ADDENDUM #2 REQUEST FOR COMPETITIVE SEALED PROPOSALS FOR A GENERAL CONTRACTOR. The University of Texas Health Science Center at San Antonio

Size: px
Start display at page:

Download "ADDENDUM #2 REQUEST FOR COMPETITIVE SEALED PROPOSALS FOR A GENERAL CONTRACTOR. The University of Texas Health Science Center at San Antonio"

Transcription

1 ADDENDUM #2 REQUEST FOR COMPETITIVE SEALED PROPOSALS FOR A GENERAL CONTRACTOR The University of Texas Health Science Center at San Antonio Generator and Switchgear for the Central Energy Plant RFP No.: P20 NEW RFP Submittal Due Date 3:00 PM; Wednesday, September 6, 2017 Prepared By: Andrea Parks Stahl, Procurement Agent Senior The University of Texas Health Science Center at San Antonio 7703 Floyd Curl Dr., San Antonio, Texas off. parksa3@uthscsa.edu ADDENDUM [#2] PAGE 1 OF 10 08/24/2017ISSUED

2 Addendum #2 The following information is issued to change, clarify, supplement or further explain the above referenced RFP. This information shall supersede and take precedence over the information contained in the RFP in the event of a conflict. MODIFICATIONS Remove from RFP P20 document: Exhibit B Respondent s Pricing and Delivery Proposal and Execution of Offer Replace with: Addendum #2 Exhibit B Respondent s Pricing and Delivery Proposal and Execution of Offer CLARIFICATIONS Question #1 - I need to find out the size of the Utility Transformer (kva) feeding ElMS board. There are four 5000KVA transformers feeding the 4160V switchgear E1MS Question #2 - On page 15 the specification mentions hardwired connection to ATS's, but does not give a number of ATS's. None of the drawings show them can I get how many they want to hardwired too? I have attached the spec and highlighted the portion that mentions this. Two existing ATS Question #3 - With regard to the above project, I see that the approved manufacturers stated in the written specification are listed as: Caterpillar, Cummins Power Generation, Stewart and Stevenson, Waukesha Pearce, or approved equal. I would like to find out what the process is to have Kohler Power Systems listed and considered as a pre-approved equal generator manufacturer. Yes, if Kohler can meet the specifications Question #4 - We note there is no line item on the bid form for a Line Item B (LIB). Is this to be an adder or a breakout of work in the Base Bid? Should the bid form be revised? Yes Question #5 - E1, note 5: Is this a part of LIB? No Question #6 - E3, note 4: Is this a part of LIB? No ADDENDUM [#2] PAGE 2 OF 10 08/24/2017ISSUED

3 Question #7 - E4: What is the purpose of NIC at the bottom right of this sheet? Not in contract (NIC) Question #8 - E4: Please confirm that the convenience outlets and all lighting are a part of this contract. Also, please confirm that the 2 panels shown at note 6 are NIC. (All FBO) Not in contract (NIC) Question #9 - E5, note2: We understand at this point that the pad for Gen #26 & the empty conduits are in the base bid. Should the conductors in note 2 be a part of Alt #1? Yes Question #10 - E7, note 9: Is this a new or existing ground handhole? Where is it located? Not in contract (NIC) Question #11 - E8, note 2: Alt #1 states that Gen #25 is provide & set only. Is note 2 future or a part of this alternate? Part of this contract Question #12 - E8: Chiller #9 is indicated as future. Is the note 6 tied to this chiller also future? Yes Question #13 - E8: For reference LIB is indicated in 4 &5. Is the corresponding 1500KVA transformer & pad also a part of LIB? No, Not in contract (NIC) Question #14 - E8, note 5: Should the 2000A in this note be changed to 3000A to correspond with MSWGR (E1MS-2A?) on sheet E14? Yes Question #15 - E12: We note that notes 1-6 are NIC. Deleted by addenda. Correct Question #16 - E8: Should Gen #26 be 2000KW? Yes Question #17 - Please confirm that there are no changes to sheet E5 in Add #1. Correct ADDENDUM [#2] PAGE 3 OF 10 08/24/2017ISSUED

4 Question #18 - E4, note 1: Should the paralleling equipment be part of Alt #1 as it will not be needed unless Alt #1 is taken? Base Bid Question #19 - E4: Is the work of notes 9, 10 & 11 not a part of this bid (NIC)? Correct Question #20 - E8: Does the 480V side of transformer TE1MS2A feed MSWGR? If not what is E1MS-2A? Yes but Not in contract (NIC). Existing 4160V switchgear E1MS Question #21 - E8: What & where is the work denoted by note 5 in Phase 2 (future)nic? Not in contract (NIC) Future Question #22 - E9: What is in section 201 that causes a weight of 23700? Typo should be 3100 Question #23 - E9: To agree with the layout shown on E4 & E8 should the sections in detail E901 be number left to right? E901 is correct Question #24 - E13, note 5: This note is indicated as Phase 1 (this bid?) but on E8 it is indicated as NIC (Phase 2). Please clarify. Phase 1 is shown correctly Question #25 - E14: We understand that MSWGR & its associated 1500KVA transformer are a part of the LIB. Are the circuits, panels, etc. shown fed by MSWGR future? If not where is this work located on the plans? Work on E14 NIC. Future reference only Question #26 - E8, note 6: We believe these conductors are 5KV but not noted as such as other similar notes. Correct, 5KV Question #27 - E5, note 1&2: These notes appear to be reversed. Yes, notes are reversed. The generator numbers were changed ADDENDUM [#2] PAGE 4 OF 10 08/24/2017ISSUED

5 Question #28 - E5, note 3&4: According to detail E1101 the panel in the generator enclosures will be 208V. Key Notes G indicates a 480V panelboard in Detail E1101 Question #29 - E4, note 9: Should this be 1500 KVA? Yes Question #30 - E5, note 1&2: Sheet E8 indicates 5 & 1/0 ground. Sheet E8 is correct Question #31 - E5: Verify plan scale. Scale is 1/8 = 1 Question #32 - E8, note 5 & E14, note 5: E4, note 10 shows 6 sets instead of 5. Also, verify ground size to NEC. Five sets is correct. Scope not in contract (NIC) Question #33 - Division : We note that both the specification for the diesel generator and the NG generator are labeled as Please refer to NG generator as A Question # M: Where is MCB shown on plans? No MCB is being provided at generator. Only at the switchgear. Specifications to be revised Question # A (NG): Shown as 2500 KVA on plans not 3125 KVA. Drawings to be revised Question # G: Are remote annunciators required or are they a part of the paralleling equipment? If so where are they located? Central Energy Plant Control Room Question #37 - E12: Chiller #8 is shown by note 18 which we understand is a temporary #500 connection. Should there be a note 14 feeder shown from the new lineup to chiller #8 in lieu of note 18? Chiller #8 is shown as future ADDENDUM [#2] PAGE 5 OF 10 08/24/2017ISSUED

6 Question # A: We note that fuel for testing is by the Contractor. Will the Owner supply all fuel to then fill the tank? Yes, Contractor is responsible for testing and refill of the tank Question #39 - We note there is no NG line for the alternate #1 generator. Will that work be ty the Owner? Contractor shall include the price of the NG line in his alternate Question # B.6.; UL2200 The generator set package & weather enclosure shall be listed Holt Comment: UL2200 is not available on generator sets above 600V. Recommend remove from spec. Delete reference and requirement to UL 2200 Question # M.; The generator set shall be provided with main line circuit breakers to be shown on the project drawings. Holt Comment: No mainline generator breaker shown on drawings. This cannot be installed on generator. The switchgear gen breaker & protective relay provides the circuit protection. Recommend remove this item from specs. Generator breaker is located in switchgear. Delete 2.02.M Question # R.3.a.; 2-hour fire rating. Holt Comment: UL142 spec/tanks do not have a fire rating. Recommend remove this item from specs. Delete 2-hour fire rating. Delete 2.02.R.3.a Question # R.4.b.; 2 GPM transfer pump & control. Holt Comment: Is the sub-base tanks to be connected to another fuel supply system? If not, recommend remove this item from specs. Revise to read analog (or) digital Question # B.3.; Both analog and digital metering are required. Holt Comment: Analog not available, recommend change to analog (or) digital. Provide separate pricing for the dual purpose docking station Question # S.; The Generator Manufacturer shall provide a Dual Purpose Docking Station Pass Through with Kirk Key access. To provide hook-up and by-pass for a Temporary Generator and for connection for a load bank. Holt Comment: This device is not shown on the plans. Recommend remove this item from spec. Contractor shall provide a price this docking station ADDENDUM [#2] PAGE 6 OF 10 08/24/2017ISSUED

7 Question # A.2.d; NFPA 110 Emergency and Standby Power Systems. The generator set shall meet all requirements for Level 1 systems. Holt Comment: Large lean burn natural gas gensets are not capable of meeting NFPA 110 Type 1 10 second start. (15 20 seconds at best) Recommend modify or remove from spec. Revise to read second start Question # B.4. & 1.07.A.; UL2200 The generator set package & weather enclosure shall be listed. Holt Comment: UL2200 is not available on generator sets above 600V. Recommend remove from spec. Delete reference and requirement to UL2200 Question # M.; The generator set shall be provided with main line circuit breakers to be shown on the project drawings. Holt Comment: No mainline generator breaker shown on drawings. This cannot be installed on generator. The switchgear gen breaker & protective relay provides the circuit protection. Recommend remove this item from specs. Generator breaker will be located in switchgear. Delete 2.02.M Question # A.2; The generator set shall be rated 2500kW/3125kVA. Holt Comment: The one line E8 lists 2000kW/2500kVA. Recommend change spec to match drawing. Specifications will be revised to match drawings Question # B.3.& 4.;The natural gas engine-generator set shall be capable of single step load pick up of 100% nameplate kw and power factor, less applicable derating factors, with the engine-generator set at operating temperature. Holt Comment: Unlike the diesel engine sets, 100% block loading is not possible for a lean burn natural gas engine genset. The best is approximately 25-30% of full load Recommend remove B.3. & B.4. from spec. Delete 2.01.B.3 & 4 Question # C.; Skid-mounted radiator and cooling system rated for full load operation in 125 degrees F (43 degrees C). Holt Comment: 125F = 52C (43C = 110F) 125F radiator will be huge & expensive for a gas engine this size. Recommend change to 120F (49C). Revise to read 120F (49C) Question # G.; An engine driven, mechanical, positive displacement fuel pump. A primary set of Racor fuel filters shall be provided to allow the operator to change filters while the engine is operating. Holt Comment: This applies to a diesel engine, not applicable for gas engines. Recommend change spec to provide gas train with regulator, shut off & fuel filter. Delete reference to Racor fuel filters. Revise to provide gas train with regulator, shut-off & fuel filter ADDENDUM [#2] PAGE 7 OF 10 08/24/2017ISSUED

8 Question # M.; The generator set shall be provided with main line circuit breakers to be shown on the project drawings. Holt Comment: No mainline generator breaker shown on drawings. This cannot be installed on generator. Switchgear breaker & SEL489 provides the circuit protection. Recommend remove this item from specs. The generator breaker is located in the switchgear. Delete 2.02.M Question # D.; The sub-transient reactance of the alternator shall not exceed 10 percent Holt Comment: This temperature rise generator is not available. Recommend change spec rating, not to exceed 16 percent. Revise to read 16 percent Question # F.; The new generators shall be compatible for paralleling with the existing generators. Holt Comment: No existing generator sets connected to this system. Recommend delete from spec. Upon the installation of the natural gas generator the new generator shall be compatible for paralleling with the existing diesel engine driven generator Question # B.3.; Both analog and digital metering are required. Holt Comment: Analog not available, recommend change to analog (or) digital. Analog (or) digital shall be required Question # C.; Installation acceptance tests to be conducted on-site shall include a "cold start" test and a one step rated load pickup test in accordance with NFPA 110. Holt Comment: Unlike the diesel engine sets, this is not possible for a lean burn natural gas engine genset. Same as 2.01.B.3. & B.4., recommend remove from spec. Delete 3.04.C Question #58 - Drawing E8 References a SEL 489 protective relay for the generators. Holt Comment: Is a SEL700G (or equivalent) acceptable? SEL 700G is acceptable Question #59 - Drawing E8 calls for silver plated bus, Specification , 2.07.H. calls for tin plated. Holt Comment: Please clarify. Revise E8 to read tin plated copper bus Question #60 - Drawing E8 has different ka ratings listed (50kAbus/40kA breaker in upper left box) & (65kA in table below Elevation) Holt Comment: Please clarify. (Eaton offers 40kA, 50kA and 63kA) 63-65kA is acceptable ADDENDUM [#2] PAGE 8 OF 10 08/24/2017ISSUED

9 Question #61 - Drawing E8 table below the elevation calls for a 92 depth & Drawing E4 identifies 8 depth. Holt Comment: Please clarify. (Eaton s standard depth is is this acceptable?) is acceptable as long as proper working clearances can be accomplished Question #62 - Drawing E8 bus PTs are shown with a breaker as protection. Holt Comment: Is fused protection acceptable? Fuse protection is acceptable Question #63 - Specification , 1.08.D. asks for a 5 year warranty as an add option. Holt Comment: Please clarify the components required to be covered by this extended warranty. The entire switchgear package Question #64 - Specification , 2.02 Acceptable manufacturers. Holt Comment: Is Caterpillar/Eaton an acceptable manufacturer? Yes, Caterpillar/Eaton are acceptable Question #65 - Specification , 2.05.C. Generator PLC, GE Fanuc series or equal, included with back-up power supply for use during DC engine cranking. Holt Comment: Is a PLC required in addition to the Woodward engine controller? Or can the required engine data be brought to the Master PLC via IO? If Master PLC via IO will accommodate then, this will be acceptable Question #66 - Specification , 2.07.D. Metal clad AR switchgear is intended for use on 4.16KV, 3-phase, 3 wire grounded 60-Hz system. Holt Comment: AR is not listed on drawing E2 symbols. Does AR refer to Arc Resistant metal clad switchgear? Yes Question #67 - Specification , 2.07.D. Enclosures and circuit breakers shall have a basic impulse rating of 95KV. Holt Comment: Is 60 BIL acceptable? (60 BIL is standard at 5kV) Yes, 60BIL is acceptable Question #68 - Specification Metal Enclosed Switchgear MV. Holt Comment: Is this spec applicable to the paralleling switchgear? Only applicable to items not covered in paralleling switchgear specifications ADDENDUM [#2] PAGE 9 OF 10 08/24/2017ISSUED

10 Question #69 - Specification , 2.2.E. The manufacturer shall provide minimum clearance dimensions and other guidelines related to the performance of the arc resistant switchgear. Holt Comment: Is arc resistant switchgear required? Yes Question #70 - Specification requires the switchgear manufacturer to provide the coordination study Specification D requires the electrical contractor to provide the coordination study. Holt Comment: Recommend remove 2.8 from spec Contractor shall provide coordination study. Delete requirement 2.8 from specification Question #71 - Who will be providing the master plc cabinet and who is responsible for all of the programming for this project?? Contractor shall provide a complete package including programming Question #72 - Also The programming includes not only the PLC but the relays for the switchgear and parallel switch gear as well. So ALL of the programming. The successful bidder to provide the complete package. Question #73 - Because of the specs provided for armored cable, will all of the cables be required to be CLX cables? Only 4160V cables Question #74 - Is the lighting on E4, on this contract? No, this is Not in contract (NIC) Question #75 - No wires shown for the Battery Cabinets, or control wires for the for Switchgear, Paralleling Gear, and Generator, if they are in this contract can you provide information? This will be based on specific vendor product requirements. Contractor shall include with your proposed vendor requirements Question #76 - Are there remote annunciators required? If so where? Yes, remote annunciators are shown to be required in the specifications. Provide at the CEP Control Room ADDENDUM [#2] PAGE 10 OF 10 08/24/2017ISSUED

11 ADDENDUM #2 RESPONDENT S PRICING AND DELIVERY PROPOSAL AND EXECUTION OF OFFER RFP No.: P20 Project Name: Generator and Switchgear for the Central Energy Plant From: To: Respondent s Name: Mailing Address: City, State, Zip Code: Phone Number: UT Health San Antonio Having carefully examined the Uniform General Conditions for The University of Texas System Building Construction Contracts (UGC), the Plans and Specifications and addenda thereto, as prepared by UT Health San Antonio and the Project Architect/Engineer on this Project, as well as the premises and all the conditions affecting the work, the undersigned proposes to furnish all supervision, labor, materials, equipment and tooling necessary to achieve Substantial Completion of the work in accordance with the Contract Documents for the following sum (Amount shall be shown in both written and figure form. In case of discrepancy between the written amount and the figure, the written amount will govern): 1.1 BASE PROPOSAL COST 4160V Packaged Diesel Generator System and Switchgear for the Central Energy Plant : DOLLARS ($ ) Contractor shall mobilize within calendar days after Notice to Proceed Contractor shall deliver a complete project within calendar days after Notice to Proceed. 1.2 ALTERNATE PROPOSALS: The Owner reserves the right to accept or reject any Alternate Proposals in the order of its choice. The following amounts may be added to, or deducted from, the Base Proposal Cost identified above ALTERNATE PROPOSAL COST No. 1 Natural Gas Engine Driven Generator System (Provide & Set only): DOLLARS ($ ) ALTERNATE PROPOSAL COST No. 2 Line Item B (for all items shown as LIB in Electrical Drawings): DOLLARS ($ ) REV MGM PAGE 1 OF 7 ADDENDUM #2 - EXHIBIT B

12 ADDENDUM #2 1.3 CONSTRUCTION MILESTONE SCHEDULE: The undersigned agrees, if awarded the contract, to achieve Substantial Completion of the Work as described in the UGC, the plans and specifications and addenda thereto Anticipated Notice to Proceed for Construction September, Anticipated Substantial Completion August, Anticipated Final Completion September, RFP ADDENDA: Receipt is hereby acknowledged of the following addenda issued by the Point-of- Contact to this Request for Proposals - initial if applicable. RFP No. 1 RFP No. 2 RFP No. 3 RFP No. 4 RFP No LIQUIDATED DAMAGES: The undersigned agrees that, from the compensation otherwise to be paid, the Owner may retain the sum of $1, for each calendar day after the Substantial Completion Date that the work remains incomplete, which sum is agreed upon as the proper measure of liquidated damages which the Owner will sustain per diem by the failure of the Undersigned to complete the work at the time stipulated in the Contract. This sum is not construed in any sense as a penalty. 1.6 BID BONDS: The undersigned shall include a Certified Check or Proposal Bond Payable to the University of Texas Health Science Center at San Antonio, in an amount not less than five percent (5%) of the largest possible total proposed cost, including consideration of alternates, accompanying this proposal is left in escrow with the Purchasing Department; that its amount is the measure of liquidated damages which the Owner will sustain by the failure of the undersigned to execute and deliver the above named Agreement and Bonds, and that if the undersigned defaults in executing that Agreement or in furnishing the Performance and Payment Bonds or insurance certificates within ten (10) calendar days of written notification of the award of the Contract, then the check shall become the property of the Owner, or the Proposal Bond shall become subject to forfeiture to the Owner. 1.7 PAYMENT AND PERFORMANCE BONDS: The undersigned agrees to execute the Payment and Performance Bonds within ten (10) calendar days, in the amount of one hundred percent (100%) of the contract price, after notification that the offerer has been identified by the Owner as the Respondent with the best value Proposal. The bonds shall be in the full contract amount 1.8 AWARD OF CONTRACT AND COMMENCEMENT OF WORK: The Owner reserves the right to accept or reject and all Proposals and to waive proposal irregularities. Proposals shall be valid and not withdrawn for a period of sixty (60) days from the date of opening thereof. The undersigned agrees the contract to execute the Contract within ten (10) calendar days after notification that the offerer has been identified by the Owner as the Respondent with the best value Proposal, and to commence work on or before the commencement date stated by the Owner in a Notice to Proceed; such commencement date shall be ten (10) or more calendar days after the date of the Notice to Proceed. In addition, the undersigned agrees to execute and deliver to the Owner a Certification of Franchise Tax Payment and further agrees to obtain from each subcontractor and supplier and hold for redelivery to the Owner if requested a certification of franchise tax status of such subcontractor or supplier. 1.9 OWNER S RIGHT: It is understood that the Owner reserves the right to accept or reject any and all Proposals and to waive proposal irregularities. It is further agreed that this Bid shall be valid and not withdrawn for a period of sixty (60) days from the date of opening thereof. REV MGM PAGE 2 OF 7 ADDENDUM #2 - EXHIBIT B

13 ADDENDUM # The Respondent must complete, sign and return this Pricing and Delivery Proposal as part of their submittal response. The Respondent s company official(s) who are authorized to commit to such a submittal must sign submittals. Failure to sign and return this form will subject the submittal to disqualification. Respondent s Name: Respondent s State of Texas Tax Account No.: (This 11 digit number is mandatory) If a Corporation: Respondent s State of Incorporation: Respondent s Charter No: Identify each person who owns at least 25% of the Respondent s business entity by name: (Name) (Name) (Name) (Name) Submitted and Certified By: (Respondent s Name) (Title) (Street Address) (Telephone Number) (City, State, Zip Code) (Fax Number) (Authorized Signature) (Date) REV MGM PAGE 3 OF 7 ADDENDUM #2 - EXHIBIT B

14 ADDENDUM # RESPONDENT S EXECUTION OF OFFER (See additional signature lines at end of this section) THIS EXECUTION OF OFFER MUST BE COMPLETED, SIGNED, AND RETURNED WITH THE RESPONDENT'S PROPOSALS. FAILURE TO COMPLETE, SIGN AND RETURN THIS EXECUTION OF OFFER WITH THE PROPOSALS WILL RESULT IN REJECTION OF THE PROPOSALS. SIGNING A FALSE STATEMENT MAY VOID THE SUBMITTED PROPOSALS OR ANY AGREEMENTS OR OTHER CONTRACTUAL ARRANGEMENTS, WHICH MAY RESULT FROM THE SUBMISSION OF RESPONDENT S PROPOSALS, AND THE RESPONDENT MAY BE REMOVED FROM ALL PROPOSER LISTS. A FALSE CERTIFICATION SHALL BE DEEMED A MATERIAL BREACH OF CONTRACT AND, AT OWNER'S OPTION, MAY RESULT IN TERMINATION OF ANY RESULTING CONTRACT OR PURCHASE ORDER By signature hereon, Respondent acknowledges and agrees that (1) this Request For Competitive Sealed Proposals is a solicitation for Proposals and is not a contract or an offer to contract; (2) the submission of Proposals by Respondent in response to this Request For Competitive Sealed Proposals will not create a contract between the Owner and Respondent; (3) the Owner has made no representation or warranty, written or oral, that one or more contracts with the Owner will be awarded under this Request For Competitive Sealed Proposals; and (4) Respondent shall bear, as its sole risk and responsibility, any cost which arises from Respondent's preparation of a response to this Request For Competitive Sealed Proposals By signature hereon, Respondent offers and agrees to furnish to the Owner the products and/or services more particularly described in its Proposals, and to comply with all terms, conditions and requirements set forth in the Request For Competitive Sealed Proposals documents and contained herein By signature hereon, Respondent affirms that he has not given, nor intends to give at any time hereafter, any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor or service to a public servant in connection with the submitted Proposals By signature hereon, a corporate Respondent certifies that it is not currently delinquent in the payment of any Franchise Taxes due under Chapter 171, Texas Tax Code, or that the corporate Respondent is exempt from the payment of such taxes, or that the corporate Respondent is an out-of-state corporation that is not subject to the Texas Franchise Tax, whichever is applicable By signature hereon, the Respondent hereby certifies that neither the Respondent nor the firm, corporation, partnership or Owner represented by the Respondent, or anyone acting for such firm, corporation, or institution has violated the antitrust laws of this state, codified in Section 15.01, et. seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the Proposals made to any competitor or any other person engaged in such line of business By signature hereon, Respondent represents and warrants that: Respondent is a reputable company regularly engaged in providing products and/or services necessary to meet the terms, conditions and requirements of the Request For Competitive Sealed Proposals; REV MGM PAGE 4 OF 7 ADDENDUM #2 - EXHIBIT B

15 ADDENDUM # Respondent has the necessary experience, knowledge, abilities, skills, and resources to satisfactorily perform the terms, conditions and requirements of the Request For Competitive Sealed Proposals; Respondent is aware of, is fully informed about, and is in full compliance with all applicable federal, state and local laws, rules, regulations and ordinances; Respondent understands (i) the requirements and specifications set forth in this Request For Competitive Sealed Proposals and (ii) the terms and conditions set forth in the Contract under which Respondent will be required to operate; Respondent, if selected by the Owner, will maintain insurance as required by the Contract; All statements, information and representations prepared and submitted in response to this Request for Competitive Sealed Proposals are current, complete, true and accurate. Respondent acknowledges that the Owner will rely on such statements, information and representations in selecting the successful Respondent. If selected by the Owner as the successful Respondent, Respondent will notify the Owner immediately of any material change in any matters with regard to which Respondent has made a statement or representation or provided information By signature hereon, Respondent certifies that the individual signing this document and the documents made part of the Request For Competitive Sealed Proposals is authorized to sign such documents on behalf of the company and to bind the company under any agreements or other contractual arrangements, which may result from the submission of Respondent s Proposals By signature hereon, Respondent certifies as follows: Under Section , Texas Family Code, the vendor or applicant certifies that the individual or business entity named in this contract, bid, or application is not ineligible to receive the specified grant, loan, or payment and acknowledges that this contract may be terminated and payment may be withheld if this certification is inaccurate Under Section , Texas Government Code, the vendor or applicant certifies that the individual or business entity named in this bid or contract is not ineligible to receive the specified contract and acknowledges that this contract may be terminated and payment withheld if this certification is inaccurate Under Section , Texas Government Code, the vendor or applicant certifies that each individual or business entity which is an engineer or architect proposed by Respondent as a member of its team was selected based on demonstrated competence and Proposals only By signature hereon, Respondent certifies that no relationship, whether by relative, business associate, capital funding agreement or by any other such kinship exist between Respondent and an employee of any University of Texas component, or Respondent has not been an employee of any University of Texas component within the immediate twelve (12) months prior to your Request For Competitive Sealed Proposals response. All such disclosures will be subject to administrative review and approval prior to the Owner entering into any contract with Respondent. REV MGM PAGE 5 OF 7 ADDENDUM #2 - EXHIBIT B

16 ADDENDUM # By signature hereon, Respondent affirms that no compensation has been received for participation in the preparation of the specifications for this Request for Competitive Sealed Proposals (reference Section Texas Government Code) Respondent represents and warrants that all articles and services quoted in response to this Request for Competitive Sealed Proposals meet or exceed the safety standards established and promulgated under the Federal Occupational Safety and Health Law (Public Law ) and its regulations in effect or proposed as of the date of this solicitation By signature hereon, Respondent signifies his compliance with all federal laws and regulations pertaining to Equal Employment Opportunities and Affirmative Action By signature hereon, Respondent agrees to defend, indemnify, and hold harmless the State of Texas, all of its officers, agents and employees from and against all claims, actions, suits, demands, proceedings, costs, damages, and liabilities, arising out of, connected with, or resulting from any acts or omissions of Respondent or any agent, employee, subcontractor, or supplier of Respondent in the execution or performance of any agreements or other contractual arrangements which may result from the submission of Respondent s Proposals By signature hereon, Respondent agrees that any payments that may become due under any agreements or other contractual arrangements, which may result from the submission of Respondent s Proposals, will be applied towards any debt including, but not limited to, delinquent taxes and child support that is owed to the State of Texas DISCLOSURE OF INTERESTED PARTIES STATUTE. In its proposal, Respondents must agree to comply with Section , Texas Government Code ( Disclosure of Interested Parties Statute ) and 1 Texas Administration Code Sections 46.1 through 46.3 ( Disclosure of Interested Parties Regulations ) as implemented by the Texas Ethics Commission ( TEC ), including, among other things, providing the TEC and University with the information required by the Disclosure of Interested Parties Statute and the Disclosure of Interested Parties Regulations on the form promulgated by the TEC. The form will be required to be submitted to Owner prior to the countersigning of the final agreement and not submitted with this RFP By signature hereon, Respondent certifies that the only member(s) of the Board of Regents of The University of Texas System or the Executive Officers of the University of Texas System or its component institutions that has a financial interest, directly or indirectly, in the transaction that is the subject of the contract is identified below. Attach additional pages as necessary. (Name) (Firm s Business Title) (UT System Title) REV MGM PAGE 6 OF 7 ADDENDUM #2 - EXHIBIT B

17 ADDENDUM # The Respondent must complete, sign and return this Execution of Offer as part of their submittal response. The Respondent s company official(s) who are authorized to commit to such a submittal must sign submittals. Failure to sign and return this form will subject the submittal to disqualification. (Respondent s Name) (Title) (Authorized Signature) (Date) REV MGM PAGE 7 OF 7 ADDENDUM #2 - EXHIBIT B

RESPONDENT S PRICING AND DELIVERY PROPOSAL AND EXECUTION OF OFFER

RESPONDENT S PRICING AND DELIVERY PROPOSAL AND EXECUTION OF OFFER RESPONDENT S PRICING AND DELIVERY PROPOSAL AND EXECUTION OF OFFER MD Anderson RFP No. MD Anderson Project Name: 150545/ME Renovation of Pharmacies P2 & R10 MD Anderson Project No.: 15-0545 From: Respondent

More information

RFQ No. FY17 ARCH-HC/ME - ADDENDUM 2

RFQ No. FY17 ARCH-HC/ME - ADDENDUM 2 RFQ No. FY17 ARCH-HC/ME - ADDENDUM 2 RFQ Closing: November 28, 2016 at 2:00 PM (Local Time) Page: 1 of 8 RFQ Number: FY17 ARCH-HC/ME Date: November 15, 2016 RETURN SUBMITTALS AS SHOWN BELOW RESPONDENT

More information

Request for Quotation

Request for Quotation Return this Quote document via FAX or E-MAIL no later than 3:00 PM, TUESDAY, 01/26/16 to: Attention: ANDREA PARKS STAHL, SR. BUYER Telephone: Fax No.: 210-567-2897 E-mail: PARKSA@UTHSCSA.EDU Facsimile

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL by The University of Texas System Administration for Selection of a Vendor to Provide Services related to U.T. System-wide Information Technology (IT) Audit Risk Assessment Methodology

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL by The University of Texas System Administration for Selection of a Vendor to Provide Property Insurance Broker and other Risk Management Services related to the assessment and management

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL RFP No. 720-1707 Retail Real Estate Broker Services Proposal Submittal Deadline: Wednesday, January 11th, 2017 at 2:30 PM CST The University of Texas System Real Estate Office Prepared

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL by The University of Texas Health Science Center at San Antonio for Selection of a Vendor to Provide Physician Quality Reporting System Services RFP No. 745-15-P15 Submittal Deadline:

More information

REQUEST FOR QUALIFICATIONS FOR ARCHITECT / ENGINEER PROFESSIONAL SERVICES. The University of Texas Health Science Center at San Antonio

REQUEST FOR QUALIFICATIONS FOR ARCHITECT / ENGINEER PROFESSIONAL SERVICES. The University of Texas Health Science Center at San Antonio REQUEST FOR QUALIFICATIONS FOR ARCHITECT / ENGINEER PROFESSIONAL SERVICES The University of Texas Health Science Center at San Antonio IDIQ DESIGN SERVICES for ROOF REPAIR and REPLACEMENT RFQ No.: 745-17-QU03

More information

STANDARD AGREEMENT BETWEEN OWNER AND CONTRACTOR for The University of Texas Health Science Center at Tyler Construction Projects

STANDARD AGREEMENT BETWEEN OWNER AND CONTRACTOR for The University of Texas Health Science Center at Tyler Construction Projects STANDARD AGREEMENT BETWEEN OWNER AND CONTRACTOR for The University of Texas Health Science Center at Tyler Construction Projects This Agreement is made as of, 2016 (the Effective Date ), by and between

More information

INVITATION TO BID NO MPDMS

INVITATION TO BID NO MPDMS INVITATION TO BID NO. 00802945 - MPDMS http://www.utexas.edu/admin/purchasing/ Return sealed bids to: THE UNIVERSITY OF TEXAS AT AUSTIN Purchasing Office 2200 Comal Street Austin, Texas 78722-2596 Phone

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL RFP No.: 769-18-0222-MA Title: Outsourced Chief Investment Officer Services Proposal Submittal Deadline: March 23, 2018, 2:00 pm, local time Prepared by: Michael Abernethy, Sr. Dir.

More information

Request for Bid/Proposal

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

More information

SAMPLE STANDARD AGREEMENT BETWEEN OWNER AND CONTRACTOR for The University of Texas System Construction Projects

SAMPLE STANDARD AGREEMENT BETWEEN OWNER AND CONTRACTOR for The University of Texas System Construction Projects SAMPLE STANDARD AGREEMENT BETWEEN OWNER AND CONTRACTOR for The University of Texas System Construction Projects Documents 00 01 23-1 This Agreement is made as of The Owner:, 20 (the Effective Date ), by

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL by The University of Texas System Administration for Selection of a Vendor to Provide Landscaping Maintenance Services RFP No. FAC2015LM0805RP Submittal Deadline: September 18, 2015

More information

(1) Standby Commercial Drive Sewer Lift Station Sealed Bid (Bid ) Town of Salem, NH

(1) Standby Commercial Drive Sewer Lift Station Sealed Bid (Bid ) Town of Salem, NH ` (1) Standby Generator @ Commercial Drive Sewer Lift Station Sealed Bid (Bid-2017-025) Town of Salem, NH August 4, 2017 SALEM PURCHASING Christine Wholley, Purchasing Agent 603-890-2090 fax 603-890-2091

More information

AGREEMENT BETWEEN OWNER AND CONTRACTOR For Construction Services for The University of Texas MD Anderson Cancer Center

AGREEMENT BETWEEN OWNER AND CONTRACTOR For Construction Services for The University of Texas MD Anderson Cancer Center AGREEMENT BETWEEN OWNER AND CONTRACTOR For Construction Services for The University of Texas MD Anderson Cancer Center This Agreement is made as of, 20 (the Effective Date ), by and between The Owner:

More information

STANDARD AGREEMENT BETWEEN OWNER AND CONTRACTOR For Construction Services for The University of Texas MD Anderson Cancer Center

STANDARD AGREEMENT BETWEEN OWNER AND CONTRACTOR For Construction Services for The University of Texas MD Anderson Cancer Center STANDARD AGREEMENT BETWEEN OWNER AND CONTRACTOR For Construction Services for The University of Texas MD Anderson Cancer Center This Agreement is made as of, 20 (the Effective Date ), by and between The

More information

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017 GENERATOR RFP# PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017 Please mark your sealed envelope RFP # Proposal and deliver to the following address and person: Purchasing Supervisor

More information

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

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

More information

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

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

More information

Stephen F. Austin State University Alumni Association P.O. Box 6096 Nacogdoches, TX REQUEST FOR PROPOSAL for Investment Management Services

Stephen F. Austin State University Alumni Association P.O. Box 6096 Nacogdoches, TX REQUEST FOR PROPOSAL for Investment Management Services P.O. Box 6096 Nacogdoches, TX 75962 REQUEST FOR PROPOSAL for Investment Management Services RFP NUMBER IMS-2016 PROPOSAL MUST BE RECEIVED BEFORE: 5:00 PM, TUESDAY, OCTOBER 11, 2016 MAIL PROPOSAL TO: HAND

More information

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

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

More information

Page 1 of 13. Section 2 - Executive Summary 2.1 Historical Background 2.2 Project Description, Scope and Budget 2.3 Project Planning Schedule

Page 1 of 13. Section 2 - Executive Summary 2.1 Historical Background 2.2 Project Description, Scope and Budget 2.3 Project Planning Schedule Section 1 - General Information and Requirements 1.1 General Information 1.2 Public Information 1.3 Type of Contract 1.4 Clarifications and Interpretations 1.5 Submission of Bids 1.6 Point-Of-Contact 1.7

More information

INVITATION TO BID FAILURE TO SIGN WILL DISQUALIFY BID Bid No. FIRE-EXT-FY15

INVITATION TO BID FAILURE TO SIGN WILL DISQUALIFY BID Bid No. FIRE-EXT-FY15 INVITATION TO BID FAILURE TO SIGN WILL DISQUALIFY BID Bid No. FIRE-EXT-FY15 Due Date: August 22, 2014 at 3:00 P.M. Signature City Zip Show bid opening and bid invitation number in lower left hand corner

More information

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

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

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR QUOTATION

More information

REQUEST FOR QUOTATIONS. For. ADA Concrete Ramps at Woodhill For HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS AND AFFILIATED ENTITIES

REQUEST FOR QUOTATIONS. For. ADA Concrete Ramps at Woodhill For HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS AND AFFILIATED ENTITIES 818 S. FLORES ST. SAN ANTONIO, TEXAS 78204 www.saha.org Procurement Department REQUEST FOR QUOTATIONS For ADA Concrete Ramps at Woodhill For HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS AND AFFILIATED

More information

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid WD Motor Grader 2018 Boom Mower (Shredder)

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid WD Motor Grader 2018 Boom Mower (Shredder) BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE Specifications for Bid 2018 6WD Motor Grader 2018 Boom Mower (Shredder) Deadline Date March 13, 2018 at 3:00PM (956) 831-4592

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B16-05 Toilet Paper Date: September 18, 2015 To: All Bidders

More information

APPENDIX B- LIST OF SUBCONTRACTORS FORM 138-17 Arc-Resistant Metal-Clad Switchgear and Switchgear Building for Kennedy 13kV Substation JEA Solicitation Number 138-17 requires certain major Subcontractors

More information

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance CITY OF MOBILE REQUEST FOR QUOTES April 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Locations: Project Number: Service Contract - Escalator Inspections

More information

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847)

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847) GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS 60025 (847) 657-3215 DATE: March 8, 2019 SPECIFICATIONS FOR: Spin Bikes and Software BIDS RECEIVED UNTIL: March 27, 2019 2:00pm at Park Center

More information

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

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

More information

HVAC Remodel Second Floor North Center Building

HVAC Remodel Second Floor North Center Building Invitation For Bid 01/02-08 Purchasing Services HVAC Remodel Second Floor North Center Building ISSUE DATE: 8:00 a.m., Wednesday, December 5, 2001 MANDATORY PRE-BID MEETING: 10:00 a.m., Wednesday, December

More information

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

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

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Communications Tower BID OPENING DATE: August 25, 2014 TIME: 2:00 P.M.

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B12-01 Hand Soap & Sanitizer Date: June 22, 2011 To: All

More information

Interconnection of Electric Generators

Interconnection of Electric Generators Interconnection of Electric Generators (GENERATING CAPACITY OF NOT MORE THAN 25 KILOWATTS) Public Utility #1 of Ferry County Republic Washington November 15, 2007 Table of Contents Chapter 1 Purpose and

More information

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S.

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S. SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO. 1 5661 S. Ironwood Drive Apache Junction Arizona 85120 Phone (480) 941-6754 Fax (480) 671-3180 www.smcfd.org BID PACKAGE PROJECT 18.C.18 Issue Date:

More information

Request for Proposal RFP # SUBJECT: Ergotron LX

Request for Proposal RFP # SUBJECT: Ergotron LX Request for Proposal RFP #13-1422 SUBJECT: Ergotron LX DATE OF ISSUE: July 3, 2013 TO RESPOND BY: RESPOND TO: July 19, 2013 @ 1500 Hours (3:00 PM Pacific Time) Leslie Burke, Purchasing Agent Purchasing

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B17-08 Patch Cables Date: February 23, 2017 To:

More information

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent 6550 Walden Rd., Beaumont, Texas 77707 Phone: 409-842-1818 Fax: 409-842-2729 Legal Notice Advertisement

More information

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

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

More information

REQUEST FOR PROPOSAL PREFERRED SUPPLIER OF A MOBILE DEVICE MANAGEMENT SOLUTION

REQUEST FOR PROPOSAL PREFERRED SUPPLIER OF A MOBILE DEVICE MANAGEMENT SOLUTION REQUEST FOR PROPOSAL by The University of Texas System, acting through The University of Texas System Supply Chain Alliance, for selection of a PREFERRED SUPPLIER OF A MOBILE DEVICE MANAGEMENT SOLUTION

More information

INVITATION TO BID FAILURE TO SIGN WILL DISQUALIFY BID Bid No. UPHOLSTERY-FY18

INVITATION TO BID FAILURE TO SIGN WILL DISQUALIFY BID Bid No. UPHOLSTERY-FY18 INVITATION TO BID FAILURE TO SIGN WILL DISQUALIFY BID Bid No. UPHOLSTERY-FY18 Signature City Zip Due Date: 08/31/17, at 3:00 P.M. Show bid opening and bid invitation number in lower left hand corner of

More information

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

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

More information

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

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

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 BID B11-16 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 Gym www.forsyth.k12.ga.us Floor Work April 10, 2018 To: All Bidders

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: September 11, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 11 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: SEPTEMBER

More information

WEXFORD COUNTY REQUEST FOR PROPOSALS

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

More information

REQUEST FOR PROPOSAL RFP #14-03

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

More information

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None City of Anaheim Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services December 5, 2013 Pre-bid Conference: None Bid Due Date: December 19, 2013 2:00 PM, Pacific Standard Time Submit bid

More 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

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR BID

More information

Request for Proposal # Postage Meter Lease & Maintenance Service

Request 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 information

SPECIFICATION PACKAGE. for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3

SPECIFICATION PACKAGE. for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3 Working Together for a Better Tomorrow. Today. SPECIFICATION PACKAGE for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3 Bid Opening Date/Time Tuesday, October 23, 2012 @ 2:00 p.m. (local

More information

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

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

More information

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September

More information

University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY

University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY Invitation No: IB-025-17 Date December 6, 2016 Title: Belknap Academic Classroom Building, Bid Pack III Addendum No. Five (5) Post Bid

More information

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

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

More information

PURCHASING DEPARTMENT

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

More information

Holt Public School District 5780 W. Holt Rd Holt MI

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

More information

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

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

More information

REQUEST FOR QUALIFICATIONS FOR ARCHITECT/ENGINEER PROFESSIONAL SERVICES. THE UNIVERSITY OF TEXAS AT DALLAS SCIENCE BUILDING RFQ No.

REQUEST FOR QUALIFICATIONS FOR ARCHITECT/ENGINEER PROFESSIONAL SERVICES. THE UNIVERSITY OF TEXAS AT DALLAS SCIENCE BUILDING RFQ No. REQUEST FOR QUALIFICATIONS FOR ARCHITECT/ENGINEER PROFESSIONAL SERVICES THE UNIVERSITY OF TEXAS AT DALLAS SCIENCE BUILDING RFQ No.: 302-906 ISSUE DATE: March 12, 2015 DUE DATE: April 2, 2015 Prepared By:

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

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

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

More information

City of Hammond Purchasing Department RFP 14-15

City of Hammond Purchasing Department RFP 14-15 1 Purchasing Department Provide One (1) 150kW GENERAC Natural Gas Generator Set Generac QT15068KNAC AND GENERAC RTSN4700K3 Transfer Switch OR EQUAL Proposals Shall Be Received by the Purchasing Department,

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

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

More information

TROY CITY SCHOOL SYSTEM. Request for Proposal (RFP) BID NUMBER: TCS-NTWK-2017

TROY CITY SCHOOL SYSTEM. Request for Proposal (RFP) BID NUMBER: TCS-NTWK-2017 April 6, 2017 To: Subject: All Prospective Bidders (RFP) Bid Number: TCS-NTWK-2017 Enclosed is a copy of the Invitation to Bid (ITB) for Bid Number: TCS-NTWK-2017 for the Troy City School District. The

More information

BID # Queens Flushing Library Date: February 16, Contractor Services Contract for: Emergency Generator Fuel Tank Replacement Project

BID # Queens Flushing Library Date: February 16, Contractor Services Contract for: Emergency Generator Fuel Tank Replacement Project BID #0217-1 Queens Flushing Library Date: February 16, 2017 Contractor Services Contract for: Emergency Generator Fuel Tank Replacement Project Required Site Visit and Bid Review: Date: March 1, 2017 10:00

More information

TERMS AND CONDITIONS: ITEMS BELOW APPLY TO AND BECOME PART OF BID/PURCHASE ORDER ANY EXCEPTIONS THERETO MUST BE IN WRITING

TERMS AND CONDITIONS: ITEMS BELOW APPLY TO AND BECOME PART OF BID/PURCHASE ORDER ANY EXCEPTIONS THERETO MUST BE IN WRITING TERMS AND CONDITIONS: ITEMS BELOW APPLY TO AND BECOME PART OF BID/PURCHASE ORDER ANY EXCEPTIONS THERETO MUST BE IN WRITING 1. BIDDING REQUIREMENTS: 1.1 Bidders must comply with all rules, regulations and

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

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018 MODESTO CITY SCHOOLS BID NO. 18-4673 GASOLINE AND DIESEL FUEL DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018 MODESTO CITY SCHOOLS Purchasing Department 426 Locust Street Modesto, CA

More information

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST RFP14-1480 Request for Proposal RFP14-1480 SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST DATE OF ISSUE: September 08,, 2014 TO RESPOND BY RESPOND TO: September 22, 2014 3:00

More information

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2.

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2. IMPORTANT PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 13 REQUEST FOR SEALED BID REQ. NO. 3000000603 DATE: 2/28/07 (PUBLIC OPENING) Bids must be returned on or before 10:00 a.m., Wednesday,

More information

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

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

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 10:00 AM BACKGROUND BID REQUEST

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 10:00 AM BACKGROUND BID REQUEST PUR421 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 2013 @ 10:00 AM The City of Rock Hill, South Carolina is seeking competitive bids from qualified firms to provide

More information

Sample Request For Proposals

Sample Request For Proposals Sample Request For Proposals California Education Coalition for Health Care Reform A Joint Labor-Management Committee NOTICE TO BIDDERS HEALTH CARE INSURANCE NOTICE IS HEREBY GIVEN that the (name of district>.

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: OCTOBER 29, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 11 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: NOVEMBER

More information

FOURTH AVENUE BUILDING (FAB) EMERGENCY OPERATIONS CENTER UNINTERRUPTABLE POWER SUPPLY Solicitation #1571

FOURTH AVENUE BUILDING (FAB) EMERGENCY OPERATIONS CENTER UNINTERRUPTABLE POWER SUPPLY Solicitation #1571 FOURTH AVENUE BUILDING (FAB) EMERGENCY OPERATIONS CENTER UNINTERRUPTABLE POWER SUPPLY Solicitation #1571 Invitation to Bid for Electrical Contractor Services December 14, 2015 Mandatory Pre-Bid Meeting**

More information

2:00 P.M., Austin time, on Thursday, March 23, 2017

2:00 P.M., Austin time, on Thursday, March 23, 2017 ADDENDUM NO. 1 ELECTRICAL SERVICE TO March 16, 2017 PORTABLE CLASSROOM BUILDINGS Austin Independent School District Department of Construction Management TO: All Prime Contract Bidders of Record Acknowledge

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

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

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

More information

Superseding REVISED Sheet No. 38 REVISED SHEET NO. 38 Effective March 20, 2008 Effective February 6, 2014 RULE NO. 18. Net Energy Metering

Superseding REVISED Sheet No. 38 REVISED SHEET NO. 38 Effective March 20, 2008 Effective February 6, 2014 RULE NO. 18. Net Energy Metering Superseding REVISED Sheet No. 38 REVISED SHEET NO. 38 Effective March 20, 2008 Effective February 6, 2014 A. ELIGIBLE CUSTOMER-GENERATOR RULE NO. 18 Net Energy Metering Net energy metering is available

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

Glenwood/Bell Street Well Pump and Piping Construction

Glenwood/Bell Street Well Pump and Piping Construction SPECIFICATIONS BID 1-16 Glenwood/Bell Street Well Pump and Piping Construction THE CITY OF AVON PARK FLORIDA December 21 th, 2015 NOTICE TO BIDDERS INVITATION TO BID -- BID # 1-16 The City of Avon Park

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL Depository Bank Services TSC RFP 18-11 Submission Date: August 20, 2018 Texas Southmost College, 80 Fort Brown, Brownsville, Texas 78520 Phone: 956-295-3423, Fax: 956-295-3408 1 SECTION

More information

RFP Fundraising Feasibility Study and Campaign Consulting Services

RFP Fundraising Feasibility Study and Campaign Consulting Services Glenn Hegar Comptroller of Public Accounts You are here: Home» Procurement» Tools» Electronic State Business Daily RFP 720-1711 Fundraising Feasibility Study and Campaign Consulting Services Open Date:

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

City of Waukegan 100 N. Martin Luther King Jr. Ave. Waukegan, IL (847) (847) fax BID DOCUMENTS FOR OUTDOOR WARNING SIREN SYSTEM

City of Waukegan 100 N. Martin Luther King Jr. Ave. Waukegan, IL (847) (847) fax BID DOCUMENTS FOR OUTDOOR WARNING SIREN SYSTEM City of Waukegan 100 N. Martin Luther King Jr. Ave. Waukegan, IL 60085 (847)599-2513 (847)360-9744 fax BID DOCUMENTS FOR OUTDOOR WARNING SIREN SYSTEM BID OPENING: July 5 th, 2017 TABLE OF CONTENTS 1) NOTICE

More information

SOLAR PV INSTALLATION AT USC BASEBALL STADIUM

SOLAR PV INSTALLATION AT USC BASEBALL STADIUM AMENDMENT NO. 7 TO SOLICITATION TO: ALL VENDORS FROM: Charles Johnson, Procurement Manager SUBJECT: SOLICITATION NUMBER: USC-RFP-1761-CJ SOLAR PV INSTALLATION AT USC BASEBALL STADIUM DATE: June 30, 2010

More information

N O T I C E T O B I D D E R S

N O T I C E T O B I D D E R S N O T I C E T O B I D D E R S The Grand Prairie Independent School District will receive bids until: Date of Award until August 31, 2015 FOR: Teaching Aids, Instruction & Curriculum Materials & Supplies

More information

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

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

More information

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH 1. GENERAL The City of Folly Beach, South Carolina (City) requests proposals from qualified engineering firms for a Water System

More information

Scofield Ridge Homeowners Association

Scofield Ridge Homeowners Association Scofield Ridge Homeowners Association RFP #2012-003 Subject: Entrance Monument Design & Construction Due: March 30, 2012 2:00pm CST c/o Goodwin Management, Attn.: Debra Johnson * 11149 Research Blvd.,

More information

INTERCONNECTION GENERATION AND NET METERING POLICY

INTERCONNECTION GENERATION AND NET METERING POLICY INTERCONNECTION GENERATION AND NET METERING POLICY Manual for Member Owned Interconnection Generation Facilities Equal to 100 kw or Less Revised: May 11, 2015 Approved: August 25, 2014 Effective: August

More information

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

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

More information

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

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

More information

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will

More information