REQUEST FOR PROPOSAL T1/PRI LOCAL SERVICE

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL T1/PRI LOCAL SERVICE"

Transcription

1 REQUEST FOR PROPOSAL T1/PRI LOCAL SERVICE ST. CLOUD STATE UNIVERSITY TH AVENUE SOUTH ST. CLOUD, MN

2 ST. CLOUD STATE UNIVERSITY REQUEST FOR PROPOSAL Local Service TABLE OF CONTENTS ADVERTISTMENT FOR PROPOSALS...4 SECTION I GENERAL INFORMATION PURPOSE VENDOR QUESTIONS AND DATES RFP RESPONSE AND AFFIDAVIT RFP RESPONSE FORMAT RESPONSE EVALUATION... 6 SECTION II TERMS AND CONDITIONS CONTRACT NUMBER OF VENDORS APPLICABLE LAW PARTIES TO THE CONTRACT CONTRACT COMMENCEMENT AND TERM PRICING NON-DISCRIMINATION STATE AUDITS AFFIRMATIVE ACTION LICENSES AMENDMENTS CONTRACT TERMINATION LAWS TO BE OBSERVED REIMBURSEMENT OF COSTS VENDOR SELECTION DISPOSITION OF RESPONSES TARGETED/ECONOMICALLY DISADVANTAGED BUSINESS & INDIVIDUALS INSURANCE CONTRACT ASSIGNMENT INSTALLATION INDEPENDENT CONTRACTORS PREVAILING WAGE RATE SAFETY ACCEPTANCE UTILITY CLEARANCES CONTRACT LIAISON SECTION III SPECIFICATIONS AND REQUIREMENTS LOCAL SERVICE REQUIREMENTS SERVICE CONFIGURATION USE OF EXISTING NUMBERS SERVICE LOCATION /E PROBLEM MANAGEMENT AND SUPPORT (M) IMPLEMENTATION SCHEDULE AND PROJECT PLAN CLIENT REFERENCES AND SITE VISITS EQUIPMENT SPECIFICATIONS, SPACE AND ENVIRONMENTAL REQUIREMENTS INFORMATION SECTION IV COSTS COSTS (M) ONE TIME COST

3 ATTACHMENTS AFFIRMATIVE ACTION COMPLIANCE AFFIDAVIT OF NON-COLLUSION PROPOSAL OFFERING FORM 3

4 ST. CLOUD STATE UNIVERSITY REQUEST FOR PROPOSAL Local Service ADVERTISEMENT FOR PROPOSALS Notice is hereby given that Offers will be received by the Director of Purchasing, St. Cloud State University, until 3:00 P.M. on 6/11/2013 for the purpose of local service, according to the specifications on file at: St. Cloud State University Business Services Administrative Services Fourth Avenue South St. Cloud, Minnesota Specifications and Request for Proposal forms may be obtained from under News & Announcements. Offers are to be submitted in a sealed envelope addressed to the Director of Purchasing at the above address and clearly marked "RESPONSE TO ST. CLOUD STATE UNIVERSITY LOCAL SERVICE RFP" St. Cloud State University reserves the right to reject any and all Offers and to waive any informalities contained in such Offers. Dated at St. Cloud, Minnesota, this May 21, Lisa Sparks Director of Purchasing 4

5 1.0 Purpose SECTION I GENERAL INFORMATION St. Cloud State University (University) is soliciting responses from vendors to this Request for Proposal (RFP) to provide local service to connect a PBX system to the public switched telephone network. A separate RFP is being issued for long distance services. Vendors may respond to the voice long distance and associated voice services or local services or both. The University intends to award two separate contracts one of Long Distance Services and the other for Local Services. The University anticipates that vendors responding to both long distance and local services would provide a more attractive pricing package. 1.1 Vendor Questions and Dates Questions and/or correspondence related to this RFP document or procurement must be in writing and faxed or e- mailed to: Lisa Sparks Director of Purchasing Fax#: lksparks@stcloudstate.edu Other department personnel are NOT allowed to discuss the Request for Proposal with anyone, including responders, before the proposal submission deadline. The following project dates have been established: RFP Issued: May 21, 2013 Vendor Questions: May 28, 2013 Answers: May 30, 2013 RFP Response Due June 11, 3:00 PM In the event it becomes necessary to revise any part of this Request for Proposal, revisions will be provided in the final form of an addenda on the web link under News & Announcements where the initial Request For Proposal is housed by May 30, The University reserves the right to extend the deadline for receipt of proposals if necessary. 1.2 RFP Response and Affidavit Response to this RFP is due by 3:00 p.m., June 11, 2013 and must be received at the following address: St. Cloud State University Business Services Administrative Services Fourth Avenue South St. Cloud, MN One signed and three copies of the RFP response must be submitted and clearly marked: "RESPONSE TO ST. CLOUD STATE UNIVERSITY LOCAL SERVICE RFP" 5

6 The University will reject all responses received after the closing time identified above. Facsimile responses and responses will not be accepted. The University is not responsible if an improperly addressed response is opened prematurely. All forms, tables, and attachments must be filled out in ink, typewritten, or word-processed. The proposal must be signed by an authorized member of the firm. Prices and terms of the proposal as stated must be valid for the entire length of any resulting contract, unless changes made are through mutual written consent. The University reserves the right to waive technicalities or irregularities, to accept any portion of a response when responses are by items, to reject any or all responses, and to make arrangements for the best interest of the University. Response to this RFP should be presented in the same order as is this RFP (item by item.) The vendor must include as part of their response: A. Signed Affidavit of Non-Collusion B. Signed Statement of Affirmative Action Compliance C. Signed Proposal Offering Form These forms are provided as part of this RFP document. 1.3 RFP Response Format Vendors must include the following in their response: A. Vendor qualifications as outlined in section 1.4. B. Description (including diagrams) of the proposed solution. Solution must comply with the requirements as outlined in Section III. C. Cost information as required in Section IV. Failure to submit proposals in accordance with the requirements of this RFP will be grounds for rejection. Vendors must warrant that the proposed design solution meets or exceeds all specifications contained or referenced herein. Vendors should, in presenting their design proposals, be as thorough and detailed as possible so that the University may properly evaluate the vendor s capability to provide the required services. The vendor must clearly state in the proposal any exceptions to or deviations from the specifications or terms and conditions. Vendor remains solely responsible for the accuracy of the proposal as to system performance, material quality, and material quantity. Vendors should clearly indicate any items to be used in its implementation that is expected to be provided by the University. All costs associated with the service proposed must be made explicit in the vendors response. Any costs incurred by the successful vendor in the completion of any award issued on the basis of this proposal, but not explicitly stated in the vendors response, shall not be payable. The cost section of the response must not contain any erasures, corrections, or white outs. Failure to comply will result in the response being rejected. 1.4 Response Evaluation The award shall be made in the best interest of the University. This Request for Proposal is not subject to any competitive bidding requirements of Minnesota law. The University reserves the right to accept other than the most financially advantageous proposal. The University reserves the right to accept or reject any and all proposals, to waive any informality in proposals, and unless otherwise specified in writing by the vendor, to accept any items in any proposal. The University may require oral presentation of one or more vendors for the purpose of discussion and 6

7 negotiation. The award document will be a Contract incorporating, by reference, all the requirements, terms and conditions of the solicitation and the Contractor s proposal as negotiated. Based on the solutions proposed including desirable features, vendor s support capabilities, and service cost, the University will select a vendor for contract award. The University reserves the right to reject all proposal responses. The following will be used as guide in the evaluation process. A. Vendor Qualification. Vendors responding to the RFP must have the following minimum qualifications: The company must have a minimum of three years experience in providing requested services. The company or subcontractors used must have a service and support capability within two hours of driving distance from the University to respond to service restoral requests. Agents, distributors, and partners responding to this RFP must be authorized by the underlying provider to sell and support the services being proposed. Failure to provide proof of such authorization on request would be grounds for disqualification at the University s discretion. Vendor must include information that substantiates these qualifications as part of their response to the RFP. B. Proposed Solution Against the Requirements of the RFP. Solutions not meeting the mandatory requirements stated in the RFP (Section III) will be eliminated from further consideration at this stage in the review process. D. Support/Maintenance Capabilities. Vendors will be evaluated for their support and maintenance capabilities. E. Cost. One time and multi-year cost(s) will be used to evaluate the total cost of the system. For multi-year costs, the total net present value for the time period specified will be used to evaluate the total cost of the system. A 4% discount rate will be used for calculating net present value. The University reserves the right to waive minor defects in a proposal during the evaluation process if it is deemed not to have any material effect on the final outcome. 2.0 Contract SECTION II TERMS AND CONDITIONS The Contract entered into by St. Cloud State University (SCSU) and the Vendor may consist of the Request for Proposal, the signed Proposal submitted by the Vendor, the General Terms and Conditions, Special Terms and Conditions, and Specifications including all modifications thereof, all of which shall be referred collectively as the Contract Documents. All other communication between the parties, whether oral or written, with reference to the subject matter of this Contract is void and superseded. For the purposes of the Contract the terms Vendor and Contractor refer to the same entity, and the terms University and SCSU refer to the same entity. 2.1 Number of Vendors The University will establish one contract with the successful vendor. The vendor may have subcontractors. Any agreements between the vendor and subcontractors must not conflict with the terms of the agreement between the University and the vendor. 7

8 2.2 Applicable Law This contract shall be governed and interpreted by the laws of the State of Minnesota. 2.3 Parties to the Contract The Contract shall be between St. Cloud State University, an agency of Minnesota State Colleges and Universities, and the successful Offeror known as the Contractor according to the terms set forth herein. A representative of the University will be responsible for the administration of the Contract, and referred to as the Contract Liaison. The University will also identify a Project Manager to coordinate activities on the University s behalf during implementation and through system acceptance. 2.4 Contract Commencement and Term It is the intention of the University to commence the resulting Contract such that the service is operational service on or about July 1, Pricing All prices quoted should include installation of the service and monthly recurring service. At no point will the vendor be allowed to raise cost above the stated contract price. 2.6 Non-Discrimination In connection with the performance of work under this Contract, the Contractor agrees not to discriminate against any University employee or student because of race, color, religion, national origin, sex, marital status, status with regard to public assistance, disability, or age. 2.7 State Audits The books, records, documents, and accounting procedures and practices of the CONTRACTOR relevant to this contract shall be subject to examination by the contracting department and the Legislative Auditor. 2.8 Affirmative Action Contracts that are one hundred thousand dollars ($100,000.00) or more require a Certificate of Compliance from the State of Minnesota Department of Human Rights. 2.9 Licenses The successful Contractor(s) shall have and maintain a valid and appropriate business license (if applicable), meet all local, state, and federal codes, and have current all required local, state, and federal licenses Amendments The terms and conditions of the Contract will not be amended without prior written consent of both parties. Amendments will be in writing executed subsequent to signing of the Contract by both parties. 8

9 2.11 Contract Termination The University may terminate with or without cause the Contract by giving the other not less than thirty (30) days written notice of the intention to terminate as of the specified date. In the event of such a cancellation, the Contractor shall be entitled to payment, determined on a pro rata basis, for work or services satisfactorily performed Laws to be Observed The Contractor shall observe, perform and comply with or require compliance with all governmental laws, ordinances, rules and regulations of the United States and the State of Minnesota, the Minnesota State Colleges and Universities (MnSCU), or any department thereof, which in any manner may affect the providing of services required as outlined in this Request for Proposal Reimbursement of Costs Each Vendor submitting a proposal is responsible for all costs associated with preparing and submitting a complete proposal response, including costs that may be incurred in providing the University with additional information. The University is under no obligation to reimburse the vendor for any proposal costs or incur any costs on vendor's behalf Vendor Selection The selection of a vendor and the accompanying award of a contract, should either occur, is at the discretion of the University. Implementation of the systems and services covered by executed contracts by any MnSCU campus other than the University will be at the sole discretion of those MnSCU campuses, and may require modifying addenda applicable solely to those campuses Disposition of Responses All materials submitted in response to this RFP will become property of the University and will become public record after the evaluation process is completed and an award decision made. If the Responder submits information in response to this RFP that it believes to be trade secret materials, as defined by the Minnesota Government Data Practices Act, Minn, Stat , the Responder must: Clearly mark all trade secret materials in its response at the time the response is submitted. Include a statement with its response justifying the trade secret designation for each item, and Defend any action seeking release of the materials it believes to be trade secret, and indemnify and hold harmless the State, its agents and employees, from any judgments or damages awarded against the State in favor of the party requesting the materials, and any and all costs connected with that defense. This indemnification survives that State s award of the contract. In submitting a response to this RFP, the vendor agrees that this indemnification survives as long as the trade secret materials are in possession of the University. The University will not consider the prices submitted by the Responder to be proprietary or trade secret materials. Responses to this RFP will not be open for public review until the University awards a contract Targeted/Economically Disadvantaged Business & Individuals In accordance with Minnesota Rules , subpart B and Minnesota Rules , certified Targeted Group Businesses or individuals submitted proposals as prime contractors will receive up to six percent preference on the evaluation of their proposals. For information regarding certification, contact the Department of Administration, Materials Management Help line at (651) , TTY (651)

10 2.17 Insurance The Contractor shall maintain, during the life of this Contract, the following minimum insurance requirements: General Liability: $2 Million Combined Single Limit per Occurrence, and $2 Million Aggregate Single Limit per Occurrence; Automobile Liability: $2 Million Combined Single Limit per Occurrence. Professional Technical Errors & Omissions Liability: $2 Million Combined Single Limit per Occurrence. Commercial General Liability includes, but is not limited to: consumption or use of products, existence of equipment or machines on location and contractual obligations to customers. Workers Compensation coverage complying with the laws of the State of Minnesota. These policies shall contain a covenant requiring thirty (30) days written notice to the University before cancellation, reduction or other modifications of coverage. These policies shall be primary and non-contributing with any insurance carried by the University and shall contain a severability of interests clause in respect to gross liability, protecting each named insured as though a separate policy had been issued to each. In the event that the Contractor fails to maintain and keep in force the insurance coverage as herein provided, the University shall have the right to terminate the Contract without notice. The Contractor shall advise each insuring agency to automatically renew all policies and coverage in force at the start of and resulting from this Contract until specified coverage requirements are revised. The Contractor shall save, keep harmless and defend the University against any and all liability claims, cost of whatsoever kind and nature for injury to or death of any person or persons and for loss or damage to any property (State or otherwise) occurring in connection with or in any way incident to, or arising out of the occupancy, use, service, operation, or performance of work in connection with this Contract, resulting in whole or part from the negligent acts or omissions of employee, agent, or representative of Contractor. Insurance certificates furnished by companies licensed to do business in the State of Minnesota indicating the required minimum coverage shall be furnished the University prior to Contract award. The University shall each be listed as an additional name insured on the Commercial General Liability and any excess/umbrella liability policies. On notification of award and prior to issuance of the Contract, the Contractor shall provide the University, Certification of Insurance with the required kinds of insurance and minimum liabilities specified, issued by an insurance company licensed to do business in the State of Minnesota and signed by an authorized agent. In the event of cancellation, material change or intent not to renew any of the insurance requirements specified, thirty (30) days written notice shall be given the University by the party initiating any revision Contract Assignment Neither this Contract nor any part hereof shall be assigned, sublet or transferred directly or indirectly without the written consent of the University Installation Prior to installation of equipment or service, approval of installation plan shall be obtained from the University s Project Manager Independent Contractors. The vendor and all his employees shall not be considered employees of the University while engaged in the performance of any work or services required herein, and shall be Independent Contractors. Any and all claims that may arise under the Workers Compensation Act of Minnesota on behalf of said employees, and any and all claims 10

11 made by any third party as a consequence of any act of omission on the part of the work or service provided to be rendered herein, shall in no way be the obligation or responsibility of the University Prevailing Wage Rate The project is subject to the Minnesota Prevailing Wage requirements, MN Statutes to Safety The vendor will comply with all State and Federal laws as they relate to employee safety, i.e., AHERA, OSHA, Confined Space Entry, Employee Right to Know, Respiratory Protection, NESHAP, Look-Out Tag-Out, etc Acceptance There will be an acceptance process prior to any payment for service. Acceptance would include the following conditions: All of the work has been completed in accordance with the contract and specifications. The systems and voice services operate in conformance with the agreement. Completion of 30 consecutive days of service without major problems or failure from service start date. Failure within this period would re-start the 30-day period. The vendor shall certify in writing to the University s Project Manager when the system is installed and operational in accordance with the specifications stated above, and ready for use. University will start its acceptance testing. At the end of the acceptance period, the University will notify the vendor with a written acceptance letter. The date of the letter would be considered the Date of Acceptance Utility Clearances For projects involving excavation, trenching, borings, etc., the vendor is required to contact Gopher State One-Call, Inc., for location of underground telephone, electrical lines, water, sewer, or natural gas lines, and prior to digging Contract Liaison For purposes of this Contract, the University liaison shall be: Local Service St. Cloud State University Phil Thorson Phone: (320) Local Service Requirements SECTION III SPECIFICATIONS AND REQUIREMENTS The University has the need to connect premise-based PBX system to the public switched telephone network (PSTN) using ISDN based Primary Rate Interfaces (PRI). In addition the University needs to have existing telephone numbers transferred to the new vendor with negligible interruption in service. Services being requested need to be installed and operational by July 1,

12 3.1 Service Configuration The following provides an estimate of the quantity of connections being requested. a. 8 PRI interfaces b. Incoming Trunks=71, 2 way trunks=50 (including 2 for dedicated 911 access), out only trunks=69 c. Porting of existing 10,000 numbers. 3.2 Use of Existing Numbers The University chooses to retain the use of its existing numbers. The University owns the 308 exchange. These numbers are currently used to provide local service from Onvoy. Vendors are asked to respond to the following: a. Identify the length of time needed for the vendor to configure these numbers in their network. b. Describe the process required to coordinate the transfer of these number from Onvoy. c. Any additional costs associated in porting these numbers. 3.3 Service Location The service proposed must be terminated at Stewart Hall. Location of termination address is: Stewart Hall, Rooms 5 and 8, st Ave. S., St. Cloud, MN /E-911 The service proposed must meet regulatory requirement for E-911/911 and deliver address and calling number information to emergency notification systems. Please indicate to which emergency service center the 911 calls will be delivered. 3.5 Problem Management and Support (Mandatory) Vendors must: a. Provide a 24x7 problem reporting number (M) b. Respond to critical problems within one hour. (M) c. Provide status of problem resolution periodically until problem is resolved. (M) d. Provide a monthly report of problems and meet with University staff periodically (e.g. monthly) to review service levels and address issues. (M) Vendors should provide as part of their response, a description of their problem diagnosis/resolution process including escalation procedures. 3.6 Implementation Schedule and Project Plan The University planned implementation is as follows: a. Contract signed by June 14, b. Service operational by July 1, Vendors must be willing to meet the planned cut-over date. 12

13 As part of implementation, vendors must be willing to work with the University to assure that the service is being designed to operate with the equipment being installed and that implementation schedule can be met. 3.7 Client References and Site Visits Vendors must provide a minimum of two client references that have implemented services proposed. The references must be in the state of Minnesota. Client references must include the following: a. Name, Organization, Address, Telephone Number, Address b. Manufacturer and model number of systems installed at client referenced c. Date of installation/cut-over The University evaluation team will make all reasonable attempts to reach the specified references. In the event references do not call back, the evaluation process will consider it a no reference. 3.8 Equipment Specifications, Space And Environmental Requirements Information Vendors must provide the following information if vendor provided equipment will need to be installed on University premises. a. Type of equipment and specifications b. Space requirement c. Electrical Requirement d. Cooling Requirements (Heat dissipation BTUs/hr) 4.0 Costs (M) SECTION IV COSTS Vendors are requested to use Table 4-A to provide cost. The University is tax-exempt. Any assumption in developing costs should be clearly documented. All taxes including FCC line charges must be included. Vendors are asked to provide cost for a three year and a five year contract term. Vendors may choose to provide costs for Voice Long Distance and Related Services or Local Services or both. Two separate contracts will be issued even if the award is made to a single vendor. The University is anticipating that vendors are likely to provide pricing incentives if they are awarded both the contracts. Cost information being requested should identify the incentives for awarding both contracts to a single vendor. 4.1 One Time Cost Installation (or one time) costs should be identified. If one time costs are waived, vendors should clearly indicate this. 13

14 TABLE 4-A LOCAL SERVICE COST THREE YEAR CONTRACT TERM Items One Time Unit Cost Monthly Unit Cost FCC Access Charge Other Taxes 1. PRI w/caller ID 2. DID trunks (one way incoming) 3. DID trunks (two way) 4. DID trunks (outbound) 5. Cost of porting 10,000 numbers FIVE YEAR CONTRACT TERM Items One Time Unit Cost Monthly Unit Cost FCC Access Charge Other Taxes 1. PRI w/caller ID 2. DID trunks (one way incoming) 3. DID trunks (two way) 4. DID trunks (outbound) 5. Cost of porting 10,000 numbers 14

15 ATTACHMENTS AFFIRMATIVE ACTION COMPLIANCE AFFIDAVIT OF NON-COLLUSION PROPOSAL OFFERING FORM 15

16 State Of Minnesota Affirmative Action Certification If your response to this solicitation is or could be in excess of $100,000, complete the information requested below to determine whether you are subject to the Minnesota Human Rights Act (Minnesota Statutes 363A.36) certification requirement, and to provide documentation of compliance if necessary. It is your sole responsibility to provide this information and if required to apply for Human Rights certification prior to the due date and time of the bid or proposal and to obtain Human Rights certification prior to the execution of the contract. The State of Minnesota is under no obligation to delay proceeding with a contract until a company receives Human Rights certification 1 BOX A For companies which have employed more than 40 full-time employees within Minnesota on any single working day during the previous 12 months. All other companies proceed to BOX B. Your response will be rejected unless your business: has a current Certificate of Compliance issued by the Minnesota Department of Human Rights (MDHR) or has submitted an affirmative action plan to the MDHR, which the Department received prior to the date and time the responses are due. Check one of the following statements if you have employed more than 40 full-time employees in Minnesota on any single working day during the previous 12 months: We have a current Certificate of Compliance issued by the MDHR. Proceed to BOX C. Include a copy of your certificate with your response. We do not have a current Certificate of Compliance. However, we submitted an Affirmative Action Plan to the MDHR for approval, which the Department received on (date). [If the date is the same as the response due date, indicate the time your plan was received: (time). Proceed to BOX C. We do not have a Certificate of Compliance, nor has the MDHR received an Affirmative Action Plan from our company. We acknowledge that our response will be rejected. Proceed to BOX C. Contact the Minnesota Department of Human Rights for assistance. (See below for contact information.) Please note: Certificates of Compliance must be issued by the Minnesota Department of Human Rights. Affirmative Action Plans approved by the Federal government, a county, or a municipality must still be received, reviewed, and approved by the Minnesota Department of Human Rights before a certificate can be issued. BOX B For those companies not described in BOX A Check below. We have not employed more than 40 full-time employees on any single working day in Minnesota within the previous 12 months. Proceed to BOX C. BOX C For all companies By signing this statement, you certify that the information provided is accurate and that you are authorized to sign on behalf of the responder. You also certify that you are in compliance with federal affirmative action requirements that may apply to your company. (These requirements are generally triggered only by participating as a prime or subcontractor on federal projects or contracts. Contractors are alerted to these requirements by the federal government.) Name of Company: Authorized Signature: Printed Name: Date Telephone number: For assistance with this form, contact: Minnesota Department of Human Rights, Compliance Services Section Mail: 190 East 5 th St., Suite 700 St. Paul, MN TC Metro: (651) Toll Free: Web: Fax: (651) TTY: (651) Title: 16

17 ST. CLOUD STATE UNIVERSITY REQUEST FOR PROPOSAL Local Service AFFIDAVIT OF NON-COLLUSION Definition: For ease of reference, each organization submitting a response to this Request for Proposal will hereinafter be referred to as an "Offeror". An Offeror whose Proposal would result in a formal agreement will hereinafter be referred to as a "Contractor." The prospective Offeror must sign the Affidavit and provide the information required of Offerors as outlined in the pages, which follow: AFFIDAVIT OF NON-COLLUSION: I hereby swear (or affirm) under the penalty of perjury: 1. That I am the Offeror (if the Offeror is an individual), a partner in the Offeror (if the Offeror is a partnership), or an officer or employee of the responding corporation having authority to sign on its behalf (if the Offeror is a corporation); 2. That the attached Offer or Offers have been arrived at by the Offeror independently, and have been submitted without collusion with, and without any agreement, understanding, or planned common course of action with any other vendor of materials, supplies, equipment or services described in the Request for Proposal designed to limit independent offers or competition; 3. That the contents of the Offer or Offers have not been communicated by the Offeror or its employees or agents to any person not an employee or agent of the Offeror or its surety on any bond furnished with the Offer or Offers and will not be communicated to any such person prior to the official opening of the Offer or Offers, and; 4. That I have fully informed myself regarding the accuracy of the statements made in this affidavit. Subscribed and sworn to me this day of, 20. Notary Public My commission expires, 20. Signature Firm Name Ver

18 ST. CLOUD STATE UNIVERSITY REQUEST FOR PROPOSAL Local Service PROPOSAL OFFERING FORM In compliance with this Request for Proposal, the undersigned acknowledges that I have read and understand all the conditions imposed herein and offer and agree to furnish the services in accordance with the attached proposal or as mutually agreed upon by subsequent negotiation. I acknowledge Addenda Numbers on file in the office of the Director of Purchasing, St. Cloud State University, 122 Administrative Services, th Avenue South, St. Cloud, MN Local Service St. Cloud State University St. Cloud, MN Vendor to complete the work within calendar days from the date of the Purchase Order. Name of Firm: Address: City: State: Telephone: Zip: (please include area code) Federal ID: State ID: Name: Signature: Title: Date: 18

PROFESSIONAL/TECHNICAL SERVICES EXECUTIVE SEARCH FIRM. Vice President for University Advancement

PROFESSIONAL/TECHNICAL SERVICES EXECUTIVE SEARCH FIRM. Vice President for University Advancement REQUEST FOR PROPOSAL PROFESSIONAL/TECHNICAL SERVICES EXECUTIVE SEARCH FIRM Vice President for University Advancement ST. CLOUD STATE UNIVERSITY 720 4 TH AVENUE SOUTH ST. CLOUD, MN 56301-4498 ST. CLOUD

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL EXCLUSIVE MEN S HOCKEY, FOOTBALL, MEN S AND WOMEN S BASKETBALL RADIO BROADCAST ST. CLOUD STATE UNIVERSITY 720 4 TH AVENUE SOUTH ST. CLOUD, MN 56301-4498 ST. CLOUD STATE UNIVERSITY

More information

REQUEST FOR PROPOSAL SCSU Men s & Women s Division 1 Hockey Equipment Supply and Sponsorship Agreement

REQUEST FOR PROPOSAL SCSU Men s & Women s Division 1 Hockey Equipment Supply and Sponsorship Agreement REQUEST FOR PROPOSAL SCSU Men s & Women s Division 1 Hockey Equipment Supply and Sponsorship Agreement ST. CLOUD STATE UNIVERSITY 720 4 TH AVENUE SOUTH ST. CLOUD, MN 56301-4498 ST. CLOUD STATE UNIVERSITY

More information

REQUEST FOR PROPOSAL REFERRAL LABORATORY SERVICES ST. CLOUD STATE UNIVERSITY TH AVENUE SOUTH ST. CLOUD, MN

REQUEST FOR PROPOSAL REFERRAL LABORATORY SERVICES ST. CLOUD STATE UNIVERSITY TH AVENUE SOUTH ST. CLOUD, MN REQUEST FOR PROPOSAL REFERRAL LABORATORY SERVICES ST. CLOUD STATE UNIVERSITY 720 4 TH AVENUE SOUTH ST. CLOUD, MN 56301-4498 Section ST. CLOUD STATE UNIVERSITY REQUEST FOR PROPOSAL REFERRAL LABORATORY SERVICES

More information

Request for Proposal # Pest Control Services

Request for Proposal # Pest Control Services Request for Proposal # 186189 Pest Control Services Department of Facilities Management Planning and Construction 1 Minnesota State University, Mankato Facilities Purchasing Office Request for Proposal

More information

REQUEST FOR PROPOSAL REFERRAL LABORATORY SERVICES ST. CLOUD STATE UNIVERSITY TH AVENUE SOUTH ST. CLOUD, MN

REQUEST FOR PROPOSAL REFERRAL LABORATORY SERVICES ST. CLOUD STATE UNIVERSITY TH AVENUE SOUTH ST. CLOUD, MN REQUEST FOR PROPOSAL REFERRAL LABORATORY SERVICES ST. CLOUD STATE UNIVERSITY 720 4 TH AVENUE SOUTH ST. CLOUD, MN 56301-4498 Section ST. CLOUD STATE UNIVERSITY REQUEST FOR PROPOSAL REFERRAL LABORATORY SERVICES

More information

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals ( RFP ) Issued by Affinity Insurance Services, Inc. Plan Administrator - MWCARP This RFP is a solicitation

More information

ST. CLOUD STATE UNIVERSITY

ST. CLOUD STATE UNIVERSITY ST. CLOUD STATE UNIVERSITY REQUEST FOR PROPOSAL Exam Preparation Courses GRE general, GMAT, LSAT, SAT, and ACT ST. CLOUD STATE UNIVERSITY 720 4 TH AVENUE SOUTH ST. CLOUD, MN 56301-4498 1 ST. CLOUD STATE

More information

Item No. Description of Article or Service Total

Item No. Description of Article or Service Total F.Y.: 2015 Cost Center: 337600 Obj. Code: 1260 Amount: Vendor #: Bid #: 14142427 MINNESOTA STATE COLLEGES AND UNIVERSITIES ST. CLOUD STATE UNIVERSITY St. Cloud State University, Purchasing Contact Person:

More information

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309) CITY OF GALESBURG PURCHASING 55 W Tompkins St Galesburg, IL 61401 Phone: (309) 345-3678 INVITATION FOR BIDS For the upgrade of the existing A/V System for the City of Galesburg, Illinois Instructions to

More information

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918) BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK 74012 PHONE (918) 259-5700 FAX (918) 259-4344 Request for Bid Foundation Repair North Intermediate High School #B12-29 Time and Date to be Returned:

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

Request for Proposal # PAINTING AND DRYWALL LABOR. Department of Facilities Management Planning and Construction

Request for Proposal # PAINTING AND DRYWALL LABOR. Department of Facilities Management Planning and Construction Request for Proposal # 183257 PAINTING AND DRYWALL LABOR Department of Facilities Management Planning and Construction 1 Minnesota State University, Mankato Facilities Purchasing Office Request for Proposal

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

PLEASANTVILLE HOUSING AUTHORITY

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

More information

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

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

More information

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

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Legal Defense Services Request For Proposals

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Legal Defense Services Request For Proposals The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Legal Defense Services Request For Proposals ( RFP) Issued by Affinity Insurance Services, Inc. Plan Administrator - MWCARP This RFP is a

More information

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES REQUEST FOR SEALED QUALIFICATIONS FOR PROFESSIONAL SERVICES UNDER A FAIR AND OPEN PROCESS MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES Contract Term February 1, 2017 through January 31, 2018 SUBMISSION

More information

REQUEST FOR PROPOSAL RFP #14-03

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

More information

Request for Proposal # Affinity Credit Card Program

Request for Proposal # Affinity Credit Card Program Request for Proposal #189011 Affinity Credit Card Program Department of Facilities Management Planning and Construction Minnesota State University, Mankato Facilities Purchasing Office Request for Proposal

More information

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT REF #242013RFPSW DUE DATE: 4:00 PM, February 19, 2013 Luzerne County

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the removal of wood waste for the Forestry Division Instructions to Bidders 1. An advertisement

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More information

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex December 4, 2016 Submission Deadline: 12:00 p.m. December 20, 2016 1. REQUEST FOR PROPOSAL The City of Brentwood

More information

SECTION 2 - STANDARD TERMS & CONDITIONS

SECTION 2 - STANDARD TERMS & CONDITIONS SECTION 2 - STANDARD TERMS & CONDITIONS 1. Genesee County Purchasing Regulations: All procurements are conducted in accordance with the Genesee County Purchasing Regulations, a copy of which is on file

More information

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST) To: Raymond

More information

Request for Proposal # Athletic Department Apparel & Uniform Supplier

Request for Proposal # Athletic Department Apparel & Uniform Supplier Request for Proposal # 187551 Athletic Department Apparel & Uniform Supplier Facilities Management Facilities Purchasing Office i Minnesota State University, Mankato Facilities Purchasing Office Request

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C) Request for Proposals t o provide Janitorial Services Residence Halls RFP-18111 Due Date Proposal Submissions March 8, 2018 by 3:00 p.m. MANDATORY Pre-Proposal Meeting March 1, 2018 @ 2:00 p.m. in New

More information

City of Bowie Private Property Exterior Home Repair Services

City of Bowie Private Property Exterior Home Repair Services City of Bowie Private Property Exterior Home Repair Services The City requires private property repair services for the Code Compliance Division of the Department of Community Services. Work is generated

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

Request for Proposal # SUBJECT OF RFP. Department of Facilities Management Planning and Construction

Request for Proposal # SUBJECT OF RFP. Department of Facilities Management Planning and Construction Request for Proposal # SUBJECT OF RFP Department of Facilities Management Planning and Construction i Minnesota State University, Mankato Facilities Purchasing Office Request for Proposal (SUBJECT OF RFP)

More information

MINNESOTA STATE COLLEGES AND UNIVERSITIES

MINNESOTA STATE COLLEGES AND UNIVERSITIES MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State Community and Technical College REQUEST FOR PROPOSAL (RFP) FOR Prairie Restoration Project SPECIAL NOTE: This Request for Proposal (RFP) does not

More information

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424 INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424 INVITATION TO BID (This invitation is issued for the purpose of establishing a

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) Ladue School District hereby invites the submission of proposals for: Real Estate Broker Services The responsive Proposal will comply with all federal, state and local regulations.

More information

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois REFURBISHED LAPTOP COMPUTER UNITS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School District No. 4, Champaign

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

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

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: Fayetteville School District Business Office ATTN: Lisa Morstad 1000 W, Stone Street Fayetteville, AR 72701 THIS IS NOT A COMPETITIVE BID. The request

More information

Champaign Park District: Request for Bids for Playground Surfacing Mulch

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

More information

Request for Proposal # McElroy I Hall Desk Chairs Which Convert To Floor Rockers

Request for Proposal # McElroy I Hall Desk Chairs Which Convert To Floor Rockers Request for Proposal # 180567 McElroy I Hall Desk Chairs Which Convert To Floor Rockers Department of Facilities Management Planning and Construction 1 Minnesota State University, Mankato Facilities Purchasing

More information

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid

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

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

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 a REPLACEMENT STEPS FOR WILLIAM CHRISMAN RFP# 2019-PUR-038 PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 Please mark your sealed envelope RFP #2019-PUR-038 Proposal and deliver

More information

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

More information

City of Albany, New York

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

More information

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services CTH BB from University Dr. to Pond Road CTH C from CTH F to East Co. Line CTH V from Palmer Road to Amberg Posting Date: May

More information

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS BIDDERS COMPANY NAME REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS Prepared by: Washtenaw County Purchasing Division Administration Building 220 N. Main, B-35

More information

City of Albany, New York Traffic Engineering

City of Albany, New York Traffic Engineering City of Albany, New York Traffic Engineering REQUEST FOR PROPOSALS FOR THE PROVISION OF ENGINEERING SERVICES Traffic Signal Design Services RFP No. TE-11-001 November 15, 2011 SECTION 1: PURPOSE 1.1 The

More information

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES Friendship is soliciting proposals and qualification statements from parties having specific interests

More information

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Posting Date: April 22, 2013 Response Deadline: May 6, 2013 10:00 a.m. Central Daylight Time (CDT) To: John Machnik,

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services

More information

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015 Request for Proposal (RFP) For Printing Services RFP #15-001-44 Posting Date: March 18, 2015 Response Deadline: April 15, 2015 2:00 p.m. Central Standard Time (CST) To: Kristi Yates, Accountant Marinette

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

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) Request for Bid Ventilation System for Plant Operation #B12-23

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) Request for Bid Ventilation System for Plant Operation #B12-23 BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK 74012 PHONE (918) 259-5700 Request for Bid Ventilation System for Plant Operation #B12-23 Time and Date to be Returned: 11:00 AM on March 27,

More information

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office SERVICES CONTRACT/P. O. # Title: THIS CONTRACT, and amendments and supplements thereto, is

More information

REQUEST FOR PROPOSAL (RFP) FOR BUNKER LINKS GOLF COURSE OPERATIONAL SERVICES FOR THE CITY OF GALESBURG, IL

REQUEST FOR PROPOSAL (RFP) FOR BUNKER LINKS GOLF COURSE OPERATIONAL SERVICES FOR THE CITY OF GALESBURG, IL REQUEST FOR PROPOSAL (RFP) FOR BUNKER LINKS GOLF COURSE OPERATIONAL SERVICES FOR THE CITY OF GALESBURG, IL RFP Circulation Date: 08/01/14 Proposal Submission Deadline: 08/20/14 1 CITY OF GALESBURG PURCHASING

More information

TOWN OF HARRISON PLANNING BOARD PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT JANUARY 1, 2019 THROUGH DECEMBER 31, 2019

TOWN OF HARRISON PLANNING BOARD PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT JANUARY 1, 2019 THROUGH DECEMBER 31, 2019 TOWN OF HARRISON PLANNING BOARD PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT JANUARY 1, 2019 THROUGH DECEMBER 31, 2019 NOTICE IS HEREBY GIVEN that sealed submissions will be received by

More information

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019 Bidders Name: Address: City and State: Phone: Fax: E-Mail: TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ 08085 SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

More information

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:

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

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

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES CITY OF SUISUN CITY CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES THIS CONTRACT SERVICES AGREEMENT (herein Agreement ) is made and entered into this day

More information

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

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

More information

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS The City of Levelland is seeking proposals to install two playgrounds in the Levelland Park System. Sealed proposals clearly marked on the outside

More information

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018 REQUEST FOR PROPOSAL (RFP) #18-049-53 LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018 RESPONSE DEADLINE: JANUARY 16, 2019 3:00 P.M. CENTRAL STANDARD TIME (CST) TO: KIRSTEN BURMEISTER,

More information

The City of Moore Moore, Oklahoma

The City of Moore Moore, Oklahoma The City of Moore Moore, Oklahoma BID #1516-007 Construction Services Asbestos Removal for Royal Park Development Tract City of Moore Office of City Clerk, Purchasing Division 301 N. Broadway Avenue, Suite

More information

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS CLOSING TIME: RFP S ARE DUE NOT LATER THAN 10:00 A.M. ON January 30, 2017 200 N. 12 th STREET CORSICANA,

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the complete removal and replacement of existing roof at 659 Knox Rd 1440 North for

More information

NEAPA Northeast Alabama Purchasing Association

NEAPA Northeast Alabama Purchasing Association NEAPA Northeast Alabama Purchasing Association REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: New Tires SEALED BID #3321 NEAPA is soliciting sealed bids for the above project. Bids

More information

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR MANALAPAN TOWNSHIP MONMOUTH COUNTY, NEW JERSEY Notice is hereby given that sealed proposals addressed to Rose LaFergola, RPPO/QPA, will be received on or before Friday, August 3, 2012 at 11:00 am at which

More information

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

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

More information

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO High Plains Library District (HPLD) invites qualified firm to submit a response to a Request for Proposal for legal

More information

REQUEST FOR PROPOSALS RFP# PROPANE FUEL FOR THE HEATING SEASON POSTING DATE: MARCH 7, 2018

REQUEST FOR PROPOSALS RFP# PROPANE FUEL FOR THE HEATING SEASON POSTING DATE: MARCH 7, 2018 REQUEST FOR PROPOSALS RFP#18-023-25 PROPANE FUEL FOR THE 2018-2019 HEATING SEASON POSTING DATE: MARCH 7, 2018 RESPONSE DEADLINE: MARCH 27, 2017 11:00 A.M. CENTRAL STANDARD TIME (CST) TO: PETE VILLAS, ADMINISTRATOR

More information

TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY

TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY SEEKS PROPOSALS FOR FINANCIAL ADVISORY CONSULTANT SERVICES FOR THE PERIOD JANUARY 1, 2018 TO DECEMBER 31, 2018 Introduction Pursuant to the Fair

More information

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019 Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at

More information

KELTY TAPPY DESIGN, INC.

KELTY TAPPY DESIGN, INC. KELTY TAPPY DESIGN, INC. ARCHITECTURE PLANNING URBAN DESIGN FURNITURE BID DOCUMENTS LAGRANGE COUNTY PUBLIC LIBRARY Introduction Thank you for your interest in providing furniture-related items for the

More information

BID DOCUMENTS FOR. WTP VFD Replacement Bid

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

More information

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST)

More information

MINNESOTA STATE COLLEGES AND UNIVERSITIES

MINNESOTA STATE COLLEGES AND UNIVERSITIES MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State Community and Technical College REQUEST FOR PROPOSAL (RFP) FOR Radiographic Suite Purchase SPECIAL NOTE: This Request for Proposal (RFP) does not

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

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

More information

KNOX COUNTY GOVERNMENT AND DURACAP ASPHALT PAVING CO., INC.

KNOX COUNTY GOVERNMENT AND DURACAP ASPHALT PAVING CO., INC. KNOX COUNTY GOVERNMENT AND DURACAP ASPHALT PAVING CO., INC. This Contract made and entered into this day of, 2013 by and between Knox County Government through its governing body and authorized representative,

More information

ATTENTION ALL BIDDERS MANDATORY PRE-BID MEETING TUESDAY FEBRUARY 19, 2:00 P.M.

ATTENTION ALL BIDDERS MANDATORY PRE-BID MEETING TUESDAY FEBRUARY 19, 2:00 P.M. ATTENTION ALL BIDDERS MANDATORY PRE-BID MEETING TUESDAY FEBRUARY 19, 2019 @ 2:00 P.M. COMMISSION CHAMBERS, 1ST FLOOR, COURTHOUSE 800 FORREST AVENUE, GADSDEN, AL 35901 BID NO. FY 2018-2019-04 PRINTING -

More information

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS For Real Estate Brokerage Services for the Global Center for Health Innovation FIRSTMERIT CONVENTION

More information

INFORMATION FOR BID. Tee Shirts (School Nutrition)

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

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

More information

CITY OF FORT MITCHELL, KENTUCKY INVITATION TO BID FOR DIXIE HIGHWAY REMOVAL AND REPLACEMENT OF STREET TREES

CITY OF FORT MITCHELL, KENTUCKY INVITATION TO BID FOR DIXIE HIGHWAY REMOVAL AND REPLACEMENT OF STREET TREES CITY OF FORT MITCHELL, KENTUCKY INVITATION TO BID FOR DIIE HIGHWAY REMOVAL AND REPLACEMENT OF STREET TREES The City of Fort Mitchell, Kentucky, will accept sealed bids for Dixie Highway Corridor Removal

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

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

TOWNSHIP OF HAZLET REQUEST FOR QUALIFICATIONS FOR HEALTH INSURANCE CONSULTANT TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY

TOWNSHIP OF HAZLET REQUEST FOR QUALIFICATIONS FOR HEALTH INSURANCE CONSULTANT TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY TOWNSHIP OF HAZLET REQUEST FOR QUALIFICATIONS FOR HEALTH INSURANCE CONSULTANT TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY Contract Term 3 Year July 1, 2014 through June 30, 2017 SUBMISSION

More information

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE FACILITIES PROFESSIONAL OR TECHNICAL CONSULTANT MASTER CONTRACT FOR ARCHITECTURAL, OWNER REPRESENTATIVE, REAL ESTATE, AND OTHER

More information

Request for Proposal # Commercial Lawn Mowers with Summer/Winter Attachments

Request for Proposal # Commercial Lawn Mowers with Summer/Winter Attachments Request for Proposal #190775 Commercial Lawn Mowers with Summer/Winter Attachments Department of Facilities Management Planning and Construction Minnesota State University, Mankato Facilities Purchasing

More information

Request for Proposal (RFP) For Earthwork / Grading for CTH V (CTH C to Palmer Road) 2014 Construction Season Posting Date: July 16, 2014

Request for Proposal (RFP) For Earthwork / Grading for CTH V (CTH C to Palmer Road) 2014 Construction Season Posting Date: July 16, 2014 Request for Proposal (RFP) For Earthwork / Grading for CTH V (CTH C to Palmer Road) 2014 Construction Season Posting Date: July 16, 2014 Response Deadline: August 5, 2014 3:00 p.m.central Standard Time

More information

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

More information

REQUEST FOR PROPOSAL (RFP) # TWIN BRIDGE PARK - GARAGE POSTING DATE: JANUARY 10, 2018

REQUEST FOR PROPOSAL (RFP) # TWIN BRIDGE PARK - GARAGE POSTING DATE: JANUARY 10, 2018 REQUEST FOR PROPOSAL (RFP) #18-013-25 TWIN BRIDGE PARK - GARAGE POSTING DATE: JANUARY 10, 2018 RESPONSE DEADLINE: FEBRUARY 7, 2018 11:00 A.M.CENTRAL STANDARD TIME (CST) TO: PETE VILLAS, ADMINISTRATOR MARINETTE

More information