CUYAHOGA COUNTY REQUEST FOR PROPOSAL
|
|
- Daniel Lamb
- 5 years ago
- Views:
Transcription
1 CUYAHOGA COUNTY REQUEST FOR PROPOSAL Issue date: RFP title: RFP #JA EMERGENCY ALERT SYSTEM MAINTENANCE Department Address: Cuyahoga County Department of Public Safety and Justice Services 310 Lakeside Ave Suite 795 Cleveland, OH Sealed proposals will be received until October 4, 2013 until 4:30 PM All inquiries should be directed to Cuyahoga County Department of Public Safety and Justice Services Tammy Blau 310 Lakeside Ave. Suite 750 Cleveland, OH Phone: (216) PROPOSALS ARE TO BE MAILED OR HAND-DELIVERED DIRECTLY TO THE ISSUING DEPARTMENT SHOWN ABOVE. ANY PROPOSAL RECEIVED AFTER THE TIME AND DATE SPECIFIED ABOVE WILL BE RETURNED UNOPENED. All County contracts are subject to all applicable County ordinances, including, but not limited to, the Cuyahoga County Ethics Ordinance, Cuyahoga County Inspector General Ordinance, and Cuyahoga County Board of Control, Contracting and Purchasing Ordinance, and the successful bidder shall comply with all such ordinances as an integral part of all County contracts. Copies of all County ordinances are available on the County Council s web site at 1
2 PROPOSAL INFORMATION Background Statement Emergency Alert System (EAS) is a national public alert and warning system that allows communications to the public. EAS leverages communication capabilities of analog and digital radios, television, cable, satellite and wireline providers to for national emergencies and or local emergencies such as AMBER alerts and weather alerts. This system needs to be available during all conditions. Cuyahoga County Emergency Communications Systems is the contact point for all EAS broadcasts for Cuyahoga County and provides emergency alert notifications including amber alerts for 9 counties in Northeast Ohio. CECOMS is a 24 hour communication center. Problem Statement The EAS equipment is located at the Cuyahoga County Emergency Communications Systems (CECOMS). Due to the critical nature of the alert system, CECOMS has two EAS systems one, one for backup and is looking to enter into a maintenance agreement to ensure the EAS equipment is fully functional at all times and help troubleshoot and fix any issues that arise. Scope of Work The following will be included in the maintenance agreement: 1. Monthly review and testing of the equipment and all the associated parts (Microphones, cables etc) 2. Monthly status report provided to the CECOMS manager and supervisors indicating condition of the EAS system and any recommendations if needed. 3. Service Calls within 8 hours should there be any issues that arise that need specialized attention. 4. Repairs of any broadcast issues and equipment needs hour a day 7 days a week telephone support. 6. Training of CECOMS superviors and manager on the equipment. 7. Recommendations provided to CECOMS for housing the equipment both in the current location and any future locations. Deliverables Monthly written status provided to the CECOMS manager and supervisors 2
3 Training of manager and supervisors on how to operate system Service calls for repair/maintenance within 8 hours of call initiating request. 24 hour a day 7 days a week telephone support Work Schedule Work will begin immediately after County approval and award of a contract. Contract term will be for months. Minimum Vendor Qualifications Must possess extensive knowledge and proven experience in working with Emergency Alert Notification equipment and broadcast equipment Prior Experience Must have proven experience in maintaining communication equipment specifically emergency alert notification systems. Must have extensive knowledge of emergency alert systems. A vendor's failure to meet these minimum prior experience requirements will cause their proposal to be considered non-responsive and the proposal will be rejected 3
4 PROPOSAL SUBMISSION INFORMATION Proposal Format The County discourages overly lengthy and costly proposals. In order for the County to evaluate proposals fairly and completely, vendors should follow the format set forth herein and provide all of the information requested. Proposals that do not adhere to these formatting requirements may be considered non-responsive. Proposals should be submitted in a sealed envelope with the name of the vendor and the relevant RFP name and number on the front. Responses must be submitted with one original and 1 copy. All proposals submitted will become the property of Cuyahoga County and will not be returned. Proposals must remain open and valid for ninety (90) days from the opening date, unless the time for awarding the contract is extended by mutual consent of Cuyahoga County and the vendor. Cover page SECTION I - INTRODUCTION This must include the RFP number, title and the complete vendor name and mailing address. Executive Summary Provide a high level overview of your approach, the distinguishing characteristics of your proposal, and the importance of this project to your overall operation. SECTION II PROJECT UNDERSTANDING - 30 Points Provide the Following Information: What do you understand to be the purpose and scope of this project? Scope of Work/Solution/Project Narrative What is your proposed solution to the needs identified by the County? Deliverables Describe the deliverables in specific, and to the extent possible, measurable terms. 4
5 Project Control Describe your approach to project control, including details of the methods used in controlling project activities. Project Reporting Describe your status reporting methodology including details of written and oral progress reporting. Interface with the County Describe your contact points with the County including types of communications, and level of interface. Risk Management Identify the potential risks and problems which, in your experience, occur on projects of this type. Identify steps that can be taken to avoid or mitigate these problems and steps to be taken should the problem occur. Incorporate activities in the project plan to reduce the occurrence, severity and impact of events or situations that can compromise the attainment of any project objective. 5
6 SECTION III QUALIFICATIONS & EXPERIENCE - 30 Points Vendor Qualifications Identify the qualifications that you bring to this project. Explain what differentiates your services from others in the market. Prior Experience Describe the adequacy of staff, equipment, research tools and administrative resources; quality and appropriateness of technical or support staff; and past performance of the organization relevant to this project. Does the firm have demonstrated experience in completing similar projects on time and within budget? Do the individuals assigned to the project have experience on similar projects? How extensive is the applicable education and experience of the assigned personnel? Customer References The vendor must submit 2 references, names and phone numbers for similar projects your firm has completed. Contract Performance If a vendor has had a contract terminated due to the vendor s non-performance or poor performance during the past five years, all such incidents must be described, including the other party s name, address and telephone number. If no such terminations have been experienced by the vendor in the past five years, so indicate. Subcontractors No subcontractors will be used for this project. Conflict of Interest Each vendor shall include a notarized statement indicating whether or not the organization or any of the individuals working on the contract has a possible conflict of interest and, if so, the nature of that conflict. The County reserves the right to cancel the award if any interest disclosed from any source could either give the appearance of a conflict or cause speculation as to the objectivity of the program to be developed by the vendor. The County s determination regarding any questions of conflict of interest shall be final. 6
7 SECTION VI PRICING - 40 Points Cost Proposal Estimate proposals are not acceptable. Payment Vendor must submit timely invoices to Cuyahoga County. Invoices must include a list of dates and actions that were performed on the system. 7
8 ADMINISTRATIVE INFORMATION RFP Contact All vendor communications concerning the RFP must be directed to the contact person listed below. Any oral communication will be considered unofficial and non-binding on the agency. Vendors should only rely on written statements issued by the County. Name Tammy Blau, Program Officer Agency: Department of Public Safety and Justice Services Address: 310 Lakeside Suite 795A Cleveland, OH Telephone: Fax: All questions must be submitted by September 9, 2013 Location of work Work to be performed at CECOMS 1255 Euclid Ave. Cleveland, OH
9 Proposal Rejection The County reserves the right to reject any or all proposals at any time without penalty. Withdrawal of Proposals Vendors may withdraw a proposal that has been submitted at any time up to the proposal closing date and time, by submitting a written request to the RFP contact listed above and the Office of Procurement & Diversity. Response Property of the County All materials submitted in response to this request become the property of the County. Selection or rejection of a response does not affect this right. No Obligation to Buy The County reserves the right to refrain from contracting with any vendor. The release of this RFP does not compel the County to purchase. The County is not bound to accept the lowest priced proposal or any of the proposals submitted. Cost of Preparing Proposals The County is not liable for any costs incurred by vendors in the preparation and presentation of proposals submitted in response to this RFP. Acceptance of Terms All the terms and conditions of this RFP are deemed to be accepted by the bidder and incorporated in its proposal except those conditions and provisions that are expressly excluded by the vendor in the proposal. Disclosure of Proposal Contents All documents submitted to the County as part of your proposal become public information after the contract is awarded, and available for review and inspection by anyone requesting to do so. The County does not encourage the submission of confidential/proprietary information in response to this proposal. However, written requests for confidentiality can be submitted to the RFP contact. Neither a proposal in its entirety, nor proposal price information will be considered confidential or proprietary. Under Ohio Revised Code Section , the County will make a determination of application for disclosure on an ad hoc basis.
10 Equal Opportunity Prospective vendors must comply with the applicable contract compliance procedures for equal employment opportunity as stipulated by Cuyahoga County. It is the policy of Cuyahoga County, to assure equal employment opportunity. Discrimination against any person in the recruitment, training, examination, appointment, promotion, retention, discipline or any other aspect of personnel administration because of race, religion, national origin, sex, ancestry, age, disability, sexual orientation, or veteran status is prohibited. Words of the masculine gender used in proposals shall be deemed and construed to include correlative words of the feminine gender. Evaluation Process All proposals will be reviewed to determine if they are responsive. They will then be evaluated by an Evaluation team. The team will evaluate and numerically score each proposal in accordance with the following evaluation criteria: Understanding of the project: 30 Points Experience and qualifications: 30 Points Pricing: 40 Points Only proposals which receive at least a score of 55 for criteria excluding cost will be considered technically responsive. The technically responsive proposal that is the lowest in cost will receive the maximum number of points allocated to cost. Points for other proposals will be allocated relative to the lowest cost proposal. The evaluation process is designed to award the contract to the vendor with the best combination of attributes based upon the evaluation criteria, not necessarily to the vendor with the lowest cost. More than one vendor may receive a contract. The team will rank proposals, and negotiations may be undertaken with the top ranked vendor. If agreement cannot be reached by a mutually agreed upon date, negotiations may commence with the next highest ranked vendors. Contract Negotiations The option of whether or not to initiate contract negotiations rests solely with the County. If the County elects to initiate contract negotiations, these negotiations cannot involve changes in the County s requirements or the vendor s proposal which would, by their nature, affect the basis of the source selection and the competition previously conducted. The vendor is responsible for their travel and per diem expenses during contract negotiations.
11 Failure to Negotiate If any contract cannot be negotiated within fifteen (15) days of notification to the designated vendor, the County may terminate negotiations with the vendor and negotiate a contract with another vendor. Contracting Requirements The successful vendor shall, upon notification of award, be required to enter into a contract with Cuyahoga County, Ohio and must comply with the contract terms and conditions defined herein. If the vendor is unwilling to agree to a proposed clause or term, then your cover letter must reference an appendix which identifies these clauses in dispute and should: a. Suggest a specific alternative term, clause or approach; b. Provide an explanation of your reasons. Contractor Must Complete the Following The successful vendor shall, upon notification of award, be required to enter into a contract with Cuyahoga County, Ohio and must complete the following: Provide a notarized signature authority or corporate resolution; this document is also known as a limited power of attorney, and will be submitted as an attachment to your contract/agreement or amendment. A sample of a notarized signature authority form is attached for clarification. Provide a Certificate of Liability Insurance; this document must be current. A Certificate of Liability Insurance must be submitted each year an agency does business with Cuyahoga County. Provide a Workers' Compensation Certificate; this document must be current. A Workers' Compensation Certificate must be submitted each year an agency does business with Cuyahoga County. Provide a W-9 Provide a Principle Owner Form Must be registered with the Cuyahoga County Agency of Inspector General. Please visit Registration.aspx for more information. Contract Processing The County department shall prepare the contractual agreement required by this informal RFP specification. This contractual agreement shall be fully responsive to the requirements defined in these informal RFP specifications.
12 Proposal as Part of the Contract Part or all of the successful proposal may be incorporated into the contract. Commencement of Contract Performance In order to protect the interests of Cuyahoga County a contract must be executed by the County Executive and/or his designee before the goods or services as set forth in this informal RFP specification can be provided.
13 CONTRACT TERMS AND CONDITIONS The following terms and conditions shall apply to the contractual agreement between the successful vendor and the Cuyahoga County: 1. The contract shall be subject to interpretation under the laws of the State of Ohio, and subject to the review of the County Prosecutor's Office as to legal form and correctness. 2. The successful vendor shall agree to indemnify and save the County of Cuyahoga, Ohio harmless from suits or actions of every nature and description brought against it, for or on account of any injuries or damages received or sustained by a party or parties or from any act of the contractor, his servants or agents. 3. The County of Cuyahoga shall not assume responsibility for the payment of any personal property taxes for any materials not owned by the County of Cuyahoga, nor shall the County of Cuyahoga pay any insurance premiums for any coverage of any property not owned by the County of Cuyahoga, Ohio. No conditions shall alter this statement. 4. The County of Cuyahoga is a tax-exempt No. 29 political subdivision of the State of Ohio (Federal I.D. No ). Necessary tax exemption blanks will be furnished to the successful vendor when the contract is signed. 5. Acceptance of performance is a condition of the agreement. It shall be understood and agreed that an agent for Cuyahoga County shall determine finally the satisfactory quality of the services and/or materials furnished under the agreement. Failure to meet performance requirements is a reason for termination of the agreement, and the contractor shall be liable to the County for any excess cost and/or expenses incurred by the County thereafter. 6. In the event that the contract is terminated by the County of Cuyahoga, Ohio, thirty (30) calendar days advance written notice shall be given to the contractor. The contractor shall provide all services and/or materials required by the contract and the specifications to the date of termination. Under no circumstances shall the County of Cuyahoga, Ohio be responsible for any type of penalty payment upon the cancellation of the contact. The contractor, however, shall be paid for all services and/or materials provided to the date of termination. 7. By submitting a proposal, the vendor agrees on behalf of the submitting business entity, its officers, employees, subcontractors, sub-grantees, agents or assigns, that all resulting contract documents requiring County signatures may be executed by electronic means, and that the electronic signatures affixed by the County to said documents shall have the same legal effect as if that signature was manually affixed to a paper version of the document. The vendor also agrees on behalf of the aforementioned entity and persons, to be bound by the provisions of Chapters 304 and 1306 of the Ohio Revised Code as they pertain to electronic transactions, and to comply with the electronic signature policy of Cuyahoga County.
14 8. Anti-discrimination: The contractor agrees that in the employment of labor, skilled or unskilled, under this Agreement, there shall be no discrimination exercised against any person because of race, religion, national origin, sex, ancestry, age, disability, sexual orientation, or veteran status, and that violation thereof shall be deemed a material breach of said Agreement. 9. Americans with Disability Act (ADA): The Contractor shall certify that they are in accordance with the Americans with Disabilities Act of The Contractor assures that their facilities and services provide reasonable access to all persons with a disability or that reasonable accommodations can be made to provide access. The Contractor agrees to make any and all modifications (that do not impose an undue hardship) to assure access. 10. Social Security Act: The Contractor shall be and remain an independent contractor with respect to all services performed hereunder and agrees to and does hereby accept full and exclusive liability for payment of any and all contributions or taxes for social security, unemployment insurance, or old age retirement benefits, pensions, or annuities now or hereafter imposed under any Local, State or Federal Law which are measured by the wages, salaries, or other remuneration paid to persons employed by the Contractor for work performed under the terms of this Contract and further agrees to obey all lawful rules and regulations and to meet all lawful requirements which are now or hereafter may be issued or promulgated under said respective laws by and duly authorized State or Federal officials; and said Contractor also agrees to indemnify and save harmless Cuyahoga County from such contributions or taxes or liability. 11. Labor and Material: The Contractor shall well, truly and promptly pay or satisfy the just and equitable claims of all persons who have performed labor or furnished materials or equipment for said Contractor in the execution of this Contract, and all bills, costs or claims of whatever kind which might in law or equity become a lien upon said work. 12. Assignment: The Contractor shall not assign, transfer, convey or otherwise dispose of this Contract, or his right to execute it, or his right, title or interest in or to it or any part thereof, or assign, by power of attorney or otherwise, any of the monies due or to become due under this Contract without approval of the Board of County Commissioners by resolution. 13. Ownership of Contract Products: All products produced in response to the contract will be the sole property of the County.
Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/
Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR 72201 Phone 501/ 340-8390; Fax 501/ 340-8352 RFP #: RFP-17-005 REQUEST FOR PROPOSAL for FORENSIC AUDIT YORKWOOD IMPROVEMENT
More informationSILVER 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 informationFIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS
FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS For Real Estate Brokerage Services for the Global Center for Health Innovation FIRSTMERIT CONVENTION
More 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 informationREQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401
REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BIDS SNOW REMOVAL AND SANDING USM GORHAM 1.0 GENERAL INFORMATION
More informationREQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:
REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: Friday, April
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 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 informationNEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)
Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,
More 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 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 informationCOWLEY 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 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 informationDEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)
DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) Proposals will be accepted at the Shawnee County Counselor s Office, Shawnee County Courthouse, 200 SE 7 th Street,, until 2:00 P.M. on
More informationEL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT
EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed
More informationCity of Loveland, Ohio
City of Loveland, Ohio Request for Proposal (RFP) Information Technology (IT) Managed Services Provider Proposals are due by 4:30 PM, November 1, 2017 The City of Loveland is inviting qualified Information
More informationNOTICE TO BIDDERS CUSTODIAL SUPPLIES
Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO
More informationWATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA
General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the
More informationREQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1
A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The
More informationBUSINESS ASSOCIATE AGREEMENT
BUSINESS ASSOCIATE AGREEMENT THIS BUSINESS ASSOCIATE AGREEMENT (the Agreement ) is entered into this day of, 20, by and between the University of Maine System acting through the University of ( University
More informationTERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020
TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020 Issue Date: January 24, 2018 Title: Healthy Communities Action Teams to Prevention Childhood Obesity Issuing Agency: Virginia Foundation
More informationBUSINESS ASSOCIATE AGREEMENT
BUSINESS ASSOCIATE AGREEMENT This Business Associate Agreement (the Agreement ) is entered into this day of, 20, by and between the University of Maine System ( University ), and ( Business Associate ).
More informationRequest for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation
Request for Proposal #2036 Orange Coast College Exterior Lighting Energy Efficiency Project Implementation I. NOTICE A. Statement of Proposal NOTICE IS HEREBY GIVEN that Coast Community College District
More informationIn every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:
The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation
More informationPUBLIC NOTICE REQUEST FOR QUALIFICATIONS (RFQ #20944)
PUBLIC NOTICE REQUEST FOR QUALIFICATIONS (RFQ #20944) Notice is hereby given in accordance with the resolution adopted by Cuyahoga County Executive Board of Control that sealed Pre-Proposals will be accepted
More informationREQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK
REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK MAY 1, 2018 Effective Date: January 1, 2019 1 Introduction A. Overview and Reason for Competitive Request for Proposal Overland Park, Kansas
More informationST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES
ST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES PURPOSE: To provide financial advisory services on a broad array of public financial activities for both specific projects and day-to-day
More informationADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport
ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B Sealed bids will be received by the Gratiot Community Airport at the City of Alma municipal office at 525 East Superior Street, P.O.
More informationREQUEST 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 informationRFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES
RFP # 2018-06 SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES The Baker County Board of County Commissioners, Florida (County) will receive sealed proposals until 3:00 p.m. local time, on April
More informationREQUEST FOR PROPOSALS
DELAWARE RIVER JOINT TOLL BRIDGE COMMISSION REQUEST FOR PROPOSALS PENNSYLVANIA-BASED WORKERS COMPENSATION INSURANCE BROKER / RISK MANAGEMENT PROFESSIONAL SERVICES January 11, 2017 I. Description, Objectives
More informationRequest for Proposal. RFP # Towing Services Inoperable Vehicles
County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-0601-1 This procurement is governed
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 informationChampaign Park District: Request for Bids for Playground Surfacing Mulch
May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be
More informationRFP FOR DIGITAL AERIAL IMAGERY SOLUTIONS
RFP FOR DIGITAL AERIAL IMAGERY SOLUTIONS SUBMISSION DEADLINE: Monday, December 2, 2013-3:00 p.m. EST Official clock will be www.greenwichmeantime.com OCPA Contact: Manish Bhatt, Chief Information Officer
More informationREQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL
Request for Proposals (RFP) SAU #44 and the Nottingham School District REQUEST FOR PROPOSAL ( RFP ) RFP NOTT 05-17 INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL SAU #44 and the Nottingham School District
More informationBOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES
BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES Date Issued: November 13, 2017 Return Date & Time: Return To: December 14, 2017 no later than 11am Debra Sopronyi, Borough
More informationJOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS
JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FOR FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS QUOTE OPENING DATE: FEBRUARY 1, 2017 11:00 A.M. FAIR AND OPEN PROCESS IN ACCORDANCE WITH
More informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL West Virginia Board of Risk and Insurance Management RIM:09092013 TABLE OF CONTENTS Section 1: General Information Section 2: General Terms and Conditions Section 3: Project Specifications
More informationCITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING
CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING Release Date: Friday, January 19, 2018 Due Date: Friday, February 16, 2018, 4:00 p.m. Housing Programs
More informationPATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor
PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS 1. Notice to Bidders 2. Bid Form 3. Instructions, Project Scope and Specifications 4. Patriot Park Concession Operation Agreement between Park Board and
More informationAdministered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08
Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 ISSUE DATE: December 4, 2007 BIDS MUST BE RECEIVED BY: December
More informationRFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)
Request for Proposals t o provide Janitorial Services Residence Halls RFP-18111 Due Date Proposal Submissions March 8, 2018 by 3:00 p.m. MANDATORY Pre-Proposal Meeting March 1, 2018 @ 2:00 p.m. in New
More informationBOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL
BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL Date Issued: November 14, 2016 Return Date & Time: Return To: December 6, 2016, 11:00 AM Keith Kazmark, RMC/CMC/MMC
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 informationRFP NAME: AUDITING SERVICES
REQUEST FOR PROPOSAL RFP Number # RV070806 RFP NAME: AUDITING SERVICES The City of San Jose Housing Department is seeking qualifications from individuals and firms interested in providing professional
More informationWest Hartford Housing Authority Request for Proposals (RFP) HQS Services
I. INTRODUCTION The West Hartford Housing Authority (WHHA) is seeking proposals from qualified Housing Quality Standard inspection firms (Proposers) to perform HQS inspections of its Housing Choice Vouchers
More informationRequest for Proposal # Postage Meter Lease & Maintenance Service
Request for Proposal # 2018-025 Postage Meter Lease & Maintenance Service Due Date: October 19, 2017 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500
More informationGALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f
GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room
More informationREQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN
REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT Sealed proposals, addressed to the Supervisor of Purchases, City of Middletown, Room 112, Municipal Building, Middletown, Connecticut, 06457 will be received
More informationExcellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.
CITY OF LACEY, WASHINGTON REQUEST FOR STATEMENTS OF QUALIFICATIONS # AG-16.0370 GRAPHIC DESIGN, BRANDING, AND USER INTERFACE DESIGN SERVICES March 1, 2018 OVERVIEW The City of Lacey, Washington, is accepting
More informationRequest for Proposals for Agent of Record/Insurance Broker Services
County of Charlotte PO Box 608 250 LeGrande Ave; Suite A Charlotte Court House, VA 23923 Request for Proposals for Agent of Record/Insurance Broker Services Note: This public body does not discriminate
More informationINTRODUCTION TERMS AND CONDITIONS
MASTER AGREEMENT FOR PROFESSIONAL SERVICES (AIA) (Unlimited) THIS AGREEMENT FOR PROFESSIONAL SERVICES shall become effective DATE, 2016, between the City of Meridian, a municipal corporation organized
More informationAny questions regarding this RFP should be ed to John Peters
NORTH COUNTRY SUPERVISORY UNION REQUEST FOR PROPOSALS Installation of Fiber Optic Backbone Cable Proposals must be received no later than 3:00pm June 17, 2015 North Country Supervisory Union Attn: John
More informationRequest for Proposals
Request for Proposals Release Date: April 6, 2018 Proposal Deadline: April 19, 2018 6:00 p.m. Central Time Potential Consultant Interviews April 25-30, 2018 Central Time TBD Page 2 of 10 PROJECT INFORMATION
More informationREQUEST FOR PROPOSAL COPIERS AND COPIER MAINTENANCE YOUR PROPOSAL MUST BE RECEIVED BEFORE June 28, :00PM
REQUEST FOR PROPOSAL COPIERS AND COPIER MAINTENANCE YOUR PROPOSAL MUST BE RECEIVED BEFORE June 28, 2018 2:00PM PROPOSER S CERTIFICATION We offer to furnish Lewis-Palmer School District the materials, supplies,
More informationBOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA
BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional engineering firms
More informationBOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA
BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional real estate appraisal
More informationMUSKEGON COMMUNITY COLLEGE REQUEST FOR PROPOSAL. Lakeshore Fitness Center Managed Services
Issue Date: March 23, 2018 Proposals Due Date: April 19, 2018 Optional Walk through: April 10, 2018 Interviews: April 25 and 26, 2018 RFP Coordinator: Amy James Director of Business Services Room # 1123
More informationCONSULTANT SERVICES AGREEMENT
CONSULTANT SERVICES AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into this 20 th day of December, 2012, by and between the City of Rio Vista, a municipal corporation of the State of California
More informationREQUEST 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 informationINDEPENDENT CONTRACTOR AGREEMENT
Revised 07-01-2017 INDEPENDENT CONTRACTOR AGREEMENT This Independent Contractor Agreement (this "Agreement"), dated [insert date], is between The Chicago Zoological Society, Brookfield, Illinois (the "Zoo")
More informationRequest for Proposal Airwatch Mobile Device Management
January 17, 2013 Request for Proposal 13026 Airwatch Mobile Device Management Tulsa Public Schools is inviting proposals to provide a mobile device management solution for the District in accordance with
More informationTacoma Power Conservation Contractor Agreement
Tacoma Power THIS AGREEMENT is made and entered into this day of, 2012 ( Effective Date ) by and between the City of Tacoma, Department of Public Utilities, Light Division, Tacoma Power (hereinafter referred
More informationLEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR
MANALAPAN TOWNSHIP MONMOUTH COUNTY, NEW JERSEY Notice is hereby given that sealed proposals addressed to Rose LaFergola, RPPO/QPA, will be received on or before Friday, August 3, 2012 at 11:00 am at which
More informationAPPENDIX A STANDARD CLAUSES FOR SCHUYLER COUNTY CONTRACTS PLEASE RETAIN THIS DOCUMENT FOR FUTURE REFERENCE.
PLEASE RETAIN THIS DOCUMENT FOR FUTURE REFERENCE. TABLE OF CONTENTS Section. Page. 1. Relationship of parties. 2 2. Executory clause 2 3. Extensions, renewals, modifications. 2 4. Non-assignment clause.
More informationBOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA
BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional firms licensed in
More informationBUSINESS ASSOCIATE AGREEMENT
BUSINESS ASSOCIATE AGREEMENT This Business Associate Agreement (the Agreement ) is entered into this day of, 20, by and between ( Covered Entity ) and the University of Maine System, acting through the
More informationMANDATORY GENERAL TERMS AND CONDITIONS:
MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and
More informationRFP Landscape Maintenance Service s RFP #
REQUEST FOR PROPOSAL LANDSCAPE MAINTENANCE SERVICES seeks a qualified vendor to provide basic landscape maintenance services for our various locations (Please see Ehibit 1 defining type of service needed
More informationCHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois
CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois REFURBISHED LAPTOP COMPUTER UNITS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School District No. 4, Champaign
More informationTHE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street
THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street Indianapolis, IN 46221 ITQ Issue Date: November 29, 2017 Project Site: Contact:
More informationREQUEST FOR PROPOSALS FLOOD DEBRIS REMOVAL
REQUEST FOR PROPOSALS 19-409-01 FLOOD DEBRIS REMOVAL INTENT: It is the Intent of this Request for Proposal to solicit competitive sealed proposals for debris removal caused by local flooding event. The
More informationSUU Contract for Workshops and Entertainment
SUU Contract for Workshops and Entertainment 1. PARTIES: This contract is between Southern Utah University, an institution of higher education of the State of Utah located at 351 West University Boulevard,
More informationEXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES
EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES 1. All prospective Contractors must; be State of Connecticut licensed for this work; demonstrate a minimum of 5 years
More informationCOUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1
CAO Contract Log # COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2015 - Edition 1 THIS CONTRACT is made and entered into this day of, 20, by and between the COUNTY OF MARIN, hereinafter referred to as
More informationCITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES
CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES The following are MANDATORY TERMS to which the Contractor MUST agree without word modification.
More informationSTATE OF LOUISIANA DEPARTMENT OF PUBLIC SAFETY & CORRECTIONS PUBLIC SAFETY SERVICES
STATE OF LOUISIANA DEPARTMENT OF PUBLIC SAFETY & CORRECTIONS PUBLIC SAFETY SERVICES MEMORANDUM OF UNDERSTANDING BETWEEN LOUISIANA DEPARTMENT OF PUBLIC SAFETY AND CORRECTIONS, OFFICE OF MOTOR VEHICLES AND
More informationSTETSON UNIVERSITY CONSULTANT / INDEPENDENT CONTRACTOR AGREEMENT
STETSON UNIVERSITY CONSULTANT / INDEPENDENT CONTRACTOR AGREEMENT THIS AGREEMENT made and entered into this day of, by and between STETSON UNIVERSITY, INC., a Florida non-profit corporation, hereinafter
More informationAPPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS
STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS September, 2004 TABLE OF CONTENTS 1. Executory Clause 2. Non-Assignment Clause 3. Comptroller s Approval 4. Workers Compensation Benefits 5. Non-Discrimination
More informationCITY OF GAINESVILLE REQUEST FOR PROPOSAL
CITY OF GAINESVILLE REQUEST FOR PROPOSAL PROPOSAL No. 18024 Cameras-Lakeside Plant (Per Attached Specifications) Proposal Release: March 9, 2018 Proposal Questions Deadline: Proposal Due Date: March 23,
More informationRequest for Qualifications
Request for Qualifications Barry County Sheriff s Department/Jail Facility and Commission on Aging Facility Consulting Services Barry County 220 W. State St. Hastings, Michigan 49058 Prepared By: Michael
More informationMANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES
REQUEST FOR SEALED QUALIFICATIONS FOR PROFESSIONAL SERVICES UNDER A FAIR AND OPEN PROCESS MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES Contract Term February 1, 2017 through January 31, 2018 SUBMISSION
More informationREQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC
REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC This is a Federally Funded project. The Surveyor and Subcontractors on this project must comply with HUD contract provisions 24CFR
More informationREQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS
BIDDERS COMPANY NAME REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS Prepared by: Washtenaw County Purchasing Division Administration Building 220 N. Main, B-35
More informationRequest for Proposal for Professional Services
Request for Proposal for Professional Services Purpose: The following procedures are designed to provide for a fair and open process in awarding professional services based on qualifications, merit and
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 informationDocument A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A
Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address)address): Orig A701-1997 THE OWNER: (Name, legal status and address)(name and address): THE ARCHITECT:
More informationCITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of
CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of January, 2016, by and between the CITY OF TUMWATER, a Washington municipal
More informationBENTON COUNTY PERSONAL SERVICES CONTRACT
BENTON COUNTY PERSONAL SERVICES CONTRACT This is an agreement by and between BENTON COUNTY, OREGON, a political subdivision of the State of Oregon, hereinafter called COUNTY, and hereinafter called CONTRACTOR.
More informationVendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:
Vendor Contract TERMS AND CONDITIONS OF PURCHASE 1. Acceptance. This Contract is conditional upon, and can be accepted only upon, the terms and conditions specified in this Contract. If Seller has previously
More informationSERVICE AGREEMENT CONTRACT NO.
SERVICE AGREEMENT CONTRACT NO. THIS SERVICE AGREEMENT dated 20 between STOCKTON UNIVERSITY (the "UNIVERSITY") and (the SERVICE PROVIDER ), with a business address at. 1.1 Services. ARTICLE 1 SCOPE OF SERVICES
More informationHAMTRAMCK PUBLIC SCHOOLS REQUEST FOR PROPOSAL HEATING, VENTILATION, AIR CONDITIONING ELECTRICAL, PLUMBING, CARPENTRY & GROUNDS SERVICES
HAMTRAMCK PUBLIC SCHOOLS REQUEST FOR PROPOSAL HEATING, VENTILATION, AIR CONDITIONING ELECTRICAL, PLUMBING, CARPENTRY & GROUNDS SERVICES Hamtramck Public Schools is seeking sealed proposals for the provision
More informationPLEASANTVILLE 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 informationREQUEST 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 informationINVITATION TO BID (ITB)
HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS GENERAL SERVICES & PURCHASING INVITATION TO BID (ITB) The Board of County Commissioners (BCC), Highlands County, Sebring, Florida, will receive sealed bids
More informationDANTE HALL SERVICE AGREEMENT CONTRACT NO.
DANTE HALL SERVICE AGREEMENT CONTRACT NO. THIS AGREEMENT dated 20 between STOCKTON UNIVERSITY (the "UNIVERSITY") as assignee and sub lessor of Stockton Affiliated Services, Inc., a New Jersey non-profit
More informationR E Q U E S T F O R P R O P O S A L S
R E Q U E S T F O R P R O P O S A L S Town of Ludlow, Massachusetts Board of Assessors FOR THE IMPLEMENTATION OF A THREE YEAR REVALUATION PROGRAM FOR ALL CLASSES OF PROPERTY COMMENCING IN FISCAL YEAR 2017
More informationREQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT
REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT REF #242013RFPSW DUE DATE: 4:00 PM, February 19, 2013 Luzerne County
More informationNOTICE OF INTENT TO CONTRACT (NIC) WITH
NOTICE OF INTENT TO CONTRACT (NIC) WITH A SELECT PROVIDER FOR A PILOT PROGRAM TO PROVIDE GASTROINTESTINAL SURGICAL PROCEDURES FOR THE TREATMENT OF MORBID OBESITY ISSUED BY STATE OF LOUISIANA OFFICE OF
More information