DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-04 Pest Control
|
|
- Victor Shon Henry
- 5 years ago
- Views:
Transcription
1 DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL RFP09-04 Pest Control
2 THE DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL TABLE OF CONTENTS TABLE OF CONTENTS Page ANNOUNCEMENT 3 1. INTRODUCTION 4 2. CRITICAL DATES 5 3. SCOPE OF SERVICES PROCEDURES/CONTENTS OF RESPONSE CONSIDERATION OF RESPONSES FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR
3 ANNOUNCEMENT Notice is hereby given that SMG, the operator of the David L. Lawrence Convention Center (Operator) on behalf of the owner, the Sports and Exposition Authority (Authority)is seeking proposals from qualified Respondents for the provision of PEST CONTROL at the David L. Lawrence Convention Center (Center). All comments and questions concerning the Request for Proposals and the corresponding procedures and requirements must be addressed in writing, via facsimile, mail, or to the following: Director of Operations David L. Lawrence Convention Center 1000 Fort Duquesne Blvd. Pittsburgh, PA Fax One complete set of Proposal Documents may be obtained by interested parties at no cost from the above address. Additional copies may be obtained for the cost of $10.00 for reproduction, shipping and handling. Sealed Responses will be received until March 13, :00 PM local time at the David L. Lawrence Convention Center, 1000 Fort Duquesne Blvd., Pittsburgh, PA Operator reserves the right to reject responses if not submitted by the time, date, and at the place designated in the RFP. Any and all responses may be rejected if deemed in Center's best interest. 3
4 ARTICLE 1 INTRODUCTION 1.1 PROJECT DESCRIPTION/LOCATION The David L. Lawrence Convention Center is located in Pittsburgh Pennsylvania. Opened in phases beginning in 2002, the facility boasts 1.3 million square feet of space, including a 313,400 square foot exhibit facility and 53 meeting rooms. There is one main kitchen, six concession stands and three storage areas for food service that require bi-monthly service. On an as needed basis, the office area and garage will need separate treatment. A tour of the building will be given on request; please contact Paul O Connell (412) for arrangements prior to March 6,
5 ARTICLE 2 CRITICAL DATES 2.1 The following are the critical dates: Respondents Notification March 4, 2009 Building Tour As scheduled, 2009 Response Due Date March 20, 2009 Selection* March 27, 2009 Contract Commencement* May 1, 2009 (* Due to uncertainties in the evaluation and selection process, the dates shown are tentative and reflect optimal circumstances.) Page 5
6 ARTICLE 3 SCOPE OF SERVICES 3.1 SCOPE OF WORK 1) On a bi-weekly basis provide and service traps and baits as needed for food service areas. 2) On an as needed basis place bait and traps for administrative offices and garage. 3) On an as needed basis replace insect strips in administrative ceiling areas. 4) Submit an Integrated Indoor and Outdoor Pest Management strategy as outlined in the LEED Reference Manual for Operations & Maintenance under Sustainable Sites Credit LENGTH OF CONTRACT The Contract under which this service shall be granted will be for a term of three (3) years. Operator shall reserve the right to terminate this Contract, with cause, on thirty (30) days written notice, without penalty. 3.3 INSURANCE The successful Contractor will be required to obtain and maintain in force at all times during the term of the agreement as a direct cost of operation, insurance coverage as directed by the Operator. Such coverage will be obtained from an insurance company authorized and licensed to do business in the State of Pennsylvania and rated not less than A+ by the most current Best s Manual. Furthermore, said insurance company or companies must be approved by the Operator. It is anticipated that such coverage shall include the following: Coverage required: a) Comprehensive General Liability Coverage in the amount of $2,000,000. This coverage must written on an occurrence form, claims made policies will be unacceptable to Operator. This Comprehensive General Liability insurance shall cover the Contractor, the Operator and the Authority and their employees, agents and officers from and against any claim arising out of personal injury of Contractor or the Contractor s failure to comply with the terms of this Contract. Such policy or policies of insurance shall include coverage for claims of any persons as a result of an incident directly or indirectly related to the employment of such persons by a Proposer or by any Page 6
7 other persons. This coverage shall include blanket contractual insurance and such coverage shall make express reference to the indemnification provisions set forth in this agreement. The policy shall also be endorsed to include coverage for products and completed operations. b) Workers Compensation Coverage as statutorily required by the State of Pennsylvania for all employees of Contractor. Employers Liability coverage on the Workers Compensation policy shall be written in the minimal amount of $1,000,000. c) Excess Liability Coverage, in the amount of $5,000,000 shall be in the form of an Umbrella policy rather than a following form excess policy. This policy or policies shall be specifically endorsed to be excess of the required Comprehensive General Liability Coverage, the Employers Liability Coverage on the Workers Compensation policy, and the Comprehensive Automobile Liability policy. d) Comprehensive Automobile Liability Coverage, in an amount not less than $1,000,000 shall be maintained. Such coverage will include all owned, non-owned, leased and/or hired motor vehicles that may be used by the contractor in connection with the services required under Contract. e) Fidelity Guaranty Insurance, on a blanket basis for the Proposer, Operator, and Authorities and all applicable employees in an amount of not less than $100,000 per employee. f) Insurance against Loss and/or Damage to fixtures, furnishings, equipment and other personal and business property of Contractor and Operator upon the premises by fire or other such casualty as may be generally included in the usual form of extended coverage in an amount equal to the replacement costs of such property used in the agreement on the premises. Such insurance shall provide coverage for the property of others in the care, custody and control of Contractor Respondent shall describe its own errors and omissions coverage. All such insurance coverage shall name the Operator and Authority and their employees, agents, officers, and directors as additional insured thereunder Evidence of such coverage being in place will be promptly delivered to the Operator prior to the commencement of the term of this proposal. All such coverage shall be endorsed to indicate that coverage will not be materially changed or canceled without at least 90 days prior notice to the Operator, such prior Page 7
8 3.4 LABOR notice being mandatory and not the best efforts of the carrier to notify. Prior to the expiration of the required coverage, Proposer will provide the Operator with evidence of the renewal of all coverage required on at least the same terms and conditions as originally required for this agreement Contractor shall provide, at its own expense, qualified and licensed labor in the applicable trades Contractor is responsible for the negotiation, execution, and administration of any collective bargaining agreement with a Labor Union having jurisdiction over the work. 3.5 EQUIPMENT - ON-SITE Contractor shall provide all necessary on-site equipment and supplies needed for providing pest control as required. EXCEPTION: David L. Lawrence Convention Center will provide lift for insect strip replacement Contractor will be solely responsible for the repair and maintenance of its Equipment. 3.6 LICENSES Contractor shall be required to provide and maintain any permits and licenses required by law at its own expense. Page 8
9 4.1 CONTENTS OF RESPONSES ARTICLE 4 PROCEDURES/CONTENTS OF RESPONSE Contractor must submit evidence that they are currently, or have in the past, have performed pest control services in comparable facilities Contractor is to identify any and all sub-contractors which the Contractor anticipates having a significant role in the administration of the terms of the Contract Contractor agrees that proposal shall be considered valid for a period of not less than ninety (90) days Contractor shall submit a flat rate schedule for the first twelve (12) months of initial service, the second twelve months of service and the third twelve months of service to the food service areas. Contractor shall submit a fixed cost for as needed services to garage and administrative offices all three years. Contractor shall clearly identify any other cost to be charged Contractor must submit proof of authorization to conduct business in the State of Pennsylvania Authority wishes to achieve minority and women owned business participation in its contracts. To that end, respondents shall endeavor to meaningfully engage certified minority and women owned firms. Participation by minority and women owned business must be identifiable by specific task Contractor must provide three (3) references for representative projects including names, titles, addresses, and telephone numbers for each individual within these client companies who may be contacted. Page 9
10 4.2 SUBMISSION OF RESPONSES Submit two (2) properly executed, bound Responses in 8 1/2" x 11" or 14" format in a sealed opaque envelope or package. The envelope or package shall be identified with the Respondent name and address, and the proposal due date to the following address: Director of Operations David L. Lawrence Convention Center 1000 Fort Duquesne Blvd Pittsburgh, PA Sealed responses shall be submitted no later than 1:00PM March 20, Responses received after that time and date will be returned unopened. The Respondent shall assume full responsibility for timely delivery at the location designated for the receipt of Responses Submission of a Response signifies careful examination of the RFP and complete understanding of the nature, extent and location of the Work to be performed Oral, telephonic or telegraphic Responses are invalid and will not receive consideration All Responses shall be typewritten or computer printed without erasures or deletions. 4.3 NO CONTACT POLICY Prior to the Response Due Date and after receipt of Proposals by Operator, and until the award of this Contract, no Respondent, subcontractor to Respondent shall contact or communicate, in any manner, with the following parties concerning matters directly related to this Contract: a) Any member of Center staff, any employee or agent thereof, except in the manner described herein. b) Any member of the Authorities, any employee or agent thereof. c) Any elected official or employee of the State of Pennsylvania, Alleghany County or City of Pittsburgh. d) Any official of SMG, including corporate staff. Page 10
11 4.3.2 Any contact that violates any of the above instructions shall be grounds for disqualification and/or rejection of a Response, and in the case of a subcontractor, the preclusion of that subcontractor providing services for the Project. Each Respondent is responsible for notifying its prospective subcontractors of these instructions All comments and questions (requests for information) concerning this Request for Proposal and the corresponding procedures and requirements must be addresses in writing, via facsimile, mail, or to the following: Director of Operations David L. Lawrence Convention Center 1000 Fort Duquesne Blvd. Pittsburgh, PA Fax poconnell@pittsburghcc.com Operator will respond to all comments and questions in writing within five (5) days of the request being submitted. All requests for information must be received by Center at least seven (7) days prior to the Response Due Date in order to receive consideration. Operator will not be responsible for comments and/or answers received in any manner other than as described above. Page 11
12 ARTICLE 5 CONSIDERATION OF RESPONSES 5.1 SELECTION PROCESS AND CRITERIA Each Response will be reviewed and award will be made according to the following process: 1) General Qualifications of Firm 2) Pricing 3) MBE and WBE participation 4) References Page 12
13 5.2 REJECTION OF RESPONSES Operator shall have the right to reject any or all Responses, for any reason at any time, reject a Response not accompanied by the data required by the RFP, or reject a Response which is in any way incomplete or irregular, with no liability for cost incurred. 5.3 ACCEPTANCE OF A RESPONSE It is the intent of Operator to award a contract to one firm that, in Operator's judgement, is the most qualified and responsive Respondent, provided the Response has been submitted in accordance with the requirements of the RFP. Operator shall have the right to accept the Response which, in Operator's judgement, is in Center's best interest. 5.4 LIABILITY FOR COSTS Operator will not be liable for any costs incurred in the preparation and presentation of the Response, or the negotiation and finalization of a contract. 5.5 OWNERSHIP OF MATERIALS All materials submitted in response to the RFP shall become the property of Center and no materials so submitted will be returned to the Respondent. Page 13
14 ARTICLE 6 FORM OF AGREEMENT BETWEEN OPERATOR AND CONTRACTOR The successful Respondent will be required to enter into a written contract with Operator and Owner. For informational purposes, several of the pertinent matters of the Agreement have been included below: The Response of the awarded Contractor, along with any addendum or amendments thereof, shall be incorporated into the Agreement Operator shall have the right to terminate this Agreement or any part of this Agreement, at any time upon thirty 30) days written notice Indemnification: The Contractor shall defend, indemnify, and save harmless the Authorities, their Chairman, Members, Officers, and employees of, from, and against all claims, suits, judgements, expense, and costs of every kind and description, by reason of injury to persons or damage to property, resulting or alleged to result from any act or omission of the Contractor or his employees or agents Operator will provide administration of the Agreement Corporate Authority: All Pennsylvania corporations must obtain a Certificate of Incorporation and a Certificate of Good Standing from the Office of the Secretary of State prior to conducting business in the State of Pennsylvania. If a firm is incorporated in a State other than Pennsylvania, the firm must obtain a Certificate of Authority to do business from the Office of the Secretary of State prior to receipt of final contract award or utilization as a subcontractor Conflicts of Interest: The Contractor must state in its proposal, as of the date of the Response that it knows of no conflicts of interest which would be created by its contract for the project. It will be the continuing duty of the selected Contractor to report all potential conflicts of interest to Operator Prevailing Law: The Contractor and subcontractors must comply with all local, state, and federal laws, rules, and regulations applicable to this Agreement and to the services performed hereunder. Page 14
15 6.1.8 Subcontracting: The Responses must contain a list of all firms which will participate in this project as a result of this Agreement as described in Section 4.1. Although Respondents need not have a formal contract with proposed subcontractors at the time the Response is submitted, the Respondent may not change the composition of the team without written authorization of Operator. Additionally, Operator reserves the right of approval of all proposed subcontractors. Significant changes in the composition of the Project Team may constitute grounds for voiding the selection and commencing negotiations with the next highest ranked firm. Revision Date: 2/2/09 Page 15
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 informationDAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-03 Window Washing
DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL RFP09-03 Window Washing 2 THE DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL TABLE OF CONTENTS TABLE OF CONTENTS Page ANNOUNCEMENT 3 1.
More informationFIRSTMERIT 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 informationREQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES
REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.
More informationHUNTINGTON CONVENTION CENTER OF CLEVELAND AND GLOBAL CENTER FOR HEALTH INNOVATION
HUNTINGTON CONVENTION CENTER OF CLEVELAND AND GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS VALET SERVICES HUNTINGTON CONVENTION CENTER OF CLEVELAND AND GLOBAL CENTER FOR HEALTH INNOVATION
More informationREQUEST FOR PROPOSALS AUDIO VISUAL SERVICES CONNECTICUT CONVENTION CENTER TABLE OF ARTICLES
REQUEST FOR PROPOSALS AUDIO VISUAL SERVICES CONNECTICUT CONVENTION CENTER TABLE OF ARTICLES 1. DEFINITIONS 2. CRITICAL DATES 3. PROPOSAL DOCUMENTS 4. PROCEDURES 5. CONSIDERATION OF RESPONSES 6. FORM OF
More informationCity of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25
City of Henderson PO Box 716 Henderson, Kentucky 42419 September 14, 2014 REQUEST FOR PROPOSALS # 14-25 Social Media Services for the City of Henderson s Community Visionary Plan and Comprehensive Plan
More informationDrexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation
This is a form agreement for discussion purposes only. It does not constitute a binding offer or contract of Drexel University until all of the terms have been approved and this agreement is executed by
More informationREQUEST 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 informationCenter Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES
Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Submission deadline: 4:00 p.m. Wednesday, December 7, 2011 I. General Center Township Butler County,
More informationMIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN
MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN SEALED BIDS DUE: SEPTEMBER 27, 2018 BY 2:00 PM Procurement & Contracts Administrator Department of Finance Midland County Services Building
More informationThe Firemen s Association of the State of New York
Request for Proposal (RFP) The Firemen s Association of the State of New York Seeking Proposal for: New Multipurpose Building & Administration Building Demolition Table of Contents Section I Section II
More informationEL 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 informationBOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL LABOR ATTORNEY REQUEST FOR PROPOSAL
BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL LABOR ATTORNEY REQUEST FOR PROPOSAL Project Name: MUNICIPAL LABOR ATTORNEY Date Packet Available: June 15, 2018 RFP Due By: July 10, 2018, 10:00
More informationCounty of Gillespie. Bid Package for GRAVEL. Bid No November 2018
County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie
More informationREQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas
REQUEST FOR PROPOSAL CONCESSION OPERATIONS for The City of Sherman, Texas Prepared By: City of Sherman Finance Department 405 N. Rusk St. P.O. Box 1106 Sherman, Texas 75091-1106 Craig Long Budget Analyst
More informationHOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES
REQUEST FOR PROPOSAL HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES August 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and
More informationCline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES)
Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES) This CONTRACT, made this day of August 2014, by and among Crussin Explorer Transportation Inc. d.b.a. Cline Tours, Inc. (the Contractor.) and The City
More informationREQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm
REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm NOTE: OUR ADDRESS HAS CHANGED TO 69 STATE STREET, 8 th Fl., ALBANY, NY 12207
More informationRFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES
RFP # 2018-06 SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES The Baker County Board of County Commissioners, Florida (County) will receive sealed proposals until 3:00 p.m. local time, on April
More informationDeluxe Corporation Purchase Terms and Conditions
Deluxe Corporation Purchase Terms and Conditions The following standard purchase terms and conditions only apply to purchasing transactions (including but not limited to purchase orders) that do not have
More informationCity of El Centro Park & Recreation Division
City of El Centro Park & Recreation Division REQUEST FOR PROPOSALS ROUTINE JANITORIAL MAINTENANCE OF CITY OF EL CENTRO COMMUNITY CENTER, OLD POST OFFICE PAVILION AND ADULT CENTER Proposals Due: March 15,
More informationCity of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services
City of Jeffersontown Request for Qualifications ON-CALL Electrical Services Table of Contents Request of Qualifications I. Invitation and Instructions to Interested Firms II. III. IV. General Provisions
More informationREQUEST 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 informationCity of Beverly Hills Beverly Hills, CA
City of Beverly Hills Beverly Hills, CA REQUEST FOR PROPOSAL For Professional Services for Conducting a Department Needs Assessment and Developing a Grant Funding Strategy to Support City Priority Projects
More 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 informationREQUEST 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 informationVILLAGE 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 informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.
More informationCounty of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018
County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624
More informationTOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES
TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.
More informationEXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES
EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES 1. All prospective Contractors must; be State of Connecticut licensed for this work; demonstrate a minimum of 5 years
More informationREQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES
REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES INTRODUCTION A. Overview The Sullivan County Land Bank Corporation ( SCLBC ) is issuing this Request for Qualifications ("RFQ") to obtain Accounting
More informationCity 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 informationSANDY 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 informationINDEPENDENT CONTRACTOR AGREEMENT FOR TRUCKING SERVICES THE PARTIES:
INDEPENDENT CONTRACTOR AGREEMENT FOR TRUCKING SERVICES THE PARTIES: NEW Cooperative, Inc. [ NEW Coop ] [ Contractor ] 2626 1 st Avenue South Print full legal name (individual or entity) Fort Dodge, IA
More informationUnion County. Invitation for Bid # Agricultural Center Ceiling Replacement
Union County Invitation for Bid # 2015-026 Agricultural Center Ceiling Replacement Due Date: February 5, 2015 Time: 2:00pm Receipt Location: Government Center, 500 N. Main Street, Administrative Services,
More informationCounty of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018
County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)
More informationTERMS AND CONDITIONS
TERMS AND CONDITIONS 1. Agreement; Modification of Terms. These terms and conditions (the Terms ) apply to all orders for, and all sales and rentals of, all equipment ( Equipment ) described in the quotation,
More informationCITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940
CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)
More informationSTORM DRAIN ENGINEERING DESIGN SERVICES
City of Imperial Community Development Department STORM DRAIN ENGINEERING DESIGN SERVICES Request for Proposals Project Funded by: SB1, The Road Repair and Accountability Act of 2017 Point of Contact:
More informationEXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE
EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE AGREEMENT BETWEEN THE City OF BEVERLY HILLS AND [Consultant S NAME] FOR [BRIEFLY DESCRIBE PURPOSE OF THIS CONTRACT] NAME OF Consultant: insert name of
More informationFLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)
FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) MAIL BIDS TO: FLORIDA KEYS AQUEDUCT AUTHORITY 7000 Front St. (Stock Island) KEY WEST, FLORIDA 33040 (No
More informationHUNTINGTON CONVENTION CENTER OF CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS
HUNTINGTON CONVENTION CENTER OF CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS For RECYCLING AND WASTE MANAGMENT HUNTINGTON CONVENTION CENTER OF CLEVELAND AND GLOBAL CENTER FOR HEALTH
More informationCITY OF FLORENCE SOUTH CAROLINA REPLACEMENT EMERGENCY GENERATOR REQUEST FOR PROPOSAL
CITY OF FLORENCE SOUTH CAROLINA REPLACEMENT EMERGENCY GENERATOR REQUEST FOR PROPOSAL 2015-10 Sealed proposals will be received in the City of Florence, Finance Department, 324 West Evans Street, Florence,
More informationREQUEST FOR PROPOSALS MOSQUITO CONTROL PROGRAM
REQUEST FOR PROPOSALS 2016-2020 The City of Cranbrook is requesting proposals for a five-year agreement for the provision of a Mosquito Control Program. The Program will be for the five year period 2016
More informationREQUEST FOR QUALIFICATIONS 3096 ARCHITECTURAL & ENGINEERING SERVICES WORKFORCE DEVELOPMENT AND TRAINING CENTER
Community College of Allegheny County REQUEST FOR QUALIFICATIONS 3096 ARCHITECTURAL & ENGINEERING SERVICES WORKFORCE DEVELOPMENT AND TRAINING CENTER A MANDATORY pre-proposal meeting will be held at 2:00
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS REVEREND PETER ATKINS PARK BATHROOM PROJECT CCE PROJECT NO. 117-106 NOVEMBER 2, 2017 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 1.0 INTRODUCTION
More informationRequest for Qualifications
Request for Qualifications Needs Assessment and Feasibility Study For New El Centro Public Library Facility Release Date: January 22, 2015 Contact Information: City of El Centro Community Services Department
More informationCHEROKEE 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 informationCity of New Rochelle New York
Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR BID
More informationOKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES
OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,
More informationSnow Removal Services Request for Proposals December 1, April 30, 2019
Township of Warminster Snow Removal Services Request for Proposals December 1, 2017- April 30, 2019 Sealed proposals will be received by Warminster Township at the Township Administrative Offices at 401
More informationREQUEST FOR QUALIFICATIONS Bailey Cove Transmission Main Phase 1
RFQ Bailey Cove Transmission Main - Phase 1 REQUEST FOR QUALIFICATIONS Bailey Cove Transmission Main Phase 1 Consulting Engineering Services Huntsville Utilities (HU), is accepting Statements of Qualifications
More informationRFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)
Request for Proposals t o provide Janitorial Services Residence Halls RFP-18111 Due Date Proposal Submissions March 8, 2018 by 3:00 p.m. MANDATORY Pre-Proposal Meeting March 1, 2018 @ 2:00 p.m. in New
More informationKING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT
DECEMBER 23, 2015 Owner: King County Library System 960 Newport Way N.W. Issaquah, WA. 98027 GENERAL INFORMATION A. The Vendor is to provide all labor, material, equipment, first thirty (30) day storage
More informationThe schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016
1.0 EXECUTIVE SUMMARY 1.1 The Cyril E. King Airport (CEKA), St. Thomas, Virgin Islands is owned and operated by The Virgin Islands Port Authority. The CEKA is located at #70 Lindbergh Bay. The CEKA enplanes
More informationRequest for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library
PINE MOUNTAIN REGIONAL LIBRARY SYSTEM Request for Quote Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library Submission Date/Time: March 22, 2019, 5:00 pm
More informationINDIAN WELLS VALLEY WATER DISTRICT REQUEST FOR PROPOSAL WATER RATE STUDY
I. PURPOSE INDIAN WELLS VALLEY WATER DISTRICT REQUEST FOR PROPOSAL WATER RATE STUDY The Indian Wells Valley Water District ( District ) is accepting Competitive Sealed Proposals for a cost of service and
More informationRequest for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season
Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST) To: Raymond
More informationFleetPride, Inc. Standard Terms and Conditions of Purchase
FleetPride, Inc. 1. Terms of Agreement: The following terms and conditions of sale (these Standard Terms and Conditions ) contain general provisions applicable to all FleetPride, Inc. ( FleetPride ) supply
More informationRFP GENERAL TERMS AND CONDITIONS
RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00
More informationARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029
CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San
More informationCounty of Gillespie. Bid Package for CONCRETE. Bid No November 2018
County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777
More informationADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services
ADVERTISEMENT FOR BIDS Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services until 11:00 a.m. on Thursday, December 11, 2015, at City Hall, One Municipal Plaza,
More informationSUBCONTRACT CONSTRUCTION AGREEMENT
SUBCONTRACT CONSTRUCTION AGREEMENT THIS SUBCONTRACT CONSTRUCTION AGREEMENT, made and executed this day of, 20, by and between SHERWOOD CONSTRUCTION, INC (hereinafter referred to as "Contractor"), and (hereinafter
More informationTown of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.
Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS Covington Point Lift Station Improvements CCE PROJECT NO. 812-100(C) February 21, 2013 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 I. REQUEST
More informationTHE 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 informationCITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS
CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS CLOSING TIME: RFP S ARE DUE NOT LATER THAN 10:00 A.M. ON January 30, 2017 200 N. 12 th STREET CORSICANA,
More informationREQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015
REQUEST FOR PROPOSAL (RFP) #15-060-34 FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015 RESPONSE DEADLINE: DECEMBER 18, 2015 10:00 A.M. CENTRAL STANDARD TIME
More informationNEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)
Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,
More informationWEST VALLEY SANITATION DISTRICT
WEST VALLEY SANITATION DISTRICT Request for Proposal (RFP) for Independent External Audit Services RFP #: FIN 2015 1 Schedule of Key Events: RFP Release Date: April 14, 2015 Written Questions Due: 4:00
More informationDAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL
DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA 52803 REQUEST FOR PROPOSAL Proposal # 680 The Davenport Community School District invites written sealed proposal for Replacement
More informationCOUNTY OF COLE JEFFERSON CITY, MISSOURI
COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION
More informationCITY 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 informationDOMINION BUILDERS, LLC requires that allsubcontractors interested in working with us, complete this pre-qualification form.
DOMINION BUILDERS, LLC requires that allsubcontractors interested in working with us, complete this pre-qualification form. Complete the form below and email or fax (both the form and all attachments)
More informationEXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS
EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication
More information#REVISED MEMORANDUM OF UNDERSTANDING BETWEEN FULTON COUNTY, GEORGIA AND THE ATLANTA HAWKS FOUNDATION, INC
MEMORANDUM OF UNDERSTANDING BETWEEN FULTON COUNTY, GEORGIA AND THE ATLANTA HAWKS FOUNDATION, INC. FOR DONATIONS TO FULTON COUNTY S YOUTH BASKETBALL PROGRAM THIS MEMORANDUM OF UNDERSTANDING ( MOU ) is made
More informationREQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018
REQUEST FOR PROPOSAL (RFP) #18-049-53 LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018 RESPONSE DEADLINE: JANUARY 16, 2019 3:00 P.M. CENTRAL STANDARD TIME (CST) TO: KIRSTEN BURMEISTER,
More informationADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT
ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT Effective August 22, 2018, Addendum No. 1 and the applicable attachment(s) is associated with the Invitation for Bid (IFB) seeking bids
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 informationREQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC
REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC This is a Federally Funded project. The Surveyor and Subcontractors on this project must comply with HUD contract provisions 24CFR
More informationCheyenne 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 informationLeavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048
Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048 Michael Spickelmier, Director of Public Works Trevor Huhn, Buildings & Grounds On-Call Boiler/Chiller Repair
More information2017 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 informationHAMTRAMCK PUBLIC SCHOOLS REQUEST FOR PROPOSAL HEATING, VENTILATION, AIR CONDITIONING ELECTRICAL, PLUMBING, CARPENTRY & GROUNDS SERVICES
HAMTRAMCK PUBLIC SCHOOLS REQUEST FOR PROPOSAL HEATING, VENTILATION, AIR CONDITIONING ELECTRICAL, PLUMBING, CARPENTRY & GROUNDS SERVICES Hamtramck Public Schools is seeking sealed proposals for the provision
More informationJACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES
JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: 1285-44202 HIGH POWER LINE REPAIR SERVICES Jacksonville Aviation Authority Procurement Department 14201 Pecan Park Road, 2 nd Floor Jacksonville,
More informationRequest for Qualifications #9709RFQ. Architectural Services for Dawson County Fire Station #9
Dawson County Board of Commissioners Dawson County, GA Request for Qualifications #9709RFQ Architectural Services for Dawson County Fire Station #9 Schedule of Events This Request for Qualifications will
More informationCOUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219
COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry No. RFQ-3006DF DATE: 29 Please quote the lowest prices at which you will furnish
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS FINANCIAL ADVISORY CONSULTANT PC566 Issue Date: February 10, 2011 Proposals Due: March 9, 2011 at 3 pm PST Issued by: Housing Authority of the County of San Bernardino 715 E. Brier
More informationUNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS
UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE
More informationPADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT
PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT This Agreement is made and entered into as of, 20, by and between the PADRE DAM MUNICIPAL WATER DISTRICT (hereinafter referred to as the
More informationB. 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 informationREQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:
REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: Friday, April
More informationTOWN OF PRESCOTT VALLEY Public Works 7501 E. Civic Cr. Prescott Valley, AZ Solicitation Number: RFP 12/13
2.0 TERMS AND CONDITIONS SECTION TWO TERMS AND CONDITIONS 2.1 SUBMITTAL OF PROPOSALS Five complete sets of the proposal package shall be submitted and marked Original, and shall include the name of Proposer,
More informationRequest 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 informationDevelop specifications for clean water retrofit design, permitting and construction oversight to the Overlook Basin/Woodlawn Channel RFP 19-02
RFP 19-02 Develop specs for Clean Water Retrofit to Overlook Basin/Woodlawn Channel Page 1 of 8 Develop specifications for clean water retrofit design, permitting and construction oversight to the Overlook
More informationREQUEST FOR PROPOSALS SOLID WASTE & RECYCLING COLLECTION SERVICES FOR RESIDENTIAL & COMMERCIAL CUSTOMERS
REQUEST FOR PROPOSALS SOLID WASTE & RECYCLING COLLECTION SERVICES FOR RESIDENTIAL & COMMERCIAL CUSTOMERS Tuesday, October 10, 2017 City of Oxford, North Carolina 300 Williamsboro Street xford NC 27565
More informationRequests For Proposals
Requests For Proposals NOTICE IS HERE BY GIVEN that proposals will be received by the Board of Commissioners of the City of Union City, County of Hudson, State of New Jersey on June 23, 2015 at 11:00 A.M.
More information