ADVERTISEMENT FOR BID

Size: px
Start display at page:

Download "ADVERTISEMENT FOR BID"

Transcription

1 ADVERTISEMENT FOR BID The Yurok Tribe is soliciting proposals for radio communication equipment from qualified vendors in response to this solicitation package. The Yurok Tribe hereby invites you to submit a proposal. All separate sealed bids will be received by the Yurok Tribe, until the hour of 5 p.m., June 30th, 2015 at which time they will be publicly opened and read aloud in the conference room of the Yurok Tribe Main Office, 190 Klamath Blvd., Klamath, California, for: YUROK TRIBE P25 Radio Communication Equipment Upgrades The work consists of the furnishing of all labor, equipment, and supervision for the delivery of, installation of, integration of, testing of and materials to be installed at three (3) sites and consist of three (3) channels per site. The system must be APCO P25 compliant. The solicitation is for the antenna systems, Antenna Combining and Multicouplers, and Technical Labor to fully implement this system. The project sites include: Requa 1, McKinnon Hill, and School House Peak radio sites located in Humboldt and Del Norte Counties, California. (Attachment: Exhibit A) A conditional or qualified bid will not be accepted if it modified the Plans or Specifications or method of work. The intent is to award the entire job to the Contractor. A mandatory pre-bid conference will be held at 10:00 a.m. on June 17th, 2015 at the Yurok Tribe Klamath Office. After a short meeting, a site visit will be held. Please submit any questions regarding the Request for Proposal (RFP) to Tim Sanderson, Public Safety Officer, Yurok Tribal Police Department, Klamath, CA at (707) or at tsanderson@yuroktribe.nsn.us. All Tribal personnel are specifically directed not to hold meetings, conferences or technical discussions with prospective contractors. Any interpretation or changes in the RFP will be mad only in writing in the form of an Addendum to the RFP and be furnished to all parties receiving an FP. Process and Timeline AD-1

2 Contract Documents for bidding this project can be obtained at Yurok Tribe Main Office, 190 Klamath Blvd., Klamath, California, Each proposal must be submitted on the prescribed form and accomplished by a certified check made payable to the Yurok Tribe, or a Bid Bond in the amount of not less than 10 percent of the bid amount. The successful bidder must submit to the Tribe complete, executed copies of all required documents within eight (8) working days of receiving written notice of award of the project. Bidder s security of any successful bidder that fails to do so will be forfeited to the Tribe. Such required documents include, but are not limited to, a Payment Bond in an amount of at least (100) percent of the amount payable by the terms of the project contract, and a Performance Bond in an amount of at least (100) percent of the amount payable by the terms of the contract. All project bonds must be executed by an admitted surety insurer in accordance with applicable law and acceptable to the Tribe. This project is funded by a Department of Homeland Security - FEMA Grant. Either state or federal wage rates (whichever is higher) will be considered to be the prevailing wage rates. The general prevailing wage rates applicable to the work are included in Section C of the General Conditions. Contractor will be required to comply with any changes in these wage rates as they are updated by the Federal government at no cost to the Owner. The Yurok Tribe reserves the right to postpone the date and time for the opening of proposals at any time prior to the date and time announced in the advertisement in accordance with applicable law. The Yurok Tribe reserves the right to reject any and all bids or to waive any defects or irregularity in bidding in accordance with applicable law. All bids will remain valid for 60 days after the bid opening. Except as permitted by law and subject to all applicable remedies, including forfeiture of bidder s security, bidders may not withdraw their bid during the 60 day period after the bid opening. DATE: June 1, 2015 Yurok Tribe, Klamath, California AD-2

3 SECTION 1: INTRODUCTION 1.1 Purpose and Scope The purpose of the Request for Proposal (RFP) is to solicit proposals from vendors for the selection of a communications system provider for Yurok Tribe, in the State of California. Yurok Tribe is currently looking for proposals for professional services which describe and demonstrate the prospective radio systems contractor as: a. A vendor with a track record of developing and maintaining existing productive relationships with manufactures of equipment currently or soon to be utilized by Yurok Tribe. Show the ability to build on what Yurok Tribe operates, not call for unwarranted replacements. b. A vendor with demonstrable skills and a history of maintaining, implementing and servicing communications system infrastructure equipment. As well, it is also important to detail how the vendor will upgrade the equipment and knowledge of its employees to meet the needs of future technologies, when required. c. A vendor who has test equipment that is capable of testing existing and future equipment. d. A vendor who has experienced and qualified tower climbers who are capable of installing, maintaining and working with antennas and transmission systems on various types of tower structures. e. A vendor who offers continuity of service; that is one who is available 365 days a year, 7 days a week, 24 hours per day, including weekends and holidays, for emergency Warranty service when required. f. A vendor who provides and maintains detailed, comprehensive and timely written documentation of all services performed, and who provides consistent, reliable, and proactive customer support. 1.2 Evaluation Process. The evaluators will consider how well the vendor's proposed solutions meet the current and future needs of the Yurok Tribe, its professional user agencies and our citizens as described in the vendor's response to each requirement and form. It is important that the responses be clear, concise and complete so that the evaluators can adequately understand all aspects of the proposal in a succinct fashion. The evaluation process is not designed to simply award the contract to the lowest cost vendor. Rather, it is intended to help Yurok Tribe to select the right vendor with the best combination of professional attributes, experience and relevant skill-sets, including that of price, based on the evaluation factors. The Tribe reserves the right to require that a subset of finalists make a presentation to the evaluation team for consideration. This presentation shall be provided at no cost to the Tribe. AD-3

4 This RFP provides general and technical information as well as the required format for responses. Your submitted response will be the primary source of information used for vendor evaluation and selection. Please include all required and appropriate information with your proposal. No other source of information submitted, written or verbal will be considered part of your proposal. At the completion of the RFP process, the Yurok Tribe will complete contract negotiations with the chosen vendor to provide a complete radio system, representing, but not limited to solutions that best meet the Yurok Tribes criteria in flexibility, cost, vendor qualifications and references. 1.3 Non-Disclosure Agreement (NDA) Because the Installation of complex communications equipment requires a detailed understanding of the system architecture, for proposal purposes, all information and data furnished to the vendor by the Yurok Tribe and all other documents to which the vendor's employees have access during the term of the contract, shall be treated as confidential to Yurok Tribe. Any oral or written disclosure to an unauthorized `individuals is prohibited. 1.4 RFP Submission Please submit one original and copies of the proposal, in its entirety, to the contact and address below no later than Thursday, May 30, 2015 at 5:00 pm (local time). Yurok Tribe. Attn: Tim Sanderson, Klamath, ca 1.5 Proposal Validity Period Submission of the proposal will signify the vendor's agreement that its proposal and the content thereof are valid for 90 days following the submission deadline and will become part of the contract that is negotiated between Trinity County and the successful vendor. 1.6 Vendor Communications Upon release of this RFP, all vendor communications concerning the overall RFP should be directed to: Tim Sanderson, Klamath, California. 1.7 Right of Selection/Rejection -Waiver of Informalities or Irregularities Yurok tribe reserves the right to reject any or all proposals, to waive any minor informalities or irregularities contained in any proposal, and to accept any proposal deemed to be in the best interest of Yurok tribe. Selection of a vendor proposal shall not be construed as an award of contract, but as commencement of contract negotiation, including but not limited to the contract price proposed. AD-4

5 1.8 RFP Revisions. Yurok Tribe reserves the right to change the schedule or issue amendments to the RFP at any time. Yurok Tribe also reserves the right to cancel or reissue the RFP at any time. Amendments or a notice of cancellation will be mailed to any vendor that has requested a proposal. 1.9 Commitments. All quotes should be submitted initially on the most complete basis and with the most favorable financial terms available. The selected vendor's proposal may, at Yurok Tribe s option, be made part of the final purchase contract and all representations in the vendor's proposal may be considered commitments to supply the services as described Payment Terms and Conditions The proposal must contain a fee schedule that includes line items for equipment, software, professional services, warranties, project management, installation, and travel costs as applicable Licensing and Permits The vendor shall maintain the appropriate licenses throughout the life of this Contract. Contractor shall also obtain any and all permits which might be required by the work to be performed herein Insurance Requirements The vendor shall maintain a commercial general liability insurance policy in the amount of$1,000,000. Where the services to be provided under this contract involve or require the use of any type of vehicle by vendor in order to perform said services, vendor shall also provide comprehensive business or commercial automobile liability coverage including non-owned and hired automobile liability in the amount of $300,000. Said policies shall remain in force through the life of the contract and shall be payable on a "per occurrence" basis unless Yurok Tribe specifically consents to a "claims made" basis. The Yurok Tribe shall be named as an Additional Insured on all of the policies. The certificate holder and additional insured should read as follows: Yurok Tribe PO Box xx Klamath, Ca The insurer shall supply a Certificate of Insurance and endorsements signed by the insurer evidencing such insurance to Yurok Tribe prior to commencement of work, and said certificate and endorsement shall provide for 30 day advance notice to Yurok Tribe of any termination or reduction in coverage Worker's Compensation The vendor acknowledges that it is aware of the provisions of the Labor Code of the State AD-5

6 of California which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that Code and it certifies that it will comply with such provisions before commencing the performance of the work of the Contract. A copy of the certificates evidencing such insurance shall be provided to Yurok Tribe prior to commencement of work. SECTION 2: GENERAL PROVISIONS Secure Facilities All Yurok Tribe sites are secure facilities; therefore, the Contractor is required to strictly abide by all policies and procedures related to site entry and site security. These procedures include notification to Yurok tribe upon site entry and departure, securing doors, gates, and fences upon departure from sites, and general practices to keep the security of public safety operations. Notifications may be made via telephone or positive radio contact with the dispatch center. Deviations from these policies and procedures may be considered justification for cancellation of the contract Contractor Supplied Items The Contractor shall be required to maintain or have available, at their own expense, and for their use equipment, software, tools, test equipment, parts, and supplies necessary to perform installation and diagnostic services "on-time" as specified in the invitation to bid Shipping Costs The contractor shall be responsible for all shipping costs for parts and equipment necessary to maintain the communications system as defined herein. Yurok Tribe shall not be required to ship to and from the service location or third party repair facilities Inclement Weather Contractor shall be adequately prepared for inclement weather such that response time requirements are reasonably maintained for Warranty repair Severity Levels The Contractor shall provide unscheduled, on-call corrective service as required to correct or provide a remedy to the issues or problem following notification that the equipment is inoperative. The Contractor shall provide continuous efforts required until equipment is fully restored to normal operation. Response time is to be requested by Yurok tribe and linked to severity levels. Severity Level l: Major system failure. Failure of any law enforcement or FIRE/EMS channel qualifies as a Severity Level 1 outage. Response is 24 hours a day, seven days a week, 365 days a year to include all holidays and weekends. AD-6

7 Contractor must respond within thirty (30) minutes by telephone to Yurok tribe and provide on-site visit within six hours of notification of a major system failure. Severity Level 2: Single console position outage or single repeater is out of service. Response on-site within six hours of notification of service, Monday through Friday, 8:00am to 5:00pm excluding legal holidays. Repair time shall not permit system downtime in excess of one day after an on-site response has been affected provided that the appropriate operational customer owned spares are on site. If a service call arises and there is an appropriate spare, the service technician will use the spare to restore system operation. Operational means that the spare part is in full working order. Severity Level 3: General maintenance problems that are not in Level 1 or Level 2. Response on-site is two day of notification of service, Monday through Friday, 8:00 am to 5:00pm excluding legal holidays. Contractor shall provide off-site repair within 5 working days Maximum Response Time The Contractor shall provide fully equipped Warranty Repair Technician within Two (2) hours driving time from all Yurok tribe sites Overtime Charges Yurok tribe shall not be responsible to pay overtime charges that the Contractor incurs during the performance of installation and warranty repairs under the agreement Contractor's Travel Expenses Yurok Tribe shall not be responsible to pay travel expenses that the Contractor incurs, such as mileage or trip charges, during the performance of installation and Warranty repairs under the agreement Vendor Capability The contractor represents that they are capable of performing the services contracted for, that it is the usual business of the vendor to provide such services, and that the vendor has been performing similar services as its usual business for a minimum of five years Expertise and Training The contractor's technicians shall guarantee requisite technical expertise, and shall provide its employees with sufficient training to maintain their expertise on all equipment Yurok Tribe operates. This includes repeaters and base stations, radio dispatch consoles, paging equipment and terminals, and ancillary equipment. The vendor shall provide Yurok Tribe with evidence of such expertise and training such as Federal Communications Commission (FCC) licenses or training completion certificates Ancillary Technical Support Contractor shall demonstrate the capability to obtain factory technical support, and provide equipment technical experts to troubleshoot system issues by remote diagnostics, AD-7

8 simulations, and proven troubleshooting techniques. Technicians shall be trained to analyze, isolate, and correct problems to restore system failures quickly. The contractor shall also be willing to work supportively with technology and engineering consultants chosen by Yurok Tribe to provide designated planning and strategic systems evolution support Adequate Staffing Contractor will relieve qualified repair personnel of other duties when Yurok tribe requests repair services for Severity Level 1 & 2 issues as outlined in Section The failure of the contractor to have their business properly staffed shall not be adequate excuse for failure to promptly respond to Yurok Tribe Warranty repair requests Unsuitable Technicians Yurok Tribe retains the right to deem any repair personnel deemed unsuitable by not meeting the requirements stated in section This technician will not be allowed to repair or service Trinity County equipment and shall be replaced by the vendor with other qualified and acceptable technicians Equipment Documentation, Software, and Other Aids All equipment documentation, software, manuals, diagnostic routines, and other aids necessary to perform installation and Warranty Repairs under this agreement shall be furnished by the contractor whose property it shall remain Single Point of Contact The Contractor shall provide a Single Point of Contact (SPOC) for placing all service calls on equipment under the contract for Warranty Repairs Materials, Parts, and Labor The Contractor shall furnish all materials, parts, and labor in connection with the agreement. All parts and materials shall be installed according to the manufacturer's specifications Fully Guarantee All parts, and components used shall fully guarantee consistent with the manufactures warranty, and workmanship shall be for a two years from the date of work completed Preserving Documentation The Contractor will preserve and keep current any documents provided by Yurok Tribe such as wiring diagrams, circuit documentation, etc., in a manner that is readily retrievable and useful for timely and effective systems maintenance Approval Subcontractor shall not be permitted to perform work under any resulting award unless approved by Yurok tribe in advance. AD-8

9 Contractor's Transportation The Contractor shall supply their own transportation to the sites via conventional fourwheel-drive (4WD) vehicles or similar capability. The Contractor is duly notified that site access can be difficult in winter months or when weather conditions are harsh. Alternate access to the sites such as snowmobile or Sno-Cat will likely be required to access some of the sites and shall be the responsibility of the Contractor. Yurok Tribe shall not supply the Contractor with vehicles to access the sites during foul weather. Allowances will be made during times of inclement weather to provide sufficient time for personnel to safely reach the site Third Parties The Contractor is responsible to make notifications or contact, and work with third party agencies that may provide services or equipment to support the Yurok tribe system. SECTION 3: RESPONSE FORMAT AND CONTENTS Organize proposals with separately tabbed sections corresponding to the following format. Number each page consecutively. Provide a concise response to each point. References may then be made for further clarification. Wherever a table or spreadsheet is provided, please title the section and utilize the table/spreadsheet. 3.1 Title Page a. Title page b. Customer name c. Contractor name, address, telephone number and d. Contact's name, signature, title and date 3.2 Section 1 -Vendor Overview Provide a maximum three-paragraph description for each category subsections below, or where specified, utilize the table or spreadsheet. This is intended for general overview and should highlight the reasons your product, service or company are best suited for Trinity County Company Service(s) Proposed Staff Biographies Historical Background Financial Status SECTION 4: PROPOSAL SELECTION AND AWARD PROCESS 4.1 Proposal Selection The Yurok Tribe anticipates entering into a contract with the Vendor who submits the proposal judged by the County to be most advantageous to the Yurok Tribe s interest. The Vendor understands that this RFP does not constitute an offer or a contract with the AD-9

10 Vendor. An offer or contract shall not be deemed to exist and is not binding until proposals are reviewed, accepted by appointed staff, the best proposal has been identified, approved by the appropriate level of authority within the Yurok tribe and executed by all parties. All terms and conditions of this RFP, any addenda, Vendor s submissions and negotiated terms, are incorporated into the contract by reference as set forth herein. 4.2 Preliminary Evaluation The proposals will first be reviewed to determine if requirements in Section 3.0 and 5.0 are met at proposal opening. These requirements are considered mandatory, and failure to meet these requirements will result in the proposal being rejected. In the event that all Vendors do not meet one or more of these mandatory requirements, the Yurok tribe reserves the right to continue the evaluation of the proposals and to select the proposal that most closely meets the requirements specified in this RFP. 4.3 Proposal Scoring Accepted proposals will be reviewed by an evaluation committee and scored against the stated criteria. Top-scoring proposals may then become candidates for presentations and demonstrations in Klamath, California before the evaluation committee. The committee and agency staff may review references and incorporate the reference review into scoring the proposals. It should be expected that references will be contacted. The committee will then select the best proposal. 4.4 Right to Reject Proposals and Negotiate Contract Terms Yurok Tribe reserves the right to reject any or all proposals, to abandon the project and/or to solicit and re-advertise for other proposals. The County reserves the right to cancel the RFP or portions thereof without penalty. The Yurok Tribe reserves the right to waive any irregularities and technicalities and may, at its sole discretion, request a clarification or other information to evaluate any or all proposals. 4.5 Scoring Criteria The proposals will be scored using the following criteria: Description Percent 1. General Requirements 15% 2. Technical Requirements 40% a. Response to Section 2.0 (Scope of Services Required) b. Radio Systems Experience c. Presentation of Material d. Technical Certification 3. Examination of References 20% 4. Cost/Best Value to the County 25% Total Score 100 points AD-10

11 4.6 Selection of the Most Qualified Vendor / Cost Negotiations Selection of the most qualified Vendor for this project will be based on the criteria established in this RFP, and whose proposal is the most advantageous to Yurok Tribe. Upon the selection of the most qualified Vendor and an agreement for price is reached, then a contract will be awarded. Yurok Tribe will initiate contract negotiations. If Yurok Tribe is not able to negotiate an acceptable contract with the selected Vendor, Yurok Tribe will end said negotiations and initiate negotiations with the Vendor ranked second as a result of the proposal evaluation process. If negotiations with the second Vendor fail, Yurok Tribe reserves the right to either initiate contract negotiations with the Vendor ranked third or to cease all negotiations and reject all proposals. 4.7 Notification of Intent to Award As a courtesy, the Yurok Tribe may send a notification of award memo to responding Vendors at the time of the award. SECTION 5: GENERAL PROPOSAL REQUIREMENTS 5.1 Organization Capabilities The Vendor is to describe the firm s experience and capabilities in providing similar services to those required. Be specific and identify projects, dates, and results. 5.2 Staff Qualifications The Vendor will provide resumes describing the educational and work experiences for each of the key staff who would be assigned to the project. These resumes should relate well to the description of the firm s project experience in the subsection 5.1 above. The approximate percentage of an individual staff person s regular time that will be devoted to this project should also be described. The Vendor should feel free to supplement their proposals if necessary by subcontracting with other firms that may provide a specific skill or area of expertise not possessed by the primary Vendor. 5.3 Vendor References Vendors must include in their proposals a minimum of three organizations, including points of contact (name, address, and telephone number), that can be used as references for work performed in the area of the service required; and scope of work completed for those organizations. Selected organizations may be contacted to determine the quality of work performed and personnel assigned to the project. By submitting this list, Vendor grants permission to Yurok Tribe to independently contact the references. The results of the references will be provided to the evaluation team and used in scoring the written proposals. AD-11

12 Company Name Contact Telephone System(s) & Number of Sites SECTION 6: TECHNICAL REQUIREMENTS 6.1 Section 2.0 Scope of Services Required Each of the services requested and issues outlined in Exhibit A of this RFP, Scope of Services Required, shall be considered part of the technical requirements of this project. The Vendor shall respond in detail as to how each of these services will be provided or issues addressed. 6.2 Radio Systems Experience The Vendor shall clearly present its radio frequency engineering capabilities and similar experience in providing the services requested. Similar services provided to other public entities or governmental agencies should be highlighted. A copy of all technical certifications shall be provided. SECTION 7: COST PROPOSAL Cost proposals shall address any and all costs to be incurred during the project. Costs shall be quoted with respect to individual sections listed in exhibit A. 7.3 Fixed Price Period All prices, costs, and conditions outlined in the proposal shall remain fixed and valid for acceptance for 90 days starting on the due date for proposals. AD-12

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

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 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 information

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None City of Anaheim Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services December 5, 2013 Pre-bid Conference: None Bid Due Date: December 19, 2013 2:00 PM, Pacific Standard Time Submit bid

More information

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) E-RATE YEAR 15 (2012/2013) RFP 6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) Anderson Union School District Anderson Union High School District (AUHSD) is seeking proposals for the upcoming Year

More information

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

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

More information

Request for Proposals RFP#8-012 FLEET MANAGEMENT SERVICES

Request for Proposals RFP#8-012 FLEET MANAGEMENT SERVICES Request for Proposals RFP#8-012 FLEET MANAGEMENT SERVICES Prepared by: Ken Crawford DUE: April 17, 2018 2:00 PM Mountain Time Ogden City School District Purchasing Department Room #210 1950 Monroe Blvd.

More information

INVITATION TO BID (ITB) MONTROSE SHERIFF S OFFICE JAIL DIVISION INMATE COMMISSARY SERVICE

INVITATION TO BID (ITB) MONTROSE SHERIFF S OFFICE JAIL DIVISION INMATE COMMISSARY SERVICE INVITATION TO BID (ITB) MONTROSE SHERIFF S OFFICE JAIL DIVISION INMATE COMMISSARY SERVICE Montrose County, Colorado is seeking sealed bids from qualified firms experienced in and capable of providing and

More information

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS REGARDING: Audio Visual Maintenance and Support City Towers PROPOSALS DUE: June 11, 2015 NO LATER THAN 4:00 P.M. PACIFIC TIME 1 rev

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

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS 1. INTRODUCTION Van Dyke Public Schools is requesting proposals from Energy Services Companies (ESCOs)

More information

N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP)

N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP) N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP) EXHIBIT A - MEMORANDUM OF NOTIFICATION TO POTENTIAL BIDDERS [NAME OF GOVERNMENT LETTERHEAD] DATE: TO: FROM: SUBJECT: [DATE] Invited Parties [NAME OF

More information

COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ)

COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ) COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ) Due: August 26, 2011 by 2:00pm Statements shall be submitted to: County of Sonoma Probation Department Attn:

More information

Cheyenne Wyoming RFP-17229

Cheyenne Wyoming RFP-17229 L A R A M I E COUNTY COMMUNITY COLLEGE Cheyenne Wyoming Request for Proposals (RFP) t o provide Contract Services t o Comp lete t h e Boiler Plant Burner Replacement RFP-17229 Solicited by: Department

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

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

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

More information

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS The Competitive Solicitation Acknowledgement Form must be completely filled in. This may be done on line then printed or you may

More information

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

INVITATION 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 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

THE CITY OF BRENTWOOD 2348 South Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR 2015 VIDEO PRODUCTION SERVICES

THE CITY OF BRENTWOOD 2348 South Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR 2015 VIDEO PRODUCTION SERVICES THE CITY OF BRENTWOOD 2348 South Brentwood Blvd. Brentwood, MO 63144 REQUEST FOR PROPOSAL FOR 2015 VIDEO PRODUCTION SERVICES THIS IS NOT AN ORDER RFP 2015 Video Production Services Page 1 of 14 CITY OF

More information

TOWN OF MANCHESTER REQUEST FOR PROPOSAL RFP NO. 15/16-32 FOR RISK MANAGEMENT CONSULTANT SERVICES PROPOSALS DUE: NOVEMBER 13, 4:00 P.M.

TOWN OF MANCHESTER REQUEST FOR PROPOSAL RFP NO. 15/16-32 FOR RISK MANAGEMENT CONSULTANT SERVICES PROPOSALS DUE: NOVEMBER 13, 4:00 P.M. TOWN OF MANCHESTER REQUEST FOR PROPOSAL RFP NO. 15/16-32 FOR RISK MANAGEMENT CONSULTANT SERVICES PROPOSALS DUE: NOVEMBER 13, 2015 @ 4:00 P.M. GENERAL SERVICES DEPARTMENT 494 MAIN ST. MANCHESTER, CT 06040

More information

OFFICE OF THE SUMMIT COUNTY SHERIFF

OFFICE 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 information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

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

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

More information

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES PROJECT MANUAL BIDDING AND CONTRACT DOCUMENTS MANDATORY JOB WALK: 9:00AM, Tuesday, February 6, 2018 BID DUE: 2:00PM PST, Monday, February

More information

CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS (RFP) WIRELESS NETWORK

CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS (RFP) WIRELESS NETWORK CITY OF BIRMINGHAM 151 MARTIN STREET, BIRMINGHAM, MICHIGAN 48009 POST OFFICE BOX 3001, BIRMINGHAM, MICHIGAN 48012 Phone (248) 644-1800/ Fax (248) 644-5614 CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES ALVORD UNIFIED SCHOOL DISTRICT Angie Lopez, Director of Facilities Planning 10365 Keller Avenue Riverside, CA 92505 VARIOUS PROJECTS

More information

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis Request Proposals ( RFP ) 2018-01 On An As Needed Basis City of Coachella Engineering Division 1515 Sixth Street Coachella, Calinia 92236 Deadline Submissions: November 1, 2017 by 3:00 p.m. Request Proposals

More information

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S SMALL TOWN VALUES 1115 13TH AVENUE PO BOX 79 SIDNEY NEBRASKA 69162 BIG TIME OPPORTUNITIES PHONE (308) 254-5300 FAX (308) 254-3164 www.cityofsidney.org City of Sidney Request for Qualifications and Proposal

More information

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

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

More information

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR

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

More information

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 Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office For For The Issue Date: June 1, 2018 Due Date: June 25, 2018 by 10:00 a.m. Central Time Submit RFP to: Benton County Commission c/o Michelle McLerran Kreisler P.O. Box 1238 316 Van Buren Warsaw, Missouri

More information

REQUEST FOR PROPOSAL. Architectural and Space Planning Services

REQUEST FOR PROPOSAL. Architectural and Space Planning Services COLORADO HOUSING AND FINANCE AUTHORITY REQUEST FOR PROPOSAL (RFP) COLORADO HOUSING AND FINANCE AUTHORITY 1981 BLAKE STREET DENVER, CO 80202 REQUEST FOR PROPOSAL Architectural and Space Planning Services

More information

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM INVITATION FOR BIDDER'S PROPOSALS, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM OWNER: Village of Libertyville 200 East Cook Avenue Libertyville, Illinois 60048-2090 1. Invitation to Bid: Owner invites sealed

More information

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

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

More information

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION PARTNERS 13-107 PROJECT IDENTIFICATION 000000-1 PROJECT IDENTIFICATION PROJECT: CITY OF NEW BALTIMORE DPS BUILDING ADDITION OWNER: CITY OF NEW BALTIMORE 36535 Green Street New Baltimore, MI 48047 ARCHITECT:

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

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

More information

Mobile and Stationary Security Patrol Services

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

More information

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660 CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile

More information

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will

More information

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS Acquisition Management On behalf of Health Services CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 REQUEST FOR PROPOSAL

More information

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

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

More information

JEFFERSON 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 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 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

Request for Proposal Data Network Cabling

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

More information

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT INVITATION TO BID Contractor Services Associated with: WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN

More information

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS FINANCIAL AND COMPLIANCE AUDITS OF THE KANSAS PUBLIC EMPLOYEES DEFERRED COMPENSATION 457 PLAN SEALED PROPOSALS for furnishing the services

More information

REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY. City of Foster City, California. Financial Services Department

REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY. City of Foster City, California. Financial Services Department REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY City of Foster City, California Financial Services Department 610 Foster City Blvd. Foster City, CA 94404 (650) 286-3200 July 7,

More information

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017

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

More information

PHASE 1 STAFF FACILITIES LOCKER ROOM

PHASE 1 STAFF FACILITIES LOCKER ROOM CARMEL AREA WASTEWATER DISTRICT Carmel, California REQUEST FOR QUALIFICATIONS CONSTRUCTION/BUILDING SERVICES FOR: PHASE 1 STAFF FACILITIES LOCKER ROOM Issued on: October 14, 2014 QUALIFICATIONS DUE: November

More information

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

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

More information

SOLICITATION/ADVERTISEMENT

SOLICITATION/ADVERTISEMENT SOLICITATION/ADVERTISEMENT City of Homewood, Alabama will receive responses to a Request for Proposals for the selection of an Energy Services Company (ESCO). City of Homewood, Alabama intends to select

More information

Request for Proposal CNC Mill For the Rockville High School

Request for Proposal CNC Mill For the Rockville High School Request for Proposal CNC Mill For the Rockville High School Vernon Public Schools, Connecticut BID # VPS-FY15-004 Inquiries: Ms. Nicole Fillion Grant Writer 30 Park Street Vernon, CT 06066 nfillion@vernon-ct.gov

More information

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

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

More information

REQUEST FOR PROPOSAL (RFP) # FY DESIGN BUILD COMPRESSED NATURAL GAS (CNG) FUELING STATION CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA)

REQUEST FOR PROPOSAL (RFP) # FY DESIGN BUILD COMPRESSED NATURAL GAS (CNG) FUELING STATION CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) REQUEST FOR PROPOSAL (RFP) # FY 2014 2015 001 DESIGN BUILD COMPRESSED NATURAL GAS (CNG) FUELING STATION CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) EXHIBIT I SCOPE OF WORK PREPARED BY: CITY OF HALLANDALE

More information

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,

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

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

Los Alamitos Unified School District Request for Proposal (RFP) # INTERNAL CONNECTIONS

Los Alamitos Unified School District Request for Proposal (RFP) # INTERNAL CONNECTIONS Los Alamitos Unified School District Request for Proposal (RFP) #2018 2019 13 INTERNAL CONNECTIONS Issue Date: Wednesday, January 23, 2019 Proposal Submittal Date/Time: Thursday, February 21, 2019 at 9:00

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

State of Florida Department of Transportation

State of Florida Department of Transportation ITB-DOT-10/11-4023FS State of Florida Department of Transportation INVITATION TO BID ITB Number: Project Description: MANDATORY PRE-BID CONFERENCE Deadline for Questions Sealed Bids Due: ITB-DOT-1 0/11-4023FS

More information

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance CITY OF MOBILE REQUEST FOR QUOTES April 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Locations: Project Number: Service Contract - Escalator Inspections

More information

REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT. Section 1 Additional Administrative Information

REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT. Section 1 Additional Administrative Information REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT Section 1 Additional Administrative Information 1.1 Purchasing Agent The Purchasing Agent identified in the RFB cover sheet is the sole point of contact regarding

More information

REQUEST FOR PROPOSAL (RFP) Montrose County Fairgrounds EVENT CENTER MARKETING Date Issued: Wednesday, October 25 th, 2017

REQUEST FOR PROPOSAL (RFP) Montrose County Fairgrounds EVENT CENTER MARKETING Date Issued: Wednesday, October 25 th, 2017 REQUEST FOR PROPOSAL (RFP) Montrose County Fairgrounds EVENT CENTER MARKETING Date Issued: Wednesday, October 25 th, 2017 I. SUMMARY Montrose County is seeking proposals from qualified firms for Marketing

More information

Request for Proposal

Request for Proposal Central Whidbey Island Fire & Rescue 1164 Race Road Coupeville, WA 98239 Professionalism Integrity Compassion Excellence (360) 678-3602 www.cwfire.org Request for Proposal Fire Station Planning and Design

More information

2018 Recreation Center Dectron Unit - R22 Refrigerant

2018 Recreation Center Dectron Unit - R22 Refrigerant Request for Proposals Equipment and Supplies March 5, 2018 2018 Recreation Center Dectron Unit - R22 Refrigerant Proposals Due: Thursday, March 15, 2018, 2:00pm Dan Voss Park District of Highland Park

More information

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 SANDY CITY 10000 CENTENNIAL PARKWAY SANDY, UTAH 84070 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 INVITATION FOR BID: This is a formal solicitation of sealed bids which will

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS FLOORING PROJECT JAY FOOD DISTRIBUTION STORE AND WAREHOUSE JAY, OK Bid Due Date: August 31, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918)

More information

Request for Proposal Supply & Install Generators at District Health Centers Project

Request for Proposal Supply & Install Generators at District Health Centers Project HSA1011SER04 Cayman Islands Health Services Authority Request for Proposal Supply & Install Generators at District Health Centers Project #HSA1314 SER08 Contents I. Instructions to Proposers... 2 II. Information

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

Wayne County Community College District Eastern Campus 5901 Conner St Detroit, MI 48213

Wayne County Community College District Eastern Campus 5901 Conner St Detroit, MI 48213 November 21, 2018 Attention General Contractors: is hosting a NON-MANDATORY Pre-Bid Conference on Thursday, November 29, 2018, at 10:30 am. The District is inviting your company to attend this non-mandatory

More information

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

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

More information

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

OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2

OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2 OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2 PROJECT MANUAL BIDDING AND CONTRACT DOCUMENTS MANDATORY JOB WALK: 9:00AM PST, February 22, 2018 BID DUE: 2:00PM PST,

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B16-05 Toilet Paper Date: September 18, 2015 To: All Bidders

More information

District Request for Proposal Internet Access E-Rate Funding Year 21 ( )

District Request for Proposal Internet Access E-Rate Funding Year 21 ( ) District Request for Proposal Internet Access E-Rate Funding Year 21 (2018-2019) Table of Contents 1.0 General Information... 3-4 1.1 Scope... 3 1.2 Service Provider Qualifications... 3 1.2 Background

More information

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT

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

More information

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name: INVITATION FOR BID Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit Company Name: IFB No. IFB-CL-1909 Date of Issue: October 12, 2018 Bid Due Date: October

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

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-02 Fire Sprinkler Inspection and Maintenance

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-02 Fire Sprinkler Inspection and Maintenance DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL RFP09-02 Fire Sprinkler Inspection and Maintenance THE DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL TABLE OF CONTENTS TABLE OF CONTENTS

More information

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

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

More information

LEGAL NOTICE REQUEST FOR PROPOSAL SEALED PROPOSAL For CONSULTANT FOR MISSOURI RIVER VEHICLE FERRY FEASIBILITY STUDY. For

LEGAL NOTICE REQUEST FOR PROPOSAL SEALED PROPOSAL For CONSULTANT FOR MISSOURI RIVER VEHICLE FERRY FEASIBILITY STUDY. For LEGAL NOTICE REQUEST FOR PROPOSAL SEALED PROPOSAL 16-018 For CONSULTANT FOR MISSOURI RIVER VEHICLE FERRY FEASIBILITY STUDY For ST. CHARLES COUNTY GOVERNMENT ST. CHARLES, MISSOURI St. Charles County is

More information

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Housing 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 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

B. The Bid is made in compliance with the Bidding Documents.

B. The Bid is made in compliance with the Bidding Documents. SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS Membrane Roof and Skylights Bid Due Date: April 27, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST

More information

LONE TREE SCHOOL BELL SYSTEM

LONE TREE SCHOOL BELL SYSTEM WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL BELL SYSTEM PROPOSAL DUE DATE: NOVEMBER 16, 2010 1:00 p.m. The WHEATLAND SCHOOL DISTRICT wishes to attain a Bell system for its Lone Tree

More information

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018 REQUEST FOR QUALIFICATIONS For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018 San Joaquin County Department of Public Works 1810 East Hazelton

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

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS REQUEST FOR PROPOSAL No. 2018-621 RESIDENTIAL CURBSIDE TEXTILE RECYCLING SERVICE The City of Conroe is seeking proposals from qualified firms

More information

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS For Real Estate Brokerage Services for the Global Center for Health Innovation FIRSTMERIT CONVENTION

More information

Request for Proposal

Request for Proposal Request for Proposal *************************************************************************** PROJECT NO: - 001 PROJECT NAME: Act 32 Qualified Performance Contract ISSUE DATE: 5/25/2016 DUE DATE: 6/6/2016

More information

KITSAP COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING OFFICE INFORMAL BID TREE SERVICES ROSTER

KITSAP COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING OFFICE INFORMAL BID TREE SERVICES ROSTER KITSAP COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING OFFICE INFORMAL BID 2018-119 TREE SERVICES ROSTER RESPONSE DEADLINE: Thursday, April 19, 2018, 3:00 p.m. The Kitsap County Purchasing Office

More information

West Ridge Park Ballfield Light Pole Structural Assessment

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

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS City of Delta, Colorado REQUEST FOR PROPOSALS TO PROVIDE POLICE CHIEF RECRUITMENT SERVICES May 5, 2016 1 TABLE OF CONTENTS I. OVERVIEW AND BACKGROUND II. DEFINITIONS III. INVITATION TO SUBMIT IV. QUALIFICATIONS

More information

Los Alamitos Unified School District Request for Proposal (RFP) # WIDE AREA NETWORK (WAN) SERVICES

Los Alamitos Unified School District Request for Proposal (RFP) # WIDE AREA NETWORK (WAN) SERVICES Los Alamitos Unified School District Request for Proposal (RFP) #2018 2019 005 WIDE AREA NETWORK (WAN) SERVICES Issue Date: Wednesday, February 6, 2019 Proposal Submittal Date/Time: Thursday, March 7,

More information

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

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

More information

Request for Proposal. Wide Area Network Connectivity. E-Rate Funding Year 21 ( )

Request for Proposal. Wide Area Network Connectivity. E-Rate Funding Year 21 ( ) Request for Proposal Wide Area Network Connectivity E-Rate Funding Year 21 (2018-2019) Table of Contents 1.0 General Information... 3-5 1.1 Scope... 3 1.2 Service Provider Qualifications... 3-4 1.3 Existing

More information

PURCHASING AND PROCUREMENT POLICY FOR CALIFORNIA MENTAL HEALTH SERVICES AUTHORITY. Resolution No Replacement of Resolution 09-08

PURCHASING AND PROCUREMENT POLICY FOR CALIFORNIA MENTAL HEALTH SERVICES AUTHORITY. Resolution No Replacement of Resolution 09-08 PURCHASING AND PROCUREMENT POLICY FOR CALIFORNIA MENTAL HEALTH SERVICES AUTHORITY Resolution No. 10-01 Replacement of Resolution 09-08 WHEREAS, the California Mental Health Services Authority ( CalMHSA

More information