion Splicing pig tails with SC connectors. ii. Installing rack mounted LIU s and the functionality of LIU s. iii. Installing rack mounted patch panels for copper and the functionality of patch panels. iv. Terminating category 6 cable onto patch panels. v. Fire stopping conduits. vi. Testing and certifying Single Mode Fiber Optic Cable for continuity and end-toend insertion loss. vii. Physical installations of Fiber Optic Cable via conduit and the importance of protecting the cable. 12

13 QUALITY ASSURANCE 3. Compliance requirements: a. Comply with the latest edition of NFPA 70. b. Comply with the latest edition of Telecommunications Industry Association and Electronic Industry Alliance (TIA/EIA) unless directed otherwise. c. Comply with the latest edition of Building Industry Consulting Services International (BICSI) unless directed otherwise. d. Comply with TIA/EIA 568 B.3 for latest Fiber Optic Cable Performance Standards, Connectors and Connecting Hardware, Connector Loss and Splices. e. Comply with ITU Spec G.652 for standards of OS1/OS2 Single Mode Fiber Optic Cable. f. The fiber optic cable must comply with Nation Electrical Code Article 770. The contractor will follow all the compliance requirements stated above and as applicable to the WTC building. The specification provided must meet or exceed the compliance requirement. QUALITY CONTROL 1. All the fiber fusion splices will be terminated at the LIU s mounted within the designated racks. 2. All Category 6 terminations will be punched down onto the patch panels mounted within the designated racks. 3. Test and certify the copper and fiber optic cable connections we have determined from each of the termination points. a. Testing Fiber Optic Cable Test for continuity and end to end insertion loss. b. Provide fiber and category 6 test results, both hard copy and electronic copy to MPA prior to final acceptance. c. All cable test results must be passing. d. Failed cable test results will not be accepted. 2. MPA Project Manager will perform final walk through for approval of quality of work regarding all deliverables agreed upon within this contract. 3. The fiber optic cable must be secured onto the tray of the LIU s of some way. Zip Ties preferred. 4. Contractor shall perform Quality Control measures throughout the project to ensure the quality of the work and deliverables. 5. Cable management measures must be performed throughout every aspect of the cable runs by either using zip ties or Velcro. 13

14 MINIMUM EQUIPMENT SPECIFICATION The contractor shall meet or exceed the specification for: 1. 1RU LIU s a. Must have front mounted jumper management. b. Must be capable of accommodating a 24 slot panel for SC connections. c. Must be stackable. d. Provide the couplers/feedthroughs for SC connections, dust caps must be on the other end to prevent dust/debris from entering the other side where jumper cables will connect on front of LIU. e. Label the actual strands that are being used on the front of the LIU according to which location to which location type of nomenclature. f. Must have sliding shelves with some kind of fiber management within the shelves and be rack mountable. 2. 4RU LIU a. Must have front mounted jumper management. b. Must be stackable. c. Must be rack mountable. d. Provide couplers/feedthroughs for SC connections. 3. Single Mode Fiber Optic Cable a. Only 12 and 144 strand fiber optic cables approved within this project. b. Do not install bruised, kinked, scored or deformed cable. c. Must be Plenum rated 4. BACKBOARDS a. PLYWOOD, ¾ 48 X 96 INCHES FIRE RETARDANT TREATED 5. Wall Mounted Rack a. 8U racks must accommodate standard sized appliances. 6. Patch Panels a. Must be 24 ports, ability to accommodate category 5 or category 6 cables. b. Size must have bracket frame, must be 1 RU vertically mounted and compatible with 568A/B standards. c. Must be mounted onto the racks clarified within this project. d. Must have front mounted jumper management and front labels. 14

15 SUBMITTALS Submittals are to be provided to MPA prior to any installations related to this project unless otherwise stated for each type of document and specification. 1. Product Data: For the equipment, type of fiber optic cabling, category 6 cabling, rack components and hardware to include manufacturer s name, model, data sheets and ratings are to be submitted to MPA for final approval. 2. Shop Drawings: a. Provide pulling plan prior to installation of cable and rack mounted components including hardware and equipment. b. Provide rack elevations detail of where you are going to mount the LIU of each floor within the racks. c. Provide riser diagrams of both copper and the fiber optic cables, showing the layout and design for end to end termination points. 3. Identification Scheme: Fiber Optic and copper cabling labeling scheme is to be submitted to MPA for final approval. 4. Testing and Acceptance Plan: Indicate testing methods, testing device calibration, and interpretations of test results for field acceptance tests. Submit to MPA Project Manager for review and approval for the testing plan. Deliver the test plan at least 14 days prior to the scheduled start of the first test. The test plan shall detail the objectives of continuity and end-to-end insertion loss tests. The test shall clearly demonstrate that the system and its components fully comply with the requirements specified herein. 5. The final test results of both category 6 and Fiber Optic Cable are to be submitted to MPA Project Manager after all installations related to this project have been completed, both soft copy and hard copy. 6. As-Builts: Contractor shall provide as-builts and master drawings and related documents upon completion of the project including operation and maintenance manuals for any new/updated equipment or systems. The Contractor shall provide three (3) copies of both as-builts and master drawings and related documents in full size hard copy (bond paper) and electronic files (original design files and PDF files) on CD or DVD. Final payment shall be withheld until all required documents are delivered and accepted by the Administration. 7. As-Built drawings and related documents must show the specific installation of the new system(s) including modifications made during construction or changes made to a pre-existing system. These drawings and related documents will identify all modifications made to a pre-designed or preexisting system with tags and clouds to mark the specific changes. The date as-built modifications were submitted shall be marked on the as-built documents. Neat, clean and undamaged hand drawn red line markups on hard copy as-bid drawings and related documents scanned to CD or DVD are acceptable as-built submittals. Master drawings and related documents are new or updated documents that show the entire installed system without as-built markings or revisions of any kind. The master drawings and related documents are a clean set of drawings and related documents that 15

16 show the entire installed system at the time work is complete and accepted by the Administration. New bond paper prints (stapled or bound in sets) and electronic files on CD or DVD are acceptable master drawings and related documents. 8. As-Built and Master drawings and related documents shall include, but are not limited to: a. Points or Device Lists fully identified, described and cross referenced with the drawings. b. Riser Diagrams c. Floors plans, site plans, layout plans as applicable to The World Trade Center d. O & M Manuals for new equipment or systems. WARRANTY Contractor shall provide a 3 year warranty on all labor, materials and workmanship covered in this scope of work. The contractor shall provide 15 years a manufacturer s warranty for fiber optic and category 6 cable. INSURANCE The requiring of any and all insurance as set forth in these specifications, or elsewhere, shall be in addition to and not in any way in substitution for all the other protection provided under the Contract Documents. No acceptance and/or approval of any insurance by the Maryland Port Administration shall be construed as relieving or excusing the contractor, or the Surety of his Bonds, from any liability or obligation imposed upon either or both of them by the provisions of the Contract Documents. The Contractor shall at all times during the term of this Contract, and until it has received Notice of Final Acceptance by the Maryland Port Administration, or the Engineer, maintain in full force and effect the polices of insurance required by this Section. The Contractor shall provide the Maryland Port Administration with evidence that the required insurance has been obtained. The Contractor shall name the Maryland Port Administration, MDOT and the State of Maryland as additional insureds on each of the policies (except Workers Compensation). The commercial general liability additional insured endorsement should include on-going operations and completed operations coverage for the additional insured and a copy should be attached to the certificate of insurance. The Contractor shall provide certificates of insurance or other evidence that it has complied with this provision before commencement of work under this contract. Certificates shall indicate effective dates and dates of expiration of policies. However, the Contractor, if requested by the Maryland Port Administration, shall provide certified true copies of any and all of the policies of insurance to the Maryland Port Administration. The Contractor shall not commence work under this contract until all the insurance required under this section has been obtained and approved by the Maryland Port Administration, nor shall the Contractor allow any Subcontractor to commence work on his subcontract until the insurance required of the Subcontractor has been so obtained and approved. Contractors of every tier should waive (and require their insurers to waive by endorsement) subrogation rights against the State for losses and damages incurred under the insurance policies required by the agreement. All contractors insurance should be primary and no contributions shall be permitted from any insurance or self-insurance maintained by the MPA, MDOT, or the State of Maryland. 16

17 The Insurance Certificate mentioned hereinabove must be received by the MPA Office of Procurement within ten (10) days of the date of the notice of award. In the event, the Insurance Certificate is not received within ten (10) days after the date of the notice of award, or if such certificate is insufficient respecting the limits and scope specified herein, then the MPA Office of Procurement reserves the right to cancel the notice of award because of breach of contract and award the contract to the next higher responsive and responsible bidder. Time is of the essence. All insurance policies required by this Section, or elsewhere in the Contract Documents, shall be so endorsed as to provide that the insurance carrier will be responsible for giving immediate and positive notice to the Maryland Port Administration in the event of cancellation or material modification of the insurance policy by either the insurance carrier or the Contractor, at least sixty (60) days prior to any such cancellation or modification. A copy of the endorsement for each insurance policy shall be submitted to and approved by the Maryland Port Administration before any work under this contract commences. The Contractor shall purchase and maintain during the life of this contract: 1. Workers' Compensation insurance as required by the laws for the State of Maryland, which shall include Employer's Liability coverage with a minimum limit of $500,000 each accident $500,000 disease policy limit, and $500,000 disease each employee; and 2. Commercial general liability insurance with limits not less than 2,000,000 each occurrence limit for bodily injury/property damage,$4,000,000 general aggregate limit per project, $300,000 for Fire Legal Liability, and $10,000 medical payments to others. The commercial general liability coverage should include blanket contractual liability covering indemnity obligations. Policy shall include a comprehensive broad form endorsement covering: a) all premises-operations, b) products/completed operations, c) independent Contractors, d) liability assumed by oral or written contract or agreement, including this contract, e) additional interests of employees, f) notice of occurrence, g) knowledge of occurrence by specified official, h) unintentional errors and omissions, i) incidental (contingent) medical malpractice, j) extended definition of bodily injury, k) personal and advertising injury coverage (hazards A and B) with no exclusions for liability assumed contractually or injury sustained by employees of Contractor, l) broad form coverage for damage to property of the Maryland Port Administration, as well as other third parties resulting from completion of the Contractor's services; and 3. Automobile liability insurance covering use of any motor vehicle to be used in conjunction with this contract, including owned, hired and non-owned automobiles with limits not less than $1,000,000 combined single limit. Umbrella Liability Insurance. Contractor shall also purchase and maintain an occurrence "umbrella" form of excess liability insurance containing coverage no less restrictive than that required in the underlying policies specified above. The 17

18 required primary insurance shall be listed as underlying coverage in the first layer umbrella policy. The umbrella policies shall contain a minimum each occurrence limit and aggregate limit of $5,000,000. It is the sole responsibility of the Contractor to see that any and all of its Subcontractors or their Subcontractors carry insurance required herein to the extent Contractor wishes to impose on its Subcontractor such liability insurance. Automobile liability insurance required herein shall be provided by each Subcontractor. The Contractor shall be held responsible for compliance and enforcement of the Maryland Port Administration's insurance requirements and its own requirements and for any modifications or waivers of these insurance requirements as they apply to Subcontractors. The Maryland Port Administration shall have the right to require that the limits of liability set forth in the above Paragraphs hereof be raised if in its sole judgment economic or insurance market conditions warrant. If additional costs are incurred because of raised limits, the pre-approved additional cost shall be added to the Contract Sum. Without limitation of any other provisions of this Contract, if (a) the Contractor's agreement herein to insure or to name as an additional insured the Maryland Port Administration, MDOT and State of Maryland with respect to contractual liability assumed by the Contractor under the terms of the Contract Documents or otherwise, or (b) any Contract of insurance between the Contractor or any Subcontractor and its insurance company, shall to any extent be or be determined to be void or unenforceable, it is the intention of the parties that such circumstances shall not otherwise affect the validity or enforceability of Contractor's agreements and obligations under the Contract Documents nor the validity or enforceability of such contract of insurance, each of which shall be enforced to the fullest extent permitted by law. Insurance certificates acceptable to the Maryland Port Administration evidencing the above coverage are to be furnished the Maryland Port Administration by Contractor and Subcontractor's insurance company at the time technical proposal is submitted. Such certificates and all insurance policies required by these special provisions shall contain provisions requiring at least 60 days prior written notice to the Maryland Port Administration of any cancellations of or material change in the policies. Certificates shall indicate effective dates and dates of expiration of policies An additional certificate evidencing continuation of all insurance coverage required to remain in force after final payment shall be submitted with the application for project completion, and neither final payment nor any remaining retained percentage under this Contract shall be due until such certificate has been submitted to the Maryland Port Administration. The furnishing of evidence of insurance by certificate or policy copy that is not in conformance with the requirements shall not constitute a waiver of or amendment to, the aforementioned requirements. Any modification or waiver of the requirements must be provided by the Maryland Port Administration in writing to the Contractor and agreed to by signature of any authorized Officer of the Contractor 18

NOTICE TO BIDDERS. Notice is hereby given that the City of Livermore invites sealed proposals for CAMPUS NETWORK AND LOCAL AREA NETWORK CABLING.

NOTICE TO BIDDERS. Notice is hereby given that the City of Livermore invites sealed proposals for CAMPUS NETWORK AND LOCAL AREA NETWORK CABLING. NOTICE TO BIDDERS Notice is hereby given that the City of Livermore invites sealed proposals for CAMPUS NETWORK AND LOCAL AREA NETWORK CABLING. Each proposal shall be in accordance with the conditions

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

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

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL CITY OF GAINESVILLE REQUEST FOR PROPOSAL PROPOSAL No. 18024 Cameras-Lakeside Plant (Per Attached Specifications) Proposal Release: March 9, 2018 Proposal Questions Deadline: Proposal Due Date: March 23,

More information

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1 TELEPHONE: 620/694-1970 OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO. 15-149 ADDENDUM NO. 1 July 22, 2015 TO ALL PROSPECTIVE BIDDERS: The Bid Documents for the Bid 15-149, are hereby amended

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

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

More information

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION PARTNERS 13-107 PROJECT IDENTIFICATION 000000-1 PROJECT IDENTIFICATION PROJECT: CITY OF NEW BALTIMORE DPS BUILDING ADDITION OWNER: CITY OF NEW BALTIMORE 36535 Green Street New Baltimore, MI 48047 ARCHITECT:

More information

Holt Public School District 5780 W. Holt Rd Holt MI

Holt Public School District 5780 W. Holt Rd Holt MI Holt Public School District 5780 W. Holt Rd Holt MI 48842-1197 1.1 is requesting bids to replace their existing Cisco VoIP and integrated voice messaging system with an updated Cisco solution including

More information

REQUEST FOR PROPOSAL UNDERGROUND FIBER OPTIC CABLE INSTALLATION PART I GENERAL

REQUEST FOR PROPOSAL UNDERGROUND FIBER OPTIC CABLE INSTALLATION PART I GENERAL REQUEST FOR PROPOSAL UNDERGROUND FIBER OPTIC CABLE INSTALLATION PART I GENERAL PURPOSE: The City of Niceville, herein after City, seeks to enter into an agreement with a qualified Individual, Firm or Corporation,

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

Response Deadline: May 16th, 2016 MANDATORY WALKTHROUGH May 3rd at 10AM

Response Deadline: May 16th, 2016 MANDATORY WALKTHROUGH May 3rd at 10AM HUNTINGDON AREA SCHOOL DISTRICT REQUEST FOR PROPOSAL High School Camera Issue Date: April 18th, 2016 Response Deadline: May 16th, 2016 MANDATORY WALKTHROUGH May 3rd at 10AM 1.0 INTRODUCTION The Huntingdon

More information

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

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

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS

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

CITY OF ROMULUS CHAPTER 39: PURCHASING

CITY OF ROMULUS CHAPTER 39: PURCHASING CITY OF ROMULUS CHAPTER 39: PURCHASING CITY OF ROMULUS ORDINANCE NO. AN ORDINANCE TO AMEND PORTIONS OF CHAPTER 39 AND TO ADD ADDITIONAL SECTIONS TO CHAPTER 39 OF THE PURCHASING ORDINANCE OF THE CITY OF

More information

WEXFORD COUNTY REQUEST FOR PROPOSALS

WEXFORD COUNTY REQUEST FOR PROPOSALS WEXFORD COUNTY REQUEST FOR PROPOSALS Central Dispatch 911 Center Architectural Services ISSUED BY: WEXFORD COUNTY BOARD OF COMMISSIONERS Date: September 28, 2018 Project Representative: Elaine Richardson

More information

Cheyenne Wyoming RFP-17229

Cheyenne Wyoming RFP-17229 L A R A M I E COUNTY COMMUNITY COLLEGE Cheyenne Wyoming Request for Proposals (RFP) t o provide Contract Services t o Comp lete t h e Boiler Plant Burner Replacement RFP-17229 Solicited by: Department

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

Request for Bid/Proposal

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

More information

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation This is a form agreement for discussion purposes only. It does not constitute a binding offer or contract of Drexel University until all of the terms have been approved and this agreement is executed by

More information

REQUEST FOR PROPOSALS SECURITY SYSTEMS INTEGRATOR ACCESS CONTROL

REQUEST FOR PROPOSALS SECURITY SYSTEMS INTEGRATOR ACCESS CONTROL REQUEST FOR PROPOSALS March 17, 2017 SECURITY SYSTEMS INTEGRATOR ACCESS CONTROL MANDATORY PRE PROPOSAL CONFERENCE 3:00 PM, Monday, April 17, 2017 PROPOSAL SUBMISSION DEADLINE 3:00 PM, Monday, May 8, 2017

More information

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT SPECIFICATIONS AND BID FORMS FOR WESTON SCHOOL DISTRICT BOILER CLEANING MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883. BID: # 17-002BOE_

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

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

Contract Services for Data and Telephone Communications Work

Contract Services for Data and Telephone Communications Work Contract Services for Data and Telephone Communications Work The Colorado School of Mines, hereinafter referred to as CSM, is soliciting proposals for contract work on installation, repair, and maintenance

More information

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT SPECIFICATIONS AND BID FORMS FOR WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883. BID: #15-013 BOE Due on

More information

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85. Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,

More information

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,

More information

JKL Bahweting School. Request for Proposal. Network and Low Voltage Wiring

JKL Bahweting School. Request for Proposal. Network and Low Voltage Wiring JKL Bahweting School Request for Proposal Network and Low Voltage Wiring RFP # 20151105.3 Theresa Kallstrom School Superintendent Date: November 5, 2015 Prepared by: Matt Patzwald Technology Specialist

More information

Snow Removal Services Request for Proposals December 1, April 30, 2019

Snow Removal Services Request for Proposals December 1, April 30, 2019 Township of Warminster Snow Removal Services Request for Proposals December 1, 2017- April 30, 2019 Sealed proposals will be received by Warminster Township at the Township Administrative Offices at 401

More information

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660 CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile

More information

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT INVITATION TO BID Contractor Services Associated with: WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN

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

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD. SPECIFICATIONS AND BID FORMS FOR INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883 BID: #16-007- BOE Due on

More information

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

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

More information

REQUEST FOR PROPOSAL TRUCK SCALE REPLACEMENT PROJECT OVERVIEW PRE-PROPOSAL MEETING TIME AND DATE: 10:00AM, JULY 11, 2018

REQUEST FOR PROPOSAL TRUCK SCALE REPLACEMENT PROJECT OVERVIEW PRE-PROPOSAL MEETING TIME AND DATE: 10:00AM, JULY 11, 2018 REQUEST FOR PROPOSAL TRUCK SCALE REPLACEMENT PROJECT OVERVIEW REQUEST FOR PROPOSAL (RFP) NOTICE DATE: JUNE 20, 2018 PRE-PROPOSAL MEETING TIME AND DATE: 10:00AM, JULY 11, 2018 RFP OPENING TIME AND DATE:

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

LOCAL AREA NETWORK (LAN) HARDWARE UPGRADE FOR OAKLAND UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS (RFP) NO /

LOCAL AREA NETWORK (LAN) HARDWARE UPGRADE FOR OAKLAND UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS (RFP) NO / LOCAL AREA NETWORK (LAN) HARDWARE UPGRADE FOR OAKLAND UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS (RFP) NO. 14 15/03 2014 15 1.0 OVERVIEW The Oakland Unified School District (OUSD) is seeking to upgrade

More information

REQUEST FOR QUALIFICATIONS/PROPOSALS CHESAPEAKE COLLEGE (RFQ/RFP) INSURANCE BROKER SERVICES FOR PROPERTY AND CASUALTY PROGRAM

REQUEST FOR QUALIFICATIONS/PROPOSALS CHESAPEAKE COLLEGE (RFQ/RFP) INSURANCE BROKER SERVICES FOR PROPERTY AND CASUALTY PROGRAM REQUEST FOR QUALIFICATIONS/PROPOSALS CHESAPEAKE COLLEGE (RFQ/RFP) INSURANCE BROKER SERVICES FOR PROPERTY AND CASUALTY PROGRAM Submit Sealed Proposals/Qualifications To: Karen Smith Director of Budget and

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

Insurance Requirements. The Bidder shall be required to procure, at its sole cost and expense, all insurance required by this Attachment.

Insurance Requirements. The Bidder shall be required to procure, at its sole cost and expense, all insurance required by this Attachment. GROUP 31503 BITUMINOUS CONCRETE HOT MIX ASPHALT VPP PAGE 1 of 7 Insurance Requirements The Bidder shall be required to procure, at its sole cost and expense, all insurance required by this Attachment.

More information

West Hartford Housing Authority Request for Proposals (RFP) HQS Services

West Hartford Housing Authority Request for Proposals (RFP) HQS Services I. INTRODUCTION The West Hartford Housing Authority (WHHA) is seeking proposals from qualified Housing Quality Standard inspection firms (Proposers) to perform HQS inspections of its Housing Choice Vouchers

More information

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897 The Town of Wilton 238 Danbury Rd Wilton, CT 06897 The Town of Wilton is requesting sealed proposals for the provision of a new potable water supply to Fire House #2 located at 707 Ridgefield Rd, Wilton,

More information

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and

More information

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207) Page 1 of 9 Bid #10-18 Sealed bids for purchase of a replacement Sound System for the South Portland High School Auditorium, for the City of South Portland, Maine, as specified below, in the Specifications

More information

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties. SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office

More information

MASTER SUBCONTRACT AGREEMENT

MASTER SUBCONTRACT AGREEMENT MASTER SUBCONTRACT AGREEMENT This Master Subcontract Agreement ( Subcontract ), made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter

More information

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name: INVITATION FOR BID Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit Company Name: IFB No. IFB-CL-1909 Date of Issue: October 12, 2018 Bid Due Date: October

More information

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

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

More information

Any questions regarding this RFP should be ed to John Peters

Any questions regarding this RFP should be  ed to John Peters NORTH COUNTRY SUPERVISORY UNION REQUEST FOR PROPOSALS Installation of Fiber Optic Backbone Cable Proposals must be received no later than 3:00pm June 17, 2015 North Country Supervisory Union Attn: John

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

CAPITOL REGION PURCHASING COUNCIL REQUEST FOR PROPOSAL (RFP) FOR E-PROCUREMENT SYSTEM. Issue Date: January 14, 2019

CAPITOL REGION PURCHASING COUNCIL REQUEST FOR PROPOSAL (RFP) FOR E-PROCUREMENT SYSTEM. Issue Date: January 14, 2019 CAPITOL REGION PURCHASING COUNCIL REQUEST FOR PROPOSAL (RFP) FOR E-PROCUREMENT SYSTEM Issue Date: January 14, 2019 Deadline for Questions: January 30, 2019 Response Date/Time: February 20, 2019 (2:00 p.m.

More information

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion Page 1 of 11 Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion The Town of Wilton (the Town) will receive sealed qualifications

More information

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

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

More information

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

Network Cabling Upgrade/Renovation. Request for Proposal

Network Cabling Upgrade/Renovation. Request for Proposal Network Cabling Upgrade/Renovation Request for Proposal Contents 1 Administrative Overview... 4 1.1 Objectives... 4 1.2 Communication... 4 1.3 Schedule of RFP Activities... 4 1.4 Questions Regarding this

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us RFP P18-03 ADDITIONAL WIDE AREA NETWORK (WAN) February

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 Data Network Cabling

Request for Proposal Data Network Cabling Request for Proposal Data Network Cabling Vernon Public Schools, Connecticut BID # VPS-FY16-004 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov Proposals Due: Thursday,

More information

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 SANDY CITY 10000 CENTENNIAL PARKWAY SANDY, UTAH 84070 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 INVITATION FOR BID: This is a formal solicitation of sealed bids which will

More information

STATE OF MARYLAND JUDICIARY Administrative Office of the Courts REQUEST FOR PROPOSALS (RFP) Project Name: 2018 Pretrial Conference Project #7530

STATE OF MARYLAND JUDICIARY Administrative Office of the Courts REQUEST FOR PROPOSALS (RFP) Project Name: 2018 Pretrial Conference Project #7530 STATE OF MARYLAND JUDICIARY Administrative Office of the Courts REQUEST FOR PROPOSALS (RFP) Project Name: 2018 Pretrial Conference Project #7530 This procurement is being conducted as a Small Procurement

More information

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES The City of Manchester (City) is requesting Competitive Sealed Proposals from qualified firms interested in contracting with the City

More information

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES DATE: April 8, 2016 PROPOSAL: Q16-131 The Town of Chapel Hill Business Management

More information

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building City of Forest Park Request for Proposals s 5977 Lake Dr. Community Building Mandatory Pre-Proposal Conference May 12, 2014 at 10:00 am Bid Deadline May 19, 2014 at 2:00 pm Purpose: The City of Forest

More information

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES The Fayette County School District (FCSD) desires to retain the services of a professional Construction

More information

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

Union County. Invitation for Bid # Agricultural Center Ceiling Replacement

Union County. Invitation for Bid # Agricultural Center Ceiling Replacement Union County Invitation for Bid # 2015-026 Agricultural Center Ceiling Replacement Due Date: February 5, 2015 Time: 2:00pm Receipt Location: Government Center, 500 N. Main Street, Administrative Services,

More information

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

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

More information

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

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL REQUEST FOR SEALED BID PROPOSAL OWNER: SAGINAW CHARTER TOWNSHIP PROJECT: OXIDATION DITCH VFD Bids will be received by Saginaw Charter Township at the Wastewater Treatment Plant, located at 5790 W. Michigan

More information

Request for Proposal

Request for Proposal TO: Clare Computer Systems Facility & Relocation Management Services 3170 Crow Canyon Place, Suite 210 San Ramon, CA 94583 925.242.4350 925.242.4355 Request for Proposal Computer Services and Structured

More information

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

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

More information

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

COUNTY OF MONROE, MICHIGAN REQUEST FOR PROPOSALS FIRE ALARM SYSTEM REPLACEMENT FAIRVIEW COUNTY HOME. MONROE, MICHIGAN 48161

COUNTY OF MONROE, MICHIGAN REQUEST FOR PROPOSALS FIRE ALARM SYSTEM REPLACEMENT FAIRVIEW COUNTY HOME. MONROE, MICHIGAN 48161 COUNTY OF MONROE, MICHIGAN REQUEST FOR PROPOSALS FIRE ALARM SYSTEM REPLACEMENT FAIRVIEW COUNTY HOME. MONROE, MICHIGAN 48161 PROPOSALS ISSUED TO CONTRACTORS: JANUARY 26, 2017 PROPOSALS DUE: THURSDAY, FEBRUARY

More information

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition)

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition) THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition) Standard Form of Contract Between Construction Manager and Contractor (Construction Manager At-Risk) This document

More information

SECURITY CAMERAS PURCHASE AND INSTALLATION BID: # BOE

SECURITY CAMERAS PURCHASE AND INSTALLATION BID: # BOE SPECIFICATIONS AND BID FORMS FOR SECURITY CAMERAS PURCHASE AND INSTALLATION BID: #15-005- BOE Due on or before 11:00 A.M. ON THURSDAY, APRIL 30, 2015 at the: OFFICE OF THE PURCHASING COORDINATOR CENTRAL

More information

Request for Proposal (RFP) For Plat book Printing

Request for Proposal (RFP) For Plat book Printing Request for Proposal (RFP) For Plat book Printing Posting Date: May 23, 2012 Response Deadline: June 8, 2012 4:00 p.m. Central Standard Time (CST) To: John Lefebvre Marinette County Land Information Director

More information

Replace Chiller System RFP 2018 Q&A

Replace Chiller System RFP 2018 Q&A Replace Chiller System RFP 2018 Q&A The Pre-Bid Meeting was held on November 6, 2018. The Pre-Bid Meeting Agenda is attached. The following are the questions received at the pre-bid meeting and via email.

More information

A single controller is located at North Shore Middle School that services two schools with a 100 user license

A single controller is located at North Shore Middle School that services two schools with a 100 user license Hartland/Lakeside School District 800 E. North Shore Drive Hartland, WI 53029 RFP # 101 Switches, Core Switch, Access Points, and Cabling The Hartland Lakeside School District is seeking a request for

More information

Request for Proposal For Design Engineering Services. Northwest Lansing Relief Sewer Project

Request for Proposal For Design Engineering Services. Northwest Lansing Relief Sewer Project Request for Proposal For Design Engineering Services City of Lansing, Kansas Wastewater Utility Department 800 First Terrace Lansing, Kansas 66043 February 14, 2018 Page 1 of 14 A. INTRODUCTION The City

More information

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3. REQUEST FOR PROPOSALS To Provide Armored Car Services Notice is hereby given that sealed proposals will be received at the Finance Department, until May 9, 2013 at 2:00 p.m., local time to provide Armored

More information

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT INVITATION TO BID Contractor Services Associated with: WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN RESERVES

More information

CCIP ADDENDUM. Blasting or any blasting operations;

CCIP ADDENDUM. Blasting or any blasting operations; CCIP ADDENDUM 1. Overview. The Contractor has arranged with Aon Risk Services South, Inc., (the CCIP Administrator ) to be insured under its Contractor Controlled Insurance Program ( CCIP ). The CCIP is

More information

TOWN OF MOUNTAIN VILLAGE COLORADO CABLE AND BROADBAND DEPARTMENT INVITATION FOR BID Equipment Procurement for FTTP Project

TOWN OF MOUNTAIN VILLAGE COLORADO CABLE AND BROADBAND DEPARTMENT INVITATION FOR BID Equipment Procurement for FTTP Project TOWN OF MOUNTAIN VILLAGE COLORADO CABLE AND BROADBAND DEPARTMENT INVITATION FOR BID Equipment Procurement for FTTP Project IMPORTANT DATES: Date Issued: January 25,2019 Questions Deadline: February 8,

More information

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

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

More information

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520) REQUEST FOR PROPOSALS Energy Performance Contracting Services INTRODUCTION The City of Coolidge will accept competitive sealed proposals for energy performance contracting services at the address or physical

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

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL PROJECT: Carver Fiber Optics RFP #13-0016 PREPARED: June 4, 2013 DEPARTMENT OF PROCUREMENT THE SOUTHERN BAPTIST THEOLOGICAL SEMINARY 2825 LEXINGTON ROAD LOUISVILLE, KY 40280 (502)

More information

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

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

More information

RICE UNIVERSITY SHORT FORM CONTRACT

RICE UNIVERSITY SHORT FORM CONTRACT RICE UNIVERSITY SHORT FORM CONTRACT This Rice University Short Form Contract (this Contract ) is entered into by and between WILLIAM MARSH RICE UNIVERSITY, a Texas non-profit corporation (the University

More information

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building City of Forest Park Request for Proposals Automatic Fire Sprinkler System - Community Building Mandatory Pre-Bid Conference March 4, 2014 at 1:30 pm Bid Deadline March 14, 2014 at 2:00 pm Purpose: The

More information

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas REQUEST FOR PROPOSAL CONCESSION OPERATIONS for The City of Sherman, Texas Prepared By: City of Sherman Finance Department 405 N. Rusk St. P.O. Box 1106 Sherman, Texas 75091-1106 Craig Long Budget Analyst

More information

AIA Document A101 TM 2007

AIA Document A101 TM 2007 AIA Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month

More information

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP REQUEST FOR PROPOSALS FOR PROFESSIONAL CONSULTING SERVICES RFP 252018 Town of Scarborough P.O. Box 360 259 U.S. Route One Scarborough, Maine 04070-0360 Released on April 12, 2018 Proposals Due on May 7,

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

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

More information

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES 1. All prospective Contractors must; be State of Connecticut licensed for this work; demonstrate a minimum of 5 years

More information

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

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

More information

DESIGN PROFESSIONAL SERVICES (Type) MASTER CONTRACT CONTRACT NO.

DESIGN PROFESSIONAL SERVICES (Type) MASTER CONTRACT CONTRACT NO. MARICOPA COUNTY SPECIAL HEALTHCARE DISTRICT dba MARICOPA INTEGRATED HEALTH SYSTEM Contracts Department 2611 East Pierce Street, 2nd Floor Phoenix, Arizona 85008-6092 Phone: 602-344-1403 DESIGN PROFESSIONAL

More information