FORMAL INVITATION FOR BEST VALUE BID (BVB) THREE YEAR CONTRACT FOR SECURITY SERVICES ADDENDUM 4
|
|
- Abel Welch
- 6 years ago
- Views:
Transcription
1 SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Clifford Gorman Date Issued: April 28, 2016 BID NO.: FORMAL INVITATION FOR BEST VALUE BID (BVB) THREE YEAR CONTRACT FOR SECURITY SERVICES ADDENDUM 4 Sealed bids, one (1) Original and seven (7) copies, addressed to the Purchasing Director, San Antonio Water System, 2800 US Hwy 281 North, Administration Bldg., 5 th Floor, San Antonio, TX will be received until 3:00 p.m., May 3, 2016 and then publicly opened and read aloud for furnishing materials or services as described herein below, The San Antonio Water System Purchasing Department is willing to assist any bidder(s) in the interpretation of bid provisions or explanation of how bid forms are to be completed. Assistance may be received by visiting the Purchasing Office in the SAWS Main Office, 2800 US Hwy 281 North, San Antonio, TX 78212, or by calling (210) (Contractor s Insurance Requirements Attached) (Performance Bond Required) (Payment Bond Required) This invitation includes the following: Invitation for Best Value Bids Terms and Conditions of Invitation for Bids Specifications and General Requirements Price Schedule The undersigned, by his/her signature, represents that he/she is authorized to bind the Bidder to fully comply with the Specifications and General Requirements for the amount(s) shown on the accompanying bid sheet(s). By signing below, Bidder has read the entire document and agreed to the terms therein. Signer s Name: Firm Name: (Please Print or Type) Address: Signature of Person Authorized to Sign Bid City, State, Zip Code: Address: Telephone No.: Fax No.: Please complete the following: Prompt Payment Discount: % days. (If no discount is offered, Net 30 will apply.) Please check the following blanks which apply to your company: Ownership of firm (51% or more): Non-minority Hispanic African-American Other Minority (specify) Female Owned Handicapped Owned Small Business (less than $1 million annual receipts or 100 employees) Indicate Status: Partnership Corporation Sole Proprietorship Other (specify) Tax Identification Number: To report suspected ethics violations impacting the San Antonio Water System, please call Page 1 of 9
2 This addendum is being issued to provide clarifications, corrections and to answer questions received during the mandatory pre-bid meetings as well as questions received via . All other terms conditions and specifications remain unchanged. This addendum should be returned with your bid submittal. Page 17 Minimum Requirements: Item 1 and 2. Currently reads: This documentation must be included behind TAB 3. Is being revised to read: This documentation must be included behind TAB 4. Page Non-Performance Currently reads: Upon the occurrence of any of the following acts of non-performance listed below, SAWS will adjust the contractor's billing downward to reflect the reduced value of billed services as follows: paragraphs deduct $ per incident; paragraph deduct $ per incident; paragraph deduct $ per incident. Determination of the validity of the infraction shall be determined by SAWS Security, based upon observation/information provided by others or observed personally by security staff or made available by others or resulting from an audit. The contractor shall be provided written notice that SAWS is initiating the deductions from the normal invoice. Is being revised to read: Upon the occurrence of any of the following acts of non-performance listed below, SAWS will adjust the contractor's billing downward to reflect the reduced value of billed services as follows: paragraphs deduct $ per incident; paragraph deduct $ per incident; paragraph deduct $ per incident. Determination of the validity of the infraction shall be determined by SAWS Security, based upon observation/information provided by others or observed personally by security staff or made available by others or resulting from an audit. The contractor shall be provided written notice that SAWS is initiating the deductions from the normal invoice. Holiday Schedule Below is a list of approved SAWS holiday schedule for Note: SAWS holiday schedule changes annually. Awarded contractor will be advised of annual holiday schedule once it has been approved. New Year's Day - Friday, Jan. 1 Martin Luther King Jr. Day - Monday, Jan. 18 Fiesta San Jacinto - Friday, April 22 Memorial Day - Monday, May 30 Independence Day - Monday, July 4 Labor Day - Monday, Sept. 5 Thanksgiving Day - Thursday, Nov. 24 Day after Thanksgiving - Friday, Nov. 25 Christmas Eve (observed) - Monday, Dec. 26 Christmas Day (observed) - Tuesday, Dec. 27 Christmas Holiday - Wednesday, Dec. 28 New Year's Eve (observed) - Thursday, Dec. 29 New Year s Day (observed) - Friday, Dec. 30 Bid , Three Year Contract for Security Services, Addendum Page 2 of 9
3 Questions received and responses to questions. 1. Who is the current incumbent? A. U.S. Security Associates 2. When were they awarded the contract? A. August 3, Estimated usage (number of hours) of prior contract? A. Approximately 80,000 hours a year. 4. Estimated number of hours for this contract? A. It s in the Best Value Bid. 5. What is the current bill rate? A. The current bill rate is irrelevant, as we have increased the required guards minimum pay rate. 6. What was the previous bill rate? A. The current bill rate is irrelevant, as we have increased the required guards minimum pay rate. 7. What type of vehicle were used for the last contract? What type of vehicle are required for this contract? A. Jeep Compass, Ford Ranger. Any type of vehicle that is street legal and in good working condition. 8. How often/how many times have you assessed liquidated damages, if applicable? A. Performance on current contract has no bearing on new contractors response to this Best Value Bid. Bid outlines when liquidated damages will be accessed. 9. What was the estimated budget for the previous contract? A. $1.2 Million 10. Section 17.6 Contractor Furnished Items, states that the contractor will furnish All vehicles Bicycles, UTVs / Golf Carts, but it does not give us (the contractor) any specifics like: number of vehicles needed, make / model of the vehicles, if there are any mileage limitations the same (where appropriate) with bicycles and golf carts. Also, is there any mandatory equipment required in the vehicles? Are there any requirements for what is deemed to be Clearly Marked? The vehicles have to be able to perform the job reliably, there are no mileage restrictions. Clearly marked means company name Acme Security should be clearly marked on the vehicle. The hours listed as mobile patrol all require a street legal vehicle. At this time there are no other types of vehicles required for the contract other than motor vehicles. However, in the future we may determine or you may suggest that the addition of bicycle and or golf cart patrols would better provide for Page 3 of 9
4 securing our facilities so we have included pricing for that option. 11. On page 12 of 68, In addition to those hours detailed above, contractors may be required to schedule coverage for vacations, holidays, unscheduled absences or other unplanned occurrences, are we allowed to charge them at time and one-half for these changes to the normal scheduled hours? A. No, the selected security vendor must have the appropriate level staffing to cover all post as scheduled. The selected vendor must provide coverage for any unplanned absences, no show no calls, sick or vacation of their officers at the normal billing rate. 12. Can you explain "Fully Loaded Price" Does that mean an aggregated price that includes Overtime and Holiday rates? A. No, it s your bill rate. If you are paying $14.00 per hour for the guard, it includes all other costs such as profit, overhead, general and administrative expenses, training, insurance, holidays and any other appropriate expense. 13. Holiday Rates: I did not see where you want us to list a price for Holiday rates. A. Your bill rate fully loaded price covers the 11 or so holidays. A schedule will be shared with you of all SAWS holidays. 14. Communications: What do you require as a means of communication for the Guard Force? Radio or Cell Phones. A. We issues radios for SAWS communication. There is an expectation that your guards will also have a cell phone for backup communication and communication with your operations. 15. Will post training for the new contractor be alongside the incumbent? A. Yes, for a short time. 16. If the current contractor and the new contractor are working side by side for training will the incumbent guard be armed and the new contract guard unarmed? A. Yes 17. When does SAWS require drug testing of new guards? A. Before they begin working on the SAWS contract. Documentation must be retained in a file for SAWS to review. 18. What caliber firearm does SAWS require? A. Prefer 9mm and 38 special. 19. What type of ammunition does SAWS require? A. Prefer 9mm and 38 special. Page 4 of 9
5 20. How many patrol vehicles will be required? A. There will need to be four (4) vehicles available at all times. 21. Would the same points for the Small Business Minority Owned portion be allocated if we used a locally owned disabled, veteran security company as our subcontractor? A. We currently do not recognize veteran-owned or disabled veteran-owned certification. We also do not award points for a firm s locality. However, if that firm is (also) certified as a Small Business Enterprise, a Minority Business Enterprise, a Woman-owned Business Enterprise, or a Historically Underutilized Business (HUB), we will recognize any of those certifications. We recognize certification from four certifying agencies: 1. South Central Texas Regional Certification Agency 2. State of Texas Historically Underutilized Business (HUB) Program 3. Federal designation through the System for Award Management ( or the Small Business Administration 4. Southwest Minority Supplier Development Council 22. Page 14 of the RFP states, All pricing shall be enclosed in a separate sealed envelope, marked PRICING. Vendor must submit Pricing on Pricing Schedule provided in this best value bid. Page 34 states, PRICING SCHEDULE: Complete and submit Attachment D, Pricing Schedule. Place as Tab 7. Page 54 states, Do we place pricing in a separate envelope, or as Tab 7 (between Tab 6, Prior Experience/References and Tab 8, SMWB Program Compliance)? A. Pricing is to be completed on the Pricing Schedule and shall submitted in a separate sealed envelope marked pricing. 23. Page 17 of the RFP states, Bidders must provide a letter with bid from Bonding Company stating that in the event of award, bidder will be able to provide the requested Performance [and Payment] Bond. This documentation must be included behind TAB 3. Page 33 states, Bidders will provide letters from the Bonding Company stating that in the event of award, bidder will be able to provide the required Performance and Payment Bonds. Place as Tab 4. Should we place the letters in Tab 3, along with the W-9 form, or in Tab 4, between the W-9 form and Tab 5, Policies, Procedures, Training, etc? A. Letters from the bonding company should be placed behind Tab Page 32 of the RFP states, Bidder must complete, sign and submit the entire bid document, as well as, any Addendum. Does this refer to the 68-page PDF document provided, or just the fillable forms provided in Page 5 of 9
6 Attachment 3? If this refers to the entire document, may we have access to an editable version of the complete document so that we can add response pages to the PDF for ease of printing? A. The entire bid document includes the 68 page PDF document as well as all fillable forms and the scope of work that was included as a Word document. Respondents must address each of the items included as the scope of work on the word document. Additional response pages may be included here as well as the appropriate Tab that the information is relevant. 25. Can you verify if the officers used for the emergency coverage will have to meet the same background and training requirements as the assigned officers? A. Yes, they must meet the requirements of the post that is being requested and must have been trained on that post. 26. Also for reference, how often has SAWS needed emergency service coverage in the past? A. Since January of this year we have requested emergency service twenty five times. 27. Who is the current subcontractor? A. Blue Armor Security Services Inc. 28. How long has the current security provider provided services to SAWS? A. Since March of How long has the current subcontractor SMWB provided service to SAWS? A. January 2009, Blue Armor was the SMWB for CSS USA when they were awarded the contact in When US Security Associates purchased CSS USA they kept Blue Armor as the SMWB. When US Security Associates was awarded the contract outright in 2011 they kept Blue Armor for their SMWB. Blue Armor has served both companies and SAWS well as their respective SMWBs 30. Is the current subcontractor SMWB in good standing with SAWS? A. Yes. 31. How many hours per week does the current subcontractor cover (percentage of total contract)? A. The subcontractor provides approximately 19-20% of the required coverage. 32. Is there a vetting process for subcontractors under this agreement? If so, please explain. A. We expect subcontractors to meet the same requirements as the contractor. It will be the prime contractor s responsibility to vet any and all of their potential subcontractors. Prime contractor must present potential subcontractors to SAWS for approval before allowing those subcontractors to perform any services for SAWS. 33. Are SMWB s required to meet the same bid requirements as the prime contractor (Prior Experience, Financial / Operational Stability etc.)? Page 6 of 9
7 A. No, only the prime contractor has to meet those requirements. 34. Does SAWS have a preferred SMWB? A. No. 35. Are qualifying bids required to identify the name of the SMWB with bid submission? A. Yes. 36. Has the current security provider received liquidated damages penalties over the past 2 years? If so, what was the total dollar amount per year? A. Performance on current contract has no bearing on new contractors response to this Best Value Bid. Bid outlines when liquidated damages will be accessed. 37. Will there be annual limits on the total Liquidated Damage penalties assessed under the new contract? If so, what are the limits? A. No, SAWS intent is to build a relationship with the contactor and will give repeated warnings to the contractor for violations of the contract before fining. 38. Can you further explain the process for assessing Liquidated Damages? A. If the contractor is found violating a rule from the contract they may be warned or fined for the violation. After warnings have been issued and the violation continues fines may be assessed. 39. Will there be a statute of limitations on liquidated damages? A. No, there will not be a statute of limitations on assessing liquidated damages. 40. How many times has SAWS suspended the work, for what reason and for how long? A. SAWS has never suspended work by a security contractor. 41. Shall the 24 hours of on-the-job training be billable to SAWS in the hourly bill rate or as a direct passthrough cost? A. These costs need to be included in the calculation of your billing rate. 42. Shall the Specialized Annual training be billable to SAWS in the hourly bill rate or as a direct pass-through cost? A. These costs need to be included in the calculation of your billing rate. 43. Please clarify when will vendor be authorized to bill at an overtime rate for requested extra coverage? (The RFP states 12 hours or less notice, but in the pre-bid meeting it was stated 24 hours or less notice.) A. If SAWS does not give the contractor 24 hour notice of need the contractor may charge the higher bill rate until the next full shift takes over. Page 7 of 9
8 44. Please confirm the number of vehicles required. (It was stated that 5 will be required in the pre-bid meeting (4 used daily, 1 spare). A. The vehicles are used at different times, there may be only one patrol out during the day and four driving at night. The schedule and vehicle needs will be discussed with the awarded contractor. 45. What is the anticipated annual mileage for each vehicle? A. An average patrol can place miles a shift on a vehicle. 46. How many bicycles, UTVs/golf carts are currently provided? How many are expected for the new contract? A. None at this time. However we have two large campuses that could be better served with a bicycle patrol. 47. What type of uniform does SAWS prefer (Style, Type and Color)? A. We have a mix of uniforms depending on the post or situation. We have class a, class b, suits, BDUs and polos. The current contractor designed their uniform. We would rely on the awarded contractor to show us their uniform ideas. 48. What is the cost of the contractor badges and parking tags required for SAWS? What is the cost for replacement badges and parking tags? A. No cost, SAWS provides these to the awarded contractor s employees, if these items continued to be lost SAWS would probably ask that the offending officer be removed from the contract. 49. How many Full-Time Contract Security Officers are currently assigned to SAWS? A. There are currently forty nine (49) officers assigned to SAWS. 50. Of the Full-Time Contract Security Officers, how many have: a. Less than 2 years of service? b. Between 2-10 years of service? c. Greater than 10 years of service? A. Of the current full time contract security Officers there are twenty four (24) with less than two (2) years service, twenty four (24) with between two (2) and ten (10) years service and one (1) with greater than ten (10) years service. Keep in mind that SAWS will not approve some of the officers listed above for future service. 51. Please explain how SAWS will determine if a bidder has the financial resources to provide the services described in this bid? A. SAWS will perform an objective financial analysis of the Income Statement, Balance Sheet and Statement of Cash Flow provided by the respondent. Profit margin, Working Capital, Current Ratio and Free Cash Flow will be evaluated. 52. Are resumes ONLY required for supervisory personnel or for everyone? A. Resumes are required for supervisory personnel only. Page 8 of 9
9 53. Please clarify your criteria for Best Value Bid Submission Requirements. A. This information is included in the bid document beginning on page 32 of In review of the BID NO.: , Best Value Bid for Security Services, pages 9 & 10 of 14 of Addendum 3 references Groups 1-3 Facility Guard Services, Mobile Patrol and Additional Services As Requested. Regarding the tiered compensation on the pricing schedule of all positions, we are requesting clarity on the pricing or minimum pay rates of positions and tenure. For example, do the existing Officers that are retained at the contract "grand-father" their time, i.e., less than 2 years, 2-10 years, and more than 10 years SAWS Service (p. 30 of 68, RFP)? A. Yes, the years of service at SAWS of any of the current Security Officers that are retained by the new contractor are grand-fathered into the calculation for their minimum base pay rate. 55. Additionally, p. 12 of 14 of Addendum 3 request the use of sub-contracting Minority owned businesses. For clarification purposes, as a Minority owned business, are we required to complete this information with the intent or requirement to use other Minority owned businesses as well? A. All respondents must complete the Good Faith Effort Plan regardless of their SMWB status or even if they will be using SMWB subcontractors. It is not a requirement of this bid that a respondent be certified as an SMWB business or that they use SMWB subcontractors. However, proposals that approach and or meet the aspirational SMWB participation goals will receive up to 15 points towards the score for that criteria. Page 9 of 9
SAN ANTONIO WATER SYSTEM BIENNIAL BEST VALUE BID FOR SECURITY SERVICES ADDENDUM NO. 1
Page No. 1 No. Pages 10 Date June 17, 2011 FORMAL INVITATION, BID Sealed bids addressed to the Purchasing Director, San Antonio Water System, 2800 US Hwy 281 North, P. O. Box 2449, San Antonio, TX 78298-2449
More informationSAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT
SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Joseph Ramon Date Issued: February 14, 2014 BID NO.: 14-8073 FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR ELECTRIC MOTOR REPAIR SMALL MOTORS
More informationSAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT
SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Clifford Gorman Date Issued: January 22, 2014 BID NO.: 14-14005 FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR LAWN MAINTENANCE SERVICES FOR NON-ESCORT
More informationEvaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.
REQUEST FOR PROPOSALS To Provide Armored Car Services Notice is hereby given that sealed proposals will be received at the Finance Department, until May 9, 2013 at 2:00 p.m., local time to provide Armored
More informationPlease take note that the above referenced Request for Bid is amended as follows:
Dallas County Community College District Purchasing Department 4343 IH-30 Mesquite, Texas 75150-2018 February 21, 2018 ADDENDUM NO. 1 BID NO. 12433 SECURITY GUARD SERVICES Opening Date: February 28, 2018
More informationREQUEST FOR PROPOSAL FOR: Campus Safety and Security GBC Great Bay Community College
REQUEST FOR PROPOSAL FOR: Campus Safety and Security GBC14-12 Great Bay Community College PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for Great Bay Community College for
More informationJEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent
JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent 6550 Walden Rd., Beaumont, Texas 77707 Phone: 409-842-1818 Fax: 409-842-2729 Legal Notice Advertisement
More informationSAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BIDS CONTRACT FOR MOVING SERVICES ADDENDUM NO. 2
SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Yvonne Torres Date Issued: May 14, 2012 BID NO.: 12-1241 FORMAL INVITATION FOR BIDS CONTRACT FOR MOVING SERVICES ADDENDUM NO. 2 Sealed bids addressed
More informationSAN 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 informationREQUEST FOR PROPOSAL FOR: Bid #MCC19-03 Rubber Flooring Tile and Installation Manchester Community College
REQUEST FOR PROPOSAL FOR: Bid #MCC19-03 Rubber Flooring Tile and Installation Manchester Community College PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for Manchester Community
More informationHVAC Remodel Second Floor North Center Building
Invitation For Bid 01/02-08 Purchasing Services HVAC Remodel Second Floor North Center Building ISSUE DATE: 8:00 a.m., Wednesday, December 5, 2001 MANDATORY PRE-BID MEETING: 10:00 a.m., Wednesday, December
More informationRFP # Unarmed Security Guard Services. Addendum #1 Date issued and released, March 9, 2018
RFP #18-004 Unarmed Security Guard Services Addendum #1 Date issued and released, March 9, 2018 Announcement CCGS Address Change: In the RFP 1801 Harrison Street 1 st Floor Oakland, CA 94612 is listed
More informationBID PROPOSAL. PROPOSAL OF, a corporation, a partnership consisting of. an individual doing business as
Job No. 07-7003 Water Transmission Main Rogers Ranch to I.H. 10 Project Solicitation No. B-10-050-DD BID PROPOSAL PROPOSAL OF, a corporation, a partnership consisting of an individual doing business as
More informationCITY 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 informationREQUEST 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 informationChampaign Park District: Request for Bids for Playground Surfacing Mulch
May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be
More informationCITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM
PUR960 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HVAC System Maintenance and Repair MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM The City of Rock Hill, South Carolina is seeking
More informationTOWN OF LAKEVILLE, MASSACHUSETTS INVITATION FOR BIDS FUEL NO. 2 OIL
TOWN OF LAKEVILLE, MASSACHUSETTS INVITATION FOR BIDS FUEL NO. 2 OIL The Town of Lakeville, Massachusetts is seeking bids on fuel for its various Town facilities as follows. Bids may be submitted on any
More informationREQUEST FOR PROPOSALS FLOOD DEBRIS REMOVAL
REQUEST FOR PROPOSALS 19-409-01 FLOOD DEBRIS REMOVAL INTENT: It is the Intent of this Request for Proposal to solicit competitive sealed proposals for debris removal caused by local flooding event. The
More informationCITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL
PUR939 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CONSTRUCTION OF THREE NEW HOMES AT VILLAGE AT ARCADE MILL MANDATORY PRE-BID MEETING: 8:30 A.M. MAY 31, 2018 The City of Rock Hill, South Carolina
More informationSAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR TRASH CAN LINERS
SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Clifford Gorman Date Issued: April 22, 2013 BID NO.: 13-6035 FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR TRASH CAN LINERS Sealed bids addressed
More informationREQUEST FOR PROPOSAL FOR:
REQUEST FOR PROPOSAL FOR: Early Childhood Initiative Project Evaluator White Mountains Community College-Berlin, NH WMC15-03 PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract
More informationCOWLEY 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 informationMobile and Stationary Security Patrol Services
Request for Proposals Mobile and Stationary Security Patrol Services The Redevelopment Agency of the City of San Jose Submittals Due: May 28, 2008 3:00 PM (pacific daylight time) San Jose Redevelopment
More informationSolicitation No. B RA 2010 Concrete Placement Work Order Construction Contract Package No. 2 PROPOSAL. PROPOSAL OF, a corporation a
Solicitation No. B-09-071-RA 2010 Concrete Placement Work Order Construction Contract Package No. 2 PROPOSAL PROPOSAL OF, a corporation a partnership consisting of and an individual doing business as TO
More informationNORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217
NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217 Request for Competitive Sealed Proposals will be received in the Office of the Executive Director of Procurement & ecommerce
More informationREQUEST FOR PROPOSALS RFP # ELECTRIC SUPPLY & SERVICES FROM RETAIL ELECTRIC PROVIDERS
REQUEST FOR PROPOSALS The is soliciting sealed Request for Proposals; hereinafter referred to as RFP, to be received by the City Secretary s Office located at 415 W. University Drive, Edinburg, Texas 78541.
More informationSAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BIDS PURCHASE AND DELIVERY OF 150HP SUBMERSIBLE PUMP
SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Karen Guerrero Date Issued: June 6, 2013 BID NO.: 13-1455 FORMAL INVITATION FOR BIDS PURCHASE AND DELIVERY OF 150HP SUBMERSIBLE PUMP Sealed bids
More informationREQUEST FOR BID PROPOSALS
REQUEST FOR BID PROPOSALS FOR EASTERN OREGON TRADE AND EVENT CENTER PROJECT BID ISSUANCE #8 LANDSCAPING AND IRRIGATION Hermiston, Oregon February 12, 2016 Eastern Oregon Trade and Event Center BID ISSUANCE
More informationGENERAL CLAUSES AND CONDITIONS
INVITATION TO BID (ITB) NO. I035-2018 CLOSING DATE AND TIME: DECEMBER 12, 2017-2:00 P.M. ANNUAL TESTING SERVICES FOR POLICE ENTRANCE EXAMS BIDS SHALL BE SUBMITTED ON THIS FORM The City of Mesquite, Texas,
More informationHousing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend
HDC124 Housing Development Corporation of Rock Hill Request for Proposal CONSTRUCTION OF THREE NEW HOMES Cottages at Southend MANDATORY PRE-BID MEETING: 10 a.m. Wednesday, February 28, 2018 The Housing
More informationSNOW REMOVAL. River Valley Community College - Keene Academic Center
RVC15-04 REQUEST FOR PROPOSAL FOR: SNOW REMOVAL River Valley Community College - Keene Academic Center PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for River Valley Community
More informationPHILADELPHIA GAS WORKS Security Services RFP # Questions & Answers June 29, 2015
QUESTIONS ANSWERS Q1 Section 2.5.2 How can bidders gain the intimate knowledge of post operations and duties which would be necessary to submit proposed SOPs and Post Orders along with their proposals?
More informationTHIS QUOTATION # SHOULD BE REFERENCED ON ALL MAILING LABELS, ENVELOPES, AND OTHER CORRESPONDENCE.
MISSOURI DEPARTMENT OF TRANSPORTATION INFORMAL QUOTE GUIDELINES AND DOCUMENTATION FOR PURCHASES FROM $3,000 TO $24,999.99 THIS IS NOT AN ORDER REQUEST FOR QUOTATION It is the vendor s responsibility to
More informationSAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT
SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Clifford Gorman Date Issued: June 24, 2013 BID NO.: 13-1488 FORMAL INVITATION FOR BIDS FOR PRESSURE WASHING, SEALING AND PAINTING AT MISSION SERVICE
More informationTOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park
TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park Issued By: Town Manager 3150 Southwest 52 nd Avenue Pembroke Park,
More informationREQUEST FOR PROPOSAL (RFP) CONSTRUCTION MANAGER-AT-RISK LAKE TRAVIS HIGH SCHOOL - PERFORMING ARTS CENTER (PAC) and FIRST FLOOR OF C-WING RENOVATIONS
LTISD PURCHASING DEPARTMENT 16101 HWY 71, BLDG B AUSTIN, TX 78738 February 14, 2018 REQUEST FOR PROPOSAL (RFP) CONSTRUCTION MANAGER-AT-RISK LAKE TRAVIS HIGH SCHOOL - PERFORMING ARTS CENTER (PAC) and FIRST
More informationMotor Grader Packer-Roller. Bids Due and Opening Monday, March 26, 2018 Time: 2:00 p.m.
INVITATION TO BID Bid Package Montrose County Bids Due and Opening Monday, March 26, 2018 Time: 2:00 p.m. Location Montrose County Road and Bridge Office 949 N. 2 nd Street Montrose, CO 81401 1 General
More informationLisa Alderson, Contracts and Procurement Supervisor
TO: FROM: Prospective Offerors Lisa Alderson, Contracts and Procurement Supervisor SUBJECT: Addendum No. 2 Request for Proposals P38-160 DATE: July 18, 2018 This addendum provides responses to prospective
More informationVALLEY VIEW INDEPENDENT SCHOOL DISTRICT REQUEST FOR COMPETITIVE SEALED PROPOSAL DISTRICT-WIDE SECURITY GUARD SERVICES CSP#
Valley View Independent School District (VVISD) is soliciting proposals from professional companies ( Respondents ) for selection of District-Wide Security Guard Services, in accordance with the terms,
More informationREQUEST FOR PROPOSAL FOR: Lakes Region Community College's Emergency Medical Services Curriculum Management
LRC13-16 REQUEST FOR PROPOSAL FOR: Lakes Region Community College's Emergency Medical Services Curriculum Management Lakes Region Community College, Laconia, NH PURPOSE: The purpose of this REQUEST FOR
More informationREQUEST FOR PROPOSALS (RFP) FOR Business Insurance Broker Services/ Agent of Record
REQUEST FOR PROPOSALS (RFP) FOR Business Insurance Broker Services/ Agent of Record Schedule ACTIVITY DATE RFP Release Date Monday, February 23, 2015 Questions submittal deadline Friday, March 6, 2015
More informationSample 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 informationCITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE. September 2, 2015 at 2:00 p.m.
PUR666 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE September 2, 2015 at 2:00 p.m. The City of Rock Hill, South Carolina is seeking competitive bids from qualified firms to provide
More informationSOLICITATION, OFFER AND AWARD (Construction, Alteration, or Repair)
SOLICITATION, OFFER AND AWARD (Construction, Alteration, or Repair) 1. SOLICITATION NO. 2. TYPE OF SOLICITATION 3. DATE ISSUED PAGE OF PAGES SEALED BID (IFB) 01 of 089 VA-101-10-RP-0130 09/10/2010 X NEGOTIATED
More informationBROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid WD Motor Grader 2018 Boom Mower (Shredder)
BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE Specifications for Bid 2018 6WD Motor Grader 2018 Boom Mower (Shredder) Deadline Date March 13, 2018 at 3:00PM (956) 831-4592
More informationRequest for Qualifications Number 1470 General Construction Services
RICHARDSON INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 970 Security Row Richardson, TX 75081 Request for Qualifications Number 1470 General Construction Services Richardson Independent School District
More informationREQUEST 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 informationCITY OF HONDO, TEXAS REQUEST FOR QUALIFICATIONS FOR. City Attorney/Legal Services RFQ#
CITY OF HONDO, TEXAS REQUEST FOR QUALIFICATIONS FOR City Attorney/Legal Services RFQ# 16-012 PUBLISHED DATE: FEBRUARY 11, 2016 RESPONSE DUE DATE: MARCH 11, 206 Interested vendors must submit a RESPONSE
More informationCITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.
PUR884 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE September 6, 2017 at 2:00 p.m. The City of Rock Hill, South Carolina is seeking competitive proposals from qualified
More informationRequest 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 informationREQUEST FOR PROPOSAL FOR: Provide Door Lock Repair, Service & Material
REQUEST FOR PROPOSAL FOR: Provide Door Lock Repair, Service & Material NHTI Concord s Community College NHTI14-70 PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for NHTI Concord
More informationBID MACON BUSINESS IMPROVEMENT DISTRICT UNARMED SECURITY GUARD SERVICES REQUEST FOR PROPOSAL I SUPPORT A CLEAN & SAFE DOWNTOWN
BID I SUPPORT A CLEAN & SAFE DOWNTOWN MACON BUSINESS IMPROVEMENT DISTRICT UNARMED SECURITY GUARD SERVICES REQUEST FOR PROPOSAL RESPOND TO: NewTown Macon BID Management, LLC c/o NewTown Macon, Inc. Attn:
More informationCity 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 informationInvitation to Bid For Printing PIKEPASS Fulfillment Folders (ITB # )
1 INTRODUCTION: Oklahoma Turnpike Authority 3500 Martin Luther King Ave. Oklahoma City, OK 73111 Invitation to Bid For Printing PIKEPASS Fulfillment Folders (ITB #2017-003) The Oklahoma Turnpike Authority
More informationMANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding
PUR413 May 22, 2013 MANDATORY PRE-BID MEETING JUNE 06, 2013 VEGETATION Center Grinding Time: We are pleased to invite your company to a mandatory pre-bid meeting on June 06, 2013 @ 10:00 A.M. SHARP! Late
More informationPRINCE GEORGE S COMMUNITY COLLEGE 301 Largo Road Largo, Maryland 20774
PRINCE GEORGE S COMMUNITY COLLEGE 301 Largo Road Largo, Maryland 20774 REQUEST FOR PROPOSAL #16-07 AUDITING SERVICES January 8, 2016 Submit Sealed Competitive Proposals to: Office of Procurement and Contracting
More informationBROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone
BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE Specifications for Bid Crushed Limestone Deadline Date January 15, 2019 3:00 pm (956) 831-8273 Fax (956) 831-5106 1000 Foust
More informationEXHIBIT H FOR OFFICE OF FACILITIES PLANNING AND CONSTRUCTION (OFPC) MANAGED PROJECTS ONLY
THE UNIVERSITY OF TEXAS SYSTEM ADMINISTRATION JANUARY 1, 2016 EXHIBIT H FOR OFFICE OF FACILITIES PLANNING AND CONSTRUCTION (OFPC) MANAGED PROJECTS ONLY POLICY ON UTILIZATION HISTORICALLY UNDERUTILIZED
More informationDocument 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 informationOFFICE OF PROCUREMENT AND CONTRACTING 301 Largo Road, Largo Maryland
OFFICE OF PROCUREMENT AND CONTRACTING 301 Largo Road, Largo Maryland 20774-2199 REQUEST FOR PROPOSAL #18-02 EMPLOYEES BASIC LIFE, ACCIDENTAL DEATH AND DISABILITY Addendum No. 2 Issued: Monday, October
More informationMARCH M T W T F S S
0 00 JANUARY 0 0 0 FEBRUARY 0 0 MARCH 0 0 0 JANUARY 0 0 0 FEBRUARY 0 0 MARCH 0 0 0 APRIL 0 0 0 MAY 0 0 0 JUNE 0 0 0 APRIL 0 0 0 MAY 0 0 0 JUNE 0 0 0 JULY 0 0 0 AUGUST 0 0 0 SEPTEMBER 0 0 0 JULY 0 0 0 AUGUST
More information33/ Summary. 1. Introduction Futures. International. Total Return. Return Index. Index. Trading
NYSE LIFFE U. S. NOTICE No. 33/20100 ISSUE DATE: December 27, 20100 EFFECTIVE DATE: January 1, 2011 NYSE Liffe U.S.- 2011 Exchange Holiday Calendar. Summary This Notice announces the trading days and Exchange
More informationINSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS. HCPS STANDARDS DOCUMENT. No.: APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL
INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS HCPS STANDARDS DOCUMENT. No.: 01000 APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL DATE OF ISSUE: 04-07-14 Revised to increase custodial overtime
More informationInvitation To Bid. for
PLYMOUTH TOWNSHIP POLICE DEPARTMENT Thomas J. Tiderington, Chief of Police 9955 N Haggerty Rd Plymouth, MI 48170 (734) 354-3232 Invitation To Bid for TOWING SERVICES Contact: Lieutenant Daniel Kudra Phone:
More informationMARCH M T W T F S S
0 0 JANUARY 0 0 0 FEBRUARY 0 0 MARCH 0 0 0 JANUARY 0 0 0 FEBRUARY 0 0 MARCH 0 0 0 APRIL 0 0 0 JULY 0 0 0 MAY 0 0 0 AUGUST 0 0 0 JUNE 0 0 0 SEPTEMBER 0 0 0 APRIL 0 0 0 JULY 0 0 0 MAY 0 0 0 AUGUST 0 0 0
More informationINVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed
INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time
More informationRFP FOR DIGITAL AERIAL IMAGERY SOLUTIONS
RFP FOR DIGITAL AERIAL IMAGERY SOLUTIONS SUBMISSION DEADLINE: Monday, December 2, 2013-3:00 p.m. EST Official clock will be www.greenwichmeantime.com OCPA Contact: Manish Bhatt, Chief Information Officer
More informationREQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY
REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY CITY OF CONROE P.O. BOX 3066 CONROE, TEXAS 77305 RESPONSES DUE: DECEMBER 14, 2017 CITY OF CONROE PURCHASING DEPARTMENT
More informationPROPOSAL FOR STREET SWEEPING SERVICES
840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2017-2018 STREET SWEEPING SERVICES BID OPENING: Thursday, April 27, 2017 at 10:00 a.m. BOARD OF COUNTY
More informationSanta Cruz Port District REQUEST FOR PROPOSALS FOR GARBAGE HAULING SERVICES
Santa Cruz Port District REQUEST FOR PROPOSALS FOR GARBAGE HAULING SERVICES The Santa Cruz Port District is seeking proposals from qualified independent contractors for: GARBAGE HAULING SERVICES BACKGROUND
More informationQUESTION and ANSWER (Posted 01/29/2016)
1 2 3 In section 6.6 of RFP No. 061-12144016-16EF you require the Bid Bond to be in the form of the attached form provided. The attached form provided is for the Performance Bond (Attachment B). Will you
More informationRFP P Security Guard Services ADDENDUM No. 1 October 20, 2017
RFP 17-057P Security Guard Services ADDENDUM No. 1 October 20, 2017 A. Clarifications 1. See attached revised Cost Proposal Form a. Corrected typo in Option Year One and Option Year Two. b. Eliminated
More informationREQUEST FOR INFORMAL BID
REQUEST FOR INFORMAL BID The State of Florida Department of Transportation request written bids to provide Landscape Fertilization and Pest Control Maintenance 12/1/2013 TO 11/30/2016. Details of the services
More informationGUILFORD 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 informationUniversity of Massachusetts Lowell. BID REQUEST Road Salt Bid # CL12-HT-0021
University of Massachusetts Lowell BID REQUEST Road Salt Bid # CL12-HT-0021 Introduction The University of Massachusetts Lowell (UMASS LOWELL) invites bids for the procurement of Road Salt University Overview
More informationOak Park School District
Oak Park School District Request for Proposals for Professional School Security Officer Services June 30, 2010 Oak Park School District Request for Proposal: Professional Security Officer Services INVITATION
More informationSNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES
INVITATION FOR BID (IFB) SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES TOWN OF LONGMEADOW MASSACHUSETTS May 16, 2012 1 INVITATION FOR BID (IFB): SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING
More informationTRINITY RIVER AUTHORITY OF TEXAS BIDDING INSTRUCTIONS
TRINITY RIVER AUTHORITY OF TEXAS BIDDING INSTRUCTIONS Items below apply to and become a part of terms and conditions of bid. Any exceptions thereto must be in writing. 1.00 REQUIREMENTS FOR SUBMITTING
More informationREQUEST FOR PROPOSAL FOR PAWTUCKET/CENTRAL FALLS STATION DISTRICT BRAND DEVELOPMENT, COMMUNICATIONS AND MARKETING STRATEGY
City of Central Falls REQUEST FOR PROPOSAL FOR PAWTUCKET/CENTRAL FALLS STATION DISTRICT BRAND DEVELOPMENT, COMMUNICATIONS AND MARKETING STRATEGY Issue Date: Monday, May 1, 2017 The submission deadline
More informationTELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1
TELEPHONE: 620/694-1970 OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO. 15-149 ADDENDUM NO. 1 July 22, 2015 TO ALL PROSPECTIVE BIDDERS: The Bid Documents for the Bid 15-149, are hereby amended
More informationREQUEST FOR PROPOSALS (RFP)
REQUEST FOR PROPOSALS (RFP) Section 1. PROJECT INTRODUCTION AND OVERVIEW 1. GENERAL OVERVIEW Las Virgenes Municipal Water District (District) provides potable water, recycled water and sanitation services
More informationNOTICE TO PROPOSERS! Questions & Answers
SOUTHWEST INDEPENDENT SCHOOL DISTRICT (SWISD) REQUEST FOR PROPOSALS FOR OCCUPATIONAL THERAPY RFP 1718-023 NOTICE TO PROPOSERS! Questions & Answers This document is intended for informational purposes only
More informationQUOTE DUE BY (DATE AND TIME): MAY 6, 2015, 1:00 P.M. C.S.T. SW AM
MISSOURI DEPARTMENT OF TRANSPORTATION INFORMAL QUOTE GUIDELINES AND DOCUMENTATION FOR PURCHASES FROM $3,000 TO $24,999.99 THIS IS NOT AN ORDER REQUEST FOR QUOTATION It is the vendor s responsibility to
More informationBID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040
INVITATION TO BID DATE ISSUED: September 27, 2017 FOR: Professional janitorial services for a contract period of January 1, 2018 to December 31, 2018. This annual contract may be renewed for two (2) one
More informationINVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.
A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:
More informationBRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803
BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID #16-3702 Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803 The undersigned hereby agrees to all terms and conditions set forth in the Invitation
More informationOFFICE OF THE SUMMIT COUNTY SHERIFF
OFFICE OF THE SUMMIT COUNTY SHERIFF 970-453-2474 fax 970-453-7329 REQUEST FOR PROPOSAL 2018 VEHICLE TOWING CONTRACT FOR SUMMIT COUNTY, COLORADO Release Date: November 3, 2017 Closing Date: November 24,
More informationFORM I: CIQ CONFLICT OF INTEREST CERTIFICATION AND CONFLICT OF INTEREST QUESTIONNAIRE (CIQ) INSTRUCTIONS dated 6/29/2007
HOUSTON INDEPENDENT SCHOOL DISTRICT RFP NUMBER 16-10-48 RFP TEACHER AND STAFF DEVELOPMENT ADDENDUM NUMBER TWO April 8, 2017, This addendum is issued to explain, modify or correct the original Request for
More informationSouthern Nevada Regional Housing Authority
Southern Nevada Regional Housing Authority POST OFFICE BOX 1897 Las Vegas, Nevada 89125 Phone (702) 922-6884 INVITATION FOR BID NO. B18025 CARPET CLEANING SERVICES NOTIFICATION OF INTEREST This form notifies
More informationUniversity of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY
University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY Invitation No: IB-025-17 Date December 6, 2016 Title: Belknap Academic Classroom Building, Bid Pack III Addendum No. Five (5) Post Bid
More informationREQUEST FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES. Issued February 19, 2018 Responses due March 5, 2018 at 3 pm local time
REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES Issued February 19, Responses due March 5, at 3 pm local time The MetroHealth System departments of Facility Management and Construction Management
More informationSEALED BID. September 29, 2017
NORTHSIDE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 607 Richland Hills Drive, Suite 700 San Antonio, Texas 78245 (210) 397-8845 Please BID the following no later than 2:30pm, November 2, 2017 September
More information1-10-C126 Questions and Answers Unarmed Guard Services at Washington Dulles International Airport and the Dulles Toll Road August 9, 2010
1. Does the contractor or subcontractor need to be a state licensed private security company? 2. If not, do you require the employees providing security services to have completed the Commonwealth Of VA.?
More informationREQUEST 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 informationRE: Request for Proposals (RFP) Consultant Services for Public Transit Board Training
State of Vermont Agency of Transportation Contract Administration Finance & Administration One National Life Drive [phone] 802-828-2641 Montpelier VT 05633-5001 [fax] 802-828-5545 http://vtrans.vermont.gov/
More information2013 METER REPLACEMENT PROGRAM REQUEST FOR COMPETITIVE SEALED PROPOSALS Solicitation Number: B DD Job No.:
2013 METER REPLACEMENT PROGRAM REQUEST FOR COMPETITIVE SEALED PROPOSALS Solicitation Number: B-13-015-DD Job No.: 13-4003 ADDENDUM #1 March 18, 2013 This addendum, applicable to work referenced above,
More informationINVITATION 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 informationPUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION
PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION Notice is hereby given that the City of Highwood is seeking bids for Roadway Snow Removal and
More information**BID NO: 3819 Service Contract - Electrical. UN-Priced Solicitation Due: On or before, Wednesday, May 23, 2018 at 4:30 p.m.
Lauderdale County Board of Supervisors 410 Constitution Ave, 11 th Floor Meridian, Mississippi 39301 601-482-9746 Main 601-482-9744 Fax Information Packet TERM BIDS FOR PERIOD JULY 1, 2018 THROUGH JUNE
More information