1-10-C126 Questions and Answers Unarmed Guard Services at Washington Dulles International Airport and the Dulles Toll Road August 9, 2010

Size: px
Start display at page:

Download "1-10-C126 Questions and Answers Unarmed Guard Services at Washington Dulles International Airport and the Dulles Toll Road August 9, 2010"

Transcription

1 1. Does the contractor or subcontractor need to be a state licensed private security company? 2. If not, do you require the employees providing security services to have completed the Commonwealth Of VA.? Unarmed Security Officer Certification? 3. In the RFP: uniform requirements, you list police hats: will security caps (baseball type) suffice. Are there any special requirements as to emblems on hats (cap plates, other than what is already listed? See answer to question 1. No. 4. Do the subcontractors have to meet LDBE requirements? 5. If we are using the subcontractor can their licensing and/or bonding information be submitted for the contractor? 6. What is the number of posts? How many guards per post do you need? 7. While voluntary, does enlisting MBE/WBE company increase the scoring during evaluation? 8. Does the current contract cover both Dulles Airport and Dulles Toll Road? 9. What is the total price for the current year of the current contract for each location, i.e., Dulles Toll Road and Dulles Airport? 10. Where the term LDBE certification is used, does this mean LDBE certification specifically by the Airports Authority, as opposed to any other organization offering an LDBE certification? No, the bonding information is for the Prime Contractor. Licensing information must be submitted for both Prime and Sub-contractors. There are 19 post locations, please see Appendix A of the RFP. No. No. The current contract for Washington Dulles International Airport was awarded in 2005, the current amount is NTE $20,500, The current armed guard contract for the Dulles Toll Road was awarded in 2009, the current amount is NTE $400, The current contract Section X ATTACHMENT 03 MINIMUM WAGE TO BE PAID BY TO EMPLOYEES FOR THIS CONTRACT, is an hourly wage of $ Yes, LDBE certification is specific to the Metropolitan Washington Airports Authority.

2 11. Does the current contract have a 100% LDBE participation requirement? If so, is the current Contractor achieving 100% LDBE participation? Yes, the current contract is 100% LDBE and the contractor is achieving the 100% LDBE requirement. 12. What is the anticipated phase-in period? No phase-in period is anticipated at this time. 13. Page 21 of 97, 08 WORKING HOURS, A Normal working hours for Authority employees are Monday through Friday, 7:30 A.M. to 4:00 P.M., except for Federal Holidays. Overtime working hours are Monday through Friday, Saturdays, Sundays, and Federal Holidays, 4:00 P.M. to 7:30 A.M. If work from 4:00 P.M. to 7:30 A.M. is considered overtime working hours, does work during these hours requires a premium in hourly rate? 14. Page 22 of 97, 12 CONTRACTOR PERSONNEL The Contracting Officer may, at any time under this contract, require an investigation of Contractor personnel. What type of investigation would be required, and at what cost to the Contractor? 15. Page 28 of 97, B. 1. The Contractor s right to proceed shall not be terminated nor shall the Contractor be charged with damages under this clause, if: The delay in completing the work or failure to comply with contract terms arises from unforeseeable causes beyond the control and without the fault or negligence of the Contractor. Examples of such causes include (i) acts of God... Do acts of God include inability of personnel to reach the work site because of emergency weather conditions? The normal working hours listed refers to Authority employees only. This section is for informational purposes only. The Airports Authority does not dictate employee compensation beyond that stated in Section X Attachment 03. Standard investigation and background check. Only if no one can travel due to unusually severe weather conditions. See RFP Section VII Contract Provisions 20 Default B.1. Also see RFP, Statement of Work Washington Dulles International Airport, 04 MATERIAL AND PERFORANCE REQUIRMENTS, 5. Business continuity plan for supporting the contract in the event of: a. Severe weather, and b. Pandemic illness.

3 16. Page 29 of 97, 22 SECURITY All Employees who will be working unescorted in a restricted area of the airport must have an Airport Identification badge. There must be one person with a valid identification badge with the work crew at all times. When contract work requires the group to separate, additional badged escorts must be provided. How many Contractor employees are or will be working in a restricted area? 17. Page 29 of 97, 22 SECURITY Vehicles utilized in restricted areas must meet requirements set forth in the applicable Orders and Instructions for the airport. How many vehicles are or will be utilized in restricted areas? 18. Page 30 of 97, 26 SUPERVISION Are the supervisors dedicated supervisors (i.e., permitted to perform only supervisory functions for the entire time they are on duty)? 19. Page 31 of 97, A The Contractor shall have identification decals or other approved identification on all vehicles entering the Airport. Are these identification decals provided by the Authority? 20. Page 31 of 97 For vehicles operated on the aerodrome: How many vehicles are or will be operated in the aerodome? 21. Page 32 of 97, 4 The Contractor shall furnish, at its own expense, flagmen as necessary to control its traffic in accordance with these specifications... Are flagmen necessary under this contract? ALL employees are required to have access the Restricted Areas. At the minimum four vehicles, one for the exterior roving supervisor, one for the site manager, one each for the ramp inspectors. No. See answer to question 17. Not applicable.

4 22. Page 32 of 97, 5 In addition, the Contractor shall obtain any and all equipment necessary to communicate with the air traffic control tower to obtain clearance for all vehicles. Is this equipment necessary under this contract? If so, what are the specifications for this equipment? 23. Page 34 of 97, D If the Authority does not require correction or reperformance, the Contracting Officer shall make an equitable adjustment in the contract price. Does this imply that the Authority may make an equitable adjustment (i.e., a deduction) rather than require correction or reperformance and that this decision is at the discretion of the Contracting Officer? 24. Page 35 of 97, A Except for defaults of subcontractors at any tier, the Contractor shall not be in default because of any failure to perform this contract under its terms if the failure arises from causes beyond the control and without the fault or negligence of the Contractor. Examples of these causes are (1) acts of God... Does acts of God include inability of personnel to reach the work site because of emergency weather conditions? 25. Page 41 of 97, 04 MONITORING OF MBE/WBE PARTICIPATION All offerors are encouraged to provide information relating to these efforts (Exhibit A) and return it with their offer. Does this mean that Exhibit A is not required to be returned with a Contractor s offer? Not applicable. Yes, at the discretion of the Airports Authority who s opinion is translated through the Contracting Officer. See the answer to question 15 above. Exhibit A is required to be returned with your offer.

5 26. Page 44 of 97, 01 LDBE PARTICIPATION LDBE firms that the offeror plans to use to perform this contract must be LDBE certified by the Authority not later than the date established by the Authority for the award of this contract. What is the anticipated date of award of the contract? 27. Page 44 of 97, 01 LDBE PARTICIPATION The Authority requires sufficient time to process LDBE certification applications. How much time is generally required to process the LDBE certification application and obtain LDBE certification from the Authority? 28. Page 46 of 97, 3 If an LDBE prime offeror plans to obtain supplies or materials from stocking and non-stocking suppliers, distributors, or manufacturers, they must be certified as LDBE by the Authority. Does this mean that suppliers of items of equipment and uniforms must be LDBE certified by the Authority? 29. Page 52 of 97, A. Compliance Reviews What does at least at the agreed price mean if, ultimately, the prices proposed need to match the payments made? 30. Page 55 of 97, D In solicitations which are set-aside 100% for LDBEs, a joint venture competing as a prime offeror is eligible to compete as an LDBE joint venture if each business comprising the joint venture meets the requirements for an eligible LDBE. Does this mean that both businesses must be eligible for LDBE certification by the Authority and be LDBE certified by the Authority by the award date of the contract? January 1, No more than 30 days is required to process the LDBE Certification Application. A company must be certified LDBE by time of award of the contract. No. The subcontractors must be minimally paid the agreed price which is stated on the Exhibit D. Yes, both companies forming the Joint Venture must be LDBE certified by the Airports Authority.

6 31. Page 64 of 97, Exhibit G Note: This form need not be filled in if all joint venture firms are LDBEs Is this form applicable to a proposal that has a 100% LDBE participation requirement for joint ventures competing as prime offerors? If so, is this form only required to be submitted if one business in the joint venture has not be certified LDBE by the Authority at the time the proposal is submitted? 32. Page 76 of 97, 03 CATEGORIES OF SERVICES This section begins with B Base Services. Is the section numbered A missing, or is the current numbering incorrect? 33. Page 76 of 97, Staffing and Page 81 of 97 Is there a prescribed frequency for breaks that provide relief to permit personnel breaks by guards for meal times, restroom use, etc. and personnel breaks by the guards for lunch, dinner, restroom use, etc. If so, how many breaks must be provided during what length of time? 34. Pages 79 of 97 (RFP) and 5 of 7 (Amendment 0001), Note Should items (1) and (2) be items a. and b. instead? 35. Page 80 of 97, b Initial and recurrent training on detection and reporting of Vehicle Borne Improvised Explosive Devices (VBIED s). What is the applicable standard for this training? When must it be conducted relative to contract commencement? 36. Page 80 of 97, c Initial and recurrent training and drills on Airport Security Breach procedures i. Vehicle ii. Sterile Area Although this training is listed under E. Contractor Requirements, will this training be provided by the Authority? If not, what is the applicable standard for this training? When must it be conducted relative to contract commencement? All joint ventures must submit an Exhibit G. Exhibit G is required if the joint venture firms are LDBEs; the form must be provided and reviewed prior to award of the contract. See Amendment Two. Will be determined by Contractor s Management. See Amendment Two. At least one person with the company must have attended the VA-DCJS Improvised Explosive Device (IED) Awareness Training, or similar documented training. Personnel must be familiar with procedures prior to being assigned on shift. Airports Authority personnel will conduct Train-the-Trainer education prior to contract commencement.

7 37. Page 80 of 97, 6 A vehicle for use by each Roving Site Supervisor, Roving Ramp Inspector, and the On Site Manager. How many vehicles are or will be required? 38. Page 81 of 97, 12 Have a Project Manager readily available to respond to telephone or in-person inquires by the COTR. Is the Project Manager assigned to and responsible only for Dulles Airport? What are the specific responsibilities of the Project Manager? 39. Page 81 of 97, F. 1. Within 30 days after contract award, the Contractor will submit for approval, a comprehensive set of post orders. How does the Authority recommend that time and effort required to develop these post orders be included in the pricing? 40. Page 81 of 97 (RFP), F. 2. and Page 5 of 7 (Amendment 0001), F. 2. Within two weeks after contract award, provide a complete, detailed listing of the Contractor s key personnel to include all guards. This implies that all guards are key personnel. Are they? If not, who, specifically, are key personnel? 41. Page 81 of 97, H. Contractor Parking Upon contract commencement, the Contractor s on-airport staff may park, at no cost, their personal and company vehicles in a designated space(s) determined by the COTR, while on duty. But Page 20 of 97, 03 VEHICLE REGISTRATION AND PARKING The Contractor s employees will NOT be provided parking for their personal cars when performing the services called for in this contract. Is parking provided for personal vehicles of Contractor employees? See answer to question 17. The Project Manager will be responsible to supervise all posts and provide onsite administrative functions. Included in Start-up/Overhead costs. Key Personnel and Guards. Key Personnel will be Corporate Officers assigned to the contract, Management and Supervisory Team. See Amendment Two.

8 42. Page 82 of 97, Appendix A How many hours are equivalent to 1 FTE? 43. Page 82 of 97, Appendix A (and Page 78 of 97, 6) How do Site Management and Roving Shift Supervisor correlate with Project Manager, Site Supervisor or a Shift Leader position(s)? 44. Page 82 of 97, Appendix A Are normal working hours for Site Management 7:30 A.M. to 4:00 P.M.? 45. Page 82 of 97, Appendix A, Gate 313 Is 9.4 FTE correct? 46. Page 83 of 97, Z-Gates and Concourses A through C. Is 2.8 FTE correct? If so, how can 2.8 FTE provide the required coverage? 47. Page 83 of 97, Concourse D Is 1.4 FTE correct? If so, how can 1.4 FTE provide the required coverage? 48. Page 83 of 97, AOA Vehicle Inspection Station Is 2.0 FTE correct? If so, how can 2.0 FTE provide the required coverage? 49. Page 92 of 97, Criterion 3 and Page 93 of 97, Section 2 What, specifically, is to be included in the mobilization plan and ramp up plan / a mobilization plan/ ramp up plan. Also, is this one plan or two? 1 FTE = 2080 hours/year or 40 hours/week Site Management = Project Manager and corporate officers Roving Shift Supervisor=Site Supervisor or Leads At least 8 hours per day, anytime between 6:30 a.m. and 5:30 p.m. Corporate plan to recruit, train and retain sufficient personnel to be on hand to work on December 31, 2010 at 10:00 p.m.

9 50. Page 93 of 97, Section 3 Who is considered to be the principal? 51. Page 94 of 97 Are resumes included in the limit of 50 pages, or may they be considered exhibits, which are included in the page limit? 52. Page 80 or 97 (RFP) and Page 5 of 7 (Amendment 0001) Why are DCJS credentials called out for Dulles Toll Road but not for Dulles Airport? 53. Page 4 of 7 (Amendment 0001), C. Can a similar list of responsibilities be provided for Project Manager, Site Supervisor or a Shift Leader position(s) at Dulles Airport? 54. Page 4 of 7 (Amendment 0001), C. 1 After completing the payroll, the site supervisor will it to their corresponding corporate Compliance Officer. And Page 6 of 7, 6 Report all equipment or maintenance discrepancies in writing via. E- mail to the COTR. A computer and access to , etc. are not included under Airport Authority Furnished Supplies, Material, and Equipment. Will the Authority provide a computer with access to and an address for required reporting, or is this the responsibility of the Contractor? Webster s dictionary defines principal as; A leader, chief, or head; one who takes the lead; one who acts independently, or who has controlling authority or influence; as, the principal of a faction, a school, a firm, etc.; -- distinguished from a subordinate, abettor, auxiliary, or assistant. Owner of a privately held business, person who has controlling interest in a joint venture, corporation, or partnership. Person who appoints another to act on his behalf as agent or attorney in fact. No, they are considered exhibits. DCJS credentials are specified for both contracts. See RFP Section X Attachment One Unarmed Guard Services Statement of Work for Washington Dulles International Airport - Appendix A. Site Supervisor will time sheets to Corporate Office. Any damage to DTR property will be reported e.g. broken desk, broken chair or any maintenance issues such as air conditioning blowing hot air. Dulles Toll Road will supply the contractor with a computer. See Amendment Two.

10 55. Are there any requirements for margins or fonts on the fifty (50), double-spaced, single sided pages? 56. Because the RFP indicates that two separate awards will be made to one contractor, will the awarded contractor be required to submit one or two performance bonds? 57. Under the current contract is a union representing the security guards and if so, would the Authority provide a copy of the current collective bargaining agreement? 58. How many vehicles are required to be provided to operate on the contract and what is the average daily mileage used on each of the vehicles? 59. Will the Authority permit the rovers to provide lunch reliefs and personal breaks to officers on fixed posts? 60. Will the Authority provide office space and furniture for the contractor s use? 61. Is a U.S. Customs seal required for ID badges and if so, how long will it take? 62. SOW, Section 03, states that parking will NOT be provided to contractor employees when performing services called for this contract. Will the Authority provide parking for contractor employees when performing the services called for in this contract? Standard Business correspondence fonts and margins to ensure proposals are legible. Two bonds. Unknown, the incumbent contractor s compensation package is unavailable. The Airports Authority does not dictate employee compensation beyond that stated in Section X Attachment 03. See the answer to question 17. On average, miles per day dependent upon assignment. The Project Manager s vehicle is the lowest; the roving supervisor s vehicle is the highest. No, a U.S. Customs Seal is not required. See Amendment Two. 63. What are the guards being paid under the current contract? Unknown, the incumbent contractor s compensation package is unavailable. The Airports Authority does not dictate employee compensation beyond that stated in Section X Attachment 03 - MINIMUM WAGE TO BE PAID BY TO EMPLOYEES FOR THIS CONTRACT, is an hourly wage of $ Do all the incumbent guards meet all the requirements of this RFP?

11 65. Dulles Toll Road lists a Guard Office, but Dulles Airport does not. Is there a guard office at Dulles Airport? There are several guard posts at Dulles Airport. Management is provided office space at Vehicle Gate # Is there office space for a contract manager? Management is provided office space at Vehicle gate # If space is provided is there Internet access or will the contractor has to install internet access? 67. The solicitation requires two vehicles for mobile patrol, will both vehicles be required to operate in the AOA? 69. Will the guards be required to go into/access the customs area? If yes, what is the associated cost and time required for guards to obtain a Customs endorsement on their badging? 70. Appendix A list Staffing requirements as FTE - during the site visit we were informed that several posts might be changed - can MWAA provide a more detailed description of the number of posts and the hours of operation in order for us to accurately price our proposal? 71. Please clarify contractor parking - Paragraph 04 sub-paragraph H Contractor Parking on page 6 of Section X Attachment 01 Statement of Work vs. Section VII -1 paragraph 03 Vehicle Registration and Parking. Paragraph 04 Sub-paragraph H - Upon contract commencement, the Contractor on-airport staff may park at no cost, their personal and company vehicles in a designated spaces determined by the COTR, while on duty. Guards will be required to comply with current Airport Employee Parking regulations. Paragraph 03 - The contractor employees will NOT be provided parking for their personal cars while performing the services called for in this contract. 72. Since IAD & DTR are two separate contracts will you require two separate performance bonds? The Airports Authority provides one workstation with internet access and accounts. Non-Authority is not accessible. See answer to question 61. Detailed hours and staffing will not be provided until contract award. See Amendment Two. Two separate bonds. 73. What is considered to be Airport operations area? Within the Security fence line.

12 74. What is considered or will be considered as owned or leased property for Accident & Fire reporting purposes? Section VII Under what conditions would a flagman be necessary to control traffic? Section VII What are the additional light requirements for aerodrome vehicles? Section VII-12 Property that is owned or leased by the Airports Authority rather than property that is not owned or leased by the Airports Authority. Not applicable. See Section VII-12 Paragraph D.3.a. Amber dome-type light. 77. What is Authority inspection system? Section VII-14 See RFP Section VII Contract Provisions 32 Inspection of Services. 78. What are established asset management procedures and specific recording levels? Section VII-21 To be determined at the start of the contract by the COTR. 79. When will new contract begin? Is there a transition window? January 1, There is not a transition window at this time. 80. Can we submit more than three (3) work references? 81. What is good cause to waive insurance? Section VII-3 Determined by the Airport Authority. 82. What does this question mean? Section VI-1 #E See RFP Section IV Special Provisions 01 Use of Contract by Other Jurisdictions What are Authority regulations? Section VII-1 #4 Some regulations will be available to the successful offeror, other regulations can be found in the RFP Section X Attachment 04 Airport Bulletins Washington Dulles International Airport February 2009 Edition. 84. Is there a standard accident, fire, and damage report format? Section VII-1 and VII-1 #B Unable to answer, the question is not clear. 85. Please clarify Section VII-13 #6 Not applicable to this contract. 86. Could the vehicle requirements be waived or changed, using personal vehicles with the required decals, flags, and ambers lights? Or perhaps maybe a requirement for 1 vehicle? Section VII-12 For proposal purposes, no.

13 87. Who is responsible for setting up and absorbing cost for FAA security training? Will the training be required prior to contract award? Section VII Is the contract award amount for core work hours over Overtime as well? 89. After the award of the contract, when can the 1st payment be expected? There after, what day of the month will electronic funds be received? 90. Are we to assume that the FTEs in appendix A of Attachment 1 Statement of Work do not include any relief hours? 91. IAD Statement of Work paragraph 03 - Category of Services lists in sub-paragraph C. Supplemental Services, e.g., temporary duty assignments, construction, special/emergency services, etc. For pricing purposes, are all of these activities covered in the estimates of 100 hours of unarmed guard and 50 supervisor hours in the supplemental services section of the Price Schedule Washington Dulles International Airport? The training is conducted by the Airports Authority Pass & ID Office. The training is required by all badge holders prior to initial issuance of airport identification. Costs must be calculated into start-up/overhead. To be determined at the time of award. Please see RFP Section VII CONTRACT PROVISIONS, 14 BILLING INSTRUCTIONS. Correct. 8/9/2010 1:38:07 PM

Access Control System, Software House C-Cure 800/8000 CCTV Verint Nextiva 6.2 Badge Management Video Imaging, Videology 20Z704 (USB) ADT

Access Control System, Software House C-Cure 800/8000 CCTV Verint Nextiva 6.2 Badge Management Video Imaging, Videology 20Z704 (USB) ADT 1-12-C069 s and s 1. Can you please identify the manufacturer(s) for the current Access Control (ESS), video imaging, and CCTV systems in use at both Washington Reagan and Dulles airports? 2. What is the

More information

PRE BID CONFERENCE. IFB 1 18 C058 Northwest Security Fence Replacement at DCA January 9, 2018

PRE BID CONFERENCE. IFB 1 18 C058 Northwest Security Fence Replacement at DCA January 9, 2018 PRE BID CONFERENCE IFB 1 18 C058 Northwest Security Fence Replacement at DCA January 9, 2018 Disclaimer The information contained in this presentation is for informational purposes only In the event of

More information

City of Portsmouth Portsmouth, New Hampshire Public Works Department/High Hanover Garage REQUEST FOR PROPOSAL

City of Portsmouth Portsmouth, New Hampshire Public Works Department/High Hanover Garage REQUEST FOR PROPOSAL City of Portsmouth Portsmouth, New Hampshire Public Works Department/High Hanover Garage REQUEST FOR PROPOSAL Sealed Request for proposals, plainly marked High Hanover Parking Garage Security Guard on

More information

Purchasing Department 530 Water Street Oakland, CA ADDENDUM No. 1. RFP 12-13/07, Ramp Control Services Operations and Management

Purchasing Department 530 Water Street Oakland, CA ADDENDUM No. 1. RFP 12-13/07, Ramp Control Services Operations and Management Purchasing Department 530 Water Street Oakland, CA 94607 Date: March 22, 2013 ADDENDUM No. 1 RFP 12-13/07, Ramp Control Services Operations and Management This Addendum modifies the original RFP Documents

More information

Metropolitan Washington Airports Authority PROCUREMENT AND CONTRACTS DEPT. AMENDMENT OF SOLICITATION

Metropolitan Washington Airports Authority PROCUREMENT AND CONTRACTS DEPT. AMENDMENT OF SOLICITATION PROCUREMENT AND CONTRACTS DEPT. AMENDMENT OF SOLICITATION Metropolitan Washington Airports Authority Procurement and Contracts Dept., MA-29 1 Aviation Circle, Suite 154 Washington, DC 20001-6000 Telephone:

More information

Please take note that the above referenced Request for Bid is amended as follows:

Please take note that the above referenced Request for Bid is amended as follows: Dallas County Community College District Purchasing Department 4343 IH-30 Mesquite, Texas 75150-2018 February 21, 2018 ADDENDUM NO. 1 BID NO. 12433 SECURITY GUARD SERVICES Opening Date: February 28, 2018

More information

FORMAL INVITATION FOR BEST VALUE BID (BVB) THREE YEAR CONTRACT FOR SECURITY SERVICES ADDENDUM 4

FORMAL INVITATION FOR BEST VALUE BID (BVB) THREE YEAR CONTRACT FOR SECURITY SERVICES ADDENDUM 4 SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Clifford Gorman Date Issued: April 28, 2016 BID NO.: 16-8067 FORMAL INVITATION FOR BEST VALUE BID (BVB) THREE YEAR CONTRACT FOR SECURITY SERVICES

More information

SAN ANTONIO WATER SYSTEM BIENNIAL BEST VALUE BID FOR SECURITY SERVICES ADDENDUM NO. 1

SAN ANTONIO WATER SYSTEM BIENNIAL BEST VALUE BID FOR SECURITY SERVICES ADDENDUM NO. 1 Page No. 1 No. Pages 10 Date June 17, 2011 FORMAL INVITATION, BID Sealed bids addressed to the Purchasing Director, San Antonio Water System, 2800 US Hwy 281 North, P. O. Box 2449, San Antonio, TX 78298-2449

More information

REQUEST FOR PROPOSALS Northwestern Regional Airport Commission

REQUEST FOR PROPOSALS Northwestern Regional Airport Commission REQUEST FOR PROPOSALS Northwestern Regional Airport Commission I. Introduction The Northwestern Regional Airport Commission (NRAC) is requesting bids for LAW ENFORCEMENT OFFICER SERVICES for the Cherry

More information

PHILADELPHIA GAS WORKS Security Services RFP # Questions & Answers June 29, 2015

PHILADELPHIA GAS WORKS Security Services RFP # Questions & Answers June 29, 2015 QUESTIONS ANSWERS Q1 Section 2.5.2 How can bidders gain the intimate knowledge of post operations and duties which would be necessary to submit proposed SOPs and Post Orders along with their proposals?

More information

Mobile and Stationary Security Patrol Services

Mobile and Stationary Security Patrol Services Request for Proposals Mobile and Stationary Security Patrol Services The Redevelopment Agency of the City of San Jose Submittals Due: May 28, 2008 3:00 PM (pacific daylight time) San Jose Redevelopment

More information

SOLICITATION OFFER AND AWARD

SOLICITATION OFFER AND AWARD Procurement and Contracts Dept., MA-29 1 Aviation Circle, Suite 154 Washington, DC 20001-6000 PROCUREMENT AND CONTRACTS DEPT. SOLICITATION OFFER AND AWARD 1. FOR INFORMATION CALL NAME: Darren Durbin Email:

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

Safety - Introduction

Safety - Introduction Safety - Introduction Disclaimer: The following slides are NOT all inclusive of the safety requirements required by the Federal, State, local governments, the contract or MWAA s Construction Safety Manual

More information

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR MUNICIPAL ENGINEER

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR MUNICIPAL ENGINEER REQUEST FOR PROPOSAL/QUALIFICATIONS FOR MUNICIPAL ENGINEER Issued by the Borough of Fountain Hill Date Issued: October 31, 2017 Responses Due by: November 30, 2017 REQUEST FOR PROPOSAL & QUALIFICATIONS

More information

REPUBLIC PARKING SYSTEM, INC REQUEST FOR PROPOSAL RFP # SECURITY SERVICES FOR CHURCH STREET GARAGE LOCATED AT 200 CHURCH STREET, HARTFORD

REPUBLIC PARKING SYSTEM, INC REQUEST FOR PROPOSAL RFP # SECURITY SERVICES FOR CHURCH STREET GARAGE LOCATED AT 200 CHURCH STREET, HARTFORD REPUBLIC PARKING SYSTEM, INC REQUEST FOR PROPOSAL RFP #021516 SECURITY SERVICES FOR CHURCH STREET GARAGE LOCATED AT 200 CHURCH STREET, HARTFORD DATE ISSUED: March 11, 2016 PROPOSAL DUE DATE: April 22,

More information

REQUEST FOR PROPOSAL FOR: Campus Safety and Security GBC Great Bay Community College

REQUEST FOR PROPOSAL FOR: Campus Safety and Security GBC Great Bay Community College REQUEST FOR PROPOSAL FOR: Campus Safety and Security GBC14-12 Great Bay Community College PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for Great Bay Community College for

More information

SPECIFICATION NO. TxDOT DATED: DECEMBER 2016 Title: FACILITY MAINTENANCE AND REPAIR SERVICE

SPECIFICATION NO. TxDOT DATED: DECEMBER 2016 Title: FACILITY MAINTENANCE AND REPAIR SERVICE SPECIFICATION NO. TxDOT 910-00-00 DATED: DECEMBER 2016 Title: FACILITY MAINTENANCE AND REPAIR SERVICE PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This

More information

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019 Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019 A. Introduction Great Parks of Hamilton County (GPHC) is requesting proposals to apply mulch

More information

REQUEST FOR QUOTATIONS

REQUEST FOR QUOTATIONS Metropolitan Washington Airports Authority Procurement and Contracts Dept., MA-29 2733 Crystal Drive Arlington, VA 22202 Metropolitan Washington Airports Authority PROCUREMENT AND CONTRACTS DEPT. REQUEST

More information

TEXAS DEPARTMENT OF TRANSPORTATION PROCUREMENT DIVISION CORE DRILLING SERVICES PUBLICATION

TEXAS DEPARTMENT OF TRANSPORTATION PROCUREMENT DIVISION CORE DRILLING SERVICES PUBLICATION TEXAS DEPARTMENT OF TRANSPORTATION PROCUREMENT DIVISION CORE DRILLING SERVICES PUBLICATION SPECIFICATION NO. TxDOT 912-16-30 * 1. This specification is a product of the Texas Department of Transportation

More information

REQUEST FOR QUOTATIONS

REQUEST FOR QUOTATIONS PROCUREMENT AND CONTRACTS DEPT. REQUEST FOR QUOTATIONS Metropolitan Washington Airports Authority 1. FOR INFORMATION CONTACT Procurement and Contracts Dept., MA-29-IAD NAME: William Boyd Washington Dulles

More information

(Revised December 9, 2005) HAZARD WARNING LABELS (DEC 1991)

(Revised December 9, 2005) HAZARD WARNING LABELS (DEC 1991) 252.223-7000 Reserved. (Revised December 9, 2005) 252.223-7001 Hazard Warning Labels. As prescribed in 223.303, use the following clause: HAZARD WARNING LABELS (DEC 1991) (a) Hazardous material, as used

More information

REQUEST FOR QUALIFICATIONS INFORMATION. Task Contract - Construction Management/Engineering Services For Dulles Toll Road

REQUEST FOR QUALIFICATIONS INFORMATION. Task Contract - Construction Management/Engineering Services For Dulles Toll Road REQUEST FOR QUALIFICATIONS INFORMATION Task Contract - Construction Management/Engineering Services For Dulles Toll Road METROPOLITAN WASHINGTON AIRPORTS AUTHORITY CONSTRUCTION DEPARTMENT MA-36 MARCH 2015

More information

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 RFP NO: 2017-03 REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 Advertisement for Request for Proposals CITY OF SOUTH BAY RFP NO: 2017-03

More information

San Francisco Paratransit

San Francisco Paratransit San Francisco Paratransit Addendum #1 SF Paratransit Van Services: SFMTA/DAAS Group Van, & DAAS Shopping Shuttle No. 16-493-001 October 28, 2016 Proposal Submission Deadline: Wednesday, November 9, 2016

More information

ADDENDUM #1 RFP# DBE/ACDBE Consultant January 19, 2015

ADDENDUM #1 RFP# DBE/ACDBE Consultant January 19, 2015 ADDENDUM #1 RFP# 2016-01-001 DBE/ACDBE Consultant January 19, 2015 1. Does the RFP apply to Right of Way Consultant Firms? No 2. What is the expected level of effort required to address the supplemental

More information

GENERAL SPECIFICIATIONS TABLE OF CONTENTS

GENERAL SPECIFICIATIONS TABLE OF CONTENTS GENERAL SPECIFICIATIONS TABLE OF CONTENTS GS.1 CONTROL OF WORK 2 GS.2 CONTRACT DRAWINGS AND SPECIFICATIONS 2 GS.3 BID SCHEDULE FORM 2 GS.4 AWARD OF CONTRACT 2 GS.5 PERMITS AND RIGHTS-OF-WAY 3 GS.6 PROSECUTION

More information

CHARLES COUNTY GOVERNMENT ITB NO LITTER & DEBRIS REMOVAL SERVICES

CHARLES COUNTY GOVERNMENT ITB NO LITTER & DEBRIS REMOVAL SERVICES CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 April 26, 2017 ITB NO. 17-32 LITTER & DEBRIS REMOVAL SERVICES ADDENDUM NUMBER ONE

More information

UNIFORMED, UN-ARMED AND ARMED SECURTIY GUARD SERVICES INVITATION FOR BID (IFB) NO STATEMENT OF WORK

UNIFORMED, UN-ARMED AND ARMED SECURTIY GUARD SERVICES INVITATION FOR BID (IFB) NO STATEMENT OF WORK UNIFORMED, UN-ARMED AND ARMED SECURTIY GUARD SERVICES INVITATION FOR BID (IFB) NO. 6100022760 STATEMENT OF WORK CONTRACT SCOPE/OVERVIEW: The Department of General Services is issuing this Invitation for

More information

REQUEST FOR PROPOSALS PROVIDE INVESTMENT ADVISOR SERVICES

REQUEST FOR PROPOSALS PROVIDE INVESTMENT ADVISOR SERVICES REQUEST FOR PROPOSALS PROVIDE INVESTMENT ADVISOR SERVICES FOR THE 900 CONVENTION CENTER BOULEVARD NEW ORLEANS, LOUISIANA 70130 ERNEST N. MORIAL NEW ORLEANS EXHIBITION HALL AUTHORITY THE AUTHORITY NEW ORLEANS

More information

NORFOLK AIRPORT AUTHORITY PART I REQUEST FOR PROPOSALS GENERAL AIRPORT REVENUE BOND UNDERWRITING SERVICES

NORFOLK AIRPORT AUTHORITY PART I REQUEST FOR PROPOSALS GENERAL AIRPORT REVENUE BOND UNDERWRITING SERVICES NORFOLK AIRPORT AUTHORITY PART I REQUEST FOR PROPOSALS GENERAL AIRPORT REVENUE BOND UNDERWRITING SERVICES August 27, 2018 1.0 INTRODUCTION The Norfolk Airport Authority (the Authority ) is seeking proposals

More information

Addendum No. 3 Request for Proposals No Management and Operations of Public Parking Facilities

Addendum No. 3 Request for Proposals No Management and Operations of Public Parking Facilities March 15, 2018 Addendum No. 3 Request for Proposals No. 27486 Management and Operations of Public Parking Facilities Prospective Proposers and all concerned are hereby notified of the following changes

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

ARTICLE 8: BASIC SERVICES

ARTICLE 8: BASIC SERVICES THE SCOPE OF SERVICES ADDED BY THIS AMENDMENT IS FOR A CM AT RISK PROJECT ONLY. THE SCOPE OF SERVICES SPECIFIED BELOW INCLUDES ARTICLES 8.1, 8.3, 8.4, 8.5, 8.6, 8.7 AND 8.8. THE SERVICES SPECIFIED IN ARTICLE

More information

PART V PROPOSAL REQUIREMENTS

PART V PROPOSAL REQUIREMENTS PART V PROPOSAL REQUIREMENTS SECTION TITLE K L M Proposal Content Cost Information Submission of Proposal 38 SECTION K PROPOSAL CONTENT K.1 GENERAL REQUIREMENTS A. The requirements included in this Section

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

Film Fort Worth Filming Guidelines

Film Fort Worth Filming Guidelines Film Fort Worth Filming Guidelines Film Fort Worth Production Information Sheet I. Purpose II. III. IV. City Control Permit Requirements Application Fees V. Use of City Equipment and Personnel VI. VII.

More information

Technical or Professional, Non-personal Services

Technical or Professional, Non-personal Services Smithsonian Institution Request for Quote: 08/16/2018 National Museum of Natural History Technical or Professional, Non-personal Services This Request for Quote (RFQ) is issued by the National Museum of

More information

108 PROSECUTION AND PROGRESS SECTION 108 PROSECUTION AND PROGRESS

108 PROSECUTION AND PROGRESS SECTION 108 PROSECUTION AND PROGRESS SECTION 108 PROSECUTION AND PROGRESS 108.1 NOTICE TO PROCEED a. General. For each Project, the Engineer will issue to the Contractor a Notice to Proceed, a written notice to the Contractor to begin the

More information

SAN JOSE EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT SPECIAL CONDITIONS

SAN JOSE EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT SPECIAL CONDITIONS DOCUMENT 00 73 10 SPECIAL CONDITIONS 1 Application of Special Conditions. These Special Conditions are part of the Contract Documents for the Work generally described as: EVC Campus Water Service Replacement

More information

Houston County School District Houston County High School Lunchroom Kitchen A/C Request for Proposal (RFP)

Houston County School District Houston County High School Lunchroom Kitchen A/C Request for Proposal (RFP) Houston County School District Houston County High School Lunchroom Kitchen A/C Request for Proposal (RFP) Bid Opening Date & Time: Thursday August 2, 2018 10:00am (Central Time) I. MISCELLANEOUS A. The

More information

CITY OF BARTLESVILLE. Notice to Bidders. AUDIT SERVICE CONTRACT Request for Proposal (RFP)

CITY OF BARTLESVILLE. Notice to Bidders. AUDIT SERVICE CONTRACT Request for Proposal (RFP) CITY OF BARTLESVILLE Notice to Bidders AUDIT SERVICE CONTRACT Request for Proposal (RFP) The City of Bartlesville will be accepting sealed Proposals for the purpose of obtaining a qualified Certified Public

More information

Revised. April Travel Policy

Revised. April Travel Policy Revised April 2016 Travel Policy Research Foundation for Mental Hygiene, Inc. Travel Policy The Research Foundation for Mental Hygiene, Inc. (Foundation) reimburses most, but not necessarily all, the costs

More information

REQUEST FOR PROPOSAL FOR AUDIT SERVICES CITY OF STILLWATER, OK. March 2018

REQUEST FOR PROPOSAL FOR AUDIT SERVICES CITY OF STILLWATER, OK. March 2018 REQUEST FOR PROPOSAL FOR AUDIT SERVICES CITY OF STILLWATER, OK March 2018 CITY OF STILLWATER, OKLAHOMA REQUEST FOR PROPOSAL FOR AUDIT SERVICES I. Introduction The City of Stillwater (the "City") operates

More information

PART V PROPOSAL REQUIREMENTS

PART V PROPOSAL REQUIREMENTS PART V PROPOSAL REQUIREMENTS SECTION TITLE K L M Proposal Content Cost Information Submission of Proposal 39 SECTION K PROPOSAL CONTENT K.1 GENERAL REQUIREMENTS A. The requirements included in this Section

More information

108 PROSECUTION AND PROGRESS SECTION 108 PROSECUTION AND PROGRESS

108 PROSECUTION AND PROGRESS SECTION 108 PROSECUTION AND PROGRESS SECTION 108 PROSECUTION AND PROGRESS 108.1 NOTICE TO PROCEED a. General. For each project, the Engineer will issue to the Contractor a Notice to Proceed, a written notice to the Contractor to begin the

More information

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES I. PROJECT DESCRIPTION Town of Pembroke Park, Florida ( Town ) is soliciting proposals from interested accounting

More information

KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, EDITION 2007

KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, EDITION 2007 Sheet 1 of 7 KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, EDITION 2007 REQUIRED CONTRACT PROVISIONS KANSAS FUNDED CONSTRUCTION CONTRACTS I. GENERAL. 1. These contract

More information

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia, City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia, 30297. Bid Deadline November 3, 2017, at 2pm Purpose: The City of

More information

RFP for Convenience Centers and a Transfer Station for Solid Waste and Recycling for Fannin County, GA

RFP for Convenience Centers and a Transfer Station for Solid Waste and Recycling for Fannin County, GA RFP for Convenience Centers and a Transfer Station for Solid Waste and Recycling for Fannin County, GA TABLE OF CONTENTS Section Number/Description 1.0 Introduction/Overview 1.1 Purpose/Objective 1.2 Background

More information

a00014 CHANGES TO SPECIFICATIONS: APPENDIX C DSP4 Provision Name:

a00014 CHANGES TO SPECIFICATIONS: APPENDIX C DSP4 Provision Name: S PECIAL P ROVISION Detail Index or Category: Changes to Specifications Related Sequence ID: 14 Version: A District: CO a00014 CHANGES TO SPECIFICATIONS: APPENDIX C DSP4 Provision Name: Completed: Yes

More information

POLICIES AND PROCEDURES FOR THE ISSUANCE OF SPECIAL HAULING PERMITS ON COUNTY MAINTAINED HIGHWAYS ASHLAND COUNTY, OHIO

POLICIES AND PROCEDURES FOR THE ISSUANCE OF SPECIAL HAULING PERMITS ON COUNTY MAINTAINED HIGHWAYS ASHLAND COUNTY, OHIO POLICIES AND PROCEDURES FOR THE ISSUANCE OF SPECIAL HAULING PERMITS ON COUNTY MAINTAINED HIGHWAYS ASHLAND COUNTY, OHIO Adopted: Ashland County Commissioners 10/15/96 Ashland County Engineer 11/08/96 POLICIES

More information

Medicaid Non-Emergency Transportation Request for Proposals. Responses to Questions Received by the March 11 Deadline (Posted March 17, 2011)

Medicaid Non-Emergency Transportation Request for Proposals. Responses to Questions Received by the March 11 Deadline (Posted March 17, 2011) Medicaid Non-Emergency Transportation Request for Proposals Responses to Questions Received by the March 11 Deadline (Posted March 17, 2011) 1. Could the MPO please provide a link to (or an electronic

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Water & Sewer Utilities Optimization City of Wichita Public Works & Utilities May 14, 2015 PROJECT DEFINITION The City of Wichita is seeking proposals for assistance with the risk,

More information

CITY PROCEDURE. SUBJECT: Travel Policy & Out-of-Town Travel Procedures

CITY PROCEDURE. SUBJECT: Travel Policy & Out-of-Town Travel Procedures CITY PROCEDURE SUBJECT: Travel Policy & Out-of-Town Travel Procedures No. F-13.0 Effective: March 24, 1989 Revised: August 1, 2001 Revised: June 1. 2008 Revised: October 14, 2013 Approved: {!_~o,.......p

More information

REQUEST 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 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 information

Bid No /4 Release Date: August 16, Houston County School District Wicksburg High School Lunch Room A/C Request for Proposal (RFP)

Bid No /4 Release Date: August 16, Houston County School District Wicksburg High School Lunch Room A/C Request for Proposal (RFP) Houston County School District Wicksburg High School Lunch Room A/C Request for Proposal (RFP) Bid Opening Date & Time: Thursday August 24, 2017 9:30am (Central Time) I. MISCELLANEOUS A. The Houston County

More information

REQUEST FOR PROPOSAL INVITING APPLICATION FROM SECURITY SERVICE PROVIDERS FOR PROVIDING SECURITY SERVICES AT IIBF OFFICE PREMISES.

REQUEST FOR PROPOSAL INVITING APPLICATION FROM SECURITY SERVICE PROVIDERS FOR PROVIDING SECURITY SERVICES AT IIBF OFFICE PREMISES. INDIAN INSTITUTE OF BANKING & FINANCE CORPORATE OFFICE 2 n d Floor, Tower 1, Commercial II, Kohinoor City, Kirol Road, Kurla (W), Mumbai - 400 070 Tel No. 022-2503 9604 / 9746 / 9907 Fax No. 022-2503 7332

More information

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION Notice is hereby given that the City of Highwood is seeking bids for Roadway Snow Removal and

More information

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS Board of Commissioners Port of New Orleans REQUEST FOR QUALIFICATIONS THALIA ST. WHARF NEW PARKING GARAGE WO 1-156 ISSUE DATE: August 31, 2016 NEW ORLEANS, LOUISIANA Deadline for Proposals is no later

More information

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 2. Terminal B & E Passenger Boarding Bridge Replacement Gates B9, B26, E31, E34

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 2. Terminal B & E Passenger Boarding Bridge Replacement Gates B9, B26, E31, E34 DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 2 Terminal B & E Passenger Boarding Bridge Replacement Gates B9, B26, E31, E34 CONTRACT NO. 9500667 December 21, 2018 The Request for Bids for the above

More information

West Ridge Park Ballfield Light Pole Structural Assessment

West Ridge Park Ballfield Light Pole Structural Assessment Request for Proposal Professional Services October 3, 2017 West Ridge Park Ballfield Light Pole Structural Assessment West Ridge Park 636 Ridge Rd. Highland Park, IL 60035 Submission Deadline: Tuesday,

More information

Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR

Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR-001-01-13 SUBMISSION DEADLINE: Friday, March 1, 2013 at 4:00 p.m. 1 Request for Proposals

More information

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and Economic Development 747 Market Street

More information

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017 REQUEST FOR PROPOSALS for SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017 City of Culver City FINANCE DEPARTMENT 9770 Culver Boulevard Culver City, CA 90232-0507 PROPOSAL DUE: January

More information

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project # PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #00-00-0000 Page 1 Contract # THIS AGREEMENT, made and entered into this day of, 2014, by and between SPOKANE AIRPORT, by and through its

More information

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion Page 1 of 11 Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion The Town of Wilton (the Town) will receive sealed qualifications

More information

City of Forest Park Request for Proposals. Secure Access Control Systems

City of Forest Park Request for Proposals. Secure Access Control Systems City of Forest Park Request for Proposals Secure Access Control Systems Mandatory Pre-Proposal Conference March 9, 2016 at 10 am Bid Deadline March 25, 2016, at 2pm Purpose: The City of Forest Park is

More information

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: Fayetteville School District Business Office ATTN: Lisa Morstad 1000 W, Stone Street Fayetteville, AR 72701 THIS IS NOT A COMPETITIVE BID. The request

More information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 REQUEST FOR PROPOSALS (RFP) 2018-17 SECTION EIGHT HOUSING QUALITY STANDARDS (HQS) INSPECTIONS DATE ISSUED: Thursday, August

More information

THE TOWN OF MIDLAND INVITATION TO SUBMIT PROPOSALS 2017 ONTARIO 150 TOUR FIREWORKS DISPLAY

THE TOWN OF MIDLAND INVITATION TO SUBMIT PROPOSALS 2017 ONTARIO 150 TOUR FIREWORKS DISPLAY THE TOWN OF MIDLAND INVITATION TO SUBMIT PROPOSALS 2017 ONTARIO 150 TOUR FIREWORKS DISPLAY Proposals will be received by the Town of Midland for: Labour, Materials, and Insurance for the 2017 Ontario 150

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

1 Exam Prep Business and Finance Practice Test 5

1 Exam Prep Business and Finance Practice Test 5 1 Exam Prep Business and Finance Practice Test 5 1. According to Builder's Guide to Accounting, the most precise ratio used to judge whether the level of the inventory is correct for the volume of work

More information

REQUEST FOR PROPOSAL. PROVIDE INSURANCE BROKERAGE and CONSULTATION SERVICES for EMPLOYEE HEALTH and WELFARE BENEFITS

REQUEST FOR PROPOSAL. PROVIDE INSURANCE BROKERAGE and CONSULTATION SERVICES for EMPLOYEE HEALTH and WELFARE BENEFITS REQUEST FOR PROPOSAL PROVIDE INSURANCE BROKERAGE and CONSULTATION SERVICES for EMPLOYEE HEALTH and WELFARE BENEFITS FOR THE 900 CONVENTION CENTER BOULEVARD NEW ORLEANS, LOUISIANA 70130 ERNEST N. MORIAL

More information

Appendix I Cost Proposal Forms

Appendix I Cost Proposal Forms Airport Contract #8994 February 1, 2010 Appendix I Cost Proposal Forms Annual Cost Proposal Summary - Total Airport Funded Program (T1, T3 and ITB Operations Only) CURBSIDE MANAGEMENT PROGRAM - July 1,

More information

MANUAL ON SUBMITTING VOUCHER PAYMENTS FOR PROFESSIONAL SERVICES AGREEMENTS

MANUAL ON SUBMITTING VOUCHER PAYMENTS FOR PROFESSIONAL SERVICES AGREEMENTS MANUAL ON SUBMITTING VOUCHER PAYMENTS FOR PROFESSIONAL SERVICES AGREEMENTS Revised April 23, 2014 Revision 1.9 1 Commissioner MANUAL ON SUBMITTING VOUCHER PAYMENTS FOR PROFESSIONAL SERVICES AGREEMENTS

More information

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) Prince William County Service Authority (the Service Authority ) is accepting competitive sealed bids from qualified Contractors

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

2019 AANP Health Policy Conference Hyatt Regency Washington on Capitol Hill Washington, D.C. February 3 5 Exhibit Dates: February 3 4

2019 AANP Health Policy Conference Hyatt Regency Washington on Capitol Hill Washington, D.C. February 3 5 Exhibit Dates: February 3 4 2019 AANP Health Policy Conference Hyatt Regency Washington on Capitol Hill Washington, D.C. February 3 5 Exhibit Dates: February 3 4 Sponsorship & Exhibit Opportunities The Health Policy (HP) Conference

More information

Air Academy Federal Credit Union. Remote Deposit Capture Services Terms and Conditions

Air Academy Federal Credit Union. Remote Deposit Capture Services Terms and Conditions Air Academy Federal Credit Union Remote Deposit Capture Services Terms and Conditions The following provisions constitute an addendum to the Agreements and Disclosures of Air Academy Federal Credit Union

More information

AGREEMENT FOR PROFESSIONAL SERVICES Interpretation Services 1. Contract Number 2. Solicitation Number 3. Financial Coding 4.

AGREEMENT FOR PROFESSIONAL SERVICES Interpretation Services 1. Contract Number 2. Solicitation Number 3. Financial Coding 4. AGREEMENT FOR PROFESSIONAL SERVICES Interpretation Services 1. Contract Number 2. Solicitation Number 3. Financial Coding 4. Contract Title 5. Vendor Number 6. Project/Case Number 7. Alaska Business License

More information

PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FLOOR NEW YORK, NY ADDENDUM #4

PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FLOOR NEW YORK, NY ADDENDUM #4 PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FLOOR NEW YORK, NY 10007 10/4/2018 ADDENDUM #4 To prospective Bidder(s) on Bid # 54291 Inspection, Testing and Maintenance of the

More information

The CITY OF BAYONNE is soliciting responses/proposals to the City s RFQ/RFP for the provision of the following professional services:

The CITY OF BAYONNE is soliciting responses/proposals to the City s RFQ/RFP for the provision of the following professional services: NOTICE POSTED: December 1, 2015 DUE DATE: December 11, 2015 @ 10:00 a.m. prevailing time PUBLIC READING: All proposals/responses will be opened at the City Council Chambers on December 11, 2015 @ 1:00

More information

Sample RFP: Healthcare Security Services

Sample RFP: Healthcare Security Services Sample RFP: Healthcare Security Services The following is a sample RFP for healthcare security services. While each RFP should be customized to an individual organization s needs, this document can serve

More information

Section 108. PROSECUTION AND PROGRESS

Section 108. PROSECUTION AND PROGRESS 108.01 Section 108. PROSECUTION AND PROGRESS 108.01. Subcontracting of Contract Work. No portion of the contract may be subcontracted, other than the providing of necessary materials, except as provided

More information

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Submission deadline: 4:00 p.m. Wednesday, December 7, 2011 I. General Center Township Butler County,

More information

Bid No /7 Release Date: January 25, 2019

Bid No /7 Release Date: January 25, 2019 Houston County School District Rehobeth elementary Lunchroom Kitchen a/c Replacement Request for Proposal (RFP) Bid Opening Date & Time: Friday February 15, 2019 9:00am (Central Time) I. MISCELLANEOUS

More information

RE: Request for Proposals (RFP) Consultant Services for Public Transit Board Training

RE: Request for Proposals (RFP) Consultant Services for Public Transit Board Training State of Vermont Agency of Transportation Contract Administration Finance & Administration One National Life Drive [phone] 802-828-2641 Montpelier VT 05633-5001 [fax] 802-828-5545 http://vtrans.vermont.gov/

More information

TOWN OF GLOCESTER RFP FIREWORKS

TOWN OF GLOCESTER RFP FIREWORKS TOWN OF GLOCESTER RFP 2015-03 FIREWORKS Sealed bids, in quadruplicate, plainly marked ASealed Bid B RFP-2015-3 FIREWORKS@ will be received until 4:00 p.m. prevailing time, June 1, 2015 at the Office of

More information

Specification Standards for University of Washington Section

Specification Standards for University of Washington Section Page 1 of 7 1. EXPLANATIONS TO CONTRACTORS A. The Final Proposal shall be in the form of a sealed bid. Any Bidder desiring an explanation or interpretation of the bidding documents must make a request

More information

Administrative Policies and Procedures Page 2

Administrative Policies and Procedures Page 2 Administrative Policies and Procedures Page 2 2.5.3 MINIMUM DRIVING STANDARDS Authorization to drive a Commission-owned, leased, or personal vehicle for Commission business will be granted only when an

More information

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes.

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes. Request for Proposal (RFP) The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes. Bids are due January 4, 2018 at 12:00 pm CST.

More information

Sharpsburg Elementary (Replacement) School TESTING & INSPECTION SERVICES

Sharpsburg Elementary (Replacement) School TESTING & INSPECTION SERVICES Bid Cover Sheet Sharpsburg Elementary (Replacement) School TESTING & INSPECTION SERVICES RFQ #2019-08 Procurement Schedule Issue Date: August 22, 2018 Pre-Bid Meeting: Deadline for Written Questions Submission:

More information

COWLEY COUNTY, KANSAS Meals and Travel Policy Effective August 1, 2014

COWLEY COUNTY, KANSAS Meals and Travel Policy Effective August 1, 2014 POLICY The County will reimburse all employees for reasonable and necessary travel and subsistence expenses actually incurred on behalf of the County with the approval of the appointing authority. The

More information

Sample Risk Evaluation Report Card

Sample Risk Evaluation Report Card Gym / Address: Date: Contact Name / E-mail / Phone: Names of Those Completing the Risk Assessment: Risk Management Framework Risk Management Policy To reduce or eliminate costs associated with risks of

More information

S39760, Page 1. Budget Analyst

S39760, Page 1. Budget Analyst S39760, Page 1 Budget Analyst Nothing in this job description restricts management's right to assign or reassign duties and responsibilities to this job at any time. DUTIES As Budget Analyst for the Metropolitan

More information

2011 FESTIVAL SEASON REQUEST FOR PROPOSALS: PRESSURE WASHING

2011 FESTIVAL SEASON REQUEST FOR PROPOSALS: PRESSURE WASHING 2011 FESTIVAL SEASON REQUEST FOR PROPOSALS: PRESSURE WASHING Event Artscape 30 th Anniversary Baltimore Book Festival 16 th Annual Dates July 15, 16 & 17, 2011 September 23, 24 & 25, 2011 Hours Friday

More information

Management Instruction

Management Instruction Management Instruction Economic Pay Adjustments for Highway and Inland Domestic Water Contracts This management instruction establishes guidelines and procedures for making economic pay adjustments for

More information

Addendum #02 CMR Services San Mateo Health System Campus Upgrade Project Responses to RFP Questions

Addendum #02 CMR Services San Mateo Health System Campus Upgrade Project Responses to RFP Questions Sam Lin Manager Project Development Unit 1402 Maple Street March 12, 2018 Redwood City, CA 94063 650-369-4766 slin@smcgov.org Addendum #02 CMR Services Responses to RFP Questions To All Respondents, Please

More information