BROWNSVILLE PUBLIC UTILITIES BOARD. Request for Competitive Sealed Proposals FOR SECURITY RISK ASSESSMENT AND MASTER PLAN P039-17

Size: px
Start display at page:

Download "BROWNSVILLE PUBLIC UTILITIES BOARD. Request for Competitive Sealed Proposals FOR SECURITY RISK ASSESSMENT AND MASTER PLAN P039-17"

Transcription

1 BROWNSVILLE PUBLIC UTILITIES BOARD Request for Competitive Sealed Proposals FOR SECURITY RISK ASSESSMENT AND MASTER PLAN 2017 P Proposal Due: June 28, 2017 by 5:00 PM Proposal Acknowledgement: June 29, 2017 at 10:00 AM

2 LEGAL NOTICE AND REQUEST FOR PROPOSALS P RESPONDENTS ARE CAUTIONED TO READ THE INFORMATION CONTAINED IN THIS RFP CAREFULLY AND TO SUBMIT A COMPLETE RESPONSE TO ALL REQUIREMENTS AND QUESTIONS AS DIRECTED. The Brownsville Public Utilities Board (BPUB) will accept sealed Proposals for Security Risk Assessment and Master Plan, until 5:00 PM, June 28, 2017 in the Brownsville PUB Purchasing Office, 1495 Robinhood Drive, Brownsville, Texas. Any responses received after this time shall not be considered and will not be opened. Facsimile and responses are not acceptable when responding to this Request for Proposals. Proposals will be publicly acknowledged on June 29, 2017 at 10:00 AM. Firms are invited to attend the acknowledgement at the Brownsville PUB, Purchasing Office. Detailed specifications may be obtained at Brownsville PUB Purchasing Office, 1495 Robinhood Drive, Brownsville, Texas or at the following website Please send one (1) paper original and six (6) paper copies (entire proposal) and one (1) CD ROM or DVD copy (entire document) of the proposal and identify each as an original or copy accordingly, mark on the outside of the envelope and on any carrier s envelope: "SEALED PROPOSAL FOR SECURITY RISK ASSESSMENT AND MASTER PLAN, P039-17, JUNE 28, 2017, 5:00 PM", and send to the attention of Diane Solitaire, Purchasing Department, 1495 Robinhood Drive, Brownsville, Texas The BPUB will not be responsible in the event that the U.S. Postal Service or any other courier system fails to deliver the sealed proposals to the Brownsville Public Utilities Board, Purchasing Office by the given deadline above. The BPUB reserves the right to reject any or all proposals and to waive irregularities contained therein and to accept any proposals deemed most advantageous to the BPUB. BPUB reserves the right to contact any Respondent for clarification after responses are opened and/or to further negotiate with any Respondent if such clarification is deemed desirable by BPUB. BPUB reserves the right to evaluate the responses submitted, or to reject any or all submittals should it be deemed in BPUB s best interest. BPUB reserves the right to negotiate with any, all or none of the Respondents. Any Proposal may be withdrawn prior to the above-scheduled time for the opening of Proposals or authorized postponement thereof. All timely proposals become the property of the BPUB upon receipt and shall not be returned. Any information deemed to be confidential by respondent should be clearly noted on the page(s) where the confidential information is contained. BPUB, however, cannot guarantee that it will not be compelled to disclose all or part of any public record under the Texas Public Information Act, P Security Risk Assessment & Master Plan Page 2

3 since information deemed to be confidential by the respondent may not be considered confidential under Texas law, or pursuant to a Court Order. Diane Solitaire Brownsville Public Utilities Board (956) Phone (956) Fax P Security Risk Assessment & Master Plan Page 3

4 Please submit this page upon receipt ACKNOWLEDGEMENT FORM SECURITY RISK ASSESSMENT AND MASTER PLAN P For any clarifications, please contact Diane Solitaire or Hugo Lopez at Brownsville PUB Purchasing Department at (956) or (956) or or Please fax or mail this page upon receipt of the RFP package or legal notice. If you only received the legal notice and you want the RFP package mailed please provide a method of shipment with account number in the space designated below. Check one: ( ) Yes, I will be able to send a RFP; obtained RFP package from website. ( ) Yes, I will be able to send a RFP; please the RFP package. ( ) Yes, I will be able to send a RFP; please mail the RFP package using the carrier & account number listed below: Carrier: Account: ( ) No, I will not be able to send a RFP for the following reason: EXHIBITS A Upon return of this acknowledgement form, Appendix A will be provided to the address listed below. The company listed below agrees that the information to be provided is confidential and is to only be used by company in connection with preparing a proposal. The company also agrees not to release this information and to comply with Federal and State laws and regulations and notify BPUB in writing within five (5) days if they receive a request for such information. If you are unable to send your proposal, kindly indicate your reason above and return this form via fax to: (956) This will ensure you remain active on our vendor list. Date Company: Name: Address: City: State: Zip Code: Phone: Fax: P Security Risk Assessment and Master Plan Page 4

5 ETHICS STATEMENT (Complete and Return this form with Proposal) The undersigned firm, by signing and executing this proposal, certifies and represents to the Brownsville Public Utilities Board that firm has not offered, conferred or agreed to confer any pecuniary benefit, as defined by (1.07 (a) (6) of the Texas Penal Code, or any other thing of value as consideration for the receipt of information or any special treatment of advantage relating to this proposal; the firm also certifies and represents that the firm has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value as consideration for the recipient s decision, opinion, recommendation, vote or other exercise of discretion concerning this proposal, the firm certifies and represents that firm has neither coerced nor attempted to influence the exercise of discretion by any officer, trustee, agent or employee of the Brownsville Public Utilities Board concerning this proposal on the basis of any consideration not authorized by law; the firm also certifies and represents that firm has not received any information not available to other firms so as to give the undersigned a preferential advantage with respect to this proposal; the firm further certifies and represents that firm has not violated any state, federal, or local law, regulation or ordinance relating to bribery, improper influence, collusion or the like and that firm will not in the future offer, confer, or agree to confer any pecuniary benefit or other thing of value of any officer, trustee, agent or employee of the Brownsville Public Utilities Board in return for the person having exercised their person s official discretion, power or duty with respect to this proposal; the firm certifies and represents that it has not now and will not in the future offer, confer, or agree to confer a pecuniary benefit or other thing of value to any officer, trustee, agent, or employee of the Brownsville Public Utilities Board in connection with information regarding this proposal, the submission of this proposal, the award of this proposal or the performance, delivery or sale pursuant to this proposal. The vendor shall defend, indemnify, and hold harmless the Brownsville Public Utilities Board, all of its officers, agents and employees from and against all claims, actions, suits, demands, proceeding, costs, damages, and liabilities, arising out of, connected with, or resulting from any acts or omissions of contractor or any agent, employee or Supplier of contractor in the execution or performance of this proposal. I have read all of the specifications and general proposal requirements and do hereby certify that all items submitted meet specifications. COMPANY: AGENT NAME: AGENT SIGNATURE: ADDRESS: CITY: STATE: TELEPHONE: ZIP CODE: TELEFAX: FEDERAL ID#: AND/OR SOCIAL SECURITY #: DEVIATIONS FROM SPECIFICATIONS IF ANY: NOTE: QUESTIONS AND CONCERNS FROM PROSPECTIVE CONTRACTORS SHOULD BE RAISED WITH OWNER AND ITS CONSULTANT (IF APPLICABLE) AND RESOLVED IF POSSIBLE, PRIOR TO THE PROPOSAL SUBMITTAL DATE. ANY LISTED DEVIATIONS IN A FINALLY SUBMITTED PROPOSAL MAY ALLOW THE OWNER TO REJECT A PROPOSAL AS NON-RESPONSIVE. P Security Risk Assessment and Master Plan Page 5

6 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS (Complete and Return this form with Proposal) Name of Entity: The prospective participant certifies to the best of their knowledge and belief that they and their principals: Are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency: Have not within a three year period preceding this proposal been convicted of, had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, Local) with commission of any of the offenses enumerated in paragraph (1) (b) of this certification; and have not within a three year period preceding this application/proposal had one or more public transactions (Federal, State, Local) terminated for cause or default. I understand that a false statement on this certification may be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Section 1001, a false statement may result in a fine up to a $10, or imprisonment for up to five (5) years, or both. Name and Title of Authorized Representative (Typed) Signature of Authorized Representative Date I am unable to certify to the above statements. My explanation is attached. P Security Risk Assessment and Master Plan Page 6

7 THIS FORM MUST BE COMPLETED IN ITS ENTIRETY & SUBMITTED WITH BID RESPONSE P Security Risk Assessment and Master Plan Page 7

8 P Security Risk Assessment and Master Plan Page 8

9 Certificate of Interested Parties-Form 1295 Special message: Please read the Special Notification regarding HB 1295 effective January 1, 2016, implemented by the Texas Ethics Commission, which requires business entities to provide a completed Form 1295 to Brownsville PUB with signed contracts in order to execute them. In 2015, the Texas Legislature adopted House Bill The law states that a governmental entity or state agency may not enter into certain contracts with a business entity unless the business entity submits a disclosure of interested parties to the governmental entity or state agency at the time the business entity submits the signed contract to the governmental entity or state agency. The law applies to a contract of a governmental entity or state agency that either (1) requires an action or vote by the governing body of the entity or agency before the contract may be signed or (2) has a value of at least $1 million. The disclosure requirement applies to a contract entered into on or after January 1, To implement the law, the Texas Ethics Commission (TEC) adopted new rules necessary to prescribe the disclosure of interested parties form, and post a copy of the form on the commission s website. The commission adopted the Certificate of Interested Parties form, Form 1295, on October 5, The commission also adopted new rules as part of Chapter 46 of the Texas Administrative Code on November 30, On January 1, 2016, TEC made a new filing application available on their website for business entities to use to both created and file Form Business entities will enter the required information on Form 1295 within the application and print a copy of the completed form, which will include a certification of filing with a unique certification number. An authorized agent of the business entity will need to sign the printed copy of the form and have the form notarized. The completed Form 1295 with the certification of filing must be included with the signed contract to the governmental body or state agency in order for the governmental body to execute the contract. Brownsville PUB will then notify the commission, using TEC s filing application, of the receipt of the filed Form 1295 with the certification of filing not later than the 30th day after the date the contract binds all parties to the contract. TEC will then post the business entity s completed Form 1295 to its website within seven (7) business days after receiving notice from Brownsville PUB acknowledging that it was received. To obtain additional information on HB 1295, to learn more about TEC s process to create a new account or to complete an electronic version of Form 1295 for submission with a signed contract, please go to the following link: NOTE: IF AWARDED THIS CONTRACT, FORM 1295 WILL BE SUBMITTED AT THE TIME THE SIGNED CONTRACT IS SUBMITTED TO BPUB. YES NO P Security Risk Assessment and Master Plan Page 9

10 CERTIFICATE OF INTERESTED PARTIES FORM 1295 Complete Nos. 1-4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. OFFICE USE ONLY 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the goods or services to be provided under the contract. 4 Name of Interested Party City, State, Country (place of business) Nature of Interest (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. AFFIX NOTARY STAMP / SEAL ABOVE Signature of authorized agent of contracting business entity Sworn to and subscribed before me, by the said, this the day of, 20, to certify which, witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath ADD ADDITIONAL PAGES AS NECESSARY P Security Risk Assessment and Master Plan Page 10

11 REQUEST FOR PROPOSAL Security Risk Assessment and Master Plan GENERAL BACKGROUND The Public Utilities Board of the City of Brownsville, Texas, commonly called BPUB, is located on the United States of America-Mexico border near the Gulf of Mexico. BPUB provides electric, water, and wastewater services to the City of Brownsville, Texas and the surrounding area. BPUB was created and established by the citizens of Brownsville through Article VI of the City Charter in 1960 as a separate and distinct agency of the City of Brownsville. It has authority to control, manage, and operate the utility system. The existing electric customer service area encompasses approximately 133 square miles including substantially the entire city. The water and wastewater service areas include the city and most of the surrounding area. As of January 2017, the BPUB had approximately 63,697 billed accounts for the entire system. The operating revenues for fiscal year 2016 were approximately $184 million. BPUB executive administration includes a general manager/chief executive officer, an assistant general manager/chief operations officer and a chief financial officer that oversee specific divisions. BPUB employs approximately 568 employees. BPUB's fiscal year is a 12-month period ending September 30th of each year. PURPOSE BPUB is soliciting competitive sealed proposals from qualified, licensed Class B, and independent security consulting firms (Firm) to provide security risk assessment and master plan services to evaluate and make recommendations regarding the existing physical security measures, current emergency response protocols, training initiatives, current security policies and procedures, current staffing of contracted security services, current security communications and current security surveillance systems. BPUB facilities include water treatment plants, water towers, wastewater treatment plants, a power plant, electric substations, wastewater lift stations, office buildings, and other utility facilities. Some of these facilities are located on the United States- Mexico border. SCOPE The Firm must perform a comprehensive security risk assessment of the security operations to identify strengths and deficiencies and provide specific recommendations for improvement based on industry standards and best practices. NOTE: For the purposes of this RFP, the security risk assessment will focus on BPUB facilities, emergency protocols, policies and procedures and WILL NOT include the review of the BPUB information technology system security network. MINIMUM QUALIFICATIONS The proposing Firm must: P Security Risk Assessment and Master Plan Page 11

12 (a) Be independent and non-product affiliated. This does not prohibit the firm from recommending a product or products. (b) Have no fewer than two years of experience in performing security risk assessments and technical security designs for municipal facilities reference checks may be used in evaluation of proposals. (c) Maintain the minimum insurance requirements stated elsewhere. (d) Present sufficient qualified personnel to carry out the project in a timely fashion. (e) Demonstrate experience in conducting security work for government institutions and/or utilities of similar or larger size and scope. (f) Have experience with security system design and cost estimating. (g) The Firm or individual of the Firm shall be certified by the American Society for Industrial Security as a Certified Protection Professional (CPP) or Physical Security Professional (PSP) or a Certified Security Consultant (CSC). Firm shall also obtain and maintain any licenses, certifications and assurance as required by the Texas Board of Private Investigators and Private Security Agencies and the Texas Department of Public Safety. SCOPE OF SERVICES BPUB seeks to obtain the services from an Independent Security Consulting Services Firm that meets the Minimum Qualifications to provide professional security consulting services that include the evaluation and assessment of existing facility infrastructure, procedures, design and integration of physical security systems. The focus of the Security Risk Assessment and Master Plan is to record and assess the existing security measures, provide recommendations regarding improvements, and to prepare a security master plan. The project WILL NOT include the review of the BPUB information technology system security and communications network. The actual services to be performed will be determined by BPUB, to include but are not limited to the following areas: BPUB is requesting submittals for a security consultant to perform a security risk assessment and master plan for the facilities listed in Appendix A. The proposal includes developing a security master plan including implementation and potential physical security upgrade costs for recommended improvements resulting from the study. Deliverables The consultant must deliver a comprehensive security report that addresses the security risk based on requirements of each particular site. The assessment should, at a minimum, include the following: P Security Risk Assessment and Master Plan Page 12

13 A security threat assessment which will include but is not limited to the following: (a) Identify security related threats from internal and external sources for during and after operating hours (b) Crime analysis (c) Identification of critical assets and pair most likely threats to identify most likely security scenarios on which to base the security program, analyze vulnerabilities, assess impacts of threat scenarios, identify actions that mitigate risk and provide an analysis of mitigation actions. The assessment will not include the electronic infrastructures such as computer and communication systems. (d) A review of security organization and staffing levels and operational budget (e) A review of incident reporting and investigation for the past two years (f) A physical evaluation of each site during and after operating hours (g) Review of current security systems (e.g. access control, intrusion detection, video surveillance, lock and key control) (h) Contractors access (i) Interviews with staff (j) A physical evaluation of areas surrounding the buildings including service areas and parking lots (k) Current security related policies and procedures (l) Current security training (m) Security related emergency response documents (n) Mass notification capabilities The consultant will deliver a Security Risk Assessment Report and Master Plan including cost estimates which will provide recommendations for: (a) Technical and physical security measures to mitigate or reduce risk to staff and physical assets (facilities) including specifications for any recommended system installations (b) Security Awareness programs intended to reduce crime (c) Modifications to existing policies and procedures as appropriate (d) Initial incident response measures for security driven events (e) Implementation strategies with detailed security design cost estimates for recommended measures Presentations to management and the Board of Directors to review findings and recommendations: (a) Management (minimum two presentations) (b) Board of Directors (minimum two presentations) PROPOSAL SUBMISSION REQUIREMENTS a. It is the proposing Firm's responsibility to provide all required information, including required attachments. No information beyond that specifically requested is required, and proposing Firms are requested to keep their submissions to the shortest length consistent with making a complete presentation of qualifications. Unless otherwise indicated, a proposal that does not provide all of the information requested below may be rejected. P Security Risk Assessment and Master Plan Page 13

14 b. The proposals must follow all formats and address all portions of the RFP set forth herein providing all information requested. c. To this end, the proposing Firm shall complete and/or submit the following documents as part of the sealed proposal package presented in the following format and order: (1) All proposals must be: (a) Clearly legible; (b) Sequentially page-numbered and include the proposing Firm's name at the top of each page; (c) Organized in the sequence outlined following the Table of Contents as listed in the RFP proposal format; (d) Correctly identified with the RFP number and submittal deadline; responsive to all RFP requirements; (e) Typed on 8½ by 11 paper; (f) In Arial or Times New Roman font, size 12 for normal text, no less than size 10 for tables, graphs, and appendices; (g) Bound in a 3-ring binder; and (h) Submitted as one (1) paper original (entire document); six (6) paper copy (entire document); and one (1) CD ROM or DVD copy (entire document). Proposals may not include materials or pamphlets not specifically requested in this RFP. (2) Proposal Format (a) The proposals must be structured, presented, and labeled in the following manner: Tab 1 Table of Contents Tab 2 Executive Summary Tab 3 Project Work Plan Tab 4 Qualifications Tab 5 Key Personnel Tab 6 Background and Experience Tab 7 Price Tab 8 Value Added Benefits Tab 9 Certifications and Other Required Forms d. Failure to follow the specified format, label the responses correctly, or address all of the subsections may, at the BPUB s sole discretion, result in the rejection of the Proposal. Proposals should not contain extraneous information. All information presented in a Proposal must be relevant in response to a requirement of this RFP, must be clearly labeled, and, if not incorporated into the body of the Proposal itself, must be referenced to the appropriate place within the body of the Proposal. The Proposal pages shall be numbered, and each section (tab) labeled. e. Format and Content Proposals must be organized as follows: P Security Risk Assessment and Master Plan Page 14

15 TAB 1: TABLE OF CONTENTS Identify each major section (tab), all pages are to be numbered. TAB 2: EXECUTIVE SUMMARY An Executive Summary of no more than four (4) pages should be included with the first page dedicated to describing how the Firm meets the minimum qualifications of this RFP, and the remaining three pages identifying and substantiating the basis of the contention that the Firm is the best qualified to provide the requested services for the BPUB. Please address what the Firm offers to the BPUB that competing Firms cannot offer. Include the location of the office at which the services to be provided hereunder will be performed. Also include information regarding affiliation and membership with professional associations within the security and law enforcement industries. TAB 3: PROJECT WORK PLAN (a) Provide the legal entity name for the Firm. Provide the proposal contact name, phone number, address and physical address(s) from which proposing Firm operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. (b) Describe the Firm s proposed objectives, processes and methodologies for providing all components included but not limited to the scope of services and the exhibits. (c) Provide a plan of implementation of the assessment. TAB 4: QUALIFICATIONS (a) Describe the firm s qualifications and experience in providing past and present Security Risk Assessment and Master Plan Services (brief company history). (b) Complete a detailed description of the proposing Firm s qualifications with particular emphasis on experience relative to the services described herein. (c) Security Consulting Qualifications- Provide copies of documentation representing current listing from the Texas Private Security Board of the Texas Department of Public Safety. TAB 5: KEY PERSONNEL (a) Provide a project staff chart clearly identifying the project manager and key personnel associated with conducting the required Scope of Services. (b) Key Personnel- Provide resumes of the project manager and key personnel associated with conducting the required Scope of Services. Detail qualifications, licenses and experience relative to security risk assessment and master plan service. Firm must ensure that staff has all required licenses, certifications, and training appropriate for such persons role and function within the Firm. Include information for the individual responsible for overall management and performance under the contract, the individual primarily responsible for the order fulfillment function of the scope of work, and the individual primarily responsible for the direct support function of the proposing Firm. TAB 6: BACKGROUND AND EXPERIENCE - P Security Risk Assessment and Master Plan Page 15

16 (a) Provide at least six (6) references with three (3) current clients and three (3) past clients of completed projects which best illustrate the experience of the Firm. (b) The following information must be included for each reference: entity name, client contact information (name, title, phone and ), scope of work performed identified, and security consulting service start and end date. BPUB reserves the right to contact references, current or former clients to validate background and experience. TAB 7: PRICE - (a) Complete the BPUB Pricing Proposal Form by providing your best proposed prices provided and placed on the form behind this tab. The Pricing Proposal Form is found in Exhibit B of the RFP. Pricing shall be inclusive of all materials, travel and expenses required to complete the scope of work described here in. TAB 8: Value Added Benefits (a) Describe any services or deliverables that are not required by the RFP that the respondent proposes to provide at no additional cost to BPUB. Firms are not required to propose value-added benefits, but inclusion of such benefits may result in a more favorable evaluation. TAB 9: CERTIFICATIONS AND OTHER REQUIRED FORMS - Complete, sign, and submit all certifications and other required forms as listed below and place behind this TAB: (a) Proposal Acknowledgement Form (submit this page upon receipt, can include copy in the Proposal). Any modifications or alterations to this form shall not be accepted. (b) Ethics Statement (c) Conflict of Interest Questionnaire (d) Certificate of Interested Parties, Form 1295 (e) W9 or W8-BEN (f) Insurance Requirements - Evidence of policy or ability to obtain a professional liability (E&O) policy must be submitted in order to be considered. The Firm will be required to have a professional liability policy with a minimum limit of $2,000,000. (g) Certified Statement - Certified statement that the Firm is not debarred, suspended, or otherwise prohibited from professional practice by any Federal, State, or Local agency. This form must be submitted in order to be considered. (Page 6) EVALUATION PROCEDURE AND CRITERIA All proposals must be completed with all information requested in order to be considered responsive. If the proposal fails to conform to the essential requirements of the RFP, Brownsville PUB alone will determine whether the variance is significant enough to consider the proposal susceptible to being made acceptable, and therefore a candidate for further consideration; or not susceptible to being made acceptable and therefore not considered for award. Only the information provided with the proposal, subsequent discussions and clarifications provided in writing, and the P Security Risk Assessment and Master Plan Page 16

17 proposer s written Best and Final Offer, is used in the evaluation process and award determination. Only these criteria will be considered on the award determination. A BPUB committee will review the proposals submitted in response to this request and will make recommendations. For each criterion, the score is determined by multiplying the rating by BPUB committee and the weight for the criteria. The ratings range from 1 to 5. The maximum total possible score is 100 if the consultant receives a rating of 5 on each criterion. The BPUB committee will review all proposals in light of the following major evaluation criteria with corresponding weights: (1) Project Work Plan, weight 5 (2) Security Consulting Qualifications, weight 5 (3) Project Key Personnel, weight 4 (4) Background and Experience, weight 4 (5) Price, weight 2 Finalist Firms may be required to provide a presentation(s) of their proposals during a Board of Directors meeting in Brownsville, Texas. Presentations may encompass, but not limited to, past projects and demonstration of ability to understand and provide a design based on client needs. Please be advised that cost will not be the sole determining factor in BPUB s selection of the consulting Firm. The decision to conduct interview or check proposer s references of individual Firms, all Firms or no Firms is at the sole discretion of BPUB. PROPOSAL INFORMATION All proposal envelopes shall contain a signed one (1) paper original and six (6) paper copies and one (1) CD ROM or DVD (entire document). The original proposals will be opened and only the Firm s name read aloud at the BPUB Purchasing Office located at 1495 Robinhood Drive, Brownsville, Texas. All proposals will be managed by BPUB in a manner that avoids disclosure of the contents to competing firms and keeps the proposals confidential during any negotiations. All proposals will be open for public inspection as stated in the open records act, after the contract is awarded; however, trade secrets and confidential commercial or financial information in the proposals specifically identified by the firms will not be open for public inspection. Accordingly, all pages in the proposal that the Firm considers to be proprietary and confidential should be appropriately marked. Direct any questions to Diane Solitaire, Purchasing Department, by phone at (956) or by at dsolitaire@brownsville-pub.com or Hugo Lopez by phone at (956) or by at hlopez@brownsville-pub.com Candidates must guarantee their Original Proposal or subsequently clarified proposal for at least ninety (90) days from the Original Proposal opening date. To obtain the best and final offers, the BPUB may require written clarifications and explanations of Firm proposals after Original Proposal submissions when certain candidates have been selected for interviews. The BPUB will not be liable for any of the Firm s costs or expenses incurred in preparation or presentation of the Proposal(s). The BPUB also reserves the right to conduct a pre-award survey, or to require other P Security Risk Assessment and Master Plan Page 17

18 evidence of technical, production, managerial, financial, or other abilities prior to the award of the contract. The BPUB will follow Texas Local Government Code procurement procedures found at: Sections (b)(c); (b); ; (h); (b). To ensure that the award is made to the Firm whose proposal best meets the needs of the BPUB, discussion may be conducted with the top three (3) rated Firms at BPUB s discretion. The BPUB may require more than one meeting be held with the top three (3) rated Firms. After the meeting(s), five (5) working days will be allowed for the Firms to submit all requested additional information and explanations in writing, which shall be deemed a part of their final offer. The Firm shall submit with such clarifications and explanations any revised projected schedule. The Firms shall be treated fairly and equally with respect to any and all opportunities for discussion, clarification, and explanation of proposals. Any Firm may be required, at the option of the BPUB, to demonstrate successful performance of similar services. The services to be demonstrated shall have similar functional and performance characteristics as those required in these specifications. The potential demonstration(s) shall occur at a mutually agreed upon time and location. INSTRUCTIONS TO RFP RESPONDENTS Firms must submit a signed one (1) paper original and six (6) paper copies and one (1) CD ROM or DVD copy (entire document) of the proposal in a sealed package. Proposals shall be submitted to the BPUB Purchasing Office, 1495 Robinhood Drive, Brownsville, Texas, no later than 5:00 PM on June 28, Sealed envelope must be clearly labeled as follows: Brownsville Public Utilities Board Attention: Diane Solitaire 1495 Robinhood Drive Brownsville, TX P Security Risk Assessment and Master Plan, June 28, 2017, 5:00 PM CONTRACT WITH FIRM/ENTITY INDEBTED TO BPUB It is a policy of the BPUB to refuse to enter into a contract or other transaction with an individual, sole proprietorship, joint venture, Limited Liability Company or other entity indebted to BPUB. FIRM REPRESENTATIVE The successful Firm agrees to send a personal representative with binding authority for the company to the BPUB upon request to make adjustments and/or assist with coordination of all transactions as needed. VENDOR ACH (DIRECT DEPOSIT) SERVICES The Brownsville PUB has implemented a payment service for vendors by depositing the payment directly to the vendor s bank account. Successful vendor(s) will be required to receive payments P Security Risk Assessment and Master Plan Page 18

19 directly through Automated Clearing House (ACH) in lieu of a paper check. Return the Direct Deposit Authorization Form with the bid response. The awarded vendor must agree to receive payments via ACH (Direct Deposit). TAX IDENTIFICATION NUMBER (TIN) In accordance with IRS Publication 1220, Aw9 form, or a W8 form in cases of a foreign vendor, will be required of all vendors doing business with the Brownsville PUB. If a W9 or W8 form is not made available to Brownsville PUB, the first payment will be subject to income tax withholding at a rate of 28% or 30% depending on the U.S. status and the source of income as per IRS Publication The W9 or W8 form must be included with proposal response. Attached are sample forms. TAXES The BPUB is exempt from Federal Excise Tax, State Sales Tax and Local taxes. Do not include tax in the proposal. If it is determined that tax was included in the proposal, it will not be included in the tabulation or any awards. Tax exemption certificates will be furnished upon request. SIGNING OF PROPOSAL Failure to manually sign proposal will disqualify it. Person signing proposal should show title or authority to bind their firm to a contract. EEOC GUIDELINES During the performance of this contract, the Firm agrees not to discriminate against any employee or applicant for employment because of race, national origin, age, religion, gender, marital or veteran status or physically challenging condition. LIVING WAGE STATEMENT On April 16, 2007, the BPUB Board of Directors approved a local living wage policy that requires all Contractors performing 100% Non-Federally funded Work for the BPUB to pay not less than a minimum wage rate of $8.00/hour. The BPUB requires that all Contractors comply with this policy. CONTRACT AND PURCHASE ORDER The services shall be performed in Brownsville, Texas. A personal services contract for the services will be placed into effect after evaluation and final approval by BPUB Board of Directors. BROWNSVILLE PUB RIGHTS 1. If only one or no proposal is received by submission date, the BPUB has the right to reject, re-advertise, accept and/or extend the proposal by up to an additional two (2) weeks from original submission date. 2. The right to reject any/or all proposals and to make award as they may appear to be advantageous to the Brownsville Public Utilities Board. 3. The right to hold proposal for up to 90 days from submission date without action, and to waive all formalities in proposal. P Security Risk Assessment and Master Plan Page 19

20 4. The right to extend the total proposal beyond the original 90-day period prior to an award, if agreed upon in writing by all parties (BPUB and Firm/contractor) and if proposer/firm holds original proposal prices firm. 5. The right to terminate for cause or convenience all or any part of the unfinished portion of the Project resulting from this solicitation within thirty (30) calendar days written notice; for cause: upon default by the Firm/contractor, for delay or non-performance by the Firm/contractor; or if it is deemed in the best interest of the BPUB for BPUB s convenience. 6. The right to increase or decrease services. In proposal, stipulate whether an increase or decrease in services will affect proposal price. CORRECTIONS Any interpretation, correction, or change to the RFP will be made by ADDENDUM. Changes or corrections will be issued by the BPUB Purchasing Department. Addenda will be ed or faxed to all who have returned the Proposal Acknowledgement form. Addenda will be issued as expeditiously as possible. It is the responsibility of the Firms to determine whether all addenda have been received. It will be the responsibility of all respondents to contact the BPUB prior to submitting a response to the RFP to ascertain if any addenda have been issued, and to obtain any all addenda, execute them, and return addenda with the response to the RFP. Addenda may also be posted on the BPUB website. PROJECTED PROJECT TIMELINE The BPUB has established the following timeline relating to the selection process. Dates are estimates only and are subject to change. Item Date(s) RFP issued: May 30, 2017 Deadline to Submit Questions June 13, 2017 by 5:00 PM Proposals due: June 28, 2017 by 5:00 PM Proposals acknowledgment: June 29, 2017 at 10:00 AM Proposals evaluated: June 30 July 14, 2017 Board Committee July 24 August 11, 2017 Board Approval: September 11, 2017 Project start date: October 2017 REFERENCE CHECKS The BPUB will contact prospective firm s references by telephone. RFP IS NOT A BASIS FOR OBLIGATIONS This request for competitive sealed proposals does not constitute an offer to contract and does not commit the BPUB to the award of a contract to anyone or to pay any costs incurred in the preparation and submission of proposals. The BPUB reserves the right to reject any or all proposals that do not conform to the requirements stated in this document. The BPUB also reserves the right P Security Risk Assessment and Master Plan Page 20

21 to cancel all or part of this request for proposals for any reason determined by the BPUB to be in the best interest of the rate payers. RIGHTS TO SUBMITTED MATERIALS All proposals and material submitted to the BPUB by a firm, in response to this RFP, shall become the property of the BPUB after the proposal submission deadline. The BPUB s return of the proposals/material will be subject to the requirements of the laws of the State of Texas. BUSINESS REQUIREMENTS Firms shall respond to each of the items listed below. Proposal shall include for each phase, a detailed description of how the specific phase would be met, including what would be required from the BPUB to meet the specific phase. Respondents must provide a response to each one of these phases. Respondents are encouraged to recommend as part of their proposal additional options, features or measures to help the BPUB meet its objectives on a separate sheet of paper. UNAUTHORIZED COMMUNICATIONS After release of this solicitation, Proposer s contact regarding this RFP with members of the RFP evaluation, interview or selection panels, and employees of the BPUB or officials of the BPUB other than the Purchasing Manager or Purchasing Staff is prohibited and may result in disqualification from this procurement process. No officer, employee, agent or representative of the Proposer shall have any contact or discussion, verbal or written, with any members of the BPUB Board of Directors, members of the RFP evaluation, interview, or selection panels, BPUB staff, or directly or indirectly through others, seek to influence any BPUB Board member, BPUB staff regarding any matters pertaining to this solicitation, except as herein provided. If a representative of any Proposer violates the foregoing prohibition by contacting any of the above listed parties with whom contact is not authorized, such contact may result in the Proposer being disqualified from the procurement process. P Security Risk Assessment and Master Plan Page 21

22 EXHIBIT B COST SHEET Security Risk Assessment and Master Plan P Instructions: Consultant shall take into account all incurred expenses and cost of services when filling out the cost sheet and include it in the final proposal. Additional expenses shall be added to the Additional Expenses Section. PRODUCT/SERVICE DESCRIPTION TASK 1 Security Risk Assessment including site visits and interviews TASK 2 Security Master Plan Development TASK 3 Security Risk Assessment Report and Master Plan TASK 4 Presentations (include travel costs) Project Services QTY UNIT COST/HOUR TOTAL COST ADDITIONAL EXPENSES (if applicable) TOTAL COST: NOTE: ADDITIONAL EXPENSES MAY INCLUDE MISCELLANEOUS EXPENSES NOT LISTED ABOVE. COMMENTS: P Security Risk Assessment and Master Plan Page 22

23 Company Name: Authorized Company Representative: Authorized Company Representative: Signature (Failure to manually sign proposal will disqualify it) Company Address: Telephone #: Fax #: P Security Risk Assessment and Master Plan Page 23

24 P Security Risk Assessment and Master Plan Page 24

25 P Security Risk Assessment and Master Plan Page 25

26 P Security Risk Assessment and Master Plan Page 26

BROWNSVILLE PUBLIC UTILITIES BOARD. Request for Competitive Sealed Proposals (RFP) For Development and Implementation of a Strategic Marketing Plan

BROWNSVILLE PUBLIC UTILITIES BOARD. Request for Competitive Sealed Proposals (RFP) For Development and Implementation of a Strategic Marketing Plan BROWNSVILLE PUBLIC UTILITIES BOARD Request for Competitive Sealed Proposals (RFP) For Development and Implementation of a Strategic P 034-13 Proposal Due: January 16, 2013 at 5:00 PM Proposal Acknowledgement:

More information

BROWNSVILLE PUBLIC UTILITIES BOARD Q015-18

BROWNSVILLE PUBLIC UTILITIES BOARD Q015-18 BROWNSVILLE PUBLIC UTILITIES BOARD Q015-18 REQUEST FOR STATEMENTS OF QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES ROTATION LIST FOR WATER AND WASTEWATER PROJECTS DM252386v1 TABLE OF CONTENTS 1.0

More information

Request for Proposals (RFP)

Request for Proposals (RFP) Town of Londonderry, NH Planning and Engineering Professional Review Services Request for Proposals (RFP) The Town of Londonderry, New Hampshire (Town), through the office of the Town Manager, and with

More information

Request for Qualifications Number 1470 General Construction Services

Request for Qualifications Number 1470 General Construction Services RICHARDSON INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 970 Security Row Richardson, TX 75081 Request for Qualifications Number 1470 General Construction Services Richardson Independent School District

More information

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES PROPOSALS MUST BE SUBMITTED BY 4:00 PM DECEMBER 29, 2016 TO: MR. TONY LENTYCH EXECUTIVE DIRECTOR TRAVERSE CITY

More information

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES The intent of this Request for Qualifications (RFQ) is to solicit responses from Energy Service

More information

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM Invitation to Bid 20150224 RFP-VISITOR MANAGEMENT SYSTEM Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin,

More information

Austin Independent School District Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas

Austin Independent School District Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas 78703-5399 March 22, 2016 REQUEST FOR QUALIFICATIONS The Austin Independent School District is soliciting Statements of Qualifications

More information

STATEMENT OF BIDDER'S QUALIFICATIONS

STATEMENT OF BIDDER'S QUALIFICATIONS STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate

More information

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY PRICE PROPOSAL DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY For the following Package: Contract Number: ET-0056-B01 Contract Name/Description: A. Chester Redshaw Elementary

More information

NAVARRO INDEPENDENT SCHOOL DISTRICT 6450 N. State Hwy 123 Seguin, TX (830)

NAVARRO INDEPENDENT SCHOOL DISTRICT 6450 N. State Hwy 123 Seguin, TX (830) April 13, 2016 NAVARRO INDEPENDENT SCHOOL DISTRICT 6450 N. State Hwy 123 Seguin, TX. 78155 (830) 372-1930 REQUEST FOR QUALIFICATIONS PROFESSIONAL ANNUAL AUDITING SERVICES FOR FISCAL YEAR ENDING August

More information

REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study

REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study Due date: May 12, 2017 Time: 4:00 pm Receipt Location: 230 Government Center Drive Wilmington, NC 28403 Procurement Contact Person: Name:

More information

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee PROPOSAL REQUEST Type I and Type II Ambulances For the Sumner County Emergency Medical Services Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 34-130717 July, 2013 Introduction

More information

PROPOSAL REQUEST. Sumner County Sheriff s Office

PROPOSAL REQUEST. Sumner County Sheriff s Office PROPOSAL REQUEST Mobile In-Car Camera Systems for use in Patrol Vehicles For the Sumner County Sheriff s Office Sumner County Government Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

More information

Invitation to Bid IN-CAR CAMERA S

Invitation to Bid IN-CAR CAMERA S Invitation to Bid 121515 IN-CAR CAMERA S Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066 for 121515

More information

PROPOSAL REQUEST. Sumner County Emergency Medical Service

PROPOSAL REQUEST. Sumner County Emergency Medical Service PROPOSAL REQUEST Mechanical CPR Device For the Sumner County Emergency Medical Service SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 20180801-CO July 2018-June 2019 Introduction Sumner County

More information

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY PRICE PROPOSAL DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY For the following Package: Contract Number: ET-0061-B01 Contract Name/Description: New Joseph C. Caruso

More information

Invitation to Bid ROBOTIC CAMERA SYSTEM

Invitation to Bid ROBOTIC CAMERA SYSTEM Invitation to Bid 012716 ROBOTIC CAMERA SYSTEM Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066 for

More information

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039 REQUEST FOR PROPOSAL FOR American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100

More information

REQUEST FOR PROPOSAL. No. FY Facilitation Consulting Services. October American Association of Motor Vehicle Administrators

REQUEST FOR PROPOSAL. No. FY Facilitation Consulting Services. October American Association of Motor Vehicle Administrators REQUEST FOR PROPOSAL No. FY19-17075 Facilitation Consulting Services October 2018 American Association of Motor Vehicle Administrators Table of Contents 1. INTRODUCTION...1 1.1. PURPOSE AND BACKGROUND...1

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

APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION

APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION Construction Purchasing Department 3661 Interstate Park Rd. N., 2 nd Floor Riviera Beach, FL 33404 Phone:

More information

PROPOSAL REQUEST NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office

PROPOSAL REQUEST NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office PROPOSAL REQUEST 20160621-01 NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office SUMNER COUNTY BOARD OF EDUCATION SUMNER COUNTY, TENNESSEE Purchasing Staff Contact:

More information

LEGAL NOTICE AND REQUEST FOR QUALIFICATION STATEMENTS Q027-18

LEGAL NOTICE AND REQUEST FOR QUALIFICATION STATEMENTS Q027-18 LEGAL NOTICE AND REQUEST FOR QUALIFICATION STATEMENTS Q027-18 The Brownsville Public Utilities Board ( BPUB ) will accept sealed Statements of Qualifications for Professional Engineering Services for the

More information

BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803

BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803 BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID #16-3702 Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803 The undersigned hereby agrees to all terms and conditions set forth in the Invitation

More information

CAMERON INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ENERGY SAVING PERFORMANCE CONTRACT TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

CAMERON INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ENERGY SAVING PERFORMANCE CONTRACT TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES CAMERON INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ENERGY SAVING PERFORMANCE CONTRACT TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES The intent of this Request for Qualifications (RFQ) is to solicit

More information

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

Notice to Bidders. No faxed or  ed bids will be accepted. Bids received after the closing time will not be accepted. KEN BASS DIRECTOR OF PURCHASING 214 NORTH 5 TH STREET WACO, TEXAS 76701 (254) 757-5016 FAX (254) 757-5068 Notice to Bidders Sealed bids will be received by the McLennan County Purchasing Department at

More information

Invitation to Bid BULK MOTOR OIL

Invitation to Bid BULK MOTOR OIL Invitation to Bid 20151020 BULK MOTOR OIL Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066 for 20151020

More information

REQUEST FOR PROPOSAL. Spokane Tribal Benefits Broker

REQUEST FOR PROPOSAL. Spokane Tribal Benefits Broker REQUEST FOR PROPOSAL FOR Spokane Tribal Benefits Broker PROPOSAL Number: RFP17-023 BY: SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100 WELLPINIT, WA 99040 KEY

More information

PROPOSAL REQUEST For Scanners and Printers. For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

PROPOSAL REQUEST For Scanners and Printers. For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE PROPOSAL REQUEST For Scanners and Printers For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Gallatin, Tennessee Bid# 16-150223 February, 2015 Introduction Sumner

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

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

THE SUMNER COUNTY REGISTER OF DEEDS

THE SUMNER COUNTY REGISTER OF DEEDS PROPOSAL REQUEST Maintenance for Server Hardware & Software FOR THE SUMNER COUNTY REGISTER OF DEEDS SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Gallatin, Tennessee Bid # 26-140519 May, 2014 Introduction

More information

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS Acquisition Management On behalf of Health Services CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 REQUEST FOR PROPOSAL

More information

IV. SERVICES TO BE PROVIDED See Exhibit A Statement of Work. V. PROPOSAL AND SUBMISSION INFORMATION

IV. SERVICES TO BE PROVIDED See Exhibit A Statement of Work. V. PROPOSAL AND SUBMISSION INFORMATION REQUEST FOR PROPOSAL RETIREE HEALTH INSURANCE PROGRAM CONSULTING SERVICES I. INTRODUCTION This Request for Proposal ( RFP ) is being released by the Chicago Teachers Pension Fund ( CTPF) to solicit proposals

More information

REQUEST FOR PROPOSALS CITY OF CONROE PD DISTRIBUTED ANTENNA SYSTEM (DAS) SERVICE FOR CELLULAR ENHANCEMENT

REQUEST FOR PROPOSALS CITY OF CONROE PD DISTRIBUTED ANTENNA SYSTEM (DAS) SERVICE FOR CELLULAR ENHANCEMENT REQUEST FOR PROPOSALS CITY OF CONROE PD DISTRIBUTED ANTENNA SYSTEM (DAS) SERVICE FOR CELLULAR ENHANCEMENT CITY OF CONROE P.O. BOX 3066 CONROE, TEXAS 77305 RESPONSES DUE JULY 27, 2017 @ 2:00 PM PROJECT

More information

Request for Risk Management and Insurance Broker Services

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

More information

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street

More information

SOMERSET COUNTY INSURANCE COMMISSION

SOMERSET COUNTY INSURANCE COMMISSION SOMERSET COUNTY INSURANCE COMMISSION REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES The Somerset County Insurance Commission ( Commission ) is soliciting proposals through a fair and open process in accordance

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

Invitation to Bid CO WIRE BASKETS. Sumner County Sheriff s Office /Jail

Invitation to Bid CO WIRE BASKETS. Sumner County Sheriff s Office /Jail Invitation to Bid 20181101-CO WIRE BASKETS Sumner County Sheriff s Office /Jail Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport

More information

TOWN 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 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 information

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES SILVER FALLS SCHOOL DISTRICT REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES DEADLINE FOR RECEIPT OF RFP: TO BE OPENED BY: May 1, 2016 at 3:00 p.m. Superintendent Andy Bellando Silver Falls School District

More information

Request for Proposals: Environmental Site Assessment for Single Property

Request for Proposals: Environmental Site Assessment for Single Property OBDD RFP No. C2019048 Request for Proposals: Environmental Site Assessment for Single Property Proposal due date: January 29, 2019 at 3:00 p.m. Pacific Time 1.0 SOLICITATION INFORMATION AND REQUIREMENTS

More information

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

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

More information

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC SRR-PPS-2009-00012, Rev 2 SECTION A, APPLICABLE TO ALL OFFERS... 2 1. Certification and Agreement... 2 2. Authorized Negotiators... 2 3.

More information

Public Review Draft PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES

Public Review Draft PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES. PURPOSE AND INTENT OF RULE () The primary purpose of this Rule is to describe the process for developing

More information

Request for Qualifications

Request for Qualifications Request for Qualifications Issued: December 2, 2016 City Auditorium Bathroom Remodel Project Design-Build Project STATEMENTS OF QUALIFICATIONS ARE DUE BY 3:00 P.M. TUESDAY, JANUARY 10, 2017 1.0 REQUEST

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 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

If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums:

If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums: ATTACHMENT A COVER SHEET FOR PROPOSAL Proposals must include this cover sheet (or this sheet reproduced on company letterhead) or PAGE 1 of the proposal. This attachment is provided as a fillable form.pdf

More information

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals RFP-FD-09-01 - Replacement Mid-Mount Tower Ladder Required Submittals 1. All addenda (signed and dated) 2. Letter of Transmittal 3. Corporate Information 4. Summary of Litigation (if not applicable, please

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

APPENDIX B MISSOURI SERVICE-DISABLED VETERAN BUSINESS PREFERENCE (Applies to non-federal funded projects)

APPENDIX B MISSOURI SERVICE-DISABLED VETERAN BUSINESS PREFERENCE (Applies to non-federal funded projects) APPENDIX B MISSOURI SERVICE-DISABLED VETERAN BUSINESS PREFERENCE (Applies to non-federal funded projects) By virtue of statutory authority, RSMo 34.074, a preference will be given all contracts for the

More information

Request for Proposal Seeking Lighting Suppliers to Provide Energy Efficient Lighting Fixtures & Controls

Request for Proposal Seeking Lighting Suppliers to Provide Energy Efficient Lighting Fixtures & Controls New Jersey Office of Clean Energy Direct Install Program Request for Proposal Seeking Lighting Suppliers to Provide Energy Efficient Lighting Fixtures & Controls Issued by TRC Energy Services Commercial

More information

[ ] an individual, [ ] a corporation (please mark appropriate box), duly organized under the

[ ] an individual, [ ] a corporation (please mark appropriate box), duly organized under the ATTACHMENT A COVER SHEET FOR PROPOSAL Proposals must include this cover sheet (or this sheet reproduced on company letterhead) or PAGE 1 of the proposal. This attachment is provided as a fillable form.pdf

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

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES SECTION I GENERAL INFORMATION A. INTRODUCTION/BACKGROUND The Coral Gables Retirement Board (hereafter Board ) is requesting

More information

THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA RENEWAL VENDOR PREQUALIFICATION PROGRAM

THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA RENEWAL VENDOR PREQUALIFICATION PROGRAM THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA RENEWAL VENDOR PREQUALIFICATION PROGRAM Pursuant to State Requirements for Educational Facilities, Chapter 4, Section 4.1 Prequalification of Contractors

More information

REQUIRED SIGNATURE PAGE FOR PROPOSALS. Disaster Restoration and Recovery Services

REQUIRED SIGNATURE PAGE FOR PROPOSALS. Disaster Restoration and Recovery Services REQUIRED SIGNATURE PAGE FOR PROPOSALS Disaster Restoration and Recovery Services This page, signed by an authorized officer of your Company, must accompany your proposal as the cover page. I, the undersigned,

More information

TCL&P Facilities HVAC Improvements (specifications attached)

TCL&P Facilities HVAC Improvements (specifications attached) Date: April 3, 2018 Bidder: (TCL&P) will receive sealed bids in the office of TCL&P, 1131 Hastings Street, Traverse City, Michigan, 49686, until April 13, 2018 at 12:00 PM for the following project: TCL&P

More information

BID DUE DATE Thursday, September 8, 2016 at 2:00 P.M.

BID DUE DATE Thursday, September 8, 2016 at 2:00 P.M. ARLINGTON ISD REQUEST FOR PROPOSAL RFP #17-22 PROPERTY AND CRIME INSURANCE RFP AVAILABLE ON Monday, August 15, 2016 BID DUE DATE Thursday, September 8, 2016 at 2:00 P.M. EFFECTIVE DATE October 25, 2016

More information

Iowa Dept. of Inspections & Appeals, Health Facilities Division Iowa licensed attorney

Iowa Dept. of Inspections & Appeals, Health Facilities Division Iowa licensed attorney RFP COVER SHEET Administrative Information: TITLE OF RFP: Agency: State seeks to purchase: Number of mos. or yrs. of the initial term of the contract: Initial Contract term beginning: State Issuing Officer:

More information

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING Friendship is soliciting proposals and qualification statements from parties having specific interests and qualifications

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

PROPOSAL REQUEST. Bid # CO. CHILLED WATER LINE REPLACEMENT HVAC Project SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

PROPOSAL REQUEST. Bid # CO. CHILLED WATER LINE REPLACEMENT HVAC Project SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE PROPOSAL REQUEST Bid # 20170615CO CHILLED WATER LINE REPLACEMENT HVAC Project SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Advertisement Date: June 4, 2017 Deadline: June 15th, 2017 at 10:00 am Introduction

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT

REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT BOROUGH of PINE HILL SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS December 5, 2017 10:00 A.M. ADDRESS ALL PROPOSALS TO: BUSINESS ADMINISTRATOR

More information

NOTICE OF PROPOSAL INVITATION

NOTICE OF PROPOSAL INVITATION NOTICE OF PROPOSAL INVITATION Proposal Name: Proposal Number: Transportation Fuels, Propane and Heating Oil TEC-103-16 Proposal Submission Deadline Date and Time: July 6, 2016 at 2:00 p.m. Contract Term:

More information

BAYONNE BOARD OF EDUCATION. Insurance Brokerage Services: Property and Casualty and Workmen s Compensation

BAYONNE BOARD OF EDUCATION. Insurance Brokerage Services: Property and Casualty and Workmen s Compensation BAYONNE BOARD OF EDUCATION REQUEST FOR PROPOSAL FOR: Insurance Brokerage Services: Property and Casualty and Workmen s Compensation RFP No. 2018-12-4-Y Tuesday, December 4, 2018 1:00 p.m. Tom Fogu Acting

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

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS FINANCIAL AND COMPLIANCE AUDITS OF THE KANSAS PUBLIC EMPLOYEES DEFERRED COMPENSATION 457 PLAN SEALED PROPOSALS for furnishing the services

More information

SUPERINTENDENT SEARCH FIRM OPENING 2:00 P.M.

SUPERINTENDENT SEARCH FIRM OPENING 2:00 P.M. 1. SCOPE 1.1. Hays Consolidated Independent School District (HCISD) requests proposals for an experienced professional search firm specializing in employment searches for Superintendents of Schools to

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

Invitation to Bid FIRE ALARM MONITORING

Invitation to Bid FIRE ALARM MONITORING Invitation to Bid FIRE ALARM MONITORING Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066 for FIRE

More information

GENERAL CLAUSES AND CONDITIONS

GENERAL CLAUSES AND CONDITIONS INVITATION TO BID (ITB) NO. I035-2018 CLOSING DATE AND TIME: DECEMBER 12, 2017-2:00 P.M. ANNUAL TESTING SERVICES FOR POLICE ENTRANCE EXAMS BIDS SHALL BE SUBMITTED ON THIS FORM The City of Mesquite, Texas,

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

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

DESERT COMMUNITY COLLEGE DISTRICT   General Terms and Conditions DESERT COMMUNITY COLLEGE DISTRICT www.collegeofthedesert.edu General Terms and Conditions 1. PURCHASE ORDER DEFINED: The term purchase order as used in these terms conditions means the document entitled

More information

COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ)

COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ) COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ) Due: August 26, 2011 by 2:00pm Statements shall be submitted to: County of Sonoma Probation Department Attn:

More information

Bidders shall execute the following forms and return the signed original with their proposal.

Bidders shall execute the following forms and return the signed original with their proposal. Required Forms Bidders shall execute the following forms and return the signed original with their proposal. Bid Certification Bidder certifies that they have not offered any pecuniary benefit or thing

More information

REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO

REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO. 018-017 NOTICE The Liberty Public School District #53 (District) will accept proposals for video interviewing software as described in the attached

More information

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above. AGREEMENT BETWEEN DEPARTMENT AND CONTRACTOR STATE PROJECT NO.: STATE MINORITY VENDOR DESIGNATION DRAWINGS: FDACS PROJECT NAME AND LOCATION: SPECIFICATIONS: THIS AGREEMENT made this day of in the year.

More information

CITY OF O FALLON, MISSOURI REQUEST FOR PROPOSALS RFP NUMBER DOCUMENT SCANNING. September 15, 2017

CITY OF O FALLON, MISSOURI REQUEST FOR PROPOSALS RFP NUMBER DOCUMENT SCANNING. September 15, 2017 City of O Fallon Document Scanning Request for Proposals #17-056 CITY OF O FALLON, MISSOURI REQUEST FOR PROPOSALS RFP NUMBER 17-056 DOCUMENT SCANNING September 15, 2017 INCLUDED ARE: Proposal Instructions

More information

Gaylord Community Schools Request for Proposal May Core Switch Response Due Date: Thursday, May 26 th, :00 PM

Gaylord Community Schools Request for Proposal May Core Switch Response Due Date: Thursday, May 26 th, :00 PM Gaylord Community Schools Request for Proposal May 2016 - Core Switch Response Due Date: Thursday, May 26 th, 2016 1:00 PM Gaylord Community Schools (District) is soliciting proposals/bids for technology

More information

C740 (13002F) REQUEST FOR PRE-QUALIFICATION BIDDERS

C740 (13002F) REQUEST FOR PRE-QUALIFICATION BIDDERS SILICON VALLEY BERRYESSA EXTENSION PROJECT C740 (13002F) REQUEST FOR PRE-QUALIFICATION OF BIDDERS Milpitas Station Surface Parking and Roadway Issued September 25, 2014 REQUEST FOR PRE-QUALIFICATION OF

More information

PREQUALIFICATION PACKAGE FOR

PREQUALIFICATION PACKAGE FOR PREQUALIFICATION PACKAGE FOR THERMAL ENERGY STORAGE TANK REHABILITATION (REVISED) PROJECT 17-59 Due Date and Location for Submittal: 2:00 pm on Monday, December 18, 2017 City Clerk City of Beverly Hills

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

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

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

More information

TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS

TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS JANUARY 23, 2019 11:00 A.M. ADDRESS ALL PROPOSALS TO: TOWNSHIP ADMINISTRATOR

More information

LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES

LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES Submission Date: June 9, 2015 By: Adrian Pollio School Business Administrator/ Board Secretary Page 1 of 19 Lincoln Park

More information

CHEROKEE NATION REQUEST FOR SEALED PROPOSAL DATA BASE SOFTWARE, TRAINING & CONSULTATION

CHEROKEE NATION REQUEST FOR SEALED PROPOSAL DATA BASE SOFTWARE, TRAINING & CONSULTATION CHEROKEE NATION REQUEST FOR SEALED PROPOSAL DATA BASE SOFTWARE, TRAINING & CONSULTATION Acquisition Management On behalf of Career Services CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000

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

REQUEST FOR PROPOSALS PROPERTY MANAGEMENT & ACCOUNTING SERVICES RFP NO PROPOSAL DUE DATE JULY 2, 2018

REQUEST FOR PROPOSALS PROPERTY MANAGEMENT & ACCOUNTING SERVICES RFP NO PROPOSAL DUE DATE JULY 2, 2018 REQUEST FOR PROPOSALS PROPERTY MANAGEMENT & ACCOUNTING SERVICES RFP NO. 18-03 PROPOSAL DUE DATE JULY 2, 2018 1 REQUEST FOR PROPOSALS ( RFP ) PROPERTY MANAGEMENT & ACCOUNTING SERVICES AT INNOVATION PARK

More information

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis Request Proposals ( RFP ) 2018-01 On An As Needed Basis City of Coachella Engineering Division 1515 Sixth Street Coachella, Calinia 92236 Deadline Submissions: November 1, 2017 by 3:00 p.m. Request Proposals

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

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS FLOORING PROJECT JAY FOOD DISTRIBUTION STORE AND WAREHOUSE JAY, OK Bid Due Date: August 31, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918)

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

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236

More information

The proposal response must include a full description of similar services that the Offeror has performed.

The proposal response must include a full description of similar services that the Offeror has performed. Town of Taos Request for Proposal (RFP) LEGAL SERVICES INDIGENT DEFENDANTS November 10, 2016 SB05-PO1617 The TOWN OF TAOS (Legal Department) is soliciting proposals for professional services consisting

More information

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS 1. INTRODUCTION Van Dyke Public Schools is requesting proposals from Energy Services Companies (ESCOs)

More information