CHARLESTON COUNTY PARK AND RECREATION COMMISSION
|
|
- Roderick Cox
- 6 years ago
- Views:
Transcription
1 CHARLESTON COUNTY PARK AND RECREATION COMMISSION REQUEST FOR PROPOSAL HOLIDAY FESTIVAL OF LIGHTS ORNAMENTS MARCH 25, RFP
2 Request for Proposal Holiday Festival of Lights Ornaments Table of Contents Price Proposal Introduction Scope of Work Selection Process Qualification and Evaluation of Proposals Submittals Attachment A Fort Sumter with Cadets Attachment 1 SC Dept. of Revenue Form I-312, if applicable Attachment 2 Equal Employment Opportunity Certification Attachment 3 Non-Collusion Oath Attachment 4 Drug Free Workplace Certification Attachment 5 Local Preference Option Attachment 6 Compliance with Illegal Immigration Act Attachment 7 Insurance Requirements Attachment 8 Certification/Qualification Questionnaire/References Attachment 9 W-9 Taxpayer Identification Number and Certification form Contract Document 2 RFP
3 Price Proposal Holiday Festival of Lights Ornaments RFP Price Proposal must be sent in a separate sealed envelope Specific Requirements: an approximately 2 ½ x 2 ¾ wide 24kt gold on brass ornament, approximately 5 ¼ x 5 ¼ boxed; text card and peach board inside hot stamped box; ribbon attached to hang ornament; 2016 Holiday Festival of Lights incorporated into design. Costs include all pricing for design, manufacturing and delivery, including all taxes and duties of any kind levied by federal, state, municipal, or other governmental authority, which either party is required to pay with respect to the materials or services required to perform the work. A sample of an ornament with similar specific s, but with exact brass quality (weight, thickness) must accompany proposal. 1 Base Year 2 Year 2 Option 1 3 Year 3 Option 2 4 Year 4 Option 3 5 Year 5 Option 4 Description Est. Qty. Unit of Issue Unit Price Holiday Festival of Lights Ornament ,000 ea. Artwork/Tooling charge 1 ea. Base Year Total Holiday Festival of Lights Ornament ,000 ea. Artwork/Tooling charge 1 ea. Year 2 Total Holiday Festival of Lights Ornament ,000 ea. Artwork/Tooling charge 1 ea. Year 3 Total Holiday Festival of Lights Ornament ,000 ea. Artwork/Tooling charge 1 ea. Year 4 Total Holiday Festival of Lights Ornament ,000 ea. Artwork/Tooling charge 1 ea. Year 5 Total Total All Years Total 3 RFP
4 Design format required, (sketch, bmp, jpg, etc.): Cost for additional orders if different from above: Discount offer(s) (If applicable): Time required for design, production and delivery: Time required for additional deliveries: Price will be evaluated in accordance with the pricing form. Owner reserves the right to waive any irregularities and to reject any or all proposals. PRC also reserves the right to accept the proposal as a whole or any items listed under the Scope of Work. Proposals submitted shall not be withdrawn within 60 days from the date the proposal are due. Name of Company Date Signature 4 RFP
5 Holiday Festival of Lights Ornaments Introduction The Charleston County Park and Recreation Commission (CCPRC) is seeking proposals from qualified firms to produce an ornament for our 2016 Holiday Festival of Lights with options for 2017 thru CCPRC historically features an ornament at its annual Holiday Festival of Lights. It is anticipated that the selected Vendor will be awarded a contract for one year, with options for renewal for up to four additional one year options if it is deemed in the best interest of CCPRC. CCPRC reserves the option to issue orders under the terms of the contract in the amount specified at the unit prices set forth at the time of the agreement. No guarantee is expressed and/or implied as to the total quantity of ornaments to be purchased and CCPRC s payment obligation will be limited to the actual amount specified in the executed order against the contract. CCPRC represents one of the most unique park and recreation agencies in the state of South Carolina. As a Special Purpose Public Service District created in 1968, CCPRC has specific areas of responsibility that are defined through our legislative act. Existing in an area which boasts excellent municipal programs and two additional special recreation districts, CCPRC is charged with providing park and recreational services, as well as working in harmony with other recreational agencies in Charleston County. Vendors are encouraged to visit our to learn more about our annual light show. Scope of Work The proposed 2016 ornament is being fashioned after the Fort Sumter with Cadets featured as part of the light show as depicted in Attachment A rough sketch of the proposed ornament. Specific Requirements: The ornament shall be an approximately 2 ½ x 2 ¾ wide 24kt gold on brass ornament approximately 5 ¼ x 5 ¼ boxed Text card and peach board inside hot stamped box Ribbon attached to hang ornament 2016 Holiday Festival of Lights incorporated into the design Must be produced and delivered no later than February 1, Proposal shall include, at a minimum, all information requested on the Proposal Form, including, but not limited to, all pricing for design, manufacturing and delivery, including all taxes and duties of any kind levied by federal, state, municipal, or other governmental authority, which either party is required to pay with respect to the materials or services required to perform the work. 5 RFP
6 Selection Process Proposals will be considered only from qualified firms normally engaged in the services specified. CCPRC reserves the right to waive any irregularities, accept the proposal in its entirety and/or reject any and all proposals. CCPRC also reserves the right to reject all proposals that do not meet the Owner s intended quality or cannot meet the schedule. Proposals submitted shall not be withdrawn within 60 days from the date the proposal are due. Listed below is the anticipated schedule: Deadline for questions: 2:00 PM, April 20, 2015 Proposals Due: 2:00 PM, May 12, 2015 Qualification/Evaluation While CCPRC is concerned about the ultimate cost, the proposals will not be based solely on the lowest price. Proposals will be evaluated on, but not limited to, the following criteria, listed in the order of importance (factors 2 and 3 are of equal importance and any subfactors are of equal importance): 1) Cost 2) Past performance 3) Project approach and reference 4) Capacity 5) Local preference CCPRC will determine the best value based upon these criteria and recommend the selection of a Contractor. CCPRC reserves the rights to, at reasonable times, inspect the part of the plant or place of business of a Contractor or any subcontractor which is related to the performance of any contract awarded or to be awarded by the Commission and the books and records of such Contractors and subcontractors in accordance with CCPRC s Procurement Policy. Proposals for services shall include all charges, including, but not limited to, taxes and duties of any kind levied by federal, state, municipal or other governmental authority which either party is required to pay with respect to services covered under this agreement. There is no express or implied obligation for CCPRC to reimburse responding firms for any expenses incurred in preparing the proposals and/or any ornament submitted for consideration. CCPRC may request additional information from one or more Vendors after the submission of the proposals in order to clarify, confirm or to properly evaluate any proposal. CCPRC also reserves the right to, at reasonable times, to inspect the plant or place of business of a Vendor, contractor and/or subcontractor which is related to the performance of any contract awarded or to 6 RFP
7 be awarded by the Commission and the books and records of such contractors and subcontractors in accordance with CCPRC s Procurement Policy. Criteria for Selecting based on Qualifications Vendor Representations Each Vendor by submitting proposals represents that: 1. The Vendor has read and understands this solicitation (including all Attachments) and that its offer is made in accordance therewith. 2. The Vendor has reviewed the solicitation, has become familiar with the local conditions under which the service is to be performed, and has correlated personal observations with the requirements of the proposed Contract Documents. 3. The Vendor is qualified to provide the services required under this solicitation and, if awarded the Contract, will do so in a professional, timely manner using successful Vendor s skill and attention. Basis of Award The award determination shall be based on technical and price factors, not necessarily the lowest price. Following the deadline for submittal of proposals, a selection committee will review, analyze, and rank all submittals based on their response to the information requested. If desired, the selection committee may short list the number of qualified Vendor. CCPRC reserves the discretion to determine the number of Vendors that will be on the short list. CCPRC reserves the right to reject any or all submittals and to waive defects, technicalities, and/or irregularities in any submittal. CCPRC reserves the right to finalize a contract based on all factors involved in the written qualification submittal without further discussion or interview. Basis of Evaluation for each Factor Technical Factors: The Vendor shall be rated higher during evaluations if their proposal meets or exceed the following items: (Factors 2 through 4). Factor 1- Cost Basis of Evaluation: CCPRC will evaluate cost based on the total price proposal submitted for items requested by name in the Price Proposal Form Contract will be awarded to one vendor: Analysis will be performed by one or more of the following techniques to ensure a fair and reasonable price: Prices received in response to the RFP Cost realism analysis performed 7 RFP
8 Factor 2- Past Performance Basis of Evaluation: The degree to which past performance evaluations and all other past performance information reviewed (i.e., performance recognition documents and information obtained for any other source) reflects a trend of satisfactory and/or an outstanding level of performance, considering: Successful completion of tasks Timely product delivery Quality products and services Cooperativeness and teamwork at all levels (task managers, contracting officers, procurement office, auditors, etc.) References In addition to the above, CCPRC may review any other sources of evaluation information of past performance. Other sources may include, but are not limited to, inquiries of Vendor representative(s), and any other known sources not provided by the Vendor. While CCPRC may elect to consider data from other sources, the burden of providing detailed, current, accurate, and complete past performance information rests with the Vendor. Based on the trend and satisfactory and/or outstanding ratings, performance may be rated higher. Factor 3- Project Approach and Performance Differentiators Basis of Evaluation: The Vendor may be rated higher during evaluations if their proposal meets and/or exceeds the following items: Capability to provide products Provide supplies and product Timely response to requests for onsite support Factor 4 Capacity Basis of Evaluation: The Vendor will be evaluated to determine if their proposal has sufficient capacity to meet and maintain orders. Firm must have the ability to be up and running with minimum down time. Factor 5 Local Preference Basis of Evaluation: Vendor whose business is physically located and operating within the limits of Charleston County and who otherwise meets the CCPRC s vendor requirements in Attachment 5 and submits the requested information. Evaluation Criteria Each response to this Request for Proposal will be subject to the same review and assessment process. Submittals will be evaluated on the basis of the Proposal s technical capability and experience. All Vendor submitting qualifications must provide at a minimum, their expertise and capabilities as they relate to the Factors 2 through 4, with regard to the work outlined by the RFP. Past performance relates to how well a Vendor has performed. Vendor will be evaluated on Factors 1 thru 5. 8 RFP
9 Factor 1- Cost Factor and Solicitation Submittal Requirements: 1. The Vendor will be evaluated based on the total price proposal submitted, however, not necessary the lowest price. CCPRC will evaluate cost based on the total price proposal submitted for items requested by name in the Price Proposal Form but not the recommended items. Contract will be awarded to one vendor. Factor 2 Past Performance Factors and Solicitation Submittal Requirements: Ensure correct phone numbers and addresses are provided for all client points of contact. Submit a copy of references as indicated in Certification/Qualification Questionnaire/References, Attachment 8 which contains the point of contact information for each of the five required client references. 1. Provide five recent client references (from within the past three years) 2. Provide the client s name, as well as address and telephone number for a point of contact who can provide information regarding the Vendor role on the providing products and equipment 3. The Vendor is encouraged to submit any other information they believe will enhance their position in the evaluation criteria 4. Reputation and previous experience of Vendor products and equipment Factor 3 Project Approach & Performance Differentiators Factor and Solicitation Submittal Requirements: 1. Detailed description of Vendor s approach in providing the product. 2. The reason Vendor proposal should be selected. 3. Indicate how your company will address products being out of product for extended period. Factor 4 Capacity Factor and Solicitation Submittal Requirements: 1. Ability to meet a schedule 2. Description of Vendor s approach to timelines and scheduling Factor 5 Local Preference Option Factor and Solicitation Submittal Requirements: 1. Vendor whose business is physically located and operating within the limits of Charleston County and who otherwise meets the CCPRC s vendor requirements in Attachment 5 and submits the requested information. A) Price Solicitation Submittal Requirements: Submit an original clearly marked Original and two copies of the price proposal in a separate sealed envelope with a cover page including name of firm, address, phone, and fax numbers, contract solicitation number and point of contact. Submit the price proposal at the same time as the technical proposal. Submit an electronic copy of your price proposal (in PDF) on one electronic copy (CD) or flashdrive. 9 RFP
10 Price proposals are to be submitted by closing. All Price proposals must be sent in a SEPARATE SEALED ENVELOPE to the attention of Ms. Lanna Wright CPPB, Procurement Manager, 861 Riverland Drive, Charleston, SC and clearly marked on the bottom left hand corner Price Proposal RFP# and name of firm. B) Technical Factors: Submit one original proposal clearly marked Original and three (3) copies in 8-1/2 x 11 format, font size 12. Provide the proposals in three ring binders with a cover page including name of firm, address, phone, and fax numbers, contract number and point of contact. Submit an electronic copy of your technical proposal (in PDF) on one electronic copy (CD) or flashdrive. All technical questions shall be submitted in writing no later than 2:00 PM on Tuesday April 21, 2015 to the attention of Ms. Lanna Wright CPPB, Charleston County Park and Recreation Commission, 861 Riverland Drive, Charleston, SC by to prcprocurement@ccprc.com an addendum, if deemed necessary, will be posted on the website. Proposals are due no later 2:00PM on Tuesday, May 12, 2015 to the attention of Ms. Lanna Wright CPPB, Charleston County Park and Recreation Commission, 861 Riverland Drive, Charleston, SC and clearly marked RFP# ,. Submittals A. Each Proposer shall complete and submit the attached Attachment 8, Certification /Qualification Questionnaire/References. B. Address all factors including Project Approach: Proposer capability to be responsive and compliant with the items listed in the RFP. C. An original copy of the proposal. D. A sample of an ornament with similar specifics, but with exact brass quality (weight, thickness) must accompany the proposal. E. Completed Price Proposal Form F. Capacity: The ability to meet the schedule out lined in the RFP. G. Local Preference Option: The Local Vendor Preference will be 5% of the total amount of available points. See Attachment 5. H. Cost: Each Proposer shall submit Price Proposal Form that will include, at a minimum, price to provide the ornaments in this RFP. Proposer is encouraged to provide any additional options and fees for services they may offer that are not listed in the RFP. Each proposal will be evaluated and a Contractor will be selected in accordance with Section Qualification/Evaluation of this RFP. I. The following Attachment must be signed and submitted with proposal: 1. Attachment 1 - SC Dept. of Revenue Form I-312 if applicable 2. Attachment 2 - Equal Employment Opportunity Certification 3. Attachment 3 - Non-Collusion Oath 4. Attachment 4 - Drug Free Workplace Certification 5. Attachment 5 - Local Preference Option if applicable 10 RFP
11 6. Attachment 6 - Compliance with Illegal Immigration Act 7. Attachment 7- Insurance Requirements 8. Attachment 8 - Certification/Qualification Questionnaire/References 9. Attachment 9 W-9 Taxpayer Identification Number and Certification form Contract Document Addendum Submitter acknowledges that it is the submitter s responsibility to determine whether an Addendum has been issued. If so, the submitter must obtain copies of such Addendum from the Commission s website and agrees to be bound by all Addenda that have been issued for this Request for Proposal. If an addendum is issued, the submitter shall sign and return with proposal. 11 RFP
12
13 CHARLESTON COUNTY PARK & RECREATION COMMISSION 861 Riverland Drive Charleston, South Carolina CONTRACT AGREEMENT entered this day of, Between CONTRACTOR: and OWNER: ("CCPRC") Charleston County Park & Recreation Commission CCPRC'S PROJECT #: PROJECT: Holiday Festival of Lights Ornaments 1 RFP
14 ARTICLE 1 SCOPE OF WORK This Blanket Purchasing Agreement and Open-end Contract gives Charleston County Park and Recreation Commission ("CCPRC") the option to issue orders for Holiday Festival of Lights Ornaments in the amount specified at the unit prices set forth in the attached schedule of work. No guarantee is expressed or implied as to the total quantity of commodities/services to be purchased under this Agreement by CCPRC. This Agreement, in and of itself, does not obligate CCPRC to purchase any quantities in the absence of a written order placed against this Agreement. CCPRC reserves the right to issue purchase orders to other vendors for the same services and order partial quantities or to increase the estimated quantities set forth in the schedule. No order shall become due or be acceptable without a written order by CCPRC, which shall contain quantity, date of time and delivery, and other pertinent data required by the Vendor to perform the work in question. ARTICLE 2 DURATION OF CONTRACT The initial contract period shall start on the date of this Agreement and shall terminate one year later. Vendor will complete delivery and CCPRC will accept and receive delivery on any orders mailed to the Vendor prior to the date of expiration. All prices, terms and conditions shall remain firm for the initial period of the Contract and for any renewal period, unless subject to price adjustment. CCPRC may renew this Contract for up to four additional one year options, subject to satisfactory performance and a determination that it will be in the best interest of CCPRC. ARTICLE 3 PRICES, TERMS AND PAYMENTS Proposed price will include all work outlined in the Request for Proposal and on the Proposal form including, but not limited to, handling, set up, shipping and inside delivery charges to the destination shown herein unless otherwise indicated. The price specified shall include all taxes and duties of any kind levied by federal, state, municipal, or other governmental authority, which either party is required to pay with respect to the materials or services covered by this Agreement. If the letter of authorization accompanying these terms and conditions allows the payment of "reimbursables", they shall be paid at Seller's/Vendor's actual cost and subject to audit by CCPRC. Out of state Vendors/Consultants are required to complete form I-312, Nonresident Taxpayer Registration Affidavit Income Tax Withholding form. (a) F.O.B. Delivery Point - All prices must be F.O.B. delivery point, unloaded inside and assembled unless otherwise indicated. (b) TAXES: Prices include all applicable state, local, and federal taxes. 2 RFP
15 (c) DISCOUNTS: Proposers may offer a cash discount for prompt payment. However, such discounts will not be considered in determining the lowest net cost for the evaluation purposes. Proposers should reflect any discounts to be considered in the evaluation in the unit prices proposed. ARTICLE 4 PAYMENT Payment will be made within thirty (30) days after commodities/services have been received, accepted and properly invoiced as indicated in contract and/or order. At a minimum, invoices shall contain the identity of the provider of the services, the date of the services, a description of the services, and any applicable taxes. Invoices must bear the purchase order number. ARTICLE 5 DELIVERY Delivery time shall be stated in written order. Unless otherwise stipulated in the Contract, delivery shall be made to CCPRC, 871 Riverland Drive, Charleston, SC between 9:00 a.m. and 4:00 p.m., Monday through Friday, except holidays and at other times by special arrangements. As the best interest of CCPRC, the right is reserved to make award(s) by individual commodities/services, group of commodities/services, all or none or any combination thereof. ARTICLE 6 WARRANTY Vendor warrants that its materials and workmanship will be performed in a good and workmanlike manner and Vendor shall remedy and/or repair any defective materials or workmanship within one year of completion of any specific task order under this agreement. ARTICLE 7 NON-CONFORMANCE TO CONTRACT CONDITIONS CCPRC may withhold acceptance of, or reject any items which are found, upon examination, not to meet the specification requirements. Upon written notification of rejection, items shall be removed within five (5) calendar days by the Vendor at his expense and redelivered at his expense. Rejected goods left longer than thirty (30) days will be regarded as abandoned and CCPRC shall have the right to dispose of them as its own property. Upon verbal notice to do so, the Vendor shall immediately remove and replace such rejected merchandise at his expense. Rejection for non-conformance, failure to provide services conforming to specifications, or failure to meet delivery schedules may result in Vendor being found in default. 3 RFP
16 ARTICLE 8 INSPECTION, ACCEPTANCE AND TITLE Inspection and acceptance will be at destination. Title and risk of loss or damage to all items shall be the responsibility of the Vendor until acceptance for payment by CCPRC. ARTICLE 9 GOVERNMENTAL RESTRICTIONS In the event any governmental restrictions may be imposed which would necessitate alteration of the material quality, workmanship or performance of the items offered on this proposal prior to their delivery, it shall be the responsibility of the successful Vendor to notify CCPRC at once, indicating in his letter the specific regulation which required an alteration. CCPRC reserves the right to accept any such alteration, including any price adjustments occasioned thereby, or to cancel the contract at no further expenses to the County. ARTICLE 10 LEGAL REQUIREMENTS Applicable provisions of all Federal, State, County and local laws, and of all ordinance, rules and regulations including the CCPRC Procurement Code shall govern development; submittal and evaluation of proposals received in response hereto and shall govern any and all claims and disputes which may arise between person(s) submitting a proposal in response hereto and CCPRC and through its officers, employees and authorized representative, or any other person, natural or otherwise. Lack of knowledge by any Vendor/Proposer shall not constitute a recognizable defense against the legal effect thereof. ARTICLE 11 ASSIGNMENT Vendor shall not transfer, subcontract or assign the performance required by this Request for Proposal without the prior written consent of the Procurement Coordinator. Any Award issued pursuant to this invitation and the monies which may become due hereunder are not assignable except with the prior written approval of the Owner. ARTICLE 12 INDEMNIFICATION The Vendor shall indemnify, save harmless, and defend CCPRC, its officers, agents and employees from and against any claims, demands or causes of action of whatsoever kind or nature arising out of error, omission, negligent act, conduct or misconduct of Vendor, his agents, servants or employees in the provision of goods or the performance of services pursuant to this RFP and contract. 4 RFP
17 ARTICLE 13 QUALIFICATIONS OF PROPOSER Proposals will be considered only from firms normally engaged in providing the types of commodities/services specified herein. CCPRC reserves the right to inspect the facilities, equipment, personnel and organization or to take any other action necessary to determine ability to perform in accordance with specifications, terms and conditions. CCPRC will determine whether the evidence of ability to perform is satisfactory and reserves the right to reject proposals where evidence or evaluation is determined to indicate inability to perform. ARTICLE 14 CANCELLATION If, in the opinion of CCPRC, Vendor fails to perform after reasonable notice, or the Vendor willfully or negligently does not comply with specifications, requirements, terms and conditions of the Contract, the County reserves the right to cancel the Contract by means of written notification. ARTICLE 15 NOTICE TO SELLER TO DELIVER No delivery shall become due or be acceptable without a written order or shipping instruction by CCPRC, unless otherwise provided in the Contract. Such order will contain the quantity, time of delivery and other pertinent data. However, on items urgently required, the Seller may be given telephone notice, to be confirmed by an order in writing. ARTICLE 16 MODIFICATIONS All changes to purchase orders shall be by issuance of a change order. Any modifications or changes to any contract entered into as a result of this RFP/proposal must be by written amendment with the same formality and of equal dignity prior to the initiation of any such change. ARTICLE 17 DISPUTES Disputes shall be resolved in accordance with CCPRC's Procurement Code. Any litigation shall be in a court of competent jurisdiction (non-jury) in Charleston, South Carolina. ARTICLE 18 PROMPT PAYMENT CLAUSE CCPRC (1) Subject to the provisions on retainage provided in Paragraph (2) below, when a subcontractor has satisfactorily performed a work item of the subcontract, the Contractor must pay the subcontractor for the Work item within seven (7) Calendar Days of the Contractor s receipt of 5 RFP
18 payment from CCPRC. A subcontractor shall be considered to have satisfactorily performed a work item of the subcontract when CCPRC pays the Contractor for that Work item. (2) The Contractor may withhold as retainage up to five (5%) percent of a subcontractor s payment until satisfactory completion of all work items of the subcontract. Satisfactorily completion of all work items of the subcontract shall mean when CCPRC pays the Contractor for the last work item of the subcontract. The Contractor must release to the subcontractor any retainage withheld within seven (7) Calendar Days from the date the Contractor receives payment from CCPRC for the last work item of the subcontract. (3) Prior to receiving payment of each monthly estimate, the Contractor shall certify to CCPRC that the construction estimate is complete and that all subcontractors have been paid for work covered by previous estimates. (4) Failure to comply with any of the above provisions shall result in one or more of the following sanctions: (1) no further payments to the Contractor unless and until compliance is achieved; (2) the Contractor being placed in default; and/or (3) the Contractor being declared delinquent This Agreement entered into as of the day and year first written above. 6 RFP
19 This Contract entered into as of the day and year first written above. The two blocks below apply to the award action only. AWARD (Contractor is required to sign this document.) Your offer on this solicitation is hereby accepted as to the items listed. This award consummates the Contract, which consists of (a) the solicitation and your offer, and (b) this Contract award. No further contractual document is necessary. NEGOTIATED CONTRACT (Contractor is required to sign this document and return original to CCPRC.) Contractor agrees to furnish and deliver all items or perform all work, requisitions identified in this Contract and any continuation sheets for the consideration stated in this contract. The rights and obligations of the parties to this contract shall be governed by (a) this Contract award, (b) the solicitation, and (c) the clauses, representations, certifications and specifications incorporated by reference in or attached to this Contract. AGREEMENT Charleston County Park and Recreation Commission Date CONTRACTOR Signature Name Date 7 RFP
Rural Recreation Grounds Maintenance
Request for Proposal Rural Recreation Grounds Maintenance Services Charleston, SC 29412 January 25, 2019 Table of Contents Price Proposal---------------------------------------------------------------------------------------------------2
More informationInvitation for Bid General Contractor for New Waterpark Attractions James Island County Park, Splash Zone & North Charleston Wannamaker
Invitation for Bid 2018 020 General Contractor for New Waterpark Attractions James Island County Park, Splash Zone & North Charleston Wannamaker County Park, Whirlin Waters December 14, 2017 Contents Bid
More informationCOUNTY 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 informationCity of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S
SMALL TOWN VALUES 1115 13TH AVENUE PO BOX 79 SIDNEY NEBRASKA 69162 BIG TIME OPPORTUNITIES PHONE (308) 254-5300 FAX (308) 254-3164 www.cityofsidney.org City of Sidney Request for Qualifications and Proposal
More informationBID PRICE FORM. (Date) CHARLESTON COUNTY PARK AND RECREATION COMMISSION (CCPRC) 861 RIVERLAND DRIVE CHARLESTON, SC 29412
BID PRICE FORM (Date) TO: RE: CHARLESTON COUNTY PARK AND RECREATION COMMISSION (CCPRC) 861 RIVERLAND DRIVE CHARLESTON, SC 29412 INVITATION FOR BID BOARDWALK AND GATEHOUSE REPLACEMENT BEACHWALKER COUNTY
More informationREQUEST 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 information2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.
Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City
More informationConstruction of New Amenities at Folly Beach County Park REQUEST FOR PROPOSAL W. Ashley Ave Folly Beach, SC 29439
REQUEST FOR PROPOSAL at Folly Beach County Park 1100 W. Ashley Ave Folly Beach, SC 29439 RFP No. 2019-003 Date: October 25, 2018 Charleston County Park & Recreation Commission CHARLESTON COUNTY PARK AND
More informationa. Proposals shall be submitted in a sealed envelope and addressed as follows:
City of North Mankato 1 CITY OF NORTH MANKATO REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JULY 1, 2015 THROUGH JUNE 30, 2016 DUE: APRIL 15, 2015 by 5:00 p.m. The City of North Mankato (City)
More informationINVITATION FOR BID. James Island County Park Primitive Campground Restroom Replacement IFB NO OCTOBER 30, 2018
INVITATION FOR BID James Island County Park Primitive Campground Restroom Replacement IFB NO. 2019-009 OCTOBER 30, 2018 CHARLESTON COUNTY PARKS & RECREATION COMMISSION Contents Bid Price Form... 3 SCOPE
More informationRequest 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 informationFLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)
FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) MAIL BIDS TO: FLORIDA KEYS AQUEDUCT AUTHORITY 7000 Front St. (Stock Island) KEY WEST, FLORIDA 33040 (No
More informationRFP 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 informationCITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM
PUR960 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HVAC System Maintenance and Repair MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM The City of Rock Hill, South Carolina is seeking
More information7/14/16. Hendry County Purchase Order Terms and Conditions
Hendry County Purchase Order Terms and Conditions 1. Offer The order set forth in the Purchase Order is subject to cancellation by HENDRY COUNTY without notice if not accepted by VENDOR within fourteen
More informationREQUEST 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 informationREQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )
REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO (PPLD RFP #490-16-01) Pikes Peak Library District ( PPLD ) invites qualified
More informationREQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018
REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 RETURN PROPOSALS TO: Rhetta Hogan Finance Department City of Yreka 701 Fourth Street Yreka, CA 96097 DEADLINE FOR
More informationDrexel 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 informationNOTICE 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 informationCity of Columbia Community Development Department 1225 Lady St., Suite 102 Columbia, SC NOTE: May be printed on agency letterhead
City of Columbia Community Development Department 1225 Lady St., Suite 102 Columbia, SC 29201 NOTE: May be printed on agency letterhead Request for Proposal (Consultant Services) RFP Number: RFP-CD01-10115
More informationVILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM
INVITATION FOR BIDDER'S PROPOSALS, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM OWNER: Village of Libertyville 200 East Cook Avenue Libertyville, Illinois 60048-2090 1. Invitation to Bid: Owner invites sealed
More informationCity of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None
City of Anaheim Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services December 5, 2013 Pre-bid Conference: None Bid Due Date: December 19, 2013 2:00 PM, Pacific Standard Time Submit bid
More informationHousing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend
HDC124 Housing Development Corporation of Rock Hill Request for Proposal CONSTRUCTION OF THREE NEW HOMES Cottages at Southend MANDATORY PRE-BID MEETING: 10 a.m. Wednesday, February 28, 2018 The Housing
More informationMANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding
PUR413 May 22, 2013 MANDATORY PRE-BID MEETING JUNE 06, 2013 VEGETATION Center Grinding Time: We are pleased to invite your company to a mandatory pre-bid meeting on June 06, 2013 @ 10:00 A.M. SHARP! Late
More informationREQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO
REQUEST FOR PROPOSAL For 21c Roof Replacement PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO PPLD RFP # 490-18-05 The Pikes Peak Library District (PPLD) invites qualified Roofing Contractors (The Company
More informationScofield Ridge Homeowners Association
Scofield Ridge Homeowners Association RFP #2012-003 Subject: Entrance Monument Design & Construction Due: March 30, 2012 2:00pm CST c/o Goodwin Management, Attn.: Debra Johnson * 11149 Research Blvd.,
More informationINSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri
INSTRUCTIONS TO BIDDERS Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri 1. Sealed Bids for Water Line Replacement in the Area of Gillis Street from Hines to Lydia
More informationTOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park
TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park Issued By: Town Manager 3150 Southwest 52 nd Avenue Pembroke Park,
More informationTire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal
Tire Disposal Lincoln County Solid Waste RFP #2015-0709 Tire Disposal 1. Introduction 1.1. Lincoln County Solid Waste is seeking proposals from qualified Contractors interested in providing a minimum of
More informationThe 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 informationWorkforce Management Consulting Services
Request for Proposal #40604 Workforce Management Consulting Services For Grand River Dam Authority PROPOSALS TO BE SUBMITTED TO: Grand River Dam Authority Central Purchasing Unit 226 West Dwain Willis
More informationSECTION 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 informationFRIENDSHIP 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 informationCITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit
CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will
More informationWESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT
WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The
More informationREQUEST 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 informationRICE 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 informationRequest 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 informationKANSAS CITY PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR AUDIT SERVICES
KANSAS CITY PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR AUDIT SERVICES October 30, 2014 Kansas City Public Library 14 West 10 th Street Kansas City, Missouri 64105 Proposals will be accepted until: 11:00
More informationPROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE
TOWN OF HOPKINTON PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS
More informationSURPLUS BID ATTACHMENT
SACRAMENTO MUNICIPAL UTILITY SMUD INSTRUCTIONS TO BIDDERS SURPLUS BID ATTACHMENT 1. INSPECTION: This material should be carefully inspected before bidding and any questions regarding quantities or specifications
More information**REVISED BID PRICE FORM** October 24, 2018
**REVISED BID PRICE FORM** October 24, 2018 (Date) TO: RE: CHARLESTON COUNTY PARK AND RECREATION COMMISSION (CCPRC) 861 RIVERLAND DRIVE CHARLESTON, SC 29412 INVITATION FOR BID WANNAMAKER COUNTY PARK DOG
More informationCHEROKEE 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 informationCHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS
CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS REPAIR PARKING LOT SEAL COATING TOWN HALL & POLICE DEPARTMENT BID: 03182019: DEADLINE: Thursday, April 11, 2019,
More informationCounty 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 informationREQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018
REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES Cumberland Mountain Community Services Board RFP#: AUDIT2018-2020 Issue Date April 23, 2018 Cumberland Mountain Community Services requests qualified
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS EVALUATION AND UPDATE OF EXISTING IMPACT FEE STRUCTURE AND CREATION OF CAPITAL IMPROVEMENTS PLAN 519 N. Goose Creek Blvd. Goose Creek, South Carolina 29445 Jake Broom City Administrator
More informationNo late bids will be considered.
CITY OF LEAGUE CITY NOTICE TO BIDDERS BID# 14-017 CITY STREET SWEEPING The City of League City is now accepting sealed bids for services to be rendered in the regular and routine sweeping of certain streets
More informationREQUEST FOR PROPOSAL
SKOKIE-MORTON GROVE SCHOOL DISTRICT 69 REQUEST FOR PROPOSAL Skokie-Morton Grove District 69 will accept sealed proposals for: Audit Services Submit your proposals to the attention of: Mr. Justin Attaway,
More informationCITY 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 informationREQUEST 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 informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS Sealed proposals will be received at the WESTERN TIDEWATER REGIONAL JAIL Attn: Tim Wertheimer Director, Administration and Support Services 2402 Godwin Blvd Suffolk, Virginia 23434
More informationCITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES
CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES May 10, 2011 GENERAL INFORMATION Introduction The City of Salinas (City) seeks qualification submittals from firms or individuals
More informationNEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL
NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL DOCUMENT SHREDDING February 26, 2015 The New York Liquidation Bureau ( NYLB ) carries out the responsibilities of the Superintendent of Financial Services
More informationRequest for Proposal Internet Access
Philadelphia/Neshoba County Public Library Request for Proposal Internet Erate Funding Year July 1, 2015 through June 30, 2016 REQUEST FOR PROPOSAL Internet Philadelphia/Neshoba County Public Library January
More informationCity of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305)
Visit our website for business opportunities at: www.miamigov.com/procurement PURCHASE ORDER/RELEASE NUMBER 14537 Show this number on all packages, invoices, and shipping papers. Page No. City of Miami
More informationDescription Cost PRE-BID CONFERENCE
IMPORTANT This is NOT an order but a request for sealed bid. PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 10 (Plus Attachment A ) REQUEST FOR SEALED BID REQ. NO. 10082841 DATE: 5/31/06 Bids
More informationPURCHASING DEPARTMENT
PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B16-05 Toilet Paper Date: September 18, 2015 To: All Bidders
More informationUnion County. Request for Proposals # Employee Survey Services
Union County Request for Proposals # 2015-030 Employee Survey Services Due Date: April 9, 2015 Time: 2:00pm Receipt Location: Government Center, 500 N. Main Street, Administrative Services, Procurement
More informationWest Virginia Board of Risk and Insurance Management RFP#: RIM
REQUEST FOR PROPOSAL West Virginia Board of Risk and Insurance Management RFP#: RIM 102310 TABLE OF CONTENTS Section 1: Section 2: Section 3: Section 4: Section 5: General Information Project Specifications
More informationWatershed Educational Campaign Project
Request for Proposal 40686 Watershed Educational Campaign Project For Grand River Dam Authority PROPOSALS TO BE SUBMITTED TO: Grand River Dam Authority Central Purchasing Unit 226 West Dwain Willis Avenue
More informationREQUEST FOR PROPOSAL FOR PAWTUCKET/CENTRAL FALLS STATION DISTRICT BRAND DEVELOPMENT, COMMUNICATIONS AND MARKETING STRATEGY
City of Central Falls REQUEST FOR PROPOSAL FOR PAWTUCKET/CENTRAL FALLS STATION DISTRICT BRAND DEVELOPMENT, COMMUNICATIONS AND MARKETING STRATEGY Issue Date: Monday, May 1, 2017 The submission deadline
More informationDeluxe Corporation Purchase Terms and Conditions
Deluxe Corporation Purchase Terms and Conditions The following standard purchase terms and conditions only apply to purchasing transactions (including but not limited to purchase orders) that do not have
More informationSend or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California
April 27, 2017 Subject: Request for Proposals Engineering Design Services and Construction Management for the Sewer Lining Project on Cypress, Essexfells, Vega, and Florentina. The City of Alhambra is
More informationRequest 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 informationREQUEST FOR BID North Fraser Street Georgetown, SC Contact: Daniella Howard, Purchasing Agent Phone:
REQUEST FOR BID REQUESTOR: PROJECT: City of Georgetown 1134 North Fraser Street Georgetown, SC 29440 Contact: Daniella Howard, Purchasing Agent Email: dhoward@cogsc.com Phone: 843.545.4043 Citywide Asphalt
More informationCity of Beverly Hills Beverly Hills, CA
City of Beverly Hills Beverly Hills, CA REQUEST FOR PROPOSAL For Professional Services for Conducting a Department Needs Assessment and Developing a Grant Funding Strategy to Support City Priority Projects
More informationLANCASTER COUNTY SOLID WASTE MANAGEMENT AUTHORITY REQUEST FOR PROPOSAL. for. Construction & Demolition Waste Characterization Study
LANCASTER COUNTY SOLID WASTE MANAGEMENT AUTHORITY REQUEST FOR PROPOSAL for Construction & Demolition Waste Characterization Study JUNE 2018 TABLE OF CONTENTS Section Page 1. Request for Proposal 3 2. Definitions
More informationPURCHASE ORDER TERMS & CONDITIONS. Order Acceptance
PURCHASE ORDER TERMS & CONDITIONS Order Acceptance A. This Purchase order is limited to the terms and conditions contained on the face herein. Any additional or different terms proposed by Seller in any
More informationSUPPLIER - TERMS AND CONDITIONS Materials and Goods
SUPPLIER - TERMS AND CONDITIONS Materials and Goods 1. BINDING EFFECT; ACCEPTANCE. This purchase order and all subsequent purchase orders delivered by Buyer to Seller (each, an "order"), shall be governed
More informationPURCHASING 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 informationINVITATION TO BID Retaining Wall
INVITATION TO BID Retaining Wall DEPARTMENT OF PARKS AND RECREATION The City of Des Peres is soliciting bids from qualified contractors to remove existing block wall and construct one concrete block retaining
More informationINVITATION TO BID (ITB)
INVITATION TO BID (ITB) Annual Contract for Letterhead, Envelopes and Business Cards BIDDER INSTRUCTIONS Montrose County is seeking sealed bids from qualified vendors to supply and print letterhead, envelopes,
More informationCity 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 informationTOWN 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 informationCITY 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 information6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)
E-RATE YEAR 15 (2012/2013) RFP 6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) Anderson Union School District Anderson Union High School District (AUHSD) is seeking proposals for the upcoming Year
More informationContract No NO0. Page 1 of 12 CONTRACT: 11157NO0. Lake Jackson Study - Dam. Between:
COUNTY OF PRINCE WILLIAM 1 County Complex Court, (MC 460) Prince William, Virginia 22192-9201 (703) 792-6770 Metro 631-1703, Ext. 6770 Fax: (703) 792-4611 FINANCE DEPARTMENT Purchasing CONTRACT: 11157NO0
More informationRequest for Qualifications #9709RFQ. Architectural Services for Dawson County Fire Station #9
Dawson County Board of Commissioners Dawson County, GA Request for Qualifications #9709RFQ Architectural Services for Dawson County Fire Station #9 Schedule of Events This Request for Qualifications will
More informationDescription. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.
IMPORTANT This is NOT an order but a request for quotation. PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 13 REQUEST FOR QUOTATION REQ. NO. 3000000582 DATE: 11/10/2006 Quotes must be returned
More informationREQUEST FOR PROPOSALS
SOLID WASTE AGENCY OF NORTHERN COOK COUNTY Request for Proposal FINANCIAL AUDIT FOR THE YEAR ENDED APRIL 30, 2017 REQUEST FOR PROPOSALS The Solid Waste Agency of Northern Cook County SWANCC will receive
More informationRequest 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 informationINVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed
INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time
More informationCounty 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 informationBotetourt County Public Schools
Botetourt County Public Schools Request for Proposals # 18-5000 for Architectural and Engineering Services Related to the Design of a New Elementary School One (1) original and four (4) copies of sealed
More informationSUBCONTRACT. by and between. to perform the Work identified in Article 2 in accordance with the Projects Contract documents.
Phone 800 555-5555 Fax 999 555-5551 TO: 4320 Eucalyptus Way Santa Rosa CA 95401 SUBCONTRACT PROJECT: 186 Williams Post Office 19420 Williams Rd. Monte Rio CA 95462 This agreement entered into this day
More informationRFP Date: October 11, 2012 Response Deadline: November 1, 2012 at 4:00 PM PDT
SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY Request for Proposals for Critical Spare Parts for General Electric LM6000 PC Sprint Gas Turbines at the Canyon Power Plant, Anaheim, California RFP Date: October
More informationPOCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR
POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR REPLACEMENT OF HVAC EQUIPMENT AT Highland High School, 1800 Bench
More informationREQUEST FOR PROPOSAL. UPS Maintenance
REQUEST FOR PROPOSAL UPS Maintenance DATE: February 7, 2008 QUESTIONS DUE BY: February 19, 2008 DUE DATE and BID OPENING: February 26, 2008 TIME OF BID OPENING: 2:00 P.M. EST LOCATION OF BID OPENING: 103
More informationRequest for Proposal CNC Mill For the Rockville High School
Request for Proposal CNC Mill For the Rockville High School Vernon Public Schools, Connecticut BID # VPS-FY15-004 Inquiries: Ms. Nicole Fillion Grant Writer 30 Park Street Vernon, CT 06066 nfillion@vernon-ct.gov
More information(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA
SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR
More informationVILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES
VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES A. Purpose of Request The Village of Greendale Wisconsin is requesting proposals for the purpose of retaining a certified
More informationFIXTURE TERMS & CONDITIONS Materials & Goods
FIXTURE TERMS & CONDITIONS Materials & Goods 1. BINDING EFFECT; ACCEPTANCE. This purchase order and all subsequent purchase orders delivered by Supplier to The Pep Boys Manny, Moe & Jack, and its affiliates,
More informationLEGAL 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 informationCounty 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 informationADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401
ADVERTISEMENT FOR BIDS Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 3:00 PM (EDST) on February 12,
More informationRequest 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 informationCITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services
CITIES OF BOYNE CITY AND CHARLEVOIX INVITATION TO BID Pavement Marking Services Sealed bids are now being accepted by the Cities of Boyne City and Charlevoix for Pavement Marking of Roadways and Parking
More information