CITY OF INGLEWOOD, CALIFORNIA RFP-0100

Size: px
Start display at page:

Download "CITY OF INGLEWOOD, CALIFORNIA RFP-0100"

Transcription

1 CITY OF INGLEWOOD, CALIFORNIA RFP-0100 REQUEST FOR PROPOSAL FOR AUDIO VIDEO SYSTEM FOR INGLEWOOD CITY COUNCIL PRE-PROPOSAL CONFERENCE: THERE IS A PRE-PROPOSAL CONFERENCE SCHEDULED FOR JULY 16 TH 2015 AT 10:00 AM. VENDORS ARE TO MEET AT THE INFORMATION BOOTH ON THE FIRST FLOOR OF CITY HALL LOCATED AT ONE MANCHESTER BLVD INGLEWOOD, CA PROPOSALS DUE: JULY 30TH 2015 NO LATER THAN 11:00 AM IN THE OFFICE OF THE PURCHASING AND CONTRACTS SERVICES DIVISION LOCATED ON THE 8 TH FLOOR OF INGLEWOOD CITY HALL 1 MANCHESTER BLVD., INGLEWOOD, CA CONTACT PERSON DURING BIDDING PERIOD: MICHAEL H. TATE, ACTING PURCHASING AND CONTRACTS SERVICES MANAGER (310) Page 1 of 25

2 RFP-0100 TABLE OF CONTENTS Page 1. INVITATION TO SUBMIT STATEMENTS INSTRUCTION TO PROPOSERS INTRODUCTION BACKGROUND PROPOSED SCOPE OF WORK CONTENTS OF PROPOSAL QUESTIONS CONCERNING PROPOSAL SUBMISSION OF PROPOSAL RFP SELECTION PROCESS AND CRITERIA QUALIFICATIONS GENERAL PROVISIONS DECLARATION FOR THE PROPOSER EXTENSION OF CONTRACT TO OTHER PUBLIC AGENCIES NON-COLLUSION DECLARATION NO BID FORM Page 2 of 25

3 RFP-0100 INVITATION TO SUBMIT PROPOSALS The City of Inglewood invites and will receive proposals duly filed herein for the furnishing of qualified AUDIO VIDEO SYSTEM FOR INGLEWOOD CITY COUNCIL, as specified in this document. Each proposal shall be submitted and completed in all particulars using the form and must be enclosed in a sealed envelope addressed to the City of Inglewood, Purchasing and Contracts Services Division, Inglewood, City Hall 8 th floor, with the designation of the project, AUDIO VIDEO SYSTEM FOR INGLEWOOD CITY COUNCIL appearing thereon. The City reserves the right to waive any irregularities in any proposals, and to take proposals under advisement for a period not to exceed sixty (60) days from and after the date proposals are opened and announced. The following conditions and terms apply: 1) The City Council reserves the right to reject any or all proposals. 2) Enclosed are detailed specifications and conditions for proposal submissions. 3) You must execute your contract within ten (10) days after the City mails it. If the contract is not executed within ten (10) days, the City reserves the unilateral right to cancel it. 4) If any provisions of the contract are violated, the City, suitable notice, may cancel the contract and make arrangements to have service provided by others. Any extra cost to the City will be paid by the vendor. 5) Proposal specifications may be obtained from the Purchasing and Contracts Services Division, located on the 8 th floor of City Hall, or call (310) ) All proposals must be for a specific amount. Any attempt to qualify with an escalation clause or any other method of making a price variable, is unacceptable. Proposals shall be valid for ninety (90) calendar days from receipt of proposal. 7) The City reserves the right to add or subtract quantities based on the unit prices/unit lump sum so indicated as its budgetary needs may require. City Manager City of Inglewood, California Dated at Inglewood, California This Page 3 of 25

4 RFP-0100 INSTRUCTIONS TO PROPOSERS A. PREPARATIONS OF PROPOSALS Proposals shall be made in the format specified in this Request for Proposal. All requested exhibits shall be submitted with the completed Proposal and in the designated format. No oral, telegraph, telephone, facsimile, or electronic proposal will be accepted. All costs of proposal preparation shall be borne by the proposer. 1) Make sure your proposal is properly signed and dated by an authorized representative of the firm. 2) Have you submitted all required documents? 3) Are you aware of the section for the Business Tax Certificate and Insurance requirements? B. EXAMINATION OF PROPOSAL DOCUMENTS The Proposal documents consist of each and every document listed in the Table of Contents and any additional addenda which may be issued. The Proposer shall thoroughly examine and be familiar with all proposal documents. Submission of a proposal shall constitute proposer s acknowledgment upon which the City may rely that the proposer has thoroughly examined and is familiar with the proposal document. Failure or neglect of proposer to receive or examine all part of the proposal documents shall in no way relieve the proposer from any obligations with respect to this Request for Proposal or any resultant contact. No claim additional compensation will be allowed which is based upon a lack of knowledge of any part of the proposal documents. THE BALANCE OF THIS PAGE IS INTENTIONALLY LEFT BLANK Page 4 of 25

5 RFP-0100 INTRODUCTION The City of Inglewood (hereinafter referred to as City) is requesting proposals for qualified Audio Video (AV) vendors to provide a comprehensive and flexible solution for recording meetings held in the City s Council Chambers using current industry standards. BACKGROUND The intent is to award this project to one qualified vendor. The vendor will design, provide, and install a solution that is complimentary to the City s existing setup and equipment. The Council Chamber is a room used by the City to conduct Council meetings and other various meetings. The Council Chamber has recently upgraded its audio system including multiple Bi-Amp mixers and Creston automation equipment and programming. The video components are currently failing or have failed and need replacement with an entirely new comprehensive and current solution. This solution should include any cameras, audio/video switcher(s), monitoring equipment, digital recording equipment, cabling, and integration, and support. There is no express or implied obligation for the City to reimburse responding vendors for any expenses incurred in preparing proposals in response to this request. PROPOSED SCOPE OF WORK Neither this section nor any part of this RFP is intended to be inclusive. Therefore, respondents should include in their response any items they deem relevant and important to the project or the City. THE BALANCE OF THIS PAGE IS INTENTIONALLY LEFT BLANK Page 5 of 25

6 Council A/V RFP Requirements Preparation o 4 HD PTZ Cameras with ceiling mounts and any other corresponding hardware including PTZ control o Production Switcher with a minimum of 12 inputs and 6 outputs and any other corresponding hardware o Audio monitoring system to be integrated into the Production Switcher. o 2 large flat panel video monitors for multi-viewers to be integrated with the Production Switcher. o Live internal (LAN) multicast for all public meetings from the Council Chamber. o Extensibility to easily provide live, publically accessible web based stream for all public meetings from the Council Chamber in the near future. o A system which stores/records and plays back content digitally in multiple formats on a solid state device and transfer to a RAID based NAS device. o Provide automation & enhanced control scenarios of owner furnished equipment based on the existing Crestron control platform. Provide all hardware and software required for such uses as timers, web pages, recording, playback, sources assignments to all destinations, this would also include both web based interfaces and mobile interfaces for system operation. Provide option for the City to own all code created. o Any and all necessary cables, connectors, mounts, signal converters, encoders Page 6 of 25

7 o Any furniture/equipment modifications necessary for workflow creation o Onsite Training for staff o Graphics to be internally delivered by production switcher for keying and full screen display o Equipment and service warrantee not less than 1 year o VPN based support and timely on-site support (within 2 hours) as required o Broadcast systems experience required o Any equipment provided, the bidder shall be an authorized dealer for that line of product. o Integration of production system into the existing RF plant. o Ten (10) or more years experience with delivering and maintaining similar systems. CONTENTS OF PROPOSALS Please provide a formal letter of transmittal with your proposal that commits your firm to its proposal and states that the proposed solution meets the requirements of each subsection of this RFP. The transmittal letter must be signed by an officer of your firm authorized to do so. Also include the contact information for: (1) the person responsible for answering questions regarding the proposals, (2) the person responsible for contract negotiation, and (3) the authorized signer. A formal responsive proposal is required from firms that would like to be considered for placement on this list. The contents of the proposal must be complete and concise. Supplementary visual aids, videotapes, computerized information and other extraneous materials will not be accepted. Once submitted, Proposals, including the composition of the consulting team, cannot be altered without prior written consent of City of Inglewood. The proposal shall be in the form of a written report and shall be bound and prepared on 8 ½ x 11 sheets (one-sided). One original and three copies are required. The text for Section II must contain no more than fifteen one-sided pages of minimum 10-point type lettering. Page 7 of 25

8 Any reproductions of photos, drawings and/or diagrams included in the Proposals shall be the same as in the original. The proposal shall, at a minimum, include the following sections: A. Cover Letter Each Proposer shall submit with their proposal a cover letter identifying the Proposer and the proposal package being submitted. Proposers may include other important general information, which is deemed significant enough to be highlighted. An authorized representative of the Proposer must sign the cover letter. Proposer s representative shall identify name, title, office location, telephone number, fax number and address. B. Table of Contents Include a Table of Contents listing the various sections included in the proposal. C. Statement Description Section I: EXECUTIVE SUMMARY Proposers shall include in their Proposal, an Executive Summary that indicates your firm s expertise and strengths. Additionally, this section must include a brief statement of your background and examples of your accomplishments that distinguish your firm from other consulting firms and enable your firm to be the most competitive for this RFP. The text for the Executive Summary must contain no more than two (2) one-sided pages of minimum 10-point type lettering. Section II: PROPOSED APPROACH Proposers shall describe their approach to auditing. The following areas must be addressed in the scope of work. 1) An explanation of your firm s approach to developing the audio/video system 2) Description of your firm s approach in working with clients and their staff members. 3) Description of the firm s management consulting philosophy. 4) Examples of Contracting records and accomplishments, past and present that are of similar nature to this scope of work; include names and contacts in association with those contracts for references. Additionally, address situations where your firm s recommendations were implemented by the client and the impact of the implementation. 5) Areas not in this RFP, but which the Proposer believes are essential to the effective performance and completion of these services should also be addressed in the proposal. Page 8 of 25

9 Section III: ORGANIZATIONAL CHART AND TEAM IDENTIFICATION A. Organizational Chart: Please submit a project organizational chart with the following information: 1) Names and titles of individuals; and 2) Names and titles of possible subcontractors who may be involved in this project. B. Team Identification: 1) Identify the firm s business structure (i.e. whether the firm is a corporation, limited partnership, sole proprietorship, etc.), location of headquarters office and location of any local offices, telephone number, fax number and address. 2) Identify the names of general partners or owner(s) of the firm, their titles, office location, telephone number, fax number and address. 3) List the name, title, address, telephone number, background and responsibilities of each individual to be assigned to the project including 4) Specific designations of the individual charged with supervision of the project team. 5) Include a responsibility matrix indicating the reporting structure and responsibilities of each member of the project team. 6) Identify each possible subcontractor by firm s name, primary representative and title, telephone number, fax number, address, location of office headquarters and location of any local offices. Section IV: TEAM DESCRIPTION, EXPERIENCE AND ACCOMPLISHMENTS Proposal must include the following information: A. Project Manager: Describe the professional qualifications, capabilities, project experience, education, training and the present office location. Provide a list of specific examples of the Project Manager s qualifications, experience and accomplishment in any relevant past or ongoing projects, for a minimum of five projects. Describe each project in detail, including when the project was completed and where it was located, the name of the company and contact person, including his/her current telephone number, fax number, address and any other reference information. Describe experience that required auditing services Page 9 of 25

10 B. Other Key Personnel: Include the names and resumes of all key personnel who are employed by Vendor and who may be assigned to perform services pursuant to a subsequent contract. Provide a complete statement of qualifications and experience to accomplish such project, accomplishments, background and a description of that person s strengths and skills relative to the proposed scope of work to be performed. This statement must include degrees obtained and other function while gaining the experience; contract amount managed; what was accomplished; and the beginning and ending dates of the projects cited for relevant experience. The City must be notified of any change in the individuals proposed by the Proposer for this RFP. The City reserves the right to verify each candidate s experience and education. Section V: CONTRACTING TRACK RECORD AND ACCOMPLISHMENTS Proposers must list all previous contracts with the City of Inglewood within the last ten (10) years and a maximum of most recent five (5) contracts with other large organizations, public or private, similar to the projects described in this RFP. Submit this information for the prime consultant and each possible subcontractor(s), team member of a consortium or joint venture. For each contract provide the following information: 1) Name of project. 2) Dollar amount of project. 3) Firm s contract amount. 4) Summary of scope of work. 5) Name, address and telephone number of client s representative responsible for administering the contract. The City reserves the right to validate any information contained in this proposal, including contacting the referenced clients to verify information and/or to solicit comments. Section VI: PROPOSED HOURLY FEE SCHEDULE The Proposer shall include a separate sealed envelope containing a description of the proposed method of compensation for audit services Page 10 of 25

11 QUESTIONS CONCERNING PROPOSALS REQUIREMENTS All questions and issues related to proposal requirements or information expected for each statement package should be made in writing to City to the attention of: Michael H. Tate Acting Purchasing and Contract Services Manager City of Inglewood 1 Manchester Blvd., (floor location) Inglewood, CA Telephone: (310) Fax: address:mtate@cityofinglewood.org NO QUESTIONS WILL BE RECEIVED OR RESPONDED TO AFTER July 21, 2015 by 5:00 PM SUBMISSION OF PROPOSALS Written responses to the RFP must be prepared as specified above as to form, content, and sequence. Respondents should follow the checklist to ensure that all requirements are met. No changes to response may be made after the submittal deadline. One (1) original and three (3) copies of the proposal, ATTN: Michael H. Tate, received on or before, but no later than (date and time). Any responses received after this time will not be opened or considered by the City. Original responses and copies shall be enclosed in two sealed packages (one for the Proposal Statement and one for the fee schedule) with the name and address of the respondent in the upper left-hand corner marked Proposal Title. The responses shall be signed by an officer, or officers, authorized to execute legal documents on behalf of the respondent and submitted to: Michael H. Tate Acting Purchasing and Contracts Services Manager City of Inglewood 1 Manchester Blvd., 8 th Floor Purchasing and Contracts Services Division Inglewood, CA Page 11 of 25

12 The envelope shall be plainly marked in the upper left hand corner with the name and address of the proposer and bear the words Proposal For. followed by the name of the service to be provided under this Request for Proposal and the date and the hour of the proposal opening. Proposers, their representatives, and others interested are invited to be present at the opening. The City reserves the right to waive informalities in any proposal, to reject any or all proposals, to reject one part of a proposal and accept the other, except to the extent that proposals are qualified by specific limitations, and to make awards to the lowest responsible proposer as the interest of the City may require. Each firm is responsible for the timely delivery of any response. Additionally, the City will not be responsible for the delivery of any proposal to the wrong address or City department. Each firm assumes all risks and/or consequences of an incorrect delivery or an untimely delivery of a proposal. RFP SELECTION PROCESS AND CRITERIA All proposals submitting the information requested in this RFP will be evaluated on the basis of professional experience, qualifications and services to be performed. The City reserves the right to judge, appraise and reject all proposals, or to otherwise cancel the RFP process. The written proposal and potentially an oral interview will be evaluated using the following criteria: QUALIFICATIONS/EXPERIENCE (30) pts Your firm must have current ongoing or previous experience in working with local government and be aware of the general rules and regulations involved therein. Your firm must propose the entire solution. If the proposal by your firm requires the use of subcontractors, partners, and/or third party products or services, you must clearly state this in your proposal (the City reserves the right to reject any and all subcontractors if background check is unfavorable). The preference of the City is to use as few subcontractors as possible with zero (0) subcontractors be optimal. The City requires that the firms submitting proposals shall have primary project and service liability for all products and services which collectively meet the RFP requirements. Your firm shall remain solely responsible for the performance of all work, including work that you subcontract (subcontractor must be approved by the City). Training will be considered an essential element of this project. On-site training will be required by the approved vendor for the appropriate authorized personnel. Training will Page 12 of 25

13 need to be done in a sufficient manner so that all of the appropriate personnel will understand the functionality of this system. Questions: Briefly describe the history of your company. What is your total number of installments or integrations similar to the proposed solution? What is you experience in programming and integrating Crestron automation systems? Are you a licensed Crestron integrator? What is you service commitment to customers? How many employees/subcontractors are involved in providing direct technical support for the proposed application software and hardware products? Project Cost (30) pts Provide complete cost breakdowns for system design, software, hardware, maintenance, training, system implementation, disposal, of current unused materials, and any additional services required. List and describe in detail the projected maintenance costs involved in this proposed system. List and describe pricing for optional items or services associated with this system. Timeline (20) pts What is the approximate timeline from acceptance of proposal to completion of project including training? What are the possible problem points that may cause the timeline to change and how will you address them? Support Services (20) pts What is your general time for on-site support requests? What is your general response time for off-site support? Do you provide expedited support? If yes, please describe your methodology and pricing WAIVER AND RIGHTS OF THE CITY After a review of the qualification submittals, the City, in its sole discretion, may rate all submittals and identify a short list of three (3) to eight (8) best qualified firms. There is no guarantee that the City will decide to move forward with any proposer based on the RFP submittals. The City reserves the right to reject any or all submittals and proposals. The Proposer waives all rights to seek compensation and/or legal remedies Page 13 of 25

14 any aspects of the RFP and the City s selection process, upon the submittal of a response to the RFP. After a review of the fixed price submittals, the City, in its sole discretion, may invite one or more respondents for interviews, or may choose not to proceed with the interview. There is no guarantee that the City will decide to move forward with any proposal based on the RFP submittals. The City reserves the right, at its discretion, to pursue any or all of the following actions related to this RFP. Request additional information and/or clarification of the proposal. Negotiate an agreement solely on the basis of the original proposal. Negotiate an agreement on additional information supplied. Issue subsequent RFP based on refinement of concepts proposed in response to this RFP. THE BALANCE OF THIS PAGE IS INTENTIONALLY LEFT BLANK Page 14 of 25

15 RFP-0100 GENERAL PROVISIONS Page Section 1. PRICES Section 2. PAYMENT TERMS Section 3. INGLEWOOD BUSINESS TAX CERTIFICATE Section 4. SALES TAX Section 5. OR EQUAL CLAUSE Section 6. INSURANCE REQUIREMENTS Section 7. INDEMNIFICATION Section 8. NON-DISCRIMINATION Section 9. AWARD OF CONTRACT Section 10. EXECUTION OF AGREEMENT Section 11 TERMINATION OF AGREEMENT Section 12 RIGHT OF CITY TO WITHHOLD PAYMENT Section 13 COST PROPOSAL Section 14 DURATION OF AGREEMENT Section 15 ADDENDUMS (REVISION TO THIS DOCUMENT) Section 16 CHOICE OF LAW/VENUE Page 15 of 25

16 RFP-0100 GENERAL PROVISIONS The City of Inglewood, California hereby extends an invitation to submit a bid in accordance with this document, to provide labor and or materials for the designated purchase. Furthermore the City makes no representation that any agreement will be awarded to any firm responding to this request. There is no expressed or implied obligation for the City to reimburse responding firms for any expense incurred in preparing a proposal in response to this request. All information submitted to the City of Inglewood shall become property of the City and will be returned to the bidder at the City s option. SECTION 1. PRICES The proposal shall state the total cost for the proposed scope of services specified in this document. SECTION 2. PAYMENT TERMS Standard payment shall be made by City check. SECTION 3. INGLEWOOD BUSINESS TAX CERTIFICATE The vendor agrees to at all times during the performance of the agreement, obtain and maintain an Inglewood City Business Tax Certificate. This purchase of said Certificate must be made prior to the purchase of product and a copy forwarded to the Purchasing and Contracts Services Division. SECTION 4. SALES TAX (IF APPLICABLE) The City of Inglewood is subject to the payment of sales tax. All suppliers will be required to include in your proposal/price quote the City of Inglewood tax rate of 9.5 %. If a proposal fails to include the City s tax rate (when applicable) in their proposal, the City will add the 9.5% figure to the proposal for evaluation purposes. SECTION 5. OR EQUAL CLAUSE Whenever a material, article, or piece of equipment is identified in the specifications or on the plans by reference to manufacturers or vendors names, trade names, catalogue numbers, etc., it is intended merely to establish a standard; and any materials, articles, or equipment of other manufactures and vendors which will perform adequately in the duties imposed by the general design will be considered equally acceptable provided the material, article, or equipment so proposed is, in the opinion of the City of equal substance and function. Said materials, articles or equipment shall not be purchased or Page 16 of 25

17 installed by the Contractors without the City s written approval. SECTION 6. INSURANCE REQUIREMENTS When a contractor performs a service for the City, the managing Department must have on file valid certificates of insurance and required endorsements. The Department must submit the required certificates and endorsements to the City Clerk, who will then forward the documents to the City Attorney s Office for review. REQUIRED INSURANCE COVERAGES The contractor shall obtain at its expense, until completion of performance and acceptance by City, the following insurance placed with an insurer admitted to write insurance in California or a nonadmitted insurer on California s List of Eligible Surplus Lines Insurers (LESLI) and having a rating of or equivalent to A:VIII by A.M. Best Company. a. Commercial General Liability Commercial General Liability (equivalent in coverage scope to Insurance Services Office, Inc. (ISO) form CG or 11 88) in an amount not less than $1,500,000 per occurrence and $2,000,000 general aggregate. Such Insurance shall include products and completed operations liability. Independent contractor s liability, broad form contractual liability, and cross liability protection. The City of Inglewood, its official s, employees, and agents must be separately endorsed the policy as additional insureds on an endorsement equivalent to insurance Services Office, Inc. (ISO) forms CG of CF b. Automobile Liability Automobile Liability (equivalent in coverage scope to ISO form CA ) in an amount not less than $1,500,000 combined single limit per accident for bodily injury and property damage covering Auto Symbol 1 (Any Auto). If an automobile is not used in connection with the service provided by the contractor, the contractor should provide you with a written request for a waiver of this requirement. c. Worker s Compensation and Employer s Liability Worker s Compensation as required by the California Labor Code and Employer s Liability in an amount not less than $1,500,000 per accident. REQUIRED INSURANCE DOCUMENTATION a. Certificate of Insurance The contractor must provide you with a Certificate of insurance evidencing the required insurance set forth above. The Certificate Holder must be the City of Inglewood, and the Certificate Holder s address must be the address of the City Page 17 of 25

18 of Inglewood. b. Endorsements In addition to the Certificate of Insurance, the Contractor must provide the following endorsements. Cancellation Notice Endorsements Each policy must be endorsed to provide that the policy shall not be cancelled or nonrenewed by either party or reduced in coverage or limits (except by paid claims) unless the insurer has provided the City with thirty (30) days prior written notice of cancellation (ten (10) days for cancellation due to nonpayment of premium). Primary and Noncontributory Coverage Endorsements The General Liability and (if required) Professional Liability policies must be endorsed to provide that each policy shall apply on a primary and noncontributory basis in relation to any insurance or self-insurance, primary or excess, maintained by or available to the City its officials, employees and agents. WAIVER OR MODIFICATION OF THE INSURANCE REQUIREMENTS Any waiver or modification of the insurance requirements can only be made by the City Attorney s Office. All waiver or modification requests are reviewed on a case-by-case basis. SECTION 7. INDEMNIFICATION Vendor shall indemnify and hold harmless the City and its officers, employees and volunteers from and against all claims, damages, losses and expenses, including attorney fees, arising out of the performance of work described herein, caused in whole or in part by any negligent act or omission off the vendor, anyone directly or indirectly employed by any of them or anyone for whose act may be liable, except where caused by the active, sole negligence, or willful misconduct of the City. Firms shall obtain and cause to remain in full force a d effect for the term of the agreement and for six (6) months thereafter Professional/Negligent Acts, Errors and omissions Insurance for five hundred thousand dollars ($500,000), as well as Automobile Liability in the minimum amount of $500,000 and Workers Compensation Insurance in the statutory required amounts. All insurance must be written by a surety, licensed to do business in California, and rated A or better in Best s rating guide. The City is to be named (where appropriate) as an additional insured on the endorsement forms. If any action or proceeding is brought against indemnities by reason of any act of the Page 18 of 25

19 matters against which consultant has agreed to indemnify Indemnities as provided above, vendors, upon notice from City, shall defend indemnities at vendor s expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. SECTION 8. NON-DISCRIMINATION California State Labor Code 1735: Discrimination in Employment Because of Race, Color, etc. No discrimination shall be made in the employment of persons working on behalf of or as an agent for the City of Inglewood because of the race, religious creed, color, national origin, or ancestry, physical disability, medical condition, marital status, or sex of such persons except as provided in Section of the Government Code, and every vendor for the City of Inglewood violating this section is subject to all the penalties imposed for a violation of this chapter. SECTION 9. AWARD OF CONTRACT Evaluations will be based on the criteria listed on page under RFP Selection Process and Criteria. The City may select a limited number of consultants for in-person interviews before a selection committee. SECTION 10. EXECUTION OF AGREEMENT A bidder to whom award is made shall furnish all goods in accordance with the provisions hereof and within the time stated in the proposal. If a bidder to whom an award is made fails or refuses to enter into the contract as herein provided or to conform to any of the stipulated requirements in connection therewith, an award may be made to the bidder whose proposal is next most acceptable to the City. Such bidder shall fulfill every stipulation embraced herein as if he/she were the party to whom the first award was made. A corporation to which an award is made will be required, before the contract is finally executed, to furnish evidence of its corporate existence, of its rights to do business in California. SECTION 11. TERMINATION OF AGREEMENT The City may terminate the contract at its own discretion or when conditions encountered make it impossible to proceed, or when the City is prevented from proceeding with the contract by law, or by official action of a public authority. SECTION 12. RIGHT OF CITY TO WITHHOLD PAYMENT A. Defective materials not remedied in accordance with provisions of specifications; B. Claims or liens filed or reasonable evidence indicating probable filing of claims or Page 19 of 25

20 liens, whenever the City shall, in accordance herewith, withhold any monies otherwise due the vendor. Written notice of the amount withheld and the reasons therefore shall be given the vendor, and, when the vendor shall remove the grounds for such withholding, the City will pay to the vendor, within thirty-five (35) calendar days, the amount so withheld. SECTION 13. COST PROPOSAL Present a concise list of the scope of services and the work product that your firm proposes to provide. Given your proposed scope of services and work products, discuss your proposed fee arrangement based on compensation on a fixed cost. Expenses such as travel, reproduction and related costs necessarily incurred by the Consultant are to be reflected. Such expenses will not be eligible for reimbursement unless approved by the City in advance. Any costs incurred by Consultant which are not specifically provided for herein shall be the expense of the Consultant. Any omissions or ambiguities will be construed most favorable to the City. SECTION 14. DURATION OF AGREEMENT This duration of this agreement will be sixty (60) days from award by Mayor and Council Members. SECTION 15. ADDENDUMS (REVISIONS TO THIS DOCUMENT) In the event that it becomes necessary to clarify or revise this RFP, such clarification or revision will be by Addendum. Any Addendum will become part of this RFP and part of any contract awarded as a result of this RFP. ALL ADDENDA WIL BE ISSUED ON THE CITY OF INGLEWOOD OPEN BIDS AND RFP S WEB PAGE. CLICK ON THE RFP NUMBER LISTED ON THE COVER PAGE OF THIS DOCUMENT. TO ACCESS ADDENDA USE THE FOLLOWING WEB PAGE ADDRESS: There are no designated dates for release of addenda. Therefore, interested proposers should check the Purchasing Open Bids and RFP s webpage on a daily basis. No additional addendums will be issued within three days of the RFP opening. Vendors with no access to the internet should call the Purchasing Division to inquire about any issued addendums. It is the vendors responsibility to either check the city website or call the Purchasing Division to obtain any addendums. SECTION 16. CHOICE OF LAW VENUE This agreement shall be interpreted, construed and governed the according to laws of Page 20 of 25

21 the State of California. In the event the litigation between the parties, venue in state, trial courts shall lie exclusively in the County of Los Angeles, Superior Court, Southwest District, located at 825 Maple Avenue, Torrance, California, In the event of litigation in the United States District Court, venue shall lie exclusively in the Central District of California, In Los Angeles, California. THE BALANCE OF THIS PAGE IS INTENTIONALLY LEFT BLANK Page 21 of 25

22 RFP-0100 DECLARATION FOR THR BIDDER I declare that I am an authorized agent or officer of the organization submitting this proposal and in such capacity I am empowered to submit this proposal on behalf of (organization): I also verify that all information submitted and contained herein is true and correct to the best of my knowledge and belief. BY: Signature: Printed Name: Position/Title: Date of Execution: THE BALANCE OF THIS PAGE IS INTENTIONALLY LEFT BLANK Page 22 of 25

23 RFP-0100 EXTENSION OF CONTRACT TO OTHER PUBLIC AGENCIES The prices, terms, and conditions of this proposal may be extended to other governmental agencies at the mutual agreement of both the city and awarded vendor. All requirements of the specifications, purchase orders, invoices, and payments with other agencies would be directly with the successful contractor. The City of Inglewood does not warrant any additional use of the contract by such agencies. The vendor s response as requested below will in no way affect the City of Inglewood s consideration of this proposal. Please indicate if this quote will be extended to other public agencies, and the length of time it will remain in effect from the opening date of this proposal. Yes No Length of time Days/Months THE BALANCE OF THIS PAGE IS INTENTIONALLY LEFT BLANK Page 23 of 25

24 RFP-0100 The undersigned hereby declares and says: NON-COLLUSION DECLARATION That he/she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the contract described below: (Full description of contract): I declare under penalty that the foregoing is true and correct to the best of my knowledge. Executed at, California on 20 Signature of Proposer Page 24 of 25

25 RFP-0100 NO BID FORM TO ALL PROPOSERS: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT, PLEASE INDICATE BELOW AND RETURN IMMEDIATELY TO THE PRUCHASING AND CONTRACTS SERVICES DIVISION OF THE CITY OF INGLEWOOD. THE FIRM CANNOT PROVIDE THE SERVICES AS SPECIFIED, PLEASE CHANGE THE CLASSIFICATION OF OUR FIRM TO THE FOLLOWING: THE FIRM BELOW CANNOT SUBMIT A PROPOSAL AT THIS TIME BECAUSE OF THE FOLLOWING: THE FIRM BELOW IS NOT INTERESTED IN BEING ON THE CITY OF INGLEWOOD VENDOR LIST, PLEASE REMOVE OUR NAME RFP NUMBER: Name of Firm: Address: Phone: Name of Individual: Signature: Date: Page 25 of 25

CITY 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 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 information

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01 State College Area School District 131 West Nittany Avenue State College, PA 16801-4899 REQUEST FOR PROPOSAL RFP #2010/11-01 RFP Title: Labor Negotiator Release of RFP: July 28 2010 Due Date: September

More information

AUTHORITY FOR CALIFORNIA CITIES EXCESS LIABILITY (ACCEL)

AUTHORITY FOR CALIFORNIA CITIES EXCESS LIABILITY (ACCEL) AUTHORITY FOR CALIFORNIA CITIES EXCESS LIABILITY (ACCEL) REQUEST FOR PROPOSAL FOR LIABILITY THIRD PARTY ADMINISTRATOR & LITIGATION MANAGER Table of Contents Page I. Introduction and Overview 3 II. RFP

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

REQUEST FOR PROPOSALS TELEPHONE SYSTEM REQUEST FOR PROPOSALS TELEPHONE SYSTEM 360 Main St. Delta, Colorado 81416 Phone (970) 874-7903 Fax (970) 874-6931 www.cityofdelta.net Issue Date: November 30, 2018 Contact: Glen L. Black Submission Deadline:

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ARCHITECT 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 information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

City 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 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

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS 1. Notice to Bidders 2. Bid Form 3. Instructions, Project Scope and Specifications 4. Patriot Park Concession Operation Agreement between Park Board and

More information

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

More information

REQUEST FOR PROPOSAL RFP-0066 NEW CITY COPIERS AND COPIER MAINTENANCE SERVICES PROPOSALS DUE: JANUARY 9TH, 2013 AT 11:00AM

REQUEST FOR PROPOSAL RFP-0066 NEW CITY COPIERS AND COPIER MAINTENANCE SERVICES PROPOSALS DUE: JANUARY 9TH, 2013 AT 11:00AM REQUEST FOR PROPOSAL RFP-0066 NEW CITY COPIERS AND COPIER MAINTENANCE SERVICES PROPOSALS DUE: JANUARY 9TH, 2013 AT 11:00AM IN THE OFFICE OF THE CITY CLERK (1ST FLOOR CITY HALL) ONE MANCHESTER BOULEVARD

More information

Request for Bid/Proposal

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

More information

NOTICE 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 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 information

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES October 2, 2015 HUMAN RESOURCES DEPARTMENT 200 AVERY AVENUE MORGANTON, NORTH CAROLINA REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES GENERAL INFORMATION Burke County is located in western

More information

Request For Proposal (RFP) for

Request 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 information

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE SECTION 1: PURPOSE. 1.1 The County of Greene hereby requests proposals from interested

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

CITY 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 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 information

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO REQUEST FOR PROPOSAL For 21c Roof Replacement PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO PPLD RFP # 490-18-05 The Pikes Peak Library District (PPLD) invites qualified Roofing Contractors (The Company

More information

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO High Plains Library District (HPLD) invites qualified firm to submit a response to a Request for Proposal for legal

More information

Sample Request For Proposals

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

More information

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

REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan

REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan RFP Release Date January 5, 2018 Proposal Submittal Deadline February 2, 2018-4:00 p.m. Contact Person: Sonya Williams Finance

More information

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

DEBT 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 information

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

More information

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT] ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT] THIS Agreement ( Agreement ) for consulting services is made by and between the City of Pittsburg

More information

Request 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, 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 information

CONTRACT FOR SERVICES RECITALS

CONTRACT 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 information

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT EMPLOYEE BENEFITS INSURANCE BROKER AND CONSULTING SERVICES RFP NO. 1516-2 I. INTRODUCTION A. PURPOSE The purpose of this Request for Proposal ( RFP ) is to solicit

More information

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Champaign 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 information

Board of Supervisors Chambers Audio-Visual Presentation Systems Upgrade Project Date Issued December 13, 2017

Board of Supervisors Chambers Audio-Visual Presentation Systems Upgrade Project Date Issued December 13, 2017 IGS - Purchasing Division Invitation to Bid For Board of Supervisors Chambers Audio-Visual Presentation Systems Upgrade Project Date Issued December 13, 2017 Bid Due Date: Wednesday, January 17, 2018 at

More information

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR CASTRO AVE. AND F.M. 462 WATER IMPROVEMENTS PUBLISHED DATE: March 1, 2018 RESPONSE DUE DATE: April 24, 2018 Interested vendors must submit a RESPONSE PACKAGE

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER 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 information

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.

Excellent 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 information

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.

More information

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

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

More information

REQUEST FOR PROPOSAL 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

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

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

More information

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid TOWN OF CENTREVILLE Queen Anne s County, Maryland Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report Invitation for Bid Documents Available: Mandatory Pre-bid Meeting: Proposal

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY 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 information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More 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 On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA The City of San Mateo Public Works Department hereby requests proposals from qualified firms to provide

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) Annual Contract for Letterhead, Envelopes and Business Cards BIDDER INSTRUCTIONS Montrose County is seeking sealed bids from qualified vendors to supply and print letterhead, envelopes,

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID The City of Fernandina Beach, Florida is accepting competitive sealed bids for 2500 PSI & 3000 PSI CONCRETE The City will receive sealed bids at the

More information

Request for Proposal Data Network Cabling

Request for Proposal Data Network Cabling Request for Proposal Data Network Cabling Vernon Public Schools, Connecticut BID # VPS-FY16-004 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov Proposals Due: Thursday,

More 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

ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT # North Orlando Smith Road Oglesby, Illinois 61348

ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT # North Orlando Smith Road Oglesby, Illinois 61348 January 28, 2010 ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT #513 815 North Orlando Smith Road Oglesby, Illinois 61348 Audio Video Equipment Electronic Lecture Hall D225 - Bid # PR10-B08 Sealed bids are

More information

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

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

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

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING

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

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

More information

RFP NAME: AUDITING SERVICES

RFP NAME: AUDITING SERVICES REQUEST FOR PROPOSAL RFP Number # RV070806 RFP NAME: AUDITING SERVICES The City of San Jose Housing Department is seeking qualifications from individuals and firms interested in providing professional

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) Ladue School District hereby invites the submission of proposals for: Real Estate Broker Services The responsive Proposal will comply with all federal, state and local regulations.

More information

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Posting Date: April 22, 2013 Response Deadline: May 6, 2013 10:00 a.m. Central Daylight Time (CDT) To: John Machnik,

More information

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

City of Loveland, Ohio

City of Loveland, Ohio City of Loveland, Ohio Request for Proposal (RFP) Information Technology (IT) Managed Services Provider Proposals are due by 4:30 PM, November 1, 2017 The City of Loveland is inviting qualified Information

More information

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

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

More information

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM PALM BEACH COUNTY DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM NOTICE TO GENERAL CONTRACTORS Sealed bids will be received until 3:00 P.M on May 2, 2019,

More information

Vendor 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. 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 information

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study CITY OF CHINO HILLS Request for Proposals (RFP) for Water Fixed Assets Assessment Study Date: April 15, 2014 Department: Project Name: Proposal Due Date: Public Works Department Water Fixed Assets Assessment

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY DIVISION OF ENGINEERING & CONSTRUCTION

More information

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL Date Issued: November 14, 2016 Return Date & Time: Return To: December 6, 2016, 11:00 AM Keith Kazmark, RMC/CMC/MMC

More information

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5 CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5 1. DELIVERY OF PROPOSALS. It is the Proposer's responsibility

More information

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California April 27, 2017 Subject: Request for Proposals Engineering Design Services and Construction Management for the Sewer Lining Project on Cypress, Essexfells, Vega, and Florentina. The City of Alhambra is

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO

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

More information

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES Proposals

More information

City of Beverly Hills Beverly Hills, CA

City of Beverly Hills Beverly Hills, CA City of Beverly Hills Beverly Hills, CA REQUEST FOR PROPOSAL For Professional Services for Conducting a Department Needs Assessment and Developing a Grant Funding Strategy to Support City Priority Projects

More information

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services City of Jeffersontown Request for Qualifications ON-CALL Electrical Services Table of Contents Request of Qualifications I. Invitation and Instructions to Interested Firms II. III. IV. General Provisions

More information

Request for Proposal. Marina Coast Water District

Request for Proposal. Marina Coast Water District Request for Proposal Marina Coast Water District The Marina Coast Water District wishes to contract for Public Relations and Community Outreach services Proposals due 5:00 pm November 16, 2015 Proposals

More information

Any questions regarding this RFP should be ed to John Peters

Any questions regarding this RFP should be  ed to John Peters NORTH COUNTRY SUPERVISORY UNION REQUEST FOR PROPOSALS Installation of Fiber Optic Backbone Cable Proposals must be received no later than 3:00pm June 17, 2015 North Country Supervisory Union Attn: John

More information

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT Sanitary Sewer Rehabilitation Design Services [name of consultant] This agreement, made and entered into this day

More information

CONSULTANT SERVICES AGREEMENT

CONSULTANT SERVICES AGREEMENT CONSULTANT SERVICES AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into this 20 th day of December, 2012, by and between the City of Rio Vista, a municipal corporation of the State of California

More information

RFP GENERAL TERMS AND CONDITIONS

RFP 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 information

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

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

More information

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following: THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS This entire Bid Package, which includes the following: Notice Inviting Bids, Bid Proposal Forms, and County of Inyo Standard Contract No.

More information

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309) CITY OF GALESBURG PURCHASING 55 W Tompkins St Galesburg, IL 61401 Phone: (309) 345-3678 INVITATION FOR BIDS For the upgrade of the existing A/V System for the City of Galesburg, Illinois Instructions to

More information

NUTANIX 1450 SERVER AND SUPPORT

NUTANIX 1450 SERVER AND SUPPORT INVITATION FOR BIDS (IFB) 5-3147 NUTANIX 1450 SERVER AND SUPPORT ORANGE COUNTY TRANSPORTATION AUTHORITY 550 South Main Street P.O. Box 14184 Orange, CA 92863-1584 (714) 560-6282 Key IFB Dates Issue Date:

More information

Request for Proposal

Request 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 information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

MASTER SUBCONTRACTOR AGREEMENT

MASTER SUBCONTRACTOR AGREEMENT The Builders Association of Minnesota, its local associations, and Fredrikson & Byron, P.A. disclaim any liability resulting from the use of these sample forms, and remind you that no single form is appropriate

More information

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

RFP 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 information

MUSKEGON COMMUNITY COLLEGE REQUEST FOR PROPOSAL. Lakeshore Fitness Center Managed Services

MUSKEGON COMMUNITY COLLEGE REQUEST FOR PROPOSAL. Lakeshore Fitness Center Managed Services Issue Date: March 23, 2018 Proposals Due Date: April 19, 2018 Optional Walk through: April 10, 2018 Interviews: April 25 and 26, 2018 RFP Coordinator: Amy James Director of Business Services Room # 1123

More information

Request for Qualifications

Request 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 information

VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES A. Purpose of Request The Village of Greendale Wisconsin is requesting proposals for the purpose of retaining a certified

More information

REFUSE AND RECYCLING CONTAINER AND BILLING AUDIT SERVICES RFP #1603 October 2016

REFUSE AND RECYCLING CONTAINER AND BILLING AUDIT SERVICES RFP #1603 October 2016 REQUEST FOR PROPOSALS for REFUSE AND RECYCLING CONTAINER AND BILLING AUDIT SERVICES RFP #1603 October 2016 City of Culver City PUBLIC WORKS DEPARTMENT 9770 Culver Boulevard Culver City, CA 90232-0507 Refuse

More information

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85. Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,

More information

Request for Risk Management and Insurance Broker Services

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

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # ) REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO (PPLD RFP #490-16-01) Pikes Peak Library District ( PPLD ) invites qualified

More information

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CHAMPAIGN 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 information

REQUEST FOR PROPOSALS. For. Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development

REQUEST FOR PROPOSALS. For. Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development REQUEST FOR PROPOSALS For Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development Proposal Issue Date August 22, 2017 Proposal Submittal Due Date September

More information

City of Bowie Private Property Exterior Home Repair Services

City of Bowie Private Property Exterior Home Repair Services City of Bowie Private Property Exterior Home Repair Services The City requires private property repair services for the Code Compliance Division of the Department of Community Services. Work is generated

More information

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

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

More information

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving Request for Proposals For Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving Page 1 of 17 Request For Proposals Table of Contents SECTION 1: GENERAL INFORMATION

More information

Management of Jobing.com Arena

Management of Jobing.com Arena Request for Proposal Related to: Management of Jobing.com Arena Issued by: (Date) Introduction The (City), through its Materials Management Department, is accepting responses to this Request for Proposal

More information