REQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386
|
|
- Arthur Johnston
- 5 years ago
- Views:
Transcription
1 2626 Courtland Street Duluth, MN phone ,fax , Western Lake Superior Sanitary District REQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386 Request for proposals for Safety Vending Machine Services will be received by the Western Lake Superior Sanitary District (WLSSD) until the CLOSING time of 2 PM, December 17, Proposals received after that time will be returned unopened. Proposals must be sealed and clearly marked: Safety Vending Machine Services-WLSSD RFP # 1386 and addressed to: Betsy Woller, Buyer Western Lake Superior Sanitary District 2626 Courtland Street Duluth, MN Copies of this proposal may be obtained by either calling or through the District s website at Questions pertaining to the content of this proposal should be directed to Betsy Woller, Buyer , or betsy.woller@wlssd.com. WLSSD reserves the right to reject any and all proposals, to waive any irregularities and to accept the proposal deemed in the best interest of Western Lake Superior Sanitary District. 1.0 Important Project Dates 1.1 Important Project Dates Proposals Issued: Friday, November 30, 2018 Questions Received by: Wednesday, December 5, 2018 by 2PM Responses Posted on: Friday, December 7, 2018 Proposals Due: Monday, December 17, 2018 by 2PM Start Date Estimate: Tuesday, January 1, Questions Questions regarding this proposal will be accepted until Wednesday, December 5, 2018 at 2 PM. Questions must be ed to Betsy Woller at betsy.woller@wlssd.com. Responses will be posted at on Friday, December 7, RFP Safety Vending Machine Services 1
2 2.0 WLSSD Background Information The Western Lake Superior Sanitary District (WLSSD) provides solid waste management and wastewater treatment services for an approximately 500 square mile region around Duluth, including parts of Carlton and St. Louis counties. It is governed by a nine-member citizen Board of Directors. WLSSD currently has a staff of 100 employees. The WLSSD has been using a vending machine since 2012 to ensure 24/7 access to necessary items for all district employees. The WLSSD s yearly spend is just over $11, Vendor Requirements The WLSSD is looking for a vendor to supply all items within the vending machine and service the vending machine weekly. 3.1 Location The WLSSD will need the vending machine place next to their receiving dock at its 2626 Courtland St. Duluth, MN facility. It is kept inside, in a temperature controlled environment. All shipments should ship to this address. 3.2 Vending Machine The vendor provided vending machine must meet the following requirements: Have enough capacity to fit all items listed inside of attached excel spreadsheet titled, Proposal Form Part A: Safety Vending Machine Item List and Price Sheet. All vending must be done through a badge system. This insures vended items get expensed to the correct department. See 3.4 Training & 3.5 Reporting below, for further requirements. Any modifications to the vending machine must be made within 10 days of notification by the WLSSD. This could include, but is not limited to, swapping one item for another, decreasing stock of one item, increasing the amount stocked of another, or adding additional item to the vending machine. The vendor is responsible for filling the vending machine every 7 days. The selected date and time must be Monday thru Friday and between the hours of 7 AM and 3 PM. Biweekly services may be granted, by discretion of the WLSSD, if the vendor can provide data of zero stock outs for a period of one month. The WLSSD recognizes the following holidays: New Year s, President s Day, Memorial Day, July 4 th, Labor Day, Veterans Day, Thanksgiving Day, Friday following Thanksgiving Day and Christmas. If a schedule service falls on a holiday it is up to the vendor to notify the WLSSD of adjusted schedule. It is the responsibility of the vendor to discard all packaging. Any cardboard and/or trash will need to be placed in the dumpsters outside of the receiving area at the end of each service. Any plastic must be placed in the plastic recycling area located inside of receiving. All packing slips must be signed, dated and placed in the receiving box located in the receiving office. Failure to do so may result in termination of contract. If the vending machine is not working for any reason the vendor must be able to respond within 24 hours Monday Thursday, if an issue arises over the weekend the WLSSD expects the vending machine to be serviced by end of day Tuesday. The vending machine shall be free of charge. The WLSSD will not accept invoices for rental or servicing of the vending machine RFP Safety Vending Machine Services 2
3 3.3 Cabinet The WLSSD understands that some requested items may ship in large pack sizes. Not all items ordered may fit inside of the vending machine upon receipt. The WLSSD will supply a cabinet to allow for additional stock. It is the vendor s responsibility to insure the following: All items within the cabinet must be correctly labeled with vendor supplied stock number and correspond with the stock number referenced in the vending machine. The cabinet must be locked at the end of each service. Failure to do so may result in termination of contract. 3.4 Training The vendor must agree to train WLSSD employees the first initial month of installation and provide follow up training each January. The WLSSD may also request additional training based on employee turnover. WLSSD employees must be trained to the extent in which they are able to perform the following tasks: Vend items from machine Identify items out of stock Locate items within the cabinet Fill the vending machine Adjust the vending machines system to recognize replenishment Create badges for new employees Create replacement badges Decommissioning badges 3.5 Reporting The WLSSD will require a weekly report, sent via , in excel format, by end of day Tuesday of the following week. The report will be for items actually vended and must include the following: Item number Description Quantity Cost Extended Cost User The WLSSD understands that the provided report date may vary due to holidays. In addition to a weekly report the WLSSD may request a monthly or annual usage report in excel format including the following information: Item number Description Quantity Cost Extended Cost 3.6 Quantity The WLSSD is requesting a vendor supply all necessary safety items to fill the vendor supplied vending machine. WLSSD reserves the right to add or remove any items. The WLSSD will not guarantee any minimum quantities during the term of the Agreement RFP Safety Vending Machine Services 3
4 3.7 Term Initial 3 year agreement with the option of one (2) year extension for a possible total of five years. Contract commences on January 1, 2019 with signed agreement and release of purchase order number. 3.8 Pricing Proposers will need to fill out and submit Proposal Form Part A: Safety Vending Machine Item List and Price Sheet. Proposal Form Part A is an excel spreadsheet that can be obtained by Betsy Woller at betsy.woller@wlssd.com. Proposal Form Part A allows for pricing for three years. This is not an all-inclusive list. Items indicated as Pricing shall be held firm for three years. 3.9 Safety Safety is of paramount importance. The contractor shall be responsible for the safety of its employees and safe conduct of all work performed, and shall take all necessary precautions for that purpose. Contractor shall defend and hold the WLSSD harmless from any penalty, fine or liability in connection thereof. The contractor and its employees shall comply with the WLSSD personal protective equipment (PPE) policy, while operating on District facilities. Basic PPE consists of hardhat, steel toed shoes, safety glasses and reflective, Class 2 ANSI vest or jacket RFP Safety Vending Machine Services 4
5 4.0 Proposal Form WLSSD is seeking proposals for this project and may be subject to further negotiation once all proposals are submitted and reviewed. WLSSD reserves the right to negotiate the proposals, and to accept the proposal deemed to be in the best interest of the organization. 4.1 Proposals Due Proposals for Safety Vending Machine Services will be received until closing time of 2 PM, December 17, Proposals received after this time will be returned unopened. Each proposal must be in a sealed envelope and clearly marked, Safety Vending Machine Services - RFP #1386 and addressed to: Betsy Woller, Buyer Western Lake Superior Sanitary District 2626 Courtland Street Duluth, MN In addition to the above mentioned sealed copy WLSSD requires a pdf. digital copy of pages 5-7 and Proposal Form Part A: Safety Vending Machine Item List and Price Sheet in excel format ed to betsy.woller@wlssd.com by the closing time of 2 PM, December 17, There will not be a formal opening of the proposals. The award will consist of execution of an agreement between the successful contractor and WLSSD. Feel free to contact Betsy Woller at or betsy.woller@wlssd.com if you have questions or comments. 4.2 Proposal Form Part A: Safety Vending Machine Item List and Price Sheet Proposers need to fill out and submit Proposal Form Part A: Safety Vending Machine Item List and Price Sheet. Proposal Form Part A is an excel spreadsheet that can be obtained by Betsy Woller at betsy.woller@wlssd.com. The spreadsheet allows for pricing for 2019, 2020 and Pricing shall be held firm for the three years. Completed forms must be sent in excel format to betsy.woller@wlssd.com prior to the closing time of 2 PM, December 17, Items highlighted in yellow must be brand specific or receive approval prior to proposal submittal by the District. Samples of like kind items must arrive at the Districts 2626 Courtland St. Duluth MN, facility on or before December 5, Approved like kind items will be posted with the question responses on Friday December 7, Proposal Form Part B: Vendor Requirements Submitted proposals must indicated vendors ability to meet all items laid out in 3.0 Vendor Requirements. Proposers should indicate all vending machines features (3.2 Vending Machine), ability to train employees (3.4 Training), and indicate ability to provide necessary reports (3.5 Reporting) RFP Safety Vending Machine Services 5
6 4.4 Proposal Form Part C The undersigned has read and fully understands the nature of this request and can meet the requirements stated in the specifications and Terms and Conditions. Clearly state any exceptions to these requirements. This Proposal Form must be returned to WLSSD in a sealed envelope and appropriately marked: Safety Vending Machine Services-RFP #1386 on or before, 2PM, December 17, Name of Proposer Proposers Address Contact Name Phone Address Authorized Signature Date 1386 RFP Safety Vending Machine Services 6
7 5.0 Proposal Evaluation Proposals will be evaluated and awarded based upon the following factors: *Note vendors past performance will be taken into consideration during the proposal evaluation. 1. Proposer meets the minimum qualification of 1) being able to provide brand specific items or has supplied like kind item and received District approval and 2) Proposer is able to meets minimum requirements laid out on 3.2 Vending Machine, 3.4 Training, and 3.5 Reporting. 2. Cost of items listed out in Proposal Form Part A: Safety Vending Machine Item List and Price Sheet Costs Most cost effective submitted proposal Second most cost effective submitted proposal Other Proposals Cost to the District Total score for Proposal Form A - possible Proposal Form B: Vendor Requirements Vending Machine Provides extra services the WLSSD would find beneficial Yes Does the Vending Machine meet the needs of the district? Total score for service and repair possible 20 Training Provides extra services the WLSSD would find beneficial Yes Submitted proposal indicated ability to train employees per section Total score for time frame possible 5 Reporting Provides extra services the WLSSD would find beneficial Proposer has the ability to provide necessary weekly reporting. Proposer has the ability to provide necessary monthly and yearly reporting. Total score for Security possible 20 Total score for Proposal Form B - possible 45 Yes RFP Safety Vending Machine Services 7
8 6.0 Checklist Questions submitted on or before Wednesday, December 5, 2018 by 2PM Review Questions posted on on or before Friday, December 7, 2018 Proposals submitted via mail and on or before Monday, December 17, 2018 by 2PM including the following: o Include 4.0 Proposal Form Pages 5-6 o Completed 4.2 Proposal Form Part A: Safety Vending Machine Item List and Price Sheet o 4.3 Proposal Form Part B: Vendor Requirements Proposer should indicate ability to meet all items laid out in 3.0 Vendor Requirements. At minimum include three sections describing prosed vending machine, ability to train employees and ability to meet reporting requirements RFP Safety Vending Machine Services 8
9 7.0 Sample Agreement Safety Vending Machine Service This AGREEMENT ( Agreement ) is made as of (01/01/2019) by and between Western Lake Superior Sanitary District ( District ) and Contractor ( Contractor ), which agree as follows: Agreement Name: Safety Vending Machine and Service The scope of the work: Defined in RFP 1386 providing a vending machine to allow employees 24/7 access to necessary items at its 2626 Courtland St. Duluth, MN facility. Schedule Start: Agreement Commencing on January 1, 2019 Vending Machine Installation: Within 30 days of signed Agreement Term of Agreement: 3 years with the option of one (2) year extension Approved Vending Machine: Purchase Order: All services shall be performed in accordance with the WLSSD General Terms and Conditions, which is attached and made part of this Agreement. Any attachments or exhibits referenced in this Agreement are made part of this Agreement. Attachments: 4.0 Proposal Form pages 5-6, Submitted 4.2 Proposal Form Part A: Safety vending Machine Item List and Price Sheet, Proposal From Part B indicating vendors ability to meet all items listed out in 3.0 Vendor Requirements. In witness whereof, District and Contractor have hereunto set their hands as of the day and year first above written. Western Lake Superior Sanitary District By 2626 Courtland Street Duluth, MN Date: ( Contractor ) By Date: M:\docs\11000\000317\LTR\GN7334.WPD 1386 RFP Safety Vending Machine Services 9
10 GENERAL TERMS AND CONDITIONS The following terms and conditions will apply to the Agreement: 1. Definitions. As used in this herin, Agreement means the written instrument which is evidence of the agreement between the District and the Contractor covering the Work. "District" means the Sanitary Board of the Western Lake Superior Sanitary District. "Contractor" means the individual, company, or organization from whom the services are ordered. "Work" means the provision of the services ordered under the Agreement, including furnishing necessary parts, materials, machinery, tools, and equipment. Documents means the Agreement including the provisions of any drawings, prints, plans, descriptions, specifications, samples, data and other documents specifically listed in the Agreement (approved shop drawings or other submittals by the Contractor are not Documents unless listed in the Agreement). 2. Agreement Authority; Applicable Terms. The Agreement, when properly signed, is recognized by the District as authority for commencing performance of the Work, supersedes all previous communications and negotiations except as specifically incorporated, and constitutes the entire agreement between the parties. No terms stated by the Contractor in accepting or acknowledging the Agreement shall be binding on the District unless accepted in writing by the District. In particular, commencement of performance of the Work by the Contractor in the absence of the District's agreement to the Contractor s proposed terms will constitute the Contractor s acceptance of the terms of the Agreement and any terms or Documents incorporated in the Agreement by reference. 3. Length of Agreement. Initial 3 year agreement with the option of one (2) year extension for a possible total of five years. Contract commences on January 1, 2019 with signed agreement and release of purchase order number. 4. Contract Pricing. Pricing be held firm during the length of the initial three year term. For any subsequent extensions to this contract, pricing will be negotiated between WLSSD and the Contractor prior to granting any such extension. See attached Proposal Form Part A: Safety Vending Machine Item List and Price Sheet. 5. Reporting. The WLSSD will require a weekly report, sent via , in excel format, by end of day Tuesday of the following week. The report will be for items actually vended and must include the following: Item number Description Quantity Cost Extended Cost User The WLSSD understands that the provided report date may vary due to holidays. In addition to a weekly report the WLSSD may request a monthly or annual usage report in excel format including the following information: Item number Description 1386 RFP Safety Vending Machine Services 10
11 Quantity Cost Extended Cost 6. Quantity. The Contactor will supply all necessary safety items to fill the Contractor supplied vending machine. WLSSD reserves the right to add or remove any items. The WLSSD will not guarantee any minimum quantities during the term of the Agreement. 7. Vending Machine. The Contractor provided vending machine must meet the following requirements: Have enough capacity to fit all items listed inside of attached excel spreadsheet titled, Proposal Form Part A: Safety Vending Machine Item List and Price Sheet. All vending must be done through a badge system. This insures vended items get expensed to the correct department. Any modifications to the vending machine must be made within 10 days of notification by the WLSSD. This could include, but is not limited to, swapping one item for another, decreasing stock of one item, increasing the amount stocked of another, or adding additional item to the vending machine. The Contractor is responsible for filling the vending machine every 7 days. The selected date and time must be Monday thru Friday and between the hours of 7 AM and 3 PM. Biweekly services may be granted, by discretion of the WLSSD, if the Contractor can provide data of zero stock outs for a period of one month. The WLSSD recognizes the following holidays: New Year s, President s Day, Memorial Day, July 4 th, Labor Day, Veterans Day, Thanksgiving Day, Friday following Thanksgiving Day and Christmas. If a schedule service falls on a holiday it is up to the Contractor to notify the WLSSD of adjusted schedule. It is the responsibility of the Contractor to discard all packaging. Any cardboard and/or trash will need to be placed in the dumpsters outside of the receiving area at the end of each service. Any plastic must be placed in the plastic recycling area located inside of receiving. All packing slips must be signed, dated and placed in the receiving box located in the receiving office. Failure to do so may result in termination of contract. If the vending machine is not working for any reason the Contractor must be able to respond within 24 hours Monday Thursday, if an issue arises over the weekend the WLSSD expects the vending machine to be serviced by end of day Tuesday. The vending machine shall be free of charge. The WLSSD will not accept invoices for rental or servicing of the vending machine. 8. Training. The Contractor must agree to train WLSSD employees the first initial month of installation and provide follow up training each January. The WLSSD may also request additional training based on employee turnover. WLSSD employees must be trained to the extent in which they are able to perform the following tasks: Vend items from machine Identify items out of stock Locate items within the cabinet Fill the vending machine Adjust the vending machines system to recognize replenishment Create badges for new employees Create replacement badges Decommissioning badges 1386 RFP Safety Vending Machine Services 11
12 9. Invoicing. All invoices must reference a WLSSD purchase order. Payments will be made by the WLSSD within 30 days after receipt of invoice. Invoices can be sent electronically to apinvoices@wlssd.com. 10. Indemnity; Insurance. The Contractor agrees to defend, indemnify, and save the District harmless from any expenses, damages, or claims arising from the performance under the Agreement by the Contractor, its agents or employees. The Contractor shall procure and maintain insurance sufficient to protect the District against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the Work by the Contractor or its employees, subcontractors, representatives or agents. Before commencing the Work, the Contractor shall provide to the District evidence of insurance showing compliance with any insurance requirements attached to the Agreement. Absent such specific insurance requirements, the Contractor shall provide to the District evidence of the following minimum limits of insurance: Commercial General Liability - $1,000,000 bodily injury, property damage (combined single limit) Commercial Automobile Liability - $1,000,000 bodily injury, property damage (combined single limit) Workers' Compensation Statutory and Employers liability - $1,000,000 Commercial excess or umbrella liability - $1,000,000 Contractor shall require Contractor s commercial general liability insurer, Contractor s commercial automobile liability insurer, and, Contractor s commercial umbrella liability insurer to name the District as additional insureds with respect to liability arising out of Contractor s Work under this Agreement. The coverage shall be primary and noncontributory. 11. Applicable Law; Compliance with Law. The laws of the state of Minnesota shall govern the Agreement. Contractor irrevocably consents to the exclusive jurisdiction and venue of the state and federal courts located in Duluth, Minnesota, in any legal action concerning or relating to this Agreement. In the performance of its obligations pursuant to the Agreement, the Contractor agrees to comply with all applicable provisions of federal, state, and local laws, regulations, and directives, and agrees that the most recent of such provisions will govern the Agreement at any particular time. 12. Non-Discrimination. The Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, religion, national origin, sex, sexual orientation, marital status, status with regard to public assistance, membership or activity in a local civil rights commission, disability, or age. Contractor agrees to be bound by the provisions of Minnesota Statutes, section , which prohibits certain discriminatory practices and the terms of said section are incorporated into the Agreement RFP Safety Vending Machine Services 12
13 13. Conflict of Interest. The Contractor certifies that to the best of its knowledge no officer or employee of the District has any pecuniary interest in the business of the Contractor and that no person associated with the Contractor has any interest that would conflict in any manner or degree with the provision of services under the Agreement. 14. Termination. The District may terminate the Agreement at any time and for any reason by giving Contractor thirty days written notice of the termination. In such event, all Work completed by Contractor shall become the property of District, and Contractor shall be entitled to compensation for all authorized services satisfactorily completed under the Agreement prior to the date of termination. 15. Assignment and Subcontracting. Contractor will not assign its rights or obligations under this Agreement, either in whole or in part, without the prior written consent of District. Contractor shall obtain prior written approval from District before subcontracting any of the services delivered under this Agreement. Contractor remains legally obligated for the performance of all Agreement terms including work performed by third parties under subcontracts and shall be held responsible by District for the performance of any subcontractor whether approved by District or not. All subcontracted services shall be subject to all applicable provisions of this Agreement.. 16.Working Conditions in District Premises. If any work to be performed hereunder is to be performed at District s premises (the Work Site ), Contractor hereby warrants and represents that it has inspected the Work Site and is familiar with all working conditions, including District s maintenance of a chemical and tobacco free facility, District s operation of facilities and rules which exist there and subsurface conditions, and that it has made due allowance for such conditions and rules in its price calculations and estimate of time for completion. 17. Commissioner of Health Licensing, Certifications, and Rules. All asbestos-related work or asbestos management activity, if any, performed by the Contractor under the Agreement shall be performed: a) by persons or subcontractors licensed or certified (for the types of such work or activity to be carried out) by the Commissioner of Health under the Minnesota Asbestos Abatement Act, Minnesota Statutes, sections to ; and b) in accordance with rules prescribed by the Commissioner of Health related to asbestos abatement and asbestos management activity. Prior to commencing any such work, the Contractor shall provide to the District copies of currently valid licenses or certificates (for all the types of asbestos-related work or asbestos management activities to be carried out under the Agreement) issued by the Commissioner of Health under the Minnesota Asbestos Abatement Act. 18. Consistency with Solid Waste Management Plan. Contractor represents that all disposal of solid waste, if any, under this Capital Project Agreement will be consistent with the solid waste management plan and the Solid Waste Ordinance of the District. 19. District s Smoking Policy. The Contractor shall notify all its employees that no smoking is permitted in any District building or on District property. This policy will be strictly enforced. 20. Safety. The Contractor shall maintain compliance with all District Safety Policies. The Contractor and its employees must at all times, wear basic personal protection equipment (PPE) while on District premises. Basic PPE consists of at minimum: hardhat, safety shoes, safety glasses or goggles and reflective vest RFP Safety Vending Machine Services 13
REQUEST FOR PROPOSALS SOLID WASTE AND RECYCLING SERVICES WLSSD RFP #1382
2626 Courtland Street Duluth, MN 55806-1894 phone 218.722.3336 fax 218.727.7471 www.wlssd.com Western Lake Superior Sanitary District REQUEST FOR PROPOSALS SOLID WASTE AND RECYCLING SERVICES WLSSD RFP
More informationRequest for Proposal. Electronic Health Records and Practice Management Software
Request for Proposal Electronic Health Records and Practice Management Software PRE-BID MUST BE RECEIVED BY 9:00 a.m., November 5, 2014 1 NOTICE TO VENDORS CHA is seeking proposals for the purchase, delivery,
More informationINTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS
INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS Except as otherwise provided on the face of this Purchase Order or Supply Contract (the Order ) which is attached hereto, the parties agree
More informationREQUEST FOR PROPOSALS FOR THE PROVISION OF CLEANING SERVICES TO SKOKIE PUBLIC LIBRARY
REQUEST FOR PROPOSALS FOR THE PROVISION OF CLEANING SERVICES TO SKOKIE PUBLIC LIBRARY Skokie Public Library is requesting proposals for a contract for the provision of cleaning services for a 133,190 square
More informationORANGE BOARD OF EDUCATION 637 ORANGE CENTER ROAD ORANGE, CT (203) SPECIFICATION COVER SHEET
ORANGE BOARD OF EDUCATION 637 ORANGE CENTER ROAD ORANGE, CT 06477 (203) 891-8020 SPECIFICATION COVER SHEET The Orange Board of Education reserves the right to reject any and all bids, or separate parts
More informationRequest For Proposal (RFP) for
Charter Township of Canton Request For Proposal (RFP) for DIGITAL MEDIA AND AUDIO VISUAL SERVICES Contact: Dave Harris Phone: 734 394-5274 E-mail: dave.harris@canton-mi.org Date Issued: 5/24/2018 Due Date
More informationSIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES
Cecil County Government Purchasing Department Bid #13-13 SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE
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 CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS
CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS REQUEST FOR PROPOSAL No. 2018-621 RESIDENTIAL CURBSIDE TEXTILE RECYCLING SERVICE The City of Conroe is seeking proposals from qualified firms
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 informationBID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION
BID PACKAGE CITY OF BEVERLY HILLS INFORMATION TECHNOLOGY DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed proposals are requested on the list of materials,
More informationInvitation to Bid. Radcliff Wastewater Treatment Plant (WWTP) Road Paving. For. Radcliff Wastewater Treatment Plant
Invitation to Bid Radcliff Wastewater Treatment Plant (WWTP) Road Paving For Radcliff Wastewater Treatment Plant Prepared by: Hardin County Water District No. 1 1400 Rogersville Road Radcliff, KY 40160
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 informationCity of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA
City of Redmond, Washington Purchasing Division, M/S: 3SFN 15670 NE 85th Street PO Box 97010 Redmond, WA 98073-9710 Request for Proposal The City of Redmond is interested in seeking proposals from qualified
More informationPROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN
PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN 1. CONTRACT: This contract is entered into by and between Spokane Regional Clean Air Agency (SRCAA) and (CONTRACTOR) to provide certain services to SRCAA.
More informationInvitation To Bid. for
PLYMOUTH TOWNSHIP POLICE DEPARTMENT Thomas J. Tiderington, Chief of Police 9955 N Haggerty Rd Plymouth, MI 48170 (734) 354-3232 Invitation To Bid for TOWING SERVICES Contact: Lieutenant Daniel Kudra Phone:
More informationRFP # Request for Proposal Moving Services Contract
RFP #15-2014 Request for Proposal Moving Services Contract Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide the following services for multi-family
More informationBID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION
BID PACKAGE CITY OF BEVERLY HILLS INFORMATION TECHNOLOGY DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed proposals are requested on the list of materials,
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 informationALL TERRAIN SLOPE MOWER
Cecil County Government Purchasing Department Bid #13-14 ALL TERRAIN SLOPE MOWER CECIL COUNTY GOVERNMENT: DEPARTMENT OF PUBLIC WORKS SOLID WASTE DIVISION CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE
More informationREQUEST FOR PROPOSALS TRASH AND RECYCLABLES COLLECTION CITY OF JONESVILLE, MICHIGAN
REQUEST FOR PROPOSALS TRASH AND RECYCLABLES COLLECTION CITY OF JONESVILLE, MICHIGAN 1. Introduction The City of Jonesville, Michigan (City) is soliciting proposals from qualified contractors for the provision
More informationTEMPORARY EMPLOYEE STAFFING. Request for Proposal
HOUSING AUTHORITY OF THE CITY OF WILMINGTON NORTH CAROLINA (WHA) REQUEST FOR PROPOSAL (RFP) SOLICITATION NO.: WHA17.14 TEMPORARY EMPLOYEE STAFFING Request for Proposal Issued: Friday, October 27, 2017
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 informationCITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM
PUR960 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HVAC System Maintenance and Repair MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM The City of Rock Hill, South Carolina is seeking
More informationNEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165
NEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165 Wilmington, NC 28403 Telephone: (910) 798-7187 Fax: (910) 798-7806 Lisa Wurtzbacher, CPA Chief Financial Officer Barbara D. McClure,
More informationEvaluation 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 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 informationCITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS
CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS CLOSING TIME: RFP S ARE DUE NOT LATER THAN 10:00 A.M. ON January 30, 2017 200 N. 12 th STREET CORSICANA,
More 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 informationARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029
CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San
More informationInvitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016
Charter Township of Canton Invitation To Bid for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016 Contact: Jason Lombardo Phone: 734 394-5473 E-mail: Jason.lombardo@canton-mi.org Date Issued: 09/29/2016
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 informationREQUEST FOR PROPOSALS TRANSPORTATION AND DISPOSAL OF HAZARDOUS WASTE. Addison County Solid Waste Management District
REQUEST FOR PROPOSALS TRANSPORTATION AND DISPOSAL OF HAZARDOUS WASTE ISSUED BY: Addison County Solid Waste Management District DATE ISSUED: May 12, 2017 BID DUE DATE: June 6, 2017, by 4:00 PM BID OPENING:
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 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 informationCITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK
CITY OF MOBILE REQUEST FOR PROPOSALS RFP: 2018-006 FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK The City of Mobile is seeking proposals for the operation of food concession stands,
More informationCITY OF OAK HARBOR REQUEST FOR PROPOSAL
CITY OF OAK HARBOR REQUEST FOR PROPOSAL WHIDBEY ISLAND MARATHON SHUTTLE SERVICE 2016 CALENDAR OF EVENTS Request for Proposals Published.. February 13, 2016 Closing Date for Receipt of Proposals.. February
More informationCity of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None
City of Anaheim Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services December 5, 2013 Pre-bid Conference: None Bid Due Date: December 19, 2013 2:00 PM, Pacific Standard Time Submit bid
More 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 informationREQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651
REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 MISSAUKEE COUNTY PO BOX 800 LAKE CITY MI 49651 (231) 839-4967 November 30,
More informationP.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]
P.O. Number [INSTRUCTIONS FOR COMPLETING THIS FORM ARE IN ITALICS AND BRACKETS. PLEASE COMPLETE EVERY FIELD AND DELETE ALL INSTRUCTIONS INCLUDING THE BRACKETS.] STATE OF MINNESOTA MINNESOTA STATE COLLEGES
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 informationLeavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048
Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048 Michael Spickelmier, Director of Public Works Trevor Huhn, Buildings & Grounds On-Call Boiler/Chiller Repair
More informationWINDOW WASHING
REQUEST FOR BID FOR WINDOW WASHING 2019-2021 Madison, Wisconsin July, 2018 Advertisement for Bids The Madison Metropolitan Sewerage District requests bids for Window Washing 2019-2021. Specifications are
More informationTELEPHONE: 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 informationRequest for Proposal Financial Advisory Services 2013 RFP NO.: 7211
Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Issue Date: March 28, 2013 Responses due: April 18, 2013, 4:00 p.m. Pacific Local Time REQUEST FOR PROPOSAL I. PURPOSE OF REQUEST The
More informationInvitation To Bid. for
Charter Township of Canton Invitation To Bid for COLOR COPIER Contact: Michael Siegrist Phone: 734 394-5120 E-mail: michael.siegrist@canton-mi.org Date Issued: 10/4/2018 Due Date & Time: 3:00 p.m., Thursday,
More informationInvitation to Bid. For. Wastewater Sludge Hauling and Disposal. Radcliff Wastewater Treatment Plant and Fort Knox Wastewater Treatment Plant
Invitation to Bid For Wastewater Sludge Hauling and Disposal At Radcliff Wastewater Treatment Plant and Fort Knox Wastewater Treatment Plant Prepared by: Hardin County Water District No. 1 1400 Rogersville
More informationTOWN OF ROCKLAND. Request for Proposal SNOW & ICE REMOVAL
TOWN OF ROCKLAND BROWN COUNTY, WISCONSIN Request for Proposal SNOW & ICE REMOVAL Issued February 23, 2015 DEADLINE 12:30 PM Monday, March 16, 2015 CONTACT: DENNIS CASHMAN CHAIRMAN 1712 BOB-BEA-JAN ROAD
More informationFATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006
FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively
More informationINDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424
INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424 INVITATION TO BID (This invitation is issued for the purpose of establishing a
More 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 informationChatham County Request for Proposals Biannual Customer Service Survey
Chatham County Request for Proposals Biannual Customer Service Survey Project Description & Purpose: The Chatham County Manager s Office is requesting proposals from entities experienced in local governmental
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 informationP R O P O S A L F O R M
GRAVEL 22A & 23A P R O P O S A L F O R M Bid Due: May 18, 2018-9:00 am To: Grand Traverse County Road Commissioners 1881 LaFranier Road Traverse City, MI 49696 The undersigned hereby certifies that they
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 informationPurchase Order Terms and Conditions
Purchase Order Terms and Conditions 1. These terms and conditions together with the terms and conditions on the face of the Purchase Order, and any specifications, drawings, instructions or other written
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 informationMANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding
PUR413 May 22, 2013 MANDATORY PRE-BID MEETING JUNE 06, 2013 VEGETATION Center Grinding Time: We are pleased to invite your company to a mandatory pre-bid meeting on June 06, 2013 @ 10:00 A.M. SHARP! Late
More informationRFP Request for Proposal Emergency Underground Utility Repair Services
RFP 17-2014 Request for Proposal Emergency Underground Utility Repair Services Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide the following
More informationREQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm
REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm NOTE: OUR ADDRESS HAS CHANGED TO 69 STATE STREET, 8 th Fl., ALBANY, NY 12207
More informationRequest for Proposal: Copier Fleet Minooka Elementary School
1 Minooka 201 CCSD Aaron Souza Director of I.T. 305 W. Church St Minooka, IL 60447 Office: 815 467 5740 asouza@min201.org Request for Proposal: Copier Fleet Minooka Elementary School 2 Table of Contents
More informationInvitation to Bid BOE. Diesel Exhaust Fluid
Invitation to Bid 20170811-02-BOE Diesel Exhaust Fluid Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN
More informationRequest for Proposal # Grinding and Processing Services for Yard/Pallet Waste
Request for Proposal #2019-020 Grinding and Processing Services for Yard/Pallet Waste Due Date: October 23, 2018 Time: 2:00 pm Receipt Location: Government Building 500 N. Main Street, Suite #709 Administrative
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 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 informationMELBA SCHOOL DISTRICT
MELBA SCHOOL DISTRICT REQUEST FOR PROPOSAL ( RFP ) FOR EPSON 595wi SHORT THROW PROJECTORS (STP) FOR MELBA SCHOOL DISTRICT NO. 136 ( MSD ) DUE: MONDAY; MAY 9, 2016 AT 12:00PM (MT) 1 Initials INVITATION
More informationREQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES
REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.
More informationCONTRACT FOR SERVICES RECITALS
CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor
More informationBERRIEN COUNTY ROAD DEPARTMENT
PROPOSAL AND SPECIFICATIONS FOR LIQUID CALCIUM CHLORIDE 1 SPECIFICATIONS FOR LIQUID CALCIUM CHLORIDE 38% It is the intent of the Berrien County Road Department to purchase all or part of its requirements
More informationHousing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend
HDC124 Housing Development Corporation of Rock Hill Request for Proposal CONSTRUCTION OF THREE NEW HOMES Cottages at Southend MANDATORY PRE-BID MEETING: 10 a.m. Wednesday, February 28, 2018 The Housing
More 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 informationINVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas
INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid
More informationPROPOSALS 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 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 informationCITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL
PUR939 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CONSTRUCTION OF THREE NEW HOMES AT VILLAGE AT ARCADE MILL MANDATORY PRE-BID MEETING: 8:30 A.M. MAY 31, 2018 The City of Rock Hill, South Carolina
More informationOSCEOLA COUNTY BOARD OF COUNTY COMMISSIONERS PROCUREMENT SERVICES OFFICE REQUEST FOR QUOTATION RFQ IS WIDE FORMAT PRINTING EQUIPMENT
OSCEOLA COUNTY BOARD OF COUNTY COMMISSIONERS PROCUREMENT SERVICES OFFICE REQUEST FOR QUOTATION RFQ-14-03834-IS WIDE FORMAT PRINTING EQUIPMENT BIDDER INFORMATION: Company Name:... Address:... Address:...
More informationREQUEST FOR QUALIFICATIONS Bailey Cove Transmission Main Phase 1
RFQ Bailey Cove Transmission Main - Phase 1 REQUEST FOR QUALIFICATIONS Bailey Cove Transmission Main Phase 1 Consulting Engineering Services Huntsville Utilities (HU), is accepting Statements of Qualifications
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 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 informationPURCHASE ORDER TERMS & CONDITIONS
1. DEFINITIONS: District: Vendor: Order: PURCHASE ORDER TERMS & CONDITIONS Sierra Joint Community College District Person, firm or corporation supplying the goods or services under the Order and includes
More informationInvitation To Bid. for
Charter Township of Canton Invitation To Bid for PURCHASE OR LEASE OF CARDIVASCULAR EQUIPMENT 2018 Contact: Jennifer Franz Phone: 734 394-5482 E-mail: jennifer.franz@canton-mi.org Date Issued: 8/23/2018
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 informationRECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS
PROFESSIONAL SERVICES CONTRACT (Architects, Engineers, Land Surveyors, Landscape Architects) BETWEEN THE CITY OF GIG HARBOR AND [insert Consultant Name] THIS AGREEMENT is made by and between the City of
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 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 informationCHARLOTTE DOUGLAS INTERNATIONAL AIRPORT INVITATION TO BID
CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT INVITATION TO BID The City of Charlotte ( City ) hereby invites informal bids for the following project (the Project ) at Charlotte Douglas International Airport
More informationNOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES
NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES DATE: April 8, 2016 PROPOSAL: Q16-131 The Town of Chapel Hill Business Management
More informationCITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services
CITIES OF BOYNE CITY AND CHARLEVOIX INVITATION TO BID Pavement Marking Services Sealed bids are now being accepted by the Cities of Boyne City and Charlevoix for Pavement Marking of Roadways and Parking
More 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 informationRequest for Proposal
Request for Proposal *************************************************************************** PROJECT NO: - 001 PROJECT NAME: Act 32 Qualified Performance Contract ISSUE DATE: 5/25/2016 DUE DATE: 6/6/2016
More informationREQUEST FOR PROPOSAL FOR:
REQUEST FOR PROPOSAL FOR: Early Childhood Initiative Project Evaluator White Mountains Community College-Berlin, NH WMC15-03 PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract
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 informationPROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES
PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES THIS AGREEMENT ( Agreement ) is made and entered into by and between the City of Snohomish, Washington,
More informationThe City of Mount Pleasant is taking bids for vehicle towing services. Bid packages are available on our website at
The City of Mount Pleasant is taking bids for vehicle towing services. Bid packages are available on our website at www.mountpleasanttn.org or in person at City Hall. Sealed bids must be received in the
More informationNotice of Request for Proposals
REGIONAL PLANNING COUNCILS Southwest Florida Regional Planning Council RFP for New Market Coordinator Notice of Request for Proposals SOUTHWEST FLORIDA REGIONAL PLANNING COUNCIL REQUEST FOR PROPOSALS Professional
More informationRequest for Proposal Internet Access
Philadelphia/Neshoba County Public Library Request for Proposal Internet Erate Funding Year July 1, 2015 through June 30, 2016 REQUEST FOR PROPOSAL Internet Philadelphia/Neshoba County Public Library January
More informationPROPOSAL FOR STREET SWEEPING SERVICES
840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2017-2018 STREET SWEEPING SERVICES BID OPENING: Thursday, April 27, 2017 at 10:00 a.m. BOARD OF COUNTY
More informationCITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit
CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will
More information7/14/16. Hendry County Purchase Order Terms and Conditions
Hendry County Purchase Order Terms and Conditions 1. Offer The order set forth in the Purchase Order is subject to cancellation by HENDRY COUNTY without notice if not accepted by VENDOR within fourteen
More information