REQUEST FOR PROPOSAL/BID Non Construction

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL/BID Non Construction"

Transcription

1 REQUEST FOR PROPOSAL/BID Non Construction NOTICE IS HEREBY GIVEN that sealed proposals will be received at AVANCE-Houston, Inc., 4281 Dacoma, Houston, Texas 77092, on or before January 9, 2012 at 5:00 p.m. for the following: Pest Control Services for AVANCE-Houston, Inc Dacoma Houston, TX Phone: (713) For ease of reference, AVANCE-Houston, Inc. will hereinafter be referred to as AVANCE. Respondents to the Request will be referred to as VENDOR/S.AVANCE is a 501c(3) Non-Profit Agency which provides Head Start, Early Head Start and family education services for low income families. On January 5, 2012 AVANCE will conduct an optional walk through of one administrative facility (Dacoma II ) at 8:30 a.m., a large Education Center (Mangum) at 9:15 a.m., and a medium sized facility (Golden Forest Center) at 10:15 a.m. 1.0 GENERAL INFORMATION: 1.1 Purpose The intent of this Request for Proposal is to select a company to do Pest Control at sites indicated below. Two of the sites are administrative buildings and all of the other sites provide Head Start and/or Early Head Start education services for children zero through five years of age. This Request for (RFP) states: the instructions for submitting proposal/ bids, the specifications for the work, the procedure and criteria by which a vendor may be selected, and the contractual terms by which AVANCE-Houston, Inc. intends to govern the relationship between itself and the selected Vendor. 1.2 Scope of Work DACOMA I 4281 DACOMA ST. DACOMA II & WAREHOUSE 4301 DACOMA ST. KRUSE 400 PARK LANE PB. #33 PASADENA, TX LINCOLN PARK 790 WEST LITTLE YORK HOUSTON, TX MT. HOUSTON EASTEX FREEWAY HOUSTON, TX OAKWOOD 7211 Oakwood Glen Spring, TX GOLDEN FOREST 5750 GOLDEN FOREST HARDY 3701 HARDY HOUSTON, TX JENSEN DRIVE 2702 ALDINE-WESTFIELD HOUSTON, TX MANGUM 4503 MANGUM RD. OXFORD 605 BERRY RD. HOUSTON, TX TIDWELL 1126 W. TIDWELL HOUSTON, TX WESLEY 1417 NOBLE ST HOUSTON, TX

2 If applicable, Vendor will abide by AVANCE s requirements for opening and closing the buildings without setting off security alarms and will agree to sign documents showing that they are responsible for keys and security codes. After the first fine for setting off a false alarm in a site, Vendor will pay any additional fines for setting off a false alarm at that site. Should the bids result in significantly higher cost than anticipated AVANCE will immediately reduce the schedule of work, advise all vendors, and invite amended bids. Our goal is to maintain a high standard of environmental cleanliness and attractiveness to ensure continuing participant satisfaction. 1.3 Evaluation Criteria Responses will be evaluated on criteria deemed to be in the AVANCE-Houston s best interests including but not be limited to: Ability to meet specifications Pricing Responsiveness to proposal terms and conditions References Experience in providing the services specified in this RFP/B Whether vendor is certified small business or minority owned Vendor s proof of Insurance 1.4 Communication with AVANCE-Houston It is the responsibility of the vendor to inquire about any requirement of this RFP/B that is not understood. Responses to inquiries, if they change or clarify the RFP/B in a substantial manner, will be forwarded by addenda to all parties that have received a copy of the RFP/B. AVANCE- Houston will not be bound by oral responses to inquiries or written responses other than addenda. Submission of inquiries about the RFP must be made to: Operations Department Attention: Aida Del Moral 4281 Dacoma Street Houston, Texas Award of Contract AVANCE will enter a written contract to the most responsive and responsible vendor as determined by evaluation of the criteria defined in Section 1.3. AVANCE reserves the right to waive minor irregularities. AVANCE reserves the right to reject any or all proposals, in whole or in part, and is not necessarily bound to accept the lowest cost proposal if that proposal is contrary to the best interests of AVANCE. AVANCE may cancel this Request for Proposal/Bid or reject any or all proposals/bids in whole or in part. Should AVANCE determine in its sole discretion that only one vendor is fully qualified, or that one vendor is clearly more qualified than any other under consideration, a contract may be awarded to that vendor without further action. 2

3 1.6 Right of Refusal AVANCE Houston reserves the right to refuse any or all proposals/bids. Solicitation of this proposal/bid does not obligate AVANCE Houston to make an award of pay for any costs incurred by vendor. 1.7 Confidentiality The information contained in proposals/bids submitted for AVANCE consideration will be held in confidence until all evaluations are concluded and an award has been made. At that time, the winning vendor will be announced and all timely respondents will be notified. Pricing and other information that is an integral part of the offer cannot be considered confidential after an award has been made. AVANCE will honor requests for confidentiality for information of a proprietary nature to the extent allowed by law. Clearly mark any information considered confidential. 1.8 Costs of Preparation Vendors assume all costs of preparation of the proposals/bids and any presentations necessary to the process. 1.9 Debarment Submission of a signed proposal/bid in response to this solicitation is certification that vendor (or any sub vendor) is not currently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in this transaction by any State or Federal department or agency. Submission is also agreement that AVANCE will be notified of any change in a respondent s debarment status during the bid process or after receiving notice of having won the contract Proposal Understanding By submitting, the vendor agrees and assures that the specifications are understood and are adequate, and the vendor accepts the terms and conditions herein. Any exceptions should be noted in responses Proposal Submission A SIGNED original and one (1) copy of the proposal/bid must be submitted to: AVANCE-Houston, Inc. Operations Office: Attention Aida Del Moral 4281 Dacoma Street Houston, Texas in a sealed envelope by close of business, January 9, 2012 to be date stamped and accepted for consideration. Normal business hours are 8:00 a.m. to 5:00 p.m., Monday through Friday. Proposals/Bids received after the due date will be returned unopened. There will be no public opening (see Confidentiality clause, Section 1.7). Vendors are strongly encouraged to submit in advance of the due date to avoid the possibility of missing the deadline because of unforeseen circumstances. Vendors assume the risk of the methods of dispatch chosen. AVANCE-Houston assumes no responsibility for delays caused by any package or mail delivery service. Postmarks on or before the due date, will not substitute for receipt of proposal/bid. In the event of suspended AVANCE-Houston operations, all proposal openings and or conferences will be rescheduled for the next regularly designated business day at the same time and location. Additional time will not be granted to any single vendor, however additional time may be granted to all vendors when 3

4 AVANCE Houston determines that circumstances require it. FAXED OR RESPONSES WILL NOT BE ACCEPTED. Proposals must be submitted in a sealed envelope clearly marked REQUEST FOR PEST CONTROL SERVICES and due date on the outside. Proposals shall be valid for a minimum of fifteen (15) days Notice to Vendors/Respondents: AVANCE reserves the right to request any additional information, which might be deemed necessary after the submission of a proposal/bid. The successful vendor must comply with all applicable state and federal regulations and hold all required licenses for the business they will be doing with AVANCE. The submission of a proposal/bid shall be prima facie evidence that the vendor has full knowledge of the scope, nature and quality of work to be performed, or service to be provided, the detailed requirements of the specifications, and the conditions under which the work is to be performed. 2.0 GENERAL TERMS AND CONDITIONS: 2.1 Contract Documents If a separate contract is not written, the contract entered into by the parties shall consist of the RFP, the signed response submitted by the Vendor, the specifications including all modifications thereof, and a purchase order or letter of agreement requiring signatures of AVANCE Houston and the Vendor, all of which shall be referred to collectively as the Contract Documents. 2.2 Contract Modification and Amendment AVANCE Houston intends to enter into a 1 year agreement with the option to renew. The parties may adjust the specific terms of this contract (except for pricing and/or commission) where circumstances beyond the control of either party require modification or amendment. Any modification or amendment proposed by the Vendor must be submitted in writing to the Operations Officer of AVANCE Houston. Modifications or amendments must be in writing and signed by both parties. 2.3 Contract Data The Vendor is required to provide AVANCE with detailed data concerning the contract at the completion of each contract year or at the request of AVANCE at other times. AVANCE reserves the right to audit the Vendor's records to verify the data. This data may include, but is not limited to, actual number of hours worked by the vendor s staff, quantities and names of supplies furnished and utilized under the contract, and total cost of services rendered by time period. 2.4 Contract Validity In the event one or more clauses of the contract are declared invalid, void, unenforceable or illegal, these shall not affect the validity of the remaining portions of the contract. 2.5 Cancellation/Termination If the Vendor defaults in its agreement to provide personnel or equipment to AVANCE Houston s satisfaction, or in any other way fails to provide service in accordance with the contract terms, AVANCE shall promptly notify the Vendor of such default and if adequate correction is not made 4

5 within ten (10) business days, AVANCE may take whatever action it deems necessary to provide alternate services and may, at its option, immediately cancel this contract with written notice. Except for such cancellation for cause by AVANCE, either AVANCE or the Vendor may terminate this contract by giving ninety (90) days advance written notice to the other party. Cancellation does not release the Vendor from its obligation to provide goods or services per the terms of the contract during the notification period. 2.6 Clarification of Responsibilities If the Vendor needs clarification of/or deviation from the terms of the contract, it is the Vendor's responsibility to obtain written clarification or approval from the Chief Operating Officer at AVANCE. 2.7 Litigation This contract and the rights and obligations of the parties hereunder shall be governed by and construed in accordance with the laws of the State of Texas. The Vendor agrees that any litigation, action or proceeding arising out of this contract, shall be instituted in the State of Texas. Prior to filing suit, the parties agree to one half day of good faith mediation. 2.8 Assignment Neither party of the contract shall assign the contract without the prior written consent of the other, nor shall the vendor assign any money due or to become due without the prior written consent of AVANCE Houston. 2.9 Equal Opportunity In the execution of the contract, the Vendor agrees, consistent with AVANCE policy, not to discriminate on the grounds of race, color, religion, sex, sexual orientation, including transgender status or gender expression, national origin or citizenship status, age, disability or veteran s status and to provide reasonable accommodations to qualified individuals with disabilities upon request Code of Ethics- Vendor / Employees AVANCE Houston is committed to providing a positive environment for all employees. AVANCE Houston thus has a legal and ethical responsibility to ensure that all adults working in its environment following the Code of Ethics. Failure to comply with AVANCE Houston s Code of Ethics while on AVANCE Houston s site could result in termination of this contract without advanced notice. Further information regarding this policy is available from the Operations Office Sexual Harassment AVANCE Houston is committed to providing a positive environment for all students and staff. Sexual harassment, whether intentional or not, undermines the quality of this educational and working climate. AVANCE Houston thus has a legal and ethical responsibility to ensure that all students and employees can learn and work in an environment free of sexual harassment. Consistent with the state and federal law, this right to freedom from sexual harassment is defined by the AVANCE Houston the Board of Directors. Failure to comply with this policy could result in termination of this contract without advanced notice. Further information regarding this policy is available from the Operations Office Smoking Policy AVANCE must comply with the "Work place Smoking Act of 1985" and MRSA title 22, 1541 et seq "Smoking Prohibited in Public Places." In compliance with this law, AVANCE has prohibited 5

6 smoking in all AVANCE buildings except in designated smoking areas. This rule must also apply to all vendors and workers in existing AVANCE buildings. The Vendor shall be responsible for the implementation and enforcement of this requirement within existing buildings Code of Conduct No employee, officer, or agent shall participate in the selection, award, or administration of a contract supported by Federal funds if a real or apparent conflict of interest would be involved. Vendors must state assurance that they are not an immediate family member of an AVANCE employee, have no family member with a financial interest in AVANCE, nor are they related to an AVANCE employee who has administration and oversight of a potential contract with AVANCE. 3.0 PERFORMANCE TERMS AND CONDITIONS 3.1 Contract Management AVANCE Houston shall be the authorized representative in all matters pertaining to the amendment or modification of this contract. The Facilities Department will be responsible for administering and managing the day-to-day operations and work specifications of the contract. 3.2 Contract Term and Probationary Period The initial term of this contract is for one (1) year beginning on the date that AVANCE Houston and vendor sign the contract with automatic renewal unless either of the parties gives written notice within thirty (30) days of the contract end date. HOWEVER, a NINTY DAY (90) Probationary Period is part of the written contract and AVANCE Houston shall have the right to terminate without cause OR due to inconvenience at the end of the Probationary Period. A vendor who is going to be terminated at the end of the PROBATIONARY PERIOD WILL BE NOTIFIED IN WRITING 30 DAYS PRIOR TO THE END OF THE PROBATIONARY PERIOD TO OFFER AN OPPORTUNITY TO CURE. 3.3 Nondiscrimination and Workplace Safety The Vendor agrees to abide by all federal, state and local laws, rules and regulations prohibiting discrimination in employment and controlling workplace safety. Any violations of applicable laws, rules or regulations may result in termination of this contract. 3.4 Environmental Protection The Vendor shall abide by all federal, state and local laws, rules and regulations regarding the protection of the environment. In accordance with reporting requirements, the Vendor shall disclose any environmental violations caused in the performance of this work to the AVANCE and applicable governmental agency. Any required Material Safety Data Sheets will be maintained in a binder on site and shall be available for review by AVANCE at all times. Chemicals are to be stored in the proper manner required by law. A violation of applicable laws, rules or regulations may result in termination of this contract. 3.5 Equipment and Supplies All equipment and supplies required to carry out operations within the scope of this contract shall be provided by the Vendor. Supplies must be maintained in good operating condition and must conform to NFPA, UL, ANSI, OSHA and any other safety standards in effect at the time of use. 6

7 3.6 Payments Payment will be upon submittal of signed invoice to AVANCE Houston, on a net thirty (30) basis. Invoices must include a purchase order number. AVANCE Houston shall have no obligation to invoices that are unsigned by the contractor. 3.7 Work Specifications 1. DACOMA I 4281 DACOMA ST. DACOMA II & WAREHOUSE 4301 DACOMA ST. GOLDEN FOREST 5750 GOLDEN FOREST HARDY 3701 HARDY HOUSTON, TX JENSEN DRIVE 2702 ALDINE-WESTFIELD HOUSTON, TX KRUSE 400 PARK LANE PB. #33 PASADENA, TX LINCOLN PARK 790 WEST LITTLE YORK HOUSTON, TX MANGUM 4503 MANGUM RD. MT. HOUSTON EASTEX FREEWAY HOUSTON, TX OXFORD 605 BERRY RD. HOUSTON, TX TIDWELL 1126 W. TIDWELL HOUSTON, TX WESLEY 1417 NOBLE ST HOUSTON, TX Vendor s bid will include the names of all chemicals vendor anticipates being used for ants, roaches, mice, and other typical Harris County vermin. Vendor s chemicals must be odorless and harmless to infants, toddlers, and preschool children. Vendor must further assure that application is done so as no harm will come as a result of traps. Vendor will abide by AVANCE s requirements for opening and closing the buildings without setting off security alarms and will agree to sign documents showing that they are responsible for keys and security codes. After the first fine for setting off a false alarm in a site, vendor will pay any additional fines for setting off a false alarm at that site. 3.8 INSURANCE Vendor will carry and maintain in force Worker s Compensation, General Liability, (and Fidelity Bonding Insurance) Proof of such will be furnished with the Response to Request for Proposal. Vendor must furnish written proof of continuous general liability and bonding insurance. 3.9 PERFORMANCE AND CONTROL 1. Work and labor provided by vendor will be done by vendor as an independent contractor and under vendor s direct management, supervision and control. Vendor s employees must be bonded, insured and trained. 2. Should AVANCE Houston be dissatisfied with vendor s performance at any site at any time, AVANCE Houston will contact Vendor IN WRITING within 48 hours of discovering the area of dissatisfaction. Vendor will meet with AVANCE Houston staff if necessary to assess the performance together. Vendor will re-work the area of dissatisfaction to AVANCE Houston s satisfaction at no additional charge. If dissatisfaction is frequent, formal notice will follow, and the contract will be terminated. 7

8 3.10 CANCELLATION AND EXTENSION PERIOD This contract shall be in effect for one year, however, it may be terminated at any time during this period by either party by giving thirty (30) days written notice prior to its expiration. It is further understood and agreed that this contract will continue in full force and effect for another like period, under the same terms and conditions as set forth above, unless either party gives thirty (30) days written notice prior to its expiration SECURITY AVANCE Houston shall be responsible for securing all valuables nightly, particularly, cash drawers shall be locked and valuable items such as small calculators, radios, cash, and other personal property or effects shall be securely locked in drawers, etc. AVANCE Houston agrees that all items will be properly secured, and should any items(s) be reported as missing, such incident shall be reported within twenty four (24) hours to Vendor Management and the proper law enforcement authorities. If Vendor is entering the premises when AVANCE Houston staff is not present, vendor will assume responsibility for securing the facility and outside gates upon leaving the premises each day/night. The security code will be kept confidential MEDIATION Prior to filing a workman s lien or any other type of lawsuit, the parties agree to one half day good faith mediation TERM The term of this contract is anticipated to be JANUARY 2012 through DECEMBER WRITTEN AGREEMENT All of the final contract terms shall be in writing, and there will be no verbal terms. Likewise, this writing constitutes the entire Request for Proposal and there are no verbal terms. 8

9 BID FORM PEST CONTROL SERVICES VENDOR COMPANY : CONTACT NAME : PHONE NUMBER : ADDRESS : FAX : MOBILE : ODORLESS CHEMICALS TO BE USED: FREQUENCY OF SERVICE: (Per Month/Per Year) CHECK LIST FOR ATTACHED ITEMS : (3) References Previous experience Proof of insurance Debarment Form Statements Form RATIONALE FOR FREQUENCY: PRICE PER SITE: SITE PRICE DACOMA I $ DACOMA II & WAREHOUSE $ GOLDEN FOREST $ HARDY $ JENSEN DRIVE $ KRUSE $ LINCOLN PARK $ MANGUM $ MT. HOUSTON $ OAKWOOD $ OXFORD $ TIDWELL $ WESLEY $ TOTAL (no tax) $ PERSON COMPLETING BID: SIGNATURE PRINTED NAME DATE 9

10 Exhibit 1 APPROXIMATE SQUARE FOOTAGE Administrative Offices Dacoma I 1,095 Dacoma II 4,298 Warehouse 7,300 TOTAL 12,693 Educational Centers Golden Forest 6,276 Hardy EHS and HS 9,801 Jensen 13,700 Kruse 15,000 Lincoln Park 8,145 Mangum EHS and HS 18,000 Mt. Houston 11,950 Oakwood 4,727 Oxford 2,330 Tidwell 8,600 Wesley 3,100 TOTAL 101,629 GRAND TOTAL 114, EXHIBIT 1

11

12

13

14

15

RFP Landscape Maintenance Service s RFP #

RFP Landscape Maintenance Service s RFP # REQUEST FOR PROPOSAL LANDSCAPE MAINTENANCE SERVICES seeks a qualified vendor to provide basic landscape maintenance services for our various locations (Please see Ehibit 1 defining type of service needed

More information

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 ISSUE DATE: December 4, 2007 BIDS MUST BE RECEIVED BY: December

More information

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BIDS SNOW REMOVAL AND SANDING USM GORHAM 1.0 GENERAL INFORMATION

More information

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: Friday, April

More information

REQUEST FOR BIDS. Administered by: Competitive Energy Services, LLC FUELS: Wood Chips University of Maine System at Farmington RFB # 07-16

REQUEST FOR BIDS. Administered by: Competitive Energy Services, LLC FUELS: Wood Chips University of Maine System at Farmington RFB # 07-16 REQUEST FOR BIDS Administered by: Competitive Energy Services, LLC FUELS: Wood Chips University of Maine System at Farmington RFB # 07-16 ISSUE DATE: 8/12/2015 BIDS MUST BE RECEIVED BY: 8/20/2015 (See

More information

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS SNOW PLOWING, REMOVAL AND SANDING SERVICES PORTLAND CAMPUS University of Southern Maine RFB # 04-10 ISSUE DATE:

More information

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

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

More information

REQUEST FOR PROPOSALS (RFP)

REQUEST FOR PROPOSALS (RFP) Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR PROPOSALS (RFP) MEDICAL LABORATORY DIAGNOSTIC TESTING AND SERVICES University of Southern Maine RFP # 09-13 ISSUE

More information

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building City of Forest Park Request for Proposals Automatic Fire Sprinkler System - Community Building Mandatory Pre-Bid Conference March 4, 2014 at 1:30 pm Bid Deadline March 14, 2014 at 2:00 pm Purpose: The

More information

REQUEST FOR PROPOSALS (RFP)

REQUEST FOR PROPOSALS (RFP) Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR PROPOSALS (RFP) OFFICIAL ATHLETIC APPAREL SPONSORSHIP University of Maine RFP #01-14 ISSUE DATE: July 11, 2013 PROPOSALS

More information

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

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

More information

Administered by University of Maine System Office of Strategic Procurement Request for Proposal (RFP)

Administered by University of Maine System Office of Strategic Procurement Request for Proposal (RFP) Administered by University of Maine System Office of Strategic Procurement Request for Proposal (RFP) University of Maine Football Fall 2017 Team Charters RFP# 2017-78 Proposal Deadline Date: March 24,

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Administered by: Competitive Energy Services, LLC FUELS: Wood Pellets University of Maine Fort Kent RFB # 72-16 ISSUE DATE: June 6, 2016 PROPOSALS MUST BE RECEIVED BY: June 16, 2016

More information

ADMINISTERED BY UNIVERSITY OF MAINE SYSTEM OFFICE OF STRATEGIC PROCUREMENT

ADMINISTERED BY UNIVERSITY OF MAINE SYSTEM OFFICE OF STRATEGIC PROCUREMENT ADMINISTERED BY UNIVERSITY OF MAINE SYSTEM OFFICE OF STRATEGIC PROCUREMENT REQUEST FOR PROPOSAL (RFP) Apple Repair Services RFP # 24-15 Issue Date: December 1, 2014 Proposals Must Be Received By: December

More information

construction plans must be approved for construction by the City PBZ department.

construction plans must be approved for construction by the City PBZ department. City of Forest Park Request for Proposals Architectural Services for the Forest Park Public Works Department Mandatory Pre-Proposal Conference April 13, 2016 at 10:00 am Bid Deadline May 20, 2016 at 2:00

More information

REQUEST FOR BIDS. Administered by: Competitive Energy Services, LLC FUELS: PROPANE University of Maine at Farmington RFB# 16-17

REQUEST FOR BIDS. Administered by: Competitive Energy Services, LLC FUELS: PROPANE University of Maine at Farmington RFB# 16-17 REQUEST FOR BIDS Administered by: Competitive Energy Services, LLC FUELS: PROPANE University of Maine at Farmington RFB# 16-17 ISSUE DATE: August 4, 2016 BIDS RESPONSE DATE: August 18, 2016 (See Section

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

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

Administered by University of Maine System Office of Strategic Procurement Request for Proposal (RFP)

Administered by University of Maine System Office of Strategic Procurement Request for Proposal (RFP) Administered by University of Maine System Office of Strategic Procurement Request for Proposal (RFP) University of Southern Maine Athletic Department Sales & Marketing Services RFP# 57-15 Proposal Deadline

More information

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404)

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404) City of Forest Park Request for Proposals for the Forest Park Urban Redevelopment Agency (URA) Installation Ft. Gillem Forest Park, Georgia 30297 Mandatory Pre-Proposal Conference September 29, 2015 at

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

CUYAHOGA COUNTY REQUEST FOR PROPOSAL

CUYAHOGA COUNTY REQUEST FOR PROPOSAL CUYAHOGA COUNTY REQUEST FOR PROPOSAL Issue date: RFP title: RFP #JA-13-28478 EMERGENCY ALERT SYSTEM MAINTENANCE Department Address: Cuyahoga County Department of Public Safety and Justice Services 310

More information

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES SILVER FALLS SCHOOL DISTRICT REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES DEADLINE FOR RECEIPT OF RFP: TO BE OPENED BY: May 1, 2016 at 3:00 p.m. Superintendent Andy Bellando Silver Falls School District

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More 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

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

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia, City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station #1 4539 Jonesboro Rd., Forest Park, Georgia, 30297. Mandatory Pre-Proposal Conference March 7, 2017 at 10 am Bid Deadline

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

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

Botetourt County Public Schools

Botetourt County Public Schools Botetourt County Public Schools Request for Proposals # 18-5000 for Architectural and Engineering Services Related to the Design of a New Elementary School One (1) original and four (4) copies of sealed

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

REQUEST FOR PROPOSAL. Information Technology Support Services

REQUEST FOR PROPOSAL. Information Technology Support Services Request for Proposal 1 of 17 www.mdgreenview.ab.ca Box 1079, 4806-36 Avenue, Valleyview, AB T0H 3N0 (780) 524-7600, (780) 524-4307 fax REQUEST FOR PROPOSAL Information Technology Support Services Bid Closing

More information

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS. BAKERY PRODUCTS University of Maine RFB # 11-08

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS. BAKERY PRODUCTS University of Maine RFB # 11-08 Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS BAKERY PRODUCTS University of Maine RFB # 11-08 ISSUE DATE: December 12, 2007 BIDS MUST BE RECEIVED BY: January

More information

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation Request for Proposal #2036 Orange Coast College Exterior Lighting Energy Efficiency Project Implementation I. NOTICE A. Statement of Proposal NOTICE IS HEREBY GIVEN that Coast Community College District

More information

Request for Proposal. RFP # Towing Services Inoperable Vehicles

Request for Proposal. RFP # Towing Services Inoperable Vehicles County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-0601-1 This procurement is governed

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) MOTOR FUEL & FUEL MANAGEMENT CONTROL SYSTEM SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 PH: 276-386-6521 FAX: 276-386-9198 ISSUE DATE 06/8/2018

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL SKOKIE-MORTON GROVE SCHOOL DISTRICT 69 REQUEST FOR PROPOSAL Skokie-Morton Grove District 69 will accept sealed proposals for: Audit Services Submit your proposals to the attention of: Mr. Justin Attaway,

More information

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS CLOSING TIME: RFP S ARE DUE NOT LATER THAN 10:00 A.M. ON January 30, 2017 200 N. 12 th STREET CORSICANA,

More information

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

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

More information

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

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017 COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT Date of Issue: September 25, 2017 Due Date for Proposal: October 6, 2017 COUNTY OF WISE, VA REQUEST

More information

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM Invitation to Bid 20150224 RFP-VISITOR MANAGEMENT SYSTEM Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin,

More information

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1 CAO Contract Log # COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2015 - Edition 1 THIS CONTRACT is made and entered into this day of, 20, by and between the COUNTY OF MARIN, hereinafter referred to as

More information

Columbia Public Schools Columbia, Missouri

Columbia Public Schools Columbia, Missouri FOR THE S Columbia Public Schools Columbia, Missouri RFP # C-10025 Invitation For Request For Proposal THIRD PARTY ADMINISTRATOR TO MANAGE THE SCHOOL DISTRICT ADMINISTRATIVE CLAIMING and ADMINISTRATION

More information

PLEASANTVILLE HOUSING AUTHORITY

PLEASANTVILLE HOUSING AUTHORITY PLEASANTVILLE HOUSING AUTHORITY REQUEST FOR PROPOSALS/QUOTES - PROFESSIONAL SERVICES FEE ACCOUNTANT SUBMISSION DATE: Insert Date PUBLIC NOTICE FOR REQUEST FOR PROPOSALS/QOUTE - PROFESSIONAL SERVICE CONTRACT

More information

PROPOSAL REQUEST. Sumner County Sheriff s Office

PROPOSAL REQUEST. Sumner County Sheriff s Office PROPOSAL REQUEST Mobile In-Car Camera Systems for use in Patrol Vehicles For the Sumner County Sheriff s Office Sumner County Government Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

More information

PROPOSAL REQUEST For Scanners and Printers. For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

PROPOSAL REQUEST For Scanners and Printers. For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE PROPOSAL REQUEST For Scanners and Printers For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Gallatin, Tennessee Bid# 16-150223 February, 2015 Introduction Sumner

More information

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee PROPOSAL REQUEST Type I and Type II Ambulances For the Sumner County Emergency Medical Services Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 34-130717 July, 2013 Introduction

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 PowerSchool and Database Services Support Proposals must be received no later than 3:00 p.m. January 17, 2018 North Country Supervisory Union Attn:

More information

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address)address): Orig A701-1997 THE OWNER: (Name, legal status and address)(name and address): THE ARCHITECT:

More 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

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

Invitation to Bid (ITB) for Athletic Trainers Services

Invitation to Bid (ITB) for Athletic Trainers Services Board of Education 157 W. Washington Street West Chicago, IL 60185 Invitation to Bid (ITB) for Athletic Trainers Services The Board of Education of is accepting sealed bids for Athletic Trainer Services.

More information

REQUEST FOR PROPOSALS (RFP)

REQUEST FOR PROPOSALS (RFP) Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR PROPOSALS (RFP) BIO MEDICAL WASTE DISPOSAL SERVICES University of Maine System RFP # 45-14 ISSUE DATE: June 30, 2014

More information

SUU Contract for Workshops and Entertainment

SUU Contract for Workshops and Entertainment SUU Contract for Workshops and Entertainment 1. PARTIES: This contract is between Southern Utah University, an institution of higher education of the State of Utah located at 351 West University Boulevard,

More information

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/ Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR 72201 Phone 501/ 340-8390; Fax 501/ 340-8352 RFP #: RFP-17-005 REQUEST FOR PROPOSAL for FORENSIC AUDIT YORKWOOD IMPROVEMENT

More 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

REQUEST FOR PROPOSAL AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date May 27, 2015

REQUEST FOR PROPOSAL AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date May 27, 2015 REQUEST FOR PROPOSAL AUDIT SERVICES Cumberland Mountain Community Services Board RFP#: AUDIT2015-2017 Issue Date May 27, 2015 Cumberland Mountain Community Services requests qualified independent certified

More information

Knox County Government and Strategic Equipment and Supply

Knox County Government and Strategic Equipment and Supply Knox County Government and Strategic Equipment and Supply This Contract made and entered into this day of, 2010 by and between Knox County Schools, on behalf of Knox County Government, through its governing

More information

Request for Proposal. RFP # Recreation T-Shirts

Request for Proposal. RFP # Recreation T-Shirts County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-1212-1 This procurement is governed

More information

REQUEST FOR BIDS (RFB)

REQUEST FOR BIDS (RFB) Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS (RFB) UMAINE TODAY MAGAZINE University of Maine RFB # 18-14 ISSUE DATE: December 19, 2013 BIDS MUST BE RECEIVED

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. Professional Services for Insurance Management. REQUEST FOR PROPOSAL DATE: April 1, 2014

REQUEST FOR PROPOSAL. Professional Services for Insurance Management. REQUEST FOR PROPOSAL DATE: April 1, 2014 REQUEST FOR PROPOSAL Professional Services for Insurance Management REQUEST FOR PROPOSAL DATE: April 1, 2014 PROPOSALS DUE NLT: 3:00 pm, April 25, 2014 RFP # 1401048050A RFP# 1401048050A Insurance Management

More information

PROPOSAL REQUEST NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office

PROPOSAL REQUEST NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office PROPOSAL REQUEST 20160621-01 NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office SUMNER COUNTY BOARD OF EDUCATION SUMNER COUNTY, TENNESSEE Purchasing Staff Contact:

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

REQUEST FOR PROPOSAL (RFP) ARCHITECTURAL & DESIGN SERVICES FOR RAWLINGS LIBRARY SPACE PLANNING & INTERIOR RENOVATION

REQUEST FOR PROPOSAL (RFP) ARCHITECTURAL & DESIGN SERVICES FOR RAWLINGS LIBRARY SPACE PLANNING & INTERIOR RENOVATION REQUEST FOR PROPOSAL (RFP) ARCHITECTURAL & DESIGN SERVICES FOR RAWLINGS LIBRARY SPACE PLANNING & INTERIOR RENOVATION REQUEST FOR PROPOSAL DATE: February 16, 2018 PROPOSALS DUE Not Later Than: 3:00PM (Mountain

More information

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK MAY 1, 2018 Effective Date: January 1, 2019 1 Introduction A. Overview and Reason for Competitive Request for Proposal Overland Park, Kansas

More information

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16. Tennessee Technological University Date: 10/25/2016 Purchasing Office Contact: Emily Vaughn P. O. Box 5144, 1 William L. Jones Dr., Ste. 301 Phone: 931-372-3566 Cookeville, TN 38505-0001 Email: evaughn@tntech.edu

More information

INFORMATION FOR BID. Tee Shirts (School Nutrition)

INFORMATION FOR BID. Tee Shirts (School Nutrition) BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time

More information

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK CITY OF MOBILE REQUEST FOR PROPOSALS RFP: 2018-006 FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK The City of Mobile is seeking proposals for the operation of food concession stands,

More 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

Network Cabling Upgrade/Renovation. Request for Proposal

Network Cabling Upgrade/Renovation. Request for Proposal Network Cabling Upgrade/Renovation Request for Proposal Contents 1 Administrative Overview... 4 1.1 Objectives... 4 1.2 Communication... 4 1.3 Schedule of RFP Activities... 4 1.4 Questions Regarding this

More information

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas REQUEST FOR PROPOSAL CONCESSION OPERATIONS for The City of Sherman, Texas Prepared By: City of Sherman Finance Department 405 N. Rusk St. P.O. Box 1106 Sherman, Texas 75091-1106 Craig Long Budget Analyst

More information

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional firms licensed in

More information

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL Request for Proposals (RFP) SAU #44 and the Nottingham School District REQUEST FOR PROPOSAL ( RFP ) RFP NOTT 05-17 INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL SAU #44 and the Nottingham School District

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

More information

KELTY TAPPY DESIGN, INC.

KELTY TAPPY DESIGN, INC. KELTY TAPPY DESIGN, INC. ARCHITECTURE PLANNING URBAN DESIGN FURNITURE BID DOCUMENTS LAGRANGE COUNTY PUBLIC LIBRARY Introduction Thank you for your interest in providing furniture-related items for the

More information

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

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR MANALAPAN TOWNSHIP MONMOUTH COUNTY, NEW JERSEY Notice is hereby given that sealed proposals addressed to Rose LaFergola, RPPO/QPA, will be received on or before Friday, August 3, 2012 at 11:00 am at which

More information

REQUEST FOR PROPOSAL RFP #14-03

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

More information

Invitation to Bid CO WIRE BASKETS. Sumner County Sheriff s Office /Jail

Invitation to Bid CO WIRE BASKETS. Sumner County Sheriff s Office /Jail Invitation to Bid 20181101-CO WIRE BASKETS Sumner County Sheriff s Office /Jail Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport

More information

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS Except as otherwise provided on the face of this Purchase Order or Supply Contract (the Order ) which is attached hereto, the parties agree

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR PROPOSALS CONSULTING AND MARKETING SERVICES FOR A REPUTATIONAL / IMAGE CAMPAIGN for the University of Maine System

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

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Issue Date: March 28, 2013 Responses due: April 18, 2013, 4:00 p.m. Pacific Local Time REQUEST FOR PROPOSAL I. PURPOSE OF REQUEST The

More information

EAU CLAIRE/NORTH COLUMBIA DEVELOPMENT CORPORATION (ECDC) REQUEST FOR PROPOSAL (RFP)

EAU CLAIRE/NORTH COLUMBIA DEVELOPMENT CORPORATION (ECDC) REQUEST FOR PROPOSAL (RFP) EAU CLAIRE/NORTH COLUMBIA DEVELOPMENT CORPORATION (ECDC) REQUEST FOR PROPOSAL (RFP) RFP 20160415 - INTERIOR PAINTING SERVICES AND SUPPLIES April 5, 2016 The Eau Claire/North Columbia Development Corporation

More information

Carrier Agreement Packet

Carrier Agreement Packet Revision 12/8/2017 02:17PM Carrier Agreement Packet Information carrier must submit to broker: 1) Completed W-9 (must be Revision 2014 or Later) 2) Copy of Carrier Transport Authority 3) Certificate of

More information

HOUSING DEVELOPMENT DIVISION Request for Quotation (RFQ) for Rehabilitation Construction Contract

HOUSING DEVELOPMENT DIVISION Request for Quotation (RFQ) for Rehabilitation Construction Contract HOUSING DEVELOPMENT DIVISION Request for Quotation (RFQ) for Rehabilitation Construction Contract To Prospective Respondents: You are invited to submit a quote for the rehabilitation of the property listed

More information

STATEMENT OF BIDDER'S QUALIFICATIONS

STATEMENT OF BIDDER'S QUALIFICATIONS STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate

More information

CHRONIC CARE MANAGEMENT SERVICES AGREEMENT

CHRONIC CARE MANAGEMENT SERVICES AGREEMENT CHRONIC CARE MANAGEMENT SERVICES AGREEMENT THIS CHRONIC CARE MANAGEMENT SERVICES AGREEMENT ("Agreement ) is entered into effective the day of, 2016 ( Effective Date ), by and between ("Network") and ("Group").

More information

PROPOSAL REQUEST. Sumner County Emergency Medical Service

PROPOSAL REQUEST. Sumner County Emergency Medical Service PROPOSAL REQUEST Mechanical CPR Device For the Sumner County Emergency Medical Service SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 20180801-CO July 2018-June 2019 Introduction Sumner County

More information

Request for Proposal Internet Access

Request for Proposal Internet Access Philadelphia/Neshoba County Public Library Request for Proposal Internet Erate Funding Year July 1, 2015 through June 30, 2016 REQUEST FOR PROPOSAL Internet Philadelphia/Neshoba County Public Library January

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS RFP Number: 2017ICFMHMQIDPSvcs Issue Date: December 10, 2017 Title: QUALIFIED INTELLECTUAL DISABILITY PROFESSIONAL (QIDP) SERVICES FOR AN INTERMEDIATE CARE FACILITY- Mount Hermon

More information

SOMERSET COUNTY INSURANCE COMMISSION

SOMERSET COUNTY INSURANCE COMMISSION SOMERSET COUNTY INSURANCE COMMISSION REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES The Somerset County Insurance Commission ( Commission ) is soliciting proposals through a fair and open process in accordance

More information

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 a REPLACEMENT STEPS FOR WILLIAM CHRISMAN RFP# 2019-PUR-038 PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 Please mark your sealed envelope RFP #2019-PUR-038 Proposal and deliver

More information

REQUEST FOR PROPOSAL FOR:

REQUEST FOR PROPOSAL FOR: REQUEST FOR PROPOSAL FOR: Early Childhood Initiative Project Evaluator White Mountains Community College-Berlin, NH WMC15-03 PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236

More information

REQUEST FOR PROPOSAL FOR: FIRE ALARM PANEL & LIFE SAFETY EQUIPMENT SERVICE

REQUEST FOR PROPOSAL FOR: FIRE ALARM PANEL & LIFE SAFETY EQUIPMENT SERVICE REQUEST FOR PROPOSAL FOR: FIRE ALARM PANEL & LIFE SAFETY EQUIPMENT SERVICE NHTI Concord s Community College NHTI14-75 PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for NHTI

More information

REQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386

REQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386 2626 Courtland Street Duluth, MN 55806-1894 phone 218.722.3336,fax 218.727.7471, www.wlssd.com Western Lake Superior Sanitary District REQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386

More information